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

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

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

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

INTEGRATED PEST MANAGEMENT SERVICES Pre-Proposal Meeting Ronald Reagan Washington National Airport. June 23, 2010

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

STATEMENT OF WORK FOR PEST CONTROL SERVICES DULLES TOLL ROAD

Metropolitan Washington Airports Authority

Metropolitan Washington Airports Authority

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

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

Metropolitan Washington Airports Authority (MWAA)

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

RFP No C108. Response: This contract does not have an incumbent. Can the Authority provide a list of equipment for review?

CITY OF MIAMI ADMINISTRATIVE POLICY CITY VEHICLE ASSIGNMENT, OPERATION, MAINTENANCE, ACQUISITION AND DISPOSAL

B. Branch Campus and Higher Education Centers - Quantity (4) Western Monmouth Freehold (1), Long Branch, (1) Wall, (1) Hazlet, (1)

STATEMENT OF WORK ELECTRONIC SECURITY SYSTEMS (ESS)

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R

TEXAS DEPARTMENT OF TRANSPORTATION

STATEMENT OF WORK FOR MAINTENANCE AND REPAIR SERVICES OF BAGGAGE HANDLING SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT

TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES

CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS

INTEGRA DATA CENTER POLICIES AND PROCEDURES

STATEMENT OF WORK FOR MAINTENANCE AND REPAIR SERVICES OF THE VERTICAL LIFTING OVERHEAD DOOR SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT

U. S. COAST GUARD TRACEN YORKTOWN YORKTOWN, VIRGINIA

UNIVERSITY OF ROCHESTER DIVISION 01 SPECIFICATIONS April 15, 2015

Metropolitan Washington Airports Authority

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

Mission Statement/Statement of Purpose (You may also attach a copy of your organization s mission statement.)

REQUEST FOR BID PROPOSAL Desktop Computer Systems BARROW COUNTY SCHOOL DISTRICT

RFP for Elevator Maintenance

Mission Statement/Statement of Purpose (You may also attach a copy of your organization s mission statement.)

AMENDMENT OF SOLICITATION

BID SPECIFICATIONS FOR CLEANING & MAINTENANCE SERVICES FOR CITY OF ZION

REQUEST FOR BID PROPOSAL Desktop Computer Systems BARROW COUNTY SCHOOL DISTRICT

THOMAS S. MACKEY WATER TREATMENT PLANT GULF COAST WATER AUTHORITY TECHNICAL SPECIFICATIONS FOR POWDERED ACTIVATED CARBON (BULK)

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

3.0 Crane Heavy Lift Service General Requirements

ATTACHMENT B STATEMENT OF WORK SCADA STILLING WELL/PLATFORM REPLACEMENT STORMWATER TREATEMENT AREA (STA), PACKAGE 03

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

Delaware Street

EXHIBIT C OPERATING SYSTEM INTERFACE (OSI)

SPECIFICATIONS FOR ROOF SYSTEM MAINTENANCE AND REPAIR CONTRACT

Request For Proposal Of Printing and Design Services. Marketing Department

EXHIBIT A SCOPE OF SERVICES

STATEMENT OF WORK FOR COPIER MAINTENANCE AND SUPPORT SERVICES DEPARTMENT OF STUDENT TRANSPORTATION

Main Building Auditorium

TEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION

REQUEST FOR PROPOSALS FOR DOWNTOWN SAN MATEO CLEANING SERVICES CITY OF SAN MATEO, CALIFORNIA

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION

MEMORANDUM OF UNDERSTANDING

(To be printed on Professional s Letterhead) PRE-CONSTRUCTION MEETING AGENDA (Professional to provide attendance sign-up sheet

MetroLink Operations 700 South Ewing Street Saint Louis, Missouri

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

Doing Business with the Metropolitan Washington Airports Authority

Annual On-Call CCTV Inspection Services

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

SECTION SUPPLEMENTARY GENERAL CONDITIONS

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

Maryland Department of the Environment

FLORIDA DEPARTMENT OF TRANSPORTATION

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

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

Facilities Planning and Construction (FP&C)

