SCOPE OF WORK WATER STORAGE TANK ......tank and existing water treatment plant), per 2020 OBO...
Transcript of SCOPE OF WORK WATER STORAGE TANK ......tank and existing water treatment plant), per 2020 OBO...
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 1
1 PROJECT DESCRIPTION
This project work is to provide all engineering, material, and labor to design, construct, ship,
install, and commission potable/domestic water treatment equipment for the U.S. Embassy in
Dar Es Salaam, Tanzania.
1.1 The U.S. Embassy in Dar Es Salaam, Tanzania requires a replacement to the existing
water storage tank located on the Embassy grounds. The upgrades described in this
statement of work will allow the Embassy to continue to provide high quality water to the
residences for domestic end uses. The existing water storage tank is composed of a
fiberglass tank which has ruptured, causing a decrease in storage capacity.
The current water storage tank is a 100,000 liter Glass Reinforced Plastic Tank (GRP)
manufactured by MerryWater AG Limited. It is constructed upon a concrete slab. The
dimensions are 10 m long, 5 m wide, and 2 m high. Each panel of the tank is 2 meters by
1 meter. The tank was installed in February 2011.
Water flows from the water treatment plant and into the tank via a 3 inch diameter pipe
located near the top of the tank. The water is then pumped out of the tank and into tanker
trucks via a 6 inch diameter outlet pipe near the bottom of the tank. The pumps are located
in an adjacent pump house and will remain. The tank also contains a 3 inch diamer washout
pipe installed on the floor of the tank. All three pipes are of PVC materials.
1.2 The project work includes:
1.2.1 Designing or purchasing a replacement to the water storage tank tailored to the
specific site requirements. The upgraded tank shall contain a capacity of 100,000
Liters with the same storage dimensions as the existing tank. The tank shall be Glass
Reinforced Plastic (GRP) or equivalent.
1.2.2 Construction of the tank will be installed on the existing reinforced concrete slab
suitable to support the operating weight of the water storage tank. Dimensions are 5
meters x 10 meters rectangular (See Attachment 1).
1.2.3 Installing float switches flow valves to control the level of water. All sensors shall
have communication with BAS system for data/trending purposes.
1.2.4 Reconnecting mechanical and electrical services to the water storage tank to include
tie-ins with existing utility water supply (from entry into the exising water storage
tank and existing water treatment plant), per 2020 OBO Electrical Code (2014 U.S.
National Electric Code (NEC) and OBO supplements).
1.2.5 Providing and installing all new water piping, which shall be HDPE or PP-P fusion
pipe constructed on site.
1.2.6 Providing and installing a new anti-vortex plate inside the water tank.
1.2.7 Removing the existing flow meter located adjacent to the existing water storage tank,
which measures water flow into the tank, and adding NSF 61 certified, direct read
potable water meter, which measures in gallons, with low flow indicator in the pump
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 2
house and at beside water tank. The existing flow meter located at the pump house to
remain.
1.2.8 Install an awning to protect the tank from direct exposure to the sun.
1.2.9 Providing a sequence of operation for the water storage tank.
1.2.10 Providing unlocked Programmable Logic Controller (PLC).
1. All hardware and software equipment (PC laptop with carrying case,
software loaded on PC, programming cable, and support connections).
2. PLC Programming Language shall be Ladder Diagram (LD), also known
as Ladder Logic.
1.2.11 Providing all critical spare parts.
2 GENERAL CONDITIONS
2.1 Prior to bid, the Contractor must make an ON-SITE visit with qualified engineers and
electricians to determine exact site conditions.
2.2 Water treatment shall conform to requirements in Chapter 6 of the OBO Plumbing Code
(International Plumbing Code as amended by OBO).
2.3 All piping, components, materials, mechanical devices, process media, and non- metallic
materials must comply with NSF 14, 61 and NSF 372 or COR approved equivalent, as
appropriate.
2.4 All new water piping and fittings shall be HDPE or PP-P fusion pipe constructed on site.
2.5 A Qualified Person must be on-site at all times during the implementation of this scope of
work.
2.6 All electrical work must be performed by U.S. certified and licensed Electricians or
Electricians with National Certification from an acceptable certifying organization.
2.7 All mechanical work must be performed by certified and licensed Pipe-Fitters.
2.8 All equipment installed shall be factory tested at the Contractor’s site prior to shipping, using
factory-recommended procedures, and by factory certified representatives.
2.9 All equipment and materials for the project shall be delivered, stored, and handled as
follows:
2.9.1 Preparation for Transport:
2.9.1.1 Ensure items are dry and internally protected against rust and corrosion
2.9.1.2 Protect against damage to threaded ends and flange faces
2.9.2 Delivery:
2.9.2.1 Deliver piping with factory-applied end caps. Maintain end caps through
shipping, storage, and handling to prevent pipe-end damage and to prevent
entrance of dirt, debris, and moisture.
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 3
2.9.3 Storage:
2.9.3.1 Protect from weather. Store indoors and maintain temperature higher than
ambient dewpoint temperature. Support off the ground or pavement in
watertight enclosures when outdoor storage is necessary.
2.9.3.2 Protect stored piping from moisture and dirt. Elevate above grade. Do not
exceed structural capacity of floor when storing inside.
2.9.3.3 Protect flanges, fittings, and specialties from moisture and dirt.
2.9.3.4 Store plastic piping protected from direct sunlight. Support to prevent
sagging and bending.
2.10 All equipment installed shall be commissioned on-site using factory-recommended
procedures and by factory certified representatives.
2.11 All labor, tools, and materials must be provided by the Contractor. The Contractor will not
be allowed to use USG equipment.
2.12 Packaging and Marking of Equipment shipped to:
U.S. Embassy
Dar Es Salaam, Tanzania
2.13 Direction for changes in the Scope or Cost of this Work can only come from the Contracting
Officer (CO).
2.14 Additional costs will not be accepted if a contract change order has not been given by the
Contracting Officer. Any work performed on this project outside of the Scope of Work
provided by the Contracting Officer shall be deemed not reimbursable by the U.S.
Government.
2.15 All scheduling, submittals, and installation will be coordinated through the Contracting
Officer’s Representative (COR).
2.16 Contractor is responsible for providing:
2.16.1 All analyses, engineering, material, and labor to design, construct, ship, install, and
commission.
2.16.2 All interconnecting piping and wiring of all equipment and instrumentation within
the water storage tank.
2.16.3 Siting, designing, and installing a container for storing items, tools, etc. and a spill
containment area for chemicals and equipment, as needed.
2.17 Post is responsible for providing:
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 4
2.17.1 All essential utilities (electrical, water) as needed for the designated connection
points.
2.17.2 Electrical load center(s) or required convenience outlets.
3 PERSONNEL REQUIREMENTS
3.1 Contractor Supplied Personnel Technical Qualifications For Custom Building Upgrade
Water Storage Tank.
3.1.1 Installation and Performance Testing Labor. All contractor-provided installation and
performance testing labor furnished under this contract shall be executed only by
licensed plumbers and or certified water specialists. All professional tradesmen
licenses for Contractor personnel shall be current and valid at the time of COR review
and shall be maintained and remain current and valid for the complete duration of the
project execution.
3.1.2 Use of Non-Licensed Labor
3.1.2.1 Contractor use of non-licensed electrical and mechanical laborers, helpers,
etc. to execute, plan, layout, or otherwise direct the execution of the work
activities under this contract is not allowed.
3.1.2.2 Non-licensed hired labor shall not perform functions beyond manual labor
such as debris removal and must be directly managed and supervised by the
contractor.
