sf-1442 cover sheet - u.s. embassy in guyana · sf-1442 cover sheet . a. price . b. scope of work ....

71

Upload: others

Post on 19-May-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__
Page 2: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__
Page 3: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

TABLE OF CONTENTS

SF-1442 COVER SHEET

A. PRICE

B. SCOPE OF WORK

C. PACKAGING AND MARKING

D. INSPECTION AND ACCEPTANCE

E. DELIVERIES OR PERFORMANCE

F. ADMINISTRATIVE DATA

G. SPECIAL REQUIREMENTS

H. CLAUSES

I. LIST OF ATTACHMENTS

J. QUOTATION INFORMATION

K. EVALUATION CRITERIA

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

ATTACHMENTS:

Attachment 1: Standard Form 25, “Performance and Guaranty Bond” Attachment 2: Sample Letter of Bank Guaranty Attachment 3: Breakdown of Price by Divisions of Specifications Attachment 4: Drawings Attachment 5: Specifications

Page 4: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

OMB APPROVAL NO. 2700-0042

SOLICITATION, OFFER, AND AWARD

(Construction, Alteration, or Repair)

1. SOLICITATION NO.

19GY2018Q0015

2. TYPE OF SOLICITATION

SEALED BID (IFB) [X ] NEGOTIATED (RFP)

3. DATE ISSUED

07-16-2018

PAGE OF PAGES

1

IMPORTANT - The “offer” section on the reverse must be fully completed by offeror.

4. CONTRACT NO.

5. REQUISITION/PURCHASE REQUEST NO. PR7462282

6. PROJECT NO.

7. ISSUED BY CODE GY200 8. ADDRESS OFFER TO

CONTRACTING OFFICER AMERICAN EMBASSY GEORGETOWN 100 YOUNG AND DUKE STREETS, KINGSTON, GEORGETOWN GUYANA

ATTN: CONTRACTING OFFICER AMERICAN EMBASSY GEORGETOWN 100 YOUNG AND DUKE STREETS KINGSTON, GEORGETOWN GUYANA

9. FOR INFORMATION CALL:

A. NAME Rajdeo C Rupnaraine

B. TELEPHONE NO. (Includes area code) (NO COLLECT CALLS) 592-225-4900 X 4274

SOLICITATION

NOTE: 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 no., date): Section A – Price Section B – Scope Of Work Section C – Packaging And Marking Section D – Inspection And Acceptance Section E – Deliveries Or Performance Section F – Administrative Data Section G – Special Requirements Section H – Clauses Section I – List Of Attachments Section J – Quotation Information Section K – Evaluation Criteria Section L – Representations, Certifications And Other Statements Of Offerors Or Quoters

11. The Contractor shall begin performance within _30__ calendar days and complete it within 90 calendar days after receiving award, notice to proceed. This performance period is mandatory, negotiable. (See _______________.)

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

YES NO

12B. CALENDAR DAYS

13. ADDITIONAL SOLICITATION REQUIREMENTS:

A. Sealed offers in original and _2___ copies to perform the work required are due at the place specified in Item 8 by _16:00______ local time 08-24-2018. If this is a sealed bid solicitation, offers must 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 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 6 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85) Computer Generated Prescribed by GSA FAR (48 CFR) 53.236-1(e)

OFFER (Must be fully completed by offeror)

Page 5: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code)

15. TELEPHONE NO. (Include area code)

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

CODE FACILITY CODE

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

AMOUNTS

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 NO.

DATE

20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print)

20B. SIGNATURE

20C. OFFER DATE

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 TO

10 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 this documen specifications or incorporated by reference in or attached to this contract.

29. AWARD (Contractor is not required to sign this document.) Your offer on

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

Computer Generated STANDARD FORM 1442 BACK (REV. 4-85)

Page 6: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

REQUEST FOR QUOTATIONS - CONSTRUCTION

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 The Contractor shall include VAT as a separate charge on the Invoice and as a separate line item in Section B. B. SCOPE OF WORK The character and scope of the work are set forth in the contract. The Contractor shall furnish and install all materials required by this contract. 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:

CONTRACTING OFFICER EMBASSY OF THE UNITED STATES OF AMERICA, 100 DUKE AND YOUNG STREETS, KINGSTON GEORGETOWN, GUYANA Tel: 592-225-4900 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 determined and 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

Page 7: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

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 Contracting Officer 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 as determined 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.

D.2.2 The "date of final completion and acceptance" means the date determined by the Contracting 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 Contracting Officer 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 under the 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 upon completion of the work, including a final request for payment (Request for Final Acceptance).

Page 8: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

E. DELIVERIES OR PERFORMANCE 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) The Contractor shall be required to:

(a) commence work under this contract within 30 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 90 days after the notice to

proceed.

The time stated for completion shall include final cleanup of the premises. 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 30 USD 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. 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 15 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 of the 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; it shall 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 the established completion date.

NOTICE OF DELAY

Page 9: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

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. 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 Proceed before 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 Monday through Friday between 0730 and 1600 hours except for the holidays identified below. Other hours, if requested by the Contractor, may be approved by the Contracting Officer's Representative. The Contractor shall give 24 hours in advance to COR who will consider any deviation from the hours identified above. Changes in work hours will not be a cause for a price increase. The Department of State observes the following days* as holidays:

JAN 1 (MON) NEW YEAR’S DAY JOINT

JAN 15 (MON) MARTIN LUTHER KING’S BIRTHDAY AMERICAN

FEB 19 (MON) PRESIDENTS’ DAY AMERICAN FEB 23 (FRI) REPUBLIC DAY GUYANESE MAR 2 (FRI) PHAGWAH GUYANESE MAR 30 (FRI) GOOD FRIDAY GUYANESE APR 2 (MON) EASTER MONDAY GUYANESE MAY 1 (TUE) LABOUR DAY GUYANESE MAY 5 (SAT) ARRIVAL DAY GUYANESE MAY 26 (SAT) INDEPENDENCE DAY GUYANESE MAY 28 (MON) MEMORIAL DAY AMERICAN JULY 2 (MON) CARICOM DAY GUYANESE JULY 4 (WED) INDEPENDENCE DAY AMERICAN AUG 1 (WED) EMANCIPATION DAY GUYANESE AUGUST 21 (TUE) EID-UL-ADHA ** GUYANESE SEP 3 (MON) LABOR DAY AMERICAN OCT 8 (MON) COLUMBUS DAY AMERICAN NOV 6 (TUE) DEEPAVALI GUYANESE NOV 12 (MON) VETERANS DAY * (observed) AMERICAN NOV 20 (THU) YOU-MAN-NABI ** GUYANESE

Page 10: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

NOV 22 (THU) THANKSGIVING DAY AMERICAN DEC 25 (TUE) CHRISTMAS DAY JOINT DEC 26 (WED) BOXING DAY GUYANESE

* **The Muslim festival of Eid-Ul-Adha and You-Man-Nabi are religious observances and are governed by the lunar calendar. The exact date will be announced by the host government approximately one week before the date of the celebration.

*Any other day designated by Federal law, Executive Order or Presidential Proclamation.

When any such day falls on a Saturday, the preceding Friday is observed; when any such day falls on a Sunday, the following Monday is observed. Observance of such days by Government personnel shall not be cause for additional period of performance or entitlement to compensation except as set forth in the contract. If the Contractor's personnel work on a holiday, no form of holiday or other premium compensation will be reimbursed either as a direct or indirect cost, unless authorized pursuant to an overtime clause elsewhere in this contract. PRECONSTRUCTION CONFERENCE A preconstruction conference will be held 10 days after contract award at Embassy of the United States of America in Georgetown, Guyana to discuss the schedule, submittals, notice to proceed, mobilization and other important issues that affect construction progress See FAR 52.236-26, Preconstruction Conference.

Description Quantity Delivery Date Deliver H.11.1. Safety Plan 1 10 days after award COR

E.2. Quality Assurance Plan 1 10 days after award COR F.4. Construction Schedule 1 10 days after award COR H.14.1. Submittal Register 1 10 days after award COR F.10. Pre-Construction

1 10 days after award COR

H.13.2. Biographic Data on Personnel

1 10 days after award COR

E.2.2. Inspection Reports 1 3 days after end of weekly period

COR

G.3.2 Payment Request 1 Last day of each month COR

E.2.1. Monthly Progress Report 1 7the day of the following month

COR

F.4.(c). Updates to Construction Schedule

1 Last day of each month COR

E.3.2. Request for Substantial Completion

1 5 days before inspection COR

H.4.4. Warranties 1 After final completion but before final acceptance

COR

E.4.2. Request for Final Acceptance

1 5 days before inspection COR

F.6 Notice of Delay 1 Within 10 days after event

CO

Page 11: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

F.8 Additional Hours 1 No later than 24 hours in advance of need

COR

H.2.4 Evidence of Insurance 1 10 days after award CO

H.17.2 Differing Site Condition 1 Within 10 days of occurrence CO F. ADMINISTRATIVE DATA 652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (AUG 1999)

(a) The Contracting Officer may designate in writing one or more Government employees,

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 Erwin Chapman-Civil Engineer 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. The Contractor shall address invoices to: Financial Management Office Embassy of the United States of America, 100 Duke and Young Streets, Kingston, Georgetown, Guyana

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

Page 12: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

G. SPECIAL REQUIREMENTS G.1.0 PERFORMANCE/PAYMENT PROTECTION - The Contractor shall furnish some form of payment protection as described in 52.228-13 in the amount of 15% of the contract price. 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 GYD DOLLARS

Per Occurrence $500,000.00

Cumulative $1,000,000.00

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

Per Occurrence $500,000.00

Cumulative $1,000,000.00

G.2.2 The foregoing types and amounts of insurance are the minimums required. The Contractor 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 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 personal injuries 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.

Page 13: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

G.2.5 The general liability policy required of the Contractor shall name "the United States 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 from time 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 project site:

(1) a current marked set of Contract drawings and specifications indicating all interpretations and clarification, contract modifications, change orders, or any other departure from the contract requirements approved by the Contracting Officer; and,

(2) a complete set of record shop drawings, product data, samples and other submittals as approved by the Contracting Officer. G.3.1.2 . "As-Built" Documents: After final completion of the work, but before final acceptance thereof, the Contractor shall provide:

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

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

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

Page 14: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

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 of the contract, the Contractor shall have ten days to submit to the Contracting Officer a list of workers and supervisors assigned to this project (Biographic Data on Personnel) for the Government to conduct all necessary security checks. It is anticipated that security checks will approximately 30 working days to perform. For each individual the list shall include: Full Name Place and Date of Birth Current Address Identification number 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:

Page 15: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

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

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) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN

2011) 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) (JAN 2018) 52.216-7 ALLOWABLE COST AND PAYMENT (JUN 2013) 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997)

Page 16: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

52.222-19 CHILD LABOR – COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2018)

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) 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)

Page 17: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

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) 52.236-13 ACCIDENT PREVENTION (NOV 1991) 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) 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)

Page 18: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

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 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 company affiliation

(e.g. “John Smith, Office of Human Resources, ACME Corporation Support Contractor”); 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; and 4) Contractor personnel may not utilize Department of State logos or indicia on business cards.

(End of clause) 652.236-70 ADDITIONAL SAFETY MEASURES (OCT 2017) In addition to the safety/accident prevention requirements of FAR 52.236-13, Accident Prevention

Alternate I, the contractor shall comply with the following additional safety measures. (a) High Risk Activities. If the project contains any of the following high risk activities, the contractor

shall follow the section in the latest edition, as of the date of the solicitation, of the U.S. Army Corps of Engineers Safety and Health manual, EM 385-1-1, that corresponds to the high risk activity. Before work may proceed, the contractor must obtain approval from the COR of the written safety plan required by FAR 52.236-13, Accident Prevention Alternate I (see paragraph (f) below), containing specific hazard mitigation and control techniques.

Page 19: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

(1) Scaffolding; (2) Work at heights above 1.8 meters; (3) Trenching or other excavation greater than one (1) meter in depth; (4) Earth-moving equipment and other large vehicles; (5) Cranes and rigging; (6) Welding or cutting and other hot work; (7) Partial or total demolition of a structure; (8) 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;

(9) Work in confined spaces (limited exits, potential for oxygen less than 19.5 percent or combustible

atmosphere, potential for solid or liquid engulfment, or other hazards considered to be immediately dangerous to life or health such as water tanks, transformer vaults, sewers, cisterns, etc.);

(10) Hazardous materials - a material with a physical or health hazard including but 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

(11) Hazardous noise levels as required in EM 385-1 Section 5B or local standards if more restrictive. (b) Safety and Health Requirements. The contractor and all subcontractors shall comply with the

latest edition of the U.S. Army Corps of Engineers Safety and Health manual EM 385-1-1, or OSHA 29 CFR parts 1910 or 1926 if no EM 385-1-1 requirements are applicable, and the accepted contractor’s written safety program.

(c) Mishap Reporting. The contractor is required to report immediately all mishaps to the COR and

the contracting officer. A “mishap” is any event causing injury, disease or illness, death, material loss or property damage, or incident causing environmental contamination. The mishap reporting requirement shall include fires, explosions, hazardous materials contamination, and other similar incidents that may threaten people, property, and equipment.

(d) Records. The contractor shall maintain an accurate record on all mishaps 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.

(e) Subcontracts. The contractor shall insert this clause, including this paragraph (e), with appropriate

changes in the designation of the parties, in subcontracts. (f) Written program. The plan required by paragraph (f)(1) of the clause entitled “Accident Prevention

Alternate I” shall be known as the Site Safety and Health Plan (SSHP) and shall address any activities listed in paragraph (a) of this clause, or as otherwise required by the contracting officer/COR.

(1) The SSHP shall be submitted at least 10 working days prior to commencing any activity at the site.

Page 20: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

(2) The plan must address developing activity hazard analyses (AHAs) for specific tasks. The AHAs shall define the activities being performed and identify the work sequences, the specific anticipated hazards, site conditions, equipment, materials, and the control measures to be implemented to eliminate or reduce each hazard to an acceptable level of risk. Work shall not begin until the AHA for the work activity has been accepted by the COR and discussed with all engaged in the activity, including the Contractor, subcontractor(s), and Government on-site representatives.

(3) The names of the Competent/Qualified Person(s) required for a particular activity (for

example, excavations, scaffolding, fall protection, other activities as specified by EM 385-1-1) shall be identified and included in the AHA. Proof of their competency/qualification shall be submitted to the contracting officer or COR for acceptance prior to the start of that work activity. The AHA shall be reviewed and modified as necessary to address changing site conditions, operations, or change of competent/qualified person(s).

