STATEMENT OF WORK FOR 7 CHILLERS … · 2017-08-14 · Chancellery Building (NOB) - Replacement of...

18
STATEMENT OF WORK FOR 7 CHILLERS REPLACEMENT PROJECT AT NEW EMBASSY COMPLEX (NEC) UNITED STATES EMBASSY DAR ES SALAAM, TANZANIA DEC. 02, 2015 TABLE OF CONTENTS 1. INTRODUCTION 1.1. Purpose 1.2. Background 1.3. Period of Performance/Place of Performance 2. PROJECT DOCUMENTS 3. PROJECT SCOPE 3.1. Construction 3.2. Contractor Quality Control 3.3. Safety Requirements 3.4. Working Hours 3.5. General Logistics 3.1 Existing Chillers schedule 4. Government Furnished Services 4.1. Government Will Provide New Chillers 5. KEY PERSONNEL 5.1 Government 5.2 Contractor 5.3 JCI/York 5.4 Alistair clearance and transport 6. SPECIAL CONSIDERATIONS 6.2 Pre-Bid Site Visit. CO and COR will establish a date and time for site visit.

Transcript of STATEMENT OF WORK FOR 7 CHILLERS … · 2017-08-14 · Chancellery Building (NOB) - Replacement of...

STATEMENT OF WORK FOR

7 CHILLERS REPLACEMENT PROJECT AT

NEW EMBASSY COMPLEX (NEC) UNITED STATES EMBASSY

DAR ES SALAAM, TANZANIA DEC. 02, 2015

TABLE OF CONTENTS

1. INTRODUCTION

1.1. Purpose 1.2. Background 1.3. Period of Performance/Place of Performance

2. PROJECT DOCUMENTS

3. PROJECT SCOPE 3.1. Construction 3.2. Contractor Quality Control 3.3. Safety Requirements 3.4. Working Hours 3.5. General Logistics

3.1 Existing Chillers schedule

4. Government Furnished Services 4.1. Government Will Provide New Chillers

5. KEY PERSONNEL 5.1 Government 5.2 Contractor 5.3 JCI/York 5.4 Alistair clearance and transport

6. SPECIAL CONSIDERATIONS 6.2 Pre-Bid Site Visit. CO and COR will establish a date and time for site visit.

6.3 Chiller Factory witness start up, 6.4 Site chiller startup, commission and establishment of warranty period

7. SECURITY

7.1 General Security Considerations 7.1.1 Personnel Clearance Requirements

7.1.2 Passing Security Clearance and getting Embassy Concurrence to the construction site. 7.1.3 Compliance: United States rules, regulations 7.1.4 Photography

8.0 CRITERIA: 8.1 Codes and Standards

9.0 GENERAL REQUIREMENTS

9.1 Project Cost 9.2 Design Changes 9.3 Materials Labor and Equipment 9.4 Life Safety 9.5 Meetings 9.6 Proposal Manual 9.7 As-Built Drawing Format and AutoCAD 9.8 Healthcare Facilities 9.9 Lay down Areas 9.10 Office Space 9.11 Chiller delivery and mobilization 9.12 Testing and Balancing

10.0 SPECIAL REQUIREMENTS

10.1 Energy Conservation and Sustainable Design 10.2 Chiller Factory & Commissioning Tests 10.3 Operations and Maintenance (O&M) Manual 10.4 Comprehensive Maintenance Program (CMP) 10.5 Dust and Debris 10.6 Temporary Utilities

11.0 DELIVERABLES 11.1 Project t schedule 11.2 Meetings 11.3 Utilities 11.4 Manuals 11.5 Drawings 11.6 Warranties

12.0 CONTRACT ADMINISTRATION

12.1 Contracting Officer (CO)

13.0 CONTRACT

1.0 INTRODUCTION 1.1 PURPOSE

The United States Government “Government” U.S. Department of State (DOS) requires professional registered mechanical / HVAC Construction Company to remove existing end of useful chillers and perform installation for the following new, YORK Chillers. The Government intends to award a Prime Contract for all construction, renovation and installation services to the selected General Contractor “(Contractor)”, based upon the lowest technically acceptable bid price.

1.2 Background The current chillers installed at the Chancery, USAID, Marine house and Warehouse have all reached the end of their useful life and have become a laboursome maintenance case. The harsh climate conditions and environment in Dar es Salaam has worn the chillers time and time again. Constant repairs have ensued.

1.3 Period of Performance/Place of Performance The period of performance is once contents of received containers are accepted the project is to go in to execution phase and all phases and contractual obligations are to be met within 6 weeks or sooner.

2.0 PROJECT DOCUMENTS The project documents include: JCI/York Technical specifications, details and chiller draings. 2.1 Technical specifications of existing chillers and new chillers. 2.2 Pictures of physical locations of existing chillers. 3.0 PROJECT DESCRIPTION SCOPE For the Project the Contractor shall prepare a Bid-Build proposal for the project, and upon award, shall perform the installation/construction work. The Project includes the following work to be carried out in two phases. Removal and installation of 7 chillers shall be in accordance with manufacturer’s instructions. The Project requires the contractor to conduct detailed inspection of existing installations and match the new chiller technical requirements for installation in preexisting locations. Contractor is to determine any modifications required for the base mountings and connections for the new chillers. Contractor is to submit for approval any changes or new requirements. Contractor is to insure chillers have full stand-alone control capabilities and have full capability to connect to current BAS (Building Automatic Control Systems) systems. Detail work plan, schedule and time line is required for all removals and installations. 3.1 Construction Contractor is to remove 7 chillers and install 7 new chillers in 2 phases. Contractor is to salvage/dispose of removed chillers and establish the market value of the parts and materials and is to credit the cost from this contract. USAID’s 3 Chillers removal and installation is to be a separate

quote. This work is in phases, the CO and COR shall provide a Notice to Proceed (NTP) for each individual phase and no work shall be initiated until provided. Contractor is to verify electrical connections and replace any of the existing circuit breakers to ensure they are a match with the new equipment. Contractor is not to take remaining operational chillers off line until the previous removed ones are reconnect and verified as fully functional with the exception of the warehouse which requires the existing chiller to be removed and new installed in one weekend. Post will use limited HVAC distribution during removals and installations. Removals and installations will take place over weekends. PHASE-1

Marine House (MSGQ) - Replacement of existing one TRANE - ECGAN400C72E1 package chiller with one government furnished, YORK air cooled scroll chiller – YCAL 0043 including chilled water pump and buffer tank. Expansion/Buffer tank to be installed on Contractor built cement pad next to chiller pad. Contractor to provide waterproof cabinet/enclosure for the Expansion/Buffer tank. Contractor to hook up USG supplied temporary scroll chiller for duration of MSGQ tasks.

Warehouse - Replacement of existing one TRANE - ECGAN900D72E1 package chiller with one government furnished, YORK air cooled scroll chiller – YLAA0261HE including chilled water pump and buffer tank. Expansion/Buffer tank to be installed on Contractor built cement pad next to chiller pad. Contractor to provide waterproof cabinet/enclosure for the Expansion/Buffer tank.

Chancellery Building (NOB)- Replacement of one existing YORK chiller (chiller# 2) – SCREW chiller YCAS0373SC50XFAS with one government furnished, YORK air cooled scroll chiller – YLAA0350HE

USAID Building - Replacement of existing one YORK chiller (chiller# 1) – Scroll chiller

YCAL0287SB50XAA with one government furnished, YORK air cooled scroll chiller – YLAA0286SE.

Phase -1 cont.

Remove chillers as per above phases for MSGQ, Warehouse, NOB and USAID. Disconnect power and control circuits. Disconnect and remove chilled water piping back to the existing isolation valves points for installation of the new chiller.

Replace all existing isolation valves, thermometers, pressure gauges. • Install new chillers in locations indicated. Reconnect power and control circuits. Reconnect chilled water piping to the chillers. All works meeting the appropriate installation code and standards. Complete installation ready for commissioning by others (JCI YORK).

Install new expansion/buffer tanks to MSGQ and Warehouse new chillers provided by JCI York.

Chilled water piping / buffer tanks installed shall be insulated with 50-mm thick Foam-glass

insulation and aluminum metal jacketing.

PHASE -2

Chancellery Building (NOB) - Replacement of existing one YORK chiller (chiller# 1) – SCREW

chiller YCAS0373SC50XFAS with one government furnished, YORK air cooled scroll chiller –

YLAA0350HE.