4 SAFETY
4.1 General. The contractor shall provide and maintain work environments and procedures
which will safeguard the public and Government personnel, property, materials, supplies,
and equipment exposed to contractor operations and activities; avoid interruptions of
Government operations and delays in project completion dates; and control costs in the
performance of this contract. For these purposes, the contractor shall:
4.1.1 Provide appropriate safety barricades, signs and signal lights,
4.1.2 As applicable, comply with the OBO/CFSM Division 1, Section 013525
Construction Safety and Occupational Health standards as referenced in:
4.1.2.1 The latest edition, U.S. Army Corps of Engineers (USACE) Safety and
Health Requirements Manual, EM 385-1-1 dated 30 November 2014. This
document is available at the U.S. Government Printing Office, Washington,
D.C.
4.1.2.2 NFPA Code 241, Standard for Safeguarding Construction, Alteration, and
Demolition Operations.
4.1.2.3 ANSI A10 Series Standards for Safety Requirements for Construction and
Demolition.
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 5
4.1.2.4 NFPA Code 51B, Standard for Fire Prevention during Welding, Cutting,
and Other Hot Work.
4.1.2.5 NFPA 10, Standard for Portable Fire Extinguishers.
4.1.2.6 NFPA 70, National Electrical Code
4.1.2.7 Department of State, Office of the Procurement Executive, PIB # 2015-05,
Combating Trafficking in Persons.
4.1.3 Ensure that any additional measures the contracting officer determines to be
reasonably necessary for this purpose are taken.
4.1.4 For overseas construction projects, the contracting officer shall specify in writing
additional requirements regarding safety if the work involves:
4.1.4.1 Scaffolding;
4.1.4.2 Work at heights above two (2) meters;
4.1.4.3 Trenching or other excavation greater than one (1) meter in depth;
4.1.4.4 Earth moving equipment;
4.1.4.5 Temporary wiring, use of portable electric tools, or other recognized
electrical hazards. Temporary wiring and portable electric tools require the
use of a ground fault circuit interrupter (GFCI) in the affected circuits; other
electrical hazards may also require the use of a GFCI;
4.1.4.6 Work in confined spaces (limited exits, the potential for oxygen less than
19.5 percent or combustible atmosphere, the potential for solid or liquid
engulfment, or other hazards considered to be immediately dangerous to life
or health such as water tanks, transformer vaults, sewers, cisterns, etc.);
4.1.4.7 Hazardous materials—a material with a physical or health hazard including
but not limited to, flammable, explosive, corrosive, toxic, reactive or
unstable, or any operations which create any contamination inside an
occupied building such as dust from demolition activities, paints, solvents,
etc.; or
4.1.4.8 Hazardous noise levels.
4.2 Records. The contractor shall maintain an accurate record of exposure data on all accidents
incident to work performed under this contract resulting in death, traumatic injury,
occupational disease, or damage to or theft of property, materials, supplies, or equipment.
The contractor shall report this data in the manner prescribed by the contracting officer.
4.3 Subcontracts. The contractor shall be responsible for its subcontractors' compliance with
this clause.
4.4 Notification. The contracting officer shall notify the contractor of any non-compliance with
these requirements and the corrective actions required. This notice, when delivered to the
contractor or the contractor's representative on-site, shall be deemed sufficient notice of the
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 6
non-compliance and corrective action required. After receiving the notice, the contractor
shall immediately take corrective action. If the contractor fails or refuses to take corrective
action promptly, the contracting officer may issue an order suspending all or part of the
work until satisfactory corrective action has been taken. The contractor shall not be
entitled to any equitable adjustment of the contract price or extension of the performance
schedule on any suspension of a work order issued under this clause.
