STATEMENT OF WORK PART A – GENERAL INFORMATION



STATEMENT OF WORK PART A – GENERAL INFORMATION

A.1 INTRODUCTION – The VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 has a requirement to upgrade a small portion of our Boiler/Steam Distribution System at the Medical Center.

A.2 BACKGROUND – The VAMC has a need to upgrade a small portion of our Boiler/Steam Distribution System. Work will include repairs such as O2 Probe replacement, valve replacement and several repairs on the Boilers themselves.

A.3 SCOPE OF WORK – Vendor will provide all parts, labor, equipment, material, and supervision to conduct the Boiler/Steam Distribution System upgrades per the Statement of Work listed below.

STATEMENT OF WORK PART B – WORK REQUIREMENTS

B.1 Tasks to be accomplished:

For the purpose of reference, the VAMC has 4 Boilers located in Building #3: These Boiler are Identified below:

a. Boiler #1 400 HP Johnston Firetube Boiler

b. Boiler #2 350 HP Kewanee Firetube Boiler

c. Boiler #3 300 HP Kewanee Firetube Boiler

d. Boiler #4 350 HP Cleaver Brooks Firetube Boiler

1. Vendor will provide and install a new Hayes Cleveland Oxygen Analyzer probe on Boiler #3. This is a 300 HP Firetube Kewanee Boiler. The Oxygen Analyzer Probe must be compatible with the Hayes Cleveland Series 10050 Oxygen Monitor. Once the installation is complete, the Vendor will calibrate the probe and will also provide the calibration gas to perform this task.

2. Vendor must provide and install a new 6” 150# Cast Steel Gate Isolation valve in the Boiler Plant. Vendor will also provide and install new Gaskets, Bolts and Welded Flanges to complete this installation.

3. Vendor must provide and install new Flex Connectors on 2 Hot Water Heating Pumps in Building 23R. Vendor must remove and replace two 3” x 6” Flex Connectors on each pump. Vendor must also replace all pipe and flanges on each pump. The Vendor will be responsible to furnish and install all required pipe, valves and fittings needed to complete the job.

4. Vendor must provide all needed material and labor to replace the existing main natural gas regulator and vent on Boiler #4, a 350hp Cleaver-Brooks Model CB-LE Firetube Boiler. We have identified that the regulator we currently use is too large and due to pulsating pressures, we cannot meet VA Specifications using the current regulator. The newly installed Regulator must, at a minimum, meet the following specifications:

a. Must be single seated and diaphragm operated.

b. Must be for natural gas service.

c. Controlled pressure must be sensed downstream of the Main Valve.

d. The Valve can be self-operated or pilot operated but must comply with all performance requirements.

e. Must provide precisely controlled downstream pressure in the Fuel Train as required by the Burner and Fuel trains furnished with upstream pressure as shown or specified..

f. The inlet and outlet emergency pressure rating will be, at a minimum, twice the lock up pressure of the nearest upstream pressure regulator.

g. The maximum outlet pressure droop will be 5 percent of the set pressure over the burner firing range.

h. The maximum lock up pressure will be 1.5 times the regulated pressure.

i. The speed of the response to the opening of the automatic safety shut off valves will be sufficient to allow the set pressure of the low pressure switch to be within 20 percent of the normal operating pressure with on nuisance burner trips.

j. The construction of the Main Valve will be of Cast Iron Body with a replaceable plug and seat and have a downstream pressure sensing line.

5. The vendor will be responsible to replace the Main Gas Regular vent piping with the correct size. The Vendor is responsible for determining the proper size needed for the application it is being used for.

6. The High Water Circuit on Boilers #1, #2 & #3 require some alterations. The Vendor will make the following changes on all three Boilers:

a. Remove the high water control from the Boilers limit/interlock circuit to allow the Boilers to continue to run during a high water condition or alarm.

b. Furnish and install a new alarm bell that will be dedicated to the high water circuit of each Boiler. The alarm must be loud enough that the Boiler Operator can hear it, while wearing hearing protection, from any location within the Boiler Plant.

c. Change the wiring so the high water alarm bell and high water indicating lamp will be activated regardless if the Boiler is online or offline.

7. Vendor to provide all parts, labor, material, equipment and supervision to re-wire the limit/interlock circuit on Boiler #4, a 350hp Cleaver Brooks Firetube Boiler. Vendor must re-wire all of the safety controls currently wired into the limit circuit into the 3-P interlock circuit. The Vendor must also provide the VAMC with a new updated electrical diagram/drawing showing the boilers limit/interlock circuit.

8. The Vendor will install an Annunciation Panel for all 4 Boilers. The purpose of the Annunciation Panel is to alert operators of alarm conditions in the Boiler Plant. The Vendor can custom build the panel or provide an off the self Annunciation Panel. The Annunciation Panel must indicate the status of each Safety and Limit Control on each Boiler. The panel must have lights that flash and a bell or horn that sounds when an alarm condition is detected, sufficient enough to attract the Boiler Operators attention. The panel must allow the Boiler Operator to silence the alarm with a button or switch but allow the light to remain lit as long as the process is in the alarm state. When the alarm clears (process condition returns to normal) the lamps will go out. Each lamp must have an engraved or marked placard identifying the name of the process alarm.

9. Vendor will provide all parts, labor, material, equipment and supervision to install a low fire start switch on each of the four Boilers natural gas valve. (Butterfly Valve)

10. Each of the four Boilers currently has a Honeywell 7800 Flame Safeguard display. These displays are currently located inside the main control cabinet. These cabinets have high voltage electricity wired into them presenting a safety issue for the Boiler Operators when then open the cabinets to access the Honeywell Displays. The Vendor will provide all parts, labor, material, equipment and supervision to mount the displays on the outside of the cabinets on the front access panel. The Vendor will also install a reset button on the outside of the cabinets on the front access panel along with the Honeywell Displays. The intent of this project is to provide a safer working environment for the Boiler Plant Operators.

11. The Vendor will provide and install one 1-1/4” Pressure Reducing Valve (PRV) on the steam line that provides service steam to the DA Tank. This PRV must have an1,800 pounds per hour capacity with a max flow rate of 2,500 pounds per hour. It will also have an Inlet Pressure of 90 psi and an Outlet Pressure of 45 psi.

12. The Vendor will provide and install one 1-1/2” Pressure Reducing Valve (PRV) on the steam line that provides service steam to the DA Tank. This PRV must have an3600 pounds per hour capacity with a max flow rate of 4,600 pounds per hour. It will also have an Inlet Pressure of 90 psi and an Outlet Pressure of 45 psi.

a. The Vendor will provide and install (Two) 1-1/2” 150# Bypass Valves on steam lines as part of the PRV replacement in items number 12 and 13 above.

b. The Vendor will provide and install (Three) 2-1/2” 150# Flanged Gate Valves on steam lines as part of the PRV replacement in items number 12 and 13 above.

13. The Vendor will provide and install one 2” Spence pilot operated steam Pressure Reducing Valve (PRV) This PRV must have an1,800 pounds per hour capacity with a max flow rate of 2,800 pounds per hour. It will also have an Inlet Pressure of 45 psi and an Outlet Pressure of 6 psi.

a. The Vendor will provide and install (One) 2-1/2” 125# Steam Bypass Globe Valve on steam line as part of the PRV replacement in item number 16 above.

b. The Vendor will provide and install (One) 3” 125# Flanged Steam Isolation Gate Valve on the steam line as part of the PRV replacement in item number 16 above.

c. The Vendor will provide and install (One) 4” 125# Flanged Steam Isolation Gate Valve on the steam line as part of the PRV replacement in item number 16 above.

14. The Vendor will provide and install one 2-1/2” Spence pilot operated steam Pressure Reducing Valve (PRV) This PRV must have an3,600 pounds per hour capacity with a max flow rate of 4,500 pounds per hour. It will also have an Inlet Pressure of 45 psi and an Outlet Pressure of 6 psi.

a. The Vendor will provide and install (One) 3” 125# Flanged Steam Isolation Gate Valve on the steam line as part of the PRV replacement in item number 20 above.

b. The Vendor will provide and install (One) 4” 125# Flanged Steam Isolation Gate Valve on the steam line as part of the PRV replacement in item number 20 above.

STATEMENT OF WORK PART C – SUPPORTING INFORMATION

C.1 Place of Performance – The VAMC located at 1540 Spring Valley Drive, Huntington WV 25704.

C.2 Period of Performance – The Contractor shall perform all work during normal business hours (8:00am to 4:30pm) unless other times are coordinated with Contracting Officer’s Representative (COR) and with the approval of the Contracting Officer.

Work is to begin as soon as possible as but no later than 15 calendar days after the arrival of the parts and equipment that need to be ordered. The start date must be approved and coordinated with the VAMC Maintenance & Operations Supervisor who can be reached via the following contact information.

Mike Sparks

M&O General Supervisor

Huntington, WV VAMC

Office Phone 304.429.6755 x 3383

Office Fax:  304-429-7552

Nextel Phone:  304-751-0085

robert.sparks@

C.3 Special Considerations –

C.3.1 Contractor Furnished Materials – All labor, materials, equipment to perform the job. When “furnish”, “provide”, “install”, or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material and labor to conduct work as listed in the Statement of Work above. The work will include all items as described in the Scope of Work listed above.

C.3.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property.

C.3.3 Qualifications of Key Personnel – Contractor’s employees should be knowledgeable of standards associated with this type work.

C.3.4 Supervision/Communications. At all times during the performance, the Contractor’s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor’s “Competent Person” that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor’s Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job.

C.3.5 Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor’s employees shall return all I.D. badges to designated personnel at time designated in the task order.

C.3.6 The Contracting Officer’s Representative (COR) is responsible for the inspection of the work called for in this job. The Contracting Officer’s Representative will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities.

C.3.7 The Safety Manger is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location.

C.3.8 Drawings – General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order.

C.3.9 Verification of Dimensions – The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen.

C.3.10 Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings.

C.3.11 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download