13
STATEMENT OF WORK PAGE 1 OF 13 NEW CONSULAR AGENCY CUSCO, PERU ATTACHMENT 1 STATEMENT OF WORK FOR CONSTRUCTION SERVICES NEW CONSULAR AGENCY LFO CUSCO - PERU 1.0 INTRODUCTION The U.S. American Embassy has a requirement to obtain Construction Services and Contract Coordination to meet the requirements of this contract for the new Leased Consular Agency in the city of Cusco, Peru. The project contemplates the construction of public and office spaces, teller windows (supplied by the customer), server closet, storage, finishing works, and changes in the existing bathrooms, Also, the accomplishment of the electrical, Fire alarm, plumbing and HVAC systems. The construction shall incorporate the suggested overall interior design features, finishes and all related work and as shown in the accompanying drawings and specifications in order to comply with the design requirements. Work shall be completed as expeditiously as possible. Contractor shall coordinate with the Contracting Officer’s Representative (COR) for work phasing and job sequencing with work commencing and completing in each office unit in a sequential manner. Contractor must submit a phasing plan with construction schedule for review and approval prior to commencement of work at the site. The work includes the furnishing of all labor, material, equipment and tools for the completion of this project. 1.1 SITE DESCRIPTION The leased property is a flat apartment of around 153 SQM located on second floor of new three stories building located at Av. El Sol 449 Apart 201 in the city of Cusco, Peru. The first two floors are intended for office space, and upper level for apartments. The access to the building is through El Sol Avenue which is the most important business avenue in Cusco, and located next to Coricancha Temple. The access to second level is a hallway in the right side which leads to the elevator and stairwell in the back. The building includes a common access area from the street, elevator, and stair access to the second floor and a common use garden area in the rear of the building. 1.2 LIMIT OF CONSTRUCTION The contract includes: i. All work within the U.S. Government (USG) suite located on the second floor. ii. Limited work outside the USG suite. iii. Contractor coordination with local utility providers and connections to local services. 1.3 PERMITS, LICENSES, AND RESPONSABILITIES The Contractor is responsible for obtaining all permits (such as utility, construction, occupancy),

ATTACHMENT 1 STATEMENT OF WORK FOR CONSTRUCTION SERVICES · PDF fileSTATEMENT OF WORK FOR CONSTRUCTION SERVICES ... Refer to drawings ... Configuration of exiting Fire Panel Mircon

  • Upload
    vuxuyen

  • View
    216

  • Download
    2

Embed Size (px)

Citation preview

STATEMENT OF WORK

PAGE 1 OF 13

NEW CONSULAR AGENCY – CUSCO, PERU

ATTACHMENT 1

STATEMENT OF WORK

FOR

CONSTRUCTION SERVICES

NEW CONSULAR AGENCY LFO

CUSCO - PERU

1.0 INTRODUCTION

The U.S. American Embassy has a requirement to obtain Construction Services and Contract

Coordination to meet the requirements of this contract for the new Leased Consular Agency in the

city of Cusco, Peru. The project contemplates the construction of public and office spaces, teller

windows (supplied by the customer), server closet, storage, finishing works, and changes in the

existing bathrooms, Also, the accomplishment of the electrical, Fire alarm, plumbing and HVAC

systems.

The construction shall incorporate the suggested overall interior design features, finishes and all

related work and as shown in the accompanying drawings and specifications in order to comply

with the design requirements.

Work shall be completed as expeditiously as possible. Contractor shall coordinate with the

Contracting Officer’s Representative (COR) for work phasing and job sequencing with work

commencing and completing in each office unit in a sequential manner. Contractor must submit a

phasing plan with construction schedule for review and approval prior to commencement of work

at the site.

The work includes the furnishing of all labor, material, equipment and tools for the completion of

this project.

1.1 SITE DESCRIPTION

The leased property is a flat apartment of around 153 SQM located on second floor of new three

stories building located at Av. El Sol 449 Apart 201 in the city of Cusco, Peru. The first two

floors are intended for office space, and upper level for apartments. The access to the building is

through El Sol Avenue which is the most important business avenue in Cusco, and located next to

Coricancha Temple. The access to second level is a hallway in the right side which leads to the

elevator and stairwell in the back. The building includes a common access area from the street,

elevator, and stair access to the second floor and a common use garden area in the rear of the

building.