(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 or countries in which

this contract will be performed; (2) That is has obtained all necessary licenses and permits required to perform this contract; and, (3) That it shall comply fully with all laws, decrees, labor standards, and regulations of said 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.

(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)

Page 21: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

I. LIST OF ATTACHMENTS

ATTACHMENT NUMBER DESCRIPTION OF ATTACHMENT

NUMBER OF PAGES

Attachment 1 Standard Form 25, "Performance and Guaranty Bond”

2

Attachment 2 Sample Bank Letter of Guaranty 1 Attachment 3 Breakdown of Price by Divisions of Specifications 2 Attachment 4 Drawings 1 Attachment 5 Specifications/Scope of Work 1

Page 22: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

STANDARD FROM 25, "PERFORMANCE AND GUARANTY BOND”

ATTACHMENT #1- PAYMENT BOND

PAYMENT BOND (See instructions on reverse)

DATE BOND EXECUTED (Must be same or later than date of contract)

OMB No.:9000-0045

Public reporting burden for this collection of information is estimate to average 25 minutes per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the FAR Secretariat (MVR), Federal Acquisition Policy Division, GSA, Washington, DC 20405 PRINCIPAL (Legal name and business address) TYPE OF ORGANIZATION ("X" one)

INDIVIDUAL PARTNERSHIP

JOINT VENTURE CORPORATION

STATE OF INCORPORATION

SURETY(IES) (Name(s) and business address(es) PENAL SUM OF BOND MILLION(S) THOUSAND(S) HUNDRED(S) CENTS

CONTRACT DATE CONTRACT NO.

E. OBLIGATION:

We, the Principal and Surety(ies), are firmly bound to the United States of America (hereinafter called the Government) in the above penal sum. For payment of the penal sum, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally. However, where the Sureties are corporations acting as co-sureties, we, the Sureties, bind ourselves in such sum "jointly and severally" as well as "severally" only for the purpose of allowing a joint action or actions against any or all of us. For all other purposes, each Surety binds itself, jointly and severally with the Principal, for the payment of the sum shown opposite the name of the Surety. If no limit of liability is indicated, the limit of liability is the full amount of the penal sum.

F. CONDITIONS: The above obligation is void if the Principal promptly makes payment to all persons having a direct relationship with the Principal or a subcontractor of the Principal for furnishing labor, material or both in the prosecution of the work provided for in the contract identified above, and any authorized modifications of the contract that subsequently are made. Notice of those modifications to the Surety(ies) are waived.

G. WITNESS:

The Principal and Surety(ies) executed this payment bond and affixed their seals on the above date.

H. PRINCIPAL SIGNATURE(S)

1.

(Seal)

2.

(Seal)

3.

(Seal)

Corporate Seal

NAME(S) & TITLE(S) (Typed)

1. 2. 3.

INDIVIDUAL SURETY(IES)

SIGNATURE(S) 1.

(Seal)

2.

(Seal) NAME(S) (Typed)

1. 2.

CORPORATE SURETY(IES)

AUTHORIZED FOR LOCAL REPRODUCTION Previous edition is usable

STANDARD FORM 25A (REV. 10-98) Prescribed by GSA-FAR (48 CFR) 53.2228(c)

SUR

ETY

A NAME &

ADDRESS STATE OF INC. LIABILITY LIMIT

$

Corporate Seal

SIGNATURE(S)

1. 2.

NAME(S) & TITLE(S) (Typed)

1. 2.

Page 23: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

CORPORATE

SURETY(IES) (Continued)

SUR

ETY

B

NAME & ADDRES

STATE OF INC. LIABILITY LIMIT $

Corporate Seal SIGNATURE(S

)

1. 2.

NAME(S) &

TITLE(S) (T d)

1. 2.

SUR

ETY

C

NAME & ADDRES

STATE OF INC. LIABILITY LIMIT $

Corporate Seal

SIGNATURE(S)

1. 2.

NAME(S) &

TITLE(S) (T d)

1. 2.

SUR

ETY

D

NAME & ADDRES

STATE OF INC. LIABILITY LIMIT $

Corporate Seal

SIGNATURE(S)

1. 2.

NAME(S) &

TITLE(S) (T d)

1. 2.

SUR

ETY

E

NAME & ADDRES

STATE OF INC. LIABILITY LIMIT $

Corporate Seal SIGNATURE(S

)

1. 2.

NAME(S) &

TITLE(S) (T d)

1. 2.

SUR

ETY

F

NAME & ADDRES

STATE OF INC. LIABILITY LIMIT $

Corporate Seal

SIGNATURE(S)

1. 2.

NAME(S) &

TITLE(S) (T d)

1. 2.

SUR

ETY

G

NAME & ADDRES

STATE OF INC. LIABILITY LIMIT $

Corporate Seal SIGNAT

( )

1. 2.

NAME(S) & TITLE(S)

1. 2.

I. INSTRUCTIONS

1. This form, for the protection of persons supplying labor and material, is used when a payment bond is required under the Act of August 24, 1935, 49 Stat. 793 (40 U.S.C. 270a-270e). Any deviation from this form will require the written approval of the Administrator of General Services.

2. Insert the full legal name and business address of the Principal in the space designated "Principal" on the face of the form. An authorized person shall sign the bond. Any person signing in a representative capacity (e.g., an attorney-in-fact) must furnish evidence of authority if that representative is not a member of the firm, partnership, or joint venture, or an officer of the corporation involved.

3. (a) Corporations executing the bond as sureties must appear on the Department of the Treasury's list of approved sureties and must act within the limitation listed therein. Where more than one corporate surety is involved, their names and addresses shall appear in the spaces (Surety A, Surety B, etc.) headed "CORPORATE SURETY(IES)." In the space designated "SURETY(IES)" on the face of the form, insert only the letter identification of the sureties.

(b) Where individual sureties are involved, a completed Affidavit of Individual Surety (Standard Form 28) for each individual surety, shall accompany

the bond. The Government may require the surety to furnish additional substantiating information concerning their financial capability.

4. Corporations executing the bond shall affix their corporate seals. Individuals shall execute the bond opposite the word "Corporate Seal", and shall affix an adhesive seal if executed in Maine, New Hampshire, or any other jurisdiction requiring adhesive seals.

5. Type the name and title of each person signing this bond in the space provided.

Page 24: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

STANDARD FORM 25A (REV.10-98) BACK

ATTACHMENT #2 - SAMPLE LETTER OF BANK GUARANTY

Contracting Officer U.S. Embassy, Georgetown 100 Duke& Young Streets, Georgetown, Guyana

SUBJECT: Performance and Guaranty

Place [ ] Date [ ]

Letter of Guaranty No. _

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 another authority, up to the sum of 40% 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 the Post Georgetown Chief of Mission Residence, Guard Booth Rehabilitation, Guyana in strict compliance with the terms, conditions and specifications of said contract, entered into between the Government and …………………………………………………………………………….dated ………………., 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.

