Download as pdf or txt
Download as pdf or txt
You are on page 1of 34

US Army Corps of Engineers

Europe District
APO AE 09049

ar183

Statement of Work
OHASIS ID# 66626
Fiscal Year: 2023
Aouinatt Health Clinic
Aouinatt, Mauritania

Prepared by:
Design Section
Engineering Branch
28 April 2023
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

SECTION 01 10 10

STATEMENT OF WORK

SECTION TABLE OF CONTENTS:

1 GENERAL
2 CIVIL & GEOTECHNICAL
3 ARCHITECTURAL
4 STRUCTURAL
5 ELECTRICAL
6 MECHANICAL & PLUMBING

ATTACHMENTS

Attachment #1 Project Location Map


Attachment #2 Conceptual Site Plan
Attachment #3 Dedication Plaque
Attachment #4 Existing Conditions Photographs
Attachment #5 Construction Drawings (Previous contract, for reference
only)
Attachment #6 Structural Calculations Guidelines

1.0 GENERAL
1.1 PROJECT DESCRIPTION
The Request for Proposal (RFP) provides parameters for a design-build project for
renovation of a facility in Aouinatt, Mauritania; Latitude 16°09'17.4"N, Longitude
9°56'44.1"W (Refer to the attached Location Map.)

The existing Health Clinic was original executed as a Humanitarian Assistance (HA)
project by the US Department of Navy’s Naval Facilities Engineering Systems
Command (NAVFAC). The previous contractor began construction of the health clinic
around late 2016 and completed about 85% of the construction work, before the
contract was terminated for unknown reasons. The Contractor had completed
construction of majority of primary (health clinic) and secondary (waiting area,
latrines, perimeter wall, etc.) facilities required per the contract, The specific
details of the contract termination is not known. Since then, the Health Clinic
had been locked and was never used. The intent of this project is to complete the
unfinished construction work of the NAVFAC’s project and turn-over finished and
operational Health Clinic facility to the local community.

The project includes the following general items of work, detailed requirements
are contained elsewhere in this Statement of Work:
a. Completion of remaining construction work; mainly finishes, furnishings,
patch/ paint, and replacement of interior and exterior doors.
b. Replace the existing roof gutter system.
c. Provide photo-voltaic (PV) power system for on-site electricity generation
to meet the facility demand. Electrical furnishing work.
d. Re-screed the damaged walkway and re-screed the clinic roofing to provide
better drainage.
a. Connect the existing facility to the existing water-well.
e. Clear and grub vegetation in the compound.
f. Provide a 20 Liter portable hot-water boiler.
g. Provide (3) Wall-mounted split units to provide air conditioning in the
pre-delivery, delivery room and pharmacy (one unit each).
h. Provide a 4.4-cubic feet Refrigerator

28-Apr-23 Page 2 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

1.2 GENERAL REQUIREMENTS


The Contractor must deliver fully functional, turnkey type facilities (without
mobile furniture) as described in this document. The work includes - but is not
limited to - design, demolition, fabrication, delivery, installation,
construction, and site work.

The facility in this project must be complete and usable to meet codes and
technical and functional requirements per this Statement of Work (SOW). The
proposal price must include all design, calculations, approvals, certificates,
fees, labor, material, equipment, direct overhead, indirect overhead, general and
administrative expenses (G&A) and general conditions to complete this project as
described in the SOW.

These design and product requirements are minimum requisites. Compliance with the
provisions of this section by subcontractors is the responsibility of the
Contractor.

1.2.1 BASE ITEMS AND OPTIONAL ITEMS


This Statement of Work addresses the technical requirements necessary to complete
all work associated with this project. For information and requirements regarding
the allocation of pricing between elements of the work, refer to Specification
Section 01 22 00 PRICE AND PAYMENT PROCEDURES. The Schedule of Items identifies
the breakdown between the individual base items and optional items for all work
identified in this Statement of Work, associated drawings, and attachments. All
work as described in these documents is included in either the Base or Optional
Items. Consider all items not specifically identified in the Optional Items as
part of the Base Items.

1.3 FUNCTIONAL AREAS


Refer to the attached drawings for information about the existing buildings.

1.4 SUBMITTALS
Designer of Record approval is required for submittals with a “DA” designation.
Government approval is required for submittals with a “G” or “GA” designation.
Submittals having an “FIO” designation are for Contractor Quality Control
approval. Submit the following to the Contracting Officer (KO) in accordance with
Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Inspection Plan; G

Demolition Plan; G

SD-05 Design Data

95% Final Design; DA/GA

100% Corrected Final Design; DA/GA

SD-06 Test Reports

Test Results and Reports; FIO

1.4.1 DESIGN SUBMITTALS


Provide a complete design package at each milestone, as described in RFP Section
01 33 16-DESIGN AFTER AWARD. The milestones for this project are indicated above
in Section 1.4 SUBMITTALS. The specific requirements of each milestone are
described in each discipline-specific section of this Specification.
28-Apr-23 Page 3 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

Submit all documents in electronic format (.pdf for text and calculations, .pdf
and .dwg (AutoCAD, latest version) for drawings). See Specification 01 33 00
SUBMITTAL PROCEDURES for additional information.

1.4.2 TEST REPORTS


Provide all test results and reports identified in this SOW to the Government as a
submittal in accordance with RFP Section 01 33 00-SUBMITTAL PROCEDURES. Submittals
will be considered for information only (FIO) submittals unless specifically
identified as a submittal requiring government approval. Coordinate with the KO
after award for the specific items to be included in the submittal register.

1.5 MATERIALS AND EQUIPMENT


Materials and products used must be durable, heavy duty, industry standard. The
equipment must be the manufacturer’s standard quality and must be compatible with
all other equipment and materials within the system or assembly. Equipment and
materials must include all connections and accessories necessary to ensure
operability and correct installation according to manufacturer’s requirements.

Provide a nameplate secured to each major piece of equipment. Each nameplate must
have the manufacturer’s name, address, contact information, type or style, model
or serial number, and catalog number. The definition of a “major piece of
equipment” is at the discretion of the KO.

1.5.1 LIFE-SPAN
The facility and the installed equipment must be permanent construction with an
expected lifespan of more than 25 years.

1.5.2 MAINTAINABILITY
Provide low maintenance materials and systems appropriate for the project climate
and location.

1.5.3 OPERABILITY
Systems (including but not limited to architectural, electrical, communications,
water and mechanical systems) must be simple to operate and easy to maintain.

1.5.4 STANDARDIZATION
Provide standardized materials, products, equipment, and systems to minimize the
requirements for replacement parts, storage facilities, and service requirements.

1.6 DESIGN DIMENSIONS


Develop the design using the metric system.

1.7 DESIGN CRITERIA


Project design, site facilities, utility systems and material standards must be in
accordance with Host Nation building codes (current versions as of the date of
RFP, unless otherwise indicated). In the absence of Host Nation building codes,
use the International Building Code (IBC) and the codes, technical standards, and
regulations referenced in this RFP.

While this RFP references various source standards and specifications, all design
documents must meet Host Nation codes and requirements. It is the designer's
responsibility to demonstrate that the Host Nation standard is equal to the cited
standard or specifications being supplanted. Apply the more restrictive standards
when conflicts arise between the requirements of this RFP and any referenced or
other applicable codes, standards, or regulations. If equivalency cannot be met,
use the more stringent requirement and quote both codes verbatim in correspondence
to the KO. The designer is responsible to determine the required material and
execution standards where specific standards are not indicated.

28-Apr-23 Page 4 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

Provide an electronic copy of the local Host Nation standards and building codes
in their original language as related to facility design and construction.

1.8 SPECIAL CONSTRUCTION REQUIREMENTS


1.8.1 DEMOLITION
The Contractor is responsible for all required demolition as indicated in this
scope.

Submit a Demolition Plan to be tracked via the submittal register indicating all
demolition, abatement, and disposal methods.

1.8.1.1 ABATEMENT AND DISPOSAL


All demolished materials, including hazardous materials identified below, must be
abated, and disposed of in accordance with local laws, codes and regulations. The
Contractor is responsible for all required testing before, during and after
demolitions as well as for all required compliance with safety standards.

1.8.1.2 LOCATION OF HAZARDOUS MATERIAL


The Contractor is responsible to survey the site and determine if hazardous
materials exist. If hazardous materials are found to exist, immediately notify the
KO and provide the results of the relevant sampling and testing. Provide the
hazardous material report no later than 30 days after Notice to Proceed (NTP) for
information and approval.

1.8.2 Pre-Award Site Visit


An optional Pre-Award site visit will be conducted to view on-site conditions
prior to bidding. The date and time of the site visit is to be determined.

END OF SECTION

28-Apr-23 Page 5 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

2.0 CIVIL AND GEOTECHNICAL


Provide and perform civil engineering design and construction services as required
to provide a complete, functional, and usable project. The Contractor is required
to extensively coordinate civil design and construction work with the scope of the
other disciplines described in this SOW.

2.1 SCOPE SUMMARY


Civil works for this project includes but is not limited to:
b. Clear and grub the entire site
c. Connect the existing facility to the existing water-well
d. Repair the existing walkways by patch repair and re-screed the surface

Extensive coordination is required between the civil work and the work of other
disciplines described in this SOW.

2.2 EXISTING CONDITIONS


The proposed project is in Aouinatt, Mauritania. The GPS coordinates are Latitude
16° 9'17.36"N and Longitude 9°56'44.10"W. The site is approximately 675 km to the
West of Nouakchott, the capital and largest city of Mauritania. See Att. #1 –
Project Location Map

2.2.1 TOPOGRAPHY
The existing site contains buildings, tanks, latrines, pavement, boundary wall,
and vegetation as shown on the attached Conceptual Site Plan. The existing
information shown on Attachment #2 - Conceptual Site Plan was compiled from
construction drawings dated from 2015, Google Earth, and site photos.

2.2.2 UTILITIES
There are no public utilities serviced by the municipality in this village.

The existing rainwater catchment system is not functional. Site drainage system
for rainwater runoff includes a drainage ditch to the east of site and culverts
under the boundary wall and walkway.

A water well is located within a few hundred meters from the site. There is an
underground tank which is connected to an overhead tank through a pump on site.
The elevated tank is assumed to be connected to the plumbing system of the health
facility. It is not known if the underground tank is connected to the existing
water well.

There is a dry Ventilated Improved Pit (VIP) latrine facility on site which
requires solid removal on a 2-to-3-year interval.

Contractor must locate all utility locations (surface and subsurface) in the field
prior to the first design submittal.

2.2.3 GEOTECHNICAL
There is no geotechnical information available for the project site.

2.2.4 ENVIRONMENTAL
There are no known environmental protection areas or archeological preservation
areas on the project site. There is no prior knowledge of any hazardous or
contaminated materials in the site’s soil.

2.2.5 EXISTING CONDITIONS INVESTIGATION


Prior to bid, investigate the general and local conditions which can affect the
work and/or its cost, including but not limited to:
a. Weather or similar physical conditions at the site.

28-Apr-23 Page 6 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

b. Surface materials or obstacles to be encountered insofar as this information


is reasonably ascertainable from an inspection of the site and due diligence
research of publicly available information on the site.
c. Mobilization and staging constraints.

2.3 DESIGN SUBMITTALS


Provide civil design submittals in accordance with RFP Section 01 33 16-DESIGN
AFTER AWARD and in compliance with SOW Section 1.0 – GENERAL. Below are the
contents required for each submittal:

95% Design Submittal:


a. Final Design Analysis of Civil features.
b. Final Existing Conditions Plan.
c. Final Site Layout, Grading, and Utility Plans – Indicate existing and
proposed Civil features. Include other disciplines’ features (faded back)
that affect the Civil Design (buildings, drainage patterns, latrines, etc.).
Include contours, finish floor elevations, spot grades, and slopes in the
Plans. Provide Profiles, Cross Sections, and Details.
d. Final Civil Specifications.

100% Submittal:
The 100% Submittal provides a complete and final set of contract documents ready
for construction. Update all Final submittals from 95% to a corrected Final
submittal. Address all previous government review comments before submitting.

2.3.1 DESIGN ANALYSIS


Provide a Design Analysis for all Civil features that documents significant design
choices and substantiates design compliance with contract requirements, applicable
codes, and standards. Documentation includes narrative, calculations, photographs,
sketches, and catalog cut sheets. Reference all applicable regulations, standards,
and criteria for the design. Reference sources are subject to Government approval.
Provide design assumptions. For design choices, discuss alternative systems
considered, and provide rationale for the selected alternative.

The Design Analysis includes but is not limited to:


a. Discussion of Site Layout constraints and design decisions, including but not
limited to, land use, vehicle and pedestrian access, orientation of features
on-site, setbacks from site features, minimizing utility lengths, minimizing
earthwork and tree removal, and future expansion.
b. Discussion of Earthwork and Site Grading constraints and design decisions.
Provide cut and fill calculations. Include pertinent geotechnical information
that affects earthwork.

2.3.2 DESIGN DRAWINGS


Provide Civil design drawings of sufficient detail to address the requirements of
each design submittal. Civil drawings include plans, profiles, cross sections, and
details of Civil features for the project. Design drawings include all necessary
information (labeling, dimensioning, legend, details, notes, etc.) to allow for
complete understanding and constructability of all proposed features. Provide
comprehensible differentiation between features that are proposed and existing by
use of appropriate choice of line styles, line weights, and/or colors. In the
absence of the Host Nation’s drafting requirements, reference USACE A/E/C Graphics
Standard for graphic requirements.

2.3.3 SPECIFICATIONS
Provide Civil specifications of sufficient detail to address the requirements of
each design submittal. Specifications, when combined with the design drawings,
allow for complete understanding and constructability of all proposed Civil

28-Apr-23 Page 7 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

features. Specifications may be notes on the Civil design drawings as an


alternative to a separate specifications document.

2.4 DESIGN CRITERIA


Provide civil design in accordance with Host Nation codes. In the absence of Host
Nation codes, use the latest release of the International Building Code (IBC).

2.5 SITE LAYOUT


Locate the proposed changes and other improvements as indicated on Att. #2 –
Conceptual Site Plan. Amend the site layout as determined by the site-specific
constraints, code requirements, the owner’s preferences, and future expansion.

The Contractor is responsible for all aspects of the project whether they are
shown on the conceptual plan or not.

2.6 DEMOLITION
Clearing and grubbing of vegetation on-site is required.

2.6.1 CONSTRUCTION LIMITS


Do not disturb any areas past the site’s property line. Show limits of disturbance
in the drawings. Stake-out the limits of disturbance on-site with temporary
fencing before beginning construction.

2.6.2 ITEMS TO REMAIN IN PLACE WITHIN CONSTRUCTION LIMITS


Take necessary precautions to avoid damage to existing items to remain in place.
Repair or replace damaged items as required by the KO.

2.6.3 TREES
Mitigate for tree removal per Host Nation requirements. The Contractor is
responsible for permitting, environmental studies, and coordination with local
authorities related to tree and vegetation demolition.

2.6.4 DUST, DEBRIS, AND EROSION CONTROL


Prevent the spread of dust, debris, and erosion from the project site. Install
erosion control measures before beginning construction. Do not create hazardous or
objectionable conditions such as, but not limited to, flooding, erosion, or
pollution. Apply Host Nation regulations regarding hauling and disposal.

2.7 EARTHWORK
Perform all earth work necessary for the installation of the proposed
improvements.

2.7.1 PLANS AND SPECIFICATIONS


Define earthwork requirements in the plans and specifications. Include
requirements for satisfactory material, borrow material, structural fill, utility
trenches, replacement and improvement of on-site soils, soil compaction (for
subgrades of structures), maximum lift depths, density testing frequency, maximum
temporary and permanent slopes, and engineered support systems. The earthwork
requirements must not conflict with the recommendations in the Contractor-provided
Geotechnical Report.

2.8 UTILITIES
This section applies to all project utilities located outside the building
including, but not limited to, latrines. See Sections 5.0-ELECTRICAL and Section
6.0-MECHNICAL for additional utility requirements.

In the absence of Host Nation requirements, design utilities per the IBC. Provide
utility materials per IBC requirements.

28-Apr-23 Page 8 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

Coordinate all required installation, relocation, improvement, and protection of


utilities held by third party (e.g., public, or private utility). This includes
coordination of any work to be performed by the utility owner. Choice of materials
and products for utility installation must be coordinated with the utility owner
(customer or third party) to ensure proper integration and compliance with
existing systems and allow for easy maintenance and repair of the utilities in the
future.

Provide corrosion protection for utilities that provides the minimum life
expectancy specified in GENERAL Section 1.0. Any piping or equipment exposed to
sunlight must be coated with protective coatings suitable for UV exposure with a
minimum expected coating life of 10 years before recoating.

2.8.1 STORM SYSTEM


Inspect and correct the existing storm drainage system to ensure that it directs
runoff away from improvements and eliminates ponding. Inspect and correct the
drainage features to ensure that they are protected against erosion. Replace the
connections from the building roof gutters and downspouts to the rainwater tank in
accordance with SOW Section 6-MECHANICAL & PLUMBING. Provide system to divert
first flush from the roofs that may be contaminated with dust, animal droppings
and dirt so that it does enter the tank.

Test storm lines and structures for leakage and deflection per local codes.
Provide test results to the KO. Locate and repair any sections failing to pass the
required tests. Repeat the specified tests and inspections on the repaired
sections.

2.9 LANDSCAPING
Clear and grub site.

2.10 PAVEMENT
The contractor is to inspect the existing on-site pedestrian paving to ensure that
it is functional and safe. Replace any damaged pavement around the health facility
and re-screeded the surface. For bidding purposes assume that all pedestrian
screeding is to be replaced estimated at 17 m3.

END OF SECTION

28-Apr-23 Page 9 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

3.0 ARCHITECTURAL
3.1 PROJECT DESCRIPTION
Provide and perform architectural design and construction services to provide a
complete, accessible, functional, and usable clinic facility.

Provide interior and exterior renovations to the single story, solid masonry /
concrete clinic facility. Renovations to include, but not limited to:
a. Replacing the interior and exterior doors
b. Repairing plaster finishes throughout the facility, the latrine, and
perimeter walls
c. Replacing damaged tile
d. Re-screed the Roof
e. Replace the roof drainage systems

Extensive coordination is required between the architectural work and the work of
other disciplines described in this SOW.

3.1.1 DESIGN
Provide a design and construction package that uses the space allocations,
functional adjacencies, design details, and features given or referenced in this
RFP. The design must incorporate all referenced codes and regulations. The
Contractor is responsible for creating additional details as required to complete
a full design. All details must conform to the requirements of this RFP and are
subject to the approval of the KO. A previous set of construction drawings has
been attached for reference. The Contractor is responsible for providing a design
that meets all requirements of the User and the codes and criteria referenced in
this Statement or Work.

3.1.2 DESIGN SUBMITTALS


Provide all architectural submittals after contract award in accordance with RFP
Section 01 33 16-DESIGN AFTER AWARD and 01 33 00-SUBMITTAL PROCEDURES. Prepare and
submit the documents listed below at the submittals indicated.

3.1.2.1 95% DESIGN SUBMISSION


The 95% Submittal provides a complete and final set of contract documents
essentially ready for construction by the D/B Contractor. All previous government
review comments must have been addressed. Include the following drawings and
reports as applicable to the project:

a. All Code Summary – Provide a tabular code compliance summary indicating Host
Nation and/or IBC life safety requirements for all new facilities.
b. Life Safety Plans – Provide plans depicting smoke/fire resistance ratings,
egress routes, dead-end corridors, exits, and other aspects of life safety
pertaining to the design.
c. Floor Plans – Provide all floor plans, indicating room names, areas, and
dimensions, scale 1:50.
d. Building Elevations – Provide all building elevations indicating all
exterior materials.
e. Roof Plan – Provide a plan of all roof areas, indicating direction of slope
and method of drainage.
f. Building Section – Indicate heights.
g. Wall Sections – Provide sufficient wall section(s) to indicate all materials
and different conditions.
h. Section and Plan Details – Provide details of critical building
intersections.
i. Door Schedule – Provide a schedule of all windows and doors, indicating
sizes, hardware, and operation.
j. Finish Schedule – Indicate all proposed finishes.

28-Apr-23 Page 10 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

k. Final Design Analysis – Provide a finalized narrative describing all work to


be performed on the project and how it meets the functional and code
requirements of the project. Provide product specific manufacturer
information (brochures, technical information, cut sheets) for all materials
and products to be provided/installed.
l. Final Specifications – Provide line items and detailed descriptions of all
work to be performed.

3.1.2.2 100% DESIGN SUBMISSION


The 100% Submittal provides a complete and final set of contract documents ready
for construction by the D/B Contractor. All previous government review comments
must have been addressed. Include all drawings, specifications, and calculations
from the 95% Submittal updated to incorporate all previous review comments.

3.2 TECHNICAL CRITERIA AND STANDARDS


Design and construct the project in accordance with the requirements outlined in
Section 1.7 DESIGN CRITERIA.

3.2.1 LIFE SAFETY REQUIREMENTS


The Design must meet all Host Nation and local Fire Suppression System codes and
requirements. All new structures must have exits and means of egress that comply
with current Host Nation codes and standards. In the absence of Host Nation codes
and standards, for individual concerns of Life Safety the Contractor must follow
the International Building Code (IBC).

3.2.2 HANDICAPPED ACCESSIBILITY REQUIREMENTS


All facilities must meet applicable Host Nation handicapped accessibility
requirements.

3.3 GENERAL SCOPE OF WORK


Design the architectural elements of this facility to withstand all site-specific
environmental conditions such as wide seasonal temperature swings, local wind,
rain, and earthquake conditions. All architectural features must be appropriately
braced for anticipated seismic activity. The Contractor may propose alternate
building materials to meet the facility’s requirements, but final selection of
materials is subject to the approval of the KO. Consider economics not only in the
initial acquisition, but also in the future maintenance of the materials, when
selecting materials and building systems to be incorporated into the project. When
requested, the Contractor must provide documentation demonstrating that a chosen
alternative material is life cycle cost effective.

3.4 DETAILED SCOPE OF WORK


The Contractor is responsible for the following specific tasks required for the
construction of this facility.

3.4.1 DEMOLITION
Demolition work includes, but is not limited to, the following items:
a. Demolish and remove existing exterior entrance door,
b. Demolish and remove existing interior doors,
c. Demolish and remove broken tiles from the facility,
d. Demolish and remove roof gutters and downspouts, and
e. Demolish the rainwater catchment gutters.

3.4.2 BUILDING SYSTEM AND MATERIALS


The intent of this RFP is to allow the Contractor the maximum flexibility to
design and construct this facility in an economical manner without sacrificing
good engineering practices, quality materials and systems. The Government requires
low or no maintenance finish materials to the greatest extent possible. Provide a
design informed by the modular size of selected materials. Building materials as

28-Apr-23 Page 11 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

described herein are minimum requirements and may require revision based on code
compliance and criteria.

3.4.2.1 FIRE PROTECTION RATINGS OF INTERIOR FINISHES


All interior finishes must conform to Host Nation fire protection
standards/requirements or equivalent US standards/requirements.

3.4.2.2 ACOUSTICAL DESIGN


New doors must meet the minimum sound protection per Host Nation requirements.

3.4.2.3 CORROSION PREVENTION


All exterior materials and finishes must be appropriate for continuous exterior
exposure. All materials susceptible to UV degradation must contain UV inhibitors.
Provide corrosion resistant coatings on all materials susceptible to corrosion.
Coatings must be applied in the factory prior to delivery to the maximum extent
practicable. Physically separate dissimilar metals with non-conductive hardware.
Do not install aluminum in direct contact with concrete. Treat all wood with
preservatives where it is contact with concrete or exposed to the exterior. Cover
all exterior wood with metal flashing or exterior grade paint. Do not install wood
in contact with soil.

3.4.3 EXTERIOR CONSTRUCTION WORK


Provide the following exterior architectural systems.

3.4.3.1 EXTERIOR WALLS


Patch and repair exterior walls of the facility and latrine and perimeter walls in
accordance with (IAW) the requirements of this SOW. Exterior walls must have
smoke/fire resistance ratings as required by Host Nation, and local fire and life
safety codes. Provide exterior wall finishes appropriate for the wall structure as
required below.

3.4.3.1.1 EXTERIOR WALL PLASTER AND PAINT


Provide new exterior cementitious plaster and paint on all concrete and masonry
surfaces at the exterior of the facility, latrine, and perimeter walls. Assume 10%
of the exterior walls will require repairs for bidding purposes. Steel trowel to a
smooth surface. Paint with one coat of approved alkali resistant undercoat paint
and two coats of super acrylic finish. Paint must be lead free, suitable for
exterior applications, washable when dry. Submit a color sample of the paint along
with the manufacturer's catalog data including application instructions and
product data for KO's acceptance.

3.4.3.2 EXTERIOR DOORS


Provide new exterior doors in accordance with the functional requirements of this
facility.

3.4.3.2.1 EXTERIOR DOORS


Provide new, locally constructed metal single-leaf doors and frames with mortised
lockset. The new main entrance door must contain a half lite. Exterior glass must
be finished with reflective coating to reduce solar heat gain. Reinforce flat
metal sheets to prevent oil-canning. All door frames must be mounted flush with
the surrounding walls and seams must be sealed. Provide standard door 45mm
thickness. All metal must be covered with a suitable rust-inhibitive primer and
then be painted with a glossy protective coating. Coordinate key system with the
KO and end user.

Each door must have the following hardware as a minimum:


a. Three hinges on each leaf;
b. Lever latch handles;
c. Fully mortised lockset;

28-Apr-23 Page 12 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

d. Top and bottom sliding bolts on the exterior of door to secure inactive door
leaf in the closed position; and
e. Physical locking mechanism on the exterior of door.

3.4.3.3 ROOFING
Roof design and materials must comply with Host Nation requirements.

3.4.3.3.1 ROOF CONSTRUCTION AND ROOF COVERING


Provide new screed roof surface to provide proper roof slope for water drainage to
the rainwater collection system. Submit material and color samples for approval by
the KO. Patch and repair damaged areas of the parapet as required.

3.4.3.3.2 ROOF GUTTERS, DOWNSPOUTS AND FLASHING


Replace the roof drainage system. Replace gutter and downspout supports and
anchorage as required. Existing supports and anchorage must support the roof
drainage system at full capacity. Provide new pre-finished galvanized steel roof
gutters, downspouts, and flashing. PVC gutters and downspouts are not acceptable.
Size gutters and downspouts for roof drainage area and 10-year storm rainfall
intensity. Assume 100% of the roof drainage system will require replacement for
bidding purposes. Submit gutter and downspout sizing calculations in the Design
Analysis. Coordinate storm drainage connections with the requirements of Section
2.0 CIVIL AND GEOTECHNICAL. Submit material and color samples for approval by the
KO.

3.4.3.3.3 CONCRETE ROOF SEALER


Provide low VOC, clear epoxy concrete sealer on all roof surfaces. Concrete sealer
must be appropriate for high-traffic areas and have high oil and chemical
resistance. Apply epoxy concrete sealer in accordance with manufacturer
instructions. Test concrete for appropriate moisture content prior to application.

3.4.3.4 EXTERIOR METAL


All new exterior metal used for the gutters, downspouts, and water catchment
systems must be finished with an architectural coating. Provide exterior metal
elements with a factory applied finish to the greatest extent practicable. For all
new metal elements that have not been provided with a factory applied finish, are
showing evidence of corrosion, or have failing coatings, clean and paint the metal
in the field. Scrape and clean all surfaces to remove rust and dirt before
painting. Paint system must be one coat of rust inhibitive primer and two coats of
an alkyd-base finish paint. Submit paint samples and colors for review and
approval by the KO.

3.4.4 INTERIOR CONSTRUCTION WORK


Provide the following interior architectural systems.

3.4.4.1 INTERIOR WALL FINISHES


Provide new interior wall finishes as described below. Submit data sheets, color,
and pattern of all wall finishes for review and approval by the KO.

3.4.4.1.1 INTERIOR WALL PLASTER AND PAINT


Patch and repair the interior wall finishes throughout the facility. Provide new
cementitious plaster and paint on all interior concrete and masonry surfaces.
Steel trowel to a smooth surface. Paint with one coat of approved alkyd resistant
undercoat paint and two coats of super acrylic finish. Paint must be lead free,
suitable for interior applications, and washable when dry. Submit paint samples
and colors for review and approval by the KO.

3.4.4.1.2 CERAMIC WALL TILE


Provide glazed ceramic wall tiles from floor to ceiling on all walls of the toilet
room and delivery room. New wall tile to match existing floor tile. Protect all

28-Apr-23 Page 13 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

walls in toilet room with elastomeric waterproofing membrane half meter high above
floors. Provide ceramic wall tiles on windowsills in all rooms to receive ceramic
wall tiles. Install tiles according to manufacturer’s instructions with
appropriate grout-filled joints. Submit tile samples and colors for review and
approval by the KO.

3.4.4.2 CEILINGS
Provide new ceilings as described below. Submit data sheets, color, and pattern of
all ceiling finishes for review and approval by the KO.

3.4.4.2.1 INTERIOR CEILING PLASTER AND PAINT


Patch and repair the interior ceiling finishes throughout the facility. Provide
new cementitious plaster and paint on all interior concrete and masonry ceilings.
Steel trowel to a smooth surface. Paint with one coat of approved alkyd resistant
undercoat paint and two coats of super acrylic finish. Paint must be lead free,
suitable for interior applications, and washable when dry. Submit paint samples
and colors for review and approval by the KO.

3.4.4.3 FLOOR FINISHES


Provide new interior floor finishes as described below. Submit data sheets, color,
and pattern of all floor finishes for review and approval by the KO.

3.4.4.3.1 CERAMIC TILE FLOORING


Clean existing ceramic floor tile and tile base. Replace damaged floor tile and
tile base. The finish of new ceramic floor tile and tile base to match existing
type. Assume 10% of the floor tile and tile base will require replacement for
bidding purposes. Provide new non-slip ceramic tile flooring to match existing.
Protect ceramic tile flooring in wet rooms/areas with elastomeric waterproofing
membrane on the concrete slabs and turn up half meter high above floor. Tiles in
wet rooms/areas must have a minimum slip resistance of Group B/R11. New tiles must
be sized to match existing floor tiles. Fill joints with water resistive grout. Do
NOT fill joints between wall and floor with grout, but with permanent elastic
silicone. Color of grout and silicone must match. Ceramic tile flooring must match
ceramic wall tile. Install proofing layer suited for the application. Install
ceramic tile baseboards in all rooms that receive ceramic tile flooring but not
ceramic wall tile.

3.4.4.3.2 CONCRETE FLOOR SEALER


Provide low VOC, clear epoxy concrete sealer on all exposed concrete floors.
Concrete sealer must be appropriate for high-traffic areas and have high oil and
chemical resistance. Apply epoxy concrete sealer in accordance with manufacturer
instructions. Test concrete for appropriate moisture content prior to application.

3.4.4.4 INTERIOR DOORS


Provide new interior doors and frames to match existing interior doors. All door
frames must be mounted flush with the surrounding walls and seams must be sealed.
Provide moisture resistant doors and door frames for the toilet room, pre-delivery
room, and the pharmacy room. Provide new locksets for all interior doors. Paint
all interior doors and frames with one coat of approved alkyd resistant undercoat
paint and two coats of super acrylic finish. Submit color for review and approval
by the KO.

3.4.4.5 INTERIOR WINDOW ACCESSORIES


Provide the following accessories on all windows.

3.4.4.5.1 WINDOW COVERINGS


Provide a surface mounted curtain rod over all windows. Curtain rod must be steel
or aluminum and be adequately sized to span the window without sagging once
curtains have been installed.

28-Apr-23 Page 14 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

3.4.4.5.2 WINDOW BARS ANCHORS


Provide new window bar anchors/ fasteners at windows. Assume 25% of the window
anchors/fasteners to be replaced for bidding purposes. Provide exterior metal
anchors/fasteners with a factory applied finish to the greatest extent
practicable. For all new metal anchors/fasteners that have not been provided with
a factory applied finish, clean and paint the metal in the field.

3.4.4.6 BATHROOM AND TOILET ACCESSORIES


Provide bathroom and toilet accessories as described below. All bathroom and
toilet accessories must be made from corrosion resistant materials and have
corrosion resistant, concealed fasteners. All bathroom and toilet accessories made
from the same material must be finished to match. For toilet and plumbing
fixtures, see Section 6.0 MECHANICAL. Submit data sheets and color/finish for all
bathroom and toilet accessories for review and approval by the KO.

3.4.4.6.1 TOILET ROOM MIRRORS


Provide mirrors of 6 mm minimum thickness over each sink. Size must be
approximately 450 mm x 800 mm (width x height). Securely fasten mirrors to the
wall using mechanical fasteners through a steel frame. Do not hang or hook
mirrors.

3.4.4.6.2 TOILET TISSUE DISPENSER


Provide one, two-roll metal toilet tissue dispenser at each toilet. Toilet tissue
dispenser must be surface mounted with horizontal dispensing.

3.4.4.6.3 TOWEL BAR


Provide one surface mounted metal towel bar near the sink in the toilet room.
Towel bar must be sized to fit two hand towels.

3.4.4.6.4 GARMENT HOOKS


Provide heavy duty, commercial grade, stainless steel double-hooks. Unless
indicated otherwise, mount garment hooks on the inside of each toilet cubicle door
at a minimum.

3.4.4.7 BUILT-IN FURNISHINGS


Provide the following built-in furnishings. Provide samples of all materials and
colors to KO for approval.

3.4.4.7.1 BUILT-IN STORAGE CABINETS


Provide new built-in storage cabinets in the pharmacy room, consultation room,
delivery room and pre-delivery room, and treatment room. Provide base cabinets of
solid wood and constructed from locally produced materials. Storage cabinets must
be a minimum of 2000 mm tall and have two horizontal shelves, spaced to create
three equally sized compartments. Shelves in new built-in storage cabinets must
have minimum dimensions of 1600 mm wide and 450 mm deep. Shelving must support a
minimum load of 45 kilograms. Provide locally produced double doors, sized to span
the full width and height of the storage cabinet. Doors must match exterior doors
in materials, construction, and hardware. All doors must be keyed separately.
Provide a minimum of two keys for each door.

3.4.4.7.2 COUNTERTOPS
Provide countertops constructed from solid wood countertops must be fabricated
with locally produced materials. Countertops must be minimum 40 mm thick. Provide
minimum 100 mm x 15 mm back and side splashes on all countertops adjacent to
walls. Countertops must have a 20 mm overhang. Coordinate openings in countertops
for existing sinks, refer to Section 6.0-MECHANICAL. Coordinate height of base
cabinetry with thickness of countertops to provide 900 mm finished height at
countertop.

28-Apr-23 Page 15 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

3.4.4.7.3 UPPER CABINETS


Provide upper cabinets to match base cabinets. Provide upper cabinets of solid
wood and constructed from locally produced materials. Provide double-door upper
cabinets with opposing doors. Upper cabinets must be as wide as base cabinets.
Upper cabinets must be minimum 800 mm tall and mounted to provide a minimum 455 mm
clearance above counter. All hardware on upper cabinets must match base cabinets.
Provide each upper cabinet with two adjustable shelves. Anchor upper cabinets to
walls.

3.4.4.8 MISCELLANEOUS ACCESSORIES


Provide the following miscellaneous accessories in sizes and quantities as
described below. Ensure all mounting surfaces have the appropriate structure for
the weight and expected use of each accessory.

3.4.4.8.1 INCINERATOR
Repair/replace the existing incinerator on site. Repair/replace the ash door and
chimney as required. The incinerator must be fully functional upon completion of
work.

3.4.4.8.1 JUNCTION BOX COVER


Replace the existing plastic junction box cover with a steel cover. Repair areas
around the junction box and ensure that the replacement cover is seated flush with
adjacent concrete. The junction box must be fully functional upon completion of
work.

3.4.4.8.2 EXPOSED PIPES


Paint all exposed ferrous piping. Paint system must be one coat of rust inhibitive
primer and two coats of finish for all pipes that are not painted. Pipes that are
already painted must be cleaned and painted with adequate coats to provide
uniformity with newly painted surfaces. Finish coat paint must be an alkyd base
paint. Submit data sheets and colors for all paints review and approval by the KO.

3.4.5 SIGNAGE
Provide all signage in accordance with Host Nation standards.

3.4.5.1 EXTERIOR SIGNAGE


Provide exterior signage as described below. Construct all exterior signs from
corrosion resistant materials appropriate for continuous exposure to the elements.

3.4.5.1.1 EXTERIOR DEDICATION PLAQUE


Provide a dedication plaque approximately 600 mm wide x 450 mm high fabricated
from powder coated aluminum with permanent printed 18 mm high, “Arial“ font
letters as indicated below. Adhesive applied images or text are not acceptable.
Provide the emblem of the Africa Command between two flag emblems, one flag of the
United States of America and one of the Republic of Mauritania. Plaque location
and mounting height to be directed by the KO.

The exterior dedication plaque must have text similar to the following in both
English and the Host Nation language: “The Construction of Aouinatt Health Clinic
was accomplished as a partnership between the people of the United States of
America and the people of the Republic of Mauritania, with support from the United
States Africa Command and the Office of Security Cooperation, U.S. Embassy
Mauritania.” Provide the year of project completion below the text. Coordinate the
final dedication plaque verbiage and graphics with the KO prior to procuring the
sign. See attached dedication plaque template for reference.

END OF SECTION

28-Apr-23 Page 16 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

4.0 STRUCTURAL
4.1 GENERAL
The Contractor must provide and perform structural engineering design and
construction services as required to provide a complete, accessible, functional,
and usable project.

The primary structural effort of this project includes


a. Minor structural repairs to include patch work, crack repair, concrete thin-
surface repairs, and misc. equipment anchorage.
b. PV frame assembly
c. Remove excess reinforcement bars which protrude from the roof slab flush
with slab and coat ends of bars with a rust inhibiting compound.
d. Other misc. items as required for a complete and usable system.

The Contractor must have as part of his design team a licensed structural engineer
per Host Nations standards. If work is being performed in a country that does not
have licensed structural engineers, then engineering degrees along with extensive
structural design experience can be submitted to the KO for qualification
verification and approval. The structural engineer’s licensure or qualifications
must be submitted to the KO in the design quality control plan prior to the start
of design. The Contractor’s structural engineer must be responsible for the design
of any part of the building structural systems.

The structural design of the PV frame must be done in accordance with the design
criteria listed in this document.

4.2 APPLICABLE DESIGN CRITERIA


All Design, Safety in Construction, Materials, and Performance of Construction
Services must be in accordance with current local or national Host Nation codes
and standards. In absence of Host Nation codes, use the International Building
Code and ASCE 7 for structural calculations. In case of conflicting requirements
between the various elements, the more stringent criteria must govern.

Any material or construction installed by the Contractor as part of this contract


that does not meet the requirements of this RFP or does not meet the applicable
codes and standards must be removed and replaced at the Contractor’s expense.

Structural design methods and allowable stresses or load factors for the various
structural materials must be in accordance with paragraph 1.7 of this document and
the following codes/criteria:

IBC International Building Code, latest edition


ASCE 7 Minimum Design Loads for Buildings and Other Structures, use the
edition referenced in the IBC

4.3 SUBMITTALS
4.3.1 DESIGN SUBMITTALS
The Contractor must provide the structural submittals after contract award in
accordance with RFP Section 01 33 00-SUBMITTAL PROCEDURES. In addition to General
Section 1.4 SUBMITTALS of this document the following documents must be submitted.

4.3.1.1 DRAWINGS & SPECIFICATIONS


The following structural detail drawings must be provided by the Contractor as
required but must conform to the requirements of this SOW and are subject to the
approval of the KO. Construction drawings must include:

95% Design Submittal


a. PV Frame Details (min. scale 1:50)
b. Concrete Repair Details (min. scale 1:50)

28-Apr-23 Page 17 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

c. Roof Repair Details (min. scale 1:50)


d. Detailed specifications that are typically sent to sub-contractors.

100% Submittal
a. The 100% Submittal provides a complete and final set of contract documents
ready for construction. All previous government review comments must have
been addressed. Include all updated drawings, specifications, and
calculations from the 95% Submittal.
b. The design criteria used for the structural design must be referenced in the
structural notes on the drawings including but not limited to applicable
codes, standards, and specified material strengths.
c. Letter of certification from proofing engineer.

As Built Drawing Submittal


a. The As-built Submittal provides a complete and final set of record drawings
documenting site conditions based on a survey of the final construction
performed by the Contractor.

The design documents used for the structural design must be referenced in the
structural notes on the drawings.

4.3.1.2 STRUCTURAL CALCULATIONS & DESIGN ANALYSIS


The Contractor must submit the structural calculations of all load bearing
structural elements and their connections related to this RFP in a design analysis
provided with each submittal. The design analysis must state and list the basis of
design for all project aspects and features. The design analysis and calculations
must be in accordance with the attached NAU Engineering Guideline 01/2016
Preparation of Structural Calculations. The current local or national Host Nation
codes and standards on which the structural calculations are based must be
referenced in the calculations. If applicable, an electronic copy of the
applicable local or national Host Nation codes must be provided. Structural
calculations must be sequentially numbered for ease of referencing for all
submittal stages.

4.4 PROOFING OF STRUCTURAL DESIGN


The Contractor must have a senior level engineer (5-10 years structural design
experience) other than the designer, perform an independent review of all
specifications, drawings, design analysis, calculations, and other required data
prior to submission to the Government. In each design submittal, submit a letter
of certification from the structural engineer performing the independent review
stating that they “have checked the structural design calculations, analysis, and
drawings and certify that these comply with the applicable building code
requirements and standards.” This is in addition to any host nation requirements
for structural engineering oversight.

4.5 STRUCTURAL DESIGN CRITERIA


Structural design methods and allowable stresses or load factors for the various
structural materials must be in accordance with the Applicable Design Criteria
paragraph 4.2. Requirements in the codes, specifications and industry standards
are requirements of this document, unless specified otherwise. The references used
for the project design and contract documents must be included in the design
analysis required for this project.

4.5.1 MINIMUM STRUCTURAL DESIGN LOADS


The design loads must be determined in accordance with the codes and standards
listed in the Applicable Design Criteria paragraph 4.2. The design load criteria
specified herein are minimums; the Contractor is responsible to check that the
actual design loads for this site are correct. If actual design loads are
different than that listed herein, the Contractor must notify the KO. The
28-Apr-23 Page 18 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

Contractor should determine if special loadings must be considered and notify the
KO. Any cost and/or schedule impact due to the Contractor’s failure to notify the
KO of these requirements specified herein four weeks before the submittal is due
must be to the Contractor’s account. Design loads must be included in the
structural notes on the drawings. The minimum design load criteria for this
project are as follows:

4.5.1.1 DEAD LOADS


The structural system must be designed and constructed to safely support all dead
loads, permanent or temporary, including but not limited to self-weight, ceiling,
and all equipment that is fixed in position. Loads from
architectural/mechanical/electrical equipment must be coordinated with the
appropriate discipline. All loads and load case combinations must be in accordance
with the codes and standards listed in the Applicable Design Criteria paragraph
4.2. Load factors for designs must be based on the applicable material design
standard. For bidding purposes only, the contractor may assume a PV array weight
of 25 kg/m2.

4.5.1.2 LIVE LOADS


4.5.1.2.1 ROOF LOADS
Roofs must be designed to support live loads, rain loads, wind loads, and seismic
loads. Support wind loads including components and cladding in accordance with the
Applicable Design Criteria paragraph 4.2.

4.5.1.2.2 HORIZONTAL LOADS


The structural system wind design, including components and cladding, and wind
uplift on PV panels must be in accordance with the codes and standards listed in
the Applicable Design Criteria paragraph 4.2. Research local wind requirements and
indicate in the design analysis and wind calculations whether a wind speed greater
than the code minimum is required. When the IBC and ASCE 7 are employed for the
wind design, the minimum design wind speed must be 184 km/h. When the IBC and ASCE
7 are employed for the seismic design, a Site Class D and seismic spectral
accelerations Ss = 0.10g and S1 = 0.04g must be used as minimums unless higher
values should be used based on local requirements. Any values listed in the
attached Structural Drawings must be checked prior to use.

4.6 MATERIALS
The use of the recommended materials and/or alternative materials must be in
conformance with the publications listed in the Applicable Design Criteria
paragraph 4.2. Any exceptions must be noted. Alternative materials may be
submitted to the KO for approval if the Contractor determines the materials are
more economically viable for this geographic region. Any material or construction
that does not meet the requirements of this SOW or does not meet the applicable
codes and standards must be removed and replaced at the Contractor’s expense.

4.6.1 REINFORCED CONCRETE


All concrete must be at least equivalent C 20/25 and reinforcing steel must be
equivalent Grade B500B conforming to the applicable Eurocode standard. Ductility
class must be in accordance with local codes and standards.

4.6.1.1 CONCRETE MIXTURE PROPORTIONS


Concrete mixture proportions must be the responsibility of the Contractor. Mixture
proportions must include the dry weights of cementitious material(s); the nominal
maximum size of the coarse aggregate; the specific gravities, absorptions, and
saturated surface-dry weights of fine and coarse aggregates; the quantities,
types, and names of admixtures; and quantity of water per cubic meter concrete.
All materials included in the mixture proportions must be of the same type and
from the same source as will be used on the project.

28-Apr-23 Page 19 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

4.6.2 FORMS
Materials for forms must be plywood, metal, metal-framed, reinforced fiberglass,
or plywood-faced to provide continuous, straight, smooth, exposed surfaces.

4.6.3 MASONRY
Clay bricks, solid bricks, perforated bricks or any other masonry materials used
in the project must conform to the appropriate Local or Host Nation Standard.

4.6.4 STRUCTURAL STEEL


Structural steel must be of a minimum steel grade equivalent S 235 conforming to
the applicable Eurocode standard.

4.7 BUILDING STRUCTURAL SYSTEMS


4.7.1 FOUNDATION SYSTEMS
Foundations must be permanent reinforced concrete foundations in accordance with
the structural calculations. Foundations must be appropriately sized for
anticipated loading, both live and dead. Foundations must extend below the frost
line for the local area. If foundations are near or below water table, appropriate
water proofing measures must be implemented into foundation design, e.g.
waterproof membranes, coatings, drains, etc. Water and storm drainage piping is
prohibited under building foundations without special provisions and approval by
the KO.

4.7.1.1 SLABS-ON-GROUND
Floor slabs-on-ground must be a minimum of 10 cm thick. Floor slabs-on-ground must
be reinforced with either bar or mat reinforcing having a minimum area of
reinforcing of 0.2% of the slab cross sectional area and located 4 cm clear from
the top surface of the slab. Fiber mesh reinforcing in the slab concrete will not
be allowed.

4.7.1.2 ALLOWABLE SOIL BEARING PRESSURE


The allowable soil bearing pressure used for foundation design must be based on a
geotechnical investigation. Reference the Civil Design section of this document
for geotechnical investigation requirements. In the absence of a soils
investigation, foundations for single story structures may be designed using
allowable bearing pressures of 72 kN/m2 (1500 psf) provided that no unsuitable
soils, such as muck or expansive clays, are discovered during excavation of the
foundations. If unsuitable soils are discovered, the structural engineer must be
notified to direct corrective measures as required.

4.7.1.3 MINIMUM EXCAVATION AND GRADING REQUIREMENTS


Minimum excavation and grading requirements must be in conformance with the
requirements in the Applicable Design Criteria paragraph 4.2.

4.7.1.4 PHOTOVOLTAIC FRAME


The PV frame must be constructed out of steel and may either be coated with a
rust-inhibiting compound or galvanized steel. The PV frame and anchors must be
designed for uplift and lateral load using Components and Cladding wind load per
ASCE 7 for design wind speeds shown in 4.5.1.2.2. The PV frame must be anchored to
the roof and may not be ballasted. Any penetrations must be waterproofed.

4.7.2 SUPERSTRUCTURE SYSTEMS


The superstructure system must provide vertical and lateral load carrying capacity
and must provide durability, maintainability, and cost effectiveness. Roof
openings and all supports for electrical and mechanical equipment must be detailed
or adequately described on the drawings or in the specifications. Door openings
must be sufficiently strong and solid to support the door structure and keep it
level and plumb throughout the life of the structure. The structural designer must
ensure that all architectural/mechanical/electrical equipment is properly

28-Apr-23 Page 20 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

anchored/braced and that these elements are adequately framed and connected as
required by the design criteria, especially where seismic design is required.

4.7.2.1 LATERAL (HORIZONTAL) FORCE RESISTING SYSTEM


Rehabilitation, repair, replacement, or new elements comprising the lateral force
resisting system in the buildings must be compatible with the existing structural
elements.

4.8 FIRE RATING OF BUILDING ELEMENTS


The Designer-of-Record is responsible to check and comply with the fire rating of
the relevant structural elements per Host Nation requirements.

4.9 TESTS AND INSPECTIONS


Construction inspections and material testing must be in accordance with local
building codes. If no local codes are available regarding testing and inspection,
follow guidance in IBC.

END OF SECTION

28-Apr-23 Page 21 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

5.0 ELECTRICAL & COMMUNICATIONS


5.1 GENERAL
This section includes requirements for the design, procurement, installation, and
testing of a complete electrical power system. Provide a complete design and
perform all labor and provide all materials, equipment, machinery, supervision,
and any other items necessary to complete the electrical systems.

Electrical design must conform to the design criteria, standards, codes, and
locally accepted equivalent host nation practices. Specially selected design
products must have been proven reliable and trouble-free in commercial service
locations for two years and longer in an environment similar to that of the
project site.

5.1.1 APPLICABLE DESIGN CRITERIA


Project design must be in accordance with the requirements outlined in Section 1.7
DESIGN CRITERIA.
In the absence of Host Nation Building Codes, use the International Building Codes
(IBC) and/or the following U.S. Codes and Technical Standards and regulations:

International Electrical Commission Publications I.E.C.:

IEC 62548 Photovoltaic (PV) Arrays Design Requirements


IEC 60309 Standard for plugs, socket-outlets, and couplings for industrial
purposes
IEC 60144 Degrees of protection of enclosures for low voltage switchgear
and control gear
IEC 60227 Polyvinyl chloride insulated cables of rated voltages to and
including 450/750V
IEC 60423 Outside diameters of conduits for electrical and threads for
conduits and fittings
IEC 60614 Specification for conduits for electrical installations
IEC 61537 Cable Tray Systems and Cable Ladder Systems for (2001) Cable
Management
IEC 61439 Low-Voltage Switchgear and Control-gear Assemblies
IEC 62305 Lightning Protection System
IEC 62612 Self-ballasted LED Lamps for General Lighting Services with
Supply voltages > 50V

5.1.2 SD-03 PRODUCT DATA


The following product data must be submitted and accepted by the KO prior to
installation and commencement of required feature of work:
a. Metal Tubing
b. Conduit Fittings
c. Conductors
d. Outlet and splice boxes
e. Receptacles
f. Toggle Switches
g. Panel board
h. Circuit Breakers
i. Disconnect Switches
j. Conduits
k. Cable Trays
l. Surface Metallic Raceway
m. Lighting Fixtures, including Ballasts and Lamps

5.1.3 SD-02 SHOP DRAWINGS


Submit the following to the KO during construction:
a. Panel boards
28-Apr-23 Page 22 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

b. Circuit Breakers (to be submitted together with Item a)


c. Panel board Accessories (to be submitted together with Item a)
d. PV array
e. PV array combiner
f. Safety DC disconnect switch
g. Safety AC (PV) disconnect Switch
h. Battery charge controller and batteries
i. DC/AC inverter

5.1.4 SD-06-09 FIELD TEST REPORTS


Submit the following to the KO during construction:
a. 600V Wiring Test
b. Grounding System Test
c. GFI Interrupter Test
d. PV Array testing
e. Lighting

5.1.5 DRAWINGS AND DESIGN ANALYSIS


The following electrical detail drawings must be provided as required but must
also conform to the requirements of this SOW and are subject to the approval of
the KO. Provide the following drawings and analyses of each of the listed
submittals:

95% Design Submittal


a. Legend and Abbreviations.
b. Lighting illumination calculations
c. PV system Design/Plan(s).
d. Single line diagrams for the building electrical system.
e. Power Plan(s) showing locations of MDP’s (Main Distribution Panels), SDP’s
(Sub-Distribution Panels), wire ways, and power receptacles. Circuit
information must be shown.
f. Lighting Plan(s) showing fixture layouts, Fixture schedule, emergency
fixtures, controls, circuiting, and exit signage.
g. Cable Tray Plans.
h. Lightning protection system and roof Grounding plan(s).
i. Panel schedules.
j. 95% Design Analysis (DA) including electrical calculation package.
k. Specifications detailing materials, equipment, and installation methods.

100% Design Submittal


a. All requirements for the 95% submittal, updated per the comments for the 95%
review meeting.

5.1.6 ELECTRICAL DESIGN ANALYSIS


Provide a design analysis for each design phase of the project. Provide the
following minimum information:
a. Load calculations and demand factors to include an additional 25% for future
loads.
b. Short circuit calculations and ampere interrupting capacity (AIC) rating of
distribution equipment.
c. Electrical coordination study of new building power distribution and
protective devices in coordination with existing systems.
d. Voltage drop calculations.
e. Lighting calculations including both general and emergency lighting.
f. PV system/array calculations and cut sheets.
g. Electrical design narrative describing electrical design components and
changes and decisions completed from each design reviews.
h. Catalog cut sheets for cables, light fixtures, MDP, subpanels, circuit
breakers, and other unique equipment.

28-Apr-23 Page 23 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

5.2 ELECTRICAL SCOPE


Provide electrical systems design for Health Clinic, Aouinatt, Mauritania. Install
new PV system, lighting, power, grounding, and lightning protection system. This
package is compromised of the furnishing, delivery, equipment, and associated
protection systems. Design to include the following items:
a. Provide new PV system to support entire electrical demand load of Health
Clinical building, waiting area and VIP latrine.
b. Provide LED lighting system and controls in all spaces (including Waiting
Area and VIP Latrine).
c. Provide special type receptacles for all medical equipment (e.g.,
Ultrasound, X-Ray, and Centrifuge machine), provide type-C receptacles for
general use in each room.
d. Perform lightning protection risk assessment and provide lightning
protection if needed.
e. Provide new circuit runs, conduits and other required electrical apparatus
for all mechanical equipment. E.g., Provide branch circuit for Split AC-unit
with local disconnect switch.

5.3 DEMOLITION
Disconnect, remove, and dispose of all accessible unused electrical wiring/cabling
and equipment involved in this renovation. Demolished material must be hauled away
and disposed of properly.

5.4 EXTERIOR ELECTRICAL WORK


5.4.1 PRIMARY POWER/ON-SITE RENEWABLE ENERGY (PV-System)
Provide renewable energy in accordance with IEC and local Nation requirements. The
renewable energy system must consist of a PV array and PV array combiner, safety
DC disconnect switch, safety AC disconnect switch, battery charge controller,
batteries, and DC/AC inverter. The operating voltage is 220V, 50 Hz, single-phase.
Contractor must provide the complete system required for operation. The system
must include battery units for at least 5 hours of full load operation. The
batteries must be installed in a fire-rated enclosure with adequate ventilation.
The battery system and other electrical components can share the same space. The
PV system/array expected to be located on the roof with the mounting structure of
the building. Prior to purchasing materials and components for the PV system,
Contractor must provide the Design submittals required in Section 5.0 – Electrical
Submittal Requirements in this RFP for KO approval. Provide meter(s) for renewable
energy system(s) to monitor renewable energy generated.

5.4.2 LIGHTNING PROTECTION AND GROUNDING


Provide lighting protection and grounding for each facility in accordance with IEC
62305 standards. The potential equalization system to include of the integration
of all metal parts of electrical grounding, sanitary, to include metallic cable
support systems. Refer to the local Guide for requirements. The grounding ring
material must be 16 mm2 bare copper wire or hot-dip galvanized steel St/tZn (30 x
3.5 mm) buried 800 mm deep, 1 meter outside the building foundation with a 16 mm
diameter x 2.4 m copper clad steel ground rod at each corner. The ground
resistance must be determined from the soil conductivity, local conditions, and
embedded earth electrodes in the foundations. Based upon the dimensions of the
facility, the ground resistance must normally not exceed 25 ohms earth transition
resistance. In the event that the measured ground resistance exceeds this value,
additional ground rods must be provided. Testing must not be done within 48 hours
of rain.

Provide grounding system for the PV array. Connect the Grounding System to the
main grounding (potential equalization) bus bar located in the building Main
Electrical room. The grounding system must be connected to all metal surfaces of

28-Apr-23 Page 24 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

sanitary, ventilation, heating systems, and electrical systems, to include the


metallic cable support systems.

5.5 INTERIOR POWER SYSTEMS


5.5.1 METERING
Provide electricity meter to monitor the building’s power consumption. Building
operating power source will be 220-volt, single-phase power.

5.5.2 GENERAL REQUIREMENTS MAIN DISTRIBUTION PANEL (MDP)


The PV array and PV array combiner, safety DC disconnect switch, battery charge
controller, batteries, and DC/AC inverter and installed equipment parts must be
sized to meet circuit load and the relevant short circuit requirements. This
includes the requirements of applicable IEC and Host Nation. Short-circuit
currents must be limited as specified in Host Nation Requirements (HNR).
Nominal voltage: 220 V power
Frequency: 50 Hz
System: TNS
Molded Case Circuit Breakers (MCCBs) must be used generally within the Low Voltage
(LV) distribution system. Circuit breakers must be of one common manufacturer.
Breakers must comply with Host Nation requirements and the following:
a. Sized for a minimum of 125% of the demand load they serve for future growth.
b. Expandable and must have a minimum spare space of approximately 25%.
c. Distribution boards must be provided with a suitable earth bar and neutral
bar, with adequate provision for the connection of a circuit protective
conductor for each outgoing way.
d. Fully rated for the available fault current and furnished with main circuit
breakers full sized bolt-on branch breakers, insulated neutral busses and
bonded equipment-grounding busses.
e. Panel board bus bars must be copper.
f. Each distribution board must be provided with an engraved plastic label on
the outside of the front cover, bearing the designation of the board and its
reference number, if any, as given on the drawings or in the schedules. The
label must be fixed in position by chromium-plated set screws. Each such
label must be not less in size than 100 mm x 30 mm and must bear the
required inscription in white on a black background, using letters and/or
digits not less than 5 mm high.
g. Surge/over voltage protection is to be provided within the panels in
accordance with HNR.
h. Location for the MDP must be electrical room.

5.5.3 GENERAL REQUIREMENTS SUB DISTRIBUTION PANELS (SDP’s)


The following text covers each individual sub distribution panel.
The construction of the SDP must conform to applicable IEC and Host Nations
requirements. The switchgear and installed equipment parts must be sized to meet
circuit load and the relevant short circuit requirements. Short-circuit currents
must be limited as specified in Host Nation Requirements (HNR). No live parts must
be installed at the front of the distribution panels. (Dead front panels)
Nominal voltage: 220 V
Frequency: 50 Hz
System: TNS
It is intended that MCCBs, Miniature Circuit Breakers (MCBs) are used generally
within the LV distribution system. Circuit breakers must be of one common
manufacturer. Breakers must comply with HNR.
a. Sized for a minimum of 125% of the demand load they serve for future growth.
b. Expandable and must have a minimum spare space of approximately 25%.
c. Distribution boards must be provided with a suitable earth bar and neutral
bar, with adequate provision for the connection of a circuit protective
conductor for each outgoing way.

28-Apr-23 Page 25 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

d. Fully rated for the available fault current and furnished with main circuit
breakers full sized bolt-on branch breakers, insulated neutral busses and
bonded equipment-grounding busses.
e. Panel board bus bars must be copper.
f. Each distribution board must be provided with an engraved plastic label on
the outside of the front cover, bearing the designation of the board and its
reference number, if any, as given on the drawings or in the schedules. The
label must be fixed in position by chromium-plated set screws. Each such
label must be not less in size than 100 mm x 30 mm and must bear the
required inscription in white on a black background, using letters and/or
digits not less than 5 mm high.
g. Surge/over voltage protection is to be provided within the panels in
accordance with HNR.
h. Location for the subpanels must be electrical room.

5.5.4 INTERIOR POWER INSTALLATION:


Cable installation throughout the facility must be recessed mounted (under plaster
or above ceiling) in wire-ways, conduit, and cable tray. Cables for receptacle and
lighting circuits must be plastic coated cable as required by Host Nation codes
and standards for the facility type. Maximum voltage loss for any branch circuit
must be 3% and for a feeder must not be more than 2%. The minimum cross sections
of the cables must be 125% of the required maximum load. The cross-section must
not be less than 1.5 mm² for lighting circuits, and 2.5 mm² for electrical
outlets. These minimum cable sizes may need to be increase in size to stay within
the voltage drop requirements. Calculations and design analysis must be provided
for all circuits. Aluminum cable must not be provided.

Actual electrical loads and demand factors, where known, must be used for
electrical calculation purposes. Where loads are unknown, the Contractor must
utilize loading, demand factors as appropriate, and conduit fill limited to 40%.
Branch circuits feeding receptacles of unknown loads must be limited to 1200 VA
per circuit.

All receptacle and lighting circuits must be connected to 220-volt, single-phase


power. Separate lighting and power outlet circuits must be provided. Do not
connect lighting to power circuits and do not connect outlets/power items to
lighting circuits. Provide circuit for all mechanical and miscellaneous equipment.

Coordinate with KO for receptacle’s type of all medical equipment (e.g.,


Ultrasound, X-Ray, and Centrifuge machine). For all General purposes European
style 220-volt (16A) receptacles (type C) must be provided. Outlet circuits must
be limited to no more than six (6) 16 A outlets per 16A-1P circuit breaker.

Exterior power receptacles and other wet locations must be protected by residual
current operated Circuit-Breaker with Overcurrent protection (RCBO), 2-pole, with
10mA differential residual current trip, 6kA combination breaker. All other branch
circuits must be protected with 30mA RCBO breaker in combination with a B16A
miniature circuit breaker.

Room schedule for the installation of standard power receptacles: These are
minimum requirements. The Contractor’s proposal must show proposed outlet
quantities and locations.

Area Type Quantity


Offices/Consultation Rooms grounded recept. 2 per room
Treatment Room grounded recept. 4 ea. (1 per wall)
Pre-Delivery/Delivery Room grounded recept 4 ea. (1 per wall)
Pharmacy Room grounded recept. 4 ea. (1 per wall)
Electrical/Technical Room grounded recept. 4 ea. (1 per wall)
28-Apr-23 Page 26 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

Wardrobe grounded recept. 2 ea. per room

Note: Final location of receptacles must be coordinated with furniture layouts and
equipment placement.

Cable trays used in the corridors must be designed with solid covers and fire
rated. All openings in fire compartment walls and through ceilings must be closed
with fire stops.

5.6 LIGHTING SYSTEM


5.6.1 GENERAL LIGHTING SYTEM
Provide a complete LED lighting system. All light fixtures must be new and be
provided in all rooms, corridors, and emergency exit discharge areas. Provide
proposed light fixtures and proposed layout that is coordinated with room usage
and ceiling/mounting type.

The lighting fixtures must be installed according to their characteristics as XXW


LED with driver. Lighting characteristics must be provided on lighting plans.
Exterior/waterproof rated lighting fixtures must be provided at all entrances to
the buildings.

Lighting calculations must be provided showing that all rooms are provided with
the minimum lighting requirements. The minimum required average lighting intensity
of each space is shown in the following list:

Area Lighting Intensity (Lux)


Building entrance 100
foyer/corridors/canopy
Offices/Consultation Rooms 200
Waiting Area 100
Treatment Room 300
Pre-Delivery/Delivery Room 300
Pharmacy Room 300
Electrical/Technical Room 200
Wardrobe 150
Toilet Room (Male/female) 150

Entrances: Surface-mounted LED fixtures, with vandal-proof lenses, in building


entries.

Exterior Lighting: Vandal-proof fixtures with photocell controllers; except main


entrance must have both motion detection and photoelectric control. An illuminated
building number is not required.

Toilet/Bathroom Areas: Integrated mirror lights above sinks in latrine areas.

Provide the following controls systems for each space or accordance with host
nation standards:

Area Controls
Building entrance Manual on/off switch
foyer/corridors/canopy
Offices/Consultation Rooms Manual on/off switch
Waiting Area Manual on/off switch
Treatment Room Manual on/off switch
Pre-Delivery/ Delivery Room Manual on/off switch
Pharmacy Room Manual on/off switch
Electrical/Technical Room Manual on/off switch

28-Apr-23 Page 27 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

Wardrobe Manual on/off switch


Toilet Room (Male/female) Manual on/off switch

5.6.2 EMERGENCY LIGHT SYSTEM


Egress lighting must be provided in the exit access areas (corridors leading from
occupied spaces to an exit), exits, and exit discharges. Egress illumination must
be continuous and arranged so that failure of any single egress lighting unit must
not leave any area in darkness or less than 2 lux. Exit light must be furnished
with a battery to provide lighting also during a common power voltage drop out.
The capacity of the integrated battery must feed the lamp for 60 min. These exit
fixtures should be connected to regular lighting circuit. In general spaces,
emergency lights must be wired to be able to be switched off with the normal
grouping of lights and only function when there is loss of power. All doors
leading to the corridor or to the outside must have Exit signs.

5.7 COMMUNICATIONS
Not required as part of this project.

END OF SECTION

28-Apr-23 Page 28 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

6.0 MECHANICAL AND PLUMBING


The services covered by this section include all labor, material supplies,
equipment, and incidental work required for the design, installation and testing
of all air conditioning, and plumbing systems to provide support for the Health
Clinic in Aouinatt, Mauritania. The contractor must perform design and
construction services as required to provide a complete and usable facility.

The mechanical design and construction must be coordinated with all other trades.
The mechanical systems and equipment must be permanent construction. The
contractor must reference applicable host nation laws, codes, and standards for
design, except when specifically noted in this scope of work. The designer must
reference the architectural description and perform site surveys to determine
mechanical equipment capacities, locations, sizing constraints, fixture quantities
and other relevant design and construction requirements when not stated in this
mechanical section.

All mechanical systems must be designed and provided in accordance with the
criteria provided herein, and with the minimum standards specified in the
applicable referenced codes. Should conflicts occur between the criteria provided
and the codes, the more stringent requirements will govern.

6.1 GENERAL OVERVIEW


The existing Health Clinic was original executed as a Humanitarian Assistance (HA)
project by the US Department of Navy’s Naval Facilities Engineering Systems
Command (NAVFAC). Plumbing system and fixtures are already in-place, but the
facility was not used during the last 5 years. Test and confirm that the current
system is in good working order. As an addition, air conditioning for the pharmacy
pre-delivery, and delivery room should be provided.

6.2 TECHNICAL CRITERIA AND STANDARDS


Project design must be in accordance with the requirements outlined in Section
1.7. DESIGN CRITERIA

In the absence of Host Nation Building Codes, the Contractor must use the
International Building Codes (IBC):

INTERNATIONAL CODE COUNCIL (ICC):


ICC - International Building Code (IBC)
ICC - International Plumbing Code (IPC)
ICC - International Mechanical Code (IMC)
ICC – International Existing Building Code (IEBC)

HOST NATION STANDARDS:


To Be Determined (TBD)

6.3 GENERAL REQUIREMENTS


6.3.1 EQUIPMENT SELECTION
Equipment must be selected based on calculated design values, manufacturer
recommendations, and accepted engineering practice. All equipment must be designed
and installed in accordance with the equipment manufacturer’s clearance
recommendations for operations and maintenance. Required maintenance access areas
must be shown on the design drawings.

All materials and equipment must be the standard cataloged product of


manufacturers regularly engaged in production of such materials and equipment and
must be the manufacturer’s latest standard design. All mechanical components,
including all equipment and piping must be new. Previously installed or used
equipment is not acceptable. Contractor must only select materials and equipment
that is readily available in the area.

28-Apr-23 Page 29 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

The Contractor must document all newly installed material and equipment. The
detailed documentation of installed material and equipment must be provided in the
project turn over information to the KO and user/owner.

Consideration must be given to part load efficiency as well as full load


efficiencies when selecting mechanical equipment. Particular attention must be
given to choosing energy efficient equipment. Energy conservation measures must
not, however, restrict operational use and reliability of the facility.

6.3.2 STRUCTURAL LOADING


Mechanical system design, equipment selection and placement must consider the
allowable structural loading of the floors and walls. Designer is responsible for
evaluating the structural capabilities of the building and ensuring that design
loads are not exceeded.

6.3.3 NOISE AND VIBRATION


Quiet and vibration free operation of all equipment is a requirement of this
installation. The design of the mechanical systems must comply with host nation
standards. In the absence of host nation standards International Mechanical Code
recommended standards must be used to minimize noise to occupied spaces.

6.3.4 MECHANICAL PENETRATIONS


All penetrations required to install the mechanical systems must be provided. The
annular space around penetrations is to be sealed and finished to match
surrounding surface. Any penetration through a fire rated wall must be fire
stopped to match the fire rating of the penetrated wall.

Provide one piece or split hinge metal escutcheons plates for piping entering
floors, walls, and ceilings in exposed spaces. Provide chromium-plated on copper
alloy plates or polished stainless-steel finish in finished spaces. Provide paint
finish on plates in unfinished spaces.

Provide sleeves where piping passes through walls, floors, roofs, and partitions.
Secure sleeves in proper position and location during construction. Provide
sleeves of sufficient length to pass through entire thickness of walls, floors,
roofs, and partitions. Provide not less than 7 mm space between exterior of piping
or pipe insulation and interior of sleeve. Sleeves will be steel pipe or schedule
40 PVC plastic pipe. Sleeves are not required where drain, waste, and vent (DWV)
piping passes through concrete floor slabs located on grade. Core drilling of
masonry and concrete may be provided in lieu of pipe sleeves when cavities in the
core-drilled hole are completely grouted smooth. Firmly pack space with insulation
and caulk at both ends of the sleeve with plastic waterproof cement which will dry
to a firm but pliable mass or provide a segmented elastomeric seal.

6.3.5 PIPING
All newly installed piping must be new. Piping must be concealed except on the
wall when serving wall mounted equipment (i.e. air conditioning condensers, water
storage, etc.), unless specifically stated otherwise in the Statement of Work.

6.3.6 EQUIPMENT
Provide working space around all new equipment in accordance with manufacturer’s
guidelines. Provide all required fittings, connections and accessories required
for a complete and usable system. All equipment must be installed per the criteria
in this document and the manufacturer’s recommendations. Equipment technical data
must be provided with design submissions. Where the word “should” is used in
manufacturer’s instructions, substitute the word “must”.

28-Apr-23 Page 30 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

All exterior-mounted equipment must be supplied with an appropriate structural


foundation. Provide equipment curb(s) that are a minimum of 150 mm above grade and
sufficient dunnage to maintain outdoor equipment above rain fall.

6.3.7 CLEANING AND DISINFECTION


Clean all mechanical and plumbing systems. Thoroughly flush piping before final
filling. Water piping must be flushed according to local codes or IPC.

6.3.8 DESIGN SUBMITTALS


The contractor must provide submittals after contract award in accordance with
Section 01 33 00 SUBMITTAL PROCEDURES. At each design submission, provide all
necessary documents and information to clearly communicate compliance with the
project’s requirements.

The contractor must submit the complete mechanical design for acceptance prior to
construction. Designs following local codes or regulations must be accompanied
with the related referencing standard.

6.3.8.1 DESIGN ANALYSIS


The following mechanical design analysis must be provided and must conform to the
requirements of this SOW and are subject to the approval of the Contracting
Officers (KO). The design analysis must include:

95% Design Submittal


- The design conditions to include:
- Indoor and Outdoor design temperature
- Design Cooling load
- Personnel Load
- Lighting Load
- U-Factor
- Humidity Requirements
- Ancillary info that has impact on the design
- Narrative of existing conditions
- Narrative functional description of the proposed mechanical and plumbing
systems that utilized the above design conditions as basis of design
- Code review for the project based on project location
- Flow test for domestic water system in accordance with the host nation
requirements.
- Technical data for mechanical and plumbing equipment
- Description of connection to existing site utilities
- Calculation sufficient to size major equipment and the various HVAC,
plumbing or mechanical systems
- Narrative description of conflicts during the concept design development and
the reasoning on how the conflict was resolved
- Justification provided for special materials when relevant
- Complete mechanical calculations (reference Section CALCULATIONS of this
document)
- Updated construction specifications in short form/table of contents
- Complete narrative functional description of the proposed mechanical and
plumbing systems
- All Manufacturer’s data sheets clearly marked showing model selected for all
major equipment including model numbers
- Complete construction specifications

100% Corrected Design Submittal


- The 100% Corrected Submittal provides a complete and final set of contract
documents ready for construction by the D/B Contractor. All previous
government review comments must have been addressed. Include all updated
drawings, specifications, and calculations.

28-Apr-23 Page 31 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

- Contractor must submit a complete Design Submittal for the 100% Corrected
Design Submittal. All electronic files will be bookmarked in the PDF and
searchable.

6.3.8.2 DRAWINGS
The following mechanical drawings must be provided and must conform to the
requirements of this SOW and are subject to the approval of the Contracting
Officer (KO). The mechanical system drawings must be dedicated to mechanical
systems. Construction drawings must include:

95% Design Submittal


- Complete floor and roof plan drawings showing equipment locations and piping
runs
- Flow and riser diagrams for hydronic, refrigerant, and plumbing systems
- Full legend to clarify all symbols, lines and abbreviations used on the
drawings. All symbols, lines and abbreviations must be unique and easy to
differentiate
- Complete sectional and elevation views
- Complete mechanical detail drawings
- Complete plumbing detail drawings
- Complete equipment schedules/lists
- Complete control diagrams, written sequences of operations, and points
list(s)

100% Corrected Design Submittal


- The 100% Corrected Design Submittal provides a complete and final set of
contract documents ready for construction by the D/B Contractor. All
previous government review comments must have been addressed. Include all
updated drawings, specifications, and calculations.
- Contractor must submit a complete Design Submittal.

6.3.8.3 CALCULATIONS
Detailed calculations must be performed in accordance with the requirements below.

Documentation of the load calculation program may be requested, including a


written summary of the program intent and function, assumptions, formulas,
numerical methods used, nomenclature, limitations of the program, and references
used in developing the program.

Design analysis must include complete input data and the following output data (as
a minimum):
- Systems summary
- Room cooling loads with summary and total system loads
- Plumbing fixture counts

Provide an electronic and hard copy file in English and the host nation language.
An electronic copy of the actual input file must be provided.

6.3.9 CONSTRUCTION SUBMITTALS


The list below states the minimum mechanical submittals required. The KO or other
requirements may dictate additional submittals. All submittals to be provide in
accordance with Section 01 33 00.

6.3.9.1 SD-02 SHOP DRAWINGS


Drawings, diagrams, and schedules specifically prepared to illustrate some portion
of the work. Diagrams and instructions from a manufacturer or fabricator for use
in producing the product and as aids to the Contractor for integrating the product
or system into the project. Drawings prepared by or for the Contractor to show how
multiple systems and interdisciplinary work will be coordinated.

28-Apr-23 Page 32 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

Submit the following to the KO during construction:


- Ductless wall-mounted Mini-Split system
- Refrigerant Piping
- Mechanical Isolation and Vibration Supports/Control
- Controls

6.3.9.2 SD-03 PRODUCT DATA


Catalog cuts, illustrations, schedules, diagrams, performance charts, instructions
and brochures illustrating size, physical appearance and other characteristics of
materials, systems, or equipment for some portion of the work.

The following product data must be submitted and accepted by the KO prior to
installation and commencement of required feature of work:
- Ductless wall-mounted Mini-Split system

6.3.9.3 SD-06 AND SD-09 FIELD TEST REPORTS


Submit the following to the KO during construction:
- Water Pipe Flushing Report
- System Functional Verification Report

6.4 AIR CONDITIONING


Provide only as an optional item air conditioning for the pharmacy, the pre-
delivery, and the delivery room.

6.4.1 DESIGN CONDITIONS


6.4.1.1 EXTERIOR DESIGN CONDITIONS
System design must be based on the following regional design conditions*:

Summer Design Temp (1.0% dry bulb): 39.0 °C


Summer Design Temp (coincident wet bulb): 29.0 °C wet bulb
*Regional data provided from Engineering Weather Data located at NOUAKCHOTT (Latitude
18.098, Longitude -15.948).

6.4.1.2 INTERIOR DESIGN CONDITIONS

Functional Area Cooling (°C)


Pharmacy 26
Delivery room 26
Pre-Delivery room 26

6.4.2 DUCTLESS SPLIT SYSTEM AIR CONDITIONER


Air-cooled, cooling only ductless split system. Provide units complete with
accessories, wiring, piping, and controls. Units must be factory assembled,
designed, and tested. Provide manufacturer's minimum recommended clearance around
evaporation and condensing units.

Controller for unit must be wired, securely mounted to the wall, and the
temperature must be blocked to the design temperature see 6.4.1.2.

Outdoor unit is to be firmly affixed to the exterior wall with vibration isolators
to limit transmission of sound to the building structure. The location of the
outdoor must be a minimum of 1 m away from windows and will be shown on the design
drawings.

6.5 PLUMBING
Plumbing system and fixtures are already in-place, the Contractor must test the
existing plumbing system to ensure that the primary and support facilities are
functional/ operable. Contractor must provide fully functioning plumbing and water
distribution systems.
28-Apr-23 Page 33 of 34
01 10 10 Statement of Work Aouinatt Health Clinic – Aouinatt, Mauritania

6.5.1 WATER DISTRIBUTION SYSTEMS


Inspect the complete water distribution system for the health clinic area
throughout the two buildings to all existing fixtures. If needed, change rusted
carbon steel fittings in the water piping to galvanized steel fittings.

6.5.2 HOT WATER GENERATION


Provide a 20 Liter electrical portable hot-water boiler.

6.5.3 FIXTURES
Plumbing fixtures are already in-place. The Contractor must test and correct the
existing fixtures to ensure that they are functional/operable.

6.5.4 FLOOR DRAINS


The floor drains in the building must be cleaned from the dessert sand and it must
be verified that they are functional/operable.

6.6 CLOSEOUT
Provide complete start-up and operational testing of the air conditioning and
plumbing equipment and systems. Simulate all modes of operation and emergency
shutdowns of equipment and systems. Provide corrective actions and re-testing as
necessary to demonstrate that the actual equipment and system performance is in
accordance with the design requirements at all design conditions.

Contractor to provide a submittal to the KO with all inspection and start-up


procedures, requirements, and recommendations from the Installation, Operations,
and Maintenance (IOM) manuals for all new equipment (Refrigeration Units, Water
pumps, etc.). The submittal must also include the IOM manuals. The procedures for
the inspection and start-up are to be provided in English and Host Nation
language.

This document must provide an outline of the steps the contractor will follow
prior to acceptance of the equipment. All controls must be tested for
functionality, safety operations, and power failure restart.

The contractor must pretest all equipment prior to a scheduled final test
coordinated with the KO to allow observation of the final testing with the US
Government and end users. All testing and inspections must be documented with the
contractor's Project Management or Quality Control team to sign off that the
pretest was completed successfully.

END OF SECTION

28-Apr-23 Page 34 of 34

You might also like