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703)

201 East Cox Ferry Rd. Conway, SC

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components

REQUEST FOR PROPOSAL (RFP) INSTRUCTIONS AND SUPPLEMENTAL CONDITIONS

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

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

AMENDMENT OF SOLICITATION

3.0 PERFORMANCE SPECIFICATIONS

Pre-Construction Meeting Minutes

Nothing in this job description restricts management's right to assign or reassign duties and responsibilities to this job at any time.

2018 Employment Agreement for New Enrollment Coordinators. I. Terms of Employment. II. Performance Standards

El Dorado Avenue

SECTION CONTRACTOR QUALITY CONTROL

TEXAS BOARD OF NURSING CONTRACT PROCUREMENT AND MANAGEMENT HANDBOOK JULY 2018

APPENDIX A - TECHNICAL SPECIFICATIONS. JEA Fleet Services Light Duty Equipment Maintenance and Repair

ADDENDUM NO. 01. Include this signed and dated addendum to your proposal.

UNIFIED FACILITIES GUIDE SPECIFICATIONS

POLICE DEPARTMENT. Bid Package SITE MAINTENANCE

REQUEST FOR QUALIFICATIONS

COUNTY OF ROCKLAND Department of General Services Purchasing Division

SEND ALL PROPOSALS DIRECTLY TO THE ADDRESS SHOWN BELOW.

The Grande Excelsior Lanai Screen Enclosures Requirements for Decorators, Contractors and Subcontractors

The Art Barn is available to be seen by potential vendors by appointment only by contacting EMSA s CFO whose information is listed below.

Manual for Service Providers

Maine Turnpike Authority Construction Resident Engineer/Inspector SCOPE OF WORK July 14, 2014

GENERAL GUIDELINES FOR CONTRACTORS AND SUB-CONTRACTORS FOR CARTER PLANTATION COMMUNITY

CITY OF BELL. Request for Proposal for Code Enforcement Services

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products.

FENCING AND FENCE REPAIR

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY STATEMENT OF WORK FOR

~lamance <tount!' 9'~UUJ ;i)epwdment 124 We6t ElmStltm (j,taluun,.ncjjdli &vwfina 27253!Jefepfwae(336) :Jax(336)

State of North Carolina Department of Health and Human Services

Transcription:

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering and Maintenance Department (MA-220) Structures and Grounds Division (MA-222) Attachment 02 IAD Statement of Work Page 1

STATEMENT OF WORK TABLE OF CONTENTS I. INTRODUCTION II. III. IV. SUMMARY OF WORK DEFINITIONS BASE SERVICES V. SUPPLEMENTAL SERVICES VI. VII. VIII. GENERAL REQUIREMENTS DELIVERABLES METHOD OF PAYMENT APPENDICES A. AUTHORITY PROVIDED INVENTORY LIST B. LOCATIONS C. CONTRACT SERVICES CALL ORDER FORM Attachment 02 IAD Statement of Work Page 2

I. INTRODUCTION The Metropolitan Washington Airports Authority (referred to herein as MWAA or the Authority ) is responsible for the operation, maintenance and repair of Washington Dulles International Airport (referred to herein as IAD ). This Statement of Work addresses setup, maintenance and take down of annual holiday decorations located at various Authority owned buildings at IAD. II SUMMARY OF WORK The Base Services section of this Statement of Work (SOW) provides for annual setup, maintenance and take down of holiday decorations. The Supplemental Services section of this SOW provides for miscellaneous holiday decorations and plants not required under Base Services. The Contractor shall furnish all supervision, labor, materials, tools, supplies, equipment and transportation necessary to fulfill all the requirements of this SOW The term of this requirement is intended to consist of a base year with the option to extend for two additional one (1)-year periods. III. 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 Washington Dulles International Airport a.k.a. IAD AUTHORITY - The Metropolitan Washington Airports Authority BUSINESS HOURS, AUTHORITY - For the purpose of this SOW, regular business hours of the Authority shall be 7:00 a.m. through 3:30 p.m. EST/EDT, Monday through Friday, excluding weekends and holidays. CLEAN Surfaces free of dirt, dust and debris. CORRECTION - The elimination of a defect. COTR- Contractors Officers Technical Representative - An Authority employee or Consultant specifically designated by the Contracting Officer to assist in carrying out the CO's responsibilities at the project site. JOB SITE The area within the Authority s property lines or portions of such areas which are described by the COTR. KEY PERSONNEL - Individual employed by the Contractor, who has the responsibility and authority for fulfilling any of the requirements of this Specification and or the associated contract document. MA-222 - Engineering and Maintenance Department, Structures and Grounds Division METROPOLITAN WASHINGTON AIRPORTS AUTHORITY The public body responsible for the operation and management of both Washington Dulles International Airport (IAD) and Ronald Reagan Washington National Airport (DCA) Attachment 02 IAD Statement of Work Page 3

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 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. SOW - Statement of Work IV. BASE SERVICES The Contractor shall provide all supervision, labor, materials, supplies, parts, tools, transportation and equipment necessary to setup, maintain, and take down Authority provided (Appendix A) and contractor provided holiday decorations located at Washington Dulles International Airport. Historically, the Authority has utilized approximately a crew of twelve (12) personnel which comprised of two supervisors and ten (10) workers to set up and take down holiday decorations in areas listed in Appendix B. The Contractor shall provide prepare and decorate new bows each year for the holiday decorations. The contractor shall prepare all the holiday decorations on ground level and the Authority employees assigned to assist the contractor will hang the decorations. All trees/wreaths shall be decorated on the job site. The Contractor shall provide all cabling, wire and connectors required to hang the holiday decorations. The Contractor shall coordinate all work with COTR, which will be provided at time of award.. The Contractor shall assist the Authority installing stanchions around the free standing trees. The Authority will provide the stanchions. Contractor shall provide the following Items: TO BE PROVIDED BASE YEAR AND EACH OPTION YEAR INTERIOR DECORATIONS FOR MAIN TERMINAL, DAILY GARAGE 1 WALKBACK TUNNEL, APM STATION AT THE MAIN TERMINAL, B CONCOURSE 1. Ticket Level Interior - Furnish and install red and gold bows and white lights for tree clusters that go above eight of the entrance canopy s located on the Departure Level of the Main Terminal. Includes take down and storage in provided boxes. Each tree cluster consists of three (3) trees, one 7 trees, one 9 trees, and one 12 trees. QTY- 24 trees (8-7 tree, 8-9 trees and 8-12 trees) 2. Ticket Level Interior - Furnish and install red and gold bows and white lights for three trees located above the security check point entrance located on the Departure Level of the Main Terminal. Includes take down and storage in provided boxes. QTY- 3-12 trees Attachment 02 IAD Statement of Work Page 4

