request for proposals (rfp) installation, testing and ......installation, testing and...

117
Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002 Page 1 of 86 GlobalQMS ID: 414.17, 13 August 2018 1 Request for Proposals (RFP) Installation, testing and commissioning of the HVAC System RFP Number: RFP- USAID/GHSC-PSM/MPPD-HVAC002 Description: RFP for Installation, testing and commissioning of HVAC System For: Medical Production Procurement Division (MPPD) Free Trade Zone Medical Warehouse Contracting Entity: Chemonics International Inc Funded by: United States Agency for International Development (USAID), Contract No. AID-OAA-I-15-00004/ AID-OAATO-15-00018 Place of Performance: Rwanda – MPPD Free Trade Zone Warehouse Release Date: February 19 th 2019 RFP Issue: Ferbuary 19 th 2019 Mandatory Site Visit and Pre-Bid Meeting: March 5 th 2019 Questions Due: March 11 th 2019 Proposals Due: March 22 nd 2019 Chemonics International Inc, (Chemonics) implementing the USAID/GHSC is soliciting proposals for the supply of services described herein. USAID/GHSC is an official project of the United States Agency for International Development (USAID) under Contract Number AID-OAA-I-15-00004/ AID-OAATO-15-00018). Please submit your proposal for the services described herein in accordance with the instructions to Offerors and terms and conditions of this RFP.

Upload: others

Post on 08-Jul-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 1 of 86

GlobalQMS ID: 414.17, 13 August 2018 1

Request for Proposals (RFP) Installation, testing and commissioning of the HVAC System

RFP Number: RFP- USAID/GHSC-PSM/MPPD-HVAC002 Description: RFP for Installation, testing and commissioning of HVAC

System For: Medical Production Procurement Division (MPPD) Free Trade

Zone Medical Warehouse Contracting Entity: Chemonics International Inc Funded by: United States Agency for International Development (USAID), Contract No. AID-OAA-I-15-00004/ AID-OAATO-15-00018

Place of Performance: Rwanda – MPPD Free Trade Zone Warehouse Release Date: February 19th 2019 RFP Issue: Ferbuary 19th 2019 Mandatory Site Visit and Pre-Bid Meeting: March 5th 2019 Questions Due: March 11th 2019 Proposals Due: March 22nd 2019 Chemonics International Inc, (Chemonics) implementing the USAID/GHSC is soliciting proposals for the supply of services described herein. USAID/GHSC is an official project of the United States Agency for International Development (USAID) under Contract Number AID-OAA-I-15-00004/ AID-OAATO-15-00018). Please submit your proposal for the services described herein in accordance with the instructions to Offerors and terms and conditions of this RFP.

Page 2: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 2 of 86

GlobalQMS ID: 414.17, 13 August 2018 2

This RFP includes the following sections and attachments:

1. INSTRUCTIONS TO OFFERORS 2. SCOPE OF WORK 3. FIXED PRICE SUBCONTRACT TERMS AND CONDITIONS

PART 1. GENERAL PART 2. PAYMENT AND FINANCIAL OBLIGATIONS PART 3. GENERAL TERMS AND CONDITIONS PART 4. SPECIAL TERMS AND CONDITIONS PART 5. CLAUSES INCORPORATED BY REFERENCE

ATTACHMENT A LETTER OF TRANSMITTAL ATTACHMENT B REQUIRED CERTIFICATIONS ATTACHMENT C BANK GUARANTEE ATTACHMENT D HVAC SYSTEM SPECIFICATIONS: TECHNICAL

SPECIFICATIONS ATTACHMENT E SCHEDULE OF QUANTITIES (SOQ) ATTACHMENT F TENDER DESIGN DRAWINGS

DRAWING NO. DRAWING TITLE MPPD/FZE/001 HVAC LAYOUT DRAWING: ELECTRICAL A3 MPPD/FZE/002 HVAC LAYOUT DRAWING: ELECTRICAL A4 MPPD/FZE/003 HVAC LAYOUT DRAWING: ELEVATIONS VIEW A3 MPPD/FZE/004 HVAC LAYOUT DRAWING: ELEVATIONS VIEW A4 MPPD/FZE/005 HVAC LAYOUT DRAWING: GO-DOWNS LAYOUTS A3 MPPD/FZE/006 HVAC LAYOUT DRAWING: GO-DOWNS LAYOUTS A4 MPPD/FZE/007 HVAC LAYOUT DRAWING: SINGLE GO-DOWN LAYOUT A3 MPPD/FZE/008 HVAC LAYOUT DRAWING: SINGLE GO-DOWN LAYOUT A4

ATTACHMENT G TEMPLATE FOR ENVIRONMENTAL HEALTH AND SAFETY

COMPLIANCE PLAN (EHSCP)

Page 3: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 3 of 86

GlobalQMS ID: 414.17, 13 August 2018 3

ACRONYMS AIDAR Agency for International Development Regulations CFR Code of Federal Regulations CO USAID Contracting Officer COP Chief of Party COTR USAID Contracting Officer Technical Representative FAR Federal Acquisition Regulations RFP Request for Proposals SOW Statement of Work SOQ Schedule of Quantities USAID United States Agency for International Development

Page 4: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 4 of 86

GlobalQMS ID: 414.17, 13 August 2018 4

SECTION 1: INSTRUCTIONS TO OFFERORS

1.1 Introduction Chemonics International as Prime Contractor for the USAID/GHSC-PSM requests proposal for Installation, testing and commissioning of HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of the Rwanda Ministry of Health is tasked with the role of availing quality and cost effective drugs, medical equipment, laboratory commodities and medical supplies to the Rwandan population. The current RBC/MPPD Free Trade Zone warehouse lacks a Heating, Ventilation and Air-conditioning (HVAC) System. A HVAC system is critical for the safe storage of commodities and controlling the temperature and ensuring conducive staff work environment. To this end, RBC/MPPD with the support from USAID wishes to install an HVAC System in collaboration with the USAID Mission in Rwanda, for purposes of maintaining the country’s commodity supply chain management system. The USAID mission in Rwanda through USAID/GHSC-PSM field office in Rwanda will support RBC/MPPD for the purchase of HVAC equipment for the installation, testing and commissioning of HVAC system to be placed at RBC/MPPD Free Trade Zone warehouse in Masoro-Ndera 1.2. Offer Deadline Offers must be received in hard and soft copy no later than March 22nd 2019 at 5PM local time at the following address:

Chemonics International Inc. Plot Number 1003 African Union Boulevard, RSSB Building, Tower II, Floor 7, Kiyovu, Kigali, Rwanda Attention: Country Director

Late offers will be considered at the discretion of the Chemonics evaluation committee. 1.3 Protocol for Submission of Offers and Required Documents Offerors are responsible for ensuring that their offers are received in accordance with the instructions stated herein. All offers must be prepared in English. Offers submitted in French will be considered at the discretion of the Chemonics evaluation committee. Any resultant subcontract will be issued in English and the English language will govern. All proposals must be submitted in two volumes, consisting of:

• Volume 1: Technical Volume (See Section 1.6) • Volume 2: Cost Volume (see Section 1.7)

These volumes must be submitted in separate, sealed envelopes. Three (3) hard copies—one original and two copies—of each volume must be included in each envelope. Offerors are also

Page 5: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 5 of 86

GlobalQMS ID: 414.17, 13 August 2018 5

required to submit one (1) electronic version of each volume on a CD-ROM or Flash Drive inside the envelope for the applicable volume. Each envelope must be clearly marked with the RFP number USAID/GHSC-PSM/MPPD-VAC002, the complete legal name and contact information of the offeror’s organization, and the delivery address found below. Plot Number 1003 African Union Boulevard RSSB Building, Tower II, Floor 7 Kiyovu, Kigali Upon delivery, applicants will be issued a stamped receipt confirming timely submission. Each offeror may submit only one proposal, either individually or as a partner in a joint venture. An offeror who submits or participates in more than one proposal shall cause all the proposals with that offeror’s participation to be disqualified. 1.4 Questions and Clarifications All questions and/or clarifications regarding this RFP must be submitted via email to [email protected] no later than March 11th 2019 at 5PM Kigali Rwanda. All correspondence and/or inquiries regarding this solicitation must reference the RFP number in the subject line. No phone calls or in-person inquiries will be entertained; all questions and inquiries must be in writing. Questions and requests for clarification—and the responses thereto—that Chemonics believes may be of interest to other offerors will be circulated to all RFP recipients who have indicated an interest in bidding. Only the written answers will be considered official and carry weight in the RFP process and subsequent evaluation. Any verbal information received from a Chemonics or USAID/GHSC-PSM employee or other entity should not be considered as an official response to any questions regarding this RFP. 1.5 Site Visit and Bidder’s Conference In order to provide offerors an opportunity to raise questions and to learn more about the site and the scope of work described herein. A mandatory site visit and bidder’s conference to familiarize bidders with the place of performance will be held on March 5th h 2019 at 10AM, beginning at the RBC/MPPD Free Trade zone warehouse in Masoro-Ndera. The site visit is mandatory, and Chemonics will accept proposals in response to this RFP only from those offerors who attend the site visit. Please confirm attendance via email to [email protected] no later than March 1st 2019 5PM local Kigali Rwanda time . The RFP number must be included in the subject line of your email. This confirmation should include the full name and contact information of all participants. Participation in the site visits and the bidder’s conference are the responsibility of the offerors. Chemonics will not reimburse offerors for any costs associated with the site visit.

Page 6: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 6 of 86

GlobalQMS ID: 414.17, 13 August 2018 6

1.6 Technical Volume The Technical Volume should describe in detail how the offeror intends to carry out the requirement specified for HVAC System work as described in the Scope of Work (SOW) found in Section 2. The technical volume should demonstrate a clear understanding of the work to be undertaken and the responsibilities of all parties involved. The technical volume should be organized by the evaluation criteria listed in Section 6 and respond to all requirements in Section 6 and Attachments A and B. The offeror should include details on personnel, equipment, and subcontractors who will be used to carry out the required activities. The following documents must be included in the Technical Volume (failure to submit all of the following documents may result in disqualification from award):

• Completed Letter of Transmittal (see Attachment A) • Completed Required Certifications (see Attachment B) • Project Methodology and Techincal Solution (see below) • Draft Work Plan (Gannt Chart - see below) • CVs of Key Personnel (see below) • Information on Past Performance (see below) • Copy of official license of legal registration in Rwanda or East Africa Community (EAC)

Project Methodology and Technical Solution: Using the information contained in the SOW, the offeror should describe its approach for executing each phase (demolition, design review, procurement, fabrication, and installation) of the project, in as much detail as necessary, for a successful outcome. The methodology and technical solution proposed by the offeror shall meet recognized industry standards and be cost efficient while taking into consideration the project’s location and availability of materials and equipment. The methodology section should also include an outline of the offeror’s approach to Quality Control and Quality Assurance (with description of testing and inspections), Environemntal, Health, Safety Compiance Plan (EHSCP) . The offeror should propose a detailed schedule that can be reasonably implemented for each phase of the project. Draft Work Plan: The draft work plan for the proposed services shall be submitted in the form of a Gantt chart and shall provide a step by step process for executing every phase of the work in the most efficient manner. Key Personnel: The offeror should demonstrate that professional staff with extensive experience is available to oversee and carry out the scope of work. The professional staff deemed as Key Personnel shall be fully available throughout the duration of the subcontract and shall not be replaced without prior written consent of Chemonics. The Technical Volume should include CVs for the following required key personnel: Site Project Manager (preferably a Mechanical Engineer with HVAC experience), Senior Electrical/HVAC Engineering, and a HVAC Site Technician . Past Performance: The Technical Volume should include information on past performance, briefly describing at least three (3) recent contracts of similar scope and duration. It is not the intent of this RFP to solicit an overly long response, but it is important that the offeror’s experience/expertise be adequately described. The information supplied must include the legal name and address of the organization for which services were performed, a description of the

Page 7: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 7 of 86

GlobalQMS ID: 414.17, 13 August 2018 7

work performed, the duration of the work and size (in USD) of the contracts, a description of problems encountered in the performance of the work and actions taken to resolve them, and the contact information (current telephone number and email address) of a responsible representative of the contracting organization. Chemonics may use this information to contact representatives on prior contracts to obtain feedback on performance. Failure to submit complete and accurate information regarding previous similar or related contracts or subcontracts is grounds for disqualification from award. Any offer not including this information will be accepted at the discretion of the evaluation committee. There is a 10 page limit to the Technical Volume. This page limit does not include the following documents:

• Completed Letter of Transmittal (see Attachment A) • Completed Required Certifications (see Attachment B) • CVs of key personnel • Draft work plan • Sketches, catalogue cut sheets and/or drawings

1.7 Cost Volume The Cost Volume is used to establish the best value among proposals and serves as a basis of negotiation for the signing of the subcontract. The Cost Volume must include a detailed budget as well as a budget narrative which explains the basis for the estimate of each budget element. Supporting information should be provided in sufficient detail to allow a complete analysis of each cost element. The Cost Volume shall also include the costs for any materials, survey, and geotechnical testing and analysis required to complete the development of the design documents. Any taxes or fees are not to be added later. Offers must show level of effort, materials, quantities, and total price. All items, services, etc. must be clearly labeled and included in the total price. Quotations must be a firm fixed-price, expressed in USD for International firms and in Rwandan Franc for local firms. All offerors shall use the attached Schedule of Schedule of Quantites (SOQ) in Atttachment D, as the basis for the preparation of the detailed budget. The completed Schedule of Quantities shall be submitted with the Cost Volume. The anticipated contract type for this procurement will be a firm fixed-priced subcontract. Please note that the inclusion of separate line items for any indirect costs or fee will not be permitted. As such, it is expected that each offeror will provide comprehensive total values for each component inclusive of any/all indirects and fees. 1.8 Reserved 1.9 Authorized USAID Geographic Code All goods and services offered under this order must meet USAID Geographic Code 935 (Special Free World) requirements detailed in the Code of Federal Regulations (CFR), 22 CFR §228 and the Automated Directives System (ADS), ADS Chapter 260 No items, items with components from, or related services may be offered from the following countries: Cuba, Iran, North Korea, and Syria. Related services include incidental services

Page 8: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 8 of 86

GlobalQMS ID: 414.17, 13 August 2018 8

pertaining to any/all aspects of this subcontract (including transportation, fuel, lodging, meals, and communications expenses). 1.10 Eligibility of Offerors This RFP is open to all qualified offerors who submit a proposal that meets the requirements in accordance to this RFP. Only those firms that attend the mandatory site visit/bidders conference are eligible to bid on this RFP. In accordance with Federal Acquisition Regulation Clause 52.209-6, “Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment,” (SEP 2006), all offerors must certify that they are not debarred, suspended, or proposed for debarment. Chemonics will not award a subcontract to any firm or firms’ principals who are debarred, suspended, or proposed for debarment, or who proposes to do business with firms or firms’ principals who are debarred, suspended, or proposed for debarment, in the performance of the requirement of this activity. 1.11 Validity Period Offers must remain valid for at least one hundred twenty (120) calendar days after the offer deadline. 1.12 Negotiations Best offer quotations are requested. It is anticipated that awards will be made solely on the basis of these original quotations. However, Chemonics reserves the right to conduct negotiations and/or request clarifications prior to awarding a subcontract. Offerors will be requested to respond to any requests for clarification within the time indicated in the request Chemonics reserves the right to make multiple awards if it is in the best interests of the USAID/GHSC-PSM program. 1.13 Basis for Award Chemonics intends to award a subcontract resulting from this solicitation to the responsible offeror whose proposal represents the best value to the USAID/GHSC-PSM program after evaluation of the following criteria, with the weights applied accordingly:

• Proposed Methodology and compliance to the specification 30 Points The offeror shall be evaluated on the overall understanding of the scope of work. Specifically, the offeror shall be evaluated on how realistic the proposed technical solution is in completing projects on schedule and meeting delivery guidelines. The Offerors response shall integrate comments on the design methodology, procurement process, construction methods, techniques, project scheduling, and project management to deliver the required scope of work with the highest construction quality. Special consideration shall be given to the offeror’s ingenuity, creativity, and use of sound engineering principles in its proposed solutions to have time and cost savings approach for the offer that meets the overall objectives and technical specifications. The offeror’s proposal shall include a

Page 9: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 9 of 86

GlobalQMS ID: 414.17, 13 August 2018 9

draft work plan providing a step by step process for executing every phase of the work in the most efficient manner.

• Proposed Schedule of Implementation 20 Points Due to the nature of this project, time is of the essence. Therefore, special consideration shall be given to the offerors with an aggressive but realistic timeline for completing each phase of the scope of work as well as the overall implementation plan that meets the desired goals stated herein. This should include the lead time for procurement and delivery of all key equipment. A detailed draft work plan shall be included in the offeror’s technical volume.

• Key Personnel or Technical capacity of the Firm 25 Points The offeror’s key personnel shall be evaluated on the experience of the team members with similar projects. In particular, special consideration will be given to a well experienced.

o Site Project Manager (preferably a Mechanical Engineer with HVAC experience) o Senior Electrical/HVAC Engineer o HVAC Site Technician

• Past Performance , Experience and References 25 Points

The offeror shall be evaluated on the experience the firm has with related projects of similar scope and size. In particular, special consideration shall be given to firms having executed such projects in Rwanda. The references listed by the offeror shall be contacted to complete a survey.

Once the evaluation of offers is completed based on the above criteria, the Cost Volume will be used in conducting the best value analysis. The combined technical factors above are more important than cost or price. However, Chemonics will not select an offer for award on the basis of a superior technical proposal without considering cost. Cost will be evaluated based on cost reasonableness, allowability, and realism. A technical/cost trade-off analysis will be performed by Chemonics in order to determine the best value to the project. 1.14 Terms and Conditions of Subcontract Issuance of this solicitation does not in any way obligate Chemonics to award a subcontract, nor does it commit Chemonics to pay for costs incurred in the preparation and submission of a proposal. This solicitation is subject to the Fixed-Price Subcontract Terms and Conditions detailed in Section 3. Any resultant award will be governed by these terms and conditions. Chemonics reserves the right to make minor revisions to the content, order, and numbering of the provisions in the actual subcontract document to be executed by Chemonics and the selected awardee. 1.15 Award Decision Chemonics, at its sole discretion, will make a final decision on this procurement. Please note that in submitting a response to this solicitation, the Offeror understands that USAID is not a party to this solicitation and the offeror agrees that any request for a debriefing on award decisions

Page 10: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 10 of 86

GlobalQMS ID: 414.17, 13 August 2018 10

hereunder must be presented—in writing with full explanations—to Chemonics International for consideration, as USAID will not consider questions made to it under USAID-financed subcontracts.

Page 11: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 11 of 86

GlobalQMS ID: 414.17, 13 August 2018 11

SECTION 2: SCOPE OF WORK A. OBJECTIVE

Intent of these specifications is to define the requirements for the, supply, installation, testing & commissioning of a HVAC System. The entire work shall be carried out in accordance with these terms and conditions and generally as per the scope drawings set forth in the documents. The contractor shall be responsible for the scope of the installation work described below and also for testing to ensure the safe and satisfactory operation of the system.Any alternations/additions, equipment, apparatus, instruments, material and labor required to achieve the completeness of the HVAC system as above shall be deemed to be included in the scope of the contractor without any extra cost to the client, whether the same have been covered or not in the specifications and drawings. However, any changes required in design and installation shall be brought to the notice of the Engineer In-Charge; and due approval shall be obtained therefore. Gretel Solutions Ltd, is appointed by Chemonics as the Engineer In-Charge for this HVAC subcontract. A.1 SCOPE OF WORK The work to be performed under this subcontract shall consist of the following: providing all tools, equipment, materials, supplies, and manufactured articles; furnishing all labor, transportation, and services, including testing, shipping, fuel, power, water, and essential communications; and performing all work or other operations required for the fulfillment of the subcontract. The work shall be complete, and all work, materials, and services not expressly indicated or called for in the Scope of Work which may be necessary for the proper design and completion of the work in good faith shall be provided by the subcontractor. The Subcontractor shall be responsible for partial demolition of existing elements, development of final design documents, procurement, fabrication, and installation services associated with the, supply, installation, testing & commissioning of the HVAC system for the application mentioned and shall be generally as per the schedule of quantities and scope/tender drawings. All equipment shall comply with the required manufacturers warranty provisions of the subcontract. The offeror shall submit warranty details with its offer. The works to be performed include the following:

Phase 1 – Implementation Plan

The Subcontractor shall be responsible for the development of a detailed Implementation Plan. At a minimum, the Implementation Plan shall include the demolition plan, criteria for review of the design documents, a listing of the available records reviewed, the finalized progress and work schedule, a description of the means and methods to be employed for a successful delivery, identification of the required construction permits, a listing of all proposed activities with their anticipated duration and the names of responsible personnel, site staging plan, site safety plan, quality control and assurance plan, Environemntal Health and Safety Compliance Plan (EHSCP) as well as the proposed suppliers to be retained by the Subcontractor.

Page 12: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 12 of 86

GlobalQMS ID: 414.17, 13 August 2018 12

The total completion period shall be as proposed by the contractor or amended following contract negotiations and specified in the contract. The work in totality must be completed within the completion period as per approved Bar chart / Project schedule. The entire project is to be completed at the earliest; hence the Bidder’s labor may have to work on extended hours, if required, with necessary prior permission. Codes and Regulations: The installation shall be in conformity with bye-laws and regulations of local authorities concerned in so far as these become applicable to the installation. The installation shall also be in conformity with the relevant codes of Rwanda Bureau of Standards and American Society of Heating, Refrigerating and Air-Conditioning Engineers (ASHRAE) standards. Wherever a reference of Standard specification is made in this document, it should imply the latest revision of that standard, including such revisions/amendments as may be issued by the issuing authority, during the course of the work contract. Compliance with all the applicable laws/rules pertaining to materials and workers/personnel shall be the liability of contractor. In case the drawings and/or specifications has a requirement that violates the bye-laws and regulations then the bye-laws and the regulations shall govern the requirement of this installation and the fact shall be brought to the notice of the Engineer In-Charge. Changes to Building, Courtyard and/or Other Structure: The tenderer will attach to the tender, at the time of submission, a statement containing information on the following points on a separate proforma:

a) The sub-contractor should check all the drawings attached with the tender document, for the areas made available for installing his equipment and machines for proper and efficient functioning of his equipment. Any changes required to be made in the building and/or structure should be clearly brought out in a separate letter to be submitted along with the tender document.

b) Absence of specific comments on this issue by the Bidder along with quotation will be deemed as acceptance of the spaces available for HVAC equipment, supply & return air paths, etc

Phase 2 – Review Final Tender Design Documents and Update with Working Drawings Review: The Final Tender Design Documents associated with this project were prepared by Gretel Solutions Ltd, Rwanda, and completed on July 4, 2018. The Final Tender Design Documents are presented under Attachment F and include plans, detail drawings, technical specifications, and bill of quantities as prepared by Gretel Solutions, Rwanda for the implementation of the project. The Final Tender Design Documents (enclosed Attachment F) shall serve as scope drawings. They indicate the general scheme of the HVAC system requirement. However, actual location, distance, levels, etc. will be governed by actual field conditions. The contractor shall inspect the actual site and provided plans to avoid possible installation conflicts. Should drastic changes from original plans be necessary to resolve such conflicts, the contractor shall notify the Engineer In-Charge (Gretel Solutions) and secure written approval from GHSC-PSM and MPPD before the installation is started. Discrepancies in different plans or between plans and actual field conditions or between plans and specifications shall be promptly brought to attention of the Engineer In-Charge for a decision. Specific provisions and stipulations contained in the Schedule of Quantities & Drawings shall have

Page 13: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 13 of 86

GlobalQMS ID: 414.17, 13 August 2018 13

precedence over General Specifications wherever the two differ. In case of contradictions between any provisions of this Document, the more stringent shall prevail. And the changes should be approved by GHSC-PSM and MPPD The selected subcontractor shall perform an installation review and familiarize themselves with the Final Tender Design Documents and reproduce them as necessary in order to verify all information and quantities contained therein. In particular, the subcontractor shall review all layouts, alignments, quantities, volumes, locations and sizes of proposed improvements contained in the Final Tender Design Documents. As part of the review process and prior to starting construction, the subcontractor shall also identify any changes in site conditions since the time the documents were originally prepared, as well as potential flaws in the design, details, specifications and/or calculations not initially provided but necessary for a complete project. Notwithstanding anything indicated in this Tender Document, all the components of the HVAC system should be selected, designed and installed in such a manner as to prevent objectionable noise or vibrations being transmitted to the conditioned areas. Special care should be taken to ensure perfect finish, alignment and leveling of all exposed ducts. Quality, workmanship and installation of the same should be excellent and aesthetically pleasing. The supply and return air grilles/diffusers shall be of powder coated aluminum (as specified) and of superior quality. All cutouts required for HVAC work should be marked by HVAC Contractor and carried out & sealed after HVAC work. Site coordination should be done by HVAC Contractor. The Final Tender Design Documents shall be reviewed by the subcontractor in accordance with the latest requirements of the relevant codes of Rwanda Bureau of Standards and ASHRAE standards, Update the Final Tender Design Drawings and Update with Requested Changes to DesignDrawings (see Attachment F for Tender Design Drawings): Upon completion of the review process and prior to procuring any materials or starting field work, the subcontractor shall submit to USAID/GHSC-PSM either a letter attesting that the information contained in the Final Design Documents is accurate and implementable, or a letter outlining the changes required to implement the project along with the requested revisions to the appropriate sections of the Design Documents, for review and approval. The requested revisions to the design documents shall be prepared using AutoCAD (release 2006 or newer) and submitted in electronic (compact disks) and hard (3 sets – 11”x17” paper) formats. After technical approval, soft copy and necessary sets of hard copies shall be submitted for Engineer In-Charge and Client (GHSC-PSM) for their record, approval and coordination. The updated Design Drawings would be signed and remain the responsibility of the Engineer in-Charge. The following is an indicative List of Working Drawings to be submitted by the Contractor. List of Drawings applicable for the present project shall be prepared by the HVAC Contractor on award of work and approved by the Engineer In-Charge:

1. Air Ducting Layout Including Diffusers/Grilles Coordinated With Lighting, False Ceiling & Equipment Layout, Other Services, Etc.

2. A/C Equipment Layout Including Indoor Units, Access Doors, Ducts & Pipes, Fresh Air/Exhaust Air, Hvac Power Panels, Control Panels, Etc.

Page 14: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 14 of 86

GlobalQMS ID: 414.17, 13 August 2018 14

3. Outdoor Airhandling Unit Layout With Platform/Structure/Stands 4. HVAC Sections 5. Indoor & Outdoor Equipment Dimensions & Connection Details 6. Installation Details For Grilles/Diffusers, Piping, Ducting, Pipe Trays, Etc 7. Any Other Drawings Required During Execution

Additional Techncial Requirements For HVAC System Installation (see Attachment D for Technical Specifications) :

1. The configuration of equipment suggested in this document is based on estimated load, to achieve the specified room temperature. Notwithstanding anything stated/specified in this document, it is to be clearly understood that it is the responsibility of the contractor/supplier to achieve and maintain the specified room temperature uniformly in all the air-conditioned areas. The bidders are advised to study the drawings and the proposed installation scheme, layout & piping routes, visit the site and carry out comprehensive calculations for each of the Areas, before submitting quotations.

2. Bidders must study the A/C drawings and visit the site before quoting, and acquaint themselves with the site conditions, spaces available for condensing and cooling units, airflow, etc. Absence of any comments on this count shall be taken as acceptance of the site conditions and as a confirmation of adequacy of space available for installation and air flow.

3. For all units having piping length more than standard length recommended by the manufacturer, the pipe diameter, shall be suitably higher than normal to prevent excessive de-rating in capacity.

