Attch+1+ +SOW+Panama
Attch+1+ +SOW+Panama
FOR
PREVENTIVE MAINTENANCE SERVICE CONTRACT
TABLE OF CONTENTS
Section Page
1. DESCRIPTION..........................................................................................................................
2. PRICING....................................................................................................................................
3. NOTICE TO PROCEED...........................................................................................................
5. HOURS OF PERFORMANCE.................................................................................................
10. DELIVERABLES......................................................................................................................
14. TRANSITIONS/CONTACTS.................................................................................................
Attachments:
Exhibit A – Equipment and Checklist.
American Embassy Panama UNCLASSIFIED
U.S. Department of State
1. DESCRIPTION
The American Embassy Panama City requires preventive maintenance services for Airstack
(multistack), Chiller CAA, Non-CAA Screw Chiller, Air Handler Units and Cooling towers.
These services shall result in all systems being serviced under this agreement being in good
operational condition when activated. If this work is to be performed on systems accessing the
PCC/CAA areas of the building. Please see section 6.2.3 for security requirements.
This is a firm fixed price contract payable entirely in US Dollar. Prices for all Contract Line-Item
Numbers (CLIN) shall include proper disposal of toxic substances as per Item 8.4 where
applicable. No additional sums will be payable for any escalation in the cost of materials,
equipment, or labor, or because of the contractor's failure to properly estimate or accurately
predict the cost or difficulty of achieving the results required. The contract price will not be
adjusted due to fluctuations in currency exchange rates.
2. PRICING
The rates on request for quote Attachment 2 – Pricing Sheet shall include all costs associated
with providing preventive maintenance services in accordance with the attached scope of work,
and the manufacturer’s warranty including expendable materials, labor, insurance (see FAR
52.228-4 and 52.228-5), overhead, profit and GST (if applicable).
Repairs are NOT included under this agreement (see 7.1.3) and are to be done outside this
contract. However, the Government desires current labor rates in the event that there is an
unforeseen work during the preventive maintenance of the specified equipment. As stated in
7.1.3 any necessary repairs or parts will be submitted for approval and then billed against a
separate PO. The Contractor is not approved to do any additional work without specific
authorization from the Contracting Officer.
3. NOTICE TO PROCEED
After Contract award and submission of acceptable insurance certificates and copies of all
applicable licenses and permits, the Contracting Officer will issue a Notice to Proceed. The
Notice to Proceed will establish a date (a minimum of ten (10) days from date of Contract award
unless the Contractor agrees to an earlier date) on which performance shall start.
4.1. The U.S Embassy in Panama requires the Contractor to maintain the following equipment
in a safe, reliable, and efficient operating condition. Please see equipment list included in Exhibit
A for a more detailed description.
American Embassy Panama UNCLASSIFIED
U.S. Department of State
1. Equipment Description
See Attachment Exhibit A
4.2. The Contractor shall provide all necessary managerial, administrative and direct labor
personnel, as well as all transportation, equipment, tools, supplies and materials required to
perform inspection, maintenance, and component replacement as required to maintain the
systems in accordance with this work statement. Under this Contract the Contractor shall
provide:
The services of trained and qualified technicians to inspect, adjust, and perform
scheduled preventive maintenance.
The air handling units shall be clean and in good operating condition upon completion of the
service. The preventive maintenance service shall result in the parts of the system serviced being
in a condition to operate efficiently and effectively.
5. HOURS OF PERFORMANCE
5.1. The Contractor shall maintain work schedules. The schedules shall take into consideration
the hours that the staff can effectively perform their services without placing a burden on the
security personnel of the Post. The Contractor shall deliver standard services between the hours
of 8:00AM and 4:30 PM Monday through Friday. No work shall be performed on US
Government and local holidays. Below is a list of the holidays.
6.2 Personnel Security. The Government reserves the right to deny access to U.S.-owned and
U.S.-operated facilities to any individual. The Contractor shall provide the names, biographic
data and police clearance on all Contractor personnel who to be used on this Contract prior to
their utilization. Submission of information shall be made within 30 days of award of contract.
No technician will be allowed on site without prior authorization. Note: this may include
cleared personnel if advance notice of visit is not given at least one week before the
scheduled visit.