3. APM Main Tunnel Train Station - Furnish and install ornaments and bows for four (4) 10 diameter wreaths for the Main Terminal APM station. Includes take down and storage in provided boxes. (no electricity available) 4. East and West Hold Rooms- Furnish bows and decorate and install Authority provided garland (300-feet) around the handrails at the escalators.. Includes take down and storage packaging. QTY 300 feet of garland. 5. Daily 1 Parking Garage Walk back Tunnel - Furnish and install red and gold bows and white lights for a three tree cluster located in the Daily 1 Garage walk-back tunnel. Includes take down and storage in provided boxes. QTY 1-7 1/2 tree, 1-9 ½ tree and 1-15 tree. 6. Concourse B concourse level in front of APM station - Furnish and install red and gold bows and white lights for a five tree cluster located on the concourse level of Concourse B adjacent to the B APM train station. Includes take down and storage in provided boxes. QTY 2-7 1/2 tree, 2-9 1/2 tree and 1-15 tree. 7. Furnish and install tree topper bows and ribbons for student trees, QTY 10 7 trees. 8. Provide all wire, cabling and connections to hang or install holiday decorations EXTERIOR DECORATIONS 1. Prepare and install six (6) wreath clusters on the exterior stairwell/elevator banks on Daily Parking Garages 1 and 2 to include: (9) 72" wreaths with bows, (6) 60" wreaths with bows. 2. Prepare and install fifteen (15) 48" wreaths with bows on glass panels along covered walkway from Daily Garage 2 to the Main Terminal. 3. Prepare and install twenty-eight (28) 32" wreaths with bows on the first row of light poles in the hourly lot adjacent to the terminal. 4. Prepare and install fifteen (15) 60" wreaths with bows and three (3) 72" wreaths with bows. Six sets each at three air intake towers in hourly lot adjacent to terminal. V. SUPPLEMENTAL SERVICES The Authority may, during the course of this contract, request supplemental services from the Contractor. These services are outside the requirements of the Base Contract and include, but are not limited to, tree bows, wreaths, garland swags, strings of white mini-lights and misc. supplies. All such work shall be requested and approved in advance in writing by the COTR using the Contract Services Call Order form (Appendix C). This call order will contain a description of the services that are required from the Contractor along with an estimated cost to perform the work. Labor to complete call orders shall be at the fully loaded rates provided in the Contractor s price proposal (i.e. the pricing schedule). Materials, equipment and parts requested on a call order that are not identified on the pricing schedule shall be charged at the Contractor s cost plus 10%. Unless otherwise approved in writing by the COTR, the Contractor shall not invoice the Authority for supplemental services for an amount greater than the estimated cost provided in the approved call order. The Contractor shall not proceed with any work that is outside the scope of the Contract until written authorization is provided by the COTR via a signed call order. Call Order estimates are to be provided by the Contractor to the Authority within five business days from request. Attachment 02 IAD Statement of Work Page 5

VI. GENERAL REQUIREMENTS A. CONTRACTOR S QUALIFICATIONS The Contractor shall have a minimum of five (5) years documented experience in the business of installing, maintaining and taken down holiday decorations in airports, shopping malls, or similar facilities. The Contractor s employees, including new hires, must be legal to work in the United States. B. CONTRACTOR SUPERVISORS The Contractor supervisors shall have at least five (5) years documented experience in the business of installing, maintaining and taken down holiday decorations in Airports or shopping malls. At a minimum, the supervisor must be able to communicate in English, both orally and in writing. C. PARKING Parking will be provided to the contractor for the period that work is performed during the hours of 10:00 PM to 5:30 AM hours only. The contractor shall contact the COTR a minimum of one week before the work is scheduled the start and obtain a temporary parking permit to park in the MWAA Parking Lot, Shops and Warehouse Building, 44701 Propeller Court, Dulles Virginia 20166. D. SAFETY The Contractor and each of its employees shall comply with all applicable local, state, federal and Authority rules, regulations and practices. Contractor shall perform all its activities pursuant to this contract in a safe manner. The Contractor shall assume responsibility on the job site for the actions of all its personnel and subcontractor(s) who are associated with performance on this contract. The Contractor shall take adequate measures to prevent injury to the public or Authority property on the job sites. The Authority shall have the right to inspect all areas for safety violations at its discretion, direct the contractor to make immediate improvement of necessary conditions and/or procedures, and/or stop the work if other hazards are deemed to exist. 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. The operation of the Contractor s vehicles or private vehicles by the Contractor s employees on or about the property shall conform to regulations and safe driving practices. All vehicles that are to be operated on the AOA shall comply with FAA regulations and be subject to inspection. Operators of these vehicles shall be required to pass an AOA operators test administered by IAD Operations. E. 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. F. PERMITS AND LICENSES The Contractor shall, without additional expense to the Authority, be responsible for obtaining all licenses and permits which are necessary to fulfill the requirements of the SOW. Attachment 02 IAD Statement of Work Page 6

G. DELIVERY OF SUPPLIES AND EQUIPMENT The Contractor shall schedule its supply and equipment deliveries and the supply and equipment deliveries of its vendors and subcontractors during times and to locations that cause minimum disruption and inconvenience to the Airport s operations. H. COMMUNICATION/COORDINATION The Contractor shall, at its own expense, provide wireless telephones to key personnel at all times that they are on the job site to fulfill the requirements of this SOW. The Contractor shall provide the assigned telephone numbers for this equipment to the COTR at least ten (10) business days prior to the start of this Contract. The Contractor shall have email capability. The Contractor shall provide it s email address to the COTR no later than ten (10) business days prior to the start of this Contract. I. TIMELY PERFORMANCE The Contractor shall adhere to and fulfill all the time and frequency requirements described herein. J. WORK HOURS For the base year, setup shall commence the evening of November 30, 2014 and shall be complete no later than the morning of December 7, 2014. All work shall be performed between the hours of 10:00 PM through 5:30 AM Sunday night through Friday morning during this period. Take down shall be scheduled to commence the evening of January 6, 2014 and shall be completed no later than the morning of January 11, 2014. K. ACCIDENT REPORTS L. MSDS The Contractor shall immediately notify in turn the Authority s Police department (703-572-2954) and the COTR 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 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. M. HAZARDOUS MATERIALS The Contractor shall comply with all laws relating to hazardous materials on the job site or related to the Contractor s activities at the job site. The Contractor shall not manage, use or store hazardous materials at the job site except as reasonably necessary to accomplish the SOW. The Contractor shall not dispose of or treat any hazardous materials on the job site or surrounding land or water. N. CLEANLINESS The Contractor shall ensure that all work areas covered by this SOW are clean and free of debris. Attachment 02 IAD Statement of Work Page 7

O. LOST AND FOUND PROPERTY The Contractor shall turn in to the Authority Police Department all property found on the property of Washington Dulles International Airport immediately. VII. DELIVERABLES A. PRIOR TO CONTRACT START-UP After notification of the contract award but not less than five (5) business days prior to the start of this contract the Contractor shall submit to the COTR: 1. A list of the names of all the Contractor s employees as well as subcontractors and their employees who will fulfill any part of the requirements of this SOW. This list shall include the job title, their duties, responsibilities and authority. 2. A list of the cell phone numbers for the Contractor s key personnel onsite employees. 3. Contractor s email address. 4. Copies of materials safety data sheets (MSDS) for all products the contractor will use on the job site. VIII. METHOD OF PAYMENT A. BASE CONTRACT The Contractor shall invoice the Authority for actual work performed at the end of the calendar month during which the work was performed in accordance with the provisions contained in the Contractor s price proposal (schedule). The line item rates contained in the Contractor s price proposal (schedule) shall be inclusive of all labor, materials, parts and supplies necessary to perform the Base Services requirements. B. SUPPLEMENTAL SERVICES Supplemental services shall be invoiced to the Authority at the end of the calendar month in which the respective contract services call order is completed by the Contractor. Unless approved in writing by the COTR, the contractor shall not invoice the Authority for supplemental services for an amount greater than the estimated cost given in the COTR approved contract services call order. Original invoices for supplies and materials not identified on the contract schedule that are requested by the Authority and purchased by the Contractor shall be submitted to the Authority with Contractor s invoice. The Contractor shall make a reasonable attempt to pay only the lowest prices that can be obtained by the Contractor for reimbursable items. The Contracting Officer shall have the option to require the Contractor to obtain competitive bids from a minimum of three (3) sources on any single item or group of items that may exceed $300.00 in total cost. Contractor shall not invoice for any item that has not been requested in writing by the CO and/or the COTR. Attachment 02 IAD Statement of Work Page 8