4. Contractor will have to carry out thorough pressure testing on completion of piping work. The pipes shall then be sealed at both ends. Responsibility for any leakages found in the piping at any time, even after the pressure test is approved by the Engineer In-Charge/Client, shall rest with the Contractor; and any expenses to be incurred due to damage/disturbance/ breakage of the building or interior as a result of any rectification required in the piping shall be borne by the Contractor.

5. Drain piping shall be tested for leakages. 6. Tests shall be carried out by Contractor for checking resistance, insulation and continuity

of wires after laying the electrical wires between units. 7. Any cabling/wiring which is concealed (eg in shafts or above false ceiling), or encased in

wall chases, must be installed in conduits to facilitate replacement in case of any fault in future.

8. The Contractor shall prepare and submit Draft and Final Drawings (also referred to as Draft As-Built drawings and Final Draft As-Built drawings) showing the exact locations, levels and route of refrigerant & drain pipes, wires and cooling & condensing units. The drawings shall be prepared before the pipes, etc. are concealed.

9. All minor items required for the completeness of the installation shall be deemed to be included in the Supplier's scope- whether explicitly mentioned above or not.

10. The Contractor shall maintain adequate spares at their local office and ensure that prompt after-sales and Guarantee Services are provided.

Approval of Working Drawings: 1. No fabrication and installation should be put into execution until the relevant working

drawings are approved by the Engineer In-Charge, GHSC-PSM and and MPPD.

Page 15: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 15 of 86

GlobalQMS ID: 414.17, 13 August 2018 15

2. The contractor shall initially submit in duplicate the drawings prepared by him for checking and verification by the Engineer In-Charge. The contractor shall submit adequate copies of final drawings as required by Engineer In-Charge/client on approval.

3. Approval of the drawing by the Engineer In-Charge shall in no way relieve the contractor from the responsibility of providing a complete and satisfactory installation and achieving & maintaining the stipulated design conditions. Any errors, omissions and shortfalls shall be rectified, and made good free of cost to the client regardless of the fact that the installation may in the first place have been carried out as per the approved drawings.

Schedule of Quantities (see Attachment E): 1. The quantities of ducting, insulation, piping, cabling, etc. mentioned in the tender

documents are tentative and are given for tenderer's guidance and to have uniform basis for tendering. The contractors should quote unit rates for variation in quantities.

2. The accompanied tender drawings show the route of ducts, pipes, electrical works etc. and the equipment layout. Should there be any ambiguity in plans and specifications or obstructions, the same should be brought to the notice of the Engineer In-Charge while submitting the tender documents.

3. During progress of the work, completed portions of the building may be occupied and put to use by the owner but the contractor will remain fully responsible for maintenance of HVAC installations till the entire work covered under his contract is satisfactorily completed by him and taken over by the owner.

Phase 3 – Installation Kick-Off Meeting The Subcontractor shall participate in a installation kick-off meeting with the MPPD under the supervision of GHSC-PSM. The purpose of the kick-off meeting is to introduce the Subcontractor to the beneficiaries, identify existing constraints, and review the Implementation Plan and Final Design Documents for the project. The Subcontractor shall summarize the comments generated during the meeting in a memorandum and revise the Working Drawings and Implementation Plan accordingly. Phase 4 – Site Preparation and Coordination with MPPD The Subcontractor shall secure and isolate the worksite for the protection of its workforce and the general public. The subcontractor shall prepare the site for the installation of the proposed components associated with the HVAC installation as per the implementation plan and approved final working and design documents. The subcontractor shall coordinate all works with the designated GHSC-PSM field office identified representive. Phase 5: Installation of Heating, Ventilation and Air Conditioning (HVAC) System and Related Electrical Components The Subcontractor shall be responsible for procuring and/or fabricating all required components for the HVAC system as well as all necessary appurtenances for a complete installation. The Subcontractor shall be responsible for all permit fees, procurement, shipping, and storage, as required. Delays in procurement, fabrication, and/or shipping shall be the responsibility of the Subcontractor.

Page 16: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 16 of 86

GlobalQMS ID: 414.17, 13 August 2018 16

The full scope of the installation is described in the above and in the attachements of the HVAC Technical Specifications, Schedule of Quantities (SOQ), and the Final Tender Design Drawings (see Attachments D,E and F). All assembly and installation shall be as per the final working and design documents, unless approved otherwise. The work shall also include the patching and repair of all existing items disturbed by the subcontractor during the installation of the general site and civil works. The subcontractor shall be responsible for the disposal of all unsuitable material removed from the work area during construction. The subcontractor shall also be responsible for all cleaning and site maintenance activities during the installation phase and for final cleanup. The subcontractor shall be responsible for cleaning up the worksite following each workday. During the implementation of the project, the Subcontractor shall maintain a photographic record of work on site to document daily progress along with a field journal kept by the GHSC-PSM Resident Engineer. The photographic record and field journal shall be available to GHSC-PSM and its Engineer for review during site visits. Supervision By The Contractor: The sub-contractor shall have sufficient supervisory work force so that one supervisor may be available on each job for day-to-day site work. The contractor shall have to arrange day-to-day planning and execution of each job. All tools which may be required for installation and taking measurements shall be supplied by the contractor. Whole work must be carried out to the satisfaction and as per instruction of the GHSC-PSM engineer in charge. Quality is essential part of the whole project and no compromise will be entertained as far as the quality of the work is concern strictly in all respect of the work. Materials & Workmanship: The materials used by the sub-contractor shall be new, free from defects and of the best quality and workmanship and shall be in conformity with the latest and best engineering practice. The entire installation work shall comply with the applicable standard specifications of: Phase 6 – Testing, Training, Monthly Reports, Draft Final Drawings and Draft Final Report upon Final Completion and Acceptance

Testing:

a) All equipment and space conditions shall be tested to establish its operation. The test results shall be furnished to the Engineer In-Charge, GHSC-PSM and MPPD as per the tender. Instruments required for testing shall be furnished by the contractor.

b) After testing and commissioning, all equipment shall be painted in an approved manner. c) All equipment shall be guaranteed for the specified ratings with +/- 3% tolerance. d) After all the tests and adjustments have been made, the plant shall be put to run- test as

per frequency & duration specified by the Engineer In-Charge. Training:The contractor shall provide free training at site in operation and maintenance of the HVAC System supplied by them to the appropriate staff from MPPD.

Weekly, Monthly and Final Reports: In order to track the Subcontractor’s progress under this subcontract, the Subcontractor shall be required to submit a progress report every month summarizing the Subcontractor’s progress under each deliverable, observations resulting from weekly site inspections, difficulties or irregularities encountered, resolution of problems,

Page 17: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 17 of 86

GlobalQMS ID: 414.17, 13 August 2018 17

recommendations, monitoring and preparation of the environmental evaluation reports and other matters related to this subcontract, including updates to the construction schedule. These monthly reports shall be submitted via email to Chemonics. A final report is required for submission prior to final acceptance. This final report should summarize the overall activity carried out under this subcontract. Submission by the Contractor on Substantial Completion: The contractor shall submit two complete sets of Draft Final Drawings ( also called Draft Final As Built drawings) and documents to the Engineer-in-charge after completion of the work. These drawings and documents must include the following information:

a) Testing Results. b) Piping, cabling Out Door Units and Indoor Door Units layouts. c) Schematic diagram of various controls used in HVAC System. d) Schematic drawing of electrical work e) Schematic and route drawings for piping installation. f) Detailed operating instructions g) Detailed maintenance schedule for smooth running of the HVAC System h) List of spare-parts required to maintain the System for two years of operation.

Phase 7 – Defects Liability and Final Completion and Acceptance: The contractor shall guarantee the installation for a period of 6 months following the date of Final Completion and Acceptance and Taking Over by the client, and submission of stipulated documents, regardless of the date of supply/erection of any equipment. Guarantee for works during this defects liability period shall cover all installation works, components of the HVAC system, irrespective of the nature of item, any consumable items like refrigerant gas, oil, etc. if the loss of the same is due to reasons attributed to contractor. Any damage or defect that may arise or lie discovered or in any way be connected with the equipment or fittings supplied by him or in the workmanship shall be rectified or replaced by the contractor at his own expenses as deemed necessary by the Engineer-in-charge. The achievement and maintaining of Tender Final Desing Drawings and Specificaitons and accepted Working Drawings must be maintained throughout the Guarantee and Defects Liability period shall also be the responsibility of the contractor. A withholding of up to 10% will be retained on each payment and held in accordance with Section 16.3. Fourty per cent (40%) of this total retention amount may be released at Substantial Completion and Acceptance, and the remander at Final Completion and Acceptance (e.g. the end of the Defects Liability period). Phase 8 – Environmental Compliance: Preparation EHSCP Report and EHSCP Monitoring The Subcontractor shall prepare an Environmental Health and Safety Compliance Plan (EHSCP) to comply with USAID requirements for the GHSC-PSM program. The purpose of the EHSCP is define mitigation actions to be implemented. Using the EHSCP, the Subcontractor shall dutifully follow and implement all preventive and mitigation measures during all phases of the project. The Subcontractor shall also maintain on file and provide to Chemonics at the end of the subcontract,

Page 18: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 18 of 86

GlobalQMS ID: 414.17, 13 August 2018 18

the monitoring and evaluation logs associated with the various EHSCP activities of the project. The format for the EHSCP and its requirements are set out in Attachment G. Provision of Security for Materials. The Subcontractor is fully responsible for the security of all materials and work in progress at the installation locations and assumes all risks of loss or damage to the materials except as expressly provided herein. A.2 DELIVERABLES- The Subcontractor shall be responsible for the following deliverables: Deliverable 1: Mobilization and Implementation Plan The Subcontractor shall develop and deliver a detailed Implementation Plan for review and approval by USAID/GHSC-PSM prior to the start of work. The Implementation Plan shall include all the element identifies in Section A.1 of the Scope of Work. The Subcontractor shall submit the Implementation Plan in electronic (compact disks) and hard (3 sets – paper) format to USAID/GHSC-PSM for review and approval. In the event that USAID/GHSC-PSM finds deficiency with the Implementation Plan, the Subcontractor shall revise and resubmit until approval is obtained. Deliverable 2: Review Final Tender Design Documents and Update with Requested Changes to Design Drawings The subcontractor shall review, and perform an installation review of the Final Tender Design Documents, prepared by Gretel Solutions Ltd.,and presented under Attachment D. The work shall be as described in Section A.1 of the Scope of Work. Upon completion of the review process and prior to procuring any materials or starting field work, the subcontractor shall submit to USAID/GHSC-PSM either a letter attesting that the information contained in the Final Design Documents is accurate and implementable, or a letter outlining the requested changes required to implement the project along with the revisions to the appropriate sections of the Design Documents, for review and approval. The requested revisions to the design documents shall be prepared using AutoCAD (release 2006 or newer) and submitted in electronic (compact disks) and hard (3 sets – 11”x17” paper) formats. The updated Design Drawings would be signed and remain the responsibility of the Engineer in Charge. Deliverable 3: Kick-off Meeting, Site Preparation and Coordiantion with MPPD The Subcontractor shall participate in a kick-off meeting and site visit as described in Section A.1 of the Scope of Work. The kick-off meeting will also cover the site preparation work and coordination with MPPD, and will prepare an action plan on these items that may amend of clarify the Implementation Plan or other details not included in the approved Design Drawings.The Subcontractor shall summarize the comments generated during the meeting in a memorandum and incorporate them to the extent possible in the development of the design documents and the implementation for the project. The Subcontractor shall submit the memorandum in electronic (Microsoft Word) (compact disks) and hard (3 sets – paper) format to USAID/GHSC-PSM for review and approval. Deliverable 4: Installation of Heating, Ventilation and Air Conditioning (HVAC) System and Related Electrical Components The subcontractor shall be responsible for the preparation of the site where the proposed facilities will be installed. The subcontractor shall be responsible for the performance of all required surveys and tests, final clean-up and start-up

Page 19: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 19 of 86

GlobalQMS ID: 414.17, 13 August 2018 19

The Subcontractor shall be responsible for procuring and/or fabricating all required components for the HVAC system as well as all necessary appurtenances for a complete installation. The Subcontractor shall be responsible for all permit fees, procurement, shipping, and storage, as required. Delays in procurement, fabrication, and/or shipping shall be the responsibility of the subcontractor. The Subcontractor shall furnish all labor, tools, materials, equipment for the work associated with the HVAC system. All materials, equipment and fabricated components installed in the project shall be new and free of defect. The work includes but is not limited to demolition, excavation, backfill, compaction, masonry, and concrete works; miscellaneous mechanical and plumbing works, welding, installation of hardware and fixtures, assembly and installation of miscellaneous trims and finishes; painting and final cleanup; and all other appurtenances required for a complete and fully functional system. The full scope of the installation is described in the above section A.1 Phase 5, and in the attachements of the Final Tender Design Drawings and HVAC Technical Specifications (see Attachments D and E). All assembly and installation shall be performed by qualified technicians and as per the final design documents. The work shall also include the patching and repair of all existing items disturbed by the Subcontractor under this phase. The Subcontractor shall be responsible for the disposal, at an approved location, of all unsuitable material removed from the project area during installation of the works. The Subcontractor shall be responsible for cleaning up the worksite following each workday. Deliverable 5: Testing, Training, Monthly Reports, Final Drawings and Draft Final Report for Acceptance of Substantial Completion The Subcontractor shall carry out all testing of equipment, and provide the appropriate testing documentantion for approval of the Engineer. The subcontractor shall also carry out traning on all equipment for the MPPD staff. The Subcontractor shall submit a signed and approved Draft Final Report summarizing the work associated with the demolition, modified design, procurement installation, testing and training for the HVAC System. The Draft Final Report shall include a copy of the final design documents, record drawings, progress reports, EHSCP, quality control measures employed to ensure quality materials and workmanship, operation and maintenance manual (O&M Manual) for all the installed systems. The Draft Final Report shall also include a certification from the subcontractor that the project was implemented as per the Design Documents and that the facilities are safe for the intended use. The Draft Final Report shall be submitted upon the completion,approval and acceptance of the installations by Chemonics, be in English and in Microsoft Word format. During the implementation of the project, the Subcontractor shall maintain a set of the Draft Final Design Documents as approved by the Engineeer (also called as built drawings) upon which all field changes shall be noted. At the conclusion of the work, the Subcontractor shall develop record drawings to accurately reflect ‘as-built’ conditions of the work associated with this project. The record drawings shall be prepared using AutoCAD (release 2006 or newer) and submitted on electronic (compact disks) and hard (3 sets – 11”x17” paper) formats. The record drawings must be delivered to USAID/GHSC-PSM and found to be acceptable prior to final issuance of payment. Delieverable 6 – End of Guarantee/Defects Liability Period: Final Completion and Acceptance

Page 20: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 20 of 86

GlobalQMS ID: 414.17, 13 August 2018 20

Execution of Final Completion and Acceptance: Submission and Approval of the Final Report that includes:

1. Satisfactory completion of all required tests, 2. A final inspection that all items listed by MPPD and the GHSC-PSM Country Director

supported by the Engineer in the Schedule of Defects have been completed or corrected and that the work is finally complete (subject to the discovery of defects after final completion), and

3. Submittal by the Subcontractor of all documents and other items required upon final completion of the work in the form of a Final Report

4. A final request for payment (Request for Final Acceptance). Deliverable 7: Environmental Compliance: EHSCP Report and Monitoring Report The Subcontractor shall be responsible for preparing and delivering an Environmental Health and Safety Compliance Plan (EHSCP) at the beginning of the work and before any site activites begin to comply with USAID requirements for the USAID/GHSC-PSM program. When the mobilization and installation begins, the work shall include the monitoring and preparation of the EHSCP monitoring evaluation reports during all phases of the project. The first deliverable is the EHSCP. Thereafter on a monthly basis, the Subcontractor shall submit the monitoring evaluation report as per the format prescribed in the EHSCP which is provided under Attachment G.

Page 21: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Chemonics International RFP # USAID/GHSC-PSM/MPPD-HVAC002

Page 21 of 86

GlobalQMS ID: 414.17, 13 August 2018 21

SECTION 3: FIXED PRICE SUBCONTRACT TERMS AND CONDITIONS In the event of a subcontract award resulting from an offer submitted in response to this RFP, the following terms and conditions will apply. Chemonics, at its own discretion, reserves the right to modify these terms.

FIXED PRICE SUBCONTRACT (Insert Subcontract Number)

Between

Chemonics International or Local Entity

(insert HO or FO address)

Hereinafter referred to as “Contractor” or “Chemonics”

And

(insert name of Subcontractor) (insert address of Subcontractor)

Hereinafter referred to as the Subcontractor

Under

(insert project name and contract number)

For

(insert purpose of subcontract)

Page 22: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 22 of 86

GlobalQMS ID: 414.17, 13 August 2018 22

Contents Part 1 General Part 2 Payments and Financial Obligations Part 3 General Terms and Conditions Part 4 Special Terms and Conditions Part 5 Clauses Incorporated by Reference Attachment 1: (TBD) Attachment 2: (TBD) Attachment 3: (TBD) The Subcontractor agrees to furnish and deliver all items or perform all the services set forth or otherwise identified below and on any continuation sheets for the consideration stated herein. Any representations and certifications submitted resulting in award of this Subcontract are hereby incorporated either in full text or by reference, and any updated representations and certifications submitted thereafter are incorporated by reference and made a part of this Subcontract with the same force and effect as if they were incorporated by full text. By signing this Subcontract, the Subcontractor hereby certifies that as of the time of award of this Subcontract: (1) the Subcontractor, or its principals, is not debarred, suspended or proposed for debarment or declared ineligible for award by any Federal agency; (2) no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on its behalf in connection with awarding the contract or this Subcontract; and (3) no changes have occurred to any other representations and certifications made by the Subcontractor resulting in award of this subcontract. The Subcontractor agrees to promptly notify Chemonics in writing of any changes occurring at any time during performance of this Subcontract to any representations and certifications submitted by the Subcontractor. The rights and obligations of the parties to this fixed price subcontract shall be subject to and governed by the provisions and specifications attached or incorporated by reference herein and executed by both parties. For For Chemonics (insert name of Subcontractor) ___________________________________ _______________________________ By: By: Title: Title: Date: _____________________________ Date: _________________________

Page 23: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 23 of 86

GlobalQMS ID: 414.17, 13 August 2018 23

PART 1. GENERAL ARTICLE 1. ACRONYMS AND DEFINITIONS- The following acronyms and definitions apply to this subcontract:

[XXX] [NAME OF PROJECT] CFR Code of Federal Regulations COP Chemonics [NAME OF PROJECT] Chief of Party CSE Chemonics [NAME OF PROJECT] Senior Engineer RPM Chemonics [NAME OF PROJECT] Regional Program Manager FAR Federal Acquisition Regulations Subcontractor < name of successful offeror> US United States USAID United States Agency for International Development USG United States Government VAT Value Added Tax 935 USAID Geographic Code 935, as defined in 22 CFR §228.03

ARTICLE 2. BACKGROUND AND PURPOSE Chemonics International, under Contract No. [INSERT CONTRACT NUMBER], is implementing the United States Agency for International Development (USAID)-financed) [NAME OF PROJECT]. [INCLUDE HERE A BRIEF DESCRIPTION OF THE PROJECT AND HOW THIS ACTIVITY IS NEEDED IN ORDER TO MEET THE PROJECT’S OBJECTIVES.] ARTICLE 3. SUBCONTRACT SCOPE OF WORK TBD based on successful offeror’s proposal. ARTICLE 4. SUBCONTRACT FUNDING AND TYPE Chemonics International Inc., on behalf of USAID and in cooperation with the Government of Rwanda, is authorized to fund this subcontract under the authority of Chemonics’ prime USAID Contract No. AID-OAA-I-15-00004, funded by the USG. This is a firm fixed-price subcontract payable entirely in USD for U.S. firms or RWF for local firms. No additional sums will be payable for any escalation in the cost of materials, equipment or labor, or because of the Subcontractor's failure to properly estimate or accurately predict the cost or difficulty of achieving the results required. Chemonics will not adjust the subcontract price due to fluctuations in currency exchange rates. Chemonics will only make changes in the subcontract price or time to complete due to changes made by Chemonics in the work to be performed, or by delays caused by Chemonics. ARTICLE 5. PERIOD OF PERFORMANCE The effective date of this fixed price subcontract is <TBD>, and the completion date is <TBD>. The subcontractor shall submit the milestones set forth in Article 6 in accordance with the schedule stipulated therein.

Page 24: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 24 of 86

GlobalQMS ID: 414.17, 13 August 2018 24

ARTICLE 6. DELIVERABLE DUE DATES

The Subcontractor shall receive compensation from Chemonics for services provided, in accordance with the schedule set forth below. <to be completed based on offeror’s proposal>

Deliverables Description Due Date

1 Mobilization and Implementation Plan TBD

2 Review and Update of Final Design Documents TBD

3 Kick-off Meeting and Coordination with MPPD TBD

4 Installation of HVAC and Electrical Equipment at Site TBD

5

Testing, Training, Monthly Reports, Draft Final Drawings and Draft Final Report for Acceptance of Substantial Completion F

TBD

6 End of Guarantee/Defects Liability Period: Completion and Acceptance TBD

7 Environmental Compliance: EHSCP Report and Monitoring Report TBD

ARTICLE 7. PROGRESS REPORTS In order to track the Subcontractor’s progress under this subcontract, the Subcontractor shall be required to submit a progress report every month summarizing the Subcontractor’s progress under each deliverable, observations resulting from weekly inspections (see Article 38), difficulties or irregularities encountered, resolution of problems, recommendations, monitoring and preparation of the environmental evaluation reports and other matters related to this subcontract, including updates to the construction schedule. These monthly reports shall be submitted via email to Chemonics. A final report is required for submission prior to final acceptance. This final report should summarize the overall activity carried out under this subcontract. ARTICLE 8. RELATIONSHIP BETWEEN THE PARTIES Nothing contained herein shall be understood or implied as establishing a relationship of master and servant or principal and agent between Chemonics and the Subcontractor. The Subcontractor, under this agreement, has complete charge of its personnel and any second tier subcontractors, if any and allowed, performing under this agreement and shall be fully responsible for the services performed by them or on their behalf. ARTICLE 9. AUTHORIZED REPRESENTATIVES Any action, modification, notice, request, or consent required to be given or made pursuant to this subcontract must be in writing and may only be made by the authorized officials specified below or their designee: For Chemonics:

Page 25: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 25 of 86

GlobalQMS ID: 414.17, 13 August 2018 25

Christopher R. Smith Senior Vice President, Contracts, Chemonics International Project Management Unit Director GHSC-PSM/Rwanda Project Director, Chemonics

International [email protected] For Subcontractor: TBD upon subcontract award ARTICLE 10. REPORTING AND COMMUNICATIONS The Subcontractor shall render the services and produce the deliverables stipulated in Article 6 above, under the general supervision of the Chemonics GHSC-PSM Country Director, or his designee. The Subcontractor shall not communicate directly with USAID during the performance of this fixed price subcontract. The GHSC-PSM Country Director will be responsible for monitoring the Subcontractor’s performance under this fixed price subcontract with the assistance of the following individuals:

Technical direction during the performance of the subcontract shall be provided by the Chemonics Engineer or his/her designee. The authorized Engineer for this subcontract is [NAME OF PERSON WHO WILL PROVIDE THE TECHNICAL SUPERVISION, EMAIL. See Article 37 for further details.

Contractual guidance shall be provided by the Chemonics GHSC-PSM/ Rwanda, Project Director. The Subcontractor shall address all contractual-related inquiries and correspondence to GHSC-PSM/ Rwanda, Project Director. The Subcontractor shall submit all reports, deliverables, and invoices to the attention of both the Engineer and the GHSC-PSM/ Rwanda Country Director. ARTICLE 11. COMPLIANCE WITH APPLICABLE LAWS AND STANDARDS The Subcontractor shall perform all work in accordance with all applicable laws, ordinances, codes, regulations, and other authoritative rules of the United States and of Rwanda and its political subdivisions and with the standards of relevant licensing boards and professional associations. The Subcontractor shall also comply with the applicable U.S Government Federal Acquisition and USAID regulations governing this fixed price subcontract, which are incorporated by reference into this subcontract, and appear in Article 63, Clauses Incorporated by Reference. The Subcontractor shall further undertake to perform the services hereunder in accordance with the highest standards of professional and ethical competence and integrity in Subcontractor’s industry and to ensure that Subcontractor’s employees assigned to perform any services under this subcontract will conduct themselves in a manner consistent therewith.

1. The Subcontractor shall exercise due diligence to prevent and detect criminal conduct and otherwise promote an organizational culture that encourages ethical conduct and a commitment to compliance with law.

2. The Subcontractor shall timely disclose, in writing, to Chemonics and the USAID Office of

the Inspector General (OIG), whenever, in connection with this subcontract, or any Order issued hereunder, if applicable, the Subcontractor has credible evidence that a principal, employee, agent, or subcontractor of the Subcontractor has committed a violation of the

Page 26: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 26 of 86

GlobalQMS ID: 414.17, 13 August 2018 26

provisions against fraud, conflict of interest, bribery or gratuity, or false claims found in this subcontract.

3. The Subcontractor shall refer to FAR 52.203-13 Contractor Code of Business Ethics and

Conduct incorporated by reference herein for applicability of additional requirements.” ARTICLE 12. GOVERNING LANGUAGE The Subcontract is executed in the English language, which shall be the binding and controlling language for all matters relating to the meaning and/or interpretation of this Subcontract.

PART 2. PAYMENT AND FINANCIAL OBLIGATIONS ARTICLE 13. PRICE SCHEDULE The Subcontractor shall complete all work (including furnishing all labor, material, equipment, and services) required under this subcontract for the fixed price of <to be completed based on offeror’s proposal>. This price shall include all licenses, permits, administration costs, labor costs, materials, overhead, profit, and all other costs. ARTICLE 14. RESERVED ARTICLE 15. PAYMENT SCHEDULE As consideration for the delivery of all of the products and/or services stipulated in Article 3, Chemonics will pay the Subcontractor a total of TBD upon subcontract award. This figure represents the total price of this subcontract and is fixed for the period of performance outlined in Article 5 - Period of Performance. Chemonics will pay the total price through a series of installment payments. Chemonics will make each payment after Subcontractor’s successful completion of the corresponding deliverable indicated in the following table:

Payment # Description Amount to be Paid 1 Mobilization and Implementation Plan TBD

2 Review and Update of Final Design Documents TBD

3 Kick-off Meeting and Coordaintion with MPPD TBD

4 Installation of HVAC and Electrical Equipment at Site aand All Works TBD

5 Testing, Training, Monthly Reports, Draft

Final Drawings and Draft Final Report for Acceptance of Substantial Completion F

TBD

6 End of Guarantee/Defects Liability Period: Completion and Acceptance TBD

7 Environmental Compliance, Monthly Progress Reporting and Final Report TBD

*Deliverable numbers and names refer to those fully described in Article.3, above. ARTICLE 16. PAYMENT TERMS, RETENTION, LIQUIDATED DAMAGES AND DELAY PENALTIES 16.1 Payment Terms

Page 27: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 27 of 86

GlobalQMS ID: 414.17, 13 August 2018 27

Chemonics shall pay the Subcontractor the total fixed subcontract price as provided in Article 13 above. Chemonics will only pay and the Subcontractor may only submit invoices for payment for deliverables that have been accepted and approved by the Engineer and GHSC-PSM Rwanda Country Director. Chemonics will pay the Subcontractor’s invoice, less the retention amount as detailed below, within thirty (30) business days after the following conditions have been fulfilled:

a) the work performed and invoiced by Subcontractor has been approved by Chemonics; b) the Subcontractor has delivered a proper invoice, in compliance with Article 17 below.

Payment will be made in USD or Rwandan Franc, depending on if the subcontractor is a U.S. firm (USD) or locally-based RWF. Approved payments will be made payable to the Subcontractor via check sent to the Subcontractor’s official address or may be made to the following authorized account:

c) Account name: (INSERT Account name provided by the Subcontractor) d) Bank name: (INSERT Subcontractor's bank name) e) Bank address or branch location: (INSERT Subcontractor's bank address or branch

location) f) Account number: (INSERT Subcontractor's bank account SWIFT and IBAN reference as

applicable) Payment of unpaid balances will be paid upon completion and final acceptance of all works and deliverables by Chemonics. Any invoices for services rendered and deliverables submitted—but not accepted by Chemonics—will not be paid until the Subcontractor makes sufficient revisions to the deliverables such that Chemonics may approve the deliverables and thus the invoice. 16.2 Retention- 10% shall be withheld from each progress payment as a retention amount. 40% of the retention amount shall be released upon issuance of the Certificate of Substantial Completion in accordance with Article 56 and the remaining 60% shall be released after the completion of the Defects Liability Period and Final Acceptance by Chemonics as described in Article 58 below. 16.3 Liquidated Damages-

In accordance with FAR Clause 52.211-12 “Liquidated Damages” – Construction (SEPT 2000), if the Subcontractor fails to complete the deliverables within the time specified in the Subcontract, or within any extension granted in writing by Chemonics, the Subcontractor shall pay to Chemonics as liquidated damages, the sum of TBD for each day of delay until the work is completed or accepted. ARTICLE 17. INVOICE REQUIREMENTS The Subcontractor shall present an invoice to Chemonics only for services and/or products that have been accepted by Chemonics. The invoice must be an original invoice, submitted to:

Chemonics International Inc. USAID/GHSC-PSM Rwanda Office

To constitute a proper invoice, the Subcontractor’s invoice must include the following information and/or attached documentation. This information will assist Chemonics in making timely payments to the Subcontractor:

Page 28: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 28 of 86

GlobalQMS ID: 414.17, 13 August 2018 28

1. Subcontractor legal name, subcontract number, invoice date, and invoice number. 2. Deliverable(s) number, description of approved deliverable(s), and corresponding fixed

price(s). 3. Bank account information to which payment shall be sent and method of payment

consistent with Article 16.1. 4. Subcontractor Certification, as described below:

SUBCONTRACTOR CERTIFICATION

The undersigned hereby certifies that the invoice has been prepared from the books and records of the Subcontractor in accordance with the terms of Subcontract No. <enter subcontract #>, and to the best of my knowledge and belief, all information contained herein is correct. The sum claimed under this Subcontract is proper and due. The work reflected by the costs included in this invoice has been performed (except as herewith reported in writing). The quantities and amounts involved are consistent with the requirements of this subcontract, all Chemonics and/or USAID/Rwanda approvals have been obtained, and any appropriate refund to Chemonics will be made promptly upon request in the event of disallowance of any claim or part thereof under the terms of this agreement. I hereby certify, to the best of my knowledge and belief, that: (1) The amounts requested are only for performance in accordance with the

specifications, terms, and conditions of the subcontract; (2) Payments to subcontractors and suppliers have been made from previous payments

received under the subcontract, and timely payments will be made from the proceeds of the payment covered by this certification, in accordance with subcontract agreements and the requirements of the applicable laws of Rwanda, and any applicable laws of the United States Government;

(3) This request for progress payments does not include any amounts which the prime contractor intends to withhold or retain from a subcontractor or supplier in accordance with the terms and conditions of the subcontract; and

(4) This certification is not to be construed as final acceptance of a subcontractor’s performance.

____________________________________________________ (Signature of Authorized Representative) _______________________ _________________ (Title) (Date)

ARTICLE 18. TAXES AND DUTIES The services performed under this Subcontract are funded by the United States Government and shall, therefore, be exempt from payment of any taxes, duties, fees, levies, and any other impositions for which Chemonics is exempt, during the period of performance of this subcontract. The Subcontractor shall not pay any host country taxes, duties, levies, etc. from which this USAID program is exempt pursuant to the April 15, 2015. Agreement between the United States of America and Rwanda. In the event that any exempt charges are paid by the Subcontractor, they will not be reimbursed to the Subcontractor by Chemonics. The Subcontractor shall immediately

Page 29: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 29 of 86

GlobalQMS ID: 414.17, 13 August 2018 29

notify Chemonics if any such taxes are assessed against the Subcontractor or its Subcontractors at any tier. The Subcontractor is responsible for payment of all applicable taxes, as prescribed under the applicable laws, associated with wages/salaries/compensation for services rendered by individuals employed by the Subcontractor and who are directed to work as required under this Subcontract. Subcontractor is liable for payment of all applicable taxes associated with revenues (profit), and other such taxes, fees, or dues for which Subcontractor is normally responsible as a result of operating its business. ARTICLE 19. REPORTING OF FOREIGN TAXES a. The Subcontractor must annually submit a report to Chemonics by April 1 of the next year. b. Contents of Report. The report must contain:

(i) Contractor/recipient name. (ii) Contact name with phone, fax and email. (iii) Agreement number(s). (iv) Amount of foreign taxes assessed by a foreign government [each foreign government

must be listed separately] on commodity purchase transactions valued at $500 or more financed with U.S. foreign assistance funds under this agreement during the prior U.S. fiscal year.

(v) Only foreign taxes assessed by the foreign government in the country receiving U.S. assistance are to be reported. Foreign taxes by a third party foreign government are not to be reported. For example, if an assistance program for Lesotho involves the purchase of commodities in South Africa using foreign assistance funds, any taxes imposed by South Africa would not be reported in the report for Lesotho (or South Africa).

(vi) Any reimbursements received by the Recipient during the period in (iv) regardless of when the foreign tax was assessed and any reimbursements on the taxes reported in (iv) received through March 31.

(vii) Report is required even if the recipient did not pay any taxes during the report period. (viii) Cumulative reports may be provided if the recipient is implementing more than one

program in a foreign country. c. Definitions. For purposes of this clause:

(i) “Agreement” includes USAID direct and country contracts, grants, cooperative agreements and interagency agreements.

(ii) “Commodity” means any material, article, supply, goods, or equipment. (iii) “Foreign government” includes any foreign governmental entity. (iv) “Foreign taxes” means value-added taxes and custom duties assessed by a foreign

government on a commodity. It does not include foreign sales taxes. d. Subagreements. The Subcontractor must include this reporting requirement in all applicable subcontracts, subgrants and other subagreements. e. For further information see http://www.state.gov/m/rm/c10443.htm. ARTICLE 20. INSURANCE COVERAGE

Page 30: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 30 of 86

GlobalQMS ID: 414.17, 13 August 2018 30

During the course of this subcontract, the Subcontractor shall carry and maintain insurance and show proof of coverage as required and prescribed by law, inclusive of the following:

1. General liability insurance as required by the Government of Rwanda, and any other applicable laws and as prescribed;

2. Professional liability insurance as required by the Government of Rwanda, and any other applicable laws and as prescribed;

3. Worker's compensation insurance covering each employee to the extent required by the Defense Base Act of the United States.

4. Insurance to cover any damages or destruction of works, for whatever cause; 5. Insurance coverage for equipment and tools used under this Subcontract; 6. All social insurance as required by applicable laws for all employees.

ARTICLE 21. SET-OFF CLAUSE Chemonics reserves the right of set-off against amounts payable to Subcontractor under this subcontract or any other agreement the amount of any claim or refunds Chemonics may have against the Subcontractor. ARTICLE 22. INDEMNITY AND SUBCONTRACTOR WAIVER OF BENEFITS The Subcontractor waivers any additional benefits and agrees to defend, indemnify, and hold harmless Chemonics from any loss, damage, liability, claims, demands, suits, or judgments (“Claims”) including any reasonable attorney’s fees, and costs, as a result of any damage or injury to Chemonics or its employees, directors, officers, or agents, or properties, or for any injury to third persons (including, but not limited to Claims by Subcontractor’s employees, directors, officers or agents) or their property which is directly or indirectly caused by the negligence, willful misconduct, breach of this Subcontract, or violation of statutory duties of Subcontractor, or its employees, officers, directors, or agents, arising out of or in connection with the performance of this Subcontract unless such Claim is caused by, or resulting from, a material breach of this Subcontract by Chemonics.

PART 3. GENERAL TERMS AND CONDITIONS ARTICLE 23. AUTHORIZED USAID GEOGRAPHIC CODE All goods and services offered under this order must meet USAID Geographic Code 935 (Special Free World) requirements detailed in the Code of Federal Regulations (CFR), 22 CFR §228 and the Automated Directives System (ADS), ADS Chapter 260 No items, items with components from, or related services may be offered from the following countries: Cuba, Iran, North Korea, and Syria. Related services include incidental services pertaining to any/all aspects of this subcontract (including transportation, fuel, lodging, meals, and communications expenses). ARTICLE 24. INSPECTION AND ACCEPTANCE Chemonics will inspect on at least a weekly basis the services being performed and the supplies furnished to determine whether work is being performed in a satisfactory manner, and that all

Page 31: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 31 of 86

GlobalQMS ID: 414.17, 13 August 2018 31

supplies are of acceptable quality and standards. Inspection and acceptance will be carried out in accordance with Articles 55 through 58 below. Neither Chemonics review, approval or acceptance of, or payment for services required under this Subcontract shall be construed as a waiver of any rights under this Subcontract, and the Subcontractor shall be and will remain liable to Chemonics in accordance with applicable laws for all damages to Chemonics caused by the Subcontractor’s negligent performance of any of the services furnished under this subcontract. ARTICLE 25. BRANDING POLICY It is USAID policy that USAID-financed commodities and shipping containers, and project construction sites and other project locations be suitably marked with the USAID emblem. Marking of construction site(s) shall comply with the USAID Graphics Standard Manual available at www.usaid.gov/branding, or any successor branding policy. The Subcontractor may request specific guidance on marking requirements from Chemonics. ARTICLE 26. INTELLECTUAL PROPERTY RIGHTS a) Subcontractor warrants that the Work performed or delivered under this Subcontract will not infringe or otherwise violate the intellectual property rights of any third party in the United States or any foreign country. Except to the extent that the U.S. Government assumes liability therefor, Subcontractor shall defend, indemnify, and hold harmless Chemonics and its clients from and against any claims, damages, losses, costs, and expenses, including reasonable attorneys’ fees, arising out of any action by a third party that is based upon a claim that the Work performed or delivered under this Subcontract infringes or otherwise violates the intellectual property rights of any person or entity. This indemnity and hold harmless shall not be considered an allowable cost under any provisions of this Subcontract except with regard to allowable insurance costs. (b) Subcontractor’s obligation to defend, indemnify, and hold harmless Chemonics and its customers under Paragraph (a) above shall not apply to the extent FAR 52.227-1 "Authorization and Consent" applies to Chemonics’ Prime Contract for infringement of a U.S. patent and Chemonics and its clients are not subject to any actions for claims, damages, losses, costs, and expenses, including reasonable attorneys’ fees by a third party. (c) In addition to any other allocation of rights in data and inventions set forth in this agreement, Subcontractor agrees that Chemonics, in the performance of its prime or higher tier contract obligations (including obligations of follow-on contracts or contracts for subsequent phases of the same program), shall have under this agreement an unlimited, irrevocable, paid-up, royalty-free right to make, have made, sell, offer for sale, use, execute, reproduce, display, perform, distribute (internally or externally) copies of, and prepare derivative works, and authorize others to do any, some or all of the foregoing, any and all, inventions, discoveries, improvements, mask works and patents as well as any and all data, copyrights, reports, and works of authorship, conceived, developed, generated or delivered in performance of this Subcontract. (d) The tangible medium storing all reports, memoranda or other materials in written form including machine readable form, prepared by Subcontractor and furnished to Chemonics pursuant to this Subcontract shall become the sole property of Chemonics. ARTICLE 27. MODIFICATIONS Modifications to the terms and conditions of this Subcontract, including any modification to the scope of work, may only be made by written agreement between authorized personnel of both Parties, and shall not be effective until the consent of USAID, if applicable, has been obtained.

Page 32: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 32 of 86

GlobalQMS ID: 414.17, 13 August 2018 32

Each Party shall give due notice and consideration to any proposals for modification made by the other Party. ARTICLE 28. CHANGES In accordance with FAR Clause 52.243-4 Changes (JUN 2007) for fixed price construction subcontracts over the simplified acquisition threshold, or FAR clause 52.243-5 “Changes and Changed Conditions” (APR 1984) for fixed price construction subcontracts under the simplified acquisition threshold, Chemonics may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this subcontract in the services to be performed. No services for which an additional cost or fee will be charged by the Subcontractor shall be furnished without the prior written authorization of the Chemonics’ Senior Vice President of Contracts ARTICLE 29. GOVERNING LAW AND RESOLUTION OF DISPUTES (a) Governing law. This Subcontract shall be governed and construed under the laws of the District of Columbia, except that subcontract provisions and requirements that are based on government contract laws, regulations, or Federal Acquisition Regulation clauses shall be construed in accordance with the federal common law of Government Contracts as represented by decisions of the Federal Courts, and the Armed Services and Civilian Boards of Contract Appeals. (b) Disputes based on Client Actions. (1) Any decision of the Government under the Prime Contract, if binding on Chemonics, shall also bind the Subcontractor to the extent that it relates to this Subcontract, provided that Chemonics shall have promptly notified the Subcontractor of such decision and, if requested by Subcontractor, shall have brought suit or filed claim, as appropriate against the Government, or, in alternative, agreed to sponsor Subcontractor’s suit or claim. A final judgment in any such suit or final disposition of such claim shall be conclusive upon the Subcontractor. (2) For any action brought, or sponsored, by Chemonics on behalf of the Subcontractor pursuant to this clause, the Subcontractor agrees to indemnify and hold Chemonics harmless from all costs and expenses incurred by Chemonics in prosecuting or sponsoring any such appeal.

(c) Other Disputes. All disputes not covered under subparagraph (b) above shall be resolved by arbitration administered by the American Arbitration Association in accordance with its Commercial Arbitration Rules. Arbitration shall be conducted in Washington, DC. Arbitrators shall be empowered to award only direct damages consistent with the terms of this Agreement. Each party shall bear its own costs of arbitration, including attorneys’ and experts’ fees. An arbitration decision shall be final and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction.

(d) Duty to Continue to Perform. Notwithstanding any such dispute, the Subcontractor shall proceed diligently with performance under this Subcontract in accordance with the Contractor's directions.

(e) Limitations. Chemonics’ entire liability for claims arising from or related to this Subcontract will in no event exceed [subcontract value or other sum]. Except for indemnification obligations, neither the Subcontractor or Chemonics will have any liability arising from or related to this

Page 33: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 33 of 86

GlobalQMS ID: 414.17, 13 August 2018 33

Subcontract for (i) special, incidental, exemplary, or indirect damages, or for any economic consequential damages, or (ii) lost profits, business, revenue, goodwill or anticipated savings, even if any of the foregoing is foreseeable or even if a party has been advised of the possibility of such damages. The Subcontractor acknowledges and agrees that it has no direct action against the U.S. Government or USAID for any claims arising under this Subcontract. ARTICLE 30. FORCE MAJEURE For the purposes of this subcontract, “Force Majeure” means an event or events either of nature or caused by man, which is beyond the reasonable control of a Party—that is, either Chemonics or the Subcontractor—and which makes a Party’s performance of its obligations under the subcontract impossible. In no event can a Force Majeure event be caused by the negligence or intentional action of a Party or such Party’s subcontractors or agents or employees. Any Force Majeure event must be an event that a diligent Party could not have reasonably expected and could not have taken action to mitigate or avoid such circumstances which prevent the Party from carrying out its obligations hereunder. Force Majeure causes may include—but are not restricted to—fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather, but in every case the failure to perform must be beyond the control and without the fault or negligence of the Subcontractor. The failure of a Party to fulfill any of its obligations hereunder shall not be considered to be a breach of, or default under, this subcontract insofar as such inability arises from an event of Force Majeure, provided that the Party affected by such an event (a) has taken all reasonable precautions, due care and reasonable alternative measures in order to carry out the terms and conditions of this Subcontract, and (b) has informed the other Party as soon as possible, but not longer than five (5) days about such occurrence. Any time extensions resulting from a Force Majeure in which a Party could not complete an action or task shall be for the period of time equal to the time the Party was unable to perform due to the Force Majeure event. ARTICLE 31. TERMINATION Chemonics reserves the unilateral right to terminate this fixed price subcontract at any time, paying for all deliverables completed at the time of termination and a pro-rata share of any deliverable in progress, in accordance with FAR Clause 52.249-2, Termination for Convenience of the Government (Fixed Price) (Short Form) (April 1984) for work below the simplified acquisition threshold , or 52.249-2 Alt I for work that is above the simplified acquisition threshold which is incorporated by reference in Article 63 herein. In the event of a termination for convenience of this subcontract in whole or in part, the COP will deliver to the Subcontractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Subcontractor shall (1) immediately discontinue all services under the subcontract (unless the notice directs otherwise), and (2) deliver to the Engineer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this Subcontract, whether completed or in process. Chemonics shall pay for all deliverables completed at the time of termination, and a pro-rata share of any deliverable in progress, without further financial obligation to the Subcontractor.

Page 34: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 34 of 86

GlobalQMS ID: 414.17, 13 August 2018 34

In the event that the Subcontractor fails to make progress so as to endanger performance of this fixed price subcontract, or is unable to fulfill the terms of this fixed price subcontract by the completion date, the Subcontractor shall notify Chemonics forthwith and Chemonics shall have the right to summary termination of this fixed price subcontract upon written notice to the Subcontractor in accordance with the incorporated FAR Clause 52.249-8, Default (Fixed-Price Supply and Service). ARTICLE 32. ORGANIZATIONAL CONFLICTS OF INTEREST It is understood and agreed that some of the work performed under this subcontract may place the Subcontractor or its personnel in the position of having an organizational conflict of interest. Such an organizational conflict of interest may impair the objectivity of the Subcontractor or its personnel in performing the work. To preclude or mitigate any potential conflicts of interest, Subcontractor agrees not to undertake any activity which may result in an organizational conflict of interest without first notifying Chemonics of such potential conflict of interest and receiving Chemonics’ written approval to undertake such activities. ARTICLE 33. ENGAGING CHILD LABOR Chemonics neither engages in nor condones unlawful employment, or exploitation of children in the workplace. Consistent with Rwanda labor law, the minimum age for full-time employment under this subcontract is 18 years of age. The Subcontractor shall remunerate employees and consultants employed under this fixed price subcontract in accordance with the pay scales and pay rates established by labor law and/or consistent with reasonable local standards for the type of work to be performed. The Subcontractor shall inform Chemonics in writing, within 24 hours, if it discovers that:

1. A child under the age of 18 has been employed by the Subcontractor; or 2. An employee or consultant of the Subcontractor knowingly or unknowingly employed an

individual under the age of 18; or 3. An individual under the age of 18 has been employed in hazardous work by the

Subcontractor; or 4. The Subcontractor, or an employee or consultant of the Subcontractor knowingly or

unknowingly employed an individual under the age of 18 for hazardous work. In the event that Chemonics discovers any violations of the provision above, Chemonics may unilaterally terminate the Subcontract for default. Failure to comply with the provision above may result in termination of the Subcontract for default by Chemonics. Chemonics may request refunds of any amounts paid for child labor in violation of this provision. ARTICLE 34. ANTI-KICKBACK (CORRUPTION) The following definitions apply to this clause:

• Kickback, as used herein, means any money, fee, commission, credit, gift, gratuity, thing of value, or compensation of any kind, which is provided, directly or indirectly, to Chemonics, the GHSC-PSM Rwanda office or any of its employees, the Subcontractor or Subcontractor employees, or subcontractors in any way related to the performance or subsequent activities of this subcontract, for the purpose of improperly obtaining or rewarding favorable treatment in connection with this subcontract.

Page 35: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 35 of 86

GlobalQMS ID: 414.17, 13 August 2018 35

• Person, as used in this clause, means a corporation, partnership, business association of any kind, trust, joint-stock company, or individual.

• Subcontractor employee, as used in this clause, means any officer, partner, employee, or agent of the Subcontractor.

The Subcontractor and its employees, whether directly or indirectly engaged in the performance of this subcontract, agree to abide by the terms of The United States Anti-Kickback Act of 1986, which prohibits any person from providing or attempting to provide any kickback; soliciting, accepting, or attempting to accept any kickback; or including, directly or indirectly, the amount of any kickback in the subcontract price charged by the Subcontractor to Chemonics. When the Subcontractor has reasonable grounds to believe that a violation described in the above paragraph may have occurred, the Subcontractor shall promptly report in writing the possible violation. Such reports shall be made to Chemonics, who shall forward the report to the USAID Inspector General for investigation. The Subcontractor further agrees to cooperate fully with any United States Government agency investigating a possible violation described in the paragraph above. Chemonics may offset the amount of the kickback against any monies owed by Chemonics under this fixed price subcontract or order the monies withheld from future payments due the Subcontractor. The Subcontractor agrees to include the substance of this provision in any contract it may issue under this subcontract. ARTICLE 35. TERRORIST FINANCING PROHIBITION The Subcontractor is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the Subcontractor to ensure compliance with these Executive Orders and laws. This provision must be included in all subcontracts issued under this subcontract. ARTICLE 36. SECURITY Reserved

PART 4. SPECIAL TERMS AND CONDITIONS ARTICLE 37. TECHNICAL DIRECTION The following terms and conditions apply to any technical direction under this subcontract:

(a) “Technical direction” is defined to include: (1) Written directions to the Subcontractor which provide details, suggest possible

lines of inquiry, or otherwise facilitate completion of work; (2) Provision of written information to the Subcontractor which assist in the

interpretation of drawings, specifications, or technical portions of the work statement;

(3) Review and, where required, provide written approval of technical reports, drawings, specifications, or technical information to be delivered. Technical directions must be in writing, and must be within the scope of the work as detailed

Page 36: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 36 of 86

GlobalQMS ID: 414.17, 13 August 2018 36

in Article 3.

(b) The Engineer is authorized by the GHSC-PSM Rwanda Project Director to take any or all of the following actions:

(1) Assure that the Subcontractor performs the technical requirements of the subcontract in accordance with the subcontract terms, conditions, and specifications.

(2) Perform or cause to be performed, inspections necessary in connection with (a) above and require the Subcontractor to correct all deficiencies.

(3) Perform acceptance-related activities and verification for Chemonics. (4) Maintain all technical-related communications with the Subcontractor. Written

communications with the Subcontractor and documents shall be signed as "Chemonics GHSC-PSM/Rwanda Engineer" with a copy furnished to the Chemonics Country Director.

(5) Issue written interpretations of technical requirements of Chemonics drawings, designs, and specifications.

(6) Monitor the Subcontractor's production or performance progress and notify the Subcontractor in writing of deficiencies observed during surveillance, and direct appropriate action to effect correction. Record and report to the Country Director incidents of faulty or nonconforming work, delays or problems.

(c) The Engineer is not empowered to award, agree to, or sign any subcontract (including

delivery or purchase orders) or modifications thereto, or in any way to obligate the payment of money by Chemonics. The Engineer may not take any action which may impact on the subcontract schedule, funds, scope or rate of utilization of level of effort. All contractual agreements, commitments, or modifications which involve prices, quantities, quality, and schedules shall be made only by the COP and/or Chemonics Senior Vice President of Contracts, in consultation with the Engineer.

(d) The Engineer is required to meet as appropriate with the Subcontractor and the

Subcontracts and Procurement Specialist concerning performance of items delivered under this subcontract and any other administration or technical issues. Problem areas should be brought to the immediate attention of the Country Director.

(e) In the absence of the designated Country Director, the Country Director may designate

someone to serve as Engineer in his/her place. However, such action to direct an individual to act in the Engineer place shall immediately be communicated to the Subcontractor.

(f) Contractual problems, of any nature, that may arise during the life of the subcontract must

be handled in conformance with the subcontract and specific public laws and regulations. The Subcontractor and the Engineer, shall bring all contracting problems to the immediate attention of the GHSC-PSM Rwanda Country Director and GHSC-PSM Rwanda Project Director. Only the Chemonics Senior Vice President of Contracts is authorized to formally resolve such problems and is responsible for resolving legal issues, determining subcontract scope and interpreting subcontract terms and conditions. The Chemonics Senior Vice President of Contracts is the sole authority authorized to approve changes in any of the requirements under this subcontract. These changes include—but will not be limited to—the following areas: scope of work, price, quantity, technical specifications, delivery schedules, and subcontract terms and conditions. In the event the Subcontractor effects any changes at the direction of any other person other than the Chemonics Senior

Page 37: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 37 of 86

GlobalQMS ID: 414.17, 13 August 2018 37

Vice President of Contracts, the change will be considered to have been made without authority.

(g) Failure by the Subcontractor to report to the Country Director any action by Chemonics

considered to a change, within ten days as required by FAR 52.243-7 (Notification of Changes), waives the Subcontractor's right to any claims for equitable adjustments.

ARTICLE 38. WORKMANSHIP AND QUALITY CONTROL BY SUBCONTRACTOR All construction work provided by the Subcontractor shall comply with the Government of Rwanda Codes and Standards for construction pertinent to this work. The Subcontractor is expected to produce work which conforms in quality and accuracy of detail to these standards. The Subcontractor, at its own expense, is to institute a Quality Assurance Plan and provide experienced managers, engineers, foremen, surveyors, materials technicians and other technical staff, together with all transport, instruments and equipment, to ensure adequate supervision by Subcontractor and execution of the works at all times. The Subcontractor shall institute an appropriate inspection system set forth in a Quality Assurance Plan. The plan shall include checklists of duties to be carried out, ensuring these duties are carried out by the supervisory staff and senior employees, and carrying out weekly inspections to determine whether the various services are being performed according to the subcontract. The Subcontractor shall photograph (dated) construction operations daily. Items to be photographed are to include excavations, placement of reinforcements, concrete placement including vibrations, slump tests, placement of pads and other critical areas. The Subcontractor shall provide copies of the weekly inspection reports and photographs to the Engineer. The Subcontractor shall correct and improve promptly any shortcomings and substandard conditions noted during inspections. The Subcontractor shall bring any conditions beyond the responsibility of the Subcontractor to the attention of the Country Director or Engineer. ARTICLE 39. ANTIQUITIES Subject to the provisions defined in the applicable laws, Subcontractor shall immediately notify Chemonics of such findings of fossils, coins, antiquities, historic structures, and other vestiges of geological or archeological interest discovered on site. Chemonics shall then consult with the appropriate authorities, and advise the subcontractor of the proper course of action. The subcontractor shall take reasonable precautions to prevent its workmen or any other persons from removing or damaging any such article or artifact. ARTICLE 40. DIFFERING SITE CONDITIONS In accordance with FAR Clause 52.236-2 “Differing Site Conditions” (APR 1984), the subcontractor shall promptly give a written notice Chemonics of (1) subsurface or latent physical conditions at the site that differ materially from those indicated in this subcontract, (2) unknown physical conditions at the site that differ materially from those indicated in this subcontract, and (3) unknown physical conditions at the site, of an unusual nature, that differ materially from those ordinarily encountered and generally recognized as inherent in the work character provided for in this subcontract. No request by the subcontractor for an equitable adjustment to the subcontract under this clause shall be allowed, unless the Subcontractor has given the required written notice.

Page 38: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 38 of 86

GlobalQMS ID: 414.17, 13 August 2018 38

No request by the subcontractor for an equitable adjustment to the subcontract for unexpected site conditions shall be considered by Chemonics if made after final payment under this subcontract. ARTICLE 41. SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK In accordance with FAR Clause 52.236-3 “Site Investigation and Conditions Affecting the Work” (APR 1984), the Subcontractor acknowledges that it has taken steps reasonably necessary to ascertain the nature and location of the work, and that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost. The Subcontractor also acknowledges that it has satisfied itself as to the character, quality, and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonable ascertained from an inspection of the site. Any failure of the Subcontractor to take the actions described and acknowledged in this paragraph will not relieve the Subcontractor from responsibility for estimating properly the difficulty and cost of successfully performing the work, or for proceeding to successfully perform the work without additional expense to Chemonics. Chemonics assumes no responsibility for any conclusions or interpretations made by the Subcontractor based on the information made available by Chemonics. ARTICLE 42. MATERIAL AND WORKMANSHIP In accordance with FAR Clause 52.236-5 “Material and Workmanship” (APR 1984), all equipment, material, and articles incorporated into the work covered by this subcontract shall be new and of the most suitable grade for the purpose intended, unless otherwise specifically provided for in this subcontract. References in the specifications to equipment, material, articles, or patented processes by trade name, make, or catalog number, shall be regarded as establishing a standard of quality and shall not be construed as limiting competition. The Subcontractor may, at its option, use any equipment, material, article, or process that, in the judgment of the Chemonics Engineer, is equal to that named in the specifications, unless otherwise specifically provided for in this Subcontract. The Subcontractor shall perform all work under this subcontract in a skillful and workmanlike manner. Chemonics reserves the right to request the removal of any Subcontractor employee who is deemed to be incompetent, careless, or otherwise objectionable. ARTICLE 43. SUPERINTENDENCE BY THE SUBCONTRACTOR In accordance with FAR Clause 52.236-6 “Superintendence by the Contractor” (APR 1984), at all times during the performance of this Subcontract and until the work is completed and accepted, the Subcontractor shall have on the work site a competent Site Supervisor who is approved and accepted by Chemonics. The Site Supervisor will have authority to act on behalf of the Subcontractor. The extent and character of the work to be done by the Subcontractor shall be subject to the general oversight, supervision, direction, control, and approval of authorized Chemonics personnel. ARTICLE 44. PERMITS AND RESPONSIBILITIES

Page 39: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 39 of 86

GlobalQMS ID: 414.17, 13 August 2018 39

In accordance with FAR Clause 52.236-7 “Permits and Responsibilities” (NOV 1991), the Subcontractor shall, without additional expense to Chemonics, be responsible for obtaining any necessary licenses and permits, and for complying with all laws, codes, and regulations applicable to the performance of this work. The Subcontractor shall also be responsible for all damages to persons or property that occurs as a result of the Subcontractor’s fault or negligence. The Subcontractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the subcontract. ARTICLE 45. PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND

IMPROVEMENTS In accordance with FAR Clause 52.236-9 “Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements” (APR 1984), the Subcontractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site, which are not to be removed and that do not unreasonably interfere with the work required under this Subcontract. The Subcontractor shall protect from damage all existing improvements and utilities (1) at or near the work site, and (2) on adjacent property of a third party, the locations of which are made known to or should be known by the Subcontractor. The Subcontractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this Subcontract or failure to exercise reasonable care in performing the work. If the Subcontractor fails or refuses to repair the damage promptly, Chemonics may have the necessary work performed and charge the cost to the Subcontractor. ARTICLE 46. OPERATIONS AND STORAGE AREAS In accordance with FAR Clause 52.236-10 “Operations and Storage Areas” (APR 1984), temporary buildings (e.g., storage sheds, shops, offices) and utilities may be erected by the Subcontractor only with the approval of the Engineer and shall be built with labor and materials furnished by the Subcontractor without expense to Chemonics. The temporary buildings and utilities shall remain the property of the Subcontractor and shall be removed by the Subcontractor at its own expense upon completion of the work. The Subcontractor shall use only established roadways and bridges, or use temporary roadways. When materials are transported in executing the work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or applicable laws. When it is necessary to cross curbs or sidewalks, the Subcontractor shall protect the property from damage. The Subcontractor shall repair or pay for the repair of any damaged curbs, sidewalks, bridges, and roads. ARTICLE 47. USE AND POSSESSION PRIOR TO COMPLETION In accordance with FAR Clause 52.236-11 “Use and Possession Prior to Completion” (APR 1984), Chemonics shall have the right to take possession of or use any completed or partially completed part of the work. Before taking possession of or using any work, Chemonics shall furnish the Subcontractor a list of items of work remaining to be performed or corrected on those portions of the work that Chemonics intends to take possession of or use. However, failure of Chemonics to list any item of work shall not relieve the Subcontractor of responsibility for

Page 40: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 40 of 86

GlobalQMS ID: 414.17, 13 August 2018 40

complying with the terms of the Subcontract. Possession or use by Chemonics shall not be deemed as acceptance of any work under the Subcontract unless indicated in writing. While Chemonics has such possession or use, the Subcontractor shall be relieved of the responsibility for the loss or damage to work resulting from Chemonics’ possession or use, notwithstanding the terms of Article 44, “Permits and Responsibilities.” ARTICLE 48. CLEANING UP In accordance with FAR Clause 52.236-12 “Cleaning Up” (APR 1984), the Subcontractor shall at all times keep the work area, including storage areas, free from accumulated waste materials. Before completing the work, the Subcontractor shall remove from the work and premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of Chemonics. Upon completing the work, the Subcontractor shall leave the work area in a clean, neat, and orderly condition acceptable to the Chemonics the Engineer. ARTICLE 49. ACCIDENT PREVENTION In accordance with FAR Clause 52.236-13 “Accident Prevention” (NOV 1991), the Subcontractor shall provide and maintain work environments and procedures that will (1) safeguard the public, as well as Subcontractor’s personnel, property, materials, supplies, and equipment exposed to Subcontractor’s operations and activities; (2) avoid interruptions in Chemonics operations, and avoid delays in project completion dates; and, (3) control costs in the performance of this subcontract. Subcontractor shall provide appropriate safety barricades, signs, and signal lights; and comply with all safety standards, laws, regulations, codes, as are applicable in the performance of work as required under this Subcontract. ARTICLE 50. AVAILABILITY AND USE OF UTILITY SERVICES In accordance with FAR Clause 52.236-14 “Availability and Use of Utility Services” (APR 1984), the Subcontractor, at its expense and in a workmanlike manner and to the satisfaction of the Engineer, shall install and maintain all necessary temporary connections and distribution lines, and all meters required to measure the amount of each utility used for the purpose of determining charges. Before final acceptance of the work by Chemonics, the Subcontractor shall remove all the temporary connections, distribution lines, meters, and associated paraphernalia. ARTICLE 51. SCHEDULES FOR CONSTRUCTION SUBCONTRACTS In accordance with FAR Clause 52.236-15 “Schedules for Construction Contracts” (APR 1984), the Subcontractor, shall, within five days after the effective date of the Subcontract or another period of time determined by the Engineer, prepare and submit for approval to Engineer three (3) copies of a practicable schedule showing the order in which the Subcontractor proposes to perform the work, and the dates on which the Subcontractor contemplates starting and completing the several salient features of the work (including acquiring materials, plant, and equipment). The schedule shall be in the form of a critical path chart of suitable scale to indicate appropriately the percentage of work scheduled for completion by any given date during the period. If Subcontractor fails to submit a schedule within the time prescribed, Chemonics may withhold approval of progress payments until the Subcontractor submits the required schedule.

Page 41: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 41 of 86

GlobalQMS ID: 414.17, 13 August 2018 41

If, in the opinion of the Chemonics the Engineer, the Subcontractor falls behind the approved schedule, the Subcontractor shall take steps necessary to improve its progress, without additional cost to Chemonics. In such circumstances, the Chemonics may require the Subcontractor to increase the number of shifts, overtime operations, days of work, and/or the amount of construction plant, and to submit schedules in chart form as the Engineer deems necessary to demonstrate how the project will recoup lost time and get back on schedule to finish within the specified period of performance of the subcontract. Failure of the Subcontractor to comply with the requirements of the Engineer under this clause shall be grounds for a determination by the Engineer that the Subcontractor is not executing the work with sufficient diligence to ensure completion within the period of performance specified in the subcontract. Upon making this determination, Chemonics may terminate the Subcontractor’s right to proceed with the work, or any separable part of it, in accordance with the default terms of this subcontract. ARTICLE 52. QUANTITY SURVEYS In accordance with FAR Clause 52.236-16 “Quantity Surveys (ALT I)” (APR 1984), quantity surveys shall be conducted, and the data derived from these surveys shall be used in computing the quantities of work performed and the actual construction completed and in place. Chemonics reserves the right to conduct such surveys. However it is required that the Subcontractor conduct the original and final surveys and surveys for any periods for which progress payments are requested. ARTICLE 53. LAYOUT OF WORK In accordance with FAR Clause 52.236-17 “Layout of Work” (APR 1984), the subcontractor shall lay out its work from Chemonics’ established baselines and benchmarks indicated on the drawings, and shall be responsible for all measurements in connection with the layout. The Subcontractor shall furnish, at its own expense, all stakes, templates, platforms, equipment, tools, materials, and labor required to lay out any part of the work. The Subcontractor shall be responsible for executing the work to the lines and grades that may be established or indicated by the Engineer. The Subcontractor shall also be responsible for maintaining and preserving all stakes and other marks established by the Engineer until authorized to remove them. If such marks are destroyed by the Subcontractor or through its negligence before their removal is authorized by the Engineer, the Subcontractor will replace them and deduct the expense of the replacement from any amounts due or to become due to the Subcontractor. ARTICLE 54. SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION In accordance with FAR Clause 52.236-21 “Specifications and Drawings for Construction” (APR 1984), the Construction Contractor shall keep a copy of the drawings and specifications on the work site and shall give Engineer access thereto. Anything mentioned in the specifications and not shown on the drawings, or shown in the drawings and not mentioned in the specifications, shall be of like effect as if shown or mentioned in both. In the case of difference between drawings and specifications, the specifications shall govern. In the case of discrepancy in the figures, in the drawings, or in the specifications, the specifications shall govern. In the case of discrepancy in the figures, the matter shall be promptly submitted to Engineer, who shall promptly make a determination in writing. Any adjustment by the Construction Contractor without such a determination shall be at its own risk and expense. Chemonics shall furnish, from time to time, clarifications of detailed drawings and other information as considered necessary.

Page 42: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 42 of 86

GlobalQMS ID: 414.17, 13 August 2018 42

ARTICLE 55. EXCUSABLE DELAYS

Unanticipated events may occur that are out of the control of the Subcontractor. These events may cause a delay in the implementation of the construction schedule and activities and may require a time extension to the subcontract.

Pursuant to FAR 52.249-14, Chemonics may consider a time extension due to excusable delays under the following circumstances:

(a) Except for defaults of lower-tier subcontractors at any tier, the Subcontractor shall not be in default because of any failure to perform this subcontract under its terms if the failure arises from causes beyond the control and without the fault or negligence of the Subcontractor. Examples of these causes are (1) acts of God or of the public enemy, (2) acts of the Government in either its sovereign or contractual capacity, (3) fires, (4) floods, (5) epidemics, (6) quarantine restrictions, (7) strikes, (8) freight embargoes, and (9) unusually severe weather. In each instance, the failure to perform must be beyond the control and without the fault or negligence of the Subcontractor. “Default” includes failure to make progress in the work so as to endanger performance.

(b) If the failure to perform is caused by the failure of a subcontractor at any tier to perform or make progress, and if the cause of the failure was beyond the control of both the Subcontractor and lower-tier subcontractor, and without the fault or negligence of either, the Subcontractor shall not be deemed to be in default, unless —

(1) The lower-tier subcontracted supplies or services were obtainable from other sources; (2) Chemonics ordered the Subcontractor in writing to purchase these supplies or services

from the other source; and (3) The Subcontractor failed to comply reasonably with this order.

(c) Upon request of the Subcontractor, Chemonics shall ascertain the facts and extent of the failure. If Chemonics determines that any failure to perform results from one or more of the causes above, the delivery schedule shall be revised, subject to the rights of Chemonics under the termination clause of this subcontract. ARTICLE 56. REMEDIAL WORK The Engineer, or his authorized representative, will inspect from time to time the services being performed and the supplies furnished to determine whether work is being performed in a satisfactory manner, and that all supplies are of acceptable quality and standards. When any part of the work or any equipment or material is found upon examination by the Engineer not to conform to requirements or is at any stage before final acceptance damaged so that it no longer conforms to requirements, the Engineer may order its repair or complete removal and replacement, at Subcontractor’s expense. The cost of all supervision and process control, including testing, so carried out by the Subcontractor, shall be deemed to be included in the rates tendered for the related items of work. ARTICLE 57. SUBSTANTIAL COMPLETION

Page 43: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 43 of 86

GlobalQMS ID: 414.17, 13 August 2018 43

"Substantial Completion" means the stage in the progress of the work as determined and certified by the COP in writing to the Subcontractor, in which the work (or a portion designated by Chemonics) is sufficiently complete and satisfactory. Substantial completion means that the property may be occupied or used for the purpose for which it is intended, and only minor items such as touch-up, adjustments, and minor replacements or installations remain to be completed or corrected which:

• do not interfere with the intended occupancy or utilization of the work, and • can be completed or corrected within the time period required for final completion.

The "date of substantial completion" means the date determined by the COP or authorized Chemonics representative as of which substantial completion of the work has been achieved. Chemonics shall have the right to take possession of and use the work upon substantial completion. Upon notice by the Subcontractor that the work is substantially complete (a “Request for Substantial Completion”) and an inspection by the Engineer or an authorized Chemonics representative (including any required tests), the COP shall furnish the Subcontractor a “Certificate of Substantial Completion.” The certificate shall be accompanied by a “Schedule of Defects” listing items of work remaining to be performed, completed or corrected before final completion and acceptance. Failure of the COP to list any item of work shall not relieve the Subcontractor of responsibility for complying with the terms of the subcontract. Chemonics' possession or use upon substantial completion shall not be deemed an acceptance of any work under the subcontract. ARTICLE 58. CORRECTION OF DEFECTS A “defect” is any part of the SOW not completed in accordance with the Subcontract. The “defects liability period” is 90 calendar days from the date of completion of the works. The defects liability period shall be extended for as long as defects remain to be corrected. The COP shall give notice to the Subcontractor of any defects before the end of the defects liability period. The Subcontractor shall, except for any defects resulting from designs furnished or specified by Chemonics, be responsible for correcting any defect in or damage to any part of the works which may appear or occur during the defects liability period and which arises from, either:

• any defective materials, workmanship or design, or • any act or omission of the Subcontractor.

The Subcontractor shall correct the defect or damage as soon as practicable and at his own cost. Every time notice of a defect is given, the Subcontractor shall correct the subject defect within the length of time specified in the COP’s notice. If the Subcontractor has not corrected a defect within the time specified in the COP’s notice, the COP will assess the cost of having the defect corrected, and the Subcontractor will pay this amount. ARTICLE 59. EQUIPMENT WARRANTY AND FINAL COMPLETION AND ACCEPTANCE a. EUQIPMENT WARRANTY

All commodities supplied under this subcontract must be covered by the manufacturer’s standard warranty which shall, at a minimum, be valid in Rwanda and protect Chemonics from any loss due to defective

Page 44: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 44 of 86

GlobalQMS ID: 414.17, 13 August 2018 44

workmanship, material, and parts, for twelve (12) months after installation of the commodities. In the event that the warranty is breached, Chemonics may require, and the Subcontractor is bound, to remedy all defects and faults, including both workmanship and materials within a reasonable time of notification. The Subcontractor shall be responsible for all necessary transportation charges required to ship the defective commodities to the manufacturer and return to the designated site location. In the event of the Subcontractor’s refusal, failure, or inability to remedy such discrepancies within a reasonable time of notification, Chemonics may remedy such defects on his own and claim the reasonable cost of such remedial action from the Subcontractor. All warranty service, repair, and supply of parts shall take place within the cooperating country of Rwanda. Under this subcontract, the following manufacturer’s authorized representative in Rwanda or Subcontractor agent are authorized to provide all in-country warranty and post warranty service: TBD At the time that any commodity(ies) supplied under this subcontract is (are) transferred to the MPPD or other entity designated by the Government of Rwanda, or another entity within the cooperating country, all rights to warranty support and service provided to Chemonics under this subcontract shall be transferred with the commodity(ies) to the that entity’s end-user. The Subcontractor shall continue to honor all warranty support and services for the duration of the warranty period. b. "Final completion and acceptance" means the stage in the progress of the work as determined by the COP and confirmed in writing to the Subcontractor, at which all work required under the subcontract has been completed in a satisfactory manner, subject to the discovery of defects after final completion, and except for items specifically excluded in the “Certificate of Final Acceptance.” The "date of final completion and acceptance" means the date determined by the COP when final completion of the work has been achieved, as indicated by written notice to the Subcontractor. Inspection and acceptance of services, reports, and other required deliverables shall take place at the principle place of performance or at any other location where the services are performed and reports and deliverables are produced of submitted. The Engineer listed in Article 10 has been delegated authority to inspect and accept all services, reports, and required deliverables. The Subcontractor shall give the COP at least five (5) days advance written notice of the date when the work will be fully completed and ready for final inspection and tests. Final inspection and tests will be started not later than the date specified in the notice unless the COP determines that the work is not ready for final inspection and so informs the Subcontractor. If the COP is satisfied that the work under the subcontract is complete (with the exception of continuing obligations), the COP shall issue to the Subcontractor a “Certificate of Final Acceptance” and make final payment upon:

1. Satisfactory completion of all required tests, 2. A final inspection that all items listed by the COP in the Schedule of Defects have been

completed or corrected and that the work is finally complete (subject to the discovery of defects after final completion), and

3. Submittal by the Subcontractor of all documents and other items required upon completion of the work, including a final request for payment (Request for Final Acceptance).

ARTICLE 60. KEY PERSONNEL

Page 45: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 45 of 86

GlobalQMS ID: 414.17, 13 August 2018 45

The following personnel have been designated as key under this subcontract key personnel and are considered to be essential to the work being performed there under. Prior to diverting any of these individuals to other duties, the Subcontractor shall notify Chemonics reasonably in advance and shall submit a justification and explanation (including proposed substitutions) in sufficient detail to permit evaluation of the impact (including financial impact) on the subcontract. No diversion or replacement of such personnel shall be made by the Subcontractor without the prior written approval of Chemonics. The following positions are considered key personnel under this subcontract: Title Name TBD upon award ARTICLE 61. OTHER INSURANCE REQUIREMENTS Prior to starting work, the Subcontractor at its own expense, shall procure and maintain in force, on all its operations, insurance in accordance with the clause listed below. The policies of insurance shall be in such form and shall be issued by such company or companies as may be satisfactory to Chemonics. Upon request from Chemonics, the Subcontractor shall furnish Chemonics with certificates of insurance from the insuring companies which shall specify the effective dates of the policies, the limits of liabilities there under, and contain a provision that the said insurance will not be canceled except upon thirty (30) days’ notice in writing to Chemonics. The Subcontractor shall not cancel any policies of insurance required hereunder either before or after completion of the work without written consent of Chemonics. (a) FAR 52.228-3 WORKER’S COMPENSATION INSURANCE (DEFENSE BASE ACT INSURANCE) (APR 1984) [Updated by AAPD 05-05 — 02/12/04] The Subcontractor shall (a) provide, before commencing performance under this subcontract, such workers’ compensation or security as the Defense Base Act (DBA) (42 U.S.C. 1651, et seq.) requires and (b) continue to maintain it until performance is completed. The Subcontractor shall insert, in all lower-tier subcontracts authorized by Chemonics under this subcontract to which the Defense Base Act applies, a clause similar to this clause imposing upon those lower-tier subcontractors this requirement to comply with the Defense Base Act. (b) AIDAR 752.228-3 WORKERS’ COMPENSATION (DEFENSE BASE ACT) [Updated by AAPD 05-05 — 02/12/04] As prescribed in AIDAR 728.308, the following supplemental coverage is to be added to the clause specified in FAR 52.228-3. (b)(1) The Subcontractor agrees to procure DBA insurance pursuant to the terms of the contract between USAID and USAID’s DBA insurance carrier unless the Subcontractor has a DBA self-insurance program approved by the U.S. Department of Labor or has an approved retrospective rating agreement for DBA. (b)(2) If USAID or Subcontractor has secured a waiver of DBA coverage (See AIDAR 728.305-70(a)) for Subcontractor’s employees who are not citizens of, residents of, or hired in the United States, the Subcontractor agrees to provide such employees with worker’s compensation benefits as required by the laws of the country in which the employees are working, or by the laws of the employee’s native country, whichever offers greater benefits.

Page 46: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 46 of 86

GlobalQMS ID: 414.17, 13 August 2018 46

(b)(3) The Subcontractor further agrees to insert in all lower-tier subcontracts hereunder to which the DBA is applicable a clause similar to this clause, including the sentence, imposing on all lower-tier subcontractors authorized by Chemonics a like requirement to provide overseas workmen’s compensation insurance coverage and obtain DBA coverage under the USAID requirements contract. (b)(4) USAID’s DBA insurance carrier. Pursuant to the clause of this Subcontract entitled "Worker's Compensation Insurance (Defense Base Act)" (AIDAR 752.228 03), the Subcontractor shall obtain DBA coverage from USAID's current insurance carrier for such insurance. This insurance carrier as of the effective date of this Subcontract is Allied World Assurance Company (AWAC). The agent and program administrator is Aon Risk Insurance Services West, Inc. Address is: AON, 199 Fremont St., Ste. 1500, San Francisco, CA 94105. Point of contact is Regina Carter (415) 486-7554 or Fred Robinson: (o) 415-486-7516, fax: (415)-486-7059, E-Mail: [email protected]. Coverage should be requested in accordance with USAID Contract No. AID-0AA-C-10-00027 with Allied/AON. The costs of DBA insurance are allowable and reimbursable as a direct cost to this Subcontract. (c) AIDAR 752.228-7 INSURANCE ON PRIVATE AUTOMOBILES Pursuant to the clause of this subcontract entitled “Insurance Liability to Third Persons” (AIDAR 752.228-07), if the Subcontractor or any of its employees, consultants, or their dependents transport or cause to be transported (whether or not at subcontract expense) privately owned automobiles to the Cooperating Country, or if any of them purchase an automobile within the Cooperating Country, the Subcontractor shall, during the period of this subcontract, ensure that all such automobiles during such ownership within the Cooperating Country will be covered by a paid-up insurance policy issued by a reliable company providing minimum coverage of US$10,000/US$20,000 for injury to persons and US$5,000 for property damage, or such other minimum coverages as may be set by the cognizant Mission Director, payable in U.S. dollars or its equivalent in the currency of the Cooperating Country. The premium costs of such insurance shall not be a reimbursable cost under this subcontract. (d) AIDAR 752.228-70 Medical Evacuation Services (MEDEVAC) Services (JULY 2007) [Updated by AAPD 06-01]. (1) The Subcontractor shall provide MEDEVAC service coverage to all U.S. citizen, U.S. resident alien, and Third Country National employees and their authorized dependents (hereinafter “individual”) while overseas under a USAID-financed direct contract. Chemonics will reimburse reasonable, allowable, and allocable costs for MEDEVAC service coverage incurred under this subcontract. The USAID Contracting Officer through Chemonics will determine the reasonableness, allowability, and allocability of the costs based on the applicable cost principles and in accordance with cost accounting standards. (2) Exceptions: (i) The Subcontractor is not required to provide MEDEVAC insurance to eligible employees and their dependents with a health program that includes sufficient MEDEVAC coverage as approved by Chemonics. (ii) The USAID Mission Director through Chemonics, may make a written determination to waive the requirement for such coverage. The determination must be based on findings that the quality of local medical services or other circumstances obviate the need for such coverage for eligible employees and their dependents located at post. (3) If authorized to issue lower-tier subcontracts, the Subcontractor shall insert a clause similar to this clause in all lower-tier subcontracts that require performance by subcontractor employees overseas.

Page 47: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 47 of 86

GlobalQMS ID: 414.17, 13 August 2018 47

ARTICLE 62. SECURITY

(a) Operating Conditions – Assumption of the Risk

Performance of this Subcontract may involve work under dangerous and austere conditions that include, without limitation, social and political unrest, armed conflict, criminal and terrorist activity, unsanitary conditions and limited availability of health care. The Subcontractor warrants that it has assessed and evaluated the location of performance and nature of the work including, without limitation, local laws, regulations, operational and security conditions and assumes all risks of performance including injury to Subcontractor personnel and loss of damage to Subcontractor property, except as expressly provided herein.

(b) Access to Chemonics’ Facilities – Security Requirements

Subcontractor’s access to property under Chemonics’ control is subject to compliance with Chemonics’ security requirements. The Subcontractor agrees to provide all necessary information required for employees to be cleared for access to Chemonics’ facilities. When present on Chemonics’ property, or when Chemonics is providing transportation, the Subcontractor agrees that its employees will comply with Chemonics’ security-related procedures and directions. Failure to adhere to security procedures may lead to an immediate suspension of work, corrective action, or termination of the subcontract.

(c) Security Coordination, Reports of Security Threats and Incidents The Subcontractor agrees to reasonably cooperate and coordinate with Chemonics to ensure

the safety and security of personnel, property and project assets. Such coordination shall include providing information concerning Subcontractor’s security platform for facilities that may be visited by Chemonics personnel, USAID, or other participants in the project. The Subcontractor shall report, as soon as possible (in any case no later than 4 hours), any information concerning threats of actions that could result in injury persons, damage to property, or disruption to activities relating to the Subcontract (“Security Threats”). Security Threats must be reported to Chemonics Chief of Party or his/her designee.

The Subcontractor shall promptly report as “Security Incidents” any assault, damage, theft, sabotage, breach of secured facilities, and any other hostile or unlawful acts designed to cause harm to personnel, property, or activities relating to the Subcontract. Such reports must include, at a minimum,(a) date, time and place of the location, (b) description of the events, (c) injuries to personnel or damage/loss of property, (d) witnesses, (e) current security assessment, and (f) other relevant information. Security Incident Reports must be sent to Chief of Party or his/her designee.

PART 5. CLAUSES INCORPORATED BY REFERENCE ARTICLE 63. CLAUSES INCORPORATED BY REFERENCE This Subcontract includes the appropriate flow-down clauses as required by the Federal Acquisition Regulation and the USAID Acquisition Regulation. This fixed price subcontract incorporates the following clauses of the Federal Acquisition Regulation (48 Code of Federal Regulations, Chapter 1) and USAID Acquisition Regulation (48 Code of Federal Regulations, Chapter 7) by reference, with the same force and effect as if they were given in full text. The full text is available at http://www.arnet.gov/far/ and http://www.info.usaid.gov/pubs/ads/aidar9-1.pdf. Modifications which apply to this fixed price subcontract appear after each clause. It is understood

Page 48: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 48 of 86

GlobalQMS ID: 414.17, 13 August 2018 48

and agreed that the Subcontractor may be obligated by and to Chemonics for any specifications or documentation required of Chemonics under these clauses, and that references to the Contractor may also refer to the Subcontractor. The Subcontractor hereby agrees to abide by the terms and conditions imposed by these clauses. With respect to documentation and approvals required under these clauses, all such documentation and approvals shall be submitted to or requested from Chemonics. References in the text of incorporated clauses to "the Government," "USAID," or "Contracting Officer" may, depending on their context, refer to "Chemonics," and references to “the Contractor" may refer to the "Subcontractor."

Federal Acquisitions Regulation (FAR) Clauses

FAR CLAUSE NUMBER

TITLE AND YEAR

52.202-1 DEFINITIONS (JUL 2004) 52.203-3 GRATUITIES (APR 1984) 52.203-6 RESTRICTION ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP

2006) 52.203-7 ANTI-KICKBACK PROCEDURES (JUL 1995) 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL

OR IMPROPER ACTIVITY (JAN 1997) 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN

1997) 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO

INFLUENCE CERTAIN FEDERAL TRANSACTIONS (MAY 1997) 52.203-12 LIMITATION OF PAYMENT TO INFLUENCE CERTAIN FEDERAL

TRANSACTIONS (JUN 2003) 52.203-13 CONTRACTOR CODE OF ETHICS AND CONDUCT (OCT 2015) 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM NUMBER (7/13) 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT

AWARDS (10/15) 52.209-6 PROTECTING THE GOVERNMENT’S INTEREST WHEN SUBCONTRACTING

WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (SEP 2006)

52.211-18 VARIATION IN ESTIMATED QUANTITY (APR 1984) 52.215-2 AUDIT AND RECORDS - NEGOTIATION (JUN 1999) 52.215-14 INTEGRITY OF UNIT PRICES (OCT 1997) 52.222-19 CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES (JUN

2004) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORT (FEB 1999) 52.222-26 EQUAL OPPORTUNITY (APR 2002) 52.223-6 DRUG FREE WORKPLACE (JAN 2001) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAR 2005) 52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF

CONTRACT (FEB, 2000) 52.227-1 AUTHORIZATION AND CONSENT (JUL 1995) 52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT

INFRINGEMENT (AUG 1996) 52.227-9 REFUND OF ROYALTIES (APR 1984) 52.228-3 WORKERS’ COMPENSATION INSURANCE (DEFENSE BASE ACT) (APR 1984) 52.229-6 TAXES - FOREIGN FIXED PRICE CONTRACTS (JAN 1991)

Page 49: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 49 of 86

GlobalQMS ID: 414.17, 13 August 2018 49

52.236-2 DIFFERING SITE CONDITIONS (APR 1984) 52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK (APR 1984) 52.236-5 MATERIAL AND WORKMANSHIP (APR 1984) 52.236-6 SUPERINTENDENCE BY THE CONTRACTOR (APR 1984) 52.236-7 PERMITS AND RESPONSIBILITIES (NOV 1991) 52.236-8 OTHER CONTRACTS (APR 1984) 52.236-9 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT,

UTILITIES, AND IMPROVEMENTS (APR 1984) 52.236-10 OPERATIONS AND STORAGE AREAS (APR 1984) 52.236-11 USE AND POSSESSION PRIOR TO COMPLETION (APR 1984) 52.236-12 CLEANING UP (APR 1984) 52.236-13 ACCIDENT PREVENTION (NOV 1991) 52.236-14 AVAILABILITY AND USE OF UTILITY SERVICES (APR 1984) 52.236-15 SCHEDULES FOR CONSTRUCTION CONTRACTS (APR 1984) 52.236-16 QUANTITY SURVEYS (ALT I) (APR 1984) 52.236-17 LAYOUT OF WORK (APR 1984) 52.236-21 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (APR 1984) 52.242-15 STOP-WORK ORDER (APR 1984) 52.243-4 CHANGES (JUN 2007) (for fixed price construction subcontracts over the

simplified acquisition threshold) 52.243-5 CHANGES AND CHANGED CONDITIONS (APR 1984) (for fixed price

construction subcontracts under the simplified acquisition threshold) 52.246-12 INSPECTION OF CONSTRUCTION (AUG 1996) 52.246-21 WARRANTY OF CONSTRUCTION (APR 1984) 52.246-25 LIMITATION OF LIABILITY – SERVICES (FEB 1997) 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)

(APR 1984) for fixed price construction subcontracts under the simplified acquisition threshold)

52.249-2 Alt I TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (APR 1984) ALT I (for fixed price construction subcontracts over the simplified acquisition threshold)

52.249-10 DEFAULT (FIXED-PRICE CONSTRUCTION) (APR 1984) 52.249-14 EXCUSABLE DELAYS (APR 1984)

Agency for International Development Acquisitions Regulation (AIDAR) Clauses

AIDAR CLAUSE NUMBER

TITLE AND YEAR

752.202 Alt.70 and Alt.72

DEFINITIONS ALT. 70/ALT.72 (JANUARY, 1990)

752.211-70 LANGUAGE AND MEASUREMENT (JUNE, 1992) 752.225-70 SOURCE, ORIGIN AND NATIONALITY REQUIREMENTS (FEBRUARY, 2007) 752.228-3 WORKER’S COMPENSATION INSURANCE (DEFENSE BASE ACT) 752.228-9 CARGO INSURANCE 752.228-70 MEDICAL EVACUATION (MEDEVAC) SERVICES 752.7005 SUBMISSION REQUIREMENTS FOR DEVELOPMENT EXPERIENCE DOCUMENTS

(SEPTEMBER 2013) 752.7009 MARKING (JANUARY, 1993) 752.7025 APPROVALS (APRIL, 1984) 752.7027 PERSONNEL (DECEMBER, 1990) 752.7032 INTERNATIONAL TRAVEL APPROVAL AND NOTIFICATION (JANUARY, 1990) 752.7033 PHYSICAL FITNESS (JULY, 1997) 752.7034 ACKNOWLEDGEMENT AND DISCLAIMER (DECEMBER, 1991)

Page 50: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 50 of 86

GlobalQMS ID: 414.17, 13 August 2018 50

ATTACHMENT A: LETTER OF TRANSMITTAL The following letter must be completed and submitted with any offer: Date: (insert date)

To: Chemonics International Inc. USAID/GHSC-PSM Rwanda Office [ADDRESS] Attention: [NAME, TITLE OF PERSON RECEIVING THE PROPOSALS]

RE: Letter of Transmittal, RFP No. [INSERT RFP NUMBER] (insert name of company) hereby proposes the attached offer to perform all work required for the [INSERT TYPE OF WORK TO BE DONE. EX: Rehabilitation of the Irrigation System of Bally in Hauts de Saint-Marc as described in the above referenced RFP]. Please find attached our detailed Technical Volume (including past performance information and required certifications) and Cost Volume, as called for in the RFP. We hereby acknowledge and agree to all of the terms and conditions, special provisions, and instructions included in the above referenced RFP. We further certify that (insert name of company) , as a firm—as well as the firm’s principal officers and all commodities and services offered in response to this RFP—are eligible to participate in this procurement under the terms and conditions of this solicitation and under USAID regulations. We hereby certify that the enclosed representations, certifications, and other statements are accurate, current, and complete. __________________________________ Company Name ___________________________________ Name and title of authorized representative ___________________________________ Signature ___________________________________ Date

Page 51: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 51 of 86

GlobalQMS ID: 414.17, 13 August 2018 51

ATTACHMENT B: REQUIRED CERTIFICATIONS The following certifications must be completed and submitted in the Technical Volume of any proposal. ATTACHMENT B-1: CERTIFICATE OF INDEPENDENT PRICE DETERMINATION, PER FAR 52.203-2 (APR 1985) (insert name of company) (hereinafter called the "offeror") (a) The offeror certifies that—

(1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to—

(i) Those prices; (ii) The intention to submit an offer; or (iii) The methods or factors used to calculate the prices offered.

(2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition.

(b) Each signature on the offer is considered to be a certification by the signatory that the signatory—

(1) Is the person in the offeror’s organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to paragraphs (a)(1) through (a)(3) of this provision; or (2)

(i) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to paragraphs (a)(1) through (a)(3) of this provision ____________________ [insert full name of person(s) in the offeror’s organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror’s organization]; (ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(i) of this provision have not participated, and will not participate, in any action contrary to paragraphs (a)(1) through (a)(3) of this provision; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to paragraphs (a)(1) through (a)(3) of this provision.

(c) If the offeror deletes or modifies paragraph (a)(2) of this provision, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure. (insert name of company) (Offeror) BY (Signature) ___________________ TITLE _____________________ TYPED NAME ____________________ DATE _____________________

Page 52: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 52 of 86

GlobalQMS ID: 414.17, 13 August 2018 52

ATTACHMENT B-2: CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS, PER FAR 52.203-11 (SEP 2005) (insert name of company) (hereinafter called the "offeror") (a) The definitions and prohibitions contained in the clause, at FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions, included in this solicitation, are hereby incorporated by reference in paragraph (b) of this certification. (b) The offeror, by signing its offer, hereby certifies to the best of his or her knowledge and belief that on or after December 23, 1989—

(1) No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with the awarding of this subcontract; (2) If any funds other than Federal appropriated funds (including profit or fee received under a covered Federal transaction) have been paid, or will be paid, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with this solicitation, the offeror shall complete and submit, with its offer, OMB standard form LLL, Disclosure of Lobbying Activities, to the Chemonics Chief of Party; and (3) He or she will include the language of this certification in all subcontract awards at any tier and require that all recipients of subcontract awards in excess of $100,000 shall certify and disclose accordingly.

(c) Submission of this certification and disclosure is a prerequisite for making or entering into this subcontract imposed by section 1352, Title 31, United States Code. Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure form to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure. (insert name of company) (Offeror) BY (Signature) ___________________ TITLE _____________________ TYPED NAME ____________________ DATE _____________________

Page 53: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 53 of 86

GlobalQMS ID: 414.17, 13 August 2018 53

ATTACHMENT B-3: TAXPAYER IDENTIFICATION, PER FAR 52.204-3 (OCT 1998) (insert name of company) (hereinafter called the "offeror") (a) Definitions.

Common parent, as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. Taxpayer Identification Number (TIN), as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number.

(b) All offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting subcontract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the subcontract. (c) The TIN may be used by the government to collect and report on any delinquent amounts arising out of the offeror's relationship with the government (31 U.S.C. 7701(c)(3)). If the resulting subcontract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (d) Taxpayer Identification Number (TIN).

TIN: ____________________________ TIN has been applied for. TIN is not required because:

Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States;

Offeror is an agency or instrumentality of a foreign Government; Offeror is an agency or instrumentality of the Federal Government.

(e) Type of organization.

Sole proprietorship; Partnership; Corporate entity (not tax-exempt); Corporate entity (tax-exempt); Government entity (Federal, State, or local); Foreign Government; International organization per 26 CFR 1.6049-4; Other ___________________________________________

(f) Common parent.

Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. Name and TIN of common parent:

Name __________________________________________________ TIN ____________________________________________________

insert name of company) (Offeror) BY (Signature) ___________________ TITLE _____________________ TYPED NAME ____________________ DATE _____________________

Page 54: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 54 of 86

GlobalQMS ID: 414.17, 13 August 2018 54

ATTACHMENT B-4: CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS, PER FAR 52.209-5 (DEC 2001) (insert name of company) (hereinafter called the "offeror") (a) (1) The Offeror certifies, to the best of its knowledge and belief, that -

(i) The Offeror and/or any of its Principals -

(A) Are are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have have not , within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) subcontract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion or receiving stolen property; and

(C) Are are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subdivision (a)(1)(i)(B) of this provision.

(ii) The Offeror has has not , within a 3-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.

(2) "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.

(b) The Offeror shall provide immediate written notice to the Chemonics Chief of Party if, at any time prior to subcontract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Chemonics Chief of Party may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Chemonics Chief of Party or Senior Vice President of Contracts may terminate the subcontract resulting from this solicitation for default. insert name of company) (Offeror) BY (Signature) ___________________ TITLE _____________________ TYPED NAME ____________________ DATE _____________________

Page 55: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 55 of 86

GlobalQMS ID: 414.17, 13 August 2018 55

ATTACHMENT B-5: CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS, PER FAR 52.222-18 (FEB 2001) Pursuant to FAR 52.222-18 (Feb 2001), federal contractors who supply products on the Current List of Products and Countries on Executive Order (EO) 13126, published by the Department of Labor must certify that they have made a good faith effort to determine whether forced or indentured child labor was used to produce the items listed. The Current List of Products and Countries on EO 13126 is included on the next page as Attachment B-5a. (insert name of company) (hereinafter called the "offeror") (a) Definition.

Forced or indentured child labor means all work or service-- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a subcontract the enforcement of which can be accomplished by process or penalties.

(b) Listed end products. The following end product(s) being acquired under this solicitation is (are) included in the List of Products Requiring Subcontractor Certification as to Forced or Indentured Child Labor, identified by their country of origin. There is a reasonable basis to believe that listed end products from the listed countries of origin may have been mined, produced, or manufactured by forced or indentured child labor.

Listed End Product: Listed Countries of Origin:

(c) Certification. Chemonics will not make award to an offeror unless the offeror, by checking the appropriate block, certifies to either paragraph (c)(1) or paragraph (c)(2) of this provision.

(1) The offeror will not supply any end product listed in paragraph (b) of this provision that was mined, produced, or manufactured in a corresponding country as listed for that end product.

(2) The offeror may supply an end product listed in paragraph (b) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture such end product. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor.

insert name of company) (Offeror) BY (Signature) ___________________ TITLE _____________________ TYPED NAME ____________________ DATE _____________________

Page 56: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 56 of 86

GlobalQMS ID: 414.17, 13 August 2018 56

ATTACHMENT B-5A: Current List of Products and Countries on EO 13126 List

The current list of products was published in the December 1, 2014 Federal Register and includes the following:

Product Countries Bamboo Burma Beans Burma Brazil Nuts / Chestnuts Bolivia Bricks Afghanistan, Burma, China, India, Nepal, Pakistan Carpets Nepal, Pakistan Cassiterite (tin ore) Democratic Republic of the Congo Cattle South Sudan Coal Pakistan Coca Colombia Cocoa Cote D'Ivoire, Nigeria Coffee Cote D'Ivoire Coltan (tantalum ore) Democratic Republic of the Congo Cotton Benin, Burkina Faso, China, Tajikstan, Uzbekistan Cottonseed (Hybrid) India Diamonds Sierra Leone Dried Fish Bangladesh Electronics China Embellished Textiles India, Nepal Fish (Including Talapia) Ghana Garments Argentina, India, Thailand, Vietnam Gold Burkina Faso, Democratic Republic of the Congo Granite Nigeria Gravel Nigeria Pornography Russia Rice Burma, India, Mali Rubber Burma Shrimp Thailand Stones India, Nepal Sugarcane Boliva, Burma Teak Burma Textiles Ethiopia Tobacco Malawi Toys China Wolframite (tungsten ore) Democratic Republic of the Congo

Source: https://www.dol.gov/agencies/ilab/reports/child-labor/list-of-products

Page 57: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 57 of 86

GlobalQMS ID: 414.17, 13 August 2018 57

ATTACHMENT B-6: CERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING, PER FAR 52.223-13 (AUG 2003) (insert name of company) (hereinafter called the "offeror") (a) Executive Order 13148, of April 21, 2000, Greening the Government through Leadership in Environmental Management, requires submission of this certification as a prerequisite for subcontract award. (b) By signing this offer, the offeror certifies that—

(1) As the owner or operator of facilities that will be used in the performance of this subcontract that are subject to the filing and reporting requirements described in section 313 of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11023) and section 6607 of the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13106), the offeror will file and continue to file for such facilities for the life of the the Toxic Chemical Release Inventory Form (Form R) as described in sections 313(a) and (g) of EPCRA and section 6607 of PPA; or (2) None of its owned or operated facilities to be used in the performance of this subcontract is subject to the Form R filing and reporting requirements because each such facility is exempt for at least one of the following reasons: [Check each block that is applicable.]

(i) The facility does not manufacture, process, or otherwise use any toxic chemicals listed in

40 CFR 372.65;

(ii) The facility does not have 10 or more full-time employees as specified in section 313(b)(1)(A) of EPCRA, 42 U.S.C. 11023(b)(1)(A);

(iii) The facility does not meet the reporting thresholds of toxic chemicals established under section 313(f) of EPCRA, 42 U.S.C. 11023(f) (including the alternate thresholds at 40 CFR 372.27, provided an appropriate certification form has been filed with EPA);

(iv) The facility does not fall within the following Standard Industrial Classification (SIC) codes or their corresponding North American Industry Classification System sectors:

(A) Major group code 10 (except 1011, 1081, and 1094. (B) Major group code 12 (except 1241). (C) Major group codes 20 through 39. (D) Industry code 4911, 4931, or 4939 (limited to facilities that combust coal and/or oil for the purpose of generating power for distribution in commerce). (E) Industry code 4953 (limited to facilities regulated under the Resource Conservation and Recovery Act, Subtitle C (42 U.S.C. 6921, et seq.), or 5169, or 5171, or 7389 (limited to facilities primarily engaged in solvent recovery services on a contract or fee basis); or

(v) The facility is not located in the United States or its outlying areas.

insert name of company) (Offeror) BY (Signature) ___________________ TITLE _____________________ TYPED NAME ____________________ DATE _____________________

Page 58: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 58 of 86

GlobalQMS ID: 414.17, 13 August 2018 58

ATTACHMENT B-7: EVIDENCE OF RESPONSIBILITY STATEMENT (insert name of company) (hereinafter called the "offeror") The offeror hereby certifies the following: 1. Authorized Negotiators

The Company Name proposal in response to RFP No. [INSERT RFP NUMBER] may be discussed with any of the following individuals. These individuals are authorized to represent Company Name in negotiation of this offer in response to RFP No. [INSERT RFP NUMBER]. List Names of Authorized signatories These individuals can be reached at Company Name office: Address Telephone/Fax Email address 2. Adequate Financial Resources

Company Name has adequate financial resources to manage any subcontract resulting from this offer. 3. Ability to Comply

Company Name is able to comply with the proposed delivery of performance schedule having taken into consideration all existing business commitments, commercial as well as governmental. 4. Record of Performance, Integrity, and Business Ethics

Company Name’s record of integrity is outstanding. Company Name has no allegations of lack of integrity or of questionable business ethics. Our integrity can be confirmed by our references in our Past Performance References, contained in the Technical Volume. 5. Organization, Experience, Accounting and Operational Controls, and Technical Skills

(Offeror should explain which department will be managing the contract, type of accounting and control procedure they have to accommodate the subcontract type.) 6. Equipment and Facilities

(Offeror should state they have necessary facilities and equipment to carry out the subcontract.) 7. Eligibility to Receive Award

(Offeror should state that they are qualified and eligible to receive an award under applicable laws and regulation and if they have performed work of similar nature under similar mechanisms for USAID. They should provide their DUNS number here as well, if applicable.) 8. Commodity Procurement

Not applicable to this RFP.

Page 59: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 59 of 86

GlobalQMS ID: 414.17, 13 August 2018 59

9. Cognizant Government Audit Agency

(Offeror should provide name, address, phone of their auditors, and whether it is DCAA or independent CPA, if applicable) 10. Acceptability of Subcontract Terms and Conditions

The offeror has reviewed the solicitation document and attachments and agrees to the terms and conditions set forth therein. 11. Organization of Firm

(Offeror should explain how their firm is organized – for example regionally or by technical practice) ___________________________________ Company Name ___________________________________ Name and title of authorized representative ___________________________________ Signature ___________________________________ Date

Page 60: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 60 of 86

GlobalQMS ID: 414.17, 13 August 2018 60

ATTACHMENT B-8: 52.222-50 SUBCONTRACTOR CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN (MARCH 2, 2015) The Offeror/Subcontractor Certifies that:

(1) It has implemented a compliance plan to prevent any prohibited activities identified in paragraph (b) of the clause at 52.222–50, Combating Trafficking in Persons, and to monitor, detect, and terminate the contract with a subcontractor engaging in prohibited activities identified at paragraph (b) of the clause at 52.222–50, Combating Trafficking in Persons;

(2) The compliance plan applicable to the qualifying subcontract meets the minimum requirements set

forth in subsection (h)(3) of clause 52.222-50, including the following: a. An awareness program to inform subcontractor employees about the Government’s policy

prohibiting trafficking-related activities, the activities prohibited, and the actions that will be taken against the employee for violations.

b. A process for employees to report, without fear of retaliation, activity inconsistent with the policy prohibiting trafficking in persons, including a means to make available to all employees the hotline phone number of the Global Human Trafficking Hotline at 1-844-888-FREE and its email address at [email protected].

c. A recruitment and wage plan that only permits the use of recruitment companies with trained employees, prohibits charging recruitment fees to the employee, and ensures that wages meet applicable host-country legal requirements or explains any variance.

d. A housing plan, if the subcontractor intends to provide or arrange housing that ensures that the housing meets host-country housing and safety standards.

e. Procedures to prevent agents and subcontractors at any tier and at any dollar value from engaging in trafficking in persons (including activities in paragraph (b) of this clause) and to monitor, detect, and terminate any agents, subcontracts, or subcontractor employees that have engaged in such activities.

(3) The Offeror/Subcontractor will post the relevant contents of the compliance plan, no later than the

initiation of contract performance, at the workplace (unless the work is to be performed in the field or not in a fixed location) and on the Offeror’s/Subcontractor's Web site (if one is maintained). If posting at the workplace or on the Web site is impracticable, the Offeror/Subcontractor shall provide the relevant contents of the compliance plan to each worker in writing. The Offeror/Subcontractor agrees to inform Chemonics immediately of any credible information it receives from any source (including host country law enforcement) that alleges a contractor employee, subcontractor, subcontractor employee, or their agent has engaged in conduct that violates the policy.

(4) After having conducted due diligence, either—

(i) To the best of the Offeror’s/Subcontractor’s knowledge and belief, neither it nor any of its proposed agents, subcontractors, or their agents is engaged in any such activities; or, (ii) If abuses relating to any of the prohibited activities identified in 52.222– 50(b) have been found, the Offeror or proposed Subcontractor has taken the appropriate remedial and referral actions.

PLEASE SIGN AND RETURN THIS CERTIFICATION TO CHEMONICS Company Name___________________________ Signature ___________________________ Printed Name _____________________________ Title ____________________________ Date _____________________________

Page 61: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 61 of 86

GlobalQMS ID: 414.17, 13 August 2018 61

NOTE: The Subcontractor is required to recertify annually by signing this document one year from the date signed above and resending it to the Contractor.

Page 62: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 62 of 86

GlobalQMS ID: 414.17, 13 August 2018 62

ATTACHMENT C: EXAMPLE BANK GUARANTEE FOR PERFORMANCE SECURITY To:

Chemonics International Inc. USAID/[NAME OF PROJECT] [ADDRESS]

REF: Subcontract No. [subcontract number] Whereas [name of subcontractor], [address of subcontractor] (hereinafter called “the Subcontractor”) has undertaken, in pursuance of Subcontract No. [subcontract number] dated [date of subcontract] to execute [subcontract number], for the [TITLE OF RFP. EX: Rehabilitation of the Irrigation System of Bally in Hauts de Saint-Marc in the locality of Bally] (hereinafter called “the Subcontract”); And whereas it has been stipulated by you in the said Subcontract that the Subcontractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Subcontract; And whereas we have agreed to give the Subcontractor such a Bank Guarantee; Now therefore we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Subcontractor, up to a total of [amount of Guarantee] [amount in words], such sum being payable in the types and proportions of currencies in which the Subcontract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [amount of Guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Subcontractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Subcontract or of the Works to be performed there under or of any of the Subcontract documents which may be made between you and the Subcontractor shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any such change, addition, or modification. This Guarantee shall be valid until a date 28 days from the date of issue of the Certificate of Substantial Completion. Signature and seal of the Guarantor Name of Bank

Page 63: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 63 of 86

GlobalQMS ID: 414.17, 13 August 2018 63

ATTACHMENT D: HVAC System Specifications: Technical Specifications

DESCRIPTION OF THE PROPOSED HVAC

SYSTEM Proposed HVAC System (Refer Enclosed Tender Drawings)

Air Conditioning System

The A/C system shall mainly comprise of the following major equipment/items: 5 No. Air Handling Units (AHUs) Condensing Units. Air Curtains (Electrical wiring of air curtains in single phase power in conduits) Refrigerant piping; piping route generally as per enclosed drawings. Central controller for AHU System 24000 btu/hr high wall units, split units inverter type PAL (Pre-Insulated Aluminum) Ducting, dampers, grilles/diffusers, etc. Piping route generally

as per enclosed drawings. Aluminum (AL) Powder coated Grilles & Damper Electrical work for HVAC including power & control cabling and earthing from the respective

power supply point All outdoor units shall be installed within the designated area on Terrace as per enclosed

drawings. Capacity of HVAC system is indicated on the Tender Drawings, and Schedule of Quantities. These should be independently verified by the Bidders and any deviations/modifications/additions required to achieve required conditions should be brought out at the time of Tendering. Locations of HVAC equipment and routes of ducts & pipes shall be generally as shown on the Tender Drawings. Exact location of Indoor Units & Outdoor Units as well as quantity, size and location of all diffusers & grilles shall be as per final architectural with coordinated false ceiling layout (where applicable), interior, lighting, etc TENDER DRAWINGS: DRAWING NO. DRAWING TITLE REFERENCE MPPD/FZE/001 HVAC LAYOUT DRAWING: ELECTRICAL A3 ATTACHMENT F MPPD/FZE/002 HVAC LAYOUT DRAWING: ELECTRICAL A4 ATTACHMENT F MPPD/FZE/003 HVAC LAYOUT DRAWING: ELEVATIONS VIEW A3 ATTACHMENT F MPPD/FZE/004 HVAC LAYOUT DRAWING: ELEVATIONS VIEW A4 ATTACHMENT F MPPD/FZE/005 HVAC LAYOUT DRAWING: GO-DOWNS LAYOUTS A3 ATTACHMENT F MPPD/FZE/006 HVAC LAYOUT DRAWING: GO-DOWNS LAYOUTS A4 ATTACHMENT F MPPD/FZE/007 HVAC LAYOUT DRAWING: SINGLE GO-DOWN

LAYOUT A3 ATTACHMENT F

MPPD/FZE/008 HVAC LAYOUT DRAWING: SINGLE GO-DOWN LAYOUT A4

ATTACHMENT F

AIR CONDITIONING SYSTEM The scope includes DX type air handling system consisting of air-cooled condensing unit (Outdoor Unit), ducting work, grills, and electrical panel with cabling work with all required accessories.

Page 64: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 64 of 86

GlobalQMS ID: 414.17, 13 August 2018 64

A. EQUIPMENTS & OTHER SPECIFICATIONS All equipment shall comply with the required manufacturers warranty provisions of the subcontract. The offeror shall submit warranty details with its offer. ITEM DESCRIPTION 1. DX TYPE DOUBLE SKIN AIR HANDLING UNITS (DSAHUs):

Scope: The scope of this section comprises the supply, installation, testing and commissioning of Direct Expansion Type Air Handling unit with controls, Equipments and instruments conforming to these Specifications and in accordance with the requirements of Drawings and Schedule of Quantities.

General: a. TYPE: The Air Handling Units shall be in double skin construction with sandwiched

insulation between the outer and inner skins. The sections of the DSAHU shall be as described in the Schedule of Quantities. In general, these include: mixing section for return and fresh air module and RA damper, pre filter and secondary bag filter sections, cooling coil section with DX coil having specified number of rows (minimum 6 row or as specified in Schedule of Quantities), centrifugal blower section with DIDW blower fan with driver squirrel cage induction motor and suitable drive, common base frame with spring type vibration isolation for Motor Blower Assembly, eliminators, fine filters, suitable inspection doors for filter, coil & blower sections, etc. (as applicable and as mentioned in Schedule of Quantities). The capacity of the DSAHU viz. air-flow and pressure shall be as shown on Drawings/ described in Schedule of Quantities. AHU Drawing and data sheet as per the vendor’s equipment should be submitted with quotation. The units shall conform to latest applicable Rwanda standards and shall also comply with all applicable statuary regulations and safety codes in the premises where the equipment shall be installed. Air Handling Units shall be selected for the lowest operating noise level. Fan performance rating and power consumption data, with operating points clearly indicated shall be submitted along with the quotation and verified at the time of testing and commissioning of the installation.

b. Construction: Unless otherwise specified, the outer/inner skin shall be made of 20/22

gauge pre-plasticized/ plastic-coated/ powder-coated galvanized steel; and the main frame of self-supporting hollow extruded thermal break aluminium profiles/sheet steel channel with aluminum joiners & self-adhesive gaskets. Insulation shall be of 43/50 mm thick injected polyurethane foam (PUF)/ rigid slabs. The maximum „K‟ factor shall be 0.02 Watt/m Deg C. The panels shall be mounted using SS screws onto 1.6 mm thick extruded aluminium-alloy box section/channel frame or galvanized steel frame with suitable height legs for adequate U-trap for the AHU static pressure rating. Where specified in Schedule of Quantities, Thermal break should be provided in the central core of extrusions and there should be no metal to metal contact between inner and outer surfaces of thermal break structural frame work. The frame work shall be joined together with extrusions cut at 45 and joined together with corner plates. All the panels shall be detachable or cast aluminium hinged with stainless steel pivots. The handles shall be made of hard nylon with cam type adjustable seating arrangement to ensure perfect sealing. DSAHUs shall be suitable for easy on-site assembly. Length of each section of the DSAHU shall be adequate to ensure uniform & streamlined air flow; facilitate access, maintenance & replacement of the internal components; and allow proper distance between successive components for satisfactory operation & performance.

Page 65: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 65 of 86

GlobalQMS ID: 414.17, 13 August 2018 65

c. Condensate Pan: Sandwich insulated Condensate drain pan shall be fabricated from

minimum 18G stainless steel sheet (SS 304) with all corners welded with uniform slope from all sides leading to drain point ensuring no stagnation of condensate water. Drain point/pipe coming out from AHUs should be also of SS 304. It should be isolated from bottom floor panels through 25 mm heavy duty TF expanded polystyrene or polyurethane foam. Drain plug shall be provided in the bottom of the coil section.

d. Fresh Air & Return Air Damper: DSAHUs with mixing box shall be complete with fresh

and return air dampers if mentioned in Schedule of Quantities. All dampers shall be low-leakage, opposed blade type. Blades shall be made of double skin aerofoil design extruded aluminium alloy frame. All linkages and supporting spindles shall be made of aluminium or nylon, turning in Teflon bushes. Manual dampers shall be provided with a Bakelite knob for locking the damper blades in position. Linkages shall be extended wherever required for motorized operation. Damper frames shall be sectionalized to minimize blade warping. Air leakage through dampers in the closed position shall not exceed 1.5% of the maximum design air volume flow rate at the maximum design air total pressure. Proper SS filter/wire mesh and a factory assembled pre-filter section containing 50 mm thick washable synthetic type air filters assembled in anodized aluminium/ SS frame shall be provided at fresh air intake with cowls type arrangement. The percentage controlled while working of damper shall be written on upper side of damper.

e. Blower fan: Fan shall be draw-through type, high efficiency, dynamically balanced,

centrifugal, BACKWARD-curved type (as called for by the application); in class II construction. Fan Casing shall be made of galvanized steel sheet. Fan wheels shall be made of galvanized steel. Fan shaft shall be of ground C40 carbon steel and supported in pre-greased ball bearings operating at less than 75% of the first critical speed. Fan wheels and pulleys shall be individually tested, and precision balanced dynamically.

f. Fan Motor: Fan motors shall be high-efficiency, 4-pole, 415+/-10% volts, 50 Hz, three

phases, totally enclosed fan-cooled, with class F insulation and IP-55 protection. Motors shall be specially designed for quiet operation. Motor shall be mounted inside the AHU casing on slide rails for easy belt tensioning. Drive arrangement shall be with dynamically balanced, constant pitch pulleys and oil-resistant belts, with the drive selected at 110% of motor horsepower. Fan should be driven through standard V Belt/s

g. Interlock: Interlocking arrangement shall be provided to stop the fan motor when the access doors in the fan section or adjoining sections are opened, with a manual overriding provision.

h. Motor Blower Assembly: Both fan and motor assemblies shall be mounted on aluminium

alloy or galvanized steel of suitable common base frame. Isolation of fan from the unit casing shall be provided by spring and rubber anti vibration mounts; and flame retardant, waterproof neoprene impregnated flexible connection on the fan discharge. Motor blower assembly should be mounted with suitable spring type vibration isolator.

i. Glands: Suitable compression glands for cable entry and nozzles for pressure

measurement/filter testing shall be provided with closure for unused nozzles.

j. DX type Cooling Coil: DX Type cooling coils shall be of suitable dia copper tubes and 20G or suitable thick with sine wave aluminium fins firmly bonded to copper tubes

Page 66: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 66 of 86

GlobalQMS ID: 414.17, 13 August 2018 66

assembled in zinc coated steel frame with minimum 6-row deep as specified in Schedule of Quantities. Cooling coil shall be AHRI approved. Each coil shall be factory tested air / N2 pressure under water. Tube shall be hydraulically/mechanically expanded for minimum thermal contact resistance with fins. The cooling coil assembly shall be on aluminium rails and nylon rollers for easy withdrawal from either side.

k. Filters: Each unit shall be provided with a factory assembled pre-filter section containing

50 mm thick washable synthetic type air filters assembled in anodised aluminium/ SS frame. The media shall be supported with HDP mesh on one side and aluminium/SS mesh on other side. Filter banks shall be easily accessible and designed for easy withdrawal and replacement of filters. Filter framework shall be fully sealed and constructed from aluminium alloy. Filter face velocity shall not exceed 450 FPM. The panel filters shall be 90% / 92% ASHRAE 52/76 GRAVIMETRIC (Grade-IV EUROVENT 4/5) unless otherwise specified.

l. Access Door: DSAHUs shall have adequate nos. of air tight, hinged, quick operating

access doors, with nylon hinges and locks openable from both inside and outside in the fan and filter sections and in all other sections as required and/or as shown on the drawings. Access doors shall also be insulated, double skin type. The location & dimensions of access doors shall be suitable for the duty. Doors shall be provided on the accessible side of the DSAHU keeping in view the installation layout.

m. Painting: Shop coats of paint that become marred during shipment or erection shall be

cleaned off with mineral spirits, wire brushed, and spot primed over the affected areas; and then coated with paint to match the finish over the adjoining shop painted surface.

2. AIR CONDITIONER INDOOR 24000 BTU/HR HIGH WALL UNITS SPLIT UNIT INVERTER

TYPE (as specified in Schedule of Quantities)

3. AIR CURTAINS: High pressure air curtains for industrial and commercial doors. Airtechnics model OR Equivalent as wind box XL2500: 230V-50Hz,air flow of 13250 m3/h, weight of 192 kg, sound level 68dB, air spray up to 7m, with intelligent remote control, 2500mm wide (as specified in Schedule of Quantities.)

4. AIR COOLED CONDENSING UNITS (OUT DOOR UNITS):

SCOPE: The scope of this section comprises the supply, installation, testing and commissioning of air-cooled condensing unit with controls, Equipments and instruments conforming to these Specifications and in accordance with the requirements of Drawings/ Schedule of Quantities.

GENERAL: The Condensing unit shall be factory assembled, weather proof casing, constructed from heavy gauge mild steel panels and coated with baked enamel finish. The unit should be completely factory wired tested with all necessary controls. Air-cooled condensing unit of suitable capacity with Scroll/Rotary compressor of reputed make complete with copper piping, refrigerant gas, HP and LP cut-outs, microprocessor-based control panel, temperature controller, Thermostatic expansion valves, suitable insulation of the suction line, suitable size of fan etc. Microprocessor controller should be loaded with features like auto switch on or off compressors, auto restart after power failure, runtime equalization of the compressor & time delay between compressor starts in case of multi compressor units, anti-recycle time delay to protect

Page 67: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 67 of 86

GlobalQMS ID: 414.17, 13 August 2018 67

compressors from instant start/restart. The condensing units shall be mounted on suitable supporting MS structure.

a. Compressor: Compressor shall be of the hermetically sealed scroll/rotary type with Gas cooled motor, balance and mounted on vibration absorber to provide quite, free floating operation. Compressor shall be protected against overload protection and single phasing protection. Refrigerant should be R410/R407

b. Control: Unit shall be completely factory wired internally. Electrical characteristics of unit

shall be 415+/-10% volts, 50 Hz, three phase AC.

Compressor and fan motor shall be served by separated thermal and electrical over load protection. High-Low pressure-stat shall be provided to protect compressor against excessively high and too low pressure. Control thermostat shall be located in unit return air stream / room. Control circuit shall be such that compressor cannot restart without manual resetting when it trips due to any reason other than thermostat tripping. Compressor shall be interlocked with blower fan so that it cannot start unless fan is on. All necessary safety devices shall be provided to ensure safe operation of the system.

c. Condensing coil: The Condensing coils shall be constructed out of copper tubes

mechanically bonded to aluminum fins. Adequate surface area shall be offered.

d. Refrigerant Charge: Initial charging of refrigerant & oil shall be supplied with the unit, within the same price till final commissioning and handing over system to the Client.

e. Painting: All the equipment including base frame shall be painted with two coats of the

suitable paint of enamel Colour over a rust resistant primer. 5. REFRIGERANT AND CONDENSATE DRAIN PIPING:

Copper tubes of approved brand shall be used for refrigerant piping. Hard pipes must be used above 16mm (5/8”) dia. All pipes shall be insulated with minimum 19mm thick insulation for the entire length; and flexible braided pipe (for external runs of pipe). Insulation shall be nitrile rubber covered with glass-cloth having density of 200GSM. All exposed piping insulation shall be with UV Protection/UV Coating with glass cloth fabric. Pipes should be installed in an accessible position wherever possible. Exposed to sun & visible piping shall be covered by braided PVC pipes/sleeves for mechanical protection and aesthetics.

Necessary filters, driers, gauges, sight glass, safety cut-outs, etc. shall be provided in each refrigerant circuit as per the manufacturer’s standards. Number of joints shall be kept to a minimum, and all joints must be located in the accessible runs of the pipes. Continuous, joint-less pipes must be used for all concealed/buried/inaccessible piping. Adequate extra length of pipes shall be left during piping work to avoid unnecessary joints during installation of indoor & outdoor units.

Provide high-density insulated pipe supports supplied by the insulation manufacturer, at each pipe support and clamp to prevent insulation compression, thermal bridging and condensation. Alternatively provide PVC pipe sleeves over the normal insulation at all support cable ties & clamps to prevent insulation compression.

All joints in copper piping shall be sweat joints using low temperature brazing and / or silver solder. Before joining any copper pipe or fittings, its interiors shall be thoroughly cleaned by passing a clean cloth via wire or cable through its entire length. The piping shall be continuously kept clean of dirt etc. while constructing the joints. Subsequently, it

Page 68: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 68 of 86

GlobalQMS ID: 414.17, 13 August 2018 68

shall be thoroughly blown out using carbon dioxide / nitrogen. Refrigerant line shall be insulated with as mentioned in SOQ.

Horizontal suction line shall be pitched towards suction of the compressor for proper oil return. The refrigerant line sizing should be designed to achieve minimum pressure drop and avoid oil return problem.

After the refrigerant piping installation has been completed, the refrigerant piping system shall be pressure tested using nitrogen at a pressure of 20 kg per sq.cm (high side) and 10 kg/cm2 (low side). Pressure shall be maintained in the system for a minimum of 24 hours. The system shall then be evacuated to a minimum vacuum. Vacuum shall be checked with a vacuum gauge.

Pipes or ducts entering into the building through external wall cutouts should slope away from the building cutout, to stop rain water entering the building along through any gap between duct/pipe and the closed cutouts.

Pipe and duct ends shall always be kept closed before and during installation to prevent ingress of moisture, dust and construction debris.

All pipe supports shall be strong enough to withstand bending stresses in the pipes and shall be spaced not more than 1800mm apart.

Each support shall be isolated from the supported pipe or fitting by anti-vibration springs or durable, non-deteriorating liner of rubber or neoprene.

Wherever pipes are laid in two layers, an additional strip/support to be provided between the two layers so the pipes do not rest on each other.

Before gas charging, the entire piping system should be vacuumed, and pressure tested with nitrogen at 10 Kg/sqm (or as required for the system pressure rating) for 24 hours.

Air tight factory supplied rigid insulation should be provided on all Ref-Net Joints / Y-Joints after pressure testing. Each Ref. Joint / Y-Joint should be properly supported to keep it in perfectly horizontal position.

All copper pipes except 6mm diameter shall be insulated with minimum 19mm thick Nitrile Rubber insulation for the entire length. Pipes up to and including 6mm may be insulated with 13mm thick Nitrile Rubber insulation

PVC sleeves or high-density insulation sleeves to be provided wherever pipes pass through cutouts in walls or wooden partitions to avoid compression of insulation.

Avoid installing pipes directly above the A/C machines. All exposed insulation on terrace or in open shafts should be protected with UV paint / UV

coating & glass cloth having density of 200GSM and finally covered with removable GI sheet cover for mechanical protection. UV protection must be applied immediately after installation of insulation to prevent damage from sun-light.

Drain piping: The drain piping shall be made out of rigid C-PVC/ U-PVC pipes. The piping shall be supported by clamping on MS angle 25mm x 3mm running continuously below the pipe. Some places it required to make slot in floor/wall for laying drain pipes. The piping shall be insulated with thick closed cell nitrile rubber sleeves. U trap shall be provided in the drain connection of each indoor unit. All MS pipes support/clamps shall be painted with red oxide primer followed by two coats of synthetic enamel finish paint.

Drain piping shall be provided from each cooling unit to a designated drain point; using insulated 10/20 Kg/SqCM grade rigid PVC pipes or CPVC pipes. Drain pipes shall be insulated with minimum 8mm insulation; and sealed with leak proof sealant at joints & fittings.

Where refrigerant & drain pipes and electric conduits are buried in the wall/floor, the trenching should be sufficiently deep so that plaster cover of minimum 25 mm is available after insulated pipes/conduits. Buried/encased pipes must be suitably insulated as specified to prevent sweating on the surface of wall.

Page 69: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 69 of 86

GlobalQMS ID: 414.17, 13 August 2018 69

Drain pipe connection from each A/C unit should be connected with the drain header from top of the header to prevent back-flow from header to individual tapping. Each section of drain piping, including header and individual connections should have adequate slope, minimum 1:100.

Drain outlet must have U-trap before terminating to NT/GT. End point of Drain pipe is to be temporarily closed with end cap during installation.

6. DUCTING WORK:

The contractor shall provide and neatly erect all sheet work as directed by Client Engineer In-Charge as may be required to carry out the intent of these specification and drawing. Allow for insulated ducting of the following options (i) rigid fibrefiber glass ductboard equivalent to “PPAL duct “type (ii) rigid fiber glass duct board equivalent to “Q-duct “type or (iii) (Q duct) or equivalent metal galvanized insulated (internal or external) ducts with a damage resistant, flame retardant materials. The PAL type ducts and Q-Ducts should have reinforced aluminum foil facing and has excellent thermal and acoustical insulating properties. Duct work features Absorbs noise and reduces popping noises caused by expansion, contraction and

vibrations Assured thermal R-value performance Bacterial and fungal growth resistant Thermal/acoustical insulation board plus jacket forms a single component duct

system, reducing inspection time Lightweight boards are easier to transport and handle than insulated sheet metal

ducts Virtually eliminates air leakage Duct fabricated, and roof suspended, completely sealed and installed as per the

drawing Complete in firmly anchored angle-line bars, thread rods, raw bolts , nuts and

fasteners

Duct fabrication:

a. Ducts shall be straight and smooth and shall have neatly finished joints.

b. Changes in dimensions and shape of ducts shall be gradual. Curved elbows, unless otherwise approved, shall have a centre line radius equal to one and a half times the width of the duct. Air turns shall be installed in all abrupt elbows and shall consist of curved metal blades or vanes, arranged to permit the air to make the turn without appreciable turbulence. Turning vanes shall be invariably provided at all turns and grille-collars. Splitters and dampers shall be provided at all branches/tappings whether shown on the drawings or not.

c. All ducts shall be rigid and shall be adequately supported and braced. Where required,

standing seams, tees or angles of ample size to keep the ducts true to shape and to prevent buckling, vibration, etc. shall be provided.

Page 70: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 70 of 86

GlobalQMS ID: 414.17, 13 August 2018 70

d. At all connections between ducts & fans; fire-retardant, lint-free double canvass/rexin connections of heavy gauge shall be provided. One set of canvas connection include required quantity of canvas for one evaporator indoor unit.

Duct installation: a. All ducts shall be installed generally as per the Tender Drawings and in strict accordance

with approved working drawings prepared by the contractor as per actual site conditions & building dimensions. The contractor shall follow the instructions of Consultant/Engineer-in-charge and erect all sheet work neatly.

b. All duct work shall be independently supported from the building construction. All

horizontal ducts shall be rigidly and securely supported in an approved manner on MS hangers provided at sufficiently close intervals to avoid sag in the duct. All supports shall be painted with primer & synthetic paint on installation.

c. Ducting installed over the false ceiling (where applicable) shall be supported from the

slab above or form the beams, etc. But in no case should it rest on the false ceiling or be supported from the false ceiling hangers. If Mild Steel (MS) hooks are provided at bottom of slab, hanger supports shall be provided by the contractor from these hooks. Bottom level of all ducts should be maintained as shown in the drawing. Leveling of ducts should be checked with a PVC tube water level from a reference point.

d. All ducts shall be totally free from vibration under all conditions of operations. Duct work

connected to fans, air handling units, etc. that may cause vibration in the duct shall be provided with flexible connections close to the unit. Flexible connections shall be constructed of fire-resistant double canvass sleeve securely bonded and bolted at both the ends. All hardware shall be hot-dip galvanized or coated with 2 coats of rust preventive primer. At all connections between ducts & fans; fire-retardant, lint-free double canvass/rexin connections of heavy gauge shall be provided. One set of canvas connection include required quantity of canvas for one evaporator indoor unit.

Note: All necessary allowances and provision shall be made by the contractor for beams, pipes or other obstructions in the hall whether the same on the drawing. Where necessary to avoid beams or other structural work or other pipes or conduits or cables, the ducts shall be transformed, divided or curved to one side the required area being maintained. All ducts may be fabricated at site (or) manufacture’s place.

If a duct cannot be run as shown from drawing the contractor shall install the duct between the required points by any path available subject to the approval of the Engineer- in- charge of Client. Grilles:

a. Grilles shall be made from Aluminium and anodized or powder coated (as specified in the schedule of quantities). All supply air grilles (as also return air grilles - where specified) shall be equipped with front operable volume control dampers. The frames/supports/members for installing grilles and diffusers shall be of anodized aluminium angles and provided by A/C contractor and not by civil/false ceiling agencies (unless otherwise specified elsewhere). Grilles shall have vertical and horizontal deflection louvers to adjust the air-direction as per requirement.

Page 71: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 71 of 86

GlobalQMS ID: 414.17, 13 August 2018 71

b. The grilles shall be one-way/two-way, flush/step/half-step type and linear/conventional design as specified in the schedule of quantities and drawings, and as called for. Return air grilles/diffusers shall be without volume control dampers unless otherwise specified. These shall be externally identical to supply air grilles/diffusers.

c. Return air grilles/diffusers shall be without volume control dampers unless otherwise

specified. These shall be externally identical to supply air grilles/diffusers.

b. Suitable GI or Aluminium rodent screen shall be provided behind unducted return air grilles. Where required, a cowl or similar arrangement shall be provided to block view behind unducted return air grilles.

c. Supply & return air collars, as well as visible surfaces of ducts behind grilles shall be

painted black to stop reflection of light.

Dampers: a. All dampers shall be opposed-blade, multi-louver dampers of robust construction and

tightly fitted. The design, operating method and hand control shall be suitable for the location and service required.

b. Damper blades shall be fabricated out of 16-gauge galvanized sheet steel and damper

frame, lever, link, etc. shall be hot dip galvanized steel. Damper shall be provided with suitable links, levers, etc. as required for proper operation and control with ON & OFF positions clearly marked.

c. Straightening vanes, guide vanes or splitter damper shall be provided in the ducts at every

supply and return air duct connection, whether or not indicated on the drawings, for proper volume control and balancing of the system.

d. All Low Leakages Dampers Shall be of Aluminium construction.

7. ELECTRICAL WORK: 7.1 Electrical Panel Electrical work shall include control unit, wiring & earthing from nearby supply point to the respective cooling & condensing unit; thermostat, voltage & current meters, corded or cordless remote control (as specified in Schedule of Quantities), etc. All electric wires should run inside metal conduits, separate from the refrigerant piping. A time-delay relay/timer should be provided in the circuit to ensure a time-lag between the starting of condenser & cooling fans and the compressor. Control panel shall be complete with thermostatic and fan speed control, starters, fuses, switches, timers, O/L relays, contactors, push buttons, indicating lamps, single phasing preventors, safety cutouts, earth leakage circuit breaker, time-lag relay, corded control unit, etc. The control unit shall be installed at a convenient location as directed by the Engineer In-Charge to facilitate operation.

All cabling/wiring shall be done with fire retardant cables only. Power supply shall be provided near the condensing unit. All power/control cabling/wiring & earthing between the condensing unit and the indoor unit shall be carried out by A/C contractor without extra charge.

Page 72: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 72 of 86

GlobalQMS ID: 414.17, 13 August 2018 72

Any cables/wires that are concealed (e.g. in shafts or above false ceiling), or are encased in wall chases, must be installed in conduits to facilitate replacement in case of any fault in future.

The panel shall be fabricated from high quality 14-gauge sheet, stiffened and suitably reinforced. The steel sheet shall be painted with seven tank processes & the final paint coat shall be stove enameled. The housing shall be of sectionalized construction with space provided for separate vertical bus droppers & cable alley of minimum 200 mm width for each panel section. The overall construction of the panel shall be dust & vermin proof.

Minimum size of power wiring shall be 2.5 mm2 copper. Control wiring shall be done with 1.5 mm2 stranded copper conductor, PVC insulated wires.

Circuit breakers and large isolating switches shall be positioned as far as possible below the bus-bar chamber to allow for ease of cabling. All equipment such as meters and indicating lights shall be located adjacent or on the unit with which these are connected to achieve a neat and symmetrical arrangement. Facility shall be provided for termination of all normal types of cables entering from above and clamps shall be provided to support the weight of cables. Name plates to indicate the equipment of circuit controlled by the switches shall be fixed on the panels.

A. Cabling Work:

The work shall be carried out in accordance with specification of Rwanda Electricity Rules

as amended up to date and local Municipal Bye-Laws. The power wiring system shall be suitable for 415V, 3 phases, 50 cycles, 4-wire supply.

Wiring for motors shall be carried out in PVC sheathed and steel wire or tape armored cable. The control wiring shall be in PVC insulated and PVC sheathed, multi core, stranded copper cable (minimum 1.5 mm2 Cu) with the required number of cores.

Power cables and wire shall be of copper or aluminum of 1100 V grade, control wires of copper 660 V grade and shall confirm to IS: 1554 / IS: 694 as specified.

Cables shall be carried on walls or in racks or in cable trays suspended from hangers or laid in trenches as required. Where more than one cable is running, proper spacing shall be provided to minimize the loss in current carrying capacity. Special care shall be taken to ensure that cables are not damaged at bends. The radius of bends shall not be less than minimum specified by the manufacturer to ensure that no undue stress is caused to cable.

Where cables pass through pipes, PVC/Neoprene rubber bushes shall be provided at the ends. Where cables pass through floors or walls, pipe inserts shall be provided, and opening shall be sealed. Cables shall terminated using weather proof double compression brass nickel plated cable glands and tinned copper crimped lugs shall be provided.

Conduits, where used, shall be of heavy gauge PVC. Metal saddles of approved type shall be used for fixing conduits on surface. Bends and elbows shall be of inspection type where required. All joints shall be water tight. Conduits shall be secured to the switches, junction boxes etc., by threaded couplers. Flexible PVC conduits shall be used for connections with vibrating equipment.

B. CIRCUIT COMPARTMENT

Page 73: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 73 of 86

GlobalQMS ID: 414.17, 13 August 2018 73

Each circuit breaker, switch fuse unit, contactor and relay shall be housed in a separate compartment and shall be enclosed on all sides. Sheet steel hinged lockable door shall be duly interlocked with the breaker/switch fuse unit in the ON position. Safety interlocks shall be provided to prevent the breaker, switch unit, or contactor from being drawn out when the panel is in ON position. The door shall not form an integral part of the draw out portion of the panel. Sheet steel barriers shall be provided between the tiers in a vertical section.

C. INSTRUMENT ACCOMMODATION

Separate, adequate compartments shall be provided for accommodating instruments,

indicating lamps, control contactors and control fuses, etc. These shall be accessible for testing and maintenance without any danger of accidental contact with live parts of the circuit breaker, switch fuse unit and busbar.

D. BUS BARS AND BUS BAR CONNECTIONS

The bus bar and interconnections shall be of electrolytic aluminium E91E grade and of

rectangular cross section suitable for full load current for phase bus bars and half the rated current for neutral bus bar, and shall be extensible on both sides. The bus bars and interconnections shall be insulated with heat-shrinkable PVC colour coded sleeves. Maximum current density shall not exceed 1.2 A/sqmm (for copper). Busbars shall be of uniform cross section in the compartment.

All bus bars shall be supported on unbreakable, non-hygroscopic insulated supports at

regular intervals, to withstand the forces arising in case of short circuit in the system. All bus bars shall be provided in a separate chamber and properly ventilated. All bus bar connections in main control panels shall be done by clamping: no holes shall be drilled in bus bars. If holes have to be drilled for making connections, extra cross section of bus bars shall be provided. All bus bar connections in smaller control panels shall be done by drilling holes and connecting by brass bolts and nuts. Additional cross section of bus bars shall be provided in small control panels to make up for the holes drilled in the bus bars. Automatically operated safely shutters shall be provided to screen the live cluster when the beaker is withdrawn form cubicle.

All connections between the bus bars and switches and between switches and contactor,

shall be through aluminium strips of proper size to carry full rated current, insulated with PVC sleeves.

An earth busbar running throughout the length of the panel shall be provided.

E. TERMINALS

The outgoing terminals and neutral links shall be brought out to a terminal block suitably

located in the control panel. The current transformer for instruments, metering and for protection shall be mounted on the terminal blocks. Separate cable compartments shall be provided for incoming and outgoing cable. Minimum 20% spare terminals shall be provided in each terminal block.

F. WIREWAYS

Page 74: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 74 of 86

GlobalQMS ID: 414.17, 13 August 2018 74

A horizontal wire way with screwed covers shall be provided at the top to interconnecting control wiring between different vertical sections.

G. CABLE COMPARTMENTS

Cable compartment of adequate size shall be provided in the control panels for easy

termination of all incoming and outgoing cables entering from bottom or top. Adequate and proper supports be provided in cable compartments to support cables. All incoming and outgoing terminals shall be brought out to terminal blocks in the cable compartment.

H. MATERIALS & COMPONENTS All materials shall be of the best quality complying with appropriate Rwanda Bureau of Standards and British Standard Specifications..

a) Rotary Switches Switches up to 60 amps shall be rotary with compact and robust construction, built up from one or stacks with contacts and a positioning mechanism. The terminals shall be shrouded with insulation to prevent accidental contact with live parts. Rotary switches shall be backed up with moulded type HRC fuse fittings of appropriate rating.

b) Selector Switch Where called for, selector switches of rated capacity shall be provided in control panels, to give the choice of operating equipment in selective mode.

c) Switches Switches beyond 60 amps shall be panel mounted, double break type and suitable for load break duty, quick make and break action, manufactured in accordance with IS. Switch contacts shall be silver plated and shall be backed up with HRC fuses of appropriate rating. The switch handle shall be located at the front.

d) HRC Fuses Fuses shall be of high rupturing capacity and shall be in accordance with IS 3208-1962 having rupturing capacity of not less than 20 MVA at 415 Volts. The back up fuse rating for each motor/heater/equipment shall be so chosen that the fuse does not operate on starting of motor/heaters/equipment. Fuses shall be of the same make as the switches.

e) Starters Each motor shall be provided with a starter of suitable rating. Unless otherwise specified, Direct on-line starters shall be provided for motors up to 7.5 HP. Star Delta Type starters shall be provided for motors 10 HP and above. Main and auxiliary contacts shall be silver or silver alloy. The insulation for contactor coils shall be of class E. Operating coils of contactors shall be suitable for 220-415 +/- 10% Volts AC, 50 cycles supply or as called for. The contactors shall drop out when voltage drops to 90% of the rated voltage. The housing of the contactors shall be heat resistant having high impact strength.

f) Over Load Relays Contactors shall be provided with a three element, positive acting, ambient temperature-compensated, time lagged, hand-reset type thermal overload relay with adjustable setting. Hand-reset bottom shall be flush with the front door closed. Relays shall be directly connected for motors below 30 HP capacity. CT operated relays shall be provided for

Page 75: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 75 of 86

GlobalQMS ID: 414.17, 13 August 2018 75

motors above 30 HP capacity. Heater circuits contractors may not be provided with overload relays.

g) Current Transformers Current transformers shall be of accuracy class I and suitable VA burden for operation of the connected meter and relays.

h) Single Phase Preventers Single phase preventers shall be provided for all 3-phase motors and shall be in conformity with relevant BIS Standards. Single phase preventers shall act when the supply voltage drops down to 90% of the rated voltage, or on failure of one or more phases.

i) Time Delay Relays Time delay relays, where called for, shall be adjustable type with time delay adjustment from 0-180 seconds and shall have one set of auxiliary contacts for indicating lamp connection.

j) Indicating Lamps and Metering All meters and indicating lamps shall be in accordance with IEC regulations. The indicating lamps shall be neon/LED type and of low burden. Each incoming shall be provided with one set of indicating panel, consisting of voltmeter (0-500 volts with three way and off selector switch), CT operated ammeter (of suitable range with three nos. Class 1 CTs of suitable ratio with three way and off selector switch), energy-meter (except for minor panel boards), phase indicating lamps and other indicating lamps as called for. Each phase indicating lamp shall be backed up with 5 amps fuse and toggle switch. Other indicating lamps shall be backed up with fuses as called for.

k) Toggle Switches Toggle switches shall be of 5 amps rating.

l) Push Button Stations Push button stations shall be provided for manual starting and stopping of motors/equipment as called for. Red and Green colour push buttons shall be provided for Starting and Stopping operations. Start or Stop indicating flap shall be provided for push buttons. Push buttons shall be suitable for panel mounting and accessible from front without opening door. Lock lever shall be provided for Stop push button. One set of normally open and one set of normally closed contacts shall be provided in push button stations. The push button contacts shall be suitable for 15 amps current capacity. Outdoor push button stations shall be IP55 protection.

m) Conduits Conduits shall be mild steel, and shall be solid drawn, stove enameled inside and outside with minimum wall thickness of 1.5 mm for conduits up to 19 mm diameter and 2 mm wall thickness for conduits above 19 mm diameter. GI pull wires shall be installed in the conduit while laying the conduit.

n) Cables MV cables shall be PVC insulated aluminum conductor armored cables conforming to IS:694 and suitable for underground installation in trenches, duct, and on cable trays as

Page 76: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 76 of 86

GlobalQMS ID: 414.17, 13 August 2018 76

required. MV cables shall be termite resistant. Control cables shall be multi core type PVC insulated copper conductor armored cables. Cable jointing shall not be allowed.

o) Wires 650/1100 volts grade PVC insulated aluminium conductor wires in conduit shall be used where called for.

p) Interfacing with Control System/BMS All required provisions for interfacing with the control system/BMS, including but not limited to, additional contactors, auxiliary contactors, auto-manual changeover switches, interlocking, etc. shall be provided in the panel board.

I. CABLE LAYING

Cables shall be laid generally in accordance with Rwanda Bureau of Standard Code of

Practice. Cables shall be laid in 14 gauge perforated GI/MS cable trays as indicated on the Drawings/BOQ or as approved by the Engineer. GI cable trays shall be minimum 2mm thick and with 110 micron galvanizing. Easy access to all cables shall be provided to allow cable withdrawal/replacement in future. Where more than one cable is running proper spacing shall be provided to minimize the loss in current carrying capacity.

Cables shall be suitably supported with wooden cleats when run on wall/floor/ducts. When buried, they shall be covered with a layer of soft sifted sand and protected with cement concrete tiles. Special care shall be taken to ensure that cables are not damaged at bends. The radius of bend of the cables when installed shall not be less than 12 times the diameter of the cable.

Where cables are run on walls, proper saddling and dressing shall be done. The runs from wall to equipment shall be through suitably sized GI pipes, preferably below the floor surface.

I. CONDUCTOR SIZES

For all single-phase/three-phase wiring, 650/1100 volts grade PVC insulated aluminium

conductor wires shall be used. The equipment inside plant room & AHU room shall be connected to the control panel by means of insulated aluminium conductor wires of adequate size in exposed conduits. Final connections to the equipment shall be by wiring enclosed in MS flexible conducts rigidly clamped at both ends. An isolator shall be provided near each motor/equipment wherever the motor/equipment is separated from the supply panel by a partition/barrier or through ceiling. PVC insulated single strand aluminium conductor wires shall be used inside the control panel for connecting components and all the wires inside the control panel shall be neatly dressed and plastic beads shall be provided at both the ends for easy identification.

o The minimum size of control wiring shall be 1.5 sq mm PVC insulated armored

soft drawn tinned copper conductor. CT secondary wiring shall be done with 2.5 sq mm tinned copper conductor. All power circuits shall be minimum 2.5 sq mm tinned copper conductor.

o Minimum power wiring and earthing sizes for different motor ratings shall be as

per following table. However, if cable derating is necessitated in any particular situation, suitable higher size cable shall be used.

Page 77: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 77 of 86

GlobalQMS ID: 414.17, 13 August 2018 77

SUGGESTED MINIMUM SIZES: Motor Rating Power cable Earthing Up to 5 HP 3Cx4 sq mm Cu 2x4 mm dia GI/12SWG copper

6-7.5 HP 2x3Cx6 sq mm Cu 2x4 mm dia GI/12SWG copper 10-15 HP 2x3Cx10 sq mm Al 2x6 mm dia GI/10SWG copper 20-25 HP 2x3Cx25 sq mm Al 2x6 mm dia GI/10SWG copper 30-50 HP 2x3Cx35 sq mm Al 2x25x3 mm strip GI 60-75 HP 2x3Cx50 sq mm Al 2x25x3 mm strip GI 90-100 HP 2x3Cx150 sq mm Al 2x25x6 mm strip GI

K. GI/COPPER EARTHING

Earthing shall be by means of galvanized iron strips/wires, or copper stripes/wires as mentioned in schedule of quantities.

The main panel shall be connected to the main earthing system of the building by means of 2 nos. 25 mm x 6 mm GI strips. All single phase metal clad switches and control panels shall be earthed with minimum 3 mm diameter GI wire. All 3 phase motors and equipment shall be earthed with two numbers distinct and independent GI wires as per the above table.

All switches shall be earthed with two numbers distinct and independent wires as follows:

Phase switches and control panels up to 60 amps rating:

2 nos. 2 or 3 mm dia copper wires

3 phase switches and control panels 60 amps to 100 amps rating: 2 nos. 2 or 4 mm dia copper wires

3 phase switches, control panels, bus and ducts 200 amps rating and above: 2 nos. 4

or 6 mm x 6 mm copper wires

The earthing connections shall be tapped off from the main earthing of the electrical installation. The overlapping in earthing strips at joints where required shall be minimum 75 mm. These straight joints shall be riveted brazed in an approved manner. Lugs of adequate capacity and size shall be used for all terminations of wires. Lugs shall be bolted to the equipment body to be earthed after the metal body is cleaned of paint and oily substance and properly tinned.

L. DRAWINGS

Shop drawings for control panel and wiring of equipment showing the route of

conduits/cables shall be submitted by the contractor for approval of Engineer-in-Charge before starting the fabrication of panel and starting the work. On completion, two sets of completion As-Installed drawings incorporating all details like conduit routes, no. of wires in conduit, location of panels, switches, junction/pool and cable route, etc. shall be furnished by the contractor.

Page 78: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 78 of 86

GlobalQMS ID: 414.17, 13 August 2018 78

M. TESTING

Before commissioning of the equipment the entire electrical installation shall be tested

in accordance with code of practice. The test report signed & furnished by a qualified and authorized personnel.

N. PAINTING

All sheets steel work shall undergo a process of degreasing, de-rusting, rinsing,

passivation, drying, thorough cleaning, primer application, and painting with a high corrosion-resistant/epoxy primer. All panels shall be baked in an oven. The finishing treatment shall be by application of synthetic enamel/epoxy paint of approved shade.

O. Calibration and Testing: All automatic controls and instruments shall be factory

calibrated and provided with necessary instructions for site calibration and testing. Various items of the same type

shall be completely interchangeable and their accuracy shall be guaranteed by the manufacturer. All automatic controls and instruments shall be tested at site for accuracy and reliability before commissioning the installation.

P. Internal wiring: All wiring shall be carried out with 1100 Volts grade single core multi

strand flexible copper conductor wires with PVC insulation and shall be vermin and rodent proof. The current carrying capacity of wire shall be adequate for the duty assigned to it and shall have sufficient flexibility to facilitate proper termination at any location. Panel wiring shall be securely supported, neatly installed by lacing and tying, readily accessible and connected to equipment terminals and terminal blocks. Wire terminations shall be made with solder less crimping type of tinned copper lugs, which firmly grip the conductor and insulation. Insulated sleeves shall be provided at all the wire terminations. Engraved core identification plastic ferrules marked to correspond with panel wiring diagram shall be fitted at both ends of each wire. Ferrules shall fit tightly on the wires and shall not fall of when the wire is disconnected. The VENDOR shall be solely responsible for the completeness and correctness of the internal wiring and for the proper functioning of the connected equipment.

8. INSTRUMENTS AND CONTROLS: Remote Control Unit for Dx AHU System: suitable to control the entire air conditioning system and set working parameters (single point return air temperature & RH control in case of multi compressor/ condensing units, reheaters, etc.) of DX AHU. Controller Unit shall be completely factory wired internally and mounted in the AHU Room. Microprocessor control should be loaded with features like display unit, auto switch on/off compressors, auto restart on power restore, runtime equalizer for the compressors/ condensing units, on/ off scheduling & time delay between compressors starts in case of multi compressor /condensing units, switch off the condensing units when AHU get off/ tripped due to any reason, anti-recycle time delay to protect compressors from instant start/restar, and stepless control of re-heaters by Humidistat

Page 79: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 79 of 86

GlobalQMS ID: 414.17, 13 August 2018 79

A Microprocessor based Remote Control Unit shall be provided for Dx AHU Air Conditioning system, suitable to be mounted near the entrance door of the premises. It should be possible to operate the entire air conditioning system and set working parameters of each Dx AHUS unit from this control unit. The Microprocessor based Remote Controller shall be able to control each Dx AHUs & ODUs set with the following functions:

On / off as an individual units. Single point returns air temperature setting of in case of in case of multi compressor units/condensing units.

Indication of operation condition of each system. Runtime equalization of the compressors & time delay between compressors

starts in case of multi compressor units/condensing units. Anti-recycle time delay to protect compressors from instant start/restart. RH control Thermostat: Thermostat shall be electronics type, as specified herein, with sensing

element located in the AHU return duct. All thermostats shall be supplied with the standard mounting boxes, as recommended by the manufacturer. The profiles, mounting arrangement and exact location of the thermostats shall be as approved at site. Requirement of thermostats shall be as in Schedule of Quantities. Control thermostat shall be located in unit return air stream / room. Control circuit shall be such that compressor cannot restart without manual resetting when it trips due to any reason other than thermostat tripping. Compressor shall be interlocked with AHU fan so that it cannot start unless fan is on.

Calibration and Testing: All automatic controls and instruments shall be factory calibrated and provided with necessary instructions for site calibration and testing. Various items of the same type shall be completely interchangeable and their accuracy shall be guaranteed by the manufacturer. All automatic controls and instruments shall be tested at site for accuracy and reliability before commissioning the installation.

Internal wiring: All wiring shall be carried out with 1100 Volts grade single core multi strand flexible copper conductor wires with PVC insulation and shall be vermin and rodent proof. The current carrying capacity of wire shall be adequate for the duty assigned to it and shall have sufficient flexibility to facilitate proper termination at any location. Panel wiring shall be securely supported, neatly installed by lacing and tying, readily accessible and connected to equipment terminals and terminal blocks. Wire terminations shall be made with solder less crimping type of tinned copper lugs, which firmly grip the conductor and insulation. Insulated sleeves shall be provided at all the wire terminations. Engraved core identification plastic ferrules marked to correspond with panel wiring diagram shall be fitted at both ends of each wire. Ferrules shall fit tightly on the wires and shall not fall of when the wire is disconnected.

The VENDOR shall be solely responsible for the completeness and correctness of the internal wiring and for the proper functioning of the connected equipment. 9. INSPECTION, TESTING, ACCEPTANCE AND MEASUREMENTS OF WORKS: 9.1 Inspection (Pre-dispatch & site) & Testing of Dx Type AHU Air Conditioning

System and other equipment: Pre-dispatch inspection shall be carried out for certain items by SGS or an equivalent global

Page 80: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 80 of 86

GlobalQMS ID: 414.17, 13 August 2018 80

inspection body at the vendors cost. All the system Equipments, parts shall be checked for physical damage, before commencing the installation work. Complete fabrication, installation and commissioning work shall be jointly supervised and shall be carried out as per the specifications and instructions of Client site Engineer In-charge. All the rotating equipment shall be checked for static and dynamic balancing, minimum operating vibration and noise. All the system / Equipments shall be checked before / after satisfactory commissioning, at manufacturer’s works / site as may be required for the approved technical specifications, performance data provided by supplier/ manufacturer. Actual capacity of each equipment shall be calculated based on the test readings, recorded jointly, for design conditions / operating conditions. Performance acceptance is subject to comparison of test results with supplier / manufacturer’s performance data and contract specification. Acceptance is subject to satisfactory Installation, commissioning and performance testing with respect to technical specifications. Rejected items must be replaced or rectified for the defects. In case of system modification / rectification complete performance tests are to be repeated. Site test readings shall be jointly recorded.

a. Pre-dispatch Inspection. b. Pre-dispatch testing at manufacturers shop / factory. (Material, performance, pressure,

joints, etc.) c. Physical Inspection – Pre-installation at site. d. Fabrication, welding inspection and testing at site. e. Pressure/Air Leakage testing at site. f. Performance testing at site. (Capacity, power consumption, pressure drop, vibration,

etc.) g. Calibration at site.

Sr. No. ITEM/ EQUIPMENT Inspection /Test Involved.

1. DX Type AHU a, c, e, f. 2. Condensing Unit a, c, f. 3. Electrical control panel boards c, f. 4. Ducting and fittings c, d, e. 5. Insulation c. 6. Mild Steel (MS) structural work c, d.

All the arrangement for the said inspection and testing must be made and contractor shall absorb charges. The purchaser shall be intimated sufficiently in advance for “a” and “b” as applicable. Pre-dispatch inspection and clearance issued by purchaser / representative of purchaser, will not relieve the contractor from responsibility of showing the performance of the integrated system at MPPD (client site)

Page 81: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 81 of 86

GlobalQMS ID: 414.17, 13 August 2018 81

ATTACHMENT E: SCHEDULE OF QUANTITIES (SOQ)

Schedule of Quantities (SOQ)

DESCRIPTION QTY UNIT RATE USD

Deliverable 1: Mobilization and Implementation Plan 1 Lot

Deliverable 2: Review Final Tender Design Documents and Update with Requested Changes to Design Drawings

1 Lot

Deliverable 3: Kick-off Meeting, Site Preparation and Coordiantion with MPPD

1 Lot

Deliverable 4: Installation of Heating, Ventilation and Air Conditioning (HVAC) System and Related Electrical Components

4.1 PRELIMINARY AND GENERAL ITEMS

Allow for all contract preliminaries necessary including access to site, general attendance, security of works, materials, tools and equipment, supervision and labour, insurances, possession and completion of works, variations and fluctuations

1 LOT

AIR HANDLING UNIT AIR CONDITIONING SYSTEM

The units shall be new factory supplied air cooled System. The system shall be versatile, easy to position and install as well sturdy and energy saving

4.2 Air Handling Units (AHUs) 5 LOT

Page 82: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 82 of 86

GlobalQMS ID: 414.17, 13 August 2018 82

DESCRIPTION QTY UNIT RATE USD

AHU high efficiency equipped with highly efficient scroll compressor, radial cooling fan, thermal recovery, high efficiency filters, R407c or R410A refrigerant, 3 phase 50hz , 400V power, with the following: 75.5 kw cooling capacity 12500 m^3/h supply air flow 400 Pa max effective overpressure supply fan combined with Condenrsing Units below

4.3 CONDENSING UNITS 5 No.

Condensing unit of Minimum 70.2 KW R407C or R410A

Capacity 75.5 KW Total Cooling 4.4 AIR CURTAINS

High pressure air curtains for industrial and commercial doors. Airtechnics model OR Equivalent as windbox XL2500: 230V-50Hz,air flow of 13250 m3/h, weight of 192 kg, sound level 68dB, air spray upto 7m, with intelligent remote control, 2500mm wide

20 No.

Electrical wiring of air curtains in single phase power in conduits 80 LM

4.5 Central Controller Central controller for AHU System 1 No.

Allow for installation and wiring of intelligent controller serving the AHU 250 LM

4.6 Control room

Supply of 24000 btu/hr high wall units as split units inverter type 2 No

4.7 Duct work

Page 83: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 83 of 86

GlobalQMS ID: 414.17, 13 August 2018 83

DESCRIPTION QTY UNIT RATE USD

Allow for insulated ducting of the following options (i) rigid fiber glass ductboard equivalent to “PPAL duct “type (ii) rigid fiber glass duct board equivalent to “Q-duct “type or (iii) e metal galvanized insulated (internal or external) ducts with a damage resistant, flame retardant materials. The PAL type ducts and Q-Ducts should have reinforced aluminum foil facing and with excellent thermal and acoustical insulating properties. Features: • Absorbs noise and reduces popping noises caused by expansion, contraction and vibrations • Assured thermal R-value performance • Bacterial and fungal growth resistant • Thermal/acoustical insulation board plus jacket forms a single component duct system, reducing inspection time • Lightweight boards are easier to transport and handle than insulated sheet metal ducts • Virtually eliminates air leakage Duct fabricated and roof suspended, completely sealed and installed as per the drawing Complete in firmly anchored angle-line bars, thread rods, rawl bolts , nuts and fasteners

900 SM

4.8 Air Diffusers: Allow for installation of air diffusers with oposed blade damper (OBD) , Grill size 600x600 mm

complete in quality finish 90 QTY

4.9 Roof insulation in 5mm foam double coated aluminium

completely stuck on roof 5500 SM 4.10 Extract lourvre 700mmX300mm 5 QTY 4.11 Volume control dampers 300x200mm manual air volume control dampers 90 QTY 4.12 ELECTRICAL WORKS

Supply and installation of 3 phase units power guards 10 QTY

Allow for electrical 3 phase cabling from mains to the distribution panel. 20 M

Allow for power distribution panel and well labelled accordingly 1 QTY

Page 84: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 84 of 86

GlobalQMS ID: 414.17, 13 August 2018 84

DESCRIPTION QTY UNIT RATE USD MCB for AHU 5 QTY MCB for condensing units 5 QTY MCB for air curtains 20 QTY MCB for air split highwall units 2 QTY Allow for 3 phase power isolators 10 QTY Allow for single phase power isolators 22 QTY

Allow for electrical 3 phase cabling for AHUs and condensing units from the distribution panel to the respective units in 300mm wall fastened stainless steel cable tray and well secured

600 M

Allow for single phase power cabling for air curtains and split units 80 M

4.13 BUILDERS WORK

Allow for builders work associated with the above works. The contractor to ensure proper drainage of condensate water from the cooling units.

5 Lot

Deliverable 5: Testing, Training, Monthly Reports, Draft Final Drawings and Draft Final Report upon Substantial Completion and Acceptance

Allow for setting to work testing and commissioning of the whole of the air conditioning installation works and for traning of relevant staff at MPPD

5 Lot

Allow for provision of draft final working and as built drawings and draft final report 5 No

Delieverable 6 – End of Guarantee/Defects Liability Period: Final Completion and Acceptance

1 Lot

- Release of retention for defects -

Deliverable 7: Environmental Compliance: EHSCP Report and Monitoring Report

- 1 Lot

Page 85: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 85 of 86

GlobalQMS ID: 414.17, 13 August 2018 85

ATTACHMENT F: TENDER DESIGN DRAWINGS (see attached)

Page 86: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

87°87°87°87°

1300

87°

8

0

0

1

9

0

0

1

3

0

0

1700

AH

U

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

CO

ND

EN

SIN

G U

NIT

extra

ct lo

uvre

7

00

mm

x 3

00

mm

D

ow

nw

ard

b

en

d to

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

70

0x5

00

60

0x4

50

60

0x4

50

70

0x5

00

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0X

50

0 V

CD

70

0X

50

0 V

CD

70

0X

50

0 V

CD

70

0X

50

0 V

CD

70

0X

50

0 V

CD

CA

BL

E T

RA

Y 3

00

mm

h

ig

h

to

rise

a

cco

rd

in

g to

th

e g

o d

ow

n

2 e

le

ctrica

l so

cke

ts

14

00

mm

a

bo

ve

th

e

flo

or le

ve

l

Ele

ctrica

l ca

ble

to

p

ow

er th

e a

ir cu

rta

in

s

he

ld

b

y ca

ble

tra

y 4

00

0m

m a

bo

ve

th

e flo

or le

ve

l

2 e

le

ctrica

l so

cke

ts

14

00

mm

a

bo

ve

th

e

flo

or le

ve

l

Ele

ctrica

l ca

ble

to

p

ow

er th

e a

ir cu

rta

in

s

he

ld

b

y ca

ble

tra

y 4

00

0m

m h

ig

h

2 e

le

ctrica

l so

cke

ts

14

00

mm

a

bo

ve

th

e

flo

or le

ve

l

Ele

ctrica

l ca

ble

to

p

ow

er th

e a

ir cu

rta

in

s

he

ld

b

y ca

ble

tra

y 4

00

0m

m a

bo

ve

th

e flo

or le

ve

l

2 e

le

ctrica

l so

cke

ts

14

00

mm

a

bo

ve

th

e

flo

or le

ve

l

Ele

ctrica

l ca

ble

to

p

ow

er th

e a

ir cu

rta

in

s

he

ld

b

y ca

ble

tra

y 4

00

0m

m h

ig

h

2 e

le

ctrica

l so

cke

ts

14

00

mm

a

bo

ve

th

e

flo

or le

ve

l

Ele

ctrica

l ca

ble

to

p

ow

er th

e a

ir cu

rta

in

s

he

ld

b

y ca

ble

tra

y 4

00

0m

m a

bo

ve

th

e flo

or le

ve

l

2 e

le

ctrica

l so

cke

ts

14

00

mm

a

bo

ve

th

e

flo

or le

ve

l

Ele

ctrica

l ca

ble

to

p

ow

er th

e a

ir cu

rta

in

s

he

ld

b

y ca

ble

tra

y 4

00

0m

m h

ig

h

2 e

le

ctrica

l so

cke

ts

14

00

mm

a

bo

ve

th

e

flo

or le

ve

l

Ele

ctrica

l ca

ble

to

p

ow

er th

e a

ir cu

rta

in

s

he

ld

b

y ca

ble

tra

y 4

00

0m

m a

bo

ve

th

e flo

or le

ve

l

2 e

le

ctrica

l so

cke

ts

14

00

mm

a

bo

ve

th

e

flo

or le

ve

l

Ele

ctrica

l ca

ble

to

p

ow

er th

e a

ir cu

rta

in

s

he

ld

b

y ca

ble

tra

y 4

00

0m

m h

ig

h

2 e

le

ctrica

l so

cke

ts

14

00

mm

a

bo

ve

th

e

flo

or le

ve

l

Ele

ctrica

l ca

ble

to

p

ow

er th

e a

ir cu

rta

in

s

he

ld

b

y ca

ble

tra

y 4

00

0m

m a

bo

ve

th

e flo

or le

ve

l

2 e

le

ctrica

l so

cke

ts

14

00

mm

a

bo

ve

th

e

flo

or le

ve

l

Ele

ctrica

l ca

ble

to

p

ow

er th

e a

ir cu

rta

in

s

he

ld

b

y ca

ble

tra

y 4

00

0m

m h

ig

h

2300

1300

8

0

0

1

9

0

0

1

3

0

0

1700

1300

8

0

0

1

9

0

0

1

3

0

0

1700

1300

8

0

0

1

9

0

0

1

3

0

0

1700

1300

8

0

0

1

9

0

0

1

3

0

0

1700

AIR CONDITIONING

OF MPPD FZE

WAREHOUSE IN

KIGALI-RWANDA

NTS

1-1

4/7/2018

AHU served with VRF

condenser of equal

cooling capacity

Volume Control Dampers

located at the major duct

branches

600x600x250mm air grill

box serving each air

diffuser

PAL duct material to be

used for fabrication of air

passages

AHU and Condesing unit

to rest concrete plinths

with anti vibration

mountings

Working Drawing not to

used for calculations

Units in mm

ELECTRICAL

POWER

LAYOUT

Page 87: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

87°87°87°87°

1300

87°

8

0

0

1

9

0

0

1

3

0

0

1700

AH

U

300x300

400x300

400x400

500x450

500x450

600x450

600x450

CO

ND

EN

SIN

G U

NIT

extract louvre 700m

m x 300m

m

D

ow

nw

ard bend to

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

700x500

600x450

600x450

700x500

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700X

500 V

CD

700X

500 V

CD

700X

500 V

CD

700X

500 V

CD

700X

500 V

CD

CA

BL

E T

RA

Y 3

00

mm

h

ig

h

to

rise

a

cco

rd

in

g to

th

e g

o d

ow

n

2 electrical sockets

1400m

m above the

floor level

Electrical cable to pow

er the air curtains

held by cable tray 4000m

m above the floor level

2 electrical sockets

1400m

m above the

floor level

Electrical cable to pow

er the air curtains

held by cable tray 4000m

m high

2 electrical sockets

1400m

m above the

floor level

Electrical cable to pow

er the air curtains

held by cable tray 4000m

m above the floor level

2 electrical sockets

1400m

m above the

floor level

Electrical cable to pow

er the air curtains

held by cable tray 4000m

m high

2 electrical sockets

1400m

m above the

floor level

Electrical cable to pow

er the air curtains

held by cable tray 4000m

m above the floor level

2 electrical sockets

1400m

m above the

floor level

Electrical cable to pow

er the air curtains

held by cable tray 4000m

m high

2 electrical sockets

1400m

m above the

floor level

Electrical cable to pow

er the air curtains

held by cable tray 4000m

m above the floor level

2 electrical sockets

1400m

m above the

floor level

Electrical cable to pow

er the air curtains

held by cable tray 4000m

m high

2 electrical sockets

1400m

m above the

floor level

Electrical cable to pow

er the air curtains

held by cable tray 4000m

m above the floor level

2 electrical sockets

1400m

m above the

floor level

Electrical cable to pow

er the air curtains

held by cable tray 4000m

m high

2300

1300

8

0

0

1

9

0

0

1

3

0

0

1700

1300

8

0

0

1

9

0

0

1

3

0

0

1700

1300

8

0

0

1

9

0

0

1

3

0

0

1700

1300

8

0

0

1

9

0

0

1

3

0

0

1700

AIR CONDITIONING

OF MPPD FZE

WAREHOUSE IN

KIGALI-RWANDA

NTS

1-1

4/7/2018

AHU served with VRF

condenser of equal

cooling capacity

Volume Control Dampers

located at the major duct

branches

600x600x250mm air grill

box serving each air

diffuser

PAL duct material to be

used for fabrication of air

passages

AHU and Condesing unit

to rest concrete plinths

with anti vibration

mountings

Working Drawing not to

used for calculations

Units in mm

ELECTRICAL

POWER

LAYOUT

Page 88: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

SHELF

SHELF

SHELF

1300

87°

8

0

0

1

9

0

0

1

3

0

0

AHU

300x300400x300

400x400500x450 500x450

600x450

600x450

CONDENSING UNIT

extract louvre 700mm x 300mm

Downward bend to

600x600 mm diffuser

300x200 VCD

12400

300x300 400x300400x400

500x450 500x450700x500

600x450

600x450700x500

3300

2900

3300

3400

3300

3400

3300

3400

2900

600x600 mm diffuser

300x200 VCD

700x500

700x500

700X500 VCD

700

40

00

7

2

0

0

DOOR WAY

400

0

7

2

0

0

AIR CONDITIONING

OF MPPD FZE

WAREHOUSE IN

KIGALI-RWANDA

NTS

1-1

4/7/2018

AHU served with VRF

condenser of equal

cooling capacity

Volume Control Dampers

located at the major duct

branches

600x600x250mm air grill

box serving each air

diffuser

PAL duct material to be

used for fabrication of air

passages

AHU and Condesing unit

to rest concrete plinths

with anti vibration

mountings

Working Drawing not to

used for calculations

Units in mm

MPPD FZE

Two air curtain as

Airtechnics windbox

model: XL2500

power; 230V,50Hz

length:2500mm

DUCT, VCD & AIR DIFFUSER LAYOUT

Description

Material: Aluminum

Thickness: 0.8, 1.0 or

1.2 mm for optional

Type: Welding or

pounching

Finished:Anodized or

powder coating or mill

finished

300x300 400x300

3300

2900

Downward bend to

600x600 mm diffuser

300x200 VCD

13

00

87°

8

0

0

1

9

0

0

1

3

0

0

700X500 VCD

700

Front Side

back side

AHU

CONDENSER

Duct Layout

ELEVATIONS

Page 89: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

SHELF

SHELF

SHELF

13

00

87°

8

0

0

1

9

0

0

1

3

0

0

AHU

300x300 400x300 400x400500x450 500x450

600x450

600x450

CONDENSING UNIT

extract louvre 700mm x 300mm

Downward bend to

600x600 mm diffuser

300x200 VCD

12

40

0

300x300 400x300400x400 500x450 500x450

700x500

600x450

600x450700x500

3300

2900

3300

3400

3300

3400

3300

3400

2900

600x600 mm diffuser

300x200 VCD

700x500

700x500

700X500 VCD

700

40

00

7

2

0

0

DOOR WAY

40

00

7

2

0

0

AIR CONDITIONING

OF MPPD FZE

WAREHOUSE IN

KIGALI-RWANDA

NTS

1-1

4/7/2018

AHU served with VRF

condenser of equal

cooling capacity

Volume Control Dampers

located at the major duct

branches

600x600x250mm air grill

box serving each air

diffuser

PAL duct material to be

used for fabrication of air

passages

AHU and Condesing unit

to rest concrete plinths

with anti vibration

mountings

Working Drawing not to

used for calculations

Units in mm

MPPD FZE

Two air curtain as

Airtechnics windbox

model: XL2500

power; 230V,50Hz

length:2500mm

DUCT, VCD & AIR DIFFUSER LAYOUT

Description

Material: Aluminum

Thickness: 0.8, 1.0 or

1.2 mm for optional

Type: Welding or

pounching

Finished:Anodized or

powder coating or mill

finished

300x300 400x300

3300

2900

Downward bend to

600x600 mm diffuser

300x200 VCD

13

00

87°

8

0

0

1

9

0

0

1

3

0

0

700X500 VCD

700

Front Side

back side

AHU

CONDENSER

Duct Layout

ELEVATIONS

Page 90: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

SH

ELF

SH

EL

F

SH

ELF

87°

SH

ELF

SH

EL

F

SH

ELF

87°

SH

ELF

SH

EL

F

SH

ELF

87°

SH

ELF

SH

EL

F

SH

ELF

87°

SH

ELF

SH

EL

F

SH

ELF

1700

1300

87°

8

0

0

1

9

0

0

1

3

0

0

35900

AH

U

300x300

400x300

400x400

500x450

500x450

600x450

600x450

CO

ND

EN

SIN

G U

NIT

extract louvre 700m

m x 300m

m

D

ow

nw

ard bend to

600x600 m

m diffuser

300x200 V

CD

12400

300x300

400x300

400x400

500x450

500x450

700x500

600x450

600x450

700x500

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

600x600 m

m diffuser

300x200 V

CD

300x300

400x300

400x400

500x450

500x450

600x450

600x450

3300

2900

3300

3400

3300

3400

3300

3400

2900

600x600 m

m diffuser

300x200 V

CD

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700x500

700X

500 V

CD

700X

500 V

CD

700X

500 V

CD

700X

500 V

CD

700X

500 V

CD

CA

BL

E T

RA

Y 3

00

mm

h

ig

h to

rise

a

cco

rd

in

g to

th

e g

o d

ow

n

23001700

1300

8

0

0

1

9

0

0

1

3

0

0

3300

2900

3300

3400

3300

3400

3300

3400

2900

23001700

1300

8

0

0

1

9

0

0

1

3

0

0

3300

2900

3300

3400

3300

3400

3300

3400

2900

23001700

1300

8

0

0

1

9

0

0

1

3

0

0

3300

2900

3300

3400

3300

3400

3300

3400

2900

23001700

1300

8

0

0

1

9

0

0

1

3

0

0

3300

2900

3300

3400

3300

3400

3300

3400

2900

2300

AIR CONDITIONING

OF MPPD FZE

WAREHOUSE IN

KIGALI-RWANDA

NTS

1-1

4/7/2018

AHU served with VRF

condenser of equal

cooling capacity

Volume Control Dampers

located at the major duct

branches

600x600x250mm air grill

box serving each air

diffuser

PAL duct material to be

used for fabrication of air

passages

AHU and Condesing unit

to rest concrete plinths

with anti vibration

mountings

Working Drawing not to

used for calculations

Units in mm

GO-DOWN

LAYOUT

Page 91: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

SH

EL

F

SH

EL

F

SH

EL

F

87°

SH

EL

F

SH

EL

F

SH

EL

F

87°

SH

EL

F

SH

EL

F

SH

EL

F

87°

SH

EL

F

SH

EL

F

SH

EL

F

87°

SH

EL

F

SH

EL

F

SH

EL

F

1700

1300

87°

8

0

0

1

9

0

0

1

3

0

0

35900

AH

U

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

CO

ND

EN

SIN

G U

NIT

extract louvre 700m

m x 300m

m

D

ow

nw

ard

b

en

d to

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

12400

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

70

0x5

00

60

0x4

50

60

0x4

50

70

0x5

00

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

30

0x3

00

40

0x3

00

40

0x4

00

50

0x4

50

50

0x4

50

60

0x4

50

60

0x4

50

3300

2900

3300

3400

3300

3400

3300

3400

2900

6

00

x6

00

m

m d

iffu

se

r

30

0x2

00

V

CD

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

70

0x5

00

700X

500 V

CD

700X

500 V

CD

700X

500 V

CD

700X

500 V

CD

700X

500 V

CD

CA

BL

E T

RA

Y 3

00

mm

h

ig

h to

rise

a

cco

rd

in

g to

th

e g

o d

ow

n

23001700

1300

8

0

0

1

9

0

0

1

3

0

0

3300

2900

3300

3400

3300

3400

3300

3400

2900

23001700

1300

8

0

0

1

9

0

0

1

3

0

0

3300

2900

3300

3400

3300

3400

3300

3400

2900

23001700

1300

8

0

0

1

9

0

0

1

3

0

0

3300

2900

3300

3400

3300

3400

3300

3400

2900

23001700

1300

8

0

0

1

9

0

0

1

3

0

0

3300

2900

3300

3400

3300

3400

3300

3400

2900

2300

AIR CONDITIONING

OF MPPD FZE

WAREHOUSE IN

KIGALI-RWANDA

NTS

1-1

4/7/2018

AHU served with VRF

condenser of equal

cooling capacity

Volume Control Dampers

located at the major duct

branches

600x600x250mm air grill

box serving each air

diffuser

PAL duct material to be

used for fabrication of air

passages

AHU and Condesing unit

to rest concrete plinths

with anti vibration

mountings

Working Drawing not to

used for calculations

Units in mm

GO-DOWN

LAYOUT

Page 92: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

SHELF

SHELF

SHELF

1300

87°

1

9

0

0

1300

1700

35900

AHU

300x300 400x300400x400

500x450 500x450

600x450

600x450

CONDENSING UNIT

extract louvre

700mm x 300mm

Downward bend to

600x600 mm diffuser

300x200 VCD

12400

300x300 400x300400x400

500x450 500x450700x500

600x450

600x450

700x500

3300

2900

3300

3400

3300

3400

3300

3400

2900

600x600 mm diffuser

300x200 VCD

700x500

700x500

700X500 VCD

700

2 electrical sockets

1400mm above the

floor level

2 electrical sockets

1400mm above the

floor level

cables in suspensed tray 4000mm above the floor level

8

0

0

4900

2300

Two air curtain as

Airtechnics windbox

model: XL2500

power; 230V,50Hz

length:2500mm

AIR CONDITIONING

OF MPPD FZE

WAREHOUSE IN

KIGALI-RWANDA

NTS

1-1

4/7/2018

AHU served with VRF

condenser of equal

cooling capacity

Volume Control Dampers

located at the major duct

branches

600x600x250mm air grill

box serving each air

diffuser

PAL duct material to be

used for fabrication of air

passages

AHU and Condesing unit

to rest concrete plinths

with anti vibration

mountings

Working Drawing not to

used for calculations

Units in mm

MPPD FZE

DUCT, VCD & AIR DIFFUSER LAYOUT

Description

Material: Aluminum

Thickness: 0.8, 1.0 or

1.2 mm for optional

Type: Welding or

pounching

Finished:Anodized or

powder coating or mill

finished

300x300 400x300

3300

2900

Downward bend to

600x600 mm diffuser

300x200 VCD

13

00

87°

8

0

0

1

9

0

0

1

3

0

0

700X500 VCD

700

DUCT BRANCHES LAYOUT

KEY

KEY

SINGLE

GO-DOWN

LAYOUT

VCD

Page 93: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

SHELF

SHELF

SHELF

13

00

87°

1

9

0

0

1300

17

00

35900

AHU

300x300 400x300400x400 500x450 500x450

600x450

600x450

CONDENSING UNIT

extract louvre

700mm x 300mm

Downward bend to

600x600 mm diffuser

300x200 VCD

12

40

0

300x300 400x300400x400 500x450 500x450

700x500

600x450

600x450

700x500

3300

2900

3300

3400

3300

3400

3300

3400

2900

600x600 mm diffuser

300x200 VCD

700x500

700x500

700X500 VCD

700

2 electrical sockets

1400mm above the

floor level

2 electrical sockets

1400mm above the

floor level

cables in suspensed tray 4000mm above the floor level

8

0

0

49

00

23

00

Two air curtain as

Airtechnics windbox

model: XL2500

power; 230V,50Hz

length:2500mm

AIR CONDITIONING

OF MPPD FZE

WAREHOUSE IN

KIGALI-RWANDA

NTS

1-1

4/7/2018

AHU served with VRF

condenser of equal

cooling capacity

Volume Control Dampers

located at the major duct

branches

600x600x250mm air grill

box serving each air

diffuser

PAL duct material to be

used for fabrication of air

passages

AHU and Condesing unit

to rest concrete plinths

with anti vibration

mountings

Working Drawing not to

used for calculations

Units in mm

MPPD FZE

DUCT, VCD & AIR DIFFUSER LAYOUT

Description

Material: Aluminum

Thickness: 0.8, 1.0 or

1.2 mm for optional

Type: Welding or

pounching

Finished:Anodized or

powder coating or mill

finished

300x300 400x300

3300

2900

Downward bend to

600x600 mm diffuser

300x200 VCD

1300

87°

8

0

0

1

9

0

0

1

3

0

0

700X500 VCD

700

DUCT BRANCHES LAYOUT

KEY

KEY

SINGLE

GO-DOWN

LAYOUT

VCD

Page 94: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

MPPD FZE AIR CONDITIONING CALCULATIONS

A KIGALI METEREOLOGICAL DATA

Average annual temperature 20.1*C

Max temp 27.1*C

Min temp 13.5*C

Dew point temperature 17*C

Latitude 1* 56' S

longitude 30* 03'E

daily average R.H 86.38%

References

https://en.climate-data.org/africa/rwanda/kigali-city/kigali-1044/

https://latitude.to/articles-by-country/rw/rwanda/4035/kigali

https://www.timeanddate.com/weather/rwanda/kigali/climate

https://www.engineeringtoolbox.com/thermal-conductivity-d_429.html

https://www.engineeringtoolbox.com/cooling-heating-equations-d_747.html

B GO-DOWN DATA

Length 35.9m

Width 12.4m

height-to roof frame 4.0m

Roof slant length 7.2m

C COOLING LOAD CALCULATIONS

1 Cooling load due to walls-Q1

where

U= thermal conductivity of wall(1.2W/mK)

A= wall area (sq metre)

Temp Difference= Max Temp- Due point Temp+1 27.1-

17+1=9.1*C

thus:

Area Mts Height Total sq Area

side 1 Area 35.9 4 143.60

side 2 Area 35.9 4 143.60

side 3 Area 12.4 4 49.60

side 4 Area 12.4 4 49.60

One Godown - Total cooling area 386.40

Assumptions

brick wall of 220mm thick

ambient air temperature uniform from the four

cardinal points

Therefore

QI=1.2 X386.4 X 9.1 4,220.00

2 Cooling load due to walls-Q2

Page 1 of 2

Page 95: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Q2=UxAxTemp Difference

where

Temp Difference=9.1*C

U=1.0 W/Mk

A= Roof area

roof area= 2(7.2x35.9) 516.96

therefore

Q2=1x9.1x516.96 4,704.00

3 Cooling load due to floor-Q3

Q3=UxAxTemp Difference

where

Temp Difference=9.1*C

U=1.7W/Mk

A=35.9X12.4 445.16

therefore

Q3=1.7X445.16X9.1 6,886.00

4 Sensible Cooling load for internal air-Q4

Q4=CpxqxTemp Differencexρ

where

Temp Difference=9.1*C

Cp=specific heat of air (1.006 kJ/kg oC)

ρ = density of air (1.202 kg/m3)

q = air volume flow (m3/s)

air volume flow= room volume/ area flow factor

room volume =2595m3

area flow factor=0.5

thus

q=2595/0.5=5190 ms

Q4=1.006X1.202X5190X9.1 57,110.00

COOLING LOAD= Q1+Q2+Q3+Q3 72,920.00

Alow for 2.5kw lighting load 2,500.00

TOTAL COOLING LOAD 75,420.00

Page 2 of 2

Page 96: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Page 86 of 86

GlobalQMS ID: 414.17, 13 August 2018 86

ATTACHMENT G: TEMPLATE FOR ENVIRONMENTAL HEALTH AND SAFETY COMPLIANCE PLAN (EHSCP) (see attached)

Page 97: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

ENVIROMENTAL RISK, AND OCCUPATIONAL HEALTH AND SAFETY COMPLIANCE PLAN Subtitle

USAID GLOBAL HEALTH SUPPLY CHAIN – PROCUREMENT AND SUPPLY MANAGEMENT

Scott Ackerson
Country and Project Title
Page 98: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of
Page 99: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

COMPLIANCE PLAN | i

ENVIROMENTAL RISK, OCCUPATIONAL HEALTH AND SAFETY COMPLIANCE PLAN Subtitle USAID Contract No. XXXXXXXXXXX, GHSC-XXXXXX Reference Number Task Orders Authors:

Scott Ackerson
Country and Project title
Page 100: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

CONTENTS

1. INTRODUCTION ............................................................................................................................................................. 5

1.1 SCOPE OF WORK ................................................................................................................................................... 5 1.2 ACTIVITY WORK PLAN ........................................................................................................................................ 5

Activity Catogory 1. ...................................................................................................................................................... 5 Activity Catogory 2. ...................................................................................................................................................... 5 Activity Catogory 3. ...................................................................................................................................................... 5 Activity Catogory 4. ...................................................................................................................................................... 5 Activity Catogory 5. ...................................................................................................................................................... 5 Activity Catogory 6. ...................................................................................................................................................... 5

2. ACTVITY DATA ................................................................................................................................................................ 4 2.1 PROJECT/ACTIVITY DATA .................................................................................................................................... 4 2.2 ORGANIZATIONAL/ADMINISTRATIVE DATA .............................................................................................. 4

3. ENVIRONEMNTAL MITIGATION AND MONITORING PLAN ....................................................................... 6 4. OCCUPATIONAL HEALTH AND SAFETY PLAN ................................................................................................. 8 5. IMPLEMENTATION SCHEDULE .............................................................................................................................. 11 7. LICENSES AND CERTIFICATIONS ........................................................................................................................... 9 8. MONITORING TOOLS .............................................................................................................................................. 10 MONTHLY IMPLEMENTATION MITIGATION AND MONITORING REPORT ........................................... 11

XXXXXXXXXXXXXXXXXXXXX ........................................................................................................................ 11 COMPLIANCE PLAN APPROVAL ................................................................................................................................. 12

Page 101: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of
Page 102: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

ENVIRONMENTAL, HEALTH AND SAFETY COMPLIANCE PLAN | ii

ACRONYMS BEO Bureau Environmental Officer(s) CFR Code of Federal Regulations COR Contract Officer Representative EA Environmental Assessment EMMP Environmental Mitigation and Monitoring Plan EU Europe Union GH Global Health GHSC-PSM Global Health Supply Chain – Procurement and Supply

Management IEE Initial Environmental Examination IP Implementing Partner LDC Local Distribution Center LLINS Long-lasting Treated Nets MEO Mission Environmental Officer MSDS Materials Safety Data Sheet PEPFAR President’s Emergency Plan for AID’s Relief PMI Presidential Malaria Initiative PPE Personal Protective Equipment PQM Promoting the Quality of Medicines PSM Procurement and Supply Management QA Quality Assurance QC Quality Control RDC Regional Distribution Center REA Regional Environmental Advisor SBCC Social and Behavior Change Communication SCMS Supply Chain Management System SIAPS System for Improved Access to Pharmaceuticals SIEE Supplemental IEE SOP Standard Operating Procedure SoW Scope of Work TO Task Order USAID United States Agency of International Development USEPA United State Environmental Protection Agency USG United States Government WHO World Health Organization WMP Waste Management Plan WO Work Order

Scott Ackerson
Edit to fit your project.
Page 103: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

IMPLEMENTATION COMPLIANCE PLAN | iii

DEFINITIONS

Term Definition

Scott Ackerson
When complete remove table’s border. If plan has no unknown terms delete section.
Page 104: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

ENVIRONMENTAL, HEALTH AND SAFETY COMPLIANCE PLAN | 4

1. ACTVITY DATA

1.1 PROJECT/ACTIVITY DATA Project/ Activity Name: Implementation Start/End: Contract/Award Number: Implementing Partner(s): Geographic Location(s): GHSC Tracking ID/link of Other, Related Analyses:

GHSC-PSM EMMP ID code

1.2 ORGANIZATIONAL/ADMINISTRATIVE DATA Implementing Operating Unit(s): Approving Environmental Compliance Specialist:

Prepared by: Date Prepared: Submitted by: Date Submitted:

Page 105: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

ENVIRONMENTAL, HEATLH AND SAFETY COMPLIANCE PLAN | 5

2. INTRODUCTION

2.1 SCOPE OF WORK Narrative

2.2 ACTIVITY WORK PLAN Activity Category 1. Narrative

Activity Category 2. Narrative

Activity Category 3. Narrative

Activity Category 4. Narrative

Activity Category 5. Narrative

Activity Category 6. Narrative

Scott Ackerson
Be as descriptive and detailed as possible – (pull this information from the RFP or SoW) Country context Locals Type of project Reason for the project What Task Order or Orders is funding this project Key Stakeholders
Scott Ackerson
In a paragraph or two describe all activities the project will undertake. Example activities could include the following (not all activities will be applicable and are not in particular order) Make sure your activities are implementation order. (Example planning, site assessment, and so on) Examples: (Red highlighted must be included) Planning Site assessment Procurement (local or international) Transport Collection Inventory Packaging Site preparation Commissioning Installation Handover Waste disposal (general, chemical, human, and/or infectious – discuss all that are applicable) – must be included with all activities Treatment of waste Transboundary movement of waste Training Health and safety Site security and monitoring P
Scott Ackerson
Edit to appropriate title (e.g. planning, site assessment, etc.)
Page 106: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

3. ENVIRONEMNTAL RISK PLAN Purpose Environmental Risk Plan (ERPs) are required for USAID-funded projects when the 22CFR216 documentation governing the project (e.g. the Initial Environmental Examination (IEE)) imposes mitigation measures on at least one project or activity. ERPs ensure that the ADS 204.3 requirements for incorporating and monitoring appropriate mitigate measures into project or activity design. Responsibility for developing the ERP lies with GHSC-PSM, but ERPs are approved only (not reviewed) by the Mission (Activity Manager and Mission Environmental Officer. ERPs are typically conducted after a contract has been award to a subcontractor. An ERP is an action plan that clearly defines: 1. Mitigation measures. Actions that reduce or eliminate potential negative environmental impacts resulting directly or indirectly from a particular project or activity, including environmental limiting factors that constrain development. 2. Monitoring indicators1. Criteria that demonstrate whether mitigation measures are suitable and implemented effectively. 3. Monitoring/reporting frequency. Timeframes for appropriately monitoring the effectiveness of each specific action. 4. Responsible parties. Appropriate, knowledgeable positions assigned to each specific action. Ask the Environmental Compliance Specialist for your project’s IEE and the GHSC-PSM EMMP. Project/Activity/Sub-Activity

Identified Environmental Aspects or Impacts

Environment and Climate Mitigation Measure(s)

Monitoring Indicator(s)

Monitoring and Reporting Frequency

Responsible Parties

Activity Category 1: Activity Category 2: Activity Category 3: Activity Category 4:

1 Note: Monitoring indicators differ from performance indicators, which are the measures that USAID uses to detect progress towards the results included in a Results Framework.

Scott Ackerson
Delete after completion of document
Page 107: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

ENVIRONMENTAL, HEATLH AND SAFETY COMPLIANCE PLAN | 7

Activity Category 5: Activity Category 6: Add rows as needed

Page 108: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

4. OCCUPATIONAL HEALTH AND SAFETY PLAN Occupational Health and Safety, also commonly referred to as occupational health, or workplace health and safety (WHS), is a multidisciplinary field concerned with the safety, health, and welfare of people at work. These terms of course also refer to the goals of this field, so their use in the sense of this article was originally an abbreviation of occupational safety and health program/department etc. The goals of occupational safety and health programs include to foster a safe and healthy work environment. OSH may also protect co-workers, family members, employers, customers, and many others who might be affected by the workplace environment. In the United States, the term occupational health and safety is referred to as occupational health and occupational and non-occupational safety and includes safety for activities outside of work. Area health and safety Specific measures Responsibility Actviity catergory(ies)

Project design • Incorporation of environmental, health and safety measures in project design

• Design stage

Site organization and cleanliness

• Keep assembly materials in correct place • Maintain cleanliness at the site at all stages of the project cycle

• All stages of the project cycle

Fire safety • Fire safety awareness • Keep firefighting facilities at the site • No burning of waste at the site

• All stages of the project cycle

Accident prevention • Safe handling of tools and machinery • Sharp objects should not be left lying on the site during

installation stage • Use of appropriate personal protection equipment • Engagement of qualified personnel • Controlling visitor entry onto the site

• All stage

Page 109: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

ENVIRONMENTAL, HEATLH AND SAFETY COMPLIANCE PLAN | 9

Area health and safety Specific measures Responsibility Actviity catergory(ies)

Waste disposal • Provision of adequate waste disposal facilities at the site • Waste transported to UN recognized waste disposal sites • Separation, reuse and recycling of certain waste materials when

possible

• All stages of project cycle

Tools and machinery safety • Use of tools and machines for designated job • Regular servicing of machinery • Proper storage and handling of tools

• All stage

Emergency preparedness • Training staff in emergency preparedness and response • Keeping a well-equipped first aid station on site

• All stages of project cycle

Insurance • Insuring all workers at the installation site • All stage

Site security • Manned or structural security in place 24-7 • Control of visitor entry onto the site

• stage

Area health and safety Specific measures Responsibility Activity catergory(ies)

• • •

• • •

• • •

Scott Ackerson
Example – delete
Page 110: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

Area health and safety Specific measures Responsibility Activity catergory(ies)

• • •

• • •

• • • • • • • •

• • •

Page 111: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

ENVIRONMENTAL, HEATLH AND SAFETY COMPLIANCE PLAN | 11

5. IMPLEMENTATION SCHEDULE Number Activity Name Duration Start Date Finish Date Resource Name(s) Deliverable(s) Predecessors

Scott Ackerson
This table utilizes Microsoft Project, please feel free to use other suitable project implementation scheduling program, however provide the same information.
Page 112: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of
Page 113: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

ENVIRONMENTAL, HEATLH AND SAFETY COMPLIANCE PLAN | 9

7. LICENSES AND CERTIFICATIONS

Scott Ackerson
Insert the following: Driver License and insurance Insurance Permits Certifications Diplomas Disposal site verifications, Operating licenses, local health and safety requirements (attachments) List of health and safety equipment (attachments) schematics
Page 114: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

8. MONITORING TOOLS

Scott Ackerson
Attach SharePoint links to monitoring tools which are listed above in the Mitigation and Monitoring table or attach PDF when submitting to the GHSC-PSM Environmental Compliance Specialist (ESC) Please include monitoring tools the vendor and FO will use during the activity.
Page 115: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

ENVIRONMENTAL, HEATLH AND SAFETY COMPLIANCE PLAN | 11

MONTHLY IMPLEMENTATION MITIGATION AND MONITORING REPORT XXXXXXXXXXXXXXXXXXXXX Activity ID/Tracking Number:

Activity

Status of Activity

List any outstanding issues relating to required conditions

related to potential impacts to the project’s or the environmental or health & safety

Remarks

1.1.1 Activity

1.1.2 Activity

1.1.3 Activity

1.1.4 Activity

1.1.5 Activity

1.1.6 Activity

Prepared by: ___Signature____________________________ Date: ___________________ ___Name and Title___________________ *To be completed by and submitted on the first of every month to the Environmental Compliance Specialist and Country Support Team

Scott Ackerson
Edit to appropriate title (e.g. planning, site assessment, etc.)
Page 116: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

9. COMPLIANCE PLAN APPROVAL GHSC project approved: __________________________________ Date: ___________________ GHSC Environmental Compliance Specialist GHSC project approved by: _________________________________ Date: ___________________ GHSC Country Director/Country Representative USAID approved by: _________________________________ Date: ___________________ Mission Environmental Officer USAID approved by: ________________________________ Date: ___________________ USAD Mission Active Manager

Page 117: Request for Proposals (RFP) Installation, testing and ......Installation, testing and commissioningof HVAC System of: MPPD Free Trade Zone Wahrehouse HVAC system. MPPD division of

U.S. Agency for International Development 1300 Pennsylvania Avenue, NW Washington, D.C. 20523 Tel.: (202) 712-0000 Fax: (202) 216-3524

www.usaid.gov