6.2.1 Vehicles. Contractor vehicles will not be permitted inside the embassy compound without
prior approval. If vehicle access is necessary, submit contractor vehicle information (Make,
Model, License Plate #) along with a written justification as to why access is necessary. This
shall be submitted to the Facility Manager at least one (1) week prior to the visit.
6.2.2 Government shall issue identity cards to Contractor personnel, after they are approved.
Contractor personnel shall display identity card(s) on the uniform at all times while providing
services under this contract. These identity cards are the property of the US Government. The
Contractor is responsible for their return at the end of the contract, when an employee leaves
Contractor service, or at the request of the Government. The Government reserves the right to
deny access to U.S.-owned and U.S.-operated facilities to any individual.
Government shall issue identity cards to Contractor personnel, after they are approved.
Contractor personnel shall display identity card(s) on the uniform at all times while providing
services under this contract. These identity cards are the property of the US Government. The
Contractor is responsible for their return at the end of the contract, when an employee leaves
Contractor service, or at the request of the Government. The Government reserves the right to
deny access to U.S.-owned and U.S.-operated facilities to any individual.
6. 3 Security Clearances.
All Work under this contractor that are designated as non-CAA areas may be performed by un-
cleared American or local workers. However, all work done in CAA and PCC areas shall be
performed by cleared American Construction personnel at the Secret level. The Contractor shall
work closely with the COR, the Post Facility Manager [FM] or the General Services Officer
[GSO].
American Embassy Panama UNCLASSIFIED
U.S. Department of State
6.3.1 The Contractor must comply with all of the following requirements relating to the
protection of U.S. Embassy in Panama, City Diplomatic personnel, property and compound
project information and cooperate fully in all security matters Sensitive But Unclassified (SBU)
and information that may arise relating to this contract.
Contractor personnel may also be exposed to various documents and signs, including Post
notices, event schedules, DoS regulations and conversations or announcements relating to the
operation of the U. S. Embassy in Panama, City and diplomatic personnel. This information
should not be shared with anyone not employed by or falling under the protection of the
Embassy.
The loss, compromise, or suspected compromise or loss of any SBU information, contract related
information (personnel files, payroll information, etc.), any post or diplomatic facility related
information (documents, notes, drawings, sketches, surveys, reports, exposed film, negatives, or
photographs), or ANY information which may adversely affect the security interests of the
United States, must be immediately brought to the attention of the Contracting Officer (CO) and
Contracting Officer’s Representative (COR).
Photographs of any diplomatic overseas building or facility must be authorized in advance by the
COR and Regional Security Officer (RSO), who will establish any controls, limits, and/or
restrictions as necessary. Exposed film depicting any Controlled Access Area and/or sensitive
equipment must be developed in a U.S.- controlled environment by appropriately cleared
personnel. No further dissemination, publication, duplication, or other use beyond that which
was requested and approved is authorized without specific, advance approval from DS. DS
reserves the right to demand retention of all copies of said photographs and/or negatives,
following fulfillment of the previously authorized usage.
Discussion of U.S. Diplomatic post activities while not on post, to include in homes, hotel
rooms, restaurants and all other public places, is prohibited. Any contact with host or third
country nationals that seems suspicious (such as undue curiosity in the project or project
personnel) shall be reported immediately to the COR and RSO.
The Contractor and its employees shall exercise utmost discretion in regard to all matters relating
to their duties and functions. They shall not communicate to any person any information known
to them by reason of their performance of services under this contract which has not been made
public, except to the extent necessary to perform their required duties in the performance of the
contract requirements or as provided by written authorization of the Contracting Officer. All
documents and records (including photographs) generated during the performance of work under
this contract shall be for sole use of and shall become the exclusive property of the U.S.
Government. No article, book, pamphlet, recording, broadcast, speech, television appearance,
film or photograph concerning any aspect of the work performed under this contract shall be
published or disseminated through any media, to include company or personal websites, without
the prior written authorization of the Contracting Officer. These obligations do not cease upon
the expiration or termination of this contract or at any other point in time. The Contract shall
include the substance of this provision in all subcontracts hereunder.
6.4.1 General. The Contractor shall maintain satisfactory standards of employee competency,
conduct, cleanliness, appearance, and integrity and shall be responsible for taking such
disciplinary action with respect to employees as may be necessary. Each Contractor employee
shall adhere to standards of conduct that reflect credit on themselves, their employer, and the
United States Government. The Government reserves the right to direct the Contractor to
remove an employee from the worksite for failure to comply with the standards of conduct. The
Contractor shall immediately replace such an employee to maintain continuity of services at no
additional cost to the Government.
6.4.3 Neglect of Duties. Neglect of duties is unacceptable. This includes sleeping while on
duty, unreasonable delays or failures to carry out assigned tasks, conducting personal affairs
during duty hours and refusing to render assistance or cooperate in upholding the integrity of the
worksite security.
6.4.4 Disorderly Conduct. The Contractor shall not condone disorderly conduct, use of abusive
or offensive language, quarreling, and intimidation by words, actions, or fighting. Also included
is participation in disruptive activities that interfere with normal and efficient Government
operations.
6.4.5 Intoxicants and Narcotics. The Contractor shall not allow its employees while on duty to
possess, sell, consume, or be under the influence of intoxicants, drugs or substances which
produce similar effects.
American Embassy Panama UNCLASSIFIED
U.S. Department of State
6.4.6 Criminal Actions. Contractor employees may be subject to criminal actions as allowed by
law in certain circumstances. These circumstances include but are not limited to the following
actions: falsification or unlawful concealment, removal, mutilation, or destruction of any official
documents or records or concealment of material facts by willful omission from official
documents or records; unauthorized use of Government property, theft, vandalism, or immoral
conduct; unethical or improper use of official authority or credentials; security violations;
organizing or participating in gambling in any form; and misuse of weapons.
6.4.7 Key Control. The Contractor will not be issued any keys. The keys will be checked out
by a “Cleared American” escort on the day of service requirements.
6.4.8 Notice to the Government of Labor Disputes. The Contractor shall inform the COR of any
actual or potential labor dispute that is delaying or threatening to delay the timely performance of
this contract.
7.1. General
7.1.2. The Contractor shall inventory, supply and replace expendable parts (e.g., filters, belts,
hoses, gaskets) that have become worn due to wear and tear. The Contractor shall maintain a
supply of expendable and common parts on site so that these are readily available for normal
maintenance to include: hoses, belts, oil, chemicals, coolant, filters (Air, Fuel, Oil), grease,
sealant, thermostat, fuses; in addition to the appropriate tools, testing equipment, safety shoes
and apparel for technicians, personal protective equipment (hands, hearing, eye protection),
MSDS, cleaning material and oil spill containment kits. The contractor shall inventory the supply
after each visit and order replacement supplies and have them delivered on site. Maintenance
materials shall be unused and are to be industry standard and intended for the task to be
performed. Parts shall be OEM approved. Refrigerants shall meet the AHRI Standard 700-2015
or most recent AHRI Standards.
7.1.3. Exclusion. This contract does NOT include repair of equipment and replacement of
hardware (e.g. bearings, pistons, piston rings, crankshaft, gears.) Hardware replacements will
be separately priced out by the Contractor for the Government’s approval and acceptance.
The Government has the option to accept or reject the Contractor’s quote for parts and reserves
the right to obtain similar spare parts from other competitive sources. If required by the
Government, the Contractor shall utilize Government-purchased spare parts, if awarded the
work. Such repairs/replacements will be accomplished by a separate purchase order. However,
this exclusion does not apply if the repair is to correct damage caused by Contractor negligence.
American Embassy Panama UNCLASSIFIED
U.S. Department of State
7.1.4. Replacement/repair of any electronic or electrical parts shall be approved by the COR
prior to installation of the part. If the Contractor proceeds to replace any electronic or electrical
parts without COR approval, the Contractor shall de-install the parts at no cost to the
Government.
7.1.5. Stocking of recommended repair parts is at the discretion of the Facility Manager and is
dependent upon the nearest location of the Equipment manufacturer, distributor or dealer. A
recommended spare parts list shall be obtained by the contractor from the manufacturer or
distributor and provided to the Facility Manager to procure.
7.1.6. Parts/materials/tools procurement and delivery for the CAA/PCC areas shall be at the
discretion of the Regional Security Officer (RSO).