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: Address: Representatives: Location:

State of Inc.: Corporate Seal:

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

Page 25: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

ATTACHMENT #3 UNITED STATES DEPARTMENT OF STATE

BREAKDOWN OF PRICE BY DIVISIONS OF SPECIFICATIONS

EMBASSY OF THE UNITED STATES OF AMERICA - GEORGETOWN

Facilities Maintenance

Bill of Quantities

Project: CMR Guard Booth Rehabilitation Project COST FOR WORKS Location: University Gardens Cummings Lodge,

Georgetown

MATERIALS & LABOUR

ITEM DESCRIPTION QTY UNIT RATE (USD) AMOUNT (USD)

1

Renovation/construction areas to be panel off/block completely so as not to disrupt the occupant daily schedule and the environment ambiance. In other words, no construction debris should be leave lying around work area at the end of the workday.

2

All A/C power circuits must be properly grounded and in compliance with Universal Listed (UL) standard electrical code and regulations.

3

A/C power outlets: one (1) duplex outlet for office refrigerator, four (4) duplex outlets for CCTV/access control, six (6) duplex outlets in the security booth, four (4) duplex outlets in the CAC area and four (4) duplex outlets with waterproof cover, two on the exterior wall and two on the interior wall of the CAC door. All circuits are require to be connected to a new electrical breaker panel in the Security Booth using appropriate breaker circuits, cable and electric apparatus per standard electrical code and regulation.

4

Install 4-ceiling 2ft LED light system in the Security Booth and the Compound Access Control-CAC using appropriate breaker circuits, cable and electric apparatus per standard electrical code and regulation. See diagram-2 #19

5

Install 10-LED ceiling lights around the Security Booth covering external areas, using appropriate breaker circuits, cable and electric apparatus per standard electrical code and regulation.

Page 26: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

6

Install 5-LED flood lights on the external Security Booth (4 LED spot light covering the two gates internally and externally, 1 LED Spot light covering the inner compound pedestrian path) using appropriate breaker circuits, cable and electric apparatus per standard electrical code and regulation.

7

All current external security pole lights circuit, telephone line service, radio system and antenna cable, CCTV circuit and electronic access control system must remain functional and operational after construction. All cables for systems listed above needs to be conceal in conduit, trunking and/or shield sleeve for protection.

8

Front pedestrian main entry gate: Cover lower half of grille gate with 14-gauge galvanizes sheet plate and upper half with 3/8in clear acrylic plexi-glass with UV protection, install commercial door closure, remove through-bolts and install double cylinder dead bolt lock with manual lock/latch system. Install a mail slot door with an inner lock. See diagram-1 #8

9

Inner pedestrian entry gate: Construct the inner pedestrian gate steel/metal frame and core same as the front pedestrian gate. Pedestrian gate mounted out-swing, cover lower half of grille door with 14-gauge galvanizes sheet plate and upper half with 3/8in clear acrylic plexi-glass with UV protection, 1200lb maglock electronic lock with outdoor keypad and push button control in Security Booth, install commercial door closure, install double cylinder dead bolt lock with manual lock/latch system. See diagram-3&4 #15

10

Security Booth External Windows: Installation of two 3ft X 3ft horizontal slider windows OR one 3ft X 6ft horizontal slider window with UV protect glass, 35% tint and insect mesh. See diagram-2,3&4 #17

11

Security Booth internal Window: Installation of one 3ft X 3ft horizontal slider window with UV protect glass, 35% tint and insect mesh. See diagram-2,3&4 #11

12

Security CAC External Windows: Installation of two 3ft X 3ft horizontal slider windows OR one 3ft X 6ft horizontal slider window with UV protect glass, 35% tint and insect mesh. See diagram-4 #13

13

Security Booth Door: Install one (1) solid wooden panel, top half have a 2ft X 3ft horizontal slider window with UV protect glass, 35% tint and insect mesh. Door mounted out-swing with single cylinder dead bolt and turn knob locks. Door fame to be reconstructed for out-swing door. See diagram-3&4 #16

14 Paint 4in. caution yellow and black stripes on doorways floor edge.

Page 27: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

15 Install new cupboards with doors, space for small office fridge and microwave. See diagram-2 #20

16 Contractor will furnish one (1) office refrigerator (3.2 cu ft.) and one (1) microwave (1.6 cu ft.)

17 Casting of concrete walkway in front of the Security Booth. See diagram-1 #7

18 Repair the guard booth roof and gutter. Adjust the gutter drainage pipe in front of the guard booth.

19 Clean, wash and seal the guard booth roof.

20 Repair, seal and paint the guard booth and CAC ceiling.

21 Install 18000 BTU A/C Inverter Unit in guard booth (A/C Inverter will be provided by USG)

22

Re-surface floor of Security Booth and CAC surrounding area with tile and lacquer finish. (Contractor must match the tile design of the CAC floor with the guard booth).

23 Clean and seal the tile floor of the CAC.

24

Using the present color scheme, clean and re-paint the ceiling, inner/outer walls, window (Diagram 2, #9), doors, floor and surrounding walkway of CAC/Security Booth.

25

As needed, dismantle the CCTV and access control system and reassemble “as is, where is” basis, after respective work is completed. The contractor is responsible for the reassembling of all equipment moved.

26

Drainage covers to be flush surface mounted and removable, painted with present color scheme as the concrete walkway. See diagram-1 #21

27

The below signs will be furnished and install on the inside and outside of each CAC door and security booth door.

GRAND TOTAL

Page 28: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

Attached Photos (Push, Pull, Pedestrian Gate/Access & Notice: Keep This Door Closed At All Times)

Page 29: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

ATTACHMENT 4 – DRAWINGS Diagram-1

#7 - Casting of concrete walkway in-front the Security Booth #8 - Front pedestrian entry gate #21- Drainage covers Diagram-2 (SECURITY BOOTH)

#11 - One 3ft X 3ft horizontal slider window with UV protect glass, 35% tint and insect mesh #17 - Two 3ft X 3ft OR one 3ft X 6ft horizontal slider window with UV protect glass, 35% tint and mesh #19 – LED Lights #20 - Cupboards Diagram-3

Page 30: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

#11 - One 3ft X 3ft horizontal slider window with UV protect glass, 35% tint and insect mesh #15 - Inner pedestrian entry gate #16 - Security both door #17 - Two 3ft X 3ft OR one 3ft X 6ft horizontal slider window with UV protect glass, 35% tint and mesh Diagram-4

#11 - One 3ft X 3ft horizontal slider window with UV protect glass, 35% tint and insect mesh #13 - Two 3ft X 3ft OR one 3ft X 6ft horizontal slider window with UV protect glass, 35% tint and mesh #15 - Inner pedestrian entry gate #16 - Security both door #17 - Two 3ft X 3ft OR one 3ft X 6ft horizontal slider window with UV protect glass, 35% tint and mesh

Page 31: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

ATTACHMENT 5 –

SPECIFICATIONS/ SCOPE OF WORK

SPECIFICATIONS CMR GUARD BOOTH REHABILITATION METAL GRATINGS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Expanded metal gratings. 1.2 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide gratings capable of withstanding the following structural loads without exceeding the allowable design working stress of the materials involved, including anchors and connections: 1. Walkways and Elevated Platforms Other Than Exits: Capable of withstanding a uniform load of 2.87 kN/sq. m. Limit deflection to L/360 or 6.4 mm, whichever is less. 2. Walkways and Elevated Platforms Used as Exits: Capable of withstanding a uniform load of 4.79 kN/sq. m or a concentrated load of 1.33 kN on an area of 25.8 sq. cm, whichever produces the greater stress. Limit deflection to L/360 or 6.4 mm, whichever is less. 1.3 SUBMITTALS A. Product Data: For the following: 1. Metal gratings. 2. Clips and anchorage devices for gratings. 3. Paint products. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. 1. Provide templates for anchors and bolts specified for installation under other Sections. 2. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. C. Welding certificates. METAL GRATINGS 1.4 QUALITY ASSURANCE A. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of gratings that are similar to those indicated for this Project in material, design, and extent. B. Fabricator Qualifications: A firm experienced in producing gratings similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units.

Page 32: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

C. Welding: Qualify procedures and personnel according to the following: 1. AWS D1.1, "Structural Welding Code--Steel." 2. AWS D1.3, "Structural Welding Code--Sheet Steel." 1.5 PROJECT CONDITIONS A. Field Measurements: Where gratings are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication and indicate measurements on Shop Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 1.6 COORDINATION Coordinate installation of anchorages for gratings, grating frames, and supports. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. PART 2 - PRODUCTS 2.1 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. B. Galvanized Steel Sheet: ASTM A 653/A 653M, structural quality, Grade 230, with Z275 coating. C. Expanded Metal, Carbon Steel: ASTM F 1267, Class 1. D. Expanded Metal, Galvanized: ASTM F 1267, Class 2, Grade A. METAL GRATINGS SECTION 055300 E. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy to be welded. 2.2 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy that is welded. B. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd primer complying with MPI#79. 1. Use primer with a VOC content of 420 g/L (3.5 lb/gal.) or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). C. Zinc-Rich Primer: Zinc-rich primer, complying with SSPC-Paint 20 or SSPC-Paint 29 and compatible with topcoat. 1. Use primer with a VOC content of 420 g/L (3.5 lb/gal.) or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). D. Galvanizing Repair Paint: High-zinc-dust-content paint for re-galvanizing welds in steel, complying with SSPC-Paint 20.

Page 33: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

2.3 FASTENERS A. General: Provide Type 304 or 316 stainless-steel fasteners for exterior use and zinc-plated fasteners with coating complying with ASTM B 633, Class Fe/Zn 5, where built into exterior walls. Select fasteners for type, grade, and class required. B. Bolts and Nuts: Regular hexagon-head bolts, ASTM F 568M, Property Class 4.6; with hex nuts, ASTM A 563M; and, where indicated, flat washers. C. Plain Washers: Round, carbon steel, ASME B18.22M. D. Lock Washers: Helical, spring type, carbon steel, ASME B18.21.2M. E. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488, conducted by a qualified independent testing agency. 1. Material: Carbon-steel components zinc-plated to comply with ASTM B 633, Class Fe/Zn 5. 2.4 FABRICATION A. Shop Assembly: Fabricate grating sections in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Form from materials of size, thickness, and shapes indicated, but not less than that needed to support indicated loads. C. Shear and punch metals cleanly and accurately. Remove burrs. D. Ease exposed edges to a radius of approximately 1 mm, unless otherwise indicated. E. Fit exposed connections accurately together to form hairline joints. F. Welding: Comply with AWS recommendations and the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. G. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to secure gratings, frames, and supports rigidly in place and to support indicated loads. 1. Fabricate toe plates to fit grating units and weld to units in shop, unless otherwise indicated. 2.5 EXPANDED METAL GRATINGS A. Provide expanded metal gratings in material, finish, style, size, thickness, weight, and type indicated or, if not indicated, as recommended by manufacturer for indicated applications and as needed to support indicated loads. 1. Material: Steel.

Page 34: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

2. Steel Finish: Shop primed. 3. Steel Finish: Galvanized. 4. Type: I, expanded. B. Fabricate cutouts in grating sections for penetrations of sizes and at locations indicated. Cut openings neatly and accurately to size. Edge-band openings with bars having a thickness not less than overall grating thickness at contact points. C. Where gratings are pierced by pipes, ducts, and structural members, cut openings neatly and accurately to size and weld a strap collar not less than 3 mm thick to the cut ends. Divide panels into sections only to the extent required for installation where grating platforms and runways are to be placed around previously installed pipe, ducts, and structural members. 2.6 GRATING FRAMES AND SUPPORTS A. Steel Frames and Supports: Fabricate from structural-steel shapes, plates, and bars of welded construction to sizes, shapes, and profiles indicated and as necessary to receive gratings. Miter and weld connections for perimeter angle frames. Cut, drill, and tap units to receive hardware and similar items. B. Equip units with integrally welded anchors for casting into concrete or building into masonry. 1. Unless otherwise indicated, space anchors 600 mm o.c. and provide minimum anchor units in the form of steel straps 32 mm wide by 6 mm thick by 200 mm long. C. Galvanize frames and supports in the following locations: 1. Exterior. 2.7 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish gratings, frames, and supports after assembly. C. Galvanizing: For those items indicated for galvanizing, apply zinc coating by the hot-dip process complying with ASTM A 123. D. Preparation for Shop Priming: Prepare uncoated ferrous-metal surfaces to comply with minimum requirements indicated below for SSPC surface-preparation specifications and environmental exposure conditions of installed items: 1. Exteriors (SSPC Zone 1B): SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." E. Apply shop primer to uncoated surfaces of gratings, frames, and supports, except those with galvanized finishes and those to be embedded in concrete or masonry, unless otherwise indicated. Comply with SSPC-PA 1, "Paint Application Specification No. 1," for shop painting. METAL GRATINGS PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Fastening to In-Place Construction: Provide anchorage devices and fasteners where necessary for securing gratings to in-place construction. Include threaded fasteners for concrete and masonry inserts, through-bolts, lag bolts, and other connectors.

Page 35: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing gratings. Set units accurately in location, alignment, and elevation; measured from established lines and levels and free from rack. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete or masonry. D. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade the surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. E. Attach toe plates to gratings by welding at locations indicated. F. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 3.2 INSTALLING EXPANDED METAL GRATINGS A. General: Comply with manufacturer's written instructions for installing gratings. B. Place units with straight edge of bond up and with the long direction of diamond-shaped openings parallel to direction of span. C. Attach removable units to supporting members by bolting at 150-mm intervals. D. Attach non-removable units to supporting members by welding, unless otherwise indicated. Space welds at 150-mm intervals. E. Attach aluminum units to steel supporting members by bolting at 150-mm intervals. F. Butt edges parallel to long direction of diamond-shaped openings and weld at every second bond point. Place individual grating sections so diamonds of one piece are aligned with those of adjacent sections. 3.3 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop painting to comply with SSPC-PA 1 requirements for touching up shop-painted surfaces. 1. Apply by brush or spray to provide a minimum 0.05-mm dry film thickness. B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair

galvanizing to comply with ASTM A 780.

Page 36: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

FINISH CARPENTRY PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Interior plywood, hardboard, or board paneling. 1.2 SUBMITTALS A. Shop Drawings: 1. Submit Shop Drawings of woodwork showing location of each item, large scale details, joints, sections and connections to adjacent Work. 2. Include details of framing, blocking and furring and coordination for interface Work at substrates. 3. Include hardware schedule for cabinet hardware. B. Samples: 1. Transparent finished samples: Submit three samples for each type of specie showing full range of grain, color, texture and finish expected in completed Work. Indicate high, middle, and low range of color and finish for each type of specie. a. Include details of framing, blocking and furring and coordination for interface Work at substrates. 2. Submit samples of each type of stone species and finish for stone countertops indicating anticipated range of stone color and texture in finished Work. 1.3 QUALITY ASSURANCE A. Fire-Test-Response Characteristics: Where fire-retardant materials are indicated, provide materials with specified fire-test-response characteristics as determined by a testing and inspecting agency acceptable to authorities having jurisdiction. Identify materials with appropriate markings of applicable testing and inspecting agency on surfaces of materials that will be concealed from view after installation. 1.4 DELIVERY, STORAGE, AND HANDLING A. Protect materials against weather and contact with damp or wet surfaces. Stack lumber, plywood, and other panels. Provide for air circulation within and around stacks and under temporary coverings. B. Deliver interior finish carpentry only when environmental conditions meet requirements specified for installation areas. If finish carpentry must be stored in other than installation areas, store only where environmental conditions meet requirements specified for installation areas. 1.5 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install interior finish carpentry until building is enclosed and weatherproof, wet work in space is completed and nominally dry, and HVAC system is operating and maintaining temperature and relative humidity at occupancy levels during the remainder of the construction period. B. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit work to be performed according to manufacturer's written instructions and warranty requirements and at least one coat of specified finish to be applied without exposure to rain, snow, or dampness.

Page 37: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Lumber: DOC PS 20 and applicable grading rules of inspection agencies certified by the American Lumber Standards' Committee Board of Review. 1. Factory mark each piece of lumber with grade stamp of inspection agency indicating grade, species, moisture content at time of surfacing, and mill. 2. For exposed lumber, mark grade stamp on end or back of each piece, or omit grade stamp and provide certificates of grade compliance issued by inspection agency. B. Hardwood Plywood: HPVA HP-1. C. Hardboard: AHA A135.4. 2.2 FIRE-RETARDANT-TREATED MATERIALS A. General: Where fire-retardant-treated lumber and plywood are indicated, use materials impregnated with fire-retardant chemicals by a pressure process or other means acceptable to authorities having jurisdiction to produce products with the following fire-test-response characteristics: 1. Flame-spread index of not greater than 25 when tested according to ASTM E 84. B. Interior, Low-Hygroscopic-Type, Fire-Retardant Treatment: Formulation that results in treated material with an apparent moisture content of not more than 28 percent when tested according to ASTM D 3201 at 92 percent relative humidity. C. Mill lumber before treatment and implement special procedures during treatment and drying processes that prevent lumber and plywood from warping and developing discolorations from drying sticks or other causes, marring, and other defects affecting appearance of treated woodwork. D. Kiln-dry material after treatment to levels required for untreated material. Do not use material that does not comply with requirements for untreated material or is warped or discolored. 2.3 PANELING A. Hardwood Veneer Plywood Paneling: Manufacturer's stock hardwood plywood panels complying with applicable requirements in Hardwood, Plywood and Veneer Association publication HPVA HP-1. 1. Face Veneer Species: Provide semi-open grain hardwood with the following properties: a. Weight: Air dried 30-52 pounds per cubic foot, minimum. b. Moisture Content: 12 percent. c. Janka Hardness: 2200 minimum. 2. Panels shall be Figured Anigre plain sliced veneer vertical grain clear finish on solid wood core with hardwood edge band with Sapele clear finish. Backing Veneer Species: Any hardwood compatible with face species. 3. Construction: Veneer core. 4. Glue Bond: Type II (interior).

Page 38: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

5. Thickness: 4 mm. 6. Finish: Class I. 7. Surface-Burning Characteristics: As follows, tested per ASTM E 84: a. Flame-Spread Index: 25 or less. b. Smoke-Developed Index: 450 or less. 2.4 MISCELLANEOUS MATERIALS A. Fasteners for Interior Finish Carpentry: Nails, screws, and other anchoring devices of type, size, material, and finish required for application indicated to provide secure attachment, concealed where possible. 1. Where finish carpentry materials are exposed in areas of high humidity, provide fasteners and anchorages with hot-dip galvanized coating complying with ASTM A 153/A 153M. B. Paneling Adhesives: Comply with paneling manufacturer's written recommendations for adhesives. C. Sealants: Comply with requirements in Division 07 Section "Joint Sealants" for materials required for sealing siding work. 2.5 FABRICATION A. Wood Moisture Content: Comply with requirements of specified inspection agencies and with manufacturer's written recommendations for moisture content of finish carpentry at relative humidity conditions existing during time of fabrication and in installation areas. B. Back out or kerf backs of the following members, except members with ends exposed in finished work: 1. Wood board paneling. C. Ease edges of lumber less than 25 mm in nominal thickness to 1.5-mm radius and edges of lumber 25 mm or more in nominal thickness to 3-mm radius. D. Fabricate millwork and casework in accordance with AWI’s “Architectural Woodwork Quality Standards.” PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrates of projections and substances detrimental to application. B. Before installing finish carpentry, condition materials to average prevailing humidity in installation areas for a minimum of 24 hours unless longer conditioning is recommended by manufacturer.

Page 39: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

3.3 INSTALLATION, GENERAL A. Do not use materials that are unsound, warped, improperly treated or finished, inadequately seasoned, or too small to fabricate with proper jointing arrangements. 1. Do not use manufactured units with defective surfaces, sizes, or patterns. B. Install finish carpentry level, plumb, true, and aligned with adjacent materials. Use concealed shims where necessary for alignment. 1. Scribe and cut finish carpentry to fit adjoining work. Refinish and seal cuts as recommended by manufacturer. 2. Countersink fasteners, fill surface flush, and sand where face fastening is unavoidable. 3. Install to tolerance of 3 mm in 2438 mm for level and plumb. Install adjoining finish carpentry with 0.8-mm maximum offset for flush installation and 1.5-mm maximum offset for reveal installation. 4. Coordinate finish carpentry with materials and systems in or adjacent to it. Provide cutouts for mechanical and electrical items that penetrate finish carpentry. 3.4 PANELING INSTALLATION A. Plywood Paneling: Select and arrange panels on each wall to minimize noticeable variations in grain character and color between adjacent panels. Leave 6-mm gap to be covered with trim at top, bottom, and openings. Install with uniform tight joints between panels. 1. Conceal fasteners to greatest practical extent. 2. Arrange panels with grooves and joints over supports. Fasten to supports with nails of type and at spacing recommended by panel manufacturer. Use fasteners with prefinished heads matching groove color. 3.5 ADJUSTING A. Replace finish carpentry that is damaged or does not comply with requirements. Finish carpentry may be repaired or refinished if work complies with requirements and shows no evidence of repair or refinishing. Adjust joinery for uniform appearance. 3.6 CLEANING A. Clean finish carpentry on exposed and semi-exposed surfaces. Touch up factory-applied finishes to restore damaged or soiled areas. VISION OPENING/FIXED WINDOWS SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, hardware, finishes, and installation instructions for each type of aluminum frames indicated. B. Shop Drawings: Include plans, elevations, sections, details, hardware, and attachments to other work, operational clearances and installation details. C. Samples for Initial Selection: For units with factory-applied color finishes including samples of hardware and accessories involving color selection. (If necessary) D. Samples for Verification: For aluminum frames and components required. (If necessary)

Page 40: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

E. Include also: Of each vertical-to-horizontal intersection of aluminum frames, lengths of full-size components and showing details of the following: 1. Joinery, including concealed welds. 2. Anchorage. 3. Expansion provisions. 4. Glazing. QUALITY ASSURANCE A. Installer Qualifications: An installer which has had successful experience with installation of the same or similar units required for the project and other projects of similar size and scope. B. Manufacturer Qualifications: A manufacturer capable of providing aluminum frames that meet or exceed performance requirements indicated and of documenting this performance by inclusion of test reports, and calculations. C. Source Limitations: Obtain aluminum frames through one source from a single manufacturer. D. Product Options: Drawings indicate size, profiles, and dimensional requirements of aluminum frames and are based on the specific system indicated MATERIALS A. Aluminum Extrusions: Alloy and temper recommended by aluminum storefront manufacturer for strength, corrosion resistance, and application of required finish and not less than 0.070" (1.8 mm) wall thickness at any location for the main frame and complying with ASTM B 221: 6063-T6 alloy and temper. B. Fasteners: Aluminum, nonmagnetic stainless steel or other materials to be non-corrosive and compatible with aluminum framing members, trim hardware, anchors, and other components. C. Anchors, Clips, and Accessories: Aluminum, nonmagnetic stainless steel, or zinc-coated steel or iron complying with ASTM B 633 for SC 3 severe service conditions or other suitable zinc coating; provide sufficient strength to withstand design pressure indicated. D. Reinforcing Members: Aluminum, nonmagnetic stainless steel, or nickel/chrome-plated steel complying with ASTM B 456 for Type SC 3 severe service conditions, or zinc-coated steel or iron complying with ASTM B 633 for SC 3 severe service conditions or other suitable zinc coating; provide sufficient strength to withstand design pressure indicated. E. Sealant: For sealants required within fabricated storefront system, provide permanently elastic, non-shrinking, and non-migrating type recommended by sealant manufacturer for joint size and movement. EXAMINATION A. Examine openings, substrates, structural support, anchorage, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. Verify rough opening dimensions, levelness of sill plate and operational clearances. 1. Masonry Surfaces: Visibly dry and free of excess mortar, sand, and other construction debris.

Page 41: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

2. Wood Frame Walls: Dry, clean, sound, well nailed, free of voids, and without offsets at joints. Ensure that nail heads are driven flush with surfaces in opening and within 3 inches (76 mm) of opening. 3. Metal Surfaces: Dry; clean; free of grease, oil, dirt, rust, corrosion, and welding slag; without sharp edges or offsets at joints. 4. Proceed with installation only after unsatisfactory conditions have been corrected. INSTALLATION A. Wear hearing and eye protection when cutting the hole.

B. Outline your proposed window size (frame) with masking tape on the wall to get a feel for the placement and size of your window.

C. Finish cutting through the wall by making the same cuts on the outside wall.

D. Setting the rough frame. Cut the Dressed Greenheart 2×6 to fit the thickness of your wall. E. Comply with Drawings, Shop Drawings, and manufacturer's written instructions for installing aluminum framed storefront system, accessories, and other components. F. Install aluminum frame system level, plumb, square, true to line, without distortion or impeding thermal movement, anchored securely in place to structural support, and in proper relation to wall and other adjacent construction. G. Separate aluminum and other corrodible surfaces from sources of corrosion or electrolytic action at points of contact with other materials. TILING SUMMARY A. This Section includes the following: 1. Ceramic mosaic tile. 2. Ceramic wall tile. 3. Crack-suppression membrane for thin-set tile installations. 4. Metal edge strips installed as part of tile installations. 1.2 PERFORMANCE REQUIREMENTS A. Static Coefficient of Friction: For tile installed on walkway surfaces, provide products with the following values as determined by testing identical products per ASTM C 1028: 1. Level Surfaces: Minimum 0.6. 2. Step Treads: Minimum 0.6. 3. Ramp Surfaces: Minimum 0.8. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: 1. Full-size units of each type and composition of tile and for each color and finish required. 2. Full-size units of each type of trim and accessory for each color and finish required. 3. Stone thresholds in 150-mm (6-inch) lengths. 4. Metal edge strips in 150-mm (6-inch) lengths.

Page 42: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

1.4 QUALITY ASSURANCE A. Source Limitations for Tile: Obtain all tiles of same type and color or finish from one source or producer. 1. Obtain tile from same production run and of consistent quality in appearance and physical properties for each contiguous area. B. Source Limitations for Setting and Grouting Materials: Obtain ingredients of a uniform quality for each mortar, adhesive, and grout component from a single manufacturer and each aggregate from one source or producer. C. Pre-installation Conference: Conduct conference at Project site to comply with requirements in Division 01, “Contractor’s Quality Control.” 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver and store packaged materials in original containers with seals unbroken and labels intact until time of use. Comply with requirement in ANSI A137.1 for labeling sealed tile packages. B. Store tile and cementitious materials on elevated platforms, under cover, and in a dry location. C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. D. Store liquid latexes and emulsion adhesives in unopened containers and protected from freezing. E. Handle tile that has temporary protective coating on exposed surfaces to prevent coated surfaces from contacting backs or edges of other units. If coating does contact bonding surfaces of tile, remove coating from bonding surfaces before setting tile. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Do not install tile until construction in spaces is complete and ambient temperature and humidity conditions are maintained at the levels indicated in referenced standards and manufacturer's written instructions. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Provide tile and tile products by one of the following manufacturers: 1. Dal-Tile 2.2 PRODUCTS, GENERAL A. ANSI Ceramic Tile Standard: Provide tile that complies with ANSI A137.1, "Specifications for Ceramic Tile," for types, compositions, and other characteristics indicated. 1. Provide tile complying with Standard grade requirements, unless otherwise indicated. 2. For facial dimensions of tile, comply with requirements relating to tile sizes specified in Part 1 "Definitions" Article.

Page 43: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI standards referenced in "Setting and Grouting Materials" Article. C. Colors, Textures, and Patterns: Where manufacturer's standard products are indicated for tile, grout, and other products requiring selection of colors, surface textures, patterns, and other appearance characteristics, provide specific products or materials complying with the following requirements: D. Factory Blending: For tile exhibiting color variations within ranges selected during Sample submittals, blend tile in factory and package so tile units taken from one package show same range in colors as those taken from other packages and match approved Samples. E. Mounting: For factory-mounted tile, provide back- or edge-mounted tile assemblies as standard with manufacturer, unless otherwise indicated. 1. Where tile is indicated for installation on exteriors or in wet areas, do not use back- or edge-mounted tile assemblies unless tile manufacturer specifies in writing that this type of mounting is suitable for installation indicated and has a record of successful in-service performance. F. Factory-Applied Temporary Protective Coating: Where indicated under tile type, protect exposed surfaces of tile against adherence of mortar and grout by pre-coating with continuous film of petroleum paraffin wax, applied hot. Do not coat unexposed tile surfaces. 2.3 TILE PRODUCTS A. Unglazed Ceramic Mosaic Tile Factory-mounted flat tile as follows: 1. Composition: Porcelain, Vitreous or impervious natural clay or porcelain. 2. Surface: Smooth, and Slip-resistant, with abrasive admixture. 3. Module Size: 25.4 by 25.4 mm and 50.8 by 50.8 mm. 4. Nominal Thickness: 6.35 mm. 5. Face: Plain with cushion edges. B. Glazed Ceramic Mosaic Tile Factory-mounted flat tile as follows: 1. Composition: Porcelain and Impervious natural clay or porcelain. 2. Module Size: 25.4 by 25.4 mm 25.4 by 50.8 mm 50.8 by 50.8 mm. 3. Thickness: 6.35 mm. 4. Face: Plain with cushion edges. C. Ceramic Mosaic Trim Units: Matching characteristics of adjoining flat tile and coordinated with sizes and coursing of adjoining flat tile where applicable. Provide shapes, but not limited to the following, selected from manufacturer's standard shapes: 1. Base Cove: Cove, module size 50.8 by 25.4 mm. 2. Wainscot Cap for Thin-Set Mortar Installations: Surface bullnose, module size 50.8 by 50.8 mm 3. External Corners for Thin-Set Mortar Installations: Surface bullnose, module size 25.4 by 25.4 mm. 4. Internal Corners: Cove, module size 25.4 by 25.4 mm. D. Provide formed shapes as follows: 1. Cove-shaped base. 2.4 THRESHOLDS

Page 44: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

A. General: Fabricate to sizes and profiles indicated or required to provide transition between adjacent floor finishes. 1. Bevel edges at 1:2 slope, aligning lower edge of bevel with adjacent floor finish. Limit height of bevel to 12.7 mm or less, and finish bevel to match face of threshold. 2.5 WATERPROOFING AND CRACK-SUPPRESSION MEMBRANES FOR THIN-SET TILE INSTALLATIONS A. General: Manufacturer's standard product that complies with ANSI A118.10, selected from the following: 1. Chlorinated-Polyethylene-Sheet Product: Non-plasticized, chlorinated polyethylene faced on both sides with high-strength, nonwoven polyester fabric, for adhering to latex Portland cement mortar; 1524 mm wide by 0.76-mm nominal thickness. 2. Polyethylene-Sheet Product: Polyethylene faced on both sides with fleece webbing for adhering to latex-portland cement mortar; 1000 mm wide by 0.203-mm nominal thickness. 3. Fabric-Reinforced, Modified-Bituminous-Sheet Product: Self-adhering SBS-modified bituminous sheet with woven reinforcement facing for adhering to latex-portland cement mortar; 914 mm wide by 1.01-mm nominal thickness. 4. Fabric-Reinforced, Fluid-Applied Product: System consisting of liquid-latex rubber and fabric reinforcement. 5. Latex-Portland Cement Product: Flexible mortar consisting of cement-based mix and acrylic-latex additive. 6. Urethane Waterproofing and Tile-Setting Adhesive: One-part liquid-applied urethane in a consistency suitable for trowel application and intended for use as both waterproofing and tile-setting adhesive in a two-step process. 2.6 SETTING AND GROUTING MATERIALS A. Latex-Portland Cement Mortar (Thin Set): ANSI A118.4, consisting of the following: 1. Prepackaged dry-mortar mix containing dry, re-dispersible, ethylene vinyl acetate additive to which only water must be added at Project site. a. For wall applications, provide non-sagging mortar that complies with Paragraph F- 4.6.1 in addition to the other requirements in ANSI A118.4. B. Chemical-Resistant, Water-Cleanable, Tile-Setting and -Grouting Epoxy: ANSI A118.3. 1. Provide product capable of withstanding continuous and intermittent exposure to temperatures of up to 60 deg C and 100 deg C, respectively, and certified by manufacturer for intended use. C. Sand-Portland Cement Grout: ANSI A108.10, composed of white or gray cement and white or colored aggregate as required to produce color indicated. D. Chemical-Resistant, Water-Cleanable, Tile-Setting and -Grouting Epoxy: ANSI A118.3. 1. Provide product capable of withstanding continuous and intermittent exposure to temperatures of up to 60 deg C and 100 deg C, respectively, and certified by grout manufacturer for intended use.

Page 45: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

2.7 ELASTOMERIC SEALANTS A. One-Part, Mildew-Resistant Silicone Sealant: ASTM C 920; Type S; Grade NS; Class 25; Uses NT, G, A, and, as applicable to nonporous joint substrates indicated, O; formulated with fungicide, intended for sealing interior ceramic tile joints and other nonporous substrates that are subject to in-service exposures of high humidity and extreme temperatures. B. Chemical-Resistant Sealants: For chemical-resistant floors, provide chemical-resistant elastomeric sealant of type recommended and produced by chemical-resistant mortar and grout manufacturer for type of application indicated, with proven service record and compatibility with tile and other setting materials, and with chemical resistance equivalent to mortar/grout. Include primer and backer rod recommended by manufacturer. 2.8 MISCELLANEOUS MATERIALS A. Trowelable Underlayments and Patching Compounds: Latex-modified, Portland cement-based formulation provided or approved by manufacturer of tile-setting materials for installations indicated. B. Metal Edge Strips: Angle or L-shape, height to match tile and setting-bed thickness, metallic or combination of metal and PVC or neoprene base, designed specifically for flooring applications, half-hard brass or stainless steel; ASTM A 666, 300 Series exposed-edge material. C. Tile Cleaner: A neutral cleaner capable of removing soil and residue without harming tile and grout surfaces, specifically approved for materials and installations indicated by tile and grout manufacturers. 2.9 MIXING MORTARS AND GROUT A. Mix mortars and grouts to comply with referenced standards and mortar and grout manufacturers' written instructions. B. Add materials, water, and additives in accurate proportions. C. Obtain and use type of mixing equipment, mixer speeds, mixing containers, mixing time, and other procedures to produce mortars and grouts of uniform quality with optimum performance characteristics for installations indicated. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions where tile will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of installed tile. 1. Verify that substrates for setting tile are firm; dry; clean; free of oil, waxy films, and curing compounds; and within flatness tolerances required by referenced ANSI A108 Series of tile installation standards for installations indicated. 2. Verify that installation of grounds, anchors, recessed frames, electrical and mechanical units of work, and similar items located in or behind tile has been completed before installing tile. 3. Verify that joints and cracks in tile substrates are coordinated with tile joint locations; if not coordinated, adjust joint locations in consultation with Project Director/COR. B. Proceed with installation only after unsatisfactory conditions have been corrected.

Page 46: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

3.2 PREPARATION A. Remove coatings, including curing compounds and other substances that contain soap, wax, oil, or silicone, that are incompatible with tile-setting materials. B. Provide concrete substrates for tile floors installed with adhesives or thin-set mortar that complies with flatness tolerances specified in referenced ANSI A108 Series of tile installation standards. 1. Fill cracks, holes, and depressions with trowelable leveling and patching compound according to tile-setting material manufacturer's written instructions. Use product specifically recommended by tile-setting material manufacturer. 2. Remove protrusions, bumps, and ridges by sanding or grinding. C. Blending: For tile exhibiting color variations within ranges selected during Sample submittals, verify that tile has been factory blended and packaged so tile units taken from one package show same range of colors as those taken from other packages and match approved Samples. If not factory blended, either return to manufacturer or blend tiles at Project site before installing. 3.3 INSTALLATION, GENERAL A. ANSI Tile Installation Standards: Comply with parts of ANSI A108 Series "Specifications for Installation of Ceramic Tile" that apply to types of setting and grouting materials and to methods indicated in ceramic tile installation schedules. B. TCA Installation Guidelines: