+ All Categories
Home > Documents > Yh,,*#,!LM4t - U.S. Embassy in Peru · PDF filePERU. ADMINIS AMERICAN EMBASSY LINIA ... Wall...

Yh,,*#,!LM4t - U.S. Embassy in Peru · PDF filePERU. ADMINIS AMERICAN EMBASSY LINIA ... Wall...

Date post: 06-Feb-2018
Category:
Upload: ngohuong
View: 215 times
Download: 1 times
Share this document with a friend
7
02110120t7 AM EN DM ENT O F SO LIGTTAT ION/MO DI FICAT IO N O F CONT RACT AMERICAN EMBASSY LIMA Ave. Lima Polo Cdra 2 irontenico, ATTN: Gso/procurement Lima PERU . ADMINIS AMERICAN EMBASSY LINIA Ave. Lima Polo Cdra 2 lvlonienico, ATTN: Gso/procurement Lima PERU 8. NAME AND ADDRESS (No., st,eet, county, State and Zp ?,ode) sPE5001 7 Q0025 DAIED (SEE |TEM 11) 02to212017 1OA. MODIFICATION 108. DATED (SEE |TEM 13) 11. THIS YAPPLIES TO ENTS OF EI *"abovenumberedsolicitationEamendedassetforthinltem14.ThehouranddatespecliedforreceiptdoffeB Efl isextended,E,.note(tended. off ets musl acknowledge receipt of thb amendment prior tothe hour and date speclied inthe solicitdion or as amended, b/ one cf thefollowing methods: (a) By completing items I and 15, and retuming 2 copies d the amendment; (b) ry acknowledging receipt of this amendment on each copy d the oafg. submited; or (c) ry separate letter or telegram \nfiich includes a rderence to the soliclation and amendment numbers. FALURE oF youR ACKNoWLEDGMENT TO BE RECETVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SpECtFtEO MAy RESULT tN REJECTION OFYOUR OFFER. tf by v idue d thb amendment yourdesireto change an df eralready submitted, suchchange may be made ry tebgram or letter, provided eachtelegram or letter md(es rderencetolhe solicitation and this amendment, and is recei,ed prior tothe opening hour and date specified. TING ANO APPROPRIA (lt rcquired) 13. TH|S NLYAPPLIES TO TION OF IT MODIF!ES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. NO. IN ITEM 1OA- date, etc,') SET FORTH IN ITEM 14. PURSUANT To THE AUTH ORTTY OF FAR 43.103(b). as cranges L E IMPORTANT: contractor J-l is not, ffi is requied to sign this documentand return copies to the issuirB office. 14.DESCRlPTloNoFAMENDMENT/MoolFlcATloN|oryanize(tbyUcFsectionneadingsjnctudingsolicIatiot1/contna"uop"@ Amendment to solicitation is hereby made to reflect the following changes: 1- Replaces Scope of Work (SOW) entirely with the attached revised copy dated February g,2017. 2. Extends the solicitation due date from February 17,2017 to February i 4,2017 oy tzOti nis. All other terms and conditions of original solicitation remain the same and unchanged. scfthedo"umentrderencedinltem9Aor1oA,asheretoforechanged,remainsunchangedandinfullfoceandeffect. or pint) of pe6on euthoized to sign) NSN 7540-01-152-8070 Prev ious edition unusable Yh,,*#,!LM4"t n STANDARD FORM 30 1nev. ro-irs; Prescribed by GSA FAR (48 CFR) 53.243
Transcript
Page 1: Yh,,*#,!LM4t - U.S. Embassy in Peru · PDF filePERU. ADMINIS AMERICAN EMBASSY LINIA ... Wall mosaic tiles and drywall, in amount required for the openings to allow the installation

02110120t7

AM EN DM ENT O F SO LIGTTAT ION/MO DI FICAT IO N O F CONT RACT

AMERICAN EMBASSY LIMAAve. Lima Polo Cdra 2 irontenico, ATTN: Gso/procurementLimaPERU

. ADMINIS

AMERICAN EMBASSY LINIAAve. Lima Polo Cdra 2 lvlonienico, ATTN: Gso/procurementLimaPERU

8. NAME AND ADDRESS (No., st,eet, county, State and Zp ?,ode)

sPE5001 7 Q0025

DAIED (SEE |TEM 11)02to212017

1OA. MODIFICATION

108. DATED (SEE |TEM 13)

11. THIS YAPPLIES TO ENTS OF

EI *"abovenumberedsolicitationEamendedassetforthinltem14.ThehouranddatespecliedforreceiptdoffeB Efl isextended,E,.note(tended.off ets musl acknowledge receipt of thb amendment prior tothe hour and date speclied inthe solicitdion or as amended, b/ one cf thefollowing methods:(a) By completing items I and 15, and retuming 2 copies d the amendment; (b) ry acknowledging receipt of this amendment on each copy d the oafg. submited;or (c) ry separate letter or telegram \nfiich includes a rderence to the soliclation and amendment numbers. FALURE oF youR ACKNoWLEDGMENT TO BE RECETVED AT THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SpECtFtEO MAy RESULT tN REJECTION OFYOUR OFFER. tf by v idue d thbamendment yourdesireto change an df eralready submitted, suchchange may be made ry tebgram or letter, provided eachtelegram or letter md(es rderencetolhe solicitationand this amendment, and is recei,ed prior tothe opening hour and date specified.

TING ANO APPROPRIA (lt rcquired)

13. TH|S NLYAPPLIES TO TION OFIT MODIF!ES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

NO. IN ITEM 1OA-

date, etc,') SET FORTH IN ITEM 14. PURSUANT To THE AUTH ORTTY OF FAR 43.103(b).as cranges

L

E IMPORTANT: contractor J-l is not, ffi is requied to sign this documentand return copies to the issuirB office.

14.DESCRlPTloNoFAMENDMENT/MoolFlcATloN|oryanize(tbyUcFsectionneadingsjnctudingsolicIatiot1/contna"uop"@

Amendment to solicitation is hereby made to reflect the following changes:1- Replaces Scope of Work (SOW) entirely with the attached revised copy dated February g,2017.2. Extends the solicitation due date from February 17,2017 to February i 4,2017 oy tzOti nis.

All other terms and conditions of original solicitation remain the same and unchanged.

scfthedo"umentrderencedinltem9Aor1oA,asheretoforechanged,remainsunchangedandinfullfoceandeffect.or pint)

of pe6on euthoized to sign)

NSN 7540-01-152-8070Prev ious edition unusable

Yh,,*#,!LM4"t nSTANDARD FORM 30 1nev. ro-irs;Prescribed by GSA FAR (48 CFR) 53.243

Page 2: Yh,,*#,!LM4t - U.S. Embassy in Peru · PDF filePERU. ADMINIS AMERICAN EMBASSY LINIA ... Wall mosaic tiles and drywall, in amount required for the openings to allow the installation

Page 1 of 6

STATEMENT OF WORK Drafted: E. Ramirez

Ancillary Restrooms Renovation Project Rev 1 February/08/2017

STATEMENT OF WORK FOR

CONSTRUCTION SERVICES

ANCILLARY RESTROOMS RENOVATION Rev 1

1.0 INTRODUCTION

1.1 The U.S. American Embassy requires the services of at least 05 year experience company in the

areas of architectural and restroom renovation projects to perform the construction and

complementary work to perform the Ancillary Restrooms Renovation Project, located inside the

US Embassy Compound.

1.1.1 The restrooms included on this project are shown on CAD drawings Ancillary Restroom

Renovation R1& R2.

1.1.2 These drawings are referential only. Contractor shall perform his on-site survey and do the

necessary adjustments.

1.1.3 Site Visit: Visit the work site and verify the conditions of the existing work site configuration. This

means the Contractor shall inspect visually the space and investigate to determine any problem to

perform the job. Discuss with the customer to ensure no other information useful for the

assessment is missing. Provide written recommendations of any required additional work, or

changes to the present scope through better alternatives.

1.1.4 Proposal shall have a construction bar chart or a PERT/CPM chart used to schedule, organize,

and coordinate tasks within a project with all phases of work linked among others with realistic

time frames.

1.1.5 Contractor shall remove and dispose all existing materials and equipment located in all 10

Ancillary restrooms, shown on CAD drawings:

Bathroom countertops and furniture

Lavatory sinks.

Lavatory faucets and drainages.

Kohler K-5014-T urinals, urinal drainages and hardware.

Sloan Regal Model 180-1.5, urinal flushometers.

Yukon Model 2101 waterless urinals drainages and hardware.

Kohler K-4325-0 wall-hanging HET toilets, toilet drainages and hardware.

Sloan Regal Model 110, toilet flushometers.

Floor tank toilets

Complete wall mosaic tiles and drywall, on indicated restrooms

Wall mosaic tiles and drywall, in amount required for the openings to allow the installation of new

urinals, including their plumbing connections.

1.1.5 Contractor shall preform the installation of the following materials and equipment to be done in all

Ancillary restrooms, shown on CAD drawings:

Grey granite bathroom countertops and furniture

White under-mount oval lavatory sinks and drainages.

Sloan ETF-80-4-P automatic lavatory faucets and electrical connections.

Sloan WEUS-1000.1001-0.125, 0.125 gallon/flush, manual HEU flushometers and HEU urinals &

hardware and required water and drainage connections.

Kohler Kingston K-4430-ET, wall-hanging HET toilets & hardware and required drainage

connections.

Page 3: Yh,,*#,!LM4t - U.S. Embassy in Peru · PDF filePERU. ADMINIS AMERICAN EMBASSY LINIA ... Wall mosaic tiles and drywall, in amount required for the openings to allow the installation

Page 2 of 6

STATEMENT OF WORK Drafted: E. Ramirez

Ancillary Restrooms Renovation Project Rev 1 February/08/2017

Kohler Wellworth K-4406-0, floor mount HET toilets & hardware and required drainage

connections.

Sloan Model 111-1.6, 1.6 gallon per flush, high efficiency toilet flushometers and required water

connections.

Kohler Pressure Lite K-3505-T, floor mount HET toilets with tank & hardware and required

drainage connections.

Complete wall mosaic tiles and drywall, on indicated restrooms

Wall mosaic tiles and drywall, in amount required for the openings to allow the installation of new

urinals, including their plumbing connections.

Paint drywall on walls and ceiling

1.1.6 Countertops and Lavatory Sinks

1.1.6.1 The countertop bathrooms to be replaced in the Ancillary Restrooms are the following:

Motor Pool, Men & Women Compound Restrooms

Motor Pool Restroom: 896 mm x 610 mm x 100 mm backsplash x 200 mm edge

Compound Men Restroom: 1286 mm x 610 mm x 100 mm backsplash x 200 mm edge

Compound Ladies Restroom: 1280 mm x 610 mm x 100 mm backsplash x 200 mm edge

Shops and Gym Restrooms

Shops Restroom: 2322 mm x 610 mm x 100 mm backsplash x 200 mm edge

Gym Men Restroom: 2380 mm x 610 mm x 100 mm backsplash x 200 mm edge

Gym Ladies Restroom: 1818 mm x 610 mm x 100 mm backsplash x 200 mm edge

1.1.6.2 The Contractor is responsible for dismantling, manipulating and disposal of the existing

countertop, lavatory sinks, plumbing fixtures and material.

1.1.6.3 The works to reconfigure include the following:

Dismantling existing countertops, lavatory sinks, plumbing fixtures and other accessories.

Supply and installation of metallic support for new granite countertops.

Supply and installation of new granite countertops 2 cm thickness including the holes needed for

lavatories and faucets. The granite will be the same or similar to “Granito Gris”. Granite samples

shall be sent prior to construction for selection and approval.

Supply and installation of new white under-mount oval lavatory sinks, hardware and drainages.

Acceptable brands are Kohler, American Standard, Sloan.

Installation of new Sloan ETF-80-4-P automatic lavatory faucets and all required water and

electrical connections. These faucets will be provided by the Embassy.

1.1.7 Lavatory Furniture, Countertops and Lavatory Sinks

1.1.7.1 The lavatory furniture and countertop bathrooms to be replaced in the Ancillary Restrooms are the

following:

CAC # 1, # 2 and #3 Restrooms

CAC # 1 Restroom: 810 mm L x 610 mm D x 920 mm H

CAC # 2 Restroom: 810 mm L x 610 mm D x 920 mm H

CAC # 3 Restroom: 800 mm L x 610 mm D x 920 mm H

Warehouse Restroom

Warehouse Restroom: 600 mm L x 600 mm D x 900 mm H

1.1.7.2 The Contractor is responsible for dismantling, manipulating and disposal of the existing furniture,

countertop, lavatory sinks, plumbing fixtures and material.

Page 4: Yh,,*#,!LM4t - U.S. Embassy in Peru · PDF filePERU. ADMINIS AMERICAN EMBASSY LINIA ... Wall mosaic tiles and drywall, in amount required for the openings to allow the installation

Page 3 of 6

STATEMENT OF WORK Drafted: E. Ramirez

Ancillary Restrooms Renovation Project Rev 1 February/08/2017

1.1.7.3 The works to reconfigure include the following:

Dismantling existing furniture, countertops, lavatory sinks, plumbing fixtures and other

accessories.

Supply and installation of the new furniture for the lavatory sinks and granite countertops. Frame

and body shall be done in melamine, 18 mm, with water proof seams and connections. With

double doors ant at least one shelving. Melamine color to be determined by the Embassy.

Previous to construction of furniture, Contractor shall send a set of CAD drawings for Embassy

approval. No construction of furniture will be accepted prior to approval.

Supply and installation of new granite countertops 2 cm thickness including the holes needed for

lavatories and faucets. The granite will be the same or similar to “Granito Gris”. Granite samples

shall be sent prior of construction for selection and approval.

Supply and installation of new white under-mount oval lavatory sinks, hardware and drainages.

Acceptable brands are Kohler, American Standard, Sloan.

Installation of new Sloan ETF-80-4-P automatic lavatory faucets and all required water and

electrical connections. These faucets will be provided by the Embassy.

Repair the wall tile. (The Embassy would supply the tile or ceramic)

1.1.8 HEU Urinal Fixtures and HEU Urinal Flushometers.

1.1.8.1 The Contractor is responsible for dismantling, manipulating and disposal of all existing urinal

fixtures and urinal flushometers.

1.1.8.2 The works to reconfigure include the following:

Dismantling existing waterless urinal fixtures, regular water urinal fixtures and urinal flushometers.

Remove space enough of existing drywall and mosaic ceramic tiles to allow the installation of the

new water connection for the new flushometers and modification of the no hub cast iron pipe to

accommodate the required height of the new urinals to be installed.

The Embassy will provide the required amount of no hub cast iron pipe and fittings as well as the

no hub clamps.

Installation of the new Sloan WEUS-1000.1001-0.125, 0.125 gallon/flush, manual HEU

flushometers and HEU urinals & hardware and required water and drainage connections

Replace the drywall and mosaic ceramic tiles on required construction block-outs.

One of the urinals shall have a height of 24” from the lip of the urinal to the finish floor and the

other shall have a height of 17” to comply with ADA requirements.

1.1.9 HET Toilet Fixtures and HET Toilet Flushometers.

1.1.9.1 The Contractor is responsible for dismantling, manipulating and disposal of all existing toilet

fixtures and toilet flushometers.

1.1.9.2 The works to reconfigure include the following:

Dismantling existing toilet fixtures and toilet flushometers.

Installation of the new Kohler Kingston K-4430-ET, wall-hanging HET toilets & hardware and

required drainage connections.

Installation of the new Kohler Wellworth K-4406-0, floor mount HET toilets & hardware and

required drainage connections.

Installation of the new Sloan Model 111-1.6, 1.6 gallon per flush, high efficiency toilet flushometers

and required water connections.

Installation of the new Kohler Pressure Lite K-3505-T, floor mount HET toilets with tank &

hardware and required drainage connections.

HET toilet fixtures and flushometers will be provided by the Embassy

Page 5: Yh,,*#,!LM4t - U.S. Embassy in Peru · PDF filePERU. ADMINIS AMERICAN EMBASSY LINIA ... Wall mosaic tiles and drywall, in amount required for the openings to allow the installation

Page 4 of 6

STATEMENT OF WORK Drafted: E. Ramirez

Ancillary Restrooms Renovation Project Rev 1 February/08/2017

1.1.10 Mirrors

1.1.10.1 The mirrors at the restrooms to be replaced at the Ancillary Restrooms are the following:

CAC # 1, # 2 and # 3 Restrooms

CAC # 1: 800 mm x 800 mm x 4 mm

CAC #2: 800 mm x 800 mm x 4 mm

CAC # 3: 800 mm x 800 mm x 4 mm

Motor Pool, Men & Women Compound Restrooms

Motor pool Restroom: 890 mm x 890 mm x 4 mm

Compound Men Restroom: 1285 mm x 890 mm x 4 mm

Compound Ladies Restroom: 1280 mm x 890 mm x 4 mm

Shops and Gym Restrooms

Shops Restroom: 2320 mm x 1200 mm x 4 mm

Gym Men Restroom: 2375 mm x 1120 mm x 4 mm

Gym Ladies Restroom: 1815 mm x 1120 mm x 4 mm

Warehouse Restroom

Warehouse Restroom: 900 mm x 900 mm x 4 mm

1.1.10.2 The Contractor is responsible for dismantling, manipulating and disposal of all existing restroom

mirrors.

1.1.10.3 The works to reconfigure include the following:

Dismantling existing 4 mm mirrors.

Provision and installation of the new 4mm mirrors.

Mirrors shall have beveled edges.

1.1.11 2’ x 2’ and 2’ x 4’ Ceiling Tiles.

1.1.11.1 The Contractor is responsible for dismantling, manipulating and disposal of all 2’ x 2’ and 2’ x 4’

existing finish ceiling tiles.

1.1.11.2 The works to reconfigure include the following:

Dismantling existing finish 2’ x 2’ and 2’ x 4’ ceiling tiles.

Provision and installation of the new 2’ x 2’ and 2’ x 4’ ceiling tiles.

New ceiling tiles shall be Armstrong, Optima Square Lay-in, item 3352, 2’ x 2’ and 2’ x 4’, ¾”

thickness or equivalent in features and quality.

New ceiling tiles shall be fiberglass, shall have smooth, clean, durable finish, washable, impact-

resistant, scratch-resistant, soil-resistant, superior resistance to sagging in high humidity

conditions and shall be anti mold/mildew & bacteria.

1.1.12 Paint all hard drywall suspended finish ceiling with two coats of Supermate Vencedor latex paint,

same color as existing. Paint shall be provided by Contractor. Paint shall be applied according to

manufacturer’s instructions and shall cover painted surface completely with no underlying colors

coming through.

1.1.13 Paint should be applied with fine brushes or rollers. Avoid air compressed painting to eliminate

contaminations on adjacent surfaces.

Page 6: Yh,,*#,!LM4t - U.S. Embassy in Peru · PDF filePERU. ADMINIS AMERICAN EMBASSY LINIA ... Wall mosaic tiles and drywall, in amount required for the openings to allow the installation

Page 5 of 6

STATEMENT OF WORK Drafted: E. Ramirez

Ancillary Restrooms Renovation Project Rev 1 February/08/2017

1.1.14 All new drywall shall be 5/8” to match with existing. Replacement of drywall on indicated places

shall be done keeping the first row of the existing 2”x 2” existing wall tiles. Height of new drywall

shall be 12” over the finish ceiling

1.1.15 New wall tiles shall be ceramic vitreous white color 20 cm x 20 cm, similar to the existing on Gym

restrooms. New tiles shall be flushed with the first row of the existing 2”x 2” existing wall tiles.

Height of the wall tiles shall be 12” over the finish ceiling

1.1.16 On the areas where the drywall and tiles will be removed the Contractor shall remove and reinstall

miscellaneous devices with the exemption of security devices.

1.1.17 Wood door shall be treated accordingly and restored to its original conditions. Treatment shall

include retouching with putty, sanding and color point and sealed with lacquer finish to match with

dull sealer

1.1.18 Work also includes painting of all door frames. Paint shall be done with low odor paint in order to

minimize inconveniences for the occupants.

1.1.19 For the metallic doors and frames the procedure will be as follows:

Mechanical cleaning on the surfaces to be painted.

Surface treatment

Replace with new steel shape all corroded areas.

Low adherence masking tape on all borders of the painting areas to avoid stains on adjacent

surfaces

Paint should be done with fine brushes, rollers or burls. Avoid air compressed painting to eliminate

contaminations on adjacent surfaces

One coat of proper Metal Primer, where is required

Two coats of proper Metal Enamel

Paint should match existing colors.

1.1.20 The Contractor will be responsible for providing tools, equipment and enough trained personnel in

order to perform the work without problems and delays

1.1.21 The area shall be kept clean and organized at all times. The Contractor shall ensure that all the

area receiving this work shall be left in a condition acceptable to the Embassy COR upon

completion

1.1.22 All works shall be scheduled accordingly in such a way to minimize redone and retouching works.

1.1.23 All given measurements shall be confirmed by the Contractor, since this is a fixed sum lump

Contract. No amendments in the Contract shall be accepted due to discrepancy with the

measurements.

1.1.24 Embassy will provide water and electrical power for this work. Embassy can provide power at: 115

Volts/1 phase/60 Hz, 208 Volts/3 phase/60 Hz, 480 Volts/3 phase/60 Hz. Contractor must provide

all equipment and materials.

1.1.25 Contractor must follow all working safety regulations and provide their personnel with appropriate

safety equipment like gloves, security shoes, ocular protection, earring protection, falling

protection etc... A site meeting will be held to discuss safety issues prior to work commencing.

1.1.26 The Embassy is providing in Attachment A the Contractor Safety Policy

Page 7: Yh,,*#,!LM4t - U.S. Embassy in Peru · PDF filePERU. ADMINIS AMERICAN EMBASSY LINIA ... Wall mosaic tiles and drywall, in amount required for the openings to allow the installation

Page 6 of 6

STATEMENT OF WORK Drafted: E. Ramirez

Ancillary Restrooms Renovation Project Rev 1 February/08/2017

1.1.27 Working days: Monday thru Saturday 8 AM to 5 PM

1.1.28 Upon completion of work area is to be returned to clean condition with no dust or garbage in

evidence.

1.1.29 All retouching works should be included and the area should be kept clean during and at the end

of each working days.

1.1.30 All damaged areas during the working process should be restored to its original conditions.

1.1.31 Contractor must remove and dispose to a Municipality authorized disposal area, at its own

expense, all exceeding and construction debris.

1.2 The facility, US Chancery Annex Building is located in Encalada Ave. Block 17 s/n. All

inspections shall be requested through the Embassy’s Facility Manager [FM] or Contracting

Officer Representative [COR].

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

execution of this contract. Contractor shall coordinate with Contracting Officer for work phasing

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

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

prior to commencement of work at the site.

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

project simultaneously at multiple apartment units with the approval of the Contracting Officer

[CO].

2.0 GOVERNMENT MATERIAL (GM) [include only if applicable]

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

Government will furnish the following materials and equipment for the installation by the

Contractor. The Government Material (GM) is stored at Embassy Warehouse. The contractor

shall move, uncrate, assemble, and install the GM. GM shall be uncrated and inspected by the

contractor in the presence of the Contracting Officer’s Representative (COR) to determine any

damaged or missing parts. The contractor shall be responsible for damage or loss occurring after

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

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

in storage at Embassy Warehouse as directed by the COR.

2.1 Embassy will provide adequate quantities of materials stored at the Embassy Warehouse, that

shall be deducted from the take off. In this case consider only installation. Detailed List of Items

provided at the site includes:

Each 14 Sloan ETF-80-4-P automatic lavatory faucets.

Each 06 Sloan WEUS-1000.1001-0.125, 0.125 gallon/flush, manual HEU flushometers

and HEU urinals & hardware.

Each 08 Kohler Kingston K-4430-ET, wall-hanging HET toilets & hardware.

Each 01 Kohler Wellworth K-4406-0, floor mount HET toilets & hardware

Each 09 Sloan Model 111-1.6, 1.6 gallon per flush, high efficiency toilet flushometers.

Each 05 Kohler Pressure Lite K-3505-T, floor mount HET toilets with tank & hardware

Global 2” cast iron no hub piping, fittings and clamps, necessary to replace all urinals.

END OF STATEMENT OF WORK


Recommended