7.2 Checklist Approval. The Contractor shall submit to the COR a schedule and description of
preventive maintenance tasks which the Contractor plans to perform. The Contractor shall
prepare this schedule and task description in a checklist format for the COR’s approval prior to
contract work commencement.
7.2.1. The Contractor shall provide trained technicians to perform the service at frequencies
stated in Exhibit A and on the equipment called out in this SOW.
7.2.3 Additionally, the maintenance contractor shall obtain and keep at the post O&M binders
provided by the manufacturers. These binders shall be placed in a location accessible to post
personnel to review as needed.
The Contractor shall provide trained technicians with the appropriate tools and testing equipment
for scheduled maintenance, safety inspection, and safety testing as required by this Contract.
The Contractor shall provide all of the necessary materials and supplies to maintain, service,
inspect and test all the systems to be maintained.
Contractor shall not provide less than 2 technicians to ensure the accomplishment of safety
standards and procedures included in the contract such as mechanic work. The Embassy
personnel will provide only escort support.
8.1 Contractor furnished materials include but are not limited to appropriate tools, testing
equipment, safety shoes and apparel for technicians, hands, hearing, and eye protection, MSDS,
cleaning material and oil spill containment kit. Expendable/consumable items (e.g. hoses, belts,
oil, chemicals, coolant, filters (Air, Fuel, Oil), generator starting batteries, grease, sealant,
thermostat, fuse), shall be maintained in the onsite inventory. See 7.1.2.
American Embassy Panama UNCLASSIFIED
U.S. Department of State
8.2 Repairs are not included in this contract. See 7.1.3. Exclusions.
8.3 Disposal of used oil, fuel, battery and other toxic substances. The Contractor is responsible
for proper disposal of toxic/hazardous substances. All material shall be disposed of according to
Government and Local law. After proper disposal the contractor must show proof of authorized
disposal of these toxic/hazardous substances.
Copies of any and all software and licenses needed to control or to adjust the communications
module shall be given to the post upon completion of the work.
10. DELIVERABLES
11.1 Personal Injury, Property Loss or Damage (Liability). The Contractor assumes absolute
responsibility and liability for any and all personal injuries or death and property damage or
losses suffered due to negligence of the Contractor’s personnel in the performance of this
Contract.
11.2 Insurance. The Contractor, at its own expense, shall provide and maintain during the entire
period of performance of this Contract, whatever insurance is legally necessary. The
Contractor shall carry the following minimum insurance:
11.3 Worker's Compensation Insurance. The Contractor agrees to provide all employees with
worker's compensation benefits as required under local laws (see FAR 52.228-4 “Worker’s
Compensation and War-Hazard Insurance Overseas”).
If the local law or decree requires that one or both parties to the contract register the contract
with the designated authorities to insure compliance with this law or decree, the entire burden of
this registration shall rest upon the Contractor. Any local or other taxes which may be assessed
against the Contract shall be payable by the Contractor without Government reimbursement.
13.1 Plan. This plan is designed to provide an effective surveillance method to promote
effective Contractor performance. The QAP provides a method for the Contracting Officer's
Representative (COR) to monitor Contractor performance, advise the Contractor of
unsatisfactory performance, and notify the Contracting Officer of continued unsatisfactory
performance. The Contractor, not the Government, is responsible for management and quality
control to meet the terms of the Contract. The role of the Government is to conduct quality
assurance to ensure that Contract standards are achieved.
13.2 Surveillance. The COR will receive and document all complaints from Government
personnel regarding the services provided. If appropriate, the COR will send the complaints to
the Contractor for corrective action.
13.3 Standard. The performance standard is that the Government receives no more than one (1)
customer complaint per month. The COR shall notify the Contracting Officer of the complaints
American Embassy Panama UNCLASSIFIED
U.S. Department of State
so that the Contracting Officer may take appropriate action to enforce the inspection clause (FAR
52.212-4, Contract Terms and Conditions-Commercial Items), if any of the services exceed the
standard.
13.4. Procedures.
13.4.1 If any Government personnel observe unacceptable services, either incomplete work or
required services not being performed, they will immediately contact the COR.
13.4.2 The COR will complete appropriate documentation to record the complaint.
13.4.3 If the COR determines the complaint is invalid, the COR will advise the complainant.
The COR will retain the annotated copy of the written complaint for his/her files.
