Replacement of Heat System Components



Similar documents
CSA CONSTRUCTION, INC McAllister Road Houston, Texas SUBCONTRACTOR AGREEMENT

STATEMENT OF WORK FOR INSTALLATION SERVICES REPLACE AC UNIT FOR ELEVATOR MACHINE ROOM

Memorandum Potentially Affected AIA Contract Documents AIA Document A AIA Document B Important Information

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ).

Construction Contract

SUB CONTRACTORS AGREEMENT

MAJOR EQUIPMENT PURCHASE CONTRACT

Jigsaw24 Support Contract Terms & Conditions

CONTRACTOR GUIDELINES

How To Write A Contract In The European

ELECTRICAL CONTRACTORS THE UNIVERSITY OF TENNESSEE KNOXVILLE, TENNESSEE SECTION PAGE 1

CONTRACT FOR THE APPOINTMENT OF AN APPROVED INSPECTOR

For a period of one (1) year beginning on the Closing ( Warranty Period ), Builder warrants to Purchaser, and only Purchaser, that:

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

1. INTERPRETATIONS AND DEFINITIONS Whenever used in this Agreement, the following terms shall have the meaning set out below:

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

INSPECTION AND CONSTRUCTION MANAGEMENT CAPABILITIES

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of

Contractor s Guide. April 2016

General Terms and Conditions of Purchase and Cooperation for Services

BROOKFIELD GLOBAL INTEGRATED SOLUTIONS STANDARD PURCHASE ORDER TERMS FOR SUPPLIES

SolarEdge Technologies Ltd.

TT ELECTRONICS INTEGRATED MANUFACTURING SERVICES LIMITED CONDITIONS OF PURCHASE

REQUEST FOR PROPOSALS

Service Schedule for MANAGED SERVICES

GENERAL CONDITIONS OF CONTRACT MINOR WORKS AND SERVICES

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

How To Get A Job Done

CHAPTER 23. Contract Management and Administration

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO MARY ANN MILLER, CPPO PURCHASING AGENT.

M AINTENANCE S ERVICE A GREEMENT L ABOR O NLY

PURCHASE ORDER TERMS AND CONDITIONS

ecopy Business Automation Services Software License Agreement

PENNSYLVANIA BUILDERS ASSOCIATION INSTRUCTIONS TO HOME IMPROVEMENT MODEL CONTRACT STANDARD FORM Introduction

CONTRACT FOR SALE AND PURCHASE OF ASSET BETWEEN. PETRONAS Chemical Derivatives Sdn Bhd ( COMPANY ) AND BUYER

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

Telstra Corporation Limited ABN Standard Terms and Conditions of Purchase Order

ROYAL MAIL GROUP ADDRESS MANAGEMENT UNIT PAF DIRECT END USER LICENCE

ARTWORK COMMISSION AGREEMENT

DASHBOARD CONFIGURATION SOFTWARE

GUIDANCE NOTE ON OUTSOURCING

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

COMPLIANCE WITH LAWS, CODES, AND STANDARDS

JRI S STANDARD TERMS OF PURCHASE. Business Day: a day (other than a Saturday, Sunday or public holiday) when banks in London are open for business.

The Passenger and Freight Elevator Act

Service Schedule for CLOUD SERVICES

How To Install An Overhead Sewer

SaaS Terms & Conditions

The Embassy of the United States of America invites you to submit an offer for supply and install the following A/Cs:

GOVERNMENT OF MALAYSIA STANDARD FORM OF DESIGN & BUILD / TURNKEY CONTRACT (PWD FORM DB/T)

PURCHASE TERMS & CONDITIONS North America Greene, Tweed & Co. (Houston, Texas)

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

HOME IMPROVEMENT CONTRACT

InterAnalysis Limited Sales and Licence Agreement

TERMS AND CONDITIONS OF PURCHASE FOR CONSTRUCTION WORKS OF SIEMENS-GROUP AUSTRIA ISSUED DECEMBER 2012

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No

Small Public Work Contract

Contractor Safety Management

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

Performance Bond. Business):