USAID Building - Replacement of existing one YORK chiller (chiller# 2) – Scroll chiller

YCAL0287SB50XAA with one government furnished, YORK air cooled scroll chiller – YLAA0286SE.

USAID Building - Replacement of existing one YORK chiller (chiller# 3) – Scroll chiller

YCAL0147SB50XAA with one government furnished, YORK air cooled scroll chiller – YCAL0052.

Phase -2 cont.

The contractor shall start work for phase 2 works after the phase 1 works are completed and commissioned by York representative. There will a short time gap between the two phases to facilitate commissioning of phase 1 chiller installations to maintain operational capability to mission critical tenants.

Remove remaining existing chiller for NOB – one each and USAID – 2each. Disconnect power

and control circuits. Disconnect and remove chilled water piping back to the existing isolation valves points for installation of the new chiller. Install new chillers in locations indicated. Reconnect power and control circuits. Reconnect chilled water piping to the chillers. All works meeting the appropriate installation code and standards. Complete installation ready for commissioning by others (JCI YORK).

Replace all existing isolation valves, thermometers, pressure gauges.

Chilled water piping / buffer tanks installed shall be insulated with 50-mm thick Foam-glass insulation and aluminum metal jacketing.

3.2 Contractor Quality Control 3.2.1 The Contractor shall follow the guidance of the quality requirements of the OEM JCI York and Embassy Dar es Salaams COR and OBO requirements. 3.3 Safety Requirements 3.3.1 All Contractor operations shall be performed in accordance with the applicable portions of U.S. Title 29, Code of Federal Regulations parts 1910 and 1926. And, with U.S. Army Corps of Engineers, Safety and Health Requirements Manual EM-385-1 date s3 November 2003. 3.3.2 The Contractors Primary and Alternate Site Safety Supervisor, the Site Superintendent and all Foremen shall have basic Construction Safety Training. 3.3.3 On-site job safety meetings shall be conducted at least every other day and be fully documented in the Contractor’s daily report, to include a signature sheet of the workers who have attended the meetings.

3.3.4 All work requires a written Safety Plan for the duration of the project and must be submitted to the COR before any work starts. 3.4 WORKING HOURS AND GENERAL CONDITIONS. 3.4.1 General work hours for the Contractor shall be 07:30 to 1800 (Local Time), Monday thru Saturday, and additional weekday or weekend work is available if required, must be coordinated ahead of time with COR and affected building occupants. The Contractor may be required to perform work hours (nights and weekends) to minimize disruption to ongoing occupant activities. If work outside of the regular work hours is required, then the Contractor will shift the entire work schedule to accommodate this requirement. A concurrent work schedule during normal work hours will not be permitted. The Contractor will adjust the work schedule as required to minimize disruptions at no additional cost to Government. Should the Contractor require additional hours in a day to complete the project work, the Contractor shall notify the Government no less than three days in advance of when the additional time is required. 3.4.2 The Contractor shall be responsible for transporting rental vehicles or public transit, all contractor personnel to and from the construction site for the purposed of performing their daily construction work. 3.4.3 No cell phones, two way radios, computers, computer peripherals, cameras and other electronic equipment will be allowed on the site without the RSO’s approval. The Contractor shall provide a detail description of any test equipment with serial number and the user of the device/equipment on the site. 3.4.4 There are operable bathrooms in the Embassy Warehouse available for use by Contractor. 3.4.5 Contractor shall be responsible for understanding and complying with local regulations pertaining to noise caused by construction. This will include compliance with restrictions regarding time-of-day and noise level thresholds 3.5 General Logistics a) JCI/York OEM has worldwide shipping insurance, is responsible for any damages or losses and this

shipping will be covered to Dar es Salaam port.

b) Alister Logistics company is insuring the containers for any damages or losses and contents from the

Dar es Salaam port to the Embassy compound until they are handed off to the contractor who will be

installing them.

c) The Contractor must be responsible for any damages or losses and provide insurance after taking

possession of containers and their contents on the Embassy compound laydown area.

c) Staging/storage areas are available on Embassy grounds. Areas available may be limited and shall be adjusted if special storage methods are required for materials. d) Contractor to provide all access, handling and storage equipment needed to complete the replacement project. e) The New Chillers shall be located at the Embassy compound and their carnage and transportation from that storage location on the Embassy compound to the Marine house, Warehouse and Chancery / USAID Roof are to be provided for by the contractor. The old removed/replaced chiller shall be transported back and off loaded at the Embassy compounds designated warehouse location. f) It is intended that One New Chiller under phase 1 shall be installed immediately after Notice to Proceed is issued by the Embassy/CO and the phase 2 after commissioning of phase1. Please note that the cost of two stage installation should be accounted for in the handling and transportation of the new and old chillers. This pricing proposal should be clearly separated and identified to be for a staged install which shall be time dependent as to when the contract proposals are reviewed and issued. 3.5.1 Trash Removal 3.5.1.1 The Contractor will provide, fund, and arrange trash containers for use in removing trash and debris from the construction site. Contractor will process the trash through Embassy truck transfer trash transfer room at CAC3 and hire local trash company to remove trash from Embassy. The Contractor is required to comply with local regulations regarding segregation of trash. For those materials which are hazardous, the Contractor will provide, fund, and arrange for appropriate disposal. 3.5.2 Crane Rental 3.5.2.1 The Contractor will provide, fund, and arrange the rental of legally serviceable and correctly outfitted cranes as needed to remove and install any and all project equipment and materials for ground and roof locations. The Contratco0r will provide and fund any additional cranes necessary to enable construction work within and exterior to the construction site. The Contractor is responsible for knowing and abiding by all local restrictions associated with crane operations, including time-of-day and day-of-week windows for authorized transport to/from the site and on-site operations. If any major equipment is required to be disassembled and reassembled in conjunction with crane activities, then the Contractor will be responsible for disassembly/reassembly at no additional cost to the Government. All disassembly/reassembly activities will be performed in a manner that does not adversely affect factory warranties. If factory representatives are required on-site for any of the aforementioned activities, the cost of this effort will be the responsibility of the Contractor. 3.5.3 Forklift and Other Equipment Rental 3.5.3.1 If forklifts or other specialized large equipment are necessary at the construction site, then the Contractor shall provide, fund, and arrange for this equipment. 3.5.4 Subcontracting for Local Labor

The Contractor shall contract, fund, escort, and arrange any local labor as required for this project. Contractor must submit names and required access documentation. 3.1 Existing Chillers schedule

3.2 Existing Chillers Pictures Chiller #1: Existing

Chiller #2: Existing

MSGQ: Existing

Warehouse: Existing

USAID 3 existing :

New Chiller Specifications: See attached documents.

4.0 Government Furnished Services 4.1 Government Will Provide New Chillers

5.0 KEY PERSONNEL

5.1 Key Government personnel for this project shall include: 5.1.1 Contracting Officer 5.1.2 Project Manager/COR 5.1.3 Government Technical Monitor (GTM) 5.1.4 Regional Security Officer (RSO)or designated appointee

5.2 Key Contractor Personnel for this project shall include: 5.2.1 Project Manager and main POC 5.2.2 Site Mechanical Superintendent (Degreed Mechanical Engineer) 5.2.3 Site Electrical Superintendent (Degreed Electrical Engineer) 5.2.4 Contractor to provide individuals resumes/qualifications for COR approval and

that Contractor can’t change personnel without the CO’s prior approval. 5.3 JCI York South Africa

5.4 Alistair clearance and transport Dar es Salaam

6.0 SPECIAL CONSIDERATIONS

6.1.1 Pre-Bid Site Visit 6.1.1.1 The prospected bidders will be offered an opportunity to visit the U.S.

Embassy Dar es Salaam during the bidding process, to walk through the construction project, meet relevant personnel in Dar in Dar es Salaam, and research local service providers. Bidders may submit written questions to the Contracting Officer during the site visit.

6.1.2 On Site Chiller witness start up, commission and establishment of warranty period. 6.1.2.1 Chiller Witness test onsite for startup and commissioning will be

provided by JCI YORK at their expense. It is the Contractor’s responsibility to determine that the new chillers meets the specification requirements, including physical dimensions, and to verify proper coordination with JCI York who is providing York materials and/equipment.

6.1.2.2 JCI/York is providing Government factory witness tests for all chillers. 6.1.2.3 OBO COR representative will be onsite for startup and commissioning.

7.0 SECURITY 7.1 General Security Considerations

7.1.1 Personnel Clearance Requirements 7.1.2 Passing Security Clearance and getting Embassy Concurrence to the

construction site. All personnel assigned to the project or visiting the project site will be required to have their clearances verified and certified to the RSO in Dar es Salaam.

7.1.3 Compliance: United States rules, regulations, direction, and requirements issued by the Contracting Officer or other authorized personnel for good order,

administration, and security shall apply all contractor personnel who enter the Embassy facilities. The Contractor shall not reassign to another sponsor component any person who has been cleared specifically for this contract without express written approval. The Contractor shall cooperate fully in all security matters which may arise relating to this contract

7.1.4 All photography must be coordinated through the COR and all photography must be pre-approved by the RSO. The contractor shall not retain any photographs of project site or the interior of any building.

8.0 CRITERIA: 8.1 Codes and Standards: The Contractor shall perform the demolition and installation in accordance with the following codes and standards: All industry Standards and applicable U.S and local codes.

Building Codes: The relationship of U.S. and local codes and standards as they apply to construction in the host country shall be followed and whichever is the stringiest shall be applied by the Contractor. NFPA-70, the U.S. Electrical Code, provides a level of personnel and property safety which DOS must maintain in our overseas facilities. US National Electric Code (NEC) 2011 and ASHRAE, ASME, IBC and IMC are required codes to adhere to.

9.0 GENERAL REQUIREMENTS The contractor is required to visit the site and familiarize himself with the project, site conditions, working conditions and considerations that will affect both the contractor and the Embassy. The contractor is encouraged to highlight any elements that are noted during the site visit and clearly note them in his proposal. It is important that the contractor ensures that any elements that are considered crucial/critical and are apparent during the site visit are immediately communicated to the COR/Post FM and Designated Embassy staff. 9.1 Project Cost: This design is a part of a major program undertaken by the Department of State using public funds. Consequently, construction to a target construction contract cost estimate, adherence to delivery schedules, security classification, and handling guidance are mandatory performance parameters and cardinal indicators of the quality of work. Achievement of these performance parameters will be reflected in OBO's formal evaluation of the Contractor’s accomplishments under this construction contract. 9.2 Design Changes: Any design changes initiated by either Post or OBO/PDCS/DE/ME will be presented to the Contractor by the Post FM. Prior to incorporating any change, the Contractor shall assess the impact on the established contract amount and provide that assessment to the FM. No changes may be incorporated by the Contractor without prior written approval from the Post FM. The Contractor will submit an updated estimate after any authorized adjustment to the design to budget amount. 9.3 Materials Labor and Equipment: The Contractor shall determine the price of materials, labor and equipment anticipated for all aspects of the construction project. The costs shall be itemized with separate columns for direct labor and direct materials. Indicate costs for general conditions, burdens

and sub-contractors. Contract costs shall be expressed in terms of U.S. dollars (indicate the local currency conversion rate). 9.4 Life Safety: The construction work shall take into account all applicable requirements of the Occupational Safety and Health Act of 1970, as amended, and the regulations promulgated pursuant thereto. If at any time during the construction it becomes apparent that a violation could exist, the Contractor shall notify the Post FM in writing requesting consultation to resolve the possible violation. 9.5 Meetings: The Contractor shall prepare a detailed written record of all conferences and meetings with Post staff and representatives of OBO related to the Project. Confirmation of telephone conversations in which decisions affecting the project are made shall also be prepared in writing. Two (2) copies of these records shall be submitted to the Contracting Officer's Representative (COR) (Post FM) within five calendar (5) days of the event. The written format established by the Contractor for these records shall be subject to approval of the COR. Each record shall conclude with the following statement: "The matters reported in this document are considered by the (insert name of Contractor here) to be within the scope of this contract as presently priced, except for (Contractor to identify items or state "none") as further described below." 9.6 Proposal Manual: The Contractor shall provide the COR with a project proposal manual. This project manual shall provide regarding contract terms, project descriptions, equipment selections, and a detailed cost breakdown of the proposal. 9.7 As-Built Drawing Format and AutoCAD: Provide standard size AutoCAD drawings for the work. All project documents shall be in "hard metric." All drawings, specifications, cost estimates, and other portions of submittals shall be prepared in English only. 9.8 Healthcare Facilities: The Contractor shall use local healthcare facilities as necessary at the Contractor’s expense for workers employed.

9.9 Lay down Areas: Government will provide limited lay down areas for the contractor’s use. 9.10 Office Space: Government will provide limited office space.

9.11 Chiller delivery and mobilization: is to be coordinated by the contractor with Alistair clearance and transport company and Contractor is to mobilize one week after shipment arrives in Dar es Salaam port, and be ready when containers are on site. 9.12 Testing and Balancing: Contractor is required to conduct full system testing and balancing. 10.0 SPECIAL REQUIREMENTS 10.1 Energy Conservation and Sustainable Design: This project is to be a model of energy efficiency.

10.2 Chiller Factory & Commissioning Tests: Post FM shall be notified three weeks prior to installation commissioning of the chillers in order for OBO to witness the testing of the chillers for compliance with the specifications. 10.3 Operations and Maintenance (O&M) Manual: The Contractor shall be responsible to see that the project work is constructed using materials, finishes, fixtures, equipment, and systems that provide operational dependability and are easy to maintain or replace with those most readily available supplies and services. A. O&M Design Guidelines: Emphasis must be placed on the uniformity of parts and components to maximize interchangeability. B. The O&M manual shall contain for each piece of equipment the following items: general equipment catalog, replacement parts list, and service manual. 10.4 Comprehensive Maintenance Program (CMP): The Contractor shall provide specific operations and maintenance data and information for inclusion in the Post Comprehensive Maintenance Program (CMP) Global Maintenance Management System (GMMS) by the USG for the installed equipment. This may include at Post’s option, a 5 year service contract for the installation. 10.5 Dust and Debris: The Contractor shall protect the existing equipment to remain from dust and debris. The Contractor will repair to the Government’s satisfaction any finishes that are damaged by the Contractor during construction activities. 10.6 Temporary Utilities: All spaces are deemed critical and are required to maintain a 24/7 operational capability and must and must have the appropriate power and air conditioning even during limited removals and installations. A well planned weekend chilled water outage/shut down can be utilized. A quick recovery plan must be in place if a crisis arises. Coordinate with Post for any scale backs of HVAC. 11.0 DELIVERABLES 11.1 Project t schedule: Submit a project schedule with Gantt Charts and a submittal schedule within two weeks of the notice to proceed. Maintain the project on the approved schedule and update the project schedule each week or more as required. The Contractor shall immediately propose remedies if the project falls behind schedule. 11.2 Meetings: Conduct project team coordination meetings and reviews with the COR and tenant representatives weekly or more as required. 11.3 Utilities: Coordinate utility outages with Facilities Management. HVAC service must remain operable at all times. 11.4 Manuals: The JCI/York will provide hard and soft copies of Operation and Maintenance manuals for chillers and Contractor is to provide for Operation and Maintenance manuals for all mechanical and electrical equipment installed at the project sites including warranty information and troubleshooting guide. The Contractor shall train Government personnel with a basic working knowledge of all mechanical and electrical equipment installed by the Contractor. 11.5 Drawings: Maintain an onsite set of as-built drawings and provide 2 final hard copies of new as-built and provide AutoCAD soft copy to Facilities Management upon final acceptance of the project.

11.6 Warranties: Provide 5 year warranty on Contractor supplied material and workmanship, from the date of the Government’s acceptance for use (substantial completion) 12.0 CONTRACT ADMINISTRATION 12.1 Contracting Officer (CO): The Contracting Office for this project is Susan Phemister. 12.2 Contracting Officer’s Representative (COR) John Rexford: The contract proposal, drawings, project manuals, O&M manuals, etc., shall be submitted to the Post Facility Maintenance Manager (FM) or as designated by Post will be the COR at the American Embassy. 12.3 Letters and Packages (or privately delivered mail) shall be addressed as follows: U.S.A Embassy ATTN: FM – John Rexford P.O. Box 9123, Old Bagamoyo Road Msasani, Kinondoni District Dar es Salaam, Tanzania 12.5 All deliverables shall include project identification: “NEC Chiller Replacement Project.” 13.0 CONTRACT: 13.1 This is a firm fixed priced delivery order. End of Statement of Work