5 SCOPE OF WORK
5.1 Prior to Implementation
5.1.1 Submit final upgraded water storage tank design drawings to the CO and/or COR
within 30 days of Notice to Proceed, that includes:
5.1.1.1 Single-line electrical schematic with wire sizes and expected loads
5.1.1.2 Single-line piping layouts with pipe sizes
5.1.1.3 Final General Layout
5.1.1.4 Final Work Plan
5.1.1.5 Electrical components to include:
5.1.1.5.1 Wire (THHN REQUIRED)
5.1.1.5.2 Breaker sizes (must match existing panel manufacturer and model
type
5.1.1.5.3 Conduit
5.1.1.5.4 Galvanized Rigid Conduit (GRC)
5.1.1.5.4.1 Intermediate Metal Conduit (IMC)
5.1.1.5.4.2 Electrical Metallic Tubing (EMT)
5.1.1.5.4.3 Schedule 80 PVC Conduit
5.1.1.5.4.4 Conduit fittings (compression only)
5.1.1.6 Water piping components to include:
5.1.1.6.1 Valves – 3” and smaller must be full port ball valves
5.1.1.6.2 All new water piping shall be HDPE or PP-P fusion pipe
constructed on site.
5.1.1.6.3 Supports (galvanized or epoxy coated only)
5.1.2 The submittal package shall be complete in all aspects and shall include equipment
details and a complete materials list.
5.1.2.1 Complete finalized Work Plan including details of placement, connection
and operations of the upgraded water storage tank and Critical Path Method
(CPM) schedule.
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 7
5.1.2.2 The Work Plan shall clearly show planned outages and detail cooperation
and assistance requested from Post to accomplish the work.
5.2 Implementation
5.2.1 Water Piping Installation:
5.2.1.1 Contractor shall supply and install water piping from existing water storage
tank entrance to proposed water storage tank in accordance with the approved
design drawings.
5.2.1.2 Transitions from PVC/PE piping to copper piping must be independently
supported.
5.2.1.3 All piping penetrations through concrete must be sleeved so that piping does
not come in direct contact with concrete material.
5.2.1.4 Contractor will core through concrete floor/wall foundations at a minimum
of 24 inches below grade when routing piping through obstructions.
5.2.1.5 PIPING AND VALVES
5.2.1.5.1 All new water piping shall be HDPE or PP-P fusion pipe
constructed on site. New anti-vortex plate shall be installed on
the duplex water booster pumps or inside the potable water
tank.
5.2.1.5.2 All isolation valves shall be quarter-turn ball valves rated for
300 psi and potable water service.
5.2.1.5.3 All hangers and pipe support must be galvanized or epoxy coated
type.
5.2.1.6 Contractor shall flush and chlorinate the water storage tank and all piping
prior to making final connections and prior to final acceptance, per AWWA
Standards C652-11 and C653-13.
5.2.1.7 Contractor shall coordinate tie-in of the new water service with the COR.
5.2.1.8 All materials will be supplied by the contractor.
5.2.2 Electrical System
5.2.2.1 All electrical wiring shall be THHN, 90degC rated.
5.2.2.2 All conduit installed inside of the electrical switchgear room shall be
galvanized rigid conduit (RGC), galvanized intermediate metal conduit
(IMC), or liquid-tight flexible conduit with appropriate fittings.
5.2.2.3 All above-ground conduit installed outside of the electrical switchgear room
shall be galvanized rigid conduit (RGC) or liquid-tight flexible conduit with
appropriate fittings.
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 8
5.2.2.4 Underground electrical conduit may be RGC or Schedule 80 PVC encased in
concrete (minimum 2-inch cover in all directions).
5.2.2.5 Contractor shall provide and install the required panelboard breakers for this
project to match the existing panel manufacturer and model type.
5.2.2.6 Contractor shall make all panel and upgrade water treatment plant
terminations.
5.2.2.7 The electrical trench depth will be a minimum of 18” plus the diameter of the
conduit.
5.2.2.8 Transitions from PVC/PE piping to RGC piping must be independently
supported.
5.2.2.9 All piping penetrations through concrete must be sleeved so that piping does
not come in direct contact with concrete material.
5.2.2.10 All materials will be supplied by the contractor.
5.2.3 Installation of Water Storage Tank
5.2.3.1 Removal of existing water storage tank.
5.2.3.2 Install the Glass Reinforced Plastic (GRP) storage tank following the final
design, layout, and instructions of the Contractor, on-site Factory
Representative and in accordance with the Submittal Drawings and the Final
Work Plan. The preliminary design includes:
5.2.3.2.1 System Control Center: All of the installed equipment will be
controlled/monitored by the existing main system controller
mounted at the adjacent pump house.
5.2.3.2.2 Construction of a new, one (1) new 100,000 liter water storage
tank.
5.2.3.2.3 Adding NSF 61 certified, electronic flow meter, which measures
in gallons, with low flow indicator as the water enters the pump
house, replacing the existing flow meter.
5.2.3.2.4 Replacing all piping and fittings with HDPE or PP-P fusion pipe
constructed on site.
5.2.4 Service Interruption
5.2.4.1 The contractor shall notify the COR in writing three (3) workdays prior to
any planned electrical or water outages.
5.2.4.2 The contractor must schedule work to maintain flexibility since interruptions
may not be granted on the date(s) requested.
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 9
5.2.4.3 Electrical shutdowns and operation of electrical breakers and switches shall
be accomplished only by qualified personnel and upon the advance approval
of the COR.
5.2.4.4 Proper lockout/tag-out procedures shall be followed; the contractor shall
supply lockout/tag out materials.
5.2.4.5 Power shall be maintained to all operational loads (as determined by the
COR) during regular working hours.
5.2.5 Labeling
5.2.5.1 All equipment and circuits installed or altered as part of the SOW shall be
correctly labeled.
5.2.5.2 Circuit and panel numbers shall be labeled on service feed and lighting.
5.2.5.3 Labels shall be ANSI or TIA/EIA-606-A industry labeling standards
5.3 After Implementation
5.3.1 Start-up and Commissioning. Contractor will be available during start-up and of the
proposed water storage tank to assist Post Facilities staff with any issues related to
utility water supply and electrical service.
6 WARRANTY
6.1 The installing contractor shall provide a one-year installation warranty that includes all
materials, labor, and miscellaneous costs.
6.2 The contractor may seek reimbursement from the manufacturer or any other entity providing
warranties for the equipment installed, but the contractor must be the responsible party for
warranty repairs.
6.3 The contractor shall provide, at his cost, for onsite repairs within 72 hours of notification of
an operational problem or failure within the warranty period for the electrical or water
service systems installed under this Scope of Work.
7 POINTS OF CONTACT
7.1 CONTRACTING OFFICER: The Contracting Officer (CO) shall be Steve Siebert,
Supervisory General Engineer, OBO/CFSM/FAC/PS.
7.2 CONTRACTING OFFICER REPRESENTATIVE (COR) shall be the Embassy Facility
Manager.
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 10
8 PROPOSAL SUBMITTAL: Proposal shall be submitted to the CO and COR shown above.
9 ATTACHMENTS:
9.1 Attachment #1: Existing Water Storage Tank – Plan View
9.2 Attachment #2: Existing Water Storage Tank – Photographs
END SOW
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 11
ATTACHMENT 1
EXISTING WATER STORAGE TANK - PLAN VIEW
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 12
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 13
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 14
ATTACHMENT 2
EXISTING WATER STORAGE TANK – PHOTOGRAPHS
Outlet pipe located at the bottom (back side of the tank)
Inlet Pipe Located on top (Back side of the tank)
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 15
Outlet pipe located at the bottom (back side of the tank)
Right Hand Side of the Tank
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 16
Left hand side of the Tank
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 17
Top View of tank
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 18
Top View of Tank
SCOPE OF WORK
WATER STORAGE TANK REPLACEMENT
U.S. EMBASSY DAR ES SALAAM, TANZANIA
Rev-1 Page 19
Rear View of Tank