APPENDIX A AUTHORITY PROVIDED INVENTORY FOR BASE YEAR* Storage Area Commissary Building QTY Description 12 7½ foot holiday trees 12 9 ½ foot holiday trees 10 12 foot holiday trees 15 4 foot wreaths 6 7 foot student trees 10 36 wreaths 300 Garland for HOK hand rails 12 72 wreaths 21 60 wreaths 28 32 wreaths *Authority provided inventory for option years will consist of the above plus the contractor furnished base year decorations, as well as any supplemental decorations purchased. Attachment 02 IAD Statement of Work Page 9

APPENDIX B LOCATION OF WORK Main Terminal Ticket Level, Interior: Decorate, take down, and repack 24 holiday trees (8-7 ½, 8-9 ½, 8-12 trees), to be installed in clusters of 3 (1-7 ½, 1-9 ½, 1-12 ) above 8 Main Terminal entrances. Decorate, take down and repack 4-10 wreaths, to be installed on the south wall of the Main Terminal. Locations TBD by COTR. Provide and install tree toppers for 6 student trees located on Arrivals Level (Baggage Claim) East and West Decorate, take down, and repack garland, to be installed around hand rail. Decorate, take down, and repack 10 various wreaths. Parking Garage Walkback Tunnel Decorate, take down, and repack 3 holiday trees (1-7 ½, 1-9 ½, 1-12 ). Walkback Tunnel to B Terminal Decorate, take down, and repack two 48 wreaths to be installed on the North End. Decorate, take down, and repack cluster of 5 holiday trees (2-7 ½, 2-9 ½, 1-15 ) at the South End. Attachment 02 IAD Statement of Work Page 10

PICTURES Main Terminal three trees decorated and installed above every other vestibule 8 vestibules total Note: Airport personnel will install decorated trees on the overhangs. Ticket Level 12' single trees on south wall Attachment 02 IAD Statement of Work Page 11

APM Main Tunnel Train Station - East and West Security Wreath location Attachment 02 IAD Statement of Work Page 12

East and West Hold Rooms - Handrails Attachment 02 IAD Statement of Work Page 13

Parking Garage Walkback Tunnel B Concourse at APM Station Attachment 02 IAD Statement of Work Page 14

Public Parking Daily Parking 1&2 elevator towers Attachment 02 IAD Statement of Work Page 15

Public Parking Daily Parking 1&2 elevator towers Walkway from Daily 2 Garage Attachment 02 IAD Statement of Work Page 16

Public Parking hourly lot poles Public Parking Air Intakes Attachment 02 IAD Statement of Work Page 17

APPENDIX C CONTRACT SERVICES CALL ORDER FORM Attachment 02 IAD Statement of Work Page 18

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY Contract Services, DCA or IAD SERVICE CALL ORDER FORM Prepared: Type of Work: Date Prepared: Requested By: Contractor: Contract #: Address: Schedule of Completion Contractor POC: Office Telephone : Emergency Phone Contractor Fax: Location (Name, [Account Code]) and Description of Work NOTE: Services or Work shall be performed in accordance with the terms and conditions of the Contract documents. COST: Notes: APPROVALS / ACCEPTANCE OF SERVICE CALL ORDER NOTE: By signing this Service Call Order, the Contractor acknowledges that he/she will only preform the work described herein after this Service Call Order is approved in writing up to $10,000 by the COTR. Service Call Orders exceeding $10,000 require both the COTR and CO's signatures. Furthermore, the cost to the Authority for this work shall not exceed the Call Order amount. Call Order # COTR: Date: Date Completed: (Approval authority up to $10,000) Contractor: Date: Invoice Amount: CO: Remarks: (CO's approval required over $10,000) Date: