Last Updated 10/21/2020 08:19 AM
Project Title

H149--Emergency Repair Chlorine Dioxide System

Physical Address View project details and contacts
City, State (County) Salt Lake City, UT   (Salt Lake County)
Category(s) Professional Services
Sub-Category(s) Inspection Services
Contracting Method Competitive Bids.
Project Status Results
Bids Due View project details and contacts
Estimated Value
Plans Available from Federal Agency
Owner View project details and contacts
Architect View project details and contacts
Description

PERFORMANCE WORK STATEMENT (PWS) GENERAL INFORMATION: Scope of work: Perform scheduled maintenance for Government owned Chlorine Dioxide water treatment system for Legionella mitigation at: George E. Wahlen VA Medical Center, 500 Foothill Drive, Salt Lake City, UT 84148. Definitions: SLCVAMC: Salt Lake City VA Medical Center COR: Contracting Officer Representative CO: Contracting Officer GFE: Government Furnished Equipment VHA: Veteran s Health Administration SME: Subject Matter Expert VA or SLCVAMC: both refer to this campus Background: Legionella bacteria is found naturally in the environment and grows best in warm water. When the bacteria are in a mist or vapor form, aspiration into the lungs can cause Legionnaire s Disease- which has the potential to be deadly. In order to provide the highest quality of health care to our nation s veterans, and to protect the health and safety of patients, visitors, and employees the potable water distribution system is treated with Chlorine Dioxide in accordance with VHA Directive 1061. (A continuously operating Chlorine Dioxide water disinfection system serves as the primary source of Legionella mitigation and to control other bacteria, viruses, and protozoa.) In addition to a comprehensive maintenance schedule and testing, SLCVAMC employees also perform continuous testing at system outlets for Legionella. Through a dual redundant chlorine dioxide generator system, an average of 75,000 gallons of water a day is treated on campus. Check valves, sensors, and other safeties monitor chemical tank levels, air quality, and chemical concentration in treated water. Any deviation outside of the parameters will alarm to the campus boiler plant which is continuously manned. Period of Performance: Period of performance will be from date of award through one year. Within 30 days of contract award, the Contractor shall initiate communication with the COR to establish quarterly dates for the maintenance schedule and contact information for SLCVAMC staff associated with the contract. The scheduled work will take place Monday through Friday, during normal business hours except for Federal holidays Once agreed upon, deviation from this schedule will require prior authorization from the COR. Type of Contract: Firm-fixed Price. Term of Contract: This contract will be used as a one-year bridge contract that will include four quarterly visits. An extension may be used at the discretion of the government. Invoices: An itemized invoice will be submitted after each service for payment. The invoice will have separate line items for travel, labor, parts, misc., etc. Changes to the PWS: Any changes to this PWS shall be authorized and approved through written correspondence with the CO. EQUIPMENT COVERED IN INSPECTION, TESTING, AND MAINTENANCE: Equipment Checklist: The contractor will submit a checklist template for quarterly maintenance that will contain the following. Booster pumps All solenoids Rotameters Manifold System Level controller for batch tank Output pumps Flow meters Gauges Needle valves Sensors Tubing/ hoses/ fittings Any components not listed Inspection and Testing: The entire system will be inspected at the start of each visit by a qualified technician. Any abnormal observations will be annotated on checklist. Proper tolerances and calibration of components will be measured and adjusted appropriately. Chemical concentration levels will be tested and adjusted as needed. Preventative Maintenance: Historically, the Chlorine Dioxide system has followed a strict maintenance schedule. The contractor will continue the same maintenance schedule and inspection intervals. The contractor shall notify the SLCVAMC point of contact prior to any shutdown of the system. The point of contact will inform the Water Safety Committee Chair and the Infection Preventionist. Preventative maintenance will be performed by qualified technicians. The Contractor will supply all labor, travel, materials, equipment, tools, supervision, and all incidentals to complete on-site maintenance. All maintenance completed will be annotated on the maintenance checklist. The following table lists the parts that may need replacement during the maintenance visits. All parts on the maintenance schedule will be included in the price of the contract. PARTS FOR EACH SYSTEM COST Dosing pump diaphragm replacement, system 1 $450 Dosing pump, check valves and gaskets, system 1 $350 Freshwater ball check O-rings, system 1 $35 Freshwater ball check O-rings, system 2 $35 Chemical Rotameters rebuild $600 All chemical feed lines, system 1 $1,200 All chemical feed lines, system 2 $1,200 Level control switches, system 1 $1,200 Optek CLO2 Sensor $700 GFE: The VA has a parts cabinet that is stocked with at least one spare of all parts on the maintenance schedule. The Contractor will be given an inventory of the stock. Parts used in the maintenance schedule will be used from this cabinet and replaced as soon as possible by the Contractor. Because of the planned maintenance schedule, the Contractor can ship parts that will require replacement during future maintenance visits to the VA and will be stored in the parts cabinet. Chemical Supply: A mixture of chemicals are used to generate Chlorine Dioxide; additional chemicals are used for testing. The table below lists the amount of chemical and frequency, in months, of usage for replacement. Purchasing of additional chemicals during the bridge contract shall be included. FREQ QTY CHEMICAL 12 m 55 gal 25% Chlorite solution 12 m 55 gal 15% Hydrochloric acid solution 12 m 55 gal 12.5% Hypochlorite (HCL) solution 24 m 500 ml 0.00564N Phenylarsine oxide solution 24 m 500 ml 5N HCL solution 24 m 150 ml Starch solution 24 m 150 ml pH 7.0 buffer solution 24 m 150 ml KI solution Reporting: The Contractor will provide a detailed report to the VA for each quarterly visit. The report will be thorough and include the results of any tests, observations, inspections, and any parts replaced. Annual Training: Operator training of VA personnel on proper operation and monitoring of the CL02 system will be included in this contract Emergency Service: Emergency repairs to the system will be completed on an as needed basis. A quote must be provided to the COR for estimated labor, parts, travel etc., work may proceed after approval from CO. Consultation: The Contractor will provide a SME to participate as a technical advisor to inform the VA of any problems found during maintenance checks, or any improvements that will result in a more reliable or efficient system. Physical presence of the SME on campus is not required, communication can be remotely. CONDITION OF EQUIPMENT The initial design and installation of this system was in 2008. A strict maintenance schedule has been followed; the system is very reliable, and failures are rare. The Contractor will be provided the opportunity to examine the system and note any conditions which may affect contract performance in writing to the CO. The Contractor will accept responsibility for the system except for conditions submitted to the CO.

Details

Division 01 - General Requirements, Quality Control, Testing and Inspecting Services.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents