request for proposals for pressure washing services€¦ · statement of work request for proposals...
TRANSCRIPT
STATEMENT OF WORK
Request for Proposals for Pressure Washing Services
INTRODUCTION. This is a firm fixed price contract for pressure washing cleaning of concrete and
other surfaces at the US Embassy Compound located at 158 Prince Road, primarily focusing on the
concrete sidewalks and vehicle traffic areas as described in Scope of works. The pressure wash
services must meet the requirements outlined in Section 2.0 and be completed by June 27th 2016. All
potential bidders are invited to attend a site walk-through on June 8th 2016 at 1pm. If interested
please provide the full name of the individual along with your company name to Ellen Moses at
[email protected] on June 6th by 5pm All proposal packages are due to the Contracting Officer,
158 Princes Road, Suva or email [email protected] no later than 12 noon local time on Monday
June 13th 2016.
1.0 PROPOSAL PACKAGE. The package evaluation will be based on lowest price, technically acceptable. The proposal package
must include all of the following to be considered for this service:
a) Company Name
b) Director or Project Lead responsible for work statement completion.
c) Office and Mobile phone numbers.
d) Portfolio of current and past similar works.
e) Work plan to include labor allocation, a calendar of proposed dates start and completion dates.
f) Itemized price quote for each area to pressure wash to included labor & materials as listed in
attachment B.
2.0 SCOPE OF WORK
1. Contractor shall provide all equipment, labor and materials required to pressure wash concrete
and other surfaces at various US Embassy areas no later than 5pm on June 27th 2016. The designated
areas are to be cleaned in their entirety (NOT spot-cleaned), per the schedule in this “Attachment B:
Scope of Work and as indicated on the maps in Attachment A. See Attachment C for pictures of the
areas to pressure wash.
2. The concrete and other surfaces to be cleaned include, but shall not be limited to: sidewalks,
walkways, curbs, gutters, entryways, high traffic areas & other surfaces. The enclosed map
(ATTACHMENT A) indicates the general areas in square meters of cleaning. In addition to the maps,
the Project Coordinator shall communicate to the Contractor the delineation of the areas to be
pressure washed.
3. The Contractor shall furnish equipment capable of delivering high-pressure, hot water suitable for
removing stains, spills, etc. from concrete and surfaces without damaging the surface material. In
addition, equipment shall be capable of absorbing all runoff from pressure washings to prevent said
runoff from entering the storm drain system.
4. The Contractor must provide its own source of water. The US embassy has limited in-house water
capacity so the contractor must provide own source of water via water carting trucks.
5. The use of chemicals must be approved by the Project Coordinator. A description of your
equipment must be included in your bid response. All pressure washing equipment is subject to
Project Coordinator’s approval.
6. Use equipment with a noise retardant system that limits noise exposure to residents during night
power washing activities.
7. Contractor shall provide a schedule to include man-hours required and times showing area to
wash. This schedule was must be approved by the COR prior to starting works.
3.0 WORK STANDARDS AND QUALIFICATIONS: Contractor shall experience in commercial
pressure washing cleaning services and works flexible hours to meet the schedule dates without
disrupting US Embassy operations. Additionally, the awarded contractor is responsible for providing
qualified and skilled labor to meet the scope of works and schedule requirements.
4.0 ANY VARIATIONS in Scope are to be priced and approved in writing by the contracting officer
before proceeding with the work.
5.0 SECURITY REQUIREMENTS: Upon award of contract, the contractor must furnish details of all
staff, equipment & vehicle registration details that will be onsite. The details will be inclusive of:
a) Full Name
b) Position
The US Embassy reserves the right to refuse entry to any or all contractor personnel. Each contractor
personnel must have a valid identity card to present for entry into the embassy. No personal mobile
phones and cameras will be allowed.
6.0 HOURS OF WORK: The US Embassy normal working hours are Monday to Thursday 08.00 –
17.30hrs, Friday 08.00 – 15.00hrs. However some work will be scheduled on weekends and after
hours, especially for high traffic areas and depending on the schedule provided by the contractor.
7.0 SAFETY: Safety is the highest priority on this and all US Embassy contracts. The contractor shall
direct all of those under his charge to work safely. The US Embassy reserves right to stop and/or
remove from site contractor personnel who fail to comply with relevant OHS/OHSA requirements.
8.0 UTILITIES: The contractor will have access to washroom, water (personal consumption only) and
electricity on site.
9.0 POINTS OF CONTACT: a) The US Embassy point of contact for this quotation is Ellen Moses; Phone # 331-4466; Email:
b) The US Embassy point of contact for the coordination, implementation, and final acceptance of
this project scope and work performed will be provided upon award.
Attachment A:
188m2 890m2 1308m2
940m2 1582m2 141m2
268m2
Attachment B:
Area Description Square meters Man Hours Required Price
1 Official Visitors Carpark (walkways & Curbs Only) 188 m2
2 CAC Frontage area (whole area) 890 m2
3 Plaza Traffic & CAC Rear area (whole area) 1308 m2
4 Service CAC Frontage area (whole area) 940 m2
5 Service CAC Rear area (whole area) 1582 m2
6 Motor Pool Carpark park (walkways & Curbs Only) 141 m2
7 Staff Carpark (walkways & Curbs Only) 268 m2
Attachment C.
Area 5
Area 4
Area 3
Area 2
Area 2
Area 2
Area 1
End of SOW