TERMS AND CONDITIONS OF SALE. Quotations, Purchase Orders, Acknowledgements, Packing Lists/Slips, Invoices & Credits

Please Refer to Attached Sample Form

CITY COLLEGE OF SAN FRANCISCO May 2008 PROJECT INSPECTION SERVICES

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

BUYING AGENCY AGREEMENT

Terms & Conditions. Continued on next page BUSINESS NAME AVISTA ACCOUNT # BUSINESS PHONE CONTACT NAME INSTALLATION DATE

HAWAII STANDARD GENERAL CONDITIONS FOR FORM OF AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR

SOUTHWESTERN BELL TELEPHONE PRACTICE SW SWBT Standard Issue B, October Central Office Wet-Cell Batteries Removal and Disposition

PREFACE. The Contract for the Supply and Delivery of Goods has been prepared for use in supplies contracts which have the following characteristics:

Tallinn Airport Ltd. Conditions of infrastructure use for ground handling service providers. Valid since Lennart Meri Tallinn Airport

Work Breakdown Structure Element Dictionary Construction

07/2013. Specific Terms and Conditions Mobile Device Management

Air Conditioning Systems Warranty Manual. Version 1.8

DOCUMENT. General Purchase Conditions

6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property

Contract Clauses Appendix B: Contract

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

BOND AGREEMENT: IRREVOCABLE LETTER OF CREDIT FOR COMPLETION OF IMPROVEMENTS

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

Implementation Consulting

PUBLIC SECTOR STANDARD CONDITIONS OF CONTRACT FOR CONSTRUCTION WORKS

Statement of Work (SOW)

SELLING TERMS AND CONDITIONS

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

KITCHEN CONTRACT FOR WORK OVER $5000 COMPANY NAME: ADDRESS: DATE: CONTRACT PRICE: Please read all attached information and terms.

SECTION 807 PUMP STATION REHABILITATION

RBI ASSET MANAGEMENT STANDARD CONDITIONS OF BUSINESS

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME

Transcription:

STATEMENT OF WORK FOR Replacement of Heat System Components At Warehouse Takoraudantie 4 08/17/2013 REV 8-24-13 Project 2013-021 Page 1 of 6

1.0 INTRODUCTION 1.1 Overview: The U.S. Embassy Helsinki has a requirement for a contractor to replace components of the heating system at a U.S. Embassy warehouse in Helsinki. The work will consist of: Removal of all radiators, thermostats and valves for hot water heating system. Removal of existing mounting radiator mounting brackets, and covers as needed. Removal and replacement of any obstructions in work and replacement of obstructions after installation. Remove and replace existing security bars at first floor windows. Existing construction to be protected from damage. Contractor to be responsible for repair and or replacement of all damage. Provide and install new Purmo (or equal) radiators. Use compact series panel radiators. Contractor to be responsible for properly sizing replacement radiators and providing calculations to Owner. Provide and install new Danfoss (or equal) thermostatic radiator valves and direct mount operators on all radiators. Install sensors as needed by location condition to ensure proper function of thermostats. Provide and install all valves for incoming and outgoing lines. Pipe modifications to be contractor s responsibility for proper installation. Provide and install pipe insulation on all exposed pipe and joints in basement. Provide temporary floor protection as needed where work is to be performed and on pathways to bring in or dispose of materials. Include cost of all preparations and cleaning needed. Project to be kept clean daily. Include costs for all work and supplies as needed for a complete project. 1.2 The Embassy location is: U.S. Embassy Warehouse Takoraudantie 4 Helsinki 1.3 The Contracting Officer Representative (COR) shall be: Kato Smith Facility Manager Phone 358 9 6162 5647 Cell 358 40 674 4062 Email SmithKD@State.gov 1.4 All inspections will be requested through the COR. 08/17/2013 Page 2 of 6

2.0 GENERAL REQUIREMENTS 2.1 The Contractor shall provide a quantity of construction personnel, equipment, materials, tools and supervision as needed to complete the services and technical requirements in the Statement of Work (SOW). It is expected that the Contractor shall partner closely with Embassy personnel. 2.2 The Contractor must be approved by the flooring material supplier to install their product. 2.3 The Contractor shall designate and make available a representative to meet with the Contracting Officer s Representative (COR) weekly to discuss the Progress Report, or other matters pertaining to the Project. The contractor shall follow up all telephone conversations affecting the scope of work with an email summary of the conversation sent to the COR. 2.4 All work shall be executed in a diligent manner in accordance with a negotiated firm fixed price and performance period. 2.5 Normal Embassy work week is from Monday through Friday from 08:30 to 17:00. 3.0 CONTRACT ADMINISTRATION 3.1 The Contractor shall NOT conduct any work that is beyond this Statement of Work unless directed in writing by the CO. Any work done by the Contractor beyond this SOW without direction from the Contracting Officer (CO) will be at the Contractor s own risk and at no cost to the U.S. Government. 3.2 Neither payment, or approval, nor acceptance of Contractor s services under this contract by the Embassy shall be construed to operate as a waiver of any rights under this contract or any cause of action against the Contractor arising out of the performance of this contract. 3.3 The Embassy has the right to inspect and test all services called for by the contract, to the extent practicable, at all times and places during the term of the contract. 3.4 The COR, on behalf of the CO, has the authority to issue a temporary stop order during the execution of any particular phase of this SOW. This authority may be executed when the Embassy requires time for official functions or is in possession of specific credible information indicating that the lives of Embassy personnel are immediately threatened and that the execution of the project will increase the Embassy's vulnerability. The COR shall promptly notify the CO that work has been stopped. The Embassy may stop work on up to 10 occasions for full workdays during the project with 24 hours notice to the Contractor. The Embassy shall fund work stoppage for mission critical operations beyond 10 days. 3.5 The CO has the right to terminate this contract for convenience at any Phase in whole, or from time to time, if the CO determines it is in the interest of the U.S. Government. 08/17/2013 Page 3 of 6

4.0 RESPONSIBILITY OF THE CONTRACTOR 4.1 The Contractor shall prepare and maintain a Project Schedule to address the cost and schedule for the project. The Project Schedule is intended to document the entire project from beginning to end. 4.2 Any cost associated with services subcontracted by the Contractor shall be borne by and be the complete responsibility of the Contractor under the fixed price of this contract. 4.3 The Contractor shall be and remain liable to the USG in accordance with applicable US law for all damages to the Embassy caused by the Contractor's negligent performance of any of the services furnished under this contract. The rights and remedies for the USG provided for under this contract are in addition to any other rights and remedies provided by US law. 4.4 The Contractor s senior representative shall be responsible for briefing COR on the status of the Work. The Contractor shall have all the means to communicate with on-site personnel using state-of-the-art technologies for the industry including, but not limited to, electronic mail, World Wide Web, digitizing equipment, wireless phone or other means. 4.5 The Contractor shall ensure that the overall program is executed smoothly, delivered on schedule, and within the project budget. The Contractor shall coordinate the efforts of all sub-contractors to ensure successful completion of this program within schedule and cost. 4.6 The Contractor shall clean the worksite at the end of each day and be responsible for all waste removal associated with their work. 4.7 All unclassified drawings and unclassified documents must be returned to the COR at completion of the task order. In addition, all documentation produced for this project shall become the property of the USG at the completion of the project. 4.8 The Contractor is responsible for safety and shall comply with all local labor laws, regulations, customs and practices pertaining to labor, safety and similar matters. The Contractor shall promptly report all accidents resulting in lost time, disabling, or fatal injuries to the COR. 5.0 CONSTRUCTION SERVICES 5.1 The Contractor shall survey the compound areas where construction will take place and become thoroughly familiarized with the existing conditions and conditions that will affect the construction. The Contractor shall ascertain all local permit requirements, licensing requirements, and the quality and availability of materials, sub-contractors, and equipment that may be needed to execute the contract. 5.2 The Contractor shall inspect and evaluate all available drawings and reports pertaining to the project. The Contractor shall field verify all dimensions for construction relevant to the project. 08/17/2013 Page 4 of 6

5.3 All materials and equipment incorporated into the project shall be brand new. The Contractor shall transport and safeguard all materials and equipment required for construction as instructed by the manufacturer s instructions. 5.4 The contractor shall include all transportation and installation costs in the bid price. 5.5 The Contractor shall at all times keep the work area free from accumulation of waste materials. Upon completing construction, the Contractor shall remove all temporary facilities and leave the project site in a clean and orderly condition acceptable to Post. Any repair of damage caused as a result of this project will be the responsibility of the Contractor. 5.6 The Contractor shall maintain continuous usage of existing systems during construction, including providing temporary cooling units if necessary. 5.7 Deliverables to Accompany Completion of Construction: The Contractor shall provide one copy of the following to the COR: A. Contractor & Manufacturer s Contact List. The Contractor shall provide a list containing contractor s & manufacturers contact information for future repair and maintenance. B. Maintenance Instructions. Provide two copies to Embassy only. C. Design Calculations for radiators. D. Manufacturers Equipment Warranties and Identification of Warranty Items E. One-year workmanship guarantee in writing covering all equipment, materials and labor in the event any workmanship or equipment items are found defective 5.8 The Contractor shall provide operations and maintenance training on the system to Post staff. Coordinate training periods with the COR in writing at least seven (7) business days in advance. 6.0 PROJECT SCHEDULE 6.1 The Contractor shall commence work under this contract promptly upon Notice to Proceed, execute the work diligently, and achieve final completion and acceptance of the project, including final cleanup of the premises and training of Post operations personnel, within the contract period specified. 6.2 Milestones: Pre-Bid Meeting August 29, 2013 at 11:00 Bid Due Date September 9, 2013 1t 13:00 Beginning of work October 7, 2013 Completion of project No later than October 31, 2013 08/17/2013 Page 5 of 6

6.3 Notification of intent to attend pre-bid meeting must be submitted to SmithKD@state.gov more than 24 hours in advance for security clearances. 6.4 Bids must be submitted in English and are due September 9, 2013 no later than 13:00. All bids to be submitted by email to SoderlinVA@state.gov. 7.0 SECURITY CLEARANCES 7.1 All people on site must get clearance from the Embassy Regional Security Officer prior to being allowed on site. Because of the clearance requirement, the work to be performed under this contract requires that the Contractor, its employees and sub-contractors submit personnel information for review by the Embassy. Information submitted by the Contractor will not be disclosed beyond the Embassy. 7.2 The contractor shall submit this information including vehicle requirements within 5 days of the Notice to Proceed. 8.0 PAYMENTS 8.1 The Contractor shall provide a fixed fee, lump sum proposal to the CO for the work. 8.2 The Contractor shall submit the invoice, with the appropriate backup documents to the COR. The COR will determine if the invoice is complete and proper as submitted. The COR also will determine if billed services have been satisfactorily performed and if expenses billed are correct. If it is determined that the amount billed is incorrect, the COR will within seven days, request the Contractor to submit a revised invoice. 8.3 Payment terms are 30 days. 8.4 The Contractor shall specifically identify his last invoice "Final Invoice. The Final invoice shall include the remaining payment claimed to be due under the basic contract and all modifications issued, if any. The final invoice shall also include the Contractor's Release of Claims Certificate attached. END OF STATEMENT OF WORK 08/17/2013 Page 6 of 6