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