+ All Categories
Home > Documents > STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of...

STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of...

Date post: 19-Jul-2020
Category:
Upload: others
View: 3 times
Download: 0 times
Share this document with a friend
72
. .t- Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082 Refurbishment Multipurpose Room Enclosed is a Request for Quotation (RFQ) for the refurbishment of the Peruvian National Police (PNP) Multipurpose Room based in Callao. If you would like to submit a quotation, follow the instructions in Section J of the solicitation and complete the required portions ofthe attached document. The U.S. Embassy will conduct a pre-proposal conference and site visit in the project location in Callao on Junc 7. 2018 ar 10:00 a.m. Please submit full name and DNIs of the people attending the visit to Mr. Saul Espinoza at espinozase r{.state.qoi' no later t}ran June 05, 2018 by l0:00 a.m. in order get the authorization access to the building. For a proposal to be considered acceptable, you must complete and submit two (2) hard copies in English of the following documentation: Volume I: . SF-1442 (block 14, 15, 16, 17,20a,20band 20c) . Section A - Price - Attachment 2 - Price Schedule Breakdown Volume 2: . Attachment 3 - Proposed Performance Chart - Section J - lnformation as requested under Solicitation Provisions - Section L - Representations and Certifications and Other Statements of Offcrors, including proof of System for Award Management (SAM) registration if applicable The U.S. Govemment intends to award a contract to the responsiblc company submitting an acceptable quotation at the lowest price. We intend to award a contract based on initial quotations, without holding discussions, although we may hold discussions with companies in the competitive range ifthere is a need to do so. Your quote must be submitted in a sealed envelope marked "Proposal Enclosed" to Noemi Davila, Contracting Officer, Av. Lima Polo cdra 2, Monterrico, Surco on or before l0:00 a.m. on June 15, 201E. (locat &te and time). No quotations will be accepted after this date and time. S vl Enclosed: a./s N Officer a)
Transcript
Page 1: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

. .t-

Embassy of the United States of AmericaI.ima, Peru

May 30.2018

Dear Prospective offeror,

Subject: RFQ for 19PE5018Q0082

Refurbishment Multipurpose Room

Enclosed is a Request for Quotation (RFQ) for the refurbishment of the Peruvian National Police (PNP)

Multipurpose Room based in Callao. If you would like to submit a quotation, follow the instructions inSection J of the solicitation and complete the required portions ofthe attached document.

The U.S. Embassy will conduct a pre-proposal conference and site visit in the project location in Callao

on Junc 7. 2018 ar 10:00 a.m. Please submit full name and DNIs of the people attending the visit to Mr.Saul Espinoza at espinozase r{.state.qoi' no later t}ran June 05, 2018 by l0:00 a.m. in order get the

authorization access to the building.

For a proposal to be considered acceptable, you must complete and submit two (2) hard copies inEnglish of the following documentation:

Volume I:. SF-1442 (block 14, 15, 16, 17,20a,20band 20c). Section A - Price

- Attachment 2 - Price Schedule BreakdownVolume 2:

. Attachment 3 - Proposed Performance Chart- Section J - lnformation as requested under Solicitation Provisions

- Section L - Representations and Certifications and Other Statements of Offcrors,including proof of System for Award Management (SAM) registration if applicable

The U.S. Govemment intends to award a contract to the responsiblc company submitting an acceptablequotation at the lowest price. We intend to award a contract based on initial quotations, without holdingdiscussions, although we may hold discussions with companies in the competitive range ifthere is aneed to do so.

Your quote must be submitted in a sealed envelope marked "Proposal Enclosed" to Noemi Davila,Contracting Officer, Av. Lima Polo cdra 2, Monterrico, Surco on or before l0:00 a.m. on June 15,

201E. (locat &te and time). No quotations will be accepted after this date and time.

S

vl

Enclosed: a./s

N

Officer

a)

Page 2: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

SOLICITATION, OFFER, AND AWARD

(Construction, Alteration, or Repair)

1. SOLICITATION NUMBER 19PE5018Q0082

2. TYPE OF SOLICITATION

SEALED BID (IFB)

NEGOTIATED (RFP)

3. DATE ISSUED 05/30/2018

PAGE 1 OF 71 PAGES

IMPORTANT - The "offer" section on the reverse must be fully completed by offeror.4. CONTRACT NUMBER 5. REQUISITION/PURCHASE REQUEST NUMBER

PR73618796. PROJECT NUMBER

IN23PE02

7. ISSUED BY CODE PE500AMERICAN EMBASSY LIMAave. Lima Polo Cdra 2 Monterrico, ATTN: INL ManagementLima PERU

8. ADDRESS OFFER TOAMERICAN EMBASSY LIMAAve. Lima Polo Cdra 2 Monterrico, ATTN: GSO/ProcurementLimaPERU

9. FOR INFORMATIONCALL:

a. NAME Saul E Espinoza

b. TELEPHONE NUMBER (Include area code) (NO COLLECT CALLS)

SOLICITATIONNOTE: In sealed bid solicitations "offer" and "offeror" mean "bid and "bidder".10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying number, date)

Solicitation for Refurbishment to improve conditions of the Multipurpose Training Room of the Peruvian National Police (PNP) based in Callao Region according to attached Statement of Work and related documents

11. The contractor shall begin performance within calendar days and complete it within calendar days after receiving

award, x notice to proceed. This performance period is x mandatory negotiable. (See ).

13. ADDITIONAL SOLICITATION REQUIREMENTS:

a. Sealed offers in original and copies to perform the work required are due at the place specified in Item 8 by (hour)

local time (date). If this is a sealed bid solicitation, offers will be publicly opened at that time. Sealed envelopes

containing offers shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due.

b. An offer guarantee x is, is not required.

c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.

d. Offers providing less than calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

STANDARD FORM 1442 (REV. 8/2014)Prescribed by GSA - FAR (48 CFR) 53.236-1(d)

12A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If “YES,” indicate within how many calendar days after award in Item 12B.)

x YES NO

12B. CALENDAR DAYS

19PE5018Q0082 Page 1 of 71

EspinozaSE
Typewritten Text
2
EspinozaSE
Typewritten Text
10:00
EspinozaSE
Typewritten Text
06/ 15 /2018
EspinozaSE
Typewritten Text
30
EspinozaSE
Typewritten Text
x
Page 3: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

AMOUNTS

OFFER (Must be fully completed by offeror)15. TELEPHONE NUMBER (Include area code)14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code)

CODE FACILITY CODE

16. REMITTANCE ADDRESS (Include only if different than Item 14.)

17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of this solicitation, if this offer is accepted

by the Government in writing within calendar days after the date offers are due. (Insert any number equal to or greater than the minimum requirement

stated in Item 13d. Failure to insert any number means the offeror accepts the minimum in Item 13d.)

18. The offeror agrees to furnish any required performance and payment bonds.

19. ACKNOWLEDGMENT OF AMENDMENTS(The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)

AMENDMENT NUMBER

DATE.

20a. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) 20b. SIGNATURE 20c. OFFER DATE

STANDARD FORM 1442 (REV. 8/2014) BACK

AWARD (To be completed by Government)21. ITEMS ACCEPTED:

22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

24. SUBMIT INVOICES TO ADDRESS SHOWN IN(4 copies unless otherwise specified)

ITEM 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( )

26. ADMINISTERED BY CODE 27. PAYMENT WILL BE MADE BY

CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE

28. NEGOTIATED AGREEMENT (Contractor is required to sign thisdocument and return copies to issuing office.) Contractor agrees tofurnish and deliver all items or perform all work, requisitions identifiedon this form and any continuation sheets for the consideration slated inthis contract. The rights and obligations of the parties to this contractshall be governed by (a) this contract award, (b) the solicitation, and (c)the clauses, representations, certifications, and specifications orincorporated by reference in or attached to this contract.

29. AWARD (Contractor is not required to sign this document.) Youroffer on this solicitation is hereby accepted as to the items listed. Thisaward consummates the contract, which consists of (a) the Governmentsolicitation and your offer, and (b) this contract award. No furthercontractual document is necessary.

30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED TO SIGN (Type or print)

31A. NAME OF CONTRACTING OFFICER (Type or print)

30B. SIGNATURE 30C. DATE 31B. UNITED STATES OF AMERICA, BY 31C. AWARD DATE

19PE5018Q0082 Page 2 of 71

EspinozaSE
Highlight
Page 4: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Table of Contents

SF-1442 COVER SHEET 19PE5018Q0082............................................................................................................... 1

A. PRICE ............................................................................................................................................................ 2

B. SCOPE OF WORK ....................................................................................................................................... 4

C. PACKAGING AND MARKING ................................................................................................................. 4

D. INSPECTION AND ACCEPTANCE .......................................................................................................... 5

E. DELIVERIES OR PERFORMANCE ......................................................................................................... 6

F. ADMINISTRATIVE DATA ......................................................................................................................... 9

G. SPECIAL REQUIREMENTS .................................................................................................................... 10

H. CLAUSES .................................................................................................................................................... 15

I. LIST OF ATTACHMENTS ....................................................................................................................... 22

J. QUOTATION INFORMATION ............................................................................................................... 23

K. EVALUATION CRITERIA ....................................................................................................................... 29

L. REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OFOFFERORS OR QUOTERS ...................................................................................................................... 30

19PE5018Q0082 Page 3 of 71

EspinozaSE
Typewritten Text
ATTACHMENTS: Attachment 01 : Scope of Work........................................................................................................37 Attachment 02 : Price Schedule Breakdown.....................................................................................60 Attachment 03 : Proposed Performance Chart..................................................................................63 Attachment 04 : Daily Construction Report......................................................................................64 Attachment 05 : Shop Drawing Approval Request...........................................................................65 Attachment 06 :Letter of Bank Guaranty..........................................................................................67 Attachment 07 : Drawings.................................................................................................................70 Attachment 08 : Progress Payment Request......................................................................................71
Page 5: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

REQUEST FOR QUOTATIONS – CONSTRUCTION SF-1442 COVER SHEET 19PE5018Q0082

A. PRICE

The Contractor shall complete all work, including furnishing all labor, material, equipment and services required under this purchase order for the following firm fixed price and within the time specified. This price shall include all labor, materials, all insurances, overhead and profit.

Total Price (including all labor, materials, overhead and profit)

A.1 VALUE ADDED TAX

VALUE ADDED TAX (VAT). The Contractor shall include VAT as a separate charge on the Invoice and as a separate line item in Section B.

Total Cost of Service US$ 18% VAT Total Contract Cost

B. SCOPE OF WORKThe character and scope of the work are set forth in the contract. The Contractor

shall furnish design/build services and install all materials required by this contract. The Peruvian National Police shall furnish construction materials for this project which are listed in the Statement of Work (SOW), please refer to the full SOW on page 37 of this solicitation.

In case of differences between small and large-scale drawings, the latter will govern. Where a portion of the work is drawn in detail and the remainder of the work is indicated in outline, the parts drawn in detail shall apply also to all other portions of the work.

C. PACKAGING AND MARKING

Mark materials delivered to the site as follows: Callao Police Region headquarter, Jiron Apurimac 647 (place of project performance), all packed materials must be labeled with the USG contract number, full coordination must be done with the PNP reps and the Contracting officer Representative “COR”.

19PE5018Q0082 Page 4 of 71

Page 6: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

D. INSPECTION AND ACCEPTANCE

The COR, or his/her authorized representatives, will inspect from time to time the services being performed and the supplies furnished to determine whether work is being performed in a satisfactory manner, and that all supplies are of acceptable quality and standards.

The Contractor shall be responsible for any countermeasures or corrective action, within the scope of this contract, which may be required by the Contracting Officer as a result of such inspection.

D.1 SUBSTANTIAL COMPLETION

(a) "Substantial Completion" means the stage in the progress of the work as determinedand certified by the Contracting Officer in writing to the Contractor, on which the work (or a portion designated by the Government) is sufficiently complete and satisfactory. Substantial completion means that the property may be occupied or used for the purpose for which it is intended, and only minor items such as touch-up, adjustments, and minor replacements or installations remain to be completed or corrected which:

(1) do not interfere with the intended occupancy or utilization of the work, and(2) can be completed or corrected within the time period required for final

completion.

(b) The "date of substantial completion" means the date determined by the ContractingOfficer or authorized Government representative as of which substantial completion of the work has been achieved.

Use and Possession upon Substantial Completion - The Government shall have the right to take possession of and use the work upon substantial completion. Upon notice by the Contractor that the work is substantially complete (a Request for Substantial Completion) and an inspection by the Contracting Officer or an authorized Government representative (including any required tests), the Contracting Officer shall furnish the Contractor a Certificate of Substantial Completion. The certificate will be accompanied by a Schedule of Defects listing items of work remaining to be performed, completed or corrected before final completion and acceptance. Failure of the Contracting Officer to list any item of work shall not relieve the Contractor of responsibility for complying with the terms of the contract. The Government's possession or use upon substantial completion shall not be deemed an acceptance of any work under the contract.

D.2 FINAL COMPLETION AND ACCEPTANCE

D.2.1 "Final completion and acceptance" means the stage in the progress of the work asdetermined by the Contracting Officer and confirmed in writing to the Contractor, at which all work required under the contract has been completed in a satisfactory manner, subject to the discovery of defects after final completion, and except for items specifically excluded in the notice of final acceptance.

19PE5018Q0082 Page 5 of 71

Page 7: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

19PE5018Q0082 Page 6 of 71

D.2.2 The "date of final completion and acceptance" means the date determined by theContracting Officer when final completion of the work has been achieved, as indicated by written notice to the Contractor.

D.2.3 FINAL INSPECTION AND TESTS. The Contractor shall give the ContractingOfficer at least five (5) days advance written notice of the date when the work will be fully completed and ready for final inspection and tests. Final inspection and tests will be started not later than the date specified in the notice unless the Contracting Officer determines that the work is not ready for final inspection and so informs the Contractor.

D.2.4 FINAL ACCEPTANCE. If the Contracting Officer is satisfied that the work underthe contract is complete (with the exception of continuing obligations), the Contracting Officer shall issue to the Contractor a notice of final acceptance and make final payment upon:

• Satisfactory completion of all required tests,• A final inspection that all items by the Contracting Officer listed in the Schedule

of Defects have been completed or corrected and that the work is finally complete (subject to the discovery of defects after final completion), and

• Submittal by the Contractor of all documents and other items required uponcompletion of the work, including a final request for payment (Request for Final Acceptance).

E. DELIVERIES OR PERFORMANCE52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR1984)

The Contractor shall be required to: (a) commence work under this contract within ___15 calendar days after the date

the Contractor receives the notice to proceed,(b) prosecute the work diligently, and,(c) Complete the entire work ready for use not later than __60 calendar days__

after Notice for Proceed.The time stated for completion shall include final cleanup of the premises and the punch

list items.

52.211-12 LIQUIDATED DAMAGES - CONSTRUCTION (SEPT 2000) (a) If the Contractor fails to complete the work within the time specified in the

contract, or any extension, the Contractor shall pay liquidated damages to the Government in the amount of US$ 20.00 for each calendar day of delay until the work is completed or accepted.

(b) If the Government terminates the Contractor’s right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Default clause.

Page 8: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

CONTRACTOR'S SUBMISSION OF CONSTRUCTION SCHEDULES (a) The time for submission of the schedules referenced in FAR 52.236-15, "Schedules

for Construction Contracts", paragraph (a), is hereby modified to reflect the due date for submission as 10 calendar days after receipt of an executed contract".

(b) These schedules shall include the time by which shop drawings, product data,samples and other submittals required by the contract will be submitted for approval.

(c) The Contractor shall revise such schedules (1) to account for the actual progress ofthe work, (2) to reflect approved adjustments in the performance schedule, and (3) as required by the Contracting Officer to achieve coordination with work by the Government and any separate contractors used by the Government. The Contractor shall submit a schedule, which sequences work so as to minimize disruption at the job site.

(d) All deliverables shall be in the English language and any system of dimensions(English or metric) shown shall be consistent with that used in the contract. No extension of time shall be allowed due to delay by the Government in approving such deliverables if the Contractor has failed to act promptly and responsively in submitting its deliverables. The Contractor shall identify each deliverable as required by the contract.

(e) Acceptance of Schedule: When the Government has accepted any time schedule; itshall be binding upon the Contractor. The completion date is fixed and may be extended only by a written contract modification signed by the Contracting Officer. Acceptance or approval of any schedule or revision thereof by the Government shall not:

(1) Extend the completion date or obligate the Government to do so,(2) Constitute acceptance or approval of any delay, or(3) Excuse the Contractor from or relieve the Contractor of its obligation to

maintain the progress of the work and achieve final completion by theestablished completion date.

NOTICE OF DELAY If the Contractor receives a notice of any change in the work, or if any other conditions

arise which are likely to cause or are actually causing delays which the Contractor believes may result in late completion of the project, the Contractor shall notify the Contracting Officer. The Contractor’s notice shall state the effect, if any, of such change or other conditions upon the approved schedule, and shall state in what respects, if any, the relevant schedule or the completion date should be revised. The Contractor shall give such notice promptly, not more than ten (10) days after the first event giving rise to the delay or prospective delay. Only the Contracting Officer may make revisions to the approved time schedule.

19PE5018Q0082 Page 7 of 71

Page 9: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

NOTICE TO PROCEED (a) After receiving and accepting any bonds or evidence of insurance, the Contracting

Officer will provide the Contractor a Notice to Proceed. The Contractor must then prosecute the work, commencing and completing performance not later than the time period established in the contract.

(b) It is possible that the Contracting Officer may elect to issue the Notice to Proceedbefore receipt and acceptance of any bonds or evidence of insurance. Issuance of a Notice to Proceed by the Government before receipt of the required bonds or insurance certificates or policies shall not be a waiver of the requirement to furnish these documents.

WORKING HOURS All work shall be performed during from Monday thru Friday (8:00 A.M. to 17:30

P.M.) Other hours, if requested by the Contractor, may be approved by the Contracting Officer'sRepresentative (COR). The Contractor shall give 24 hours in advance to COR who will considerany deviation from the hours identified above. Changes in work hours, initiated by theContractor, will not be a cause for a price increase.

PRECONSTRUCTION CONFERENCE

A preconstruction conference will be held 10 days after contract award at in the U.S. Embassy to discuss the schedule, submittals, notice to proceed, mobilization and other important issues that effect construction progress. See FAR 52.236-26, Preconstruction Conference.

DELIVERABLES - The following items shall be delivered under this contract: Description Quantity Deliver Date Deliver

To Section G. Securities/Insurance, refer to attachment 06 1 10 days after award CO Section E. Construction Schedule, refer to attachment 03 1 10 days after award COR Section E. Preconstruction Conference 1 10 days after award COR Section G. Personnel Biographies 1 10 days after award COR

Section F. Payment Request, refer to attachment 08 1 Last calendar day of each month COR

Section D. Request for Substantial Completion 1 15 days before inspection COR

Section D. Request for Final Acceptance 1 5 days before inspection COR

19PE5018Q0082 Page 8 of 71

Page 10: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

F. ADMINISTRATIVE DATA

652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (AUG 1999)

(a) The Contracting Officer may designate in writing one or more Governmentemployees, by name or position title, to take action for the Contracting Officer under this contract. Each designee shall be identified as a Contracting Officer’s Representative (COR). Such designation(s) shall specify the scope and limitations of the authority so delegated; provided, that the designee shall not change the terms or conditions of the contract, unless the COR is a warranted Contracting Officer and this authority is delegated in the designation.

(b) The COR for this contract is INL Police Program Specialist

Payment: The Contractor's attention is directed to Section H, 52.232-5, "Payments Under Fixed-Price Construction Contracts". The following elaborates on the information contained in that clause.

Requests for payment, may be made no more frequently than monthly. Payment requests shall cover the value of labor and materials completed and in place, including a prorated portion of overhead and profit.

After receipt of the Contractor's request for payment, and on the basis of an inspection of the work, the Contracting Officer shall make a determination as to the amount, which is then due. If the Contracting Officer does not approve payment of the full amount applied for, less the retainage allowed by in 52.232-5, the Contracting Officer shall advise the Contractor as to the reasons.

Under the authority of 52.232-27(a), the 14 day period identified in FAR 52.232-27(a)(1)(i)(A) is hereby changed to 30 days.

Embassy of the United States of America – FMO/DBO Av. Lima Polo cda. 2, s/n, Surco RUC: 20293588776 Working Hours: Monday thru Friday from 09:00 to 12:00 hrs LimaBilling [email protected] Avenida Lima Polo block 01 Surco.

The Contractor shall show Value Added Tax (VAT) as a separate item on invoices submitted for payment.

19PE5018Q0082 Page 9 of 71

Page 11: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

G. SPECIAL REQUIREMENTS

G.1.0 PERFORMANCE/PAYMENT PROTECTION - The Contractor shall furnish some form of payment protection (irrevocable letter of credit or bank guarantee) as described in 52.228-13 in the amount of 50% of the contract price. Refer to letter of Bank Guaranty in

attachment 6 of this solicitation. G.1.1 The Contractor shall provide the information required by the paragraph above

within ten (10) calendar days after award. Failure to timely submit the required security may result in rescinding or termination of the contract by the Government. If the contract is terminated, the Contractor will be liable for those costs as described in FAR 52.249-10, Default (Fixed-Price Construction), which is included in this purchase order.

G.1.2 The bonds or alternate performance security shall guarantee the Contractor's execution and completion of the work within the contract time. This security shall also guarantee the correction of any defects after completion, the payment of all wages and other amounts payable by the Contractor under its subcontracts or for labor and materials, and the satisfaction or removal of any liens or encumbrances placed on the work.

G.1.3 The required securities shall remain in effect in the full amount required until final acceptance of the project by the Government. Upon final acceptance, the penal sum of the performance security shall be reduced to 10% of the contract price. The security shall remain in effect for one year after the date of final completion and acceptance, and the Contractor shall pay any premium required for the entire period of coverage.

G.2.0 INSURANCE - The Contractor is required by FAR 52.228-5, "Insurance - Work on a Government Installation" to provide whatever insurance is legally necessary. The Contractor shall at its own expense provide and maintain during the entire performance period the following insurance amounts:

G.2.1 GENERAL LIABILITY (includes premises/operations, collapse hazard, products, completed operations, contractual, independent contractors, broad form property damage, personal injury) :

(1) BODILY INJURY, ON OR OFF THE SITE, IN U.S. DOLLARS

Per Occurrence S/35,000

(2) PROPERTY DAMAGE, ON OR OFF THE SITE, IN U.S. DOLLARS

Per Occurrence COR will evaluate the property damage and determine the cost

Cumulative COR will evaluate the property damage and determine the cost

G.2.2 The foregoing types and amounts of insurance are the minimums required. TheContractor shall obtain any other types of insurance required by local law or that are ordinarily or customarily obtained in the location of the work. The limit of such insurance shall be as

19PE5018Q0082 Page 10 of 71

Page 12: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

provided by law or sufficient to meet normal and customary claims.

G.2.3 The Contractor agrees that the Government shall not be responsible for personalinjuries or for damages to any property of the Contractor, its officers, agents, servants, and employees, or any other person, arising from and incident to the Contractor's performance of this contract. The Contractor shall hold harmless and indemnify the Government from any and all claims arising therefrom, except in the instance of gross negligence on the part of the Government.

G.2.4 The Contractor shall obtain adequate insurance for damage to, or theft of,materials and equipment in insurance coverage for loose transit to the site or in storage on or off the site.

G.2.5 The general liability policy required of the Contractor shall name "the UnitedStates of America, acting by and through the Department of State", as an additional insured with respect to operations performed under this contract.

G.3.0 DOCUMENT DESCRIPTIONS

G.3.1 SUPPLEMENTAL DOCUMENTS: The Contracting Officer shall furnish fromtime to time such detailed drawings and other information as is considered necessary, in the opinion of the Contracting Officer, to interpret, clarify, supplement, or correct inconsistencies, errors or omissions in the Contract documents, or to describe minor changes in the work not involving an increase in the contract price or extension of the contract time. The Contractor shall comply with the requirements of the supplemental documents, and unless prompt objection is made by the Contractor within 20 days, their issuance shall not provide for any claim for an increase in the Contract price or an extension of contract time.

G.3.1.1. RECORD DOCUMENTS. The Contractor shall maintain at the projectsite:

(1) a current marked set of Contract drawings and specifications indicating allinterpretations and clarification, contract modifications, change orders, orany other departure from the contract requirements approved by theContracting Officer; and,

(2) a complete set of record shop drawings, product data, samples and othersubmittals as approved by the Contracting Officer.

G.3.1.2 . "As-Built" Documents: After final completion of the work, but beforefinal acceptance thereof, the Contractor shall provide:

(1) a complete set of "as-built" drawings, based upon the record set ofdrawings, marked to show the details of construction as actuallyaccomplished; and,

(2) record shop drawings and other submittals, in the number and form asrequired by the specifications.

19PE5018Q0082 Page 11 of 71

Page 13: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

G.4.0 LAWS AND REGULATIONS - The Contractor shall, without additional expense

to the Government, be responsible for complying with all laws, codes, ordinances, and regulations applicable to the performance of the work, including those of the host country, and with the lawful orders of any governmental authority having jurisdiction. Host country authorities may not enter the construction site without the permission of the Contracting Officer. Unless otherwise directed by the Contracting Officer, the Contractor shall comply with the more stringent of the requirements of such laws, regulations and orders and of the contract. In the event of a conflict between the contract and such laws, regulations and orders, the Contractor shall promptly advise the Contracting Officer of the conflict and of the Contractor's proposed course of action for resolution by the Contracting Officer.

G.4.1 The Contractor shall comply with all local labor laws, regulations, customs and practices pertaining to labor, safety, and similar matters, to the extent that such compliance is not inconsistent with the requirements of this contract.

G.4.2 The Contractor shall give written assurance to the Contracting Officer that all subcontractors and others performing work on or for the project have obtained all requisite licenses and permits.

G.4.3 The Contractor shall submit proper documentation and evidence satisfactory to the Contracting Officer of compliance with this clause.

G.5.0 CONSTRUCTION PERSONNEL - The Contractor shall maintain discipline at the site and at all times take all reasonable precautions to prevent any unlawful, riotous, or disorderly conduct by or among those employed at the site. The Contractor shall ensure the preservation of peace and protection of persons and property in the neighborhood of the project against such action. The Contracting Officer may require, in writing that the Contractor remove from the work any employee that the Contracting Officer deems incompetent, careless, insubordinate or otherwise objectionable, or whose continued employment on the project is deemed by the Contracting Officer to be contrary to the Government's interests.

G.5.1 If the Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this contract, the Contractor shall immediately give notice, including all relevant information, to the Contracting Officer.

G.5.2 After award, the Contractor has ten calendar days to submit to the Contracting Officer a list of workers and supervisors assigned to this project for the Government to conduct all necessary security checks. It is anticipated that security checks will take __n/a___ days to perform. For each individual the list shall include: Full Name Place and Date of Birth Current Address Identification number

19PE5018Q0082 Page 12 of 71

Page 14: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Failure to provide any of the above information may be considered grounds for rejection and/or resubmittal of the application. Once the Government has completed the security screening and approved the applicants a badge will be provided to the individual for access to the site. This badge may be revoked at any time due to the falsification of data, or misconduct on site.

G.5.3 The Contractor shall provide an English speaking supervisor on site at all times. This position is considered as key personnel under this purchase order.

G.6.0 Materials and Equipment - All materials and equipment incorporated into the work shall be new and for the purpose intended, unless otherwise specified. All workmanship shall be of good quality and performed in a skillful manner that will withstand inspection by the Contracting Officer.

G.7.0 SPECIAL WARRANTIES G.7.1 Any special warranties that may be required under the contract shall be subject to the stipulations set forth in 52.246-21, "Warranty of Construction", as long as they are not in conflict.

G.7.2 The Contractor shall obtain and furnish to the Government all information required to make any subcontractor's, manufacturer's, or supplier's guarantee or warranty legally binding and effective. The Contractor shall submit both the information and the guarantee or warranty to the Government in sufficient time to permit the Government to meet any time limit specified in the guarantee or warranty, but not later than completion and acceptance of all work under this contract.

G.8.0 EQUITABLE ADJUSTMENTS Any circumstance for which the contract provides an equitable adjustment that causes a change within the meaning of paragraph (a) of the "Changes" clause shall be treated as a change under that clause; provided, that the Contractor gives the Contracting Officer prompt written notice (within 20 days) stating:

(a) the date, circumstances, and applicable contract clause authorizing an equitable adjustment and

(b) that the Contractor regards the event as a changed condition for which an equitable adjustment is allowed under the contract

The Contractor shall provide written notice of a differing site condition within 10 calendar days of occurrence following FAR 52.236-2, Differing Site Conditions.

G.9.0 ZONING APPROVALS AND PERMITS The Government shall be responsible for:

- obtaining proper zoning or other land use control approval for the project

19PE5018Q0082 Page 13 of 71

Page 15: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

- obtaining the approval of the Contracting Drawings and Specifications - paying fees due for the foregoing; and, - for obtaining and paying for the initial building permits.

19PE5018Q0082 Page 14 of 71

Page 16: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

H. CLAUSES

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ or http://farsite.hill.af.mil/vffara.htm. Please note these addresses are subject to change.

If the Federal Acquisition Regulation (FAR) is not available at the locations indicated above, use the Department of State Acquisition website at https://www.ecfr.gov/cgi-bin/text-idx?SID=2e978208d0d2aa44fb9502725ecac4e5&mc=true&tpl=/ecfrbrowse/Title48/48chapter6.tplto access links to the FAR. You may also use an internet “search engine” (for example, Google, Yahoo, Excite) to obtain the latest location of the most current FAR.

The following Federal Acquisition Regulation clause(s) is/are incorporated by reference (48 CFR CH. 1):

CLAUSE TITLE AND DATE

52.202-1 DEFINITIONS (NOV 2013)

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2015)

52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016)

52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)

52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)

52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED OR PROPOSED FOR DEBARMENT (OCT 2015)

52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013)

52.213-4 TERMS AND CONDITIONS –SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (NOV 2017)

52.216-7 ALLOWABLE COST AND PAYMENT (JUN 2013)

19PE5018Q0082 Page 15 of 71

Page 17: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997)

52.222-19 CHILD LABOR – COOPERATION WITH AUTHORITIES AND REMEDIES (FEB 2016)

52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009)

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)

52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008)

52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT (FEB 2000)

52.225-19 CONTRACTOR PERSONNEL IN A DESIGNATED OPERATIONAL AREA OR SUPPORTING A DIPLOMATIC MISSION OUTSIDE THE UNITED STATES (MAR 2008)

52.228-4 WORKERS’ COMPENSATION AND WAR-HAZARD INSURANCE OVERSEAS (APR 1984)

52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997)

52.228-11 PLEDGES OF ASSETS (JAN 2012)

52.228-13 ALTERNATIVE PAYMENT PROTECTION (JULY 2000)

52.228-14 IRREVOCABLE LETTER OF CREDIT (NOV 2014)

52.229-6 TAXES - FOREIGN FIXED-PRICE CONTRACTS (FEB 2013)

52.229-7 TAXES- FIXED PRICE CONTRACTS WITH FOREIGN GOVERNMENTS (FEB 2013)

52.232-5 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (MAY 2014)

52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002)

52.232-11 EXTRAS (APR 1984)

52.232-18 AVAILABILITY OF FUNDS (APR 1984)

52.232-22 LIMITATION OF FUNDS (APR 1984)

19PE5018Q0082 Page 16 of 71

Page 18: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

52.232-25 PROMPT PAYMENT (JULY 2013)

52.232-27 PROMPT PAYMENT FOR CONSTRUCTION CONTRACTS (MAY 2014)

52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - SYSTEM FOR AWARD MANAGEMENT (JULY 2013)

52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER – OTHER THAN SYSTEM FOR AWARD MANAGEMENT (JULY 2013)

52.233-1 DISPUTES (MAY 2014) Alternate I (DEC 1991)

52.233-3 PROTEST AFTER AWARD (AUG 1996)

52.236-2 DIFFERING SITE CONDITIONS (APR 1984)

52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK (APR 1984)

52.236-5 MATERIAL AND WORKMANSHIP (APR 1984)

52.236-6 SUPERINTENDENCE BY THE CONTRACTOR (APR 1984)

52.236-7 PERMITS AND RESPONSIBILITIES (NOV 1991)

52.236-8 OTHER CONTRACTS (APR 1984)

52.236-9 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS (APR 1984)

52.236-10 OPERATIONS AND STORAGE AREAS (APR 1984)

52.236-11 USE AND POSSESSION PRIOR TO COMPLETION (APR 1984)

52.236-12 CLEANING UP (APR 1984)

52.236-14 AVAILABILITY AND USE OF UTILITY SERVICES (APR 1984)

52.236-15 SCHEDULES FOR CONSTRUCTION CONTRACTS (APR 1984)

52.236-21 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (FEB 1997)

52.236-26 PRECONSTRUCTION CONFERENCE (FEB 1995)

52.242-14 SUSPENSION OF WORK (APR 1984)

19PE5018Q0082 Page 17 of 71

Page 19: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

52.243-4 CHANGES (JUN 2007) 52.243-5 CHANGES AND CHANGED CONDITIONS (APR 1984) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (NOV 2017) 52.245-2 GOVERNMENT PROPERTY INSTALLATION OPERATION SERVICES

(APR 2012) 52.245-9 USE AND CHARGES (APR 2012) 52.246-12 INSPECTION OF CONSTRUCTION (AUG 1996) 52.246-17 WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN

2003) 52.246-21 WARRANTY OF CONSTRUCTION (MAR 1994) 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-

PRICE) (APR 2012) Alternate I (SEPT 1996)

52.249-10 DEFAULT (FIXED-PRICE CONSTRUCTION) (APR 1984) 52.249-14 EXCUSABLE DELAYS (APR 1984)

The following Department of State Acquisition Regulation (DOSAR) clause(s) is/are set forth in full text: 652.204-70 DEPARTMENT OF STATE PERSONAL IDENTIFICATION CARD ISSUANCE PROCEDURES (MAY 2011)

(a) The Contractor shall comply with the Department of State (DOS) Personal Identification Card Issuance Procedures for all employees performing under this contract who require frequent and continuing access to DOS facilities, or information systems. The Contractor shall insert this clause in all subcontracts when the subcontractor’s employees will require frequent and continuing access to DOS facilities, or information systems.

(b) The DOS Personal Identification Card Issuance Procedures may be accessed at http://www.state.gov/m/ds/rls/rpt/c21664.htm .

(End of clause)

652.229-71 PERSONAL PROPERTY DISPOSITION AT POSTS ABROAD (AUG 1999) Regulations at 22 CFR Part 136 require that U.S. Government employees and their families do not profit personally from sales or other transactions with persons who are not themselves entitled to exemption from import restrictions, duties, or taxes. Should the Contractor experience importation or tax privileges in a foreign country because of its contractual relationship to the United States Government, the Contractor shall observe the requirements of

19PE5018Q0082 Page 18 of 71

Page 20: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

22 CFR Part 136 and all policies, rules, and procedures issued by the chief of mission in that foreign country.

(End of clause)

CONTRACTOR IDENTIFICATION (JULY 2008) Contract performance may require contractor personnel to attend meetings with

government personnel and the public, work within government offices, and/or utilize government email.

Contractor personnel must take the following actions to identify themselves as non-federal employees:

1) Use an e-mail signature block that shows name, the office being supported and companyaffiliation (e.g. “John Smith, Office of Human Resources, ACME Corporation SupportContractor”);

2) Clearly identify themselves and their contractor affiliation in meetings;3) Identify their contractor affiliation in Departmental e-mail and phone listings whenever

contractor personnel are included in those listings; and4) Contractor personnel may not utilize Department of State logos or indicia on business

cards.(End of clause)

652.236-70 ACCIDENT PREVENTION (APR 2004) (a) General. The Contractor shall provide and maintain work environments and

procedures which will safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to contractor operations and activities; avoid interruptions of Government operations and delays in project completion dates; and, control costs in the performance of this contract. For these purposes, the Contractor shall:

(1) Provide appropriate safety barricades, signs and signal lights;(2) Comply with the standards issued by any local government authority having

jurisdiction over occupational health and safety issues; and, (3) Ensure that any additional measures the Contracting Officer determines to be

reasonably necessary for this purpose are taken. (4) For overseas construction projects, the Contracting Officer shall specify in writing

additional requirements regarding safety if the work involves: (i) Scaffolding;(ii) Work at heights above two (2) meters;(iii) Trenching or other excavation greater than one (1) meter in depth;(iv) Earth moving equipment;(v) Temporary wiring, use of portable electric tools, or other recognized electrical

hazards. Temporary wiring and portable electric tools require the use of a ground fault circuit interrupter (GFCI) in the affected circuits; other electrical hazards may also require the use of a GFCI;

(vi) Work in confined spaces (limited exits, potential for oxygen less that 19.5percent or combustible atmosphere, potential for solid or liquid engulfment, or other

19PE5018Q0082 Page 19 of 71

Page 21: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

hazards considered to be immediately dangerous to life or health such as water tanks, transformer vaults, sewers, cisterns, etc.);

(vii) Hazardous materials – a material with a physical or health hazard includingbut not limited to, flammable, explosive, corrosive, toxic, reactive or unstable, or any operations which creates any kind of contamination inside an occupied building such as dust from demolition activities, paints, solvents, etc.; or

(viii) Hazardous noise levels.

(b) Records. The Contractor shall maintain an accurate record of exposure data on allaccidents incident to work performed under this contract resulting in death, traumatic injury, occupational disease, or damage to or theft of property, materials, supplies, or equipment. The Contractor shall report this data in the manner prescribed by the Contracting Officer.

(c) Subcontracts. The Contractor shall be responsible for its subcontractors’ compliancewith this clause.

(d) Written program. Before commencing work, the Contractor shall:

(1) Submit a written plan to the Contracting Officer for implementing this clause. Theplan shall include specific management or technical procedures for effectively controlling hazards associated with the project; and,

(2) Meet with the Contracting Officer to discuss and develop a mutual understandingrelative to administration of the overall safety program.

(e) Notification. The Contracting Officer shall notify the Contractor of any non-compliance with these requirements and the corrective actions required. This notice, when delivered to the Contractor or the Contractor’s representative on site, shall be deemed sufficient notice of the non-compliance and corrective action required. After receiving the notice, the Contractor shall immediately take corrective action. If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order suspending all or part of the work until satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any suspension of work order issued under this clause.

(End of clause)

652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999) (a) The Contractor warrants the following:

(1) That is has obtained authorization to operate and do business in the country orcountries in which this contract will be performed;

(2) That is has obtained all necessary licenses and permits required to perform thiscontract; and,

(3) That it shall comply fully with all laws, decrees, labor standards, and regulations ofsaid country or countries during the performance of this contract.

(b) If the party actually performing the work will be a subcontractor or joint venture partner,then such subcontractor or joint venture partner agrees to the requirements of paragraph (a) of this clause.

19PE5018Q0082 Page 20 of 71

Page 22: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

(End of clause)

652.243-70 NOTICES (AUG 1999) Any notice or request relating to this contract given by either party to the other shall be in

writing. Said notice or request shall be mailed or delivered by hand to the other party at the address provided in the schedule of the contract. All modifications to the contract must be made in writing by the Contracting Officer.

(End of clause)

Peruvian Building Codes (Sp. Reglamento Nacional de Edificaciones) Technical Safety Inspections (Sp. INDECI, Instituto de Defensa Civil (Inspecciones Técnicas de Seguridad)

19PE5018Q0082 Page 21 of 71

Page 23: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

I. LIST OF ATTACHMENTS

ATTACHMENT NUMBER DESCRIPTION OF ATTACHMENT

NUMBER OF PAGES

Attachment 1 Statement of Work 23 Attachment 2 Breakdown of Price by Divisions of Specifications 3 Attachment 3 Proposed Performance chart 1 Attachment 4 Contractor’s Daily Construction Report 1 Attachment 5 Shop Drawing Material Approval Request 2 Attachment 6 Sample Bank Letter of Guaranty 1 Attachment 7 Drawings 1 Attachment 8 Progress Payment Request 1

19PE5018Q0082 Page 22 of 71

Page 24: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

J. QUOTATION INFORMATION

The Offeror shall include Defense Base Act (DBA) insurance premium costs covering employees. The offeror may obtain DBA insurance directly from any Department of Labor approved providers at the DOL website at http://www.dol.gov/owcp/dlhwc/lscarrier.htm

A. QUALIFICATIONS OF OFFERORS

Offerors/quoters must be technically qualified and financially responsible to perform the work described in this solicitation. At a minimum, each Offeror/Quoter must meet the following requirements:

(1) Be able to understand written and spoken English;(2) Have an established business with a permanent address andtelephone listing;(3) Be able to demonstrate prior construction experience with suitablereferences;(4) Have the necessary personnel, equipment and financial resourcesavailable to perform the work;(5) Have all licenses and permits required by local law;(6) Meet all local insurance requirements;(7) Have the ability to obtain or to post adequate performance security,such as bonds, irrevocable letters of credit or guarantees issued by areputable financial institution;(8) Have no adverse criminal record; and(9) Have no political or business affiliation which could be consideredcontrary to the interests of the United States.(10) Have an active registration in SAMhttps://www.sam.gov/portal/SAM/#1, if proposal will be greater (>) thanUS$ 30,000

B. SUBMISSION OF QUOTATIONS

This solicitation is for the performance of the construction services described in SCOPE OF WORK, and the Attachments which are a part of this request for quotation.

Each quotation must consist of the following: VOLUME TITLE NUMBER OF

COPIES* I Standard Form 1442 including a completed Attachment 4,

"BREAKDOWN OF PROPOSAL PRICE BY DIVISIONS OF SPECIFICATIONS

02

II Performance schedule in the form of a "bar chart" pursuant Attachment 3 and Business Management/Technical Proposal which shall include documented Company Profile/References

02

19PE5018Q0082 Page 23 of 71

Page 25: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

and other information as required under Section J. Also, include proof of System for Award Management (SAM) Registration if applicable.

*[Note to Contracting Officer: insert appropriate number of copies.]

19PE5018Q0082 Page 24 of 71

Page 26: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Submit the complete quotation to the address indicated. If mailed, on Standard Form 1442, or if hand-delivered, use the address set forth below:

U.S. Embassy , Lima Polo Avenue block 01, Santiago de Surco

From Monday to Friday, Employee Entrance from 08 am to 12 pm.

The Offeror/Quoter shall identify and explain/justify any deviations, exceptions, or conditional assumptions taken with respect to any of the instructions or requirements of this request for quotation in the appropriate volume of the offer.

Volume II: Performance schedule and Business Management/Technical Proposal.

(a) Present the performance schedule in the form of a "bar chart" indicating when thevarious portions of the work will be commenced and completed within the required schedule. This bar chart shall be in sufficient detail to clearly show each segregable portion of work and its planned commencement and completion date.

(b) The Business Management/Technical Proposal shall be in two parts, including thefollowing information:

Proposed Work Information - Quoter shall provide the following: (1) A list of the names, addresses and telephone numbers of the owners, partners,

and principal officers of the Offeror; (2) The name and address of the Offeror's field superintendent for this project;(3) A list of the names, addresses, and telephone numbers of subcontractors and

principal materials suppliers to be used on the project, indicating what portions of the work will be performed by them; and,

(4) Validate adequate financial resources providing previous financial statementssubmitted to local tax authorities – SUNAT. Last 3 Peruvian fiscal years

(5) Provide the number of workforce with background expertise and specify the localcomplementary risk insurance coverage (Sp. Seguro Complementario de Trabajo de Riesgo-SCRT) for workers.

(6) List the equipment to be used for each step of this project , identifying theexecution of civil works .These phases must be completely identified in the work breakdown structure.

Experience and Past Performance - List all contracts and subcontracts your company has held over the past 03 years for the same or similar work. Provide the following information for each contract and subcontract:

19PE5018Q0082 Page 25 of 71

Page 27: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

(1) Customer's name, address, and telephone numbers of customer's lead contract and technical personnel; (2) Contract number and type; (3) Date of the contract award place(s) of performance, and completion dates; Contract dollar value; (4) Brief description of the work, including responsibilities; and (5) Any litigation currently in process or occurring within last 5 years.

19PE5018Q0082 Page 26 of 71

Page 28: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

19PE5018Q0082 Page 27 of 71

C. 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995)

(a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, SiteInvestigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed.

(b) A site visit has been scheduled forA site visit has been scheduled for June 7, 2018– 10:00 am. So contractors interested in bidding on this solicitation must attend to the site visit to examine the elements required by this Statement of Work.Participants will meet at the project site stated in the scope of work. POC: Doris Rogan.Participants must provide Mr. Saúl Espinoza [email protected] with full name, DNI number of the representatives who will attend to the site visit at least 48 hours before it takes place.Additional questions related to this Statement of Work shall be directed to the Contracting Officer, in writing no later than June 8, 2018 by 12:00 a.m. after the site visit.

(c) Participants will meet at the project site: Policia Nacional del Perú (PNP) Jirón Apurimac 647, Callao

D. MAGNITUDE OF CONSTRUCTION PROJECT

It is anticipated that the range in price of this contract will be above US$ 30,000

E. LATE QUOTATIONS. LATE QUOTATIONS SHALL BE HANDLED INACCORDANCE WITH FAR.

F. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB1998)

This contract incorporates the following provisions by reference, with the same force andeffect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.

Also, the full text of a solicitation provision may be accessed electronically at: http://acquisition.gov/far/index.html/ or http://farsite.hill.af.mil/vffara.htm. Please note these addresses are subject to change.

If the Federal Acquisition Regulation (FAR) is not available at the locations indicated above, use the Department of State Acquisition website at http://www.statebuy.state.gov to

Page 29: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

access the link to the FAR, or use of an Internet "search engine" (for example, Google, Yahoo or Excite) is suggested to obtain the latest location of the most current FAR.

The following Federal Acquisition Regulation provisions are incorporated by reference (48 CFR CH. 1):

PROVISION TITLE AND DATE

52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2016)

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)

52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991)

52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2004)

19PE5018Q0082 Page 28 of 71

Page 30: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

K. EVALUATION CRITERIA

Award will be made to the lowest priced, acceptable, responsible quoter. The Government reserves the right to reject quotations that are unreasonably low or high in price.

The Government will determine acceptability by assessing the offeror's compliance with the terms of the RFQ. The Government will determine responsibility by analyzing whether the apparent successful quoter complies with the requirements of FAR 9.1, including:

ability to comply with the required performance period, taking into consideration allexisting commercial and governmental business commitments;

satisfactory record of integrity and business ethics; necessary organization, experience, and skills or the ability to obtain them; necessary equipment and facilities or the ability to obtain them; and otherwise, qualified and eligible to receive an award under applicable laws and

regulations. Experience and Past Performance

19PE5018Q0082 Page 29 of 71

Page 31: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

L. REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

L.1 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998)

(a) Definitions. "Common parent", as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. “Taxpayer Identification Number (TIN)", as used in this provision, means the number required by the IRS to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number.

(b) All offerors must submit the information required in paragraphs (d) through (f) of this

provision in order to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325 (d), reporting requirements of 26 USC 6041, 6041A, and 6050M and implementing regulations issued by the Internal Revenue Service (IRS). If the resulting contract is subject to the reporting requirements described in FAR 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments

(c) otherwise due under the contract.

(d) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror’s relationship with the Government (3l USC 7701( c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror’s TIN.

(e) Taxpayer Identification Number (TIN).

TIN: ____________________________

TIN has been applied for. TIN is not required because:

Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the U.S. and does not have an office or place of business or a fiscal paying agent in the U.S.;

Offeror is an agency or instrumentality of a foreign government; Offeror is an agency or instrumentality of the Federal Government.

(e) Type of Organization.

Sole Proprietorship; Partnership; Corporate Entity (not tax exempt); Corporate Entity (tax exempt); Government Entity (Federal, State or local);

19PE5018Q0082 Page 30 of 71

Page 32: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Foreign Government; International organization per 26 CFR 1.6049-4; Other _________________________________.

(f) Common Parent. Offeror is not owned or controlled by a common parent as defined in paragraph

(a) of this clause. Name and TIN of common parent:

Name _____________________________TIN ______________________________

(End of provision)

L.2 52.204-8 -- Annual Representations and Certifications. (NOV 2017)

(a)(1) The North American Industry classification System (NAICS) code for this acquisition is 236118, 236220, 237110, 237310, and 237990.

(2) The small business size standard is $36.5M.

(3) The small business size standard for a concern which submits an offer in its ownname, other than on a construction or service contract, but which proposes to furnish aproduct which it did not itself manufacture, is 500 employees.

(b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies.

(2) If the provision at 52.204-7 is not included in this solicitation, and the offeror iscurrently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:

□ (i) Paragraph (d) applies.□ (ii) Paragraph (d) does not apply and the offeror has completed the individual

representations and certifications in the solicitation. (c)(1) The following representations or certifications in SAM are applicable to this solicitation

as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to

solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless.

(A) The acquisition is to be made under the simplified acquisition procedures in Part13;

(B) The solicitation is a request for technical proposals under two-step sealed biddingprocedures; or

(C) The solicitation is for utility services for which rates are set by law or regulation.

19PE5018Q0082 Page 31 of 71

Page 33: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.

(iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. This provision applies to all solicitations.

(iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.

(v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that.

(A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas.

(vi) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations.Representation.

(vii) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.

(viii) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.

(ix) 52.214-14, Place of Performance.Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.

(x) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.

(xi) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas.

(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.

(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.

(xii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.

(xiii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

(xiv) 52.222-25, Affirmative Action Compliance.This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

19PE5018Q0082 Page 32 of 71

Page 34: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

(xv) 52.222-38, Compliance with Veterans’ Employment Reporting Requirements. Thisprovision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.

(xvi) 52.223-1, Biobased Product Certification. This provision applies to solicitations thatrequire the delivery or specify the use of USDA–designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.

(xvii) 52.223-4, Recovered Material Certification. This provision applies to solicitationsthat are for, or specify the use of, EPA–designated items.

(xviii) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals–Representation. This provision applies to solicitation that include the clause at 52.204-7.

(xix) 52.225-2, Buy American Certificate. This provision applies to solicitationscontaining the clause at 52.225-1.

(xx) 52.225-4, Buy American.Free Trade Agreements.Israeli Trade Act Certificate.(Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225-3.

(A) If the acquisition value is less than $25,000, the basic provision applies.(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision

with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $77,533, the provision

with its Alternate II applies. (D) If the acquisition value is $77,533 or more but is less than $100,000, the provision

with its Alternate III applies. (xxi) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations

containing the clause at 52.225-5. (xxii) 52.225-20, Prohibition on Conducting Restricted Business Operations in

Sudan.Certification. This provision applies to all solicitations. (xxiii) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities

or Transactions Relating to Iran-Representation and Certifications. This provision applies to all solicitations.

(xxiv) 52.226-2, Historically Black College or University and Minority InstitutionRepresentation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

(2) The following representations or certifications are applicable as indicated by theContracting Officer:

[Contracting Officer check as appropriate.] __ (i) 52.204-17, Ownership or Control of Offeror. __ (ii) 52.204-20, Predecessor of Offeror.

19PE5018Q0082 Page 33 of 71

Page 35: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

__ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

__ (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Certification.

__ (v) 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification.

__ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA–Designated Products (Alternate I only).

__ (vii) 52.227-6, Royalty Information. __ (A) Basic. __(B) Alternate I.

__ (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.

(d) The offeror has completed the annual representations and certifications electronically viathe SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR CLAUSE # TITLE DATE CHANGE ____________ _________ _____ _______

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.

(End of provision)

L.3. 52.225-18 PLACE OF MANUFACTURE (SEPT 2006)

(a) Definitions. As used in this clause—“ Manufactured end product” means any end product in Federal Supply Classes (FSC)

1000-9999, except— (1) FSC 5510, Lumber and Related Basic Wood Materials;(2) Federal Supply Group (FSG) 87, Agricultural Supplies;(3) FSG 88, Live Animals;(4) FSG 89, Food and Related Consumables;

19PE5018Q0082 Page 34 of 71

Page 36: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

(5) FSC 9410, Crude Grades of Plant Materials;(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;(8) FSC 9610, Ores;(9) FSC 9620, Minerals, Natural and Synthetic; and(10) FSC 9630, Additive Metal Materials.

“Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.

(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture ofthe end products it expects to provide in response to this solicitation is predominantly—

(1) [ ] In the United States (Check this box if the total anticipated price of offeredend products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or

(2) [ ] Outside the United States.(End of provision)

L.4 AUTHORIZED CONTRACTOR ADMINISTRATOR

If the offeror does not fill-in the blanks below, the official who signed the offer will be deemed to be the offeror's representative for Contract Administration, which includes all matters pertaining to payments.

Name:

Telephone Number:

Address:

L.5 52.225-20 PROHIBITION ON CONDUCTING RESTRICTED BUSINESSOPERATIONS IN SUDAN – CERTIFICATION (AUG 2009)

(a) Definitions. As used in this provision—

“Business operations” means engaging in commerce in any form, including by acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce.

19PE5018Q0082 Page 35 of 71

Page 37: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

“Marginalized populations of Sudan” means— (1) Adversely affected groups in regions authorized to receive assistance under section

8(c) of the Darfur Peace and Accountability Act (Pub. L. 109-344) (50 U.S.C. 1701 note); and (2) Marginalized areas in Northern Sudan described in section 4(9) of such Act.

“Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person conducting the business can demonstrate—

(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;

(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization;

(3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping

force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or

education; or (6) Have been voluntarily suspended.

(b) Certification. By submission of its offer, the offeror certifies that it does not conduct any restricted business operations in Sudan.

(End of provision)

L.6. 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS

REPRESENTATION (NOV 2015)

(a) Definitions. “Inverted domestic corporation” and “subsidiary” have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10).

(b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4.

(c) Representation. The Offeror represents that. (1) It □ is, □ is not an inverted domestic corporation; and (2) It □ is, □ is not a subsidiary of an inverted domestic corporation.

(End of provision)

19PE5018Q0082 Page 36 of 71

Page 38: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

1

STATEMENT OF WORK Refurbishment of One Multipurpose Training Room

Callao Regional Police Headquarters

BACKGROUND

The Model Police Station (MPS) of the International Narcotics Affairs and Law Enforcement (INL) at the US Embassy in Lima, Peru, and the Peruvian National Police (PNP) based in the province of Callao, is the platform in which community policing strategies are delivered to the local communities around the five designated MPS’s to combat common crime and the micro-commercialization of narcotics. As part of the MPS program, INL provides support to the PNP in the areas of equipment, training, and technical advice. In order to ensure PNP officials in the Callao region receive adequate training on a regular and recurring basis INL Lima is renovating a Multi-Purpose Training Room located at the headquarters of the Callao Regional Police. Upon completion, the training room will have a capacity to accommodate a training session of approximately 60-80 participants. Participants will come from PNP officials currently assigned to numerous units and/or divisions in Callao region.

The Multipurpose Training Room is located on the second floor installations of the Callao Regional Police headquarters, Jiron Apurimac 647, Callao region. Due to the proximity to the Callao coastline to the Callao Regional Police headquarters is continuously exposed, year round, to inclement weather. The adverse weather conditions consist of both high levels of humidity, salty air, as well as, high temperature fluctuations (often occurring within the same day). These extreme climate fluctuations have resulted in the current roofing structure becoming rusted, corroded, and deteriorated. The deteriorated roof structure has, in turn, exposed the internal electrical wiring system to the same adverse weather conditions and placed the electrical wiring and lighting equipment at risk. Furthermore, the current deteriorated status of the roof structure has adversely affected the floor tiles, which have become loose and require replacement.

In addition, there are two other complementary areas relating to the multipurpose training room, which require minor renovation. The first is a small bathroom (divided into a male and female bathroom) and the second is a small kitchenette,

19PE5018Q0082 Page 37 of 71

Page 39: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

2

adjacent to the multipurpose training room. Both of these areas require minor improvements in flooring, painting, and the installation of new toiletry and sink fixtures. Lastly, the main entrance staircase and the hallway leading to the principal entrance of the Multipurpose Training Room require minor renovation. A detailed description for each area is contained in the pages.

PURPOSE

The purpose of this service request is to improve the conditions of the Multipurpose Training Room, main entrance, hallways, and the adjacent areas connected to the training room: A kitchenette and 2 bathrooms which will support future training events which will be hosted at the Callao Regional Police headquarters.

DESCRIPTION OF THE WORK TO BE EXECUTED:

The project will take place within an area of 447.30 square meters, which includes the areas below described:

1. MULTIPURPOSE ROOM

Intervened area: 323.28 square meters.

Removal of the current damaged exterior roof panels known as calamines that cover the roof structure of the multipurpose room. The deteriorated calamines panels will be replaced with new calamines made out of a higher quality fiber cement component which makes it less susceptible to oxidation, rust, and corrosion. The new calamines measure (1.10 meters x 2.40 meters). Total area of the roofing structure, which requires replacement calamines is 300 square meters.

Removal of old square false ceiling plates of 0.60 x 0.60 centimeters. These false plates will be replaced and with new false ceiling plates made out of an aluminum structure and mineral fiber plates in 0.60 x 0.60 meters format. Total area of work 300 square meters. The color of the new false ceiling plates is white.

Relative to the existing flooring tiles, all broken flooring tiles measuring 0.45 x 0.45 centimeters will be replaced with tiles of the same color and size. Installation of ceramic flooring tiles measuring 0.45 x 0.45 square meters matching the current color of (light ivory) will be replaced and will cover an area of 6 square meters.

19PE5018Q0082 Page 38 of 71

Page 40: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

3

Maintenance and painting of the principal metal roofing support structure will be sanded and painted with an epoxy application paint, dark green color, for the protection against rust and corrosion. Total work area is 323.08 square meters.

Supply, install, and connect 8 square tubular metal column structures or stakes to reinforce existing metal columns installed between the floor and the ceiling.

The square metal tubular columns measure 4 inches wide by 4 inches wide with a thickness of 3 mm and by 3.50 meters high. The metal columns made of a cast iron material will be welded to the existing concrete floor construction using ½" corrugated stakes. These columns will be welded to the cement floor of the multi-purpose room and on the upper portion of the new column will be affixed an iron support bracket in the shape of an angle measuring 2 inches. This will help serve to support the roof structure. The addition of these eight (8) metal support columns will serve to reinforce the roof structure and enable it to support the new fiber cement roofing panels.

Exterior and interior maintenance of walls of the multipurpose room will consist of sanding and masonry work to correct porosities of existing walls, then painted with a type of latex paint, color light cream or beige to cover an area of 474.20 square meters (interior perimeter 72.30 linear meters, external perimeter 73.20 linear meters).

Change 12 tubular fluorescent lights. Lights will replace the 12 existing fluorescent lights currently installed on the ceiling of the multipurpose room. The size of the fluorescents tubes are: of 60 centimeters long, 220 Voltage, 9 watts, white day light color. The existing tubular fluorescent lights need to be removed and replaced with the new fluorescents lights (inside the existing metal mount currently installed on the ceiling).

Clean the glasses a double sliding glass door size 2.60 meters high and 2.10 meters wide, and replace the existing handle lock with a handler lock made out of aluminum stainless steel anti-oxide material.

2. – MAIN ENTRANCE OF THE MULTIPURPOSE ROOM

Intervened area: 43.05 square meters.

19PE5018Q0082 Page 39 of 71

Page 41: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

4

Reception room:

Removal of the existing damaged exterior roofing panels and replacing them with new panels called calamines, made out of fiber cement material that measures 1.10 x 2.40 meters. The total work area is 18.17 square meters.

Removal of existing damaged ceiling square shape panels measuring an areas of 12.13 square meters covering the interior ceiling.

Removal and replacement of old damaged square ceiling plates, made out of composed aluminum structure and mineral fiber, size in 0.60 x 0.60 meters format, white color. Area to cover 12.13 square meters.

Exterior and interior maintenance of walls of reception room, consisting of sanding and masonry work to correct porosities of existing walls and applying latex paint to cover an area of 65.00 square meters (interior perimeter 14.10 linear meters, external perimeter 13.80 linear meters).

Maintenance of the existing electrical system and change 2 fluorescents, tubular shape, size 0.70 centimeters long, of 220 voltage, 9 amperes, day light color, located at the main entrance.

Repair existing door glass, measuring size 2.90 meters wide by 2.10 meters high. The repair consists of changing the accessories such as the sliding rails; stainless steel handles with aluminum stainless and cleaning the glass door.

Entrance staircase and main hall:

Maintenance of existing main metal staircase with an area of 6.79 square meters (1.10 meters wide and 6.20 meters long), which consists in sanding the existing

19PE5018Q0082 Page 40 of 71

Page 42: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

5

metal staircase structure and subsequently painting with a bright aluminum enamel anti corrosive paint.

Removal of old ceramic flooring tiles of ivory color, and the installation of new ceramic flooring tiles measuring size 0.45 x 0.45 meters (each) in an identical ivory color at the main entrance of the Multipurpose Training Room covering a total area of 3 square meters. Only the existing flooring tiles which are damaged will be replaced.

3. MULTI PURPOSE ANNEXED AREAS:

Intervened area: 86.23 square meters.

General Service bathrooms:

Removal of the current damaged exterior roof panels and replaced with new panels called calamines, made out of a fiber cement composition that measures 1.10 x 2.40 meters. The total work area is 23.25 square meters.

Removal of old interior ceiling structure that consists of square ceiling plates. Total size of the work area is 13.10 square meters.

Replace, supply and install false ceiling plates, composed of aluminum structure and mineral fiber plates in 0.60 x 0.60 meters format, white color, an a total area of 13.10 square meters.

Exterior and interior maintenance of two bathroom modules (men and women), consisting of sanding, masonry to correct porosities of existing walls and painted with a latex paint to cover an area of 72.10 square meters (interior perimeter of 20.77 linear meters and external perimeter of 7.65 linear meters).

Installation of 3 white ceramic toilets, 2 white ceramic urinals and 4 white ceramic lavatories. For this work, it is necessary to install a plastic pipeline, made out of PVC material, which measure ½ inches and 4 meters long. The 3 white ceramic toilets, 2 white ceramic urinals and 4 white ceramic lavatories will be connected to the existing sewer system inside the each respective bathroom.

19PE5018Q0082 Page 41 of 71

Page 43: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

6

Installation of two showers inside each bathroom. Each shower will have one opening stainless steel key for cold water only. This installation will include the connection of one water plastic PVC pipes of ½ "inches and drain of inches and 4 " inches from existed water pipe into the shower.

Maintenance of the electrical fixtures and the installation of 2 fluorescent lights inside each of the 2 bathrooms for men, women and showers.

Installation of wall extractor equipment 220 voltage -60 Hz and 9 amperes. The air extractor’s size is 0.21 x 0.21 meters. There will be 2 extractors in men's bathroom, 2 extractors in women's bathroom, and one (1) air extractor in showers. The circuit breakers of both extractors are connected to separate electrical panels which have independent switches, with a distance between panel and circuits: 2 meters and 50 centimeters. Multipurpose room kitchenette module:

Intervened area: 13.68 square meters.

Exterior and interior maintenance of kitchenette service walls, consisting of sanding and masonry work to correct porosities of existing walls and then painted in white color with an anti-humidity latex paint to cover an area of 60.37 square meters (interior perimeter 15.22 linear meters, external perimeter 8.00 linear meters).

Installation of a washing kitchen stainless lavatory size 50 centimeters wide X 50 centimeter long. The installation of the lavatory is on top of cement table and includes the connection cold water pipes of ½ " inches and a drainage water pipe of inches wide by 4 meters long that will connect to the stainless steel lavatory.

Installation of white ceramic title on the counter-top of a foundation table covering an area of 0.55 meters wide and 3.50 meters long. Ceramic title size is 20X20 centimeters.

Install 2 lead bulbs of 40 watts 9 amperes for 220 voltage. The two bulbs should install on the ceiling of the kitchenette. Kitchenette-Bathrooms hallway:

19PE5018Q0082 Page 42 of 71

Page 44: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

7

Intervened area: 46.10 square meters.

Removal of old damaged floor tiles of 46.10 square meters. Replace old ceramic tiles with new ceramic flooring tiles, size 0.45 x 0.45 meters, color beige, in a total area of 46.10 square meters. Maintenance of existing metal staircase, shape lineal, ("snail" type/shape), size of 4.41 square meters (diameter of 1.80 meters), consisting of sanding metal structure and painted with bright aluminum enamel. MINIMUM QUALIFICATIONS OF VENDOR

Contractor should have minimum 3 years of experience with repair/replacement of roofing structures/panels, in electrical and plumbing work, and the repair/renovation of bathroom interiors as well as conference room interior designs.

Selected vendor must coordinate with INL Police Program Doris Rogan Police Program Specialist, to gain access to multipurpose room in Callao Police Region.

The vendor will need to provide the following materials: 1. (8) ea.- square tubular metal columns in black iron with measures of 0.10mt wide, 0.10mt long and 3.50mt high, includes metal bracket type bracket on top for reinforcement welded to existing roof truss, the structure will be painted with an epoxy to prevent corrosion and rust. A final finish of the existing interior color of the multipurpose room in enamel finish will be applied. 2. (30) gallons - washable white latex paint (superior quality, any brand), for multipurpose room, main entrance and reception area, Area to cover 474.20 square meters. 3. (4) gallons - light beige washable latex paint (superior quality, any brand) for bathrooms and kitchen, Area to cover 65 square meters.

19PE5018Q0082 Page 43 of 71

Page 45: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

8

4. (4) gallons - water based paint, white color, (superior quality, any brand). 5. (8) bags 20 kilograms each - white powder to glue ceramic title on concrete kitchen concrete/foundation or cement table, size: 20 centimeters by 20 centimeters. 6. Light metal panels made of electro-galvanized steel with their respective fixings, suspension elements, and mineral fiber plates in a format of 0.60 x 0.60 meters. Total area of work to cover 325.23 square meters (Multipurpose room, bathrooms and reception room). The entire system includes the false ceiling with white finish. The contractor shall provide to the COR for review and approval material submittals for all products required. Materials provided by Callao Regional Police (End User or beneficiary) of the Peruvian National Police:

Description QTY Unit of Measure

Red Panels Calamine of 1.10 Mts W/ Cmts X 3.05 X Mm. - Similar to Sodimac Eternit Anti Humid 170 Ea - Each Self-Drilling Industrial To Place Install Calamines, Screws 2 "1/2 W / With Hat On Top 1,200 Ea - Each Canaleta Or Channel 4 "Pvc Brand Similar To Sodimac Or Similar 16 Ea - Each Union Of 4 "Pvc Similar to Sodimac 4 Ea - Each Top Left 4 "Pvc Similar to Sodimac 4 Ea - Each Right Top Pvc Similar to Sodimac 4 Ea - Each Support 4 "Pvc Similar to Sodimac 64 Ea - Each Down 4 "Pvc Similar to Sodimac 4 Ea - Each Pipe Or 4 "Pvc Pipe 10 Ea - Each Reduction From 4 "To 2" Pvc 6 Ea - Each Pipe 2 "Pvc Drain Pvc 8 Ea - Each 4 "Galvanized Clamps 10 Ea - Each 2 "Chrome Sink 10 Ea - Each 2 "Pvc Elbows 35 Ea - Each Wooden Particles 2 "X 3" X 3 Meters Long 30 Ea - Each Wooden Particles 2 "X 2" X 3 Meters Long 20 Ea - Each Multiplates of Mm. Eternit 8 Ea - Each

19PE5018Q0082 Page 44 of 71

Page 46: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

9

Clips 3/4 "C / Head Kg 2 Ea - Each Self-Tapping Screw 3 " 50 Ea - Each Ring Tapping For Screws Metals Of 3 " 50 Ea - Each Flooring Floor 45x45 Size- Black Color Mate 35 Ea - Each Porcelain Color Black 1bag Comes Kg Presentation 7 Bg - Bag Wall Title " Mayolica" Wall 45x45 Milano - Bathroom Auditorium - Promart 58 Ea - Each 3mm Crossbars. Bag 100 Und U / U 8 Ea - Each Cutter Disc For Porcelain, 10 Mml, For Cutter Ts – 50 3 Ea - Each Extra Heavyweight Glue For Flooring 25 Kg Each 30 Ea - Each 3mm Crossbars. Bag 100 Und U / U 8 Ea - Each Cutting Disc Diamond To Cut Round Shapes Size 4 "1/2 4 Ea - Each Aluminum Ruler 1 "1 / 2x 3" Wide Long , Standard Size 5 Meters Measurement 1 Ea - Each Buckets Plastics Any Color , Standards , 5 Gallons Size 5 Ea - Each Plastic Washers Lavatories , Any Color 5 Ea - Each Nails Of 4 ", 3", 2 "1 Kg Of Wood - Wood 3 Ea - Each

3 "Wood Nails 2 Kg - Kilogram

Special Anti-mold Paint, Shema Or Ccp, Satin White 10 Ea - Each Special Anti-mold Paint, Shema Or Ccp, Satin, White Smoke 20 Ea - Each White Print (Imprimante 3 Ea - Each Fine Paste To Fix Holds, Comes In Gallons 3 Ea - Each 10 "Paint Rollers With Long Holders For Walls, Manual Hand Holder Of 2 Meters Long 5 Ea - Each Brushes of 4 "Inches, Wooden Hand Holder 15 Ea - Each Brushes of 3 " Wooden Hand Holder 5 Ea - Each Brushes of 2" Wooden Hand Holder 5 Ea - Each Brushes of Wooden Hand Holder "8 Inches Long 5 Ea - Each Brushes Plastic, Industrial 5 Ea - Each

19PE5018Q0082 Page 45 of 71

Page 47: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

10

Anticorrosive Enamel Paint - Red, Comes In Gallon 4 Ea - Each Thinner To Dissolve Paint In Gallons 5 Ea - Each Hand Brush Paint "1/2 4 Ea - Each Flooring Title Size 45x45 Color Arena Or Similar 30 Mr - Meter Porcelain Powder, Beige Color, Comes In Bag Of 1kg 5 Bg - Bag Aluminum Baranda, size 2 " Wide And 5meter Long For Backboard Edge 3 Mr - Meter Flooring Title Size 45x45 White Pearl Anti Slippery 40 Mr - Meter Porcelain Powder (Fragua) Color Pearl Bag 1kg Each 6 Bg - Bag Sand Iron Paper N ° 60 25 Ea - Each White Toilet Set (Tank And Accessories, Anti-Noise Technology) 5 Ea - Each Porcelain Plain White Hand Lavatory With Pedestal Holder To Put On The Top The Lavatory; Shape "T" 3 Ea - Each White Ovalines, Porcelain 2 Ea - Each Filling Water Tube That Carries Water Into The Lavatory Size 1/2 X 7/8 (Abasto Tube) 5 Ea - Each Filling Tube 1/2 X 1/2 (Abasto Tube) That Carries Water

5

Ea - Each Wax Rings To Glue The Toilet To Floor 5 Ea - Each Sets Of Toilet Tank Accessories 5 Ea - Each Water Trap Size 1 "1/4 Pvc Hard Materials 5 Ea - Each Chromed Drain For Lavatory 5 Ea - Each Key For Hand Lavatory Brand Eco Or Similar, Size 1/2 5 Ea - Each Anchoring Screws For Toilet Tanks That Come In Sets In Small Plastic Bags 12 Ea - Each White Cement In Presentation Of One Bag Kilogram 5

Kg - Kilogram

Iron Road Of 3/8 " Size 3 Ea - Each Iron Road Of 1/4 2 Ea - Each

Wiring Metal ( Alambre) Size # 16 2 Kg - Kilogram

19PE5018Q0082 Page 46 of 71

Page 48: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

11

Gravel Or Thick (Gruesa) Sand Bags Of 25 Kg Each Presentation 13 Bg - Bag Single Porcelain Shining Titles Of 50x50 Color Porcelain Grey Color 15 Ea - Each Powder Gray Color For Porcelain It Comes In Bags 4

Kg - Kilogram

Wooden Door With Its Frame Ready To Install, Any Other Material Similar To Fake Wood Is Ok; Size 75 Wide And 2.10 High, Brown Or Oak Color 2 Ea - Each Latch Model Ball Key For The Door 2 Ea - Each 3/4 Pvc Tube 4 Ea - Each Pipeline Plastic Pvc, To Carry Water Size Diameter 1/2 " 4 Ea - Each Elbows 3/4 Pvc 12 Ea - Each 3/4 Pvc Tee 6 Ea - Each Universal Union 3/4 Pvc C / R 8 Ea - Each Nipples Size 3/4 X 2 "Pvc Hard Material 16 Ea - Each Spherical Valve 3/4 3 Ea - Each Valve Spherical 1/2 4 Ea - Each Codos De 1/2 Pvc S / R 12 Ea - Each Tee 1/2 Pvc 30 Ea - Each 1/2 Pvc Adapters 10 Ea - Each Universal Union 1/2 Pvc C / R 20 Ea - Each 1/2 "X 2" Pvc Nipples 1 Ea - Each Tank Rotoplast Type , 1,100 Lts Capacity With All Accessories For Installation 1 Ea - Each Closing Valve For 3/4 Tank 4 Ea - Each Pipe 2 "Pvc 12 Ea - Each Plastic Elbows " Codos" Size 2 "90 ° Pvc Plastic 8 Ea - Each Plastic Elbows " Codos" 2 "45 ° Pvc 6 Ea - Each Plastic "Tee: Size 2 "Pvc 3 Ea - Each Blue Color Glue 32 Fl. 946 M.L. It Comes In Tube Presentation To Glue Industrial Sewers Plastic Tubes 3 Ea - Each Anti-Rust Shower Head Vainsa Or Casinelli, Anti-Oxidant 3 Ea - Each Laches Or Keys For The Shower Cold Water 3 Ea - Each 3/4 Galvanized Elbows 6 Ea - Each

19PE5018Q0082 Page 47 of 71

Page 49: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

12

Galvanized Elbows Of 1/2 4 Ea - Each Packaging Shaper That Molds Packing (Formatter De Empaquetadura) 30 Ea - Each Teflon Tape White, Big Size 5 Ea - Each White Silicone 1 Ea - Each Silicone Applicator 1 Ea - Each Saw, Normal Size 7 Ea - Each Saw Blade For Item 3 Ea - Each Spatula Metal Of 4 " 4 Ea - Each Diamond Cutting Disc 4 "1/2 P / Fierro 2 Ea - Each Wall Urinary Color Banby White 2 Ea - Each Hand Latch Or Key Of Wall Urinary Wrench "Eco" 1 Ea - Each Metal Iron Plate, Diameter I0 Mml 10 Ea - Each Cleaning Sponge Standard Size, Synthetic 4 Ea - Each Dust Pan, 50 Centimeters Long, Plastic Any Color 1 Ea - Each Black Decker G720k Grinder - 800 W 220v 2 Ea - Each Cement For Bricks, Anti-Humidity Special Component Presentation 42 Kg, Andes Brand Or Similar. 3 Ea - Each Chrome Registry Of 4" (Registrar Chromed) 3 Ea - Each Bathroom Sink Of 3 "Chrome (Sumidero Para Baňo) 4 Ea - Each Cloth Gloves Adult Medium Or Standard Size, Like Inner Pad 15 Pr - Pair Fake Leather Gloves To Work With Flooring , Adult Size Or Medium Size 15 Pr - Pair Transparent Eye Transparent Protector Plastic Lenses , Adjustable Adult Size 15 Pr - Pair Gloves Rubber Thick To Mix Hard Cement With Gravel, Black Medium Or Large Size 6 Pr - Pair Protector Mask Again Chemicals And Dust Respirator, It Holder In Ears 24 Ea - Each Hard Plastic Safety Helmets Adults Size, With Strap, Extra Pad Inside 15 Ea - Each High Quality Flourishing Luminaire (Grille Type) 4x18w White Light Or Day Light, To 6 Ea - Each

19PE5018Q0082 Page 48 of 71

Page 50: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

13

Insert Inside Ceiling W/ Net Metal Wire Red (See Picture) High Quality Flourishing Luminaire (Grill Type) 4x36w White Light , Or Day Light, To Insert Inside Ceiling W/ Net Metal Wire Red ( Fluorescent Goes Inside Rejilla 20 Ea - Each Channels Or Canaletas Size 2 "X2mt-Material Hard Plastic Pvc For Light 6 Ea - Each Channels Or Canaletas Size 1”X2mt -Material Hard Plastic Pvc For Light 20 Ea - Each Dichroic Type Luminaire, White Light, Led, Pl-326, For Or Day Light, To Insert Inside Ceiling W/ Net Metal Wire Red 8 Ea - Each Hard Glue For Plastic, Comes In Presentation In Jars Of 1/8 Quarter Gallon Similar To Brand Terokal 2 Ea - Each Plaster Plug Size ¼ "Green Color, Standard Size 100 Ea - Each Self-Tapping Screws Number 8x1 " 200 Ea - Each Air Extractor For Bath, 21.5 Cm Size, To Insert In A Hold Wall- Gl Or Bosh 5 Ea - Each 4,500w Thermal Instant Automatic 2 Ea - Each Box Of Pvc Plastic To Install A Key Mono Thermal Of Rail 2 Ea - Each Key Switch For Therma Of 2x32w 4 Ea - Each Electrical Thw Cable N ° 14 Awg Red Color 2 Ea - Each Electrical Thw Cable N ° 14 Awg Color White 2 Ea - Each Electrical Thw Cable N ° 14 Awg Yellow Color 2 Ea - Each Electrical Thw Cable N ° 12 Awg Color Black 2 Ea - Each Electrical Thw Cable N ° 12 Awg Color Blue 2 Ea - Each Electrical 3m Big Insulation Tape 10 Ea - Each Electrical Stove Flat 4 Burners Lg Or Bosh 220v-E / 60.2 4p Stainless And Black Accents 1 Ea - Each 3x40w-Riel Thermal Switch 1 Ea - Each Box For 1 Pvc Three-Phase Thermal Rail Wrench. 1 Ea - Each Electrical 1/2 "Pvc-Sap Light Curves. 50 Ea - Each Electrical 1/2 "Pvc-Sap Light Tubes. 70 Ea - Each High Quality Flourishing Luminaire (Grille Type) White Light 2x36w (For Deck). 4 Ea - Each

19PE5018Q0082 Page 49 of 71

Page 51: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

14

6 "Plastic Rods 200 Ea - Each Octagonal Pvc Box P / .Empotrar 20 Ea - Each Rectangular Pvc Box P / .Empotrar 20 Ea - Each Double Switch To Built-In 10 Ea - Each Simple Switch To Built-In 10 Ea - Each Mixed Double Connector With Ground 20 Ea - Each Light Switch With Motion Sensor 6 Ea - Each Pvc Board P /. 6 Pole-Riel 2 Ea - Each 2x20w Riel Thermal Wrench. 6 Ea - Each Blind-Off Cap Rectangular White Plain, Plastic 50 Ea - Each Blind-Off Cap Round Cover White Plain, Plastic 50 Ea - Each Bathroom Hand Dryer-Gxt9-Ss-Electric 220, Stainless, Color, W/ Black Or Stainless Plain 4 Ea - Each Stainless Kitchen Water Top, Shape Duck , Casinelli Or Vainsa 1 Ea - Each Ceramic Plaster-Bag Of 20kg Presentation, White Any Brand 1 Bg - Bag Water Top Caller Gardeners Model 2 Ea - Each Galvanized Male Plug 1/2 " 5 Ea - Each Single 3/4 Pvc Joint Shape To Connect Plastic Tubes 6 Ea - Each Single 1/2 Pvc Hard Plastics, Joint Shape To Connect Plastic Tubes 6 Ea - Each Singles Drill For Concrete Size 1/4" Singles Any Brand 4 Ea - Each

Screw Top Start Shape Size 8x1, Bags Has 100 Units, Stainless.

Bg - Bag

2 20.00

Paint Latex Satin White, 5 Gallons Can American Or CPP- Anti-humidity

Cn - Can

2 80.00

Set Shower Handler Stainless Heavy Duty Casinelli Or Similar With Its Hots And Colds Water Keys

Ea - Each

2 100.00

Scrapper Called Raspin, Size 10x10mm Model F3c, Metal W/ Handlers, Any Brand

Ea - Each

1 20.00

Pvc Box Where The Electrical Key Goes And Rail Switches. It Has A Transparent Cover With Vertical Opening And A Built-In Ground Terminal. Used In Low Voltage Distribution

Ea - Each

2 40.00

19PE5018Q0082 Page 50 of 71

Page 52: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

15

Networks.Tablero Adosable C/T 2p E Safe. Tisino Brand Suggested

Check Valve For Water Connection Pipe (Look The Picture), Made of bronze Size 3/4 “Type Asiento. J- Brand Timbal or similar.

Ea - Each

3 20.00

EXECUTION EXAMINATION AND PROTECTION OF AREAS Remove, mask, or otherwise protect prior to surface preparation and painting operations items such as: hardware, light fixtures, signage, electrical raceways, windows, etc. Protect all surfaces not to be painted from paint droppings and paint splatters. Take precautions to prevent damage to landscaping. The contractor shall be responsible for any repairs or painting required due to negligence. Determine if the existing painted surfaces contain lead prior to the initiation of work. Select paint removal processes to minimize contamination of work areas with lead-contaminated dust or other lead contaminated debris/waste. Choose methods that minimize impact to the environment. Perform manual sanding and scraping to the maximum extent feasible. PREPARATION Surfaces shall be clean, apply type of anti-humidity cover, and cover up all the cracks and holes. Surface shall be allowed time to dry before final coat of paint is applied. Stir and mix each coating in accordance with manufacturer's recommendations. Prepare all surfaces in accordance with manufacturer's instructions and apply paint only to approved surfaces. General Concrete Surface Preparation. Remove disconnected cables, nails, screws from all surfaces that are to be painted. Unless government test results show that existing paint does not contain lead, assume existing paint contains regulatory lead levels and handle appropriately. Remove loose or flaking paint chips, use hand scrapers to remove loose paint; sandblasting nor chemicals, are not allowed. Contractor shall protect the surrounding area to capture all paint that is removed.

19PE5018Q0082 Page 51 of 71

Page 53: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

16

Repair all holes, small blowouts of few inches (up to inches wide), and cracks. When removing paint, Contractor workers shall wear personnel protective equipment (PPE) as required by OSHA and EPA regulations. PPE shall include half-mask respirators with High Efficient Particulate (HEPA) filters, lead protection coveralls, booties, and nitrile gloves. After paint has been removed, the Contractor shall use a HEPA vacuum cleaner for any lead residue and clean the entire work area of remaining paint particles. General Metal Preparation: Remove all loose rust, loose mill scale, loose paint and foreign matter. Feather sand edges of removed areas to provide smooth transitions. Do not leave prepared surfaces unprotected to weather for more than 3 hours. Wash surfaces with pretreatment solution, prior to spot priming, in accordance with manufacturer's instructions. PAINT AND PRIMER APPLICATION The Contractor shall use commercially accepted methods and manufacturer’s recommendations concerning temperature, humidity, wind velocity, dust free conditions, etc. when applying paint. Each coat shall be prepared in accordance with the paint manufacturer’s recommendations before the next coat is applied. Each coat of paint shall be of sufficient thickness to complete a cover of the previous coat or surface. Paint surface adjoining other materials or colors shall be sharp and clean without overlapping. Paint surfaces shall blend or match the color and surfaces of surrounding areas as required. The finish surface shall have a homogeneous texture, free from drips, ridges, waves, sags or brush and roller edges marks. Paint shall not be thinned. Metal: Spot prime rusted areas (tightly adhered rust) and bare metal surfaces. Apply intermediate coat and one coat of finish coat in accordance with manufacturer's recommendations. Upon completion of painting, remove paint material and equipment. Clean spills. Touch-up marred surfaces. Accumulation of debris shall be cleaned up daily as work progresses.

19PE5018Q0082 Page 52 of 71

Page 54: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

17

Contractor shall remove any demolished and/or surplus material that is not required or is unsatisfactory shall be removed from the installations immediately after completing services and disposed of in accordance with all local laws. Contractor Company staffers and or workers must use all the time security implements during work performance.

1.0 ELECTRICAL WORK SYSTEM

The contractor shall design and build the electrical system to meet the basic requirements to according to the Local Electric Code of 220 voltage in Peru. The Contractor shall carry out all the required jobs so the installations continue to be provided with electric power, being based on the specifications identified. The electric installations should be protected in a manner to prevent the possibility of fire.

The lighting installations shall be built with PVC conduit pipe. The conductor class shall be THHN No. 12 AWG for the phase and the neutral, while the ground connection shall be with 14 AWG conductors.

1.2 CONDUIT SYSTEM

The main objective of the Conduit System is to distribute the cables that are part of the different electrical and electronic circuits. This system is formed mainly by the main pipes, conductor box connections, and outlets.

1.3 PIPES

The contractor shall install all electrical wiring inside reinforced PVC conduit pipes. All the installations shall be hidden (they can be placed inside the concrete) through the conduit pipes. The pipes shall be anchored to the boxes.

1.4 BOXES

The purpose of the boxes is to: 1) let the conductors feed the electrical circuits and 2) serve as connection boxes for specific parts. The following requirements apply to the boxes to be installed:

19PE5018Q0082 Page 53 of 71

Page 55: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

18

For the lights, detectors, clocks, fire alarm, and junction boxes or ensembles: Octagonal metallic galvanized boxes of 100 x 54 mm and 1.3 mm of thickness (4’’ x 2 – 1/8’’ x 1/20´´).

1.5 CONDUCTOR

Once the brickwork is finished, the contractor shall clean all the pipes and boxes of the respective conductors.

Before the conductors are installed in the pipes, the contractor shall place inside the pipes a 16 AWG galvanized wire as guide to facilitate the process.

Graffito and talc may be used to make the conductor installation process easier for those conductors of bigger sections in suppliers of electric and electronic circuits.

The contractor shall not make connections inside the pipes. Every ensemble shall be completed in the respective box connection.

For the interior electric installations, copper wiring shall be used. The PVC pipes shall be insulated to support 600 V, and shall be used in each distribution and supply circuits similar to THHN or TW type.

To identify the phases, neutral system and ground system, the conductors shall have different color insulation as follows:

The ground conductor shall always be green The neutral conductor shall always be white The phase conductor or return phase shall be black, red or blue Except for the supply, that has a black color because of its diameter

The wiring installed for the different circuits shall have a conduction area that will allow dropping the tension down to approximately 3% or less compared to the nominal voltage between every exit and the distribution board.

The conductors installed for the supply between the distribution boards and transformer must have a conduction area that allows the down tension approximately 2.5 % or less with respect to nominal voltage.

19PE5018Q0082 Page 54 of 71

Page 56: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

19

In the illumination or power circuits, the percentage of conduction shall be reduced for the installation of various conductors in the same pipe, as follows:

1 or 3 conductors - 100 % 4 or 6 conductors - 80 % Up to 24 conductors -70 %

The number of conductors that can be installed inside the pipe shall not exceed the number allowed by the Local Electric Code.

The electric supply for the building shall be from the already installed voltage line inside the building where the multipurpose room is located. The type of connection will be according the local regulations for an aerial supply.

The illumination shall conform to the lighting requirements of the building in areas of the multipurpose room, kitchen and bathroom areas by fluorescent lamps (220 volts) with diffuser and acrylic and wall mounted lamps with compact fluorescent light bulbs of 15W. These lighting shall be high quality from a U.S. manufacture or any superior quality available in Peru.

1.6 POWER OUTLETS

The main objective is that the facilities shall provide power connections for the different electrical equipment. The contractor shall install the power outlet system according to existing electrical voltage found in the work area.

The installations shall be built with PVC conduit pipe. The conductor shall be solid cooper #12 AWG, with insulated thermoplastic for 600V, maximum operating temperature of 60 ° C, type THHN, and a ground connection of # 12 AWG. The power outlet shall meet the UL or ANSIINEMA quality norms. Power outlets shall be high quality from a U.S. manufacturer or equivalent. Contractor needs COR’s approval before using and installing the materials.

1.7 GROUND NET

The contractor shall build a ground network connection for the main boards in order to have a proper protection from the different systems and as per the respective design.

19PE5018Q0082 Page 55 of 71

Page 57: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

20

2. PLUMBING WORK SYSTEM

2.1 POTABLE WATER CONNECTION

The water connection must be from the existing public service on the second level, which has a 1/2 "PVC pressure pipe. The contractor will be responsible for connecting the potable water from the existing system to the installation of the contractor must comply with the regulations of the city's existing regulations. All materials must comply with international standards and regulations, including, as appropriate, ISO, ASTM, ASHTO, ASSHO, ANSI and according to Peruvian standard NTP 399.003 : 2007 / NTE 011,heavy class.

2.2 WATER INTERIOR NETWORK

THE NETWORK and the sumps located in the two connections, The contractor will place, connect, repair and test the site, following the contours and levels indicated in the project designs, all the pipes, accessories and special parts, as well as the group of valves that will distribute the drinking water from the main connection to the different points. The technical specifications, which are the subject of this document, are based on the specifications used in Peru. In cases where standards and specifications of local institutions are required, these demands will be met. All materials must comply with known international standards and requirements or those used as a reference (ISO, ASTM, ASHTO, ASSHO, ANSI).

2.3. PIPES AND ACCESSORIES

The system shall be constructed with PAVCO (PVC) pipes for cold water, and chlorinated polyvinyl chloride pipe for hot water, or other recognized brand that guarantees high quality standards from ASTM norm. The water network pipes shall be of PVC of ½ inches. Additionally, the Contractor shall apply the following specifications to the water system:

Polyvinyl Chloride Pressure Pipes and accessories (PVC). The polyvinyl chloride pressure pipes and accessories (PVC) will comply with ASTM norms.

19PE5018Q0082 Page 56 of 71

Page 58: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

21

Chlorinated Polyvinyl Chloride Pipes (CPVC). The Chlorinated Polyvinyl Chloride Pipes (CPVC) and accessories (CPVC) will comply with ASTM norm.

The pipes shall be installed in accordance with the designs and specifications of this contract. The connections between the pipes and accessories shall thread, and a sealing substance shall be used. The sealing substance shall be in accordance with the pipe manufacturer recommendations.

The pipes that will be anchored to walls or floors, shall be tested by the Contractor, and checked for leaks before they are permanently coat plastered and/or the floors are installed.

The pipe threads shall be tapered thread and its length will be according to

the accessories that will be installed. The pipe threads extremes shall be scarified and their interior shall be cleaned before their installation.

Gate valves. Gate valves will be used in the pipes lines to control the water flow through the pipes. These valves will be hooked up to rounded pipes and accessories or through PVC pipes adaptors. The threads will be American standard.

Discharge valves. These valves will be placed in the highest points of the hot water pipelines and the type used will be a float ball made of cast iron; the disk activated by the float ball will be made of copper. These will be located according to the designs

In the drainage system, the pipes shall go through ducts or embedded in the slab and/or in the masonry, and all the derivations pertaining to the toilets shall have a diameter of 110 mm. All other drainages pertaining to other elements or sanitary devices shall have a diameter according to the designs detailed in drawings. The minimum slope for the collector branches will be of 1%. The rainwater downpipes, as well as the horizontal branches and collectors, with their respective accessories shall be made of PVC Sanitary type.

The constructor shall provide, install, connect and satisfactorily test the pipes, revision points, and other devices of the sewer and storm systems in the buildings until their final disposal.

2.4 DRAINAGE PIPES AND ACCESSORIES

The pipes and accessories for the drainages and ventilation will be made of Polyvinyl chloride (PVC). The polyvinyl chloride pipes (PVC), as well as their

19PE5018Q0082 Page 57 of 71

Page 59: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

22

respective accessories will comply with the Peruvian standard NTP 399.003: 2007 / NTE 011 Heavy Class.

The joints between the PVC pipes and accessories shall be made using a cleaning compound and a glue solution, or the joints could be done using elements with tapped extremes.

Floor sumps. The floor sumps shall be vertically adjusted to the floor level. For diameters of 3” or more, the body will be made of galvanized cast iron, brass strainer, and polish nickel finished. For diameters of 2” or less, the body and the strainer shall be made of brass and polish nickel finished.

3. NEW ROOF PANELS STRUCTURE

The Contractor is responsible for the removal of the existing deteriorated metallic roof panels as indicated in an area of 323.287 square meters, as well as the installation of the new roof panels composed of fiber cement of the brand “ETERNIT”. The Contractor is responsible for the covering and protection of the building from weather conditions.

The new fiber cement panels have greater resistance and great durability in any climate. The sheet of fiber cement panel of 1.10 meters wide, 3.05 meters long and 4mm thick will be in accordance with the Peruvian technical standard ISO 9933 "CEMENT PRODUCT WITH FIBER REINFORCEMENT". The contractor shall guarantee the stability of the roof by providing the appropriate fastening system and the respective belts in accordance with the structural design and in accordance with the manufacturer's recommendations and data sheet.

The Contractor shall follow all the recommendations from the manufacturer. The Contractor should deliver to INL a cover warranty after the placement of the roof.

4. METAL COLUMNS STRUCTURE

Columns of square tube of structural steel laminated to the hot LAC - with standard code ASTM-A- 500, AISI-A 500, these metal columns are 4 inches wide by 4 inches wide with a thickness of 3 mm and by 3.50 meters high. The metal

19PE5018Q0082 Page 58 of 71

Page 60: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachment 01

23

columns will be welded to the existing concrete floor using ½ "corrugated stakes using homogeneous welding or electric arc with blue dot electrode or 1/8" inches.

These columns will be welded over the entire height of your body with the existing metal column and in the upper part of the new column will be fixed a support bracket made with an angle of iron of 2 inches and will serve to support the roof structure. By adding these 8 metal columns, the roof structure will be reinforced to support the new fiber cement roof structure. These works will be carried out under the standard of hot work and complying with the occupational health and safety system - standard G 050

LEGAL STATUES

The work service should be in accordance with the National Operating Construction Manual-Norm G50 applicable in Peru. (Reglamento nacional de edificación Norma G-50.

PAYMENT TERMS

Monthly payments, at the end of every month, after evaluation report has been received. The INL Police Program will issue the receiving report, so partial payment can be process by the financial Office. Payment led-time is 30 days upon receiving the receiving report and vendor’s invoice by Budgeting Office Department (DBO).

WARRANTY

Materials provided by vendor and hand labor should have one year or (12 calendar months) of warranty from the day of completion the service.

LENGTH OF SERVICE

The period of performance is 60 calendar days under the following specifications of work hours: Monday thru Friday and the following, starting at 0800 hrs. to 1730 hrs.

PLACE OF PERFORMANCE: Multipurpose room of Callao Police Region- Second Floor Address Jiron Apurimac 647, Callao

19PE5018Q0082 Page 59 of 71

Page 61: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachement 02

PROJECT: INL LIMA POLICE PROGRAM REFURBISHMENT

LOCATION: CALLAO POLICE REGION PREPARED

BY: LIMA INL POLICE PROGRAM

CURRENCY US DOLLARS

CUSTOMER: US EMBASSY, LIMA PERU

ITEM DESCRIPTION Unit Qty LABOR MATERIAL TOTALUS $ US $ US $

1.01 Site Preparation - Mobilization glb 1 $0.001.00 Remove existing materials glb 1 $0.00

1.02

Removal of the current damaged exterior panels known as calamines that cover the roofstructure of the multipurpose room. The deteriorated calamines panel will be replaced withnew calamines made out of a higher quality fibber cement component. The composition ofthese new calamines makes it less susceptible to oxidation. The new calamines measure(1.10 meters x 2.40 meters). Total area of the roofing structure which requires replacescalamines and work is 300 square meters.

glb

1

$0.00

1.03

Removal of old square false plates of 0.60 x 0.60 centimeters. These false plates will bereplaced and with new false ceiling plates made out of an aluminium structure and mineralfibber plates in 0.60 x 0.60 meters format. Total area of work 300 square meters. Thecolor of the new false ceiling plates is white.

glb 1 $0.00

1.04

Removal of broken ceramic titles of 0.45 x 0.45 centimeters old flooring, and replace withsame color and size of existing old broken ceramic titles. glb 1 $0.00

1.05Installation of ceramic floor are 0.45 x 0.45 square meters, the color of new ceramic is lightivory and will cover an area of 6 square meters. glb 1 $0.00

1.06

Maintenance and painting of the main metal structure of roof covering support, includingsanding and painting with epoxy application paint, dark green color, for the protection ofrust and corrosion. Total work area is 323.08 square meters.

glb 1 $0.00

1.07

Supply, install and connect 8 square tubular metal column structures or stakes to reinforceexisting metal columns installed between the floor and the ceiling. The square metal tubularstakes measure 10 centimeters by 4 centimeter wide dimension by 3.50 meters height.Metal columns are stainless steel and will need to include support brackets which will bewelded to the existing roof structure.

glb 1 $0.00

1.08

Exterior and interior maintenance of walls of the multipurpose room, consisting of sanding,masonry to correct porosities of existing walls and painted in latex to cover an area of474.20 square meters (interior perimeter 72.30 linear meters, external perimeter 73.20 linearmeters). Color of paint, light cream or beige.

glb 1 $0.00

1.09Maintenance and installation of replacement of 12 tubular fluorescents luminairesinoperative. glb 12 $0.00

1.10 Maintenance of the energy and lighting system inside the multipurpose room. glb 1 $0.00

1.11

Maintenance and repair of two existing screens of 2.60 meters high and 2.10 meters wide,the work consists of change of glass sheet sliding rails, stainless steel handles, maintenanceof the sliding system and cleaning in general.

glb 2 $0.00

2.00 Reception room:

2.01Removal of old damage cover exterior roof and replace with new panels called calamine, made out of fibber cement that measures 1.10 x 2.40 meters. The total work area is 18.17 square meters.

glb $0.00

2.02 Removal of old damage fake interior square plate ceiling of a 12.13 square meters size interior ceiling. glb 1 $0.00

2.03Replace the old damage by installing new fake ceiling square plates, made out of composed aluminium structure and mineral fibber, size in 0.60 x 0.60 meters format, white color. Area to cover 12.13 square meters.

glb 1 $0.00

PRICE BREAKDOWN STRUCTURE

19PE5018Q0082 Page 60 of 71

Material on siteMaterial on site

Material on site

Material on site

Material on site

"Material on site" means materials provided by the Regional Police (PNP) as stated in the SOW, it shall not be priced

Page 62: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachement 02

PROJECT: INL LIMA POLICE PROGRAM REFURBISHMENT

LOCATION: CALLAO POLICE REGION PREPARED

BY: LIMA INL POLICE PROGRAM

CURRENCY US DOLLARS

CUSTOMER: US EMBASSY, LIMA PERU

ITEM DESCRIPTION Unit Qty LABOR MATERIAL TOTALUS $ US $ US $

PRICE BREAKDOWN STRUCTURE

2.04Replace the old damage by installing new fake ceiling square plates, made out of composed aluminium structure and mineral fibber, size in 0.60 x 0.60 meters format, white color. Area to cover 12.13 square meters.

glb 1 $0.00

2.05

Exterior and interior maintenance of walls of reception room, consisting of sanding, masonry to correct porosities of existing walls and latex paint to cover an area of 65.00 square meters (interior perimeter 14.10 linear meters, external perimeter 13.80 linear meters).

glb 1 $0.00

2.06 Maintenance of electrical and lighting system of 2 fixtures of the main entrance. glb 1 $0.00

2.07Maintenance and repair of existing door glass, size 2.90 meters wide and 2.10 meters high. The repair consists of changing the sliding rails; stainless steel handles with aluminium stainless and cleans the glass door.

glb 1 $0.00

3.00 Entrance staircase and main hall:

3.01Maintenance of existing main metal staircase with an area of 6.79 square meters (1.10 meters wide and 6.20 meters long), work consists in sanding the metal structure and painting with bright aluminium enamel color.

glb 1 $0.00

3.02Removal of old ceramic floor ivory color, and installation of new ceramic floor size 0.45 x 0.45 meters,(each) in ivory color at the main entrance hall, to cover an area total of 3 square meters. (Only the existing damaged porcelain pieces will be replaced).

glb 1 $0.00

4.00 Multi Purpose Annexed Areas:4.01 Reception room:

4.02Removal of old damage cover exterior roof and replace with new panels called calamine, made out of fibber cement that measures 1.10 x 2.40 meters. The total work area is 18.17 square meters.

glb 1 $0.00

4.03 Removal of old damage fake interior square plate ceiling of a 12.13 square meters size interior ceiling. glb 1 $0.00

4.04Replace the old damage by installing new fake ceiling square plates, made out of composedaluminium structure and mineral fibber, size in 0.60 x 0.60 meters format, white color.Area to cover 12.13 square meters.

glb1

$0.00

4.05

Exterior and interior maintenance of walls of reception room, consisting of sanding,masonry to correct porosities of existing walls and latex paint to cover an area of 65.00square meters (interior perimeter 14.10 linear meters, external perimeter 13.80 linearmeters).

glb

1

$0.00

4.06 Maintenance of electrical and lighting system of 2 fixtures of the main entrance. glb 1 $0.00

4.07Maintenance and repair of existing door glass, size 2.90 meters wide and 2.10 meters high.The repair consists of changing the sliding rails; stainless steel handles with aluminiumstainless and cleans the glass door.

glb1

$0.00

5.00 Entrance staircase and main hall:

5.01Maintenance of existing main metal staircase with an area of 6.79 square meters (1.10meters wide and 6.20 meters long), work consists in sanding the metal structure andpainting with bright aluminium enamel color.

glb1

$0.00

5.02Removal of old ceramic floor ivory color, and installation of new ceramic floor size 0.45 x0.45 meters,(each) in ivory color at the main entrance hall, to cover an area total of 3 squaremeters. (Only the existing damaged porcelain pieces will be replaced).

glb1

$0.00

6.00 MULTI PURPOSE ANNEXED AREAS:6.01 General service bathrooms:

6.00Removal of the current damaged exterior roof cover and replaced with new panels calledcalamines, made out of a fibber cement composition that measures 1.10 x 2.40 meters. Thetotal work area is 23.25 square meters.

glb1

$0.00

6.02 Removal of old interior ceiling structure that consists of false block plates. Total size of the work area is 13.10 square meters. glb

1$0.00

19PE5018Q0082 Page 61 of 71

Material on site

Material on site

"Material on site" means materials provided by the Regional Police (PNP) as stated in the SOW, it shall not be priced

Page 63: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

Attachement 02

PROJECT: INL LIMA POLICE PROGRAM REFURBISHMENT

LOCATION: CALLAO POLICE REGION PREPARED

BY: LIMA INL POLICE PROGRAM

CURRENCY US DOLLARS

CUSTOMER: US EMBASSY, LIMA PERU

ITEM DESCRIPTION Unit Qty LABOR MATERIAL TOTALUS $ US $ US $

PRICE BREAKDOWN STRUCTURE

6.03Replace, supply and install false ceiling plates, composed of aluminium structure and mineral fibber plates in 0.60 x 0.60 meters format, white color, an a total area of 13.10 square meters.

glb1

$0.00

6.04

Exterior and interior maintenance of two bathrooms module walls (men and women), consisting of sanding, masonry to correct porosities of existing walls and painted latex to cover an area of 72.10 square meters (interior perimeter of 20.77 linear meters and external perimeter of 7.65 linear meters).

glb

1

$0.00

6.05Installation 3 white ceramic toilets, 2 white ceramic urinals and 4 white ceramic lavatories). For this work, it is necessary to install a plastic pipeline, made out of PVC material, which measure ½ inches and 4 meters long.

glb1

$0.00

6.06

Installation of two showers inside each bathroom. Each shower will have one opening stainless key for cold water only. This installation will include the connection of one water plastic PVC pipes of ½ "inches and drain of inches and 4 " inches from existed water pipe into the shower.

glb

1 $0.00

6.07 Maintenance of the electrical fixtures and installation of 2 fluorescents inside 2 bathrooms for men, women and showers. glb 1 $0.00

6.08Installation of wall extractor equipment 220 voltage -60 Hz. The air extractor’s seize is 0.21 x 0.21 meters. There will be 2 extractors in men's bathroom, 2 extractors in women's bathroom, and one (1) air extractor in showers.

glb1 $0.00

7.00 Multipurpose room kitchenette module:

7.01

Exterior and interior maintenance of kitchenette service walls, consisting of sanding, masonry to correct porosities of existing walls and painted in white, anti-humidity latex to cover an area of 60.37 square meters (interior perimeter 15.22 linear meters, external perimeter 8.00 linear meters).

glb

1 $0.00

7.02

Installation of a washing kitchen stainless lavatory size 50 centimeters wide X 50 centimeter long. The installation of the lavatory is on top of cement table and includes the connection cold water pipes of ½ " inches and a drainage water pipe of inches wide by 4 meters long to connect into the stainless lavatory.

glb

1 $0.00

7.03 Installation of white ceramic title on top of a foundation table area of 0.55 meters wide and 3.50 meters long. Ceramic title size is 20X20 centimeters. glb 1 $0.00

7.04 Maintenance of electrical wiring and 4 fixtures installed in the ceiling of the kitchenette. glb 1 $0.008.00 Kitckennette-Batrooms hallway:

8.01 Replace old ceramic tiles with new ceramic tile flooring, size 0.45 x 0.45 meters, color beige, in a total area of 46.10 square meters. glb 1 $0.00

8.02Maintenance of existing metal staircase type "snail" shape, size of 4.41 square meters (diameter of 1.80 meters), consisting of sanding metal structure and painted with bright aluminium enamel.

glb1 $0.00

TOTAL DIRECT COST $0.00 $0.00 $0.00OVERHEAD & PROFIT (18%) $0.00 $0.00 $0.00BONDS AND INSURANCESSUB-TOTAL $0.00IGV (18%) $0.00TOTAL CONTRACT $0.00

"Material on site" means materials provided by the Regional Police (PNP) as stated in the SOW, it shall not be priced

19PE5018Q0082 Page 62 of 71

Material on site

Material on site

Material on site

Material on site

Material on site

Material on site

Material on site

$0.00

Page 64: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

DATE

PRINCIPAL CONTRACT FEATURE WT% EST. COST WK DATE=> 1 2 3 4 5 6 7 8 9 10 11 WKS/MTHS

NOTICE TO PROCEED DATE: ________________________ COMPLETION DATE: _________________

2. VIATO: COPNTRACTING OFFICER US Embassy

SCHEDULED ACTUAL

7. CONTRACT DESCRIPTION

10. APPROVED

LEGENDBAR PROGRESSTO DATE OF REPORTACTUAL PROGRESS

9. APPROVAL RECOMMENED

40

REPORT NUMBER

100

90

SCHED PROGRESS _ _ _ _ _ _ ACTUAL __________

0% 50 100

70

60

50

TOTAL

30

20

10

0

3. REPORT FOR PERIOD ENDING

CURVES

1. FROM

5. SOLICITATION NUMBER

6. LOCATION

80

8. SUBMITTED FOR APPROVAL(SIGNATURE)

SCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUAL

100 % COMPLETE

PROPOSED PERFORMANCE CHART

SCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUALSCHEDULED ACTUAL

19PE5018Q0082 Page 63 of 71

RivasCR
Typewritten Text
Attachment 3
Page 65: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

US EMBASSY CONTRACTOR’S DAILY CONSTRUCTION REPORT CONTRACT NUMBER: ___________________ DAILY REPORT NUMBER: _____ PROJECT NUMBER:_____________________ DATE: ____________________

CONTRACTOR: ________________________

LOCATION: __________________________ DESCRIPTION: _____________

WEATHER: FAIR CLOUDY RAIN WINDY FOG TEMP: AM ___ PM ___ *REMARKS (DESCRIBE EVENTS, WORK ACCOMPLISHED, MATERIALS DELIVERED, ETC):

NATURE OF DEFECTS FOUND (INCLUDE SPEC AND/OR DWG NO., LOCATION AND DESCRIPTION):

DIRECTIONS RECEIVED OR ISSUED (STATE BY WHOM):

SUPERINTENDENT’S NAME AND SIGNATURE ______________________________________ ***CONTRACTOR SHALL COMPLETE LABOR INFORMATION ON BACKSIDE OF THIS FORM***

**COR/US EMBASSY PERSONNEL TO COMPLETE THIS SECTION**

CONCUR WITH CONTRACTOR’S COMMENTS ABOVE.

DO NOT CONCUR. (SEE COMMENTS BELOW) REMARKS:

COMPLETION DATE: ______________________ WORK COMPLETED TO DATE: _________% PROBABLE COMPLETION DATE ______________ ACCORDING TO PROGRESS CHART _____%

COR’S SIGNATURE _____________________________ DATE: _______________

CONTRACTING OFFICER ______ ********USE BACKSIDE OF THIS FORM IF ADDITIONAL SPACE IS NEEDED********

19PE5018Q0082 Page 64 of 71

RivasCR
Typewritten Text
RivasCR
Typewritten Text
Attachment 4
RivasCR
Typewritten Text
Page 66: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

SHOP DRAWING/MATERIAL APPROVAL REQUEST NOTE: ALL ENTRIES WILL BE FILLED IN BY TYPEWRITER OR PEN INK PROJECT NO: __________

FROM: CONTRACTOR _________________________________________________ CONTRACT NUMBER

__________-___-___________ SUBMISSION NUMBER ____________

DATE

_______________________ MORE FORMS REQUIRED

NO YES

TYPE OF SUBMITTAL

NEW RESUBMITTAL OF # ______ GOVERNMENT USE ONLY

ITEM NO

SPECIFICATION SECTION AND

PARAGRAPH NO DESCRIPTION OF MATERIAL

AP PROVED

AP PROVED

AS NOTED

DISAP PROVED INT

CONTRACTOR CERTIFIES THAT MATERIALS COMPLY WITH BUY AMERCIAN ACT (FAR 52.225-09) NO OF COPIES TO

(US Embassy) _____________

BY (NAME AND TITLE)

_________________________________

SIGNATURE

________________________________ COMMENTS

FOR GOVERNMENT USE ONLY US EMBASSY

TO: CONTRACTING OFFICER RECOMMEND APPROVAL OR DISAPPROVAL AS INDICATED AND SUBJECT TO APPLICABLE COMMENTS ABOVE.

TYPED NAME AND GRADE

_______________________________

SIGNATURE

________________________________

DATE

__________________ CONTRACTING OFFICER

TO: CONTRACTOR 1. APPROVED OR DISAPPROVED AS INDICATED AND SUJECT TO ANY APPLICABLE COMMENTS ABOVE.2. REQUEST PROMPT RESUBMITTAL OF DISAPPROVED ITEMS.

TYPED NAME SIGNATURE DATE

Attachment 5 19PE5018Q0082 Page 65 of 71

RivasCR
Typewritten Text
Page 67: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

CONTRACTOR SUBMITTAL REVIEW PROCEDURES

The Contractor shall submit to the Contracting Officer for approval THREE (3) copies of all shop drawings as called for under the various headings of the contract specifications. These drawings shall be complete and detailed. If approval by the Contracting Officer, each copy of the drawings will be identified as having received such approval by being stamped and dated. The Contractor shall make any corrections required by the Contracting Officer. If the Contractor considers any corrections indicated on the drawings as constituting a change to the contract drawings or specifications, notice as required under the clause entitled “Changes” will be given to the Contracting Officer. Two (2) sets of all shop drawings will be retained by the Contracting Officer and one (1) sets will be returned to the Contractor.

The approval of the drawings by the Contracting Officer shall not be construed as a complete check, but will indicated only that the general method of construction and detailing is satisfactory. Approval of such drawings will not relieve the Contractor of the responsibility for any error which may exist as the Contractor shall be responsible for the dimensions and design of adequate connections, details, and satisfactory construction of all work.

Deliver Submittals to: Contracting Officer’s Representative

Page | 51

19PE5018Q0082 Page 66 of 71

Page 68: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

LETTER OF BANK GUARANTY

Place [ ]

Date [ ]

Contracting Officer

U.S. Embassy, [Post name]

[Mailing Address]

Letter of Guaranty No. _______

SUBJECT: Performance and Guaranty

The Undersigned, acting as the duly authorized representative of the bank, declares that the bank hereby guarantees to make payment to the Contracting Officer by check made payable to the Treasurer of the United States, immediately upon notice, after receipt of a simple written request from the Contracting Officer, immediately and entirely without any need for the Contracting Officer to protest or take any legal action or obtain the prior consent of the Contractor to show any other proof, action, or decision by an other authority, up to the sum of

[Amount equal to 50% of the contract price in U.S. dollars during the period ending with the date of final acceptance and 10% of the contract price during contract guaranty period], which represents the deposit required of the contractor to guarantee fulfillment of his obligations for the satisfactory, complete, and timely performance of the said contract [contract number] for [description of work] at [location of work] in strict compliance with the terms, conditions and specifications of said contract, entered into between the Government and [name of contractor] of [address of contractor] on [contract date], plus legal charges of 10% per annum on the amount called due, calculated on the sixth day following receipt of the Contracting Officer’s written request until the date of payment.

The undersigned agrees and consents that said contract may be modified by Change Order or Supplemental Agreement affecting the validity of the guaranty provided, however, that the amount of this guaranty shall remain unchanged.

Attachment 6

19PE5018Q0082 Page 67 of 71

RivasCR
Typewritten Text
RivasCR
Typewritten Text
RivasCR
Typewritten Text
RivasCR
Typewritten Text
RivasCR
Typewritten Text
RivasCR
Typewritten Text
RivasCR
Typewritten Text
RivasCR
Typewritten Text
Page 69: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

The undersigned agrees and consents that the Contracting Officer may make repeated partial demands on the guaranty up to the total amount of this guaranty, and the bank will promptly honor each individual demand.

This letter of guaranty shall remain in effect until 3 months after completion of the guaranty period of Contract requirement.

————————————————————————————————-

Depository Institution: [Name]

Address: Location: ______________

Representative(s): ___________ ___________ State of Inc.: ____________

___________ ___________ Corporate Seal:

___________ ___________

————————————————————————————————

Certificate of Authority is attached evidencing authority of the signer to bind the bank to this document.

Page | 53

19PE5018Q0082 Page 68 of 71

Page 70: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20

5

4

3

2

1

1

2

3

4

5

12

45

67

3

12

34

56

7

4.24

2.70

1.03

2.70

1.03

2.70

1.03

2.70

4.24

22.8

5

3.73

3.73

3.73

3.73

3.73

3.73

0.15

0.10

0.15

0.10

A B C D

5.43 4.98 3.37

1.55

0.20

4.904.38

5.53 2.60 5.53

13.65

22.3

5

2.05 2.70 2.60 2.60 0.80 2.90

2.90

4.05

0.80 1.39 1.20 0.500.20

1.63

1.00

1.72

0.30

3.39

0.46

0.15

4.24

2.70

1.03

2.70

1.03

2.70

1.03

2.70

4.24

0.15

0.10

3.89

0.15

2.16

0.15

1.00

0.15

2.20

0.15

9.75

3.99

1.56

0.75

0.15 1.

002.

30

1.464.22

4.36

0.100.

952.

94

4.45

3.73

3.73

3.73

3.73

3.73

3.73

1.58

1.10

1.67

SALA MULTIUSOSNPT +4.35

HALL INGRESO 1

NPT +3.55RECEPCION

ESTACIONAMIENTONPT Ñ0.00

DESCANSONPT +0.15

HALL INGRESO 2

NPT +4.35

SS.HHHOMBRES

SS.HHMUJERES

NPT +4.55NPT +4.55

NPT +4.55

0.98 VACIO

VACIO

TECHO SSHHHOMBRESNPT +2.87

TECHO SSHHMUJERES

NPT +2.87

NPT +2.37

TECHOBAJO

NPT +2.37

TECHOBAJO

AREA SININTERVENIR

AREA SININTERVENIR

COCINAAMBIENTE NUEVO A

IMPLEMENTAR

VIENE DE AREADE OPERACIONES

HACIA HALLDE INGRESO PRINCIPAL

REGPOL - CALLAO

HACIA INGRESOPOSTERIOR

CALLE CALIFORNIA

PISO PORCELANATO 0.55 mt. x 0.55 mt.COLOR BEIGE

MANTENIMIENTO DE PISO

VANO PARA VENTANA ALTA

VANO PARA VENTANA ALTA

PISO CERAMICO0.30 mt. x 0.30 mt.A INSTALAR

LOSETA DE CEMENTO0.25 mt. x 0.15 mt.

COLOR ROJOCAMBIAR POR NUEVO

PORCELANATO

PISO CERAMICO0.30 mt. x 0.30 mt.A INSTALAR

PISO PORCELANATO0.55 mt. x 0.55 mt.

COLOR BEIGE

ESCALERA METALICA CON PASOS ENMARCO DE ANGULOS Y PLANCHA ESTRIADAPINTAR ESCALERA

NPT +2.87

DESCANSO DECONCRETO

LOSA ALIGERADA

LOSA ALIGERADA

MURO H= 1.50 mt.

MURO H= 1.50 mt.

MURO H= 1.00 mt.

MURO H= 1.00 mt.

PARED DE DRYWALL H=3.00mt.

MAMPARA DOBLE HOJA CORREDIZAVIDRIO LAMINADO 8MM.

MAMPARA DOBLE HOJACORREDIZA VIDRIOLAMINADO 8MM.MANTENIMIENTO

MAMPARA DOBLE HOJACORREDIZAVIDRIO LAMINADO 8MM.MANTENIMIENTO

MURO BAJO DE APOYO PARAPARED DRYWALL H= 0.90mt.

TABIQUERIA DE DRYWALL SOBREMURO DE ALBA¤ILERIA H=2.40 mt.

PINTO DE COLUMNAH = 0.90mt

MURO BAJO DE APOYO PARAPARED DRYWALL H= 0.90mt.

TABIQUERIA DE DRYWALL SOBREMURO DE ALBA¤ILERIA H=2.40 mt.

PINTO DE COLUMNAH = 0.90mt

VENTANA CORREDIZA VIDRIO CRUDOTRANSPARENTE CON CORTINASCORREDIZA SIMPLE - MANTENIMIENTO

VENTANA CORREDIZA VIDRIO CRUDOTRANSPARENTE CON CORTINASCORREDIZA SIMPLE - MANTENIMIENTO

0.763.971.87

ESCALERA METALICA TIPOCARACOL D= 1.80mt.MANTENIMIENTO

PISO CERAMICO0.30 mt. x 0.30 mt.A INSTALAR

DUCHAS

3.00

1.20

4.262.

71

0.54 1.130.79

1.00

COLUMNA METALICA DE REFUERZOPARA SOPORTE DE COBERTURA NUEVA

COLUMNA METALICA DE REFUERZOPARA SOPORTE DE COBERTURA NUEVA

COLUMNA METALICA DE REFUERZOPARA SOPORTE DE COBERTURA NUEVA

PLANTA SALA MULTIUSOS - 2DO NIVEL

Attachment 0719PE5018Q0082 Page 69 of 71

Page 71: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

GENERAL SERVICES OFFICE, US EMBASSY REQUEST FOR PROGRESS PAYMENT (INVOICE)

PROJECT: Contract No. _____________________________ CONTRACTOR:_________________________________________ Name ____________________________ (Name, Address)_________________________________

APPLICATION DATE:____________ APPLICATION NO. _____ ____________________________________________________

TO: Contracting Officer, US EMBASSY ____________________________________________________

NOTE: (Must obtain COR signature before processing) PERIOD FROM:________________ TO _______________ I hereby certify, to the best of my knowledge and Application is made for Payment, as shown below in belief that: connection with the Contract. The present status of(1) The amounts requested are only for performance the account for this Contract is as follows: in accordance with the specifications, terms andconditions of the contract:(2) Payments to subcontractors and suppliers have ORIGINAL CONTRACT SUM . . . . . .$___________________ been made from previous payments received under the contract and timely payments will be made from the NET CHANGE BY MODIFICATIONS . . .$___________________ proceeds of the payment covered by this certifica- tion. CONTRACT SUM TO DATE . . . . . . $___________________

_____________________________________________________

(3) This request for progress payments does not TOTAL COMPLETED-STORED TO DATE ..$___________________ include any amounts which the prime contractorintends to withhold or retain from a subcontractor RETAINAGE __________% . . . . . .$___________________ or supplier in accordance with the terms andconditions of the subcontract. TOTAL EARNED LESS RETAINAGE . . .$___________________

SIGN __________________________________________ LESS PREVIOUS PAYMENTS . . . . . $___________________ (Title) _______________________________________ (Date) ________________________________________ CURRENT PAYMENT DUE . . . . . . .$___________________

_____________________________________________________CONTRACTING OFFICER: Representative’s certifica- tion of receipt of services at project site. ACCOUNTING DATA Changes to requested amount have been initiated. _____________________________________________________

Sign and Date ________________________________

Print phone number and mailing address of person to be notified in event the Contracting Officer finds this application to be defective. BY: _________________________ DATE: _______________

COR(Address) ____________________________________

_______________________ (Phone) ______________ Approved for Payment of $_______________________

Attachment 8

Page | 54

19PE5018Q0082 Page 70 of 71

Page 72: STANDARD FORM 1442 - U.S. Embassy in Peru · 2018-05-31 · .t-Embassy of the United States of America I.ima, Peru May 30.2018 Dear Prospective offeror, Subject: RFQ for 19PE5018Q0082

CONTINUATION SHEET CONTRACT No. _____________________________FOR REQUEST FOR PROGRESS PAYMENT APPLICTION NO. ______

WORK COMPLETED TOTAL COMPLETED AND STORED TO

DATE ITEM NO. A.

DESCRIPTION OF WORK

B.

SCHEDULED VALUE C.

PREVIOUS APPLICATIONS

D.

THIS APPLICATION

E.

(1)* STORED

MATERIALS F.

G(D+E+F) %

BALANCE TO FINISH

H(C-G)

RETAINAGE

I.

(1)* STORED MATERIALS – Unincorporated material delivered to the job site. Request for payment for uninstalled material delivered to the job site must be accompanied by paid invoices.

Page | 55

19PE5018Q0082 Page 71 of 71


Recommended