Sie sind auf Seite 1von 25

Construct Expeditionary Maintenance Hangar

ALUA 11-0058
1 March 2011

DM1015 - Construction of OLBAPACK spa, EPC Project


1.0
SUMMARY OF WORK

1.1 This Statement of Work (SOW) outlines the minimum requirements for an approximately
2,700 SMfor a Beverage Cans factory plant site (29,000 SF) Expeditionary Aircraft
Maintenance Hangar. MELEC will be responsible for all EPC works except those related to
the process or process machinery. Coordination between MELEC and the machine integrator
will take place during the project execution at a later stage. The hangar shall consist of a pre
fabricated Tensioned Fabric Structure. Contractor shall ensure that the product is complete
and fully functional at the time of the final inspection.
2.0

GENERAL
2.1 Location of Project: The project is located in Al Udeid Air BaseBordj Bou Arreridj (BBA),
Algeria (N355456 E 43914). . See attached Project Location Plan and Site Plan.
2.2 Codes and Regulations: The Contractor shall be responsible for all design and layout
required to properly fabricate, erect, and fit the various systems required and described
herein. The Contractor shall ensure that all work and installations are based on the MOST
RECENT standards of the following:HACCP, BRC, IEC, NFPA, ACI.
Air Force Instructions (AFI);
American Concrete Institute (ACI);
American Society of Civil Engineers (ASCE);
Construction Specification Institute (CSI);
International Building Code (IBC);
International Fire Code (IFC);
Kahramaa Regulations;
National Electric Code (NEC);
National Fire Protection Association (NFPA);
Qatari Construction Specifications (QCS);
Unified Facilities Criteria (UFC);
The most stringent code shall be applied in all cases. Deviations from the codes must be
approved by the Contracting Officer in writing. In addition, all work shall be performed in a
professional manner by journeyman craftsmen certified in the trade in which they are
employed.
2.3

Verification of Dimensions:

2.3.1
Field Verification: The quantities listed in the SOW are for notional purpose only.
The ContractorMELEC shall field verify the SOW and related information provided within
this document. Field verify all dimensions, government provided information, and
assumptions on site. Dimensions appearing on the drawings are nominal and shall NOT
be used for fabrication of equipment and/or components for installation. All equipment
and materials shall be installed in accordance with manufacturer's recommendations and
the Contract Documents.by the machine integrator.
2.3.2
Government Client Provided Drawings: drawings indentifyidentify and show
approximate locations of main facility components and equipment. The
ContractorMELEC shall field verify drawings and provide a list of any additional items
required to provide a complete and fully operational system.
2.3.3
During the project execution, the first step shall be a meeting between Melec, the
client and the machine integrator in order to define the design and management inputs
needed for all parties.
3.0

MANAGEMENT

1 |Page

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

at no additional cost to the Government. All construction, delivery, and items must meet
the Technical Specifications of this document.
4.0

DESIGN SUBMITTALS
The design completion shall consist of several steps:
4.1

Topographical Survey

4.2

Geotechnical survey

4.3

Mechanical design: preliminary and detailed engineering.

4.4

Electrical design: preliminary and detailed engineering.

4.5

Civil design: preliminary and detailed engineering.

4.6

Structural design: preliminary and detailed engineering.

4.7

Low current design: preliminary and detailed engineering.

4.8

Landscaping Design

:
The AF Form 66 (Schedule of Material Submittals) shall be provided to the Contractor upon
award. The provided AF Form 66 is dependent upon the Contractors proposed systems,
materials, and construction processes and therefore, shall be considered a guideline for minimum
requirements. The submittal schedule is based upon the following:
Drawings, materials, and equipment shall be submitted for Government review for compatibility,
operability and maintainability for future repair and maintenance by in-house Government
resources.
Drawings, calculations and test results shall be submitted for Government review to verify design
quality control and compliance with restricted U.S. Government requirements (such as AT/FP and
security regulations) not provided to the Contractor.
Schedules shall be submitted for Government review to deconflict other installation events and
construction projects, escort requirements and Government onsite quality control points.
Construction processes and quality control systems shall be submitted for Government review to
verify safe and quality procedures are in place before construction operations begin.
Color samples shall be submitted for Government review and approval.
Any item meeting the above criteria shall be submitted for Government review. The Contractors
shall identify additional items for Government review in writing before construction operations
begin or procurement of the specific material, equipment, schedule, or process.
The Contractor shall provide a Revised Schedule of Material Submittals with the additional
submittal items annotated on the document at each point of the design process.
The Contractor shall not construe the Governments approval of design submittals as a complete
check, but only indications that the general method of construction, materials, detailing, and other
information are satisfactory for the Governments requirement. Approval will not relieve the
contractor of the responsibility for any error that may exist. If applicable, the Contractor shall
make all corrections required by the Government and promptly furnish a corrected submittal in
the form and number of copies specified for the initial submittal. After the Government approves
a design submittal, the Government will not consider any re-submittal for the purpose of
substituting materials or equipment unless accompanied by an explanation of why a substitution
is necessary.
2 |Page

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

The Contractor must provide a Submittal Schedule based upon the AF Form 66 and coordinated
with the Design and Construction Schedule in this SOW. A minimum of 14 calendar days shall
be scheduled for government review and approval of the Contractors Submittal Schedule. Long
lead items shall be identified on the submittal schedule and sufficient schedule time shall be
granted for their procurement. If the submittal schedule is not approved, the Contractor shall
revise and resubmit it in 7 calendar days. Once the resubmittal is provided, the Government has
7 calendar days to review and approve. This submittal procedure shall be followed until the
submittal schedule is approved. Material submittals shall be numbered in accordance with CSI
and technical specifications. If other than CSI, IBC, or UFC specifications are referenced, the
Contractor shall provide a copy of the technical specification for review. At a minimum, the
technical specification shall be clearly identified.
Submittal items from general catalogs shall have the specific item individually identified by
highlighting, or using arrows. Submittals shall be concise, referenced to codes, and readily
identifiable upon initial review.
Material or equipment items requiring capacity, sizing, or rating calculations shall be accompanied
by detailed technical calculations supporting the submitted material. Units utilized in calculations
shall be identical to catalog data provided as part of the material submittal for ready inspection of
alignment between the data and the calculated requirement. All input assumptions shall be
clearly identified as part of the calculation procedure. Where computerized calculations software
is utilized, the input data file along with hand calculations verifying base scenario shall be
included with the submittal.
Calculations and Drawings shall be stamped and signed by the registered Professional Engineer
or Registered Engineering Consultancy responsible for the design. Provide a copy of the current
Engineering License, along with a certified translation if not in English.
The project schedules Work Breakdown Structure (WBS) shall be based upon the CSI format
numbering system.
The Contractor may propose alternate procedures, methods and /or type of materials; however,
alternate proposal must meet the minimum requirements outlined within this SOW and approved
by the Government. All materials shall be NEW.
Proposal acceptance will be based on the contractors in-depth technical understanding of the
scope by including preliminary designs and calculations as a part of the overall submittal.
5.0

SITE DESCRIPTION

5.1

The site will occupy 80,000 m

5.2

Elevation at site: 759 m above MSL.

5.3

Barometric Pressure 90.19 kPa

5.4 Ambient climatic conditions (data from WeatherBug Historical data location is Bordj Bou
Arreridj (BBA), Algeria.
5.5 Design Ambient (outdoors) conditions
5.5.1 Cooling Design - DB 105F [35.2C] MCWB 71.9F [22.2C]
5.5.2 Evaporation 0.4% Design - WB 77.9F [25.5C] MCDB 87.1F
[30.6C]
5.5.3 Heating 99.6% Design - DB 35.4F [1.9C]

3 |Page

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

In general the site area has been subdivided in several areas at this stage
and shown in the figure below:

For each area or building the below assumption for the direction of usage were
taken:
Area A
A.1 Approximate Surface: 10472 m
A.2 Description: This area is the one that will be surrounding the road
and surrounded by the fence.
Area B
B.1 Approximate Surface: 7700 m
B.2 Description: This area is assumed as landscaped
Area C
C.1 Approximate Surface: 5750 m
C.2 Description: This area is assumed as landscaped
Area D
D.1 Approximate Surface: 17920 m
D.2 Description: This area is used for the main road of Olbapack
Area F
F.1 Approximate Surface: 7920 m
4 |Page

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

F.2 Description: This area is assumed as landscaped


Area G
G.1 Approximate Surface: 8300 m, steel warehouse.
G.2 Description: This area is for a high-bay warehouse area, 12m roof
clear height.
Area H
H.1 Approximate Surface: 1120 m
H.2 Description: This area is assumed as landscaped
Area I
I.1 Approximate Surface: 770 m
I.2 Description: This area is assumed as landscaped
Building 1
1.1 Approximate Surface: 102 m
1.2 Description: This area is a small partition inside the warehouse.
Building 2
2.1 Approximate Surface: 1400 m + 400 m (second floor) concrete and
concrete blocks building 8m parapet height.
2.2 Description: Administration building
Building 3
3.1 Approximate Surface: 11600m, mid-bay 10m roof clear height, steel
warehouse.
3.2 Description: Manufacturing and support system areas.
Building 4
4.1 Approximate Surface: 3560 m, low-bay 5m roof clear height, steel
warehouse.
4.2 Description: This building is multipurpose used for storage, repair,
pumps, spare parts, scrap, electrical workshop, cooling towers, lab,
etc
5.6

Site Grading: Not required.

5.7 Electrical Service: Provide 400A outdoor pad mounted panelboard next to existing
substation 8-2 and 200m underground feeder.
5.8

Communications Service: Not Required.

5.9

Water Service: Not required.

5.10 Wastewater Service: Not required.


Special Requirements: None.
6.0

SITE CIVILCIVIL WORKS


6.1

Temporary Construction Fencing:Fence

In order to protect the site, on the periphery of the site,


We have 2 options:
Option 1: Fence
5 |Page

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

We have to excavate 420 m3 in order to install the linear footing for the anchoring poles every
2.5 m made by steel angles (doubles every 2 single ones). A reinforcement pole is done
every 10 anchoring poles. The poles are 3m high, they are tied by Zimmerman mesh and
barbed wire.
For the trucks entrance, we assume 2 steel gates: 5 m wide 3 m tall, on each side of the
gate house.
Option 2: Boundary wall
An excavation of 650 m3 should be done for the linear footing for the boundary wall. A
reinforced concrete column, 3m high, is built every 3m, tied with a reinforced concrete beam
on top of the columns. A steel angle of 1.5m high is inserted in the beam aligned with the
columns and tied by a barbed wire and Zimmerman mesh. The space between the columns
is filled with armed masonry. The whole now formed wall is assumed to be plastered and
painted.
For the trucks entrance, we assume 2 steel gates: 5 m wide 3 m tall, on each side of the gate
house.

6.2

Area A

6.3

Road

In order to develop the service road, we assumed the site is rocky. So we dont need more
than 40 cm depth for the service road.
A total excavation of 7170 m3 of soil is to be made.
The following layers are to be applied as following:
5 cm of compacted wet sand, the 20 cm of well compacted medium-sized gravels layer, and
then a total of 7cm quarry-run layer. On top we add an 8cm of bituminous asphalt layer for the
finishing of the road.

6.4

Parking

6.5

Sidewalks

The sidewalk is considered on each side of the road all along. It consists of a raised poured
concrete 1 meter wide ribbon constructed with cross-lying strain-relief grooves placed or
sawn at regular intervals typically 1.5 m apart. The concrete blocks may be separated by
expansion joints to allow for thermal expansion without breakage. The use of expansion joints
in sidewalks may not be necessary, as the concrete will shrink while setting.

6.6

Gate

6 |Page

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project


6.7

Guard house

6.7.1
The Contractor shall erect 6 ft (1.8m) high continuous temporary construction
fencing around the project site. The construction fencing shall be no higher than 6
(15.2cm) above grade and shall have one entrance gate for vehicles and pedestrians.
For security purposes, both gates shall be next to each other to limit the access point to
the construction site to only one location.
6.7.2
The fencing shall be chain-link and shall be erected to withstand local wind
conditions. Mesh size not to exceed 3 (76mm).
6.7.3
An identification sign shall be posted on the fence displaying the Contractors
name and primary contact numbers.
6.7.4
The location and layout of the temporary construction fencing, including gate
locations, will be annotated on the site/work plan and approved per the AF Form 66 prior
to installation.
6.7.5
If fencing panels are used, panels will be interconnected by metal hasps and may
not be connected with plastic ties or ropes. The contractor shall submit the connection
technique and material for government approval per the AF Form 66.
6.7.6
The contractor will provide a means to secure the site. If a key lock is used, 3
additional copies of the keys will be provided to the Contracting Officer. (1 copy will be
provided to Security Forces, 1 copy to ECES and 1 copy to the Fire Department.)
6.7.7
The Contractor may trench under the temporary fence line for incoming utilities.
If utilities trenches will not be closed within the same workday, the contractor must notify
the Contracting Officer immediately to coordinate additional site security and Force
Protection provisions. The Contractor may be directed to close the trench or provide a
means to control access into and out of the site such as placing steel plates over the
trench. The Government will not be held liable for the time delay to the project nor such
costs that might be occurred to meet the additional security requirements for securing the
trenches.
7.0

ARCHITECTURAL (N/A)

8.0

STRUCTURAL
8.1 General: The hangar shall consist of a premanufactured Tensioned Fabric
Structure designed and built 50 M (164 FT) wide by 54 M (177 FT) long. The ridge
height shall be 17 M (56 FT) and the height at each side shall be no less than 8 M (26
FT). All dimensions are clear dimensions; exterior dimensions will be larger to
account for structure depth. A hangar door shall be provided on the front of the
hangar, which will be on the north side. The hangar will be installed on an existing
concrete slab-on-grade.
8.2

Design:

8.2.1
The hangar structure shall be designed and built to conform to UFC 3-30010N, Structural Engineering, IBC Chapter 16 Structural Design, and ASCE-7
Minimum Design Loads for Buildings. Individual components shall meet the
requirements applicable to the specific material, including but not limited to AISC
(steel), AISI (light gage steel), ADM (aluminum), and ACI (concrete). Where two or
more codes apply, the most stringent shall be executed.

7 |Page

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

8.2.2
Loading: In addition to self weightself-weight and live loads as required by
the referenced codes, the structure shall be capable of withstanding inclement
weather and wind speeds of 140 kmh (87 mph) (3 second gust), Exposure B. The
hangar shall be designed to withstand these loads with the hangar door closed.
The hangar shall also be designed to withstand a wind speed of 100 kmh (62 mph)
with the hangar door open.
8.2.3
Calculations: The contractor shall provide engineering calculations for the
foundation and structure. The calculations shall be stamped and signed by the
Registered Professional Engineer responsible for the design. The calculations
shall satisfactorily demonstrate the load assumptions, load combinations used,
force reactions, member forces and capacities, and the member size selection.
8.2.4
Drawings: The drawings shall be stamped and signed by the Registered
Professional Engineer responsible for the design. At a minimum, the drawings
shall show all member sizes, dimensions, and connection details required by the
design.
8.3

Foundation:

8.3.1
Description: The hangar shall be erected on the existing concrete slab-ongrade. As the hangar is a temporary structure, no permanent foundations or
significant modifications to the existing concrete slab are permitted. Resistance to
uplift and shear loads due to wind forces shall be provided by a combination of
post installed anchor bolts installed in the existing slab, and concrete
counterweight placed adjacent to the hangar frame columns.
8.3.2
Existing Concrete Slab-On-Grade: If the existing concrete slab is to be
used to resist uplift, the contractor shall verify the thickness of the slab by
conducting core samples in at least three locations distributed over the area of the
slab. Holes from the core samples shall be repaired.
8.3.3
Concrete Counterweight: Concrete Counterweight shall be precast and
conform to ACI 318 requirements. Concrete shall have a minimum compressive
strength of 20 MPa (2,900 PSI). The shape of the counterweight shall be equivalent
to the standard concrete barriers used on base; size to be determined based on
the design requirements to resist wind uplift. It may be necessary to design a
custom base-plate to accommodate the concrete counterweights and resist wind
uplift loads. Concrete counterweights shall be placed symmetrically about the
frame column, and shall not impinge on the required clear width identified in
section 8.1.
8.4

Hangar Structure:

8.4.1
Description: The hangar structure shall be a prefabricated Tensioned
Fabric Structure supplied by a qualified Tensioned Fabric Structure Manufacturer.
The fabric structure shall be a frame supported tensioned membrane structure,
suitable for rapid erection and disassembly. All materials provided shall be new
and unused.
8.4.2
Tensioned Fabric Structure Manufacturer: The Tensioned Fabric Structure
Manufacturer shall be responsible for the design, engineering, fabrication, and
supply of the hangar structure.
8.4.3
Erection: The hangar structure shall be erected by a qualified installer
approved and certified by the manufacturer. Submit all installation instructions
and plans for Government approval.
8 |Page

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project


8.4.4

Doors and Openings

8.4.4.1 Hangar Door: Provide one automatic, electronic controlled hangar door on
the north side of the building. The door may be either a sliding door or an
overhead suspension door. The minimum clear dimensions of the door are
47 M (154 FT) wide, 15.5 M (51 FT) high at the center, and 6.5 M (21 FT) high at
each side. Doors shall be equipped with padlock plates and hasps. Door
shall have the ability to manually be opened.
8.4.4.2 Egress Doors: Hangar contractor shall install Hollow Metal egress doors
and frames. Door quantities and locations shall be as designed to meet the
minimum separation as required by NFPA. Provide door sweeps, heavy duty
hinges, passage trim lockset and panic hardware, closer and bead bolt lock
with turn lever on interior side. Door and frame shall be weather-stripped to
keep out the elements. Submit door and hardware cut sheets for government
review.
8.5 Utility Ports/Sleeves: Provide four closeable ports/sleeves for HVAC and electrical
utility access. Ports shall be integral with the pre fabricatedpre-fabricated structure and
provided by the structure manufacturer. Coordinate size and location of the ports with
the Government.
8.6 Structural Inspection: The Contractor shall coordinate with the Project Inspector
48 hours prior to all required inspections. Attendance at the structural inspection is
mandatory for the Contractor or his designated representative. Inspection shall be
conducted prior to structural framing members and their associated attachment and
connections being closed off or hidden due to interior finishes, insulation and or
exterior finishes.
9.0

MECHANICAL (N/A)
9.1

Domestic Water inlet

We assume that the state provides the water supply, it is pumped to the project into a 2 PPR
pipe that leads to the warehouse with the fire and irrigation tanks (500m 3), and to the tank
supplying water for the administration building and the gate house.
The water supply is assumed to be provided by the upper left corner of the site
9.2

water drainage

The road size differ between the buildings, but it has 2% slope to help with the drainage
On each side of the road we assume putting a curbstone with a gutter of 0.3% evacuation
slope, leading to manholes 80x80 cm in cast iron or manhole with grills 60x60 cm joined by
pvc pipes for evacuation all storm water into 3 retention tanks, or water retention
natural basins (if the site is manageable) scattered along the plot.

9.3

storm retention

If the soil type permits, instead of retention tanks, the storm water is collected in retention
basins and allowed to discharge at a controlled rate. Adequate land should be available to
provide storm water retention
9 |Page

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

9.4

Plumbing for buildings

Plumbing for the administration building


In the administration building, on the first floor, we assume there is a:
Male bathroom composed of 4 seats 5 washing basins 7 shower trays
Female bathroom composed of 4 seats 5 washing basins 5 shower trays
Guest bathroom composed of 5 seats 4 washing basins
A kitchen
On the second floor, we assume there are 2 bathrooms composed of 1 seat, 1 washing basin
and 1 shower tray each.
Each set of bathrooms has its own water heater, providing hot water to the washing basins
and the shower trays.
The kitchen has one water heater linked to the sinks.
The administration building and the gate house water is provided by a set of pumps

Plumbing for the gate house


In the gate house, we assume there is a:
Bathroom composed of 1 seats 1 washing basins
A kitchen
A water heater is linked to the sink in the kitchen and the washing basin in the bathroom
The water is evacuated into the floor drains leading to two septic tanks, one for the
administration building, and one for the gate house.

9.5
9.5.1

hvac

Warehouses are only ventilated at 7 ACH.

10 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

9.5.2 Admin building is cooled/heated expect for the toilets where its ventilated. Kitchen is
ventilated.
9.5.3 For heating and cooling Split units except for admin building halls where we used package
units one for 1st floor and the second for ground floor. The HVAC is not redundant.
9.5.4

Warehouses are only ventilated at 7 ACH.

9.5.5 The building 4 is considered as only ventilated. Only the switchgear room is cooled with split
units.
10.0
10.1

ELECTRICAL

General:

Electrical work, equipment, installation and commissioning shall comply the latest NFPA 70: National
Electrical Code (NEC), KAHRA MAA (Qatari Electrical Standards) and International Electrical Code Series
and shall be installed per manufacturer specifications and Air Forceclient requirements
. Every reference, in this document to Electrical Code refers to NEC. It shall be the Contractors
responsibility to have latest copies of these Codes, Standards and Guidelines on hand when doing any
electrical work. When there are discrepancies between different Codes, Standards and Guidelines, the
more stringent shall apply. No exception shall be approved.
It shall be the responsibility of the Contractor to provide a complete and NEC complaint electrical design
and construction documents per SOW documents. It shall also be the responsibilities of the Contractor to
field verify site conditions and include any additional work required for a turned key project at no
additional cost to government.
10.1.1
When converting American Wire Gauge (AWG) to metric (mm2 cable sizes), if
AWG size falls within two standard mm2 sizes, then the larger mm2 cable shall be
selected. No exceptions shall be allowed.
10.1.2
The SOW furnished information and drawings define the minimum requirements.
The Contractor shall field investigate the actual project requirements and shall submit
electrical design accordingly for a fully functional and Code compliant facility.
10.1.3
Provide ground fault circuit interruption devices or equipment per NEC
requirements.
10.1.4
Electrical equipment, raceways and wiring shall be listed by approved
organizations (UL listed and labeled) as described by NEC or certified to ISO 9001-2000
for quality control.
10.1.5
All electrical components and installations in this SOW are not explosion proof.
The contractor shall provide a separate line item in the bid for Class I, DIV II explosion
proof including lighting fixtures, switches, boxes and conduits.
10.2 Site Work and Incoming Electrical Service
10.2.1
The new facility power shall be fed from the government furnished generator and
4160V-208/120V SDC. The electrical power connections to the power source are not in
this scope.nearby 30kV Overhead line. The dropper, steel structure, surge arrester,
disconnector and underground cable termination are within MELECs scope.
10.2.2
The 30kV armored and screened underground cable will enter the site for a
distance of around 200m and will be directly buried without ducts.

11 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

10.2.3
The substation is considered to be in the middle of the building 4, and will have
two parts: one for the switchgears and the other for the transformers.
10.2.4
As per the client documents the process will need 3 transformers 2500kVA
30/0.4kV. MELEC will supply these transformers.
10.2.5
The electrical load of the plant excluding process related loads is estimated to be
around 1MVA, MELEC will supply one transformer for this load.
10.2.6
The needed switchgear will be a 36kV, with one incomer and four outgoing
feeders and one measuring feeder. The circuit breakers are considered as fixed and the
short circuit level is taken as 16kA.
10.2.7
Following each one of the 4 transformers there shall be an LV panel. Three main
panels 400V, 60kA 4000A will be supplied by MELEC for process machinery and
equipment. One panel 25kA 400V 1600A will be provided by MELEC for other loads.
10.2.8
Epoxy insulated bus ducts for the 4 transformers up to the corresponding panels
shall be supplied by MELEC.
10.2.9
No UPS standby system no standby diesel generator is considered: the MV
switchgears will be equipped with internal UPS and batteries.
10.2.10
10.3 Interior FacilitySecondary power distribution
10.3.1
All interior electrical wirings shall be concealed and installed within EMT
(Electrical Metal Tubing) conduit with compatible compression (threaded) type
accessories such as elbows, tees, sockets, etc. fastened together with appropriate
connectors or couplings. Screw-ON EMT Fittings shall not be approved. Conduits
installed inside warehouse non office storage areas, electrical, mechanical,
communications and similar rooms may be surface mounted. Non metallic conduits of
any form shall not be acceptable.The secondary power distribution will utilize cables and
will originate at the main switchboards (MSB) in the switchgear room and be roof
supported in cable tray to several secondary power distribution panels (PDP).
MELECs SOW will consist of the secondary power distribution panels for non-process
related loads and the corresponding cables.
10.3.2
The cable are considered as Cu/PVC/PVC not armored. The cables shall be
armored when buried underground in the exterior area.
10.3.3
The cables are placed in PVC conduits under plastering for the administrative
building.
10.3.4

The cables are directly buried for exterior lighting.

10.3.5

Inside the warehouses, the cables are placed inside PVC apparent conduits.

Interior
10.4 Lighting
10.4.1
MELECs SOW is to Pprovide light fixtures complete with lamps and
controls, switches and all lighting wiring and electrical hardware for a fully
operational and NEC compliant lighting system to provide the specified illumination
level. The required illumination level is considered to be around 300 lux for all the areas.
The type of lighting fixtures are either fluorescent or 400W Metal halide fixtures at the top
of hangar. The lamp size and fixture layout shall be based on the lighting calculation to

12 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

meet the required lighting level. Provide lighting design for approval. A square spacing
layout pattern is preferred.for warehouse and industrial areas.
10.5 The electrical lighting power shall be fed from the government furnished generator and
SDC. The connection to SDC 208/120V secondary is not in this scope.
10.6 Exterior Lighting
10.6.1.1 MELECs SOW is Install complete with lamp, electronic ballast, wiring,
disconnects and mounting hardware. Install 150 250 watt metal halide wall peck
type outside and above each egress dooron buildings walls, and HPS 250W lights
for street lighting. Exterior light fixtures shall are be operated by photo cells and
manually. The two parking are equipped with waterproof 2x36W fluorescent
luminaires. Exterior luminance is maintained at 30lux.
10.6.2

Interior Lighting

10.6.2.1 Provide high bay Metal halide fixtures at the top of hangar. The lamp size and
fixture layout shall be based on the lighting calculation to meet the required lighting
level. Provide lighting design for approval. A square spacing layout pattern is
preferred.
10.6.2.2 Luminance levels for all areas within building shall be minimum 50 Foot-Candles.
10.6.2.3 The lighting control including lighting contactors and switches shall be located
next to each egress door.
10.6.3

Emergency Lighting

10.6.3.1 Emergency exit signs and emergency lights shall be installed at each egress
door. Provide minimum of 10 foot-candle of emergency lighting.
10.6.3.2 Emergency lights and exit signs shall be Light Emitting Diode (LED) type and
shall be provide 1.5 hours battery backup.
10.6.3.3 Emergency signs and emergency light fixtures shall be non-switched, maintained
contact and directly connected to circuit breaker. Emergency lighting wiring shall
be installed in separate, dedicated conduits.
10.6.4

Hangar Door Electrical Power Connection

10.6.5
Provide fusible disconnect switch next to the hangar door controller sized to meet
the door manufacturers specification. The hangar door power shall be fed from the
government furnished generator and SDC. The connection to SDC 208/120V secondary
is not in this scope.
10.6.6
Provide wiring in conduit and connections from fusible disconnect switch to the
hangar door controller. The wiring and conduit shall be sized per door manufacturer
recommendation. Coordinate with the project manager, construction manager or
contracting officer for exact door controller location.
10.6.7
Provide any other required wiring, conduit and connections to complete the
hangar door electrical installation.
10.6.8
A separated copper grounding conductor shall be provided from the building
grounding system to the gate. The door controller and all door metal components shall be
grounded.

13 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

10.7 Provide engraved name plate for equipment in this scope of work. Provide laminated
circuit directory for each power panelbuilding and attach it on the back of panel door.
10.8 Provide identification of main and branch circuit conductors including grounding and
neutral cables, distribution equipment and wiring accessories etc per NEC requirements.
10.9 The plant is equipped with a variety of socket outlets, distributed according to standards,
either 10A 1ph 230V, 20A 1ph 230V or 32A 3Ph+N 400V. The transformer room will be
equipped with 1 100A 3Ph+N 400V outlet.
10.10Grounding:
10.10.1
Provide building and equipment, grounding in accordance with NEC (NFPA 70)
Article 250.
10.10.2

Facility Building Grounding

10.10.2.1
Provide facility building grounding by bonding all structural metallic
components directly to the ground ring.
10.10.2.2
Ground Ring: Provide copper clad steel ground rods at each corner of
the facility. Grounding rod shall be driven to depth to obtain the specified ground
resistance. The ground rods shall be interconnected with 50mm#2/0 AWG, coated
bare copper conductor installed 36 below the finished surface level. Grounding
rods shall be provided with concrete or steel grounding test wells with traffic rated
lids and with the stamped ELECTRIC lettering.
10.10.2.3
Provide (1 each) ground bar (1/4 x 4 x 12 min) adjacent to the
panelboardpanel board in electrical/communication room. From the ground bar, run
1#2/0 AWG,a coated bare copper conductor installed underground in a1 PVC
conduit and connect to ground Ring. Connect the ground bar to the
panelboardpanel board ground bus.
10.10.2.4
Grounding conductor shall be installed underground in 1 PVC conduit
sleeves from stub up in facility and extend to 3 feet outside of the foundation pad.
Grounding system conduit shall be dedicated to grounding system and shall not be
used for any other system.
10.10.2.5
Grounding Connections: All underground grounding and bonding
connections shall be performed using exothermic welding process (CADWELD).
No clamp connections will be approved
10.10.3

Equipment Grounding

10.10.3.1
Provide equipment grounding in accordance with NEC. Bond equipment
and building grounding systems together.
10.10.3.2
Run equipment grounding conductor with ungrounded conductors to
ground all metallic non-current carrying components including metallic raceways
and enclosures in accordance with NEC..
10.11Maximum grounding resistance shall be Ten (10) Ohms for each system and all systems.
10.12Electrical and Grounding Inspections
10.12.1
All work subject to approval by a Government electrical inspector. At a minimum
two inspections each during and after rough-in shall be required. The final write-off
inspection shall be carried out in presence of project manager, construction manager or
contracting officer and client may witness them. The reports of Inspections shall be
submitted to project manager, construction manager or contracting officer.
14 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

10.12.2
Testing and commissioning of electrical installation shall be done in accordance
with applicable Codes and Standards and manufacturers recommendations. Submit
testing schedules and procedure to project manager, construction manager or contracting
officer, 2 weeks prior to startup and commissioning. Provide documentation of all tests to
be performed five working days prior to project manager, construction manager or
contracting officer witnessing acceptance tests of the systems.
10.12.3
Continuity and grounding Ohm resistance tests (Megger testing) shall be
performed for each system and be documented. Additional grounding rods and
grounding systems shall be provided if test results do not meet the minimum grounding
resistance requirements at no additional costs to the Government. Grounding tests shall
be witnessed by project manager, construction manager or contracting officer. Test
results documentations shall be submitted for approval to project manager, construction
manager or contracting officer within maximum of one week after test performed.
10.13Lightning protection:
10.13.1
11.0

COMMUNICATIONSCCTV: (N/A)

12.0

FIRE ALARM SYSTEMS: (N/A)

13.0

TELECOM AND DATA:

14.0

SCHEDULE
14.1 Schedule Format: The Contractor shall prepare and submit for approval, a Critical Path
Method (CPM) Master Schedule listing all items and activities associated with the project,
inclusive of all government furnished items and information, submittals for major items, long
lead procurement activities, drawing revisions and facility shutdowns using a Work
Breakdown Structure (WBS) based on the Construction Specification Institute (CSI) format.
All tasks required under this project shall be included in the WBS. The Contractor may utilize
either MICROSOFT PROJECT scheduling software or AF Form 3064/3065, Contract
Progress Schedule, to build and maintain the Master Schedule. Unless otherwise indicated
by the Government, the Contractor will maintain the same schedule format (MICROSOFT
PROJECT or AF Form 3064, Contract Progress Schedule) throughout the contract.
14.2 The Contractor shall perform planning, scheduling and reporting functions utilizing Gantt
Charts, Critical Path Analysis, Resource Histograms and Look Ahead Schedules. Items
within the project schedule shall have predecessor and successor activities to support a full
CPM overview. Items in the schedule shall be resource loaded with the manpower required.
14.3 Construction activities in the Master Schedule shall be resource loaded in order to
support manpower required reporting.
14.4 Baseline Schedule: The Contractor shall save a baseline schedule and show actual start
and finish dates for activities verses the baseline.
14.5 Contractor shall provide a schedule of project work for approval. The Contractor shall
bring a proposed progress schedule to the pre-construction conference.
14.6 Due to Force Protection concerns at Al Udeid Air Base, Contractor can experience long
delays while gaining access to the base of up to 4 hours. Contractor shall account for such
possible delays. Any documented government delays in excess of 4 hours shall be reviewed
with the Contracting Officer for possible time extensions.
14.7 Normal daytime working hours will be adhered to. Normal hours are from 0700-1700
hours Saturday through Thursday. If the Contractor wishes to work at night time or during
15 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

other unscheduled times, he must first get permission from the Contracting Officer.
Contractor shall provide written request to Contracting Officer at least 72 hours in advance.
14.8 The Contractor may be required to provide an updated construction schedule if it is
determined that the construction schedule deviates more than 10% off the baseline. The
project manager or construction manager will determine the percentage complete and the
deviations.
15.0

PERFORMANCE TIMES
15.1 The government preferred total period of performance (POP) is 120 days upon receiving
the Notice to Proceed (NTP) from the government. The Contractor may propose a shorter or
longer POP in the RFP. Should the Contractor propose a longer POP the proposal must
include justification as to why the duration is required. The final POP duration will be
approved through the Contracting Office. The Contractor shall proceed with the project as
stated in the SOW after NTP is provided by the government. The Contractor shall not
postpone or interrupt his work performance unless official notice, to that effect, is provided to
him by the Contracting Officer.
15.2 On Site Construction: The Contractor will only be given access to the installation for
construction activities to include mobilization and demobilization. On site construction will
start NO LATER THAN 10 days following the issue of the construction NTP. Foundation only
construction may be permitted upon the completion and approval of the 60% design drawings
by the government. The balance of construction will not be permitted to start until 95%
design drawings have been submitted and approved by the government.

16.0

SUBMITTALS
16.1 In addition to the Design Submittals outlined within Section 4, the following plans and
items must be submitted for approval per the AF Form 66 and prior to purchase and
installation. The below listing is not all inclusive. Submittal procedures will be in accordance
with this SOW
16.2 Safety Plan: The Contractor shall prepare a Health and Safety Plan (HSP) or Accident
Prevention Plan (APP).
16.3 Quality Control Plan: The Contractor shall prepare a Quality Control (QC) Plan.
16.4 The Contractor shall submit manufacturers product data sheet and color sample for each
type of material proposed for use.
16.5 The Contractor shall submit Material Safety Data Sheets (MSDS) for any hazardous
materials brought on to the installation and to be used on site during construction.

17.0

STANDARD PRODUCTS
17.1 Materials and equipment shall be standard products of a manufacturer regularly engaged
in the manufacture of such products, which are of a similar material, design and
workmanship. Furnish a MSDS, OSHA Form 20 or acceptable equivalent, for each
hazardous or potentially hazardous material or chemical utilized by the Contractor. This
includes solvents and treated materials, such as preservative treated wood (MSDS for the
preservative) or fungicide treated rubber goods (MSDS for fungicide). The Contracting
Officer or their designated representative must approve all materials prior to installation.
17.2 Technical instructions pertaining to the use or installation of products, materials, or
equipment used or installed in the execution of work under this contract are furnished in
response to a requirement stipulated herein, and form a part of these specifications as though
specifically set forth herein. In the event of conflict between the specifications or drawings
and technical instructions, the Contractor shall bring such conflict to the attention of the
16 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

Contracting Officer for resolution before proceeding with the work involved. Upon request,
the Government will provide to the Contractor all technical instructions that cannot be widely
reproduced.
18.0

NON-RESTRICTIVE SPECIFICATIONS
18.1 Reference to equipment, material, articles, or patented processes by trade name, make,
or catalog number in the design specifications of this SOW shall be regarded as establishing
a standard of quality and shall not be construed as limiting competition. The Contractor may,
at its option, use any equipment, material, article, or process that, in the judgment of the
Contracting Officer, is equal or exceeds the requirement of these specifications, unless
otherwise specifically provided in this SOW.

19.0

PROHIBITED MATERIALS
19.1 The Contractor shall certify that products do not contain mercury, hexavalent chromium,
toluene, chlorinated solvents, hydrolysable chlorine derivatives, ethylene based glycol ethers
and their acetates, nor any carcinogen. When tested, the lead content shall not exceed
0.06% by weight of the dry film and the test for chromium content shall be negative.
Additionally, prohibited are any electronic devices such as, but not limited to, cellular phones,
data collectors, and calculators, as determined by Security Forces.

20.0

BASE REQUIREMENTS
20.1 Waste: The Contractor shall be responsible for the collection and disposal of all debris,
rubble, residue and waste material generated in the performance of work under this contract.
The Contractor shall remove and disposed of legally and properly of all such materials from
the installation. The Contractor is not permitted to deposit any such materials in base trash
collection containers or at any on base location without prior approval of the Contracting
Officer.
20.2 Hazardous Materials: Materials classified as hazardous by US and Qatari environmental
rules, regulations, or laws, shall be handled for disposal in accordance with those rules,
regulations, or laws. Any cost provisions to meet these requirements shall be the sole
responsibility of the Contractor. Any project delay to meet these requirements shall also be
the sole responsibility of the Contractor.
20.2.1
Hazardous Materials used for Construction Activities: Materials classified as
hazardous by US or Qatari environmental rules, regulations, or laws, shall be handled in
accordance with those rules, regulations, or laws. In accordance with AFI 32-7086,
Hazardous Materials Management (paragraph 2.5.5), the Contractor shall submit for
approval MSDSs for those materials considered hazardous to the Contracting Officer
PRIOR to the hazardous material ENTERING the installation. All hazardous material will
be stored in a safe and environmentally responsible manner within construction sites and
laydown yards.
20.2.2
The Contractor shall submit MSDSs for those materials considered hazardous to
the Contracting Officer prior to the hazardous waste leaving the installation. The
Contractor is responsible for all such materials that are residue from Contractor furnished
supplies and materials brought to the job site by the Contractor, and for any such
materials identified herein or by the drawings.
20.3 Subcontractor Coordination: The Contractor shall coordinate the work of sub-contractors
and shall ensure the coordination of the work between the various trades. The Contractor
shall study, examine, and evaluate the contract drawings to establish the work, coordination,
or materials required and necessary to provide a product complete in the usual and

17 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

customary manner, and shall provide for all such requirements as though expressly detailed
herein or on the drawings. The Contracting Officer will provide contract interpretation.
20.4 Security and Parking
20.4.1
The Contractor shall follow existing security and parking procedures and
instructions applicable to Al Udeid Air Base.
20.4.2
The Contractor shall be responsible for the physical security of all materials,
supplies, and equipment, including property that is being used.
20.4.3
The U.S. Air Force shall not be liable for any delays prior to the Contractor
reaching the Contractor entrance and notification that the Contractor is ready to proceed
through the gate.
20.5 Vehicular Traffic
20.5.1
Traffic Control Devices: The Contractor shall comply with the local laws and
regulations, to include US Air Force regulations, regarding the safe operation of
equipment in and around roadways associated with the construction site. Contractor
owned and/or operated vehicles violating speeding, parking or traffic regulations on Al
Udeid Air Base may be removed from the installation at the Contractors expense.
Should this be the case, the U.S. government will not be liable for the time delay to the
Contractor nor such costs that might occur based on the vehicle removal.
20.5.1.1 The Contractor shall coordinate with the Contracting Officer or designated
alternate to ensure proper warnings to motorists are posted and adequate traffic
control is used when vehicles are present. US Army Corps of Engineers Safety
Manual, EM 385-1-1, provide the minimum requirements for temporary traffic
controls.
20.5.1.2 The Contractor shall address known traffic impedances within the site/location
drawing and the safety plan. Coordinate submittal dates per the AF Form 66.
20.5.1.3 Signs, warning lights, barricades, and other traffic control devices shall be
provided by the Contractor. Warning lights shall be operational at all times during
non-daylight hours. Barricades shall be highly luminescent and clearly visible at
night. Signs shall also be highly luminescent, blaze orange in color with Black
English lettering, and clearly visible from at least 50 ft (15 m) away.
20.5.1.4 Temporary traffic control signs (warning and hazard signs) shall be furnished and
installed, at the discretion of the Contracting Officer, by the Contractor while
projects are underway. These warning signs shall be placed near the beginning of
the work site and well ahead of the work site for alerting approaching traffic from
both directions. Paving and painting equipment shall be marked with large warning
signs indicating slow-moving equipment in operation.
20.5.2
Road Diversions/Closures: The Contractor shall notify the Contracting Officer at
least 14 days prior to work if construction will impact traffic on the roadways. Contractor
shall state in writing the exact dates of the road closure, duration of closure and provide a
traffic diversion map showing the location of the diversion (if available), closure, posting
of signage, phasing plan (if applicable), and other pertinent information for the
impedance.
20.5.3
All costs including, but not limited to the design, procurement, equipment,
installation, maintenance and removal, associated with the temporary traffic control signs,
barriers, barricades, warning lights, and diversions are the sole responsibility of the
Contractor.
18 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

20.6 Sanitary Provisions: The Contractor shall provide temporary toilets that satisfy Qatari
health requirements for the use of project personnel. Location, type, and proposed
maintenance shall be approved by the Contracting Officer prior to placing toilets. Temporary
toilets shall be removed at the completion of the project. All costs incurred in connection with
the temporary toilets shall be paid by the Contractor.
20.7 Pollution Abatement: The Contractor shall perform work in accordance with US Air Force
and local environmental regulations to minimize pollution, degradation, and exploitation of the
environment. The Contractor shall also demonstrate leadership in preventing, controlling,
and abating environmental pollution by supporting regional pollution abatement programs and
by accelerating corrective measures to meet established standards and criteria.
20.8 Fire Prevention
20.8.1
The prevention of fire is imperative during construction projects. The Contractor
is responsible for enforcing fire safety in the work area.
20.8.2
The Contractor must report all fires to the US Air Force Fire Department. Attempt
to extinguish the fire only if it is safe to do so. Go to the nearest phone and notify the Fire
Department at 911. Have someone meet the Fire Department upon arrival to provide
additional information.
20.8.3
The Contractor shall have serviceable fire extinguishers readily available at all
times.
20.8.4

Burning of trash and rubbish at the construction site is strictly prohibited.

20.8.5

The Contractor may not use gasoline or diesel fuel for cleaning parts or surfaces.

20.8.6
Electrical extension cords may be used on a temporary basis to power tools and
equipment. Do not overload extension cords. Frayed, cut, or spliced extension cords are
prohibited.
20.9 Safety Features
20.9.1
The US Army Corps of Engineers Safety Manual, EM 385-1-1, shall be followed
for all construction activities.
20.9.2
Site Safety, Fire, Environmental and Public Health Inspections: At any time of the
construction site and laydown yard (if applicable) can be inspected by the Contracting
Officer or designated representative for fire, safety, environmental or public health
discrepancies. Any discrepancies noted will be fixed immediately. If discrepancies
cannot be fixed immediately the Contractor shall remove the items from the installation.
Any costs or time delays associated with correcting discrepancies are the sole
responsibility of the Contractor.
20.10Badging and Pass Requirements will be per base requirements.
20.11Escorts will be per base requirements.
20.12BCE Work Clearance Request: The Contractor shall obtain a Base Civil Engineer Work
Clearance Request (AF Form 103) from the Contracting Officer or designated representative
at the pre-construction conference prior to commencement of any site work.
20.13Hot Work Permit: The Contractor shall obtain a Welding, Cutting and Brazing Permit (AF
Form 592) prior to commencement of any hot work. Hot work includes, but is not limited to,
welding, cutting, brazing operations and the use of tar kettles. The Contractor should submit
their completed AF Form 592 to the Contracting Officer or designated representative for
approval and coordination.

19 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project


20.14Temporary Construction Fencing
20.14.1

Temporary construction fencing is required around all work sites.

20.14.2
The location and layout of the temporary construction fencing will be annotated
on the site/work plan and approved per the AF Form 66 prior to installation.
21.0

US AIR FORCE FURNISHED ITEMS AND SERVICES


21.1 At the US Governments discretion, the US Air Force shall provide reasonable quantities
of utilities to the Contractor. The Contractor shall conserve these utilities during construction.
Construction water may be furnished to the Contractor at no cost to the Contractor. This
does not mean drinking water for the Contractors work crews. Water for construction
activities shall be requested and coordinated with the Contracting Officer or designated
representative a minimum of 24 hours in advance. The Contractor shall furnish all
equipment, material, and labor which is necessary to obtain and deliver water to the
designated area(s) of work. Terms of this agreement are to be negotiated by the Contracting
Officer.
21.2 The electrical equipment shall be suitable for the voltage and frequency as stated per the
contract and as available at the project location. The Government will identify power and the
Contractor will connect to the power source. The power connection and disconnection must
be coordinated with the Contracting Officer.
21.3 Laydown Yard: If considered beneficial to the Government and requested by the
Contractor in writing, the Government may designate a space for a temporary laydown yard
for the use by the Contractor. This laydown yard would be used as a material stockpile area
and would be subject to provisions as set forth by this SOW and as outlined by the
Contracting Officer at the time of agreement.
21.4 Government Provided Design: Any design drawings provided by the Government as part
of this bid package are at the schematic design level. They are provided to clearly
communicate the projects program and scope and minimum requirements. The Government
provided design drawings are not final. The facility and site design shall be the responsibility
of the Contractor as this is a Design/Build project.

22.0

CONTRACTOR FURNISHED ITEMS AND SERVICES


22.1 General: The Contractor shall furnish labor, supervision, tools, materials, equipment,
transportation, fuels, lubricants, fluids, solvents, and all other supplies and services
necessary to perform operations required to complete work as indicated within the drawings
and these specifications. At sites where existing US Air Force utilities do not exist, the
Contractor shall be responsible for providing utilities. The Contractor shall be responsible for
installing and maintaining temporary cords, lines, or other equipment in a safe condition.
Prior to final acceptance, all temporary cords, lines, supplies, solvents, paint, fuel, lubricants,
parts, material, tools, or other equipment shall be removed.
22.2 Project Manager: The Contractor at all times shall provide and designate in writing to the
Contracting Officer a fully qualified on-site Project Manager.
22.3 Field Office: The Contractor may, at his option, provide a temporary field office at the site
for his use. The location, type, proposed maintenance, and other considerations shall be
approved by the Contracting Officer prior to moving such a facility onto the site. At the
completion of the project, the facility shall be removed from the site and the area adjacent to
the office restored to that condition existing prior to the start of the project. Costs incurred in
connection with the facility shall be paid by the Contractor.

20 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

22.4 Safety Briefing: The Contractor shall receive this briefing at the pre-construction
conference prior to the notice to proceed. Additionally, the Contractor will adhere to the US
Army Corps of Engineers Safety Manual, EM 385-1-1, for work performed on base.
23.0

CONDITIONS OF WORK
23.1 Base Regulations: The Contractor shall comply with all applicable Al Udeid Air Base and
US Air Force regulations and directives pertaining to security, safety, traffic, fire prevention,
personnel clearances, and environmental protection, which will be provided at the preconstruction conference.
23.2 The Contractor shall confine its operations, including material storage, to the area of work
shown indicated in the contract. The Contractor will be furnished adequate storage areas for
his equipment and materials, but shall be responsible for the receipt, unloading, security, and
handling of his equipment and materials. The Contractor shall coordinate proposed storage
areas with the Contracting Officer or designated representative. The Contractor shall stock
and place materials and equipment only in areas specifically approved by the Contracting
Officer.
23.3 When notified by the US Air Force that a severe weather warning alert has been issued,
the Contractor shall immediately take necessary action to tie down and secure all materials
on the job site that could become airborne projectiles as a result of strong surface winds,
thunderstorm, etc. This requirement also includes all non-regular working periods. The
Contracting Officer shall negotiate any Contractor compensation and or claims due to
extensive weather delays.
23.4 The Contractor shall be responsible for the covering of open bodied vehicles transporting
any materials likely to create air pollution or become debris while on base.
23.5 The Contractor is responsible for any required preparation of the work site and for the
maintenance of the site to include: storage of contract materials, site cleanliness, site/job
safety to include a submitted safety program for the duration of the contract and for any
periods of warranty work.
23.6 It is the responsibility of the Contractor to coordinate with the Contracting Officer or the
Contracting Officers authorized representatives to preclude damage to any existing utilities.
Any damage to any utilities will be repaired by the Contractor at no additional expense of the
U.S. Government or to the Host Nation Government.
23.7 The Contractor is required to maintain a clean work site and shall remove any
construction debris and waste materials on a daily basis. Any and all materials that are to be
removed and/or demolished per the contract are to be disposed of at an approved disposal
location in accordance with Host Nation laws and regulations.
23.8 The Contractor shall provide barriers as required to prevent public entry to construction
areas and to protect existing facilities and adjacent properties from damage from construction
operations.
23.9 The Contractor shall remove and disposed of legally and properly all material and debris
generated by this project from the base. Accomplish cleanup of the entire job site not less
than once a week. The Contractor shall be responsible to assure proper loading of vehicles
used for transport of materials and debris. Any spillage en-route on the base shall be
recovered and disposed of off base. Items shall be transported in tarp-covered or closed
vehicles. Any materials dropped or blown off vehicles shall be immediately picked up by the
Contractor. Paper, wrappings, and cardboard, shall be placed in tightly closed containers for
daily disposal.

21 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

23.10Equipment and tools used in the performance of the work shall be maintained in
satisfactory working condition at all times. The equipment shall be adequate and shall have
the capability of producing the requirements as set forth herein.
23.11The Contractor shall accept no changes or alterations to the project in design or
execution by anyone other than the Contracting Officer. Such changes suggested from
outside sources shall be directed to the Contracting Officer.
24.0

INSPECTIONS/QUALITY CONTROL/WORKMANSHIP/TESTING
24.1 The Contractor shall comply with all applicable current construction codes listed within
this SOW.
24.2 Preparatory Inspection: This inspection shall be performed by the Contractor prior to
beginning work on any definable phase of construction. It shall include a review of contract
requirements; a check to ensure that all materials and/or equipment have been tested,
submitted, and approved; a check to ensure that provisions have been made to provide
required control testing; examination of work area to ascertain that all preliminary work has
been completed; and a physical examination of materials and equipment to ensure that they
conform to approved shop drawings or submittal data and that all materials and/or equipment
are on hand. The Project Inspector shall be notified at least twenty-four (24) hours in
advance of the preparatory inspections and such inspection shall be made a matter of record
and sent to the Contracting Officer.
24.3 Preliminary and Final Inspections: The Contractor shall coordinate with the Project
Inspector 7 days prior to scheduled contract completion date to allow scheduling of
preliminary and final inspections. Attendance at the Preliminary and Final Inspections is
mandatory for the Contractor or his designated representative. At the Preliminary and Final
Inspection, the Contractor shall demonstrate that all systems and subsystems installed under
the contract are fully functional and usable.
24.4 Quality Control System: The Contractor shall establish a Quality Control System to
perform sufficient inspection and tests of all items of work, including that of his
subcontractors, to ensure conformance to applicable specifications with respect to the
materials, workmanship, construction, finish, functional performance, and identification. This
control shall be established for all construction work performed pursuant to the contract
except where the technical provisions of the contract provide for specific U.S. Air Force
control by inspections, test, or other means. The Contractor's Quality Control System shall
specifically include the surveillance and tests required in the technical provisions of the
contract specifications.
24.5 Workmanship: All work shall comply with the specifications and drawings provided. All
work shall be performed by craftsmen skilled in the applicable trade and shall be supervised
by a qualified Superintendent with experience in the related construction trades. The
Superintendent is required to be on-site during the performance of all work to ensure that a
quality product is provided. The Superintendent shall be able to speak, understand, and read
the English language. The Superintendent shall have a complete current set of the contract
documents and approved submittals on the job site at all times.
24.5.1
No careless or sloppy work will be tolerated. While the Contracting Officer, or
designated representative, may identify workmanship problems to the Contractor, Quality
Control is the Contractors responsibility. Inspection or non-inspection by U.S. Air Force
representatives of the work does not relieve the Contractor from ensuring the work
complies with the contract documents. It is the responsibility of the Contractor to identify
and correct all workmanship problems. Any workmanship problems identified are to be

22 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

corrected in a timely manner, to the satisfaction of the Contracting Officer, at no


additional cost to the U.S. Government.
24.5.2
The Contractor is responsible for the coordination and sequence of events with
relation to the performance of this project. The Contractor shall verify all dimensions and
advise the Contracting Officer of any discrepancies prior to proceeding with that phase of
work. If exact locations for positioning of equipment are not given, the Contractor must
coordinate the locations thru the Contracting Officer. All equipment must be positioned to
allow easy access for maintenance and replacement of component parts.
24.6 The Contractor shall perform all testing at the frequency specified in these specifications.
Additional tests may be purchased by the U.S. Government as a separate modification.
Testing shall be performed by an approved independent commercial laboratory. When test
results indicate that construction was not accomplished as specified for a given area, the
material shall be removed, replaced and construction shall be redone to meet specification
requirements, at no additional expense to the U.S. Government. Tests on construction shall
be performed (until compliance with specifications is met) at no additional cost to the U.S.
Government. Inspections and test results shall be certified by a registered professional
architect or engineer. Within 24 hours of conclusion of physical tests, two copies of test
results, including calibration curves and results of calibration tests, shall be furnished to the
Contracting Officer.
25.0
EXISTING WORK AND RESTORATION OF DAMAGE CAUSED BY THE
CONTRACTOR
25.1 The disassembling, disconnecting, cutting, removal or altering in any way of existing work
shall be carried on in such a manner as to prevent injury or damage to any portions of
existing work, whether they are to remain in place, be re-used in the new work or be salvaged
and stored. All portions of existing which have been cut, damaged or altered in any way
during performance of work shall be repaired or replaced in kind, in an approved manner to
match existing adjoining work. Work of this nature shall be performed by the Contractor at
his expense and left in a condition similar to that which existed prior to the start of the work.
26.0

PROTECTION OF LAND RESOURCES


26.1 It is intended that land resources within the project boundaries of work performed under
this contract be preserved in their present condition or be restored to a condition after
completion that will appear to be natural and not detract from the appearance of the project.
Insofar as possible, the Contractor shall confine his activities to areas defined by the plans
and specifications. Any landscape feature damaged or scarred by the Contractors
equipment or operations shall be restored to its original condition at the Contractors
expense. The Contracting Officer will decide what method of restoration shall be used. The
Contractor shall remove all signs of temporary construction facilities such as haul materials,
or any vestiges of construction resulting from the contract as directed by the Contracting
Officer.
Project Location

23 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project

24 | P a g e

Construct Expeditionary Maintenance Hangar

DM1015 - Construction of OLBAPACK spa, EPC Project


DM1015 - Construction of OLBAPACK spa, EPC Project

ALUA 11-0058

DM1015 - Construction of OLBAPACK spa, EPC Project


Site Plan

25 | P a g e

Das könnte Ihnen auch gefallen