13.4.4 If the COR determines the complaint is valid, the COR will inform the Contractor and
give the Contractor additional time to correct the defect, if additional time is available. The COR
shall determine how much time is reasonable.
13.4.5 The COR shall, as a minimum, orally notify the Contractor of any valid complaints.
13.4.6 If the Contractor disagrees with the complaint after investigation of the site and
challenges the validity of the complaint, the Contractor shall notify the COR. The COR will
review the matter to determine the validity of the complaint.
13.4.7 The COR will consider complaints as resolved unless notified otherwise by the
complainant.
13.4.8. Repeat customer complaints are not permitted for any services. If a repeat customer
complaint is received for the same deficiency during the service period, the COR will contact the
Contracting Officer for appropriate action under the Inspection clause.
14. TRANSITIONS/CONTACTS
Within 30 days after contract award, the Contracting Officer may ask the contractor to develop a
plan for preparing the contractor to assume all responsibilities for preventive maintenance
services. The plan shall establish the projected period for completion of all clearances of
contractor personnel, and the projected start date for performance of all services required under
this contract. The plan shall assign priority to the selection of all supervisors to be used under
the contract.
14.1 On site contact. The following are the designated contact personnel between the US
Embassy and the Contractor
COR
Orlin Clements -Facility Manager
[email protected]
American Embassy Panama UNCLASSIFIED
U.S. Department of State
The Post Control Officer (PCO) will be the contractor’s point of contact at the U.S. Embassy in
Panama All questions concerning coordination of service activities while at post shall be
directed to the Post Control Officer, with weekly reporting to the COR:
PCO
Luis Rodriguez -Post Control Officer (PCO)
[email protected]
The Contractor shall submit an invoice after each preventive maintenance service has been
performed. Invoices must be accompanied by a signed copy of the Maintenance Checklist for
the work performed including parts replacement and break down calls, if any. No invoice for
preventive maintenance services will be considered for payment unless accompanied by the
relevant documentation.
The Contractor should expect payment 30 days after completion of service or 30 days after
receipt of invoice at the Embassy's payment office, whichever is later. Invoices shall be sent to:
EXHIBIT A
Statement of Work
GENERAL INFORMATION:
The United States Embassy in Panama City requires professional services and contractor cost
proposals to perform preventive maintenance services of the facility’s Air Handling Units,
Chiller Systems .
PROJECT REQUIREMENTS:
DESCRIPTION OF EQUIPMENT
Cooling Towers
5 Cooling Tower EVAPCO USS-112-612 5-1306-9 500 ton WHS Roof
commissioned
in 2007
6 Cooling Tower EVAPCO USS-112-612 5-1306-50 500 ton WHS Roof
commissioned
in 2007
7 Condenser Bell & CO12171-01- 10HP UTLY
Pump Gossett M50 Building
In 2007 CAA
12 TAG# YORK P91-27-CL2 05-83823-11
AHU-5-01 10 HP Annex
Commissioned Building
In 2007
13 TAG# YORK XTI-051X081- GSO
AHU-5-02 FAJA046A CLPMXT0361 7.5 HP Annex
Commissioned Building
In 2007
14 TAG# YORK P91-18-CL3 MSGQ
AHU-1-01 05-83828-10 10 HP Building
Commissioned
In 2007
15 TAG# YORK 3 HP WHSE
AHU-4-01
GENERAL REQUIREMENTS:
The Contractor under this SOW shall be responsible for labor, tools, and materials(oil tester and
expendable Material) required to carry out all preventive maintenance as outlined in this SOW.
Embassy staff has service Manuals for all.
Contractor shall provide all materials, supervision, labor, tools and equipment to perform
preventive maintenance. All personnel working in the vicinity shall wear and /or use safety
protection while all work is performed. Any questions or injuries shall be brought to the
attention of the Post Occupation Safety and Health Officer (POSHO) immediately. The SDS
copies will be provided to the COR for approval. If any discrepancies are found with the Air
Handling Units that are not covered under this scope of work the contractor shall provide the
following:
CHILLER QUARTERLY
CHILLER ANNUAL
10. Perform Eddy current testing and inspect tubes. (Price Included Clin 006)
11. Remove tags and place equipment back into operation.
COOLING TOWERS
Contractor shall provide all materials, supervision, labor, tools and equipment to perform
preventive maintenance. All personnel working in the vicinity shall wear and /or use safety
American Embassy Panama UNCLASSIFIED
U.S. Department of State
protection while all work is performed. Any questions or injuries shall be brought to the
attention of the Post Occupation Safety and Health Officer (POSHO) immediately. Material
Safety Data Sheets (MSDS) shall be provided by the Contractor for all HAZMAT materials.