1.2 LIMIT OF CONSTRUCTION

The contract includes:

i. All work within the U.S. Government (USG) suite located on the second floor.

ii. Limited work outside the USG suite.

iii. Contractor coordination with local utility providers and connections to local services.

1.3 PERMITS, LICENSES, AND RESPONSABILITIES

The Contractor is responsible for obtaining all permits (such as utility, construction, occupancy),

STATEMENT OF WORK

PAGE 2 OF 13

NEW CONSULAR AGENCY – CUSCO, PERU

and any licenses, fees, inspections, permits, and for complying with any federal, and municipal

laws, codes, and regulations applicable to the performance of the work. The Contractor shall

provide all drawings and other design documents needed to obtain those permits and licenses for

which they are responsible as well as official translations as required to execute those permit

actions.

The Contractor shall also be responsible for all damages to persons or property that occur as a

result of the Contractor’s fault or negligence, and shall take proper safety and health precautions

to protect the work, workers, the public, and the property of others. The Contractor shall also be

responsible for all materials delivered and work performed until completion and acceptance of the

entire work, except for any completed unit of work which may have been accepted under the

contract.

1.4 COORDINATION WITH OTHER CONTRACTORS

The Contractor shall be responsible for the coordination of work with specialty contractors

employed by the USG. Separate OBO contractors will accomplish the following work as part of

this project:

1.4.1 Telecommunications System: US Government will install the horizontal voice and data

cables, all the termination equipment in Data Closet and all Data/Phone outlets located in public

and office areas.

1.4.2 Furniture Contractor: Contractor will be installing the Government Furnished (GF)

furniture. The electrical installation of the outlets shall require coordination with the Furniture

Contractor to determine the position and height, among other details.

1.5 PROJECT SCOPE

The purpose of this SOW is to secure the materials and qualified labor required to successfully

accomplish the following tasks.

1.5.1 ARCHITECTURAL/INTERIOR

GROUND FLOOR

a. New doors, frames and hardware, see DWG A01 and A07.

SECOND FLOOR

b. The demolition shall be limited for only the areas necessary to modify. See DWG A01

c. Interior partitions – The project contemplates the construction of wall partitions according

to the drawings A02, A03, and A06.

d. Forced Entry (FE) Construction:

New 5-Min FE wall: Refer to DWG A02, A03, and A06.

Upgrade of existing wall to 5-Min: Refer to DWG A02, A06.

Installation of 5-Min FE doors and frames (provided by the USG) according to

manufacturer submittal.

Installation of Hardware set (provided by USG).

Installation of teller windows (provided by USG) according to manufacturer

STATEMENT OF WORK

PAGE 3 OF 13

NEW CONSULAR AGENCY – CUSCO, PERU

submittal.

e. Doors and frames – Doors to be supply and installed according to DWG A02 and A07.

f. Door Hardware - The contractor shall install according to DWG A02, A07 and

architectural specifications.

g. Ceiling System – It shall be according DWG A04 and specifications. The

acoustical ceiling tiles will be supplied by US Government

h. Flooring - The contractor shall supply and install the flooring according to the

DWG A03 and specifications. The carpet and ceramic tile for office and public space will

be supplied by US Government.

i. Wall Finishing and wall base– See DWGS A03, A06, A08 and specifications for

wall finishing including bathrooms.

j. Windows: Refer to drawing for new windows and glass specification. The

contractor shall include the shatter resistant window film (SRWF) to all existing exterior

windows and all interior glass.

k. Refer to drawings for 5 Minute FE grilles to exterior windows and SRWF (Window

Type 5MWF)

l. Millwork – Countertops, cabinets in the kitchenette area and Consular Windows will be

according to specifications and DWGS A02, A05, A06 and A08.

m. Toilet Accessories – They will supplied and installed according to the list provided in

specifications and drawings

n. Interior Signage – Contractor shall supply and install English Door signs with Braille signs

for all the doors.

1.5.2 MECHANICAL

a. The Contractor shall provide supply air fan system to provide positive pressure of General

work Area to the waiting area. Refer to DWG IM01 and IM2

b. Exhaust fans for bathrooms. Refer DWG IM01

c. Telecommunications Room requires a portable AC Unit with able to provide 13,000 BTU.

1.5.3 ELECTRICAL

a. Currently, the apartment has contracted 8.0Kw, three Phase with the electrical supply

company, Electro Sur Este S.A with supply number No 001 - 0711069. The contractor will

manage with the local electric company, Electro Sur Este S.A, the increase of power according to

the maximum demand showed in Electrical drawings.

b. The Consular Agency is not being provided with back-up power source.

c. Panel boards – The contractor shall verify the power requirements and make the

modifications to the existing electrical panel TD-LCA according to the drawings and specifications

including the installation of SPDs (former TVSS). The Contractor shall include the supply and

STATEMENT OF WORK

PAGE 4 OF 13

NEW CONSULAR AGENCY – CUSCO, PERU

installation of new electrical STD-TEL/DATA Panel board according to the DWG IE7 and

specifications

d. Raceways and Boxes – Electrical drawings and specifications describe the size and type

of raceway (Conduit, EMT, and PVC) required for the electrical installation. Also, the project

describes the size of boxes and terminations according to National Electrical Code.

e. Cable Trays – The contractor shall install the cable trays and accessories to meet the

requirements of specifications and DWG IE6.

f. Conductors and cables – All interior wires will be THHN according to the drawings and

specifications. The minimum accepted gauge is 4mm 2 (12 AWG). The handling and installation

shall be carried out properly using only lubricants for this purpose. Also, it is required the

replacement of the exiting wires/cables installed in the existing conduit.

g. Wiring Devices – Office space and general work area shall be provided with receptacles,

switches, wall pates according to the drawings and specifications.

h. Lighting Control Devices – Supply and install motion sensors according to the

specifications and drawings. It will be included a time switches if it is not supplied with the water

heater equipment.

i. Electrical Identification – Coordinate name, abbreviations, colors, and other designations

with corresponding designations in the Contract Documents or those required by codes and

standards. Use consistent designations throughout Project. Use the following color for service

feeder and branch-circuit phase conductors:

Phase A: Black

Phase B: Red

Phase C: Blue

Ground: Green

Apply caution labels for indoor boxes and enclosures for Power and Lighting. The contractor shall

identify the conductors in enclosures, boxes showing source, circuit number.

j. Lighting Fixtures – Fixtures shall be provided according to the project specifications and

drawings. Exit lights shall be installed in compliance with NFPA 101.

k. Grounding and Bonding – The grounding connection shall meet NFPA 70, Article 250.

The contractor shall confirm the correct installation of the grounding system connected to the

grounding wells. Grounding wells shall be tested according to National Electrical Code and

standards.

l. Electrical Testing - . It shall be accomplished according to project specifications Include

the following minimum preparations as appropriate:

Perform insulation-resistance tests.

Perform continuity tests.

Perform rotation test (for motors to be tested).

Load balancing.

Level of lighting.

Operation of all Facilities at Full load.

1.5.4 FIRE AND LIFE SAFETY

a. The contractor shall evaluate the existing building fire alarm/detection system and

accomplished the modifications in order to meet with drawings (DWG IE04), project specifications

STATEMENT OF WORK

PAGE 5 OF 13

NEW CONSULAR AGENCY – CUSCO, PERU

(Item 5.3) and applicable codes and standards (NFPA 72).

b. The Contractor shall include but not be limited to:

Configuration of exiting Fire Panel Mircon model FA-1025T located at the reception desk

on the 1st Floor of the building.

Smoke detection in the public spaces and office space.

Synchronized Bell/strobe devices

Pull stations

1.5.5 COMMUNICATION SYSTEM

a. The contractor shall include the supply and installation of cable trays, raceways (EMT),

boxes and boxes for all the data outlets included in the project.

b. The U.S. Government will be responsible for the installation of the communication system

according to the specifications and drawings under the following consideration:

The telecommunications system consist of a structured horizontal cable plant including

cabinets, horizontal Category 6 cabling to the stations, outlets, faceplates, termination

blocks, patch panels, and patch cords.

Each standard work area outlet (WAO) shall consist of four (4) Category 6 (CAT6) rated

RJ-45 jacks on a single gang faceplate. The first RJ-45 jack will be blue color and shall

support a blue, plenum-rated CAT6 cable in support of voice connectivity. The second

RJ-45 jack shall be orange color and shall support an orange, plenum-rated CAT6 cable

in support of data (internet) connectivity. The third RJ-45 shall be green color and shall

support a green, plenum-rated CAT6 cable in support of data (internet) connectivity. The

fourth RJ-45 jack shall be yellow color and shall support a yellow, plenum-rated CAT6

cable in support of voice or data (internet) connectivity.

Three (3) color-coded patch panels (orange, green, and yellow) shall be installed in the

wiring closet. Extend the cabling from each WAO to the wiring closet and install in the

corresponding color-matched patch panel.

Twelve (12) frame-mounted Bix-style telephone cross-connect blocks shall be installed in

the wiring closet in two groups of six (6) each. Extend the blue cabling from each WAO to

the wiring closet and terminate in one group of six (6) Bix blocks to serve as telephone

house cabling.

Finally, the Test and Certification of all horizontal cabling will be included. All cables will

be identified and labeled at both ends (WAO) and wiring closet (patch panel for Orange,

green and Yellow, and Bix blocks for Blue).

c. Intercom - Automated access control and remote door opener from office to main street

door is provided by Landlord. Contractor shall consider the relocation of the equipment on the

office side. Teller window intercom is not requested.

1.5.6 PLUMBING

a. Install plumbing systems to include cold and hot water, sanitary drains for plumbing

fixtures in the public bathroom and new Kitchenette according to specifications and DWG IS01.

STATEMENT OF WORK

PAGE 6 OF 13

NEW CONSULAR AGENCY – CUSCO, PERU

b. Install new plumbing fixtures and accessories according to drawings and specifications

with the models water closets, lavatory, faucets and accessories according to specifications and

drawings including plumbing rough-ins. Ensure ADA compliance.

c. Provide and install water heater for Office bathroom. Brand Sole Capacity 15 Lt.

1.5.7 TECHNICAL SECURITY SYSTEM (TSS)

Not Required

1.6 Work shall be completed as expeditiously as possible. The structure shall be occupied during the

execution of this contract. Contractor shall coordinate with COR for work phasing and job

sequencing with work commencing and completing in each apartment unit in a sequential

manner. Contractor to submit a phasing plan with construction schedule for review and approval

prior to commencement of work at the site.

Contractor may be allowed to overlap phases upon exhibition of sufficient capability to execute the

project simultaneously with the approval of the COR.

2.0 GENERAL REQUIREMENTS

2.1 The Contractor shall provide quantity surveyors, construction personnel, equipment, materials,

tools and supervision as needed to complete the services that meet the technical requirements in

this Statement of Work [SOW]. It is expected that the Contractor shall partner closely with

Embassy personnel.

2.2 The work shall be executed in a diligent manner in accordance with a negotiated firm fixed price

and performance period. The period of performance for all Phases of the project shall be

according to Item 9 of this document.

2.3 The Contractor shall have limited access to or be admitted into any structure outside the areas

designated for the project except with permission by the U.S. Government. The Contractor shall

address the impact of the consequent disruption and provide for a continuing level of operation for

continuous occupation of the property during construction.

2.4 The Contractor shall be required to prepare and submit reports, bill of materials, product literature,

drawings, specifications, quality control schedules, safety plan and construction costs. These

documents shall provide the necessary interfaces, coordination, and communication between the

U.S. Government and Contractor for the delivery of a completed project.

3.0 GOVERNMENT MATERIAL (GM)

Pursuant to Contract Clause FAR 52-245-2, Government-Furnished Property (Short Form), the

Government will furnish the following materials and equipment for the installation by the Contractor. The

Government Material (GM) will be delivery from Lima City to Cusco, and shall be stored at construction

site. The contractor shall move, uncrate, assemble, and install the GM. GM shall be uncrated and

inspected by the contractor in the presence of the Contracting Officer’s Representative (COR) to

determine any damaged or missing parts. The contractor shall be responsible for damage or loss

occurring after this inspection. The contractor shall notify the COR fourteen days in advance of the date

STATEMENT OF WORK

PAGE 7 OF 13

NEW CONSULAR AGENCY – CUSCO, PERU

the GM is needed. Any GM not incorporated in the work shall be returned to the Government and placed

in storage at US Embassy, Lima as directed by the COR.

3.1 Contractor shall provide adequate quantities of materials in addition to the inventory of materials

currently stored at the site to provide a complete the project as specified. Detailed List of Items provided at

the site includes:

ITEM DESCRIPTION QTY COMMENTS

1 Teller Windows 3 GFCI

2 5-Min FE Door, Frame and hardware 1 GFCI

3 Communicaction System (Wiring, telephone hand sets, __

Path Panels and PBX Equipment)

4 Carpet (Office Area) ----GFCI (Supplied

by Landord)

5 Floor Ceramic Tile (Public Area) ----GFCI (Supplied

by Landord)

6 Ceiling Tiles ----GFCI (Supplied

by Landord)

7 Walk Through Metal Detector 1 GFGI

8 Furniture ----

OFOI (Supplied and

installed by other

Contractor)

GFGI

4.0 CONTRACT ADMINISTRATION 4.1 The Contractor shall not conduct any work that is beyond this Statement of Work and

accompanying specifications unless directed in writing by the Contracting Officer [CO]. Any work

done by the Contractor beyond this SOW and accompanying specifications without direction from

the CO will be at the Contractor’s own risk and at no cost to the U.S. Government.

4.2 The Contracting Officer shall provide a Notice to Proceed [NTP] to the Contractor. No work shall

be initiated until the NTP is issued by the CO.

4.3 The Contracting Officer may designate more than one individual to serve as the Contracting

Officer's Representative [COR]. The Contractor will be furnished evidence of COR appointments,

including explicit authority delegated to each COR and their responsibilities. The COR will handle

day-to-day administrative duties for the CO, but is not authorized to change the requirements of

this contract. That authority is limited to the Contracting Officer.

4.4 The Contracting Officer may designate more than one individual to serve as a Government

Technical Monitor (GTM) throughout the duration of this contract. The Contractor will be

furnished evidence of GTM appointments, including explicit authority delegated to each GTM and

their responsibilities. The GTM’s primary function is to work closely with the COR on day-to-day

administrative duties. The GTM is not authorized to change the requirements of this contract.

STATEMENT OF WORK

PAGE 8 OF 13

NEW CONSULAR AGENCY – CUSCO, PERU

That authority is limited to the Contracting Officer.

4.5 The U.S. Government does not make representations or warranties of whatsoever kind or nature,

either expressed or implied, as to the quality, level of completion, accuracy, extent of compliance

with the standards, codes and requirements described or referred to in this SOW, or the extent of

coordination between or among the documents provided to the Contractor.

4.6 The U.S. Government’s review, approval, or acceptance of, nor payment for the services required

under this contract shall be construed to operate as a waiver of any rights under this contract or

any cause of action against the Contractor arising out of the performance of this contract.

4.7 The U.S. Government has the right to inspect and test all services called for by the contract, to the

extent practicable at all times and places during the term of the contract. The Office of Overseas

Buildings Operations (OBO) may perform quality assurance inspections [QAI] and tests during

construction to confirm the work is installed according to the SOW.

4.8 The Contracting Officer has the authority to issue a temporary stop order during the execution of

any particular phase of this SOW. This authority may be executed when the U.S. Government

requires time for official functions, or when it is in possession of specific credible information

indicating that the lives of U.S. Government personnel and on-site contractors are immediately

threatened and that the execution of the project will increase the U.S. Government's vulnerability.

The Contractor shall promptly notify the COR that work has been stopped.

4.9 If any of the Contractor’s services do not conform to the contract requirements, the COR may

require the Contractor to perform the services again until the services conforms to the contract

requirements. The U.S. Government may, by contract or otherwise, perform the services and

charge the Contractor any cost incurred by the U.S. Government that is directly related to the

performance of such service. Should the Contractor fail to take corrective measures after

repeated notices of being “non-compliant”, the CO may take steps to terminate the contract for

default.

4.10 The U.S. Government has the right to terminate this contract for convenience at any time, in

whole or in part, if the Contracting Officer determines it is in the best interest of the U.S.

Government.

5.0 RESPONSIBILITY OF THE CONTRACTOR

5.1 The Contractor shall be responsible for the professional quality, technical accuracy, and the

coordination of all construction and other services furnished under this contract. The Contractor

shall, without additional compensation, correct or revise any errors or deficiencies in its

construction and other services.

5.2 The Contractor shall identify a Project Site Manager who shall be responsible for the overall

management of the project and shall represent the Contractor on the site during construction.

The Project Site Manager must have good English skills (both oral and written) and shall be

approved by the COR. The Contractor shall submit to the COR for acceptance a copy of the

Project Site Manager’s résumé within five (5) days after the Contract Award.

5.3 The Project Site Manager shall attend all project meetings, prepare Status Reports on the project

and submit them to the COR. Status Reports shall contain meeting minutes, accomplishments,

arising concerns and proposed solutions, any proposed changed orders, pending Requests for

Information (RFIs), and any other pertinent information required to report the progress of

STATEMENT OF WORK

PAGE 9 OF 13

NEW CONSULAR AGENCY – CUSCO, PERU

performance.

5.4 All documentation produced for this project will become the ownership of the U.S. Government at

the completion of this project.

5.5 The Contractor shall verify that all materials, equipment, and systems provide operational

dependability. The Contractor assures the completed construction shall be easily maintained,

serviced or replaced with readily available materials and services.

5.6 Any cost associated with services subcontracted by the Contractor shall be borne by and be the

complete responsibility of the Contractor under the fixed price of this contract.

5.7 The Contractor is responsible for job site safety throughout the duration of this project.

Appropriate measure shall be implemented to protect both U.S. Embassy and Contractor

personnel from accidents. The contractor must provide his/her employees with the proper

personal protective equipment (PPE) to minimize job site accidents. Typical PPE includes hard-

hats, safety glasses or face shields, full-body harnesses for fall protection, welding face shields,

respirators, and any other PPE that may be appropriate for each task. The Contractor shall

promptly report all lost time accidents to the CO or COR, including disabling or fatal injuries. The

Contractor shall meet the requirements of the accident prevention clause specified in the

Department of State Acquisition Regulations (DOSAR) 652.236-70. The full text can be found at

www.ecfr.gov .

5.8 The Contractor shall be and remain liable to the U.S. Government in accordance with applicable

law for all damages to the U.S. Government caused by the Contractor's negligent performance of

any of the services furnished under this contract. The rights and remedies for the U.S.

Government provided for under this contract are in addition to any other rights and remedies

provided by law.

6.0 PRE-CONSTRUCTION REQUIREMENTS

6.1 The Contractor shall examine all the documents and visit the site to fully inform themselves of all

the conditions and limitations applied to the work and submit a firm fixed price cost proposal for all

the work. Subsequent cost allowance will not be made to the Contractor for failure to address all

elements of this SOW, including existing site conditions, in their proposal

6.2 The Contractor must provide a statement that the Contractor’s company and all personnel are

experienced and completed in Construction similar to type and scope required for the work.

6.3 The Contractor shall prepare and submit a Quality Control Schedule [QCS] and Project Safety

Plan [PSP] to address the project. The QCS and PSP are intended to document the entire project

from beginning to end.

6.4 The Contractor shall submit a copy of a Contractor’s Installation Guarantee, signed by the

Contractor, covering all work, labor and equipment for a period of ONE [1] year after completion of

the project. Warranty work including repairs and replacement shall be at no cost to the U.S.

Government

6.5 The Contractor shall submit a Bill of Materials [BOM], product literature, samples and standard

specification submittals of all materials to be used in the project provided by the contractor. The

BOM's shall list the equipment and materials in sufficient detail that a purchase order for the

materials and equipment can be executed without further elaboration or specifications. These

documents will be used by the U.S. Government to approve all equipment and materials.

STATEMENT OF WORK

PAGE 10 OF 13

NEW CONSULAR AGENCY – CUSCO, PERU

7.0 CONSTRUCTION REQUIREMENTS

7.1 No construction shall begin until approvals of the Pre-Construction Submittals are accepted by the

COR.

7.2 The Contractor shall be responsible for all required materials not provided by the U.S.

Government, equipment and personnel to manage, administer, and supervise the project. All

workmanship shall be of good quality and performed in a skillful manner as determined by the

COR.

7.3 All materials and equipment incorporated into the project shall be new unless noted otherwise.

The Contractor shall transport and safeguard all materials and equipment required for

construction.

7.4 Equipment and materials shall be carefully handled, properly stored, and adequately protected to

prevent damage before and during installation, in accordance with the manufacturer's

recommendations. Damaged or defective items shall be replaced. The contractor will be

responsible for security of all materials and equipment.

7.5 Receipt Of Materials - Shipment of equipment, materials, and supplies shall be addressed to the

Contractor - not the U.S. Government. The Contractor must be on hand to accept shipments; the

U.S. Government will not accept shipments.

7.6 The Contractor will be provided with a storage and staging area as determined by the COR. The

Contractor shall be responsible for restoring the area to its original condition at the completion of

the work. The Contractor shall be responsible for repair of any damage incurred to buildings or

pavement as a result of storage activities. The Contractor is responsible for obtaining any

additional off compound storage areas as required.

7.7 The Contractor shall keep the work area, including storage areas, clean and orderly, and free

from the accumulations of waste materials and debris. Clutter and accumulation of waste creates

a safety hazard for personnel and therefore must be managed and addressed daily. The

Contractor shall comply with all local regulations pertaining to the storage, transport and disposal

of waste material, including items that are considered to be hazardous waste.

7.8 The Contractor shall perform the work at the site during normal workday hours, unless otherwise

agreed upon with the COR. Those hours are 08:00 AM until 05:00 PM Monday through Saturday.

Construction activities that create excessive noise, or required utility outages may have to be

scheduled for after-hours such as nights, weekends or holidays.

7.9 The Contractor shall be responsible for connection of temporary utilities to existing utilities

including water and power lines. All temporary connections to local water and power lines shall be

coordinated with the COR. The Contractor shall pay all costs incurred in connecting, converting,

and transferring the utilities to the work. The Contractor shall be responsible for making

connections including providing back flow preventer devices on connections to domestic water

lines, providing transformers, and for disconnections.

7.10 At the end of each work day, or notification of a temporary stop order, the Contractor shall lower

and fixed all temporary work platforms and/or harnesses. Contractor shall notify the COR of the

temporary barricade locations. Beginning the next workday, the contractor shall remove the

temporary barricades before continuing the project.

STATEMENT OF WORK

PAGE 11 OF 13

NEW CONSULAR AGENCY – CUSCO, PERU

7.11 Storm Protection - Should warnings of wind of gale force or stronger be issued, the Contractor

shall take every practicable precaution to minimize danger to person, the work and adjacent

property. Precautions shall include, but not be limited to, closing all openings, removing all loose

materials, tools and equipment from exposed locations, and other temporary work.

7.12 Permits and responsibilities: The Contractor shall, without additional expense to the Government, be

responsible for obtaining any licenses, fees, inspections, permits, and for complying with any federal,

and municipal laws, codes, and regulations applicable to the performance of the work. The

Contractor shall also be responsible for all damages to persons or property that occur as a result of

the Contractor’s fault or negligence, and shall take proper safety and health precautions to protect

the work, workers, the public, and the property of others. The Contractor shall also be responsible

for all materials delivered and work performed until completion and acceptance of the entire work,

except for any completed unit of work which may have been accepted under the contract.

7.13 Landscape Restoration - The surfaces of all unpaved areas disturbed by construction activities

shall be sodded with an approved grass native to the sodded area as approved by the COR.

These shall include areas which existing pavement is removed, areas where excavation takes

place, and areas where existing sod is killed or compacted by construction activities. Landscape

shrubs killed or damaged by construction activities shall be replaced with same species and size.

8.0 CRITERIA

8.1 The Contractor work shall in accordance with US codes and standards. The COR will review and

comment on the Contractor’s submissions using the following codes and standards:

American Society for Testing & Materials,

2012 International Building Code (ICBO)

2014 National Electrical Code (NFPA 70)

2012 International Plumbing Code (ICBO).

International Mechanical Code (ICBO).

Mechanical Systems - ASHRAE and SMACNA Standards.

2012 National Fire Protection Association (NFPA 101) Life Safety Code.

2013 National Fire Alarm and Signaling Code, NFPA 72

American Concrete Institute, 381 (ACI)

Uniform Federal Accessibility Standards (USAF)

Americans with Disability Act Accessibility Guidelines (ADAAG)]

2006 Peruvian Electrical Code

Statement of Work for Construction Services and the following accompanying specifications and

drawings:

ATTACHMENTS

Attachment 1: Scope of Work

Attachment 2: Specifications

Attachment 3: Submittal Fe Doors and Teller Windows

Attachment 4: Division 1 – General Requirements

Attachment 5: Breakdown of Price by Divisions of Specifications

Attachment 6: Drawings

SHEET DESCRIPTION

A 101 FIRST FLOOR AND DEMOLITION PLAN

A 102 SECOND FLOOR PLAN

STATEMENT OF WORK

PAGE 12 OF 13

NEW CONSULAR AGENCY – CUSCO, PERU

A 103 WALL AND FLOOR FINISHING

A 104 CEILING PLAN AND FURNITURE

DISTRIBUTION

A 301 SECTIONS

A 501 CONSTRUCTIVE DETAILS

A 502 DOOR AND WINDOWS DETAILS

A 503 BATHROOM AND KICHENETTE DETAILS

E 101 AS BUILT ELECTRIC INSTALACION CEILING

E 102 AS BUILT ELECTRIC INSTALLATION WALLS

EL 101 LIGHTING

F 101 FIRE/SAFETY

EP 101 POWER OUTLETS

T 101 TELEPHONE DATA

E 103 LEYEND AND ELECTRIC PANELS

A 105 AS BUILT GROUND FLOOR

M 101 MECHANICAL INSTALLATION (HVAC)

P 101 PLUMBING

Attachment 7: Catalogs

Attachment 8: Standard Form 25, “Performance and Guaranty Bond”

Attachment 9: Standard Form 25A, “Payment Bond”

Attachment 10: Sample Letter of Bank Guaranty

9.0 DELIVERABLE SCHEDULE

9.1 The Contractor shall commence work under this contract promptly, execute the work diligently,

and achieve final completion and acceptance including final cleanup of the premises within the

period specified.

9.2 Milestone:

Contractor Pre-Proposal Site Visit May 20, 2016 at 1000 hrs.

Delivery of proposals June 17, 2016 by 1000 hrs.

Award of Contract & Notice to Proceed To be determined

Construction Begins Within 10 days of NTP and/or when personnel is

cleared by Embassy Security

Construction Duration 80 calendar days

9.3 Project Completion: Furnish one copy of maintenance and operating information, Contractor’s one

year workmanship guarantee and product literature of all items installed.

10.0 PROJECT SECURITY

10.1 The work to be performed under this contract requires that the Contractor, its employees and sub-

contractors submit corporate, financial and personnel information for review by the U.S.

STATEMENT OF WORK

PAGE 13 OF 13

NEW CONSULAR AGENCY – CUSCO, PERU

Government. Information submitted by the Contractor will not be disclosed beyond the U.S.

Government.

10.2 The Contractor shall submit this information including construction vehicle requirements within 10

days of the Notice to Proceed.

END OF STATEMENT OF WORK