If any discrepancies are found with the Cooling Towers that are not covered under this scope of
work, then the contractor shall provide the following:
1. Detailed report noting the discrepancy found.
2. Bill of Materials (BOM) to include component name, quantity, part #, and price for any
repair material required and material lead time.
3. Price quote for repair labor.
COOLING TOWERS
MAINTENANCE PROCEDURES:
Note to Statement of Work writer: The frequencies and tasks shown in this template SOW are for
reference only. The actual maintenance procedures will be determined by the manufacturer’s
O&M recommendations. These O&M recommendations may be obtained from the manufacturer
or may already be within the post files. The manufacturer’s maintenance recommendations are
to be considered the minimum tasks to be provided and these tasks may be altered or increased
depending upon the location of the post.
Additionally, it may be required the maintenance contractor shall obtain and keep at the post
O&M binders provided by the manufacturers. These binders will be placed in a location
accessible to post personnel to review as needed.
American Embassy Panama UNCLASSIFIED
U.S. Department of State
COOLING TOWER
MAINTENANCE TASK DESCRIPTION: (QUARTELY) First and Third Visit.
1. Observe cooling tower for proper operation.
2. Clean and inspect the cooling tower.
3. Drain the unit and associated piping.
4. Test and adjust cooling tower, check motor, Lubricate motor.
5. Clean pan strainer.
6. Check bleed-off valve for proper operation.
7. Check water distribution system and spray pattern.
8. Check and adjust belt tension and replace belt if cracked or frayed.
9. Check fan screens, inlet louvers and fans. Remove any dirt or debris
10. Check and Clean drift eliminators.
11. Lubricate shaft bearings.
12. Inspect and repair metal structure corrosion. Remove rust and apply protective coatings.
13. Check Level Control Sensor.
14. Clean all strainers.
15. Inspect spray nozzles at the unit.
16. Clean outside of fan motor.
17. Test the electronic vibration cutout switch.
18. Measure motor voltage and current. Compare to nameplate values.
19. Report and clean unusual dirt accumulation, formation of scale or algae.
20. Inspect and clean water basin and fill area.
21. Check condition of drive system.
22. Verified condense water treatment value range.
23. Star system and perform an operational check
24. Check operation of make-up valve.
SPECIAL INSTRUCTIONS:
PROCEDURES (SEMI-ANNUAL/ANNUAL)
1. Perform a structural inspection.
2. Inspect and repair corrosion. Remove rust and apply protective coatings.
3. Clean the unit:
a. Drain the cold-water basin.
b. Clean and flush the cold-water basin with the basin strainers in place.
c. Clean all strainers and install.
d. Inspect the metal components of the tower. Clean and refinish as required.
e. Clean air inlet louvers.
f. Clean and inspect drift eliminators.
g. Inspect spray nozzles.
4. Verify fan rotates freely by hand.
5. Check all mounting bolts properly tightened.
6. Check drive alignment.
7. Treat the unit with biocide. (Apply shock treatment if the sump was not completely
drained.)
8. Check water level sensor.
9. Set bleed rate.
10. Check that flow is balanced.
American Embassy Panama UNCLASSIFIED
U.S. Department of State
Test system for proper pH, total amount of dissolved solids, conductivity, scale and corrosion
inhibitors.
Test supply water for base conditions.
Monitor and test corrosion coupons as applicable.
SPECIAL INSTRUCTIONS:
1. Chemicals must comply with the Environmental Protection Agency (EPA) regulations and
handled in accordance with occupational safety requirements. Employ personal protection
against corrosive or hazardous treatment chemicals as appropriate.
American Embassy Panama UNCLASSIFIED
U.S. Department of State
2. Be familiar with the Material Safety Data Sheets of any chemicals used in the water
treatment program.
3. Water treatment specialists must be properly trained.
4. Water treatment must be based on proven standard engineering practices.
5. Follow treatment as directed by manufacturer or water treatment company.
6. Maintenance includes chemicals, chemical feeding, maintaining proper water conditions,
controlling bleed off, protecting idle equipment, and record-keeping.
7. Select water treatment methods which protect the life of equipment, maximize heat
transfer, and minimize scale, corrosion, solid matter buildup, algae, fungi, biological
growth, and water usage. Alternate biocides. Changes to higher dosage levels may be
required to control growth.
8. Ensure chemicals are properly stored, test equipment clean, and that chemicals have not
passed expiration date.
9. Special attention must be paid to wooden towers and solar heating systems which can be
more difficult to properly maintain.
10. Physical inspections of towers and piping systems are to be made to determine water
treatment effectiveness.
11. Maintain records and test results.
12. All tests shall conform to the manufacturer's test procedures and standard values.
Additionally, it may be required that the maintenance contractor shall obtain and keep at the post
O&M binders provided by the manufacturers. These binders will be placed in a location
accessible to post personnel to review as needed.
Semi- Annually/Annually
9. Check that the pump(s) overload settings match the nameplate(s) and that they work
properly.
10. Ensure that the condensing unit is clean and clear of surrounding debris and that panels are
clear.
11. Check and record the compressor amperage draws and voltage.
12. Check and record the fan motor amp draws and voltage. Make sure of proper rotation and
lubricate if required.
13. Check and record amp draw of the pumps and voltage. Check for signs of leakage at pump
seal and suction and discharge connections.
14. Record G.P.M. water flow and compare to design specifications.
15. Check the glycol level of the chilled water.
16. Check that there is a sufficient Glycol level in feeder tank and check for proper operation.
17. Tighten all Rota-Lock nuts at the Compressors, Receivers and accumulators. Torque is per
manufacturer’s recommendations.
18. Inspect all control capillary tubing to ensure that the lines are separated and not vibrating
against each other or any part of the frame or housing.
19. Inspect all other refrigeration lines for secure mountings. Take corrective measures
necessary to prevent piping from rubbing the frame etc.
20. Inspect all insulation on piping and control sensors. Repair and replace as necessary.
Inspect entire plumbing system for leaks and clean any strainers on the system. Replace as
necessary.
21. Check crank case heaters to verify proper operation. Keep spares in stock.
22. Take a refrigerant sample and analyze for moisture, acid, and rust.
23. Check operating pressures and temperatures and evaluate whether the system has a full
refrigerant charge.
24. Review logged alarms and look for repeat trends.
25. Document the preventive maintenance task that have been completed and submit to the
Government.
MAINTENANCE PROCEDURES:
1. Check the cleanliness of the filters (flat, angle, rigid, bag, HEPA & charcoal) and replace
or clean as required.
2. Verify filter gauge and/or switch function properly.
3. Perform monthly tasks.
4. Check filter frames (filter tracks) for residual contaminates and clean as necessary.
5. Check drive kit for damage, loose parts, wear, dirt, alignment and belt tension.
6. Check belt tension.
7. Check condition of extended lubrication lines when present.
8. Clean dampers.
9. Clean exterior of air handler cabinet.
10. Clean fan segment and fan assembly (supply, return, exhaust).
American Embassy Panama UNCLASSIFIED
U.S. Department of State
The Contractor shall ensure that the works are carried out in accordance with safety and health
regulations with particular attention given to: personal protective equipment, guard rails,
scaffolding, electric leads and access ladders. The work shall meet OSHA standards -
http://www.osha.gov/ and/or Safety and Health Requirement Manual, EM 385-1-1.
1. The Contractor shall not, at any time, leave work in an unsafe condition or any condition
that might cause injury to personnel, damage to existing work, plant or equipment but shall
continue that work until it is at a safe stage.
2. Fire Protection
Immediately remove debris from demotion area.
2.1. Do not store debris on site for more than 48 hours.
2.2. All hot work requires 24 hours in advance COR approval.
2.3. The Contractor must provide the ABC class fire Extinguisher.
3. Storage of hazardous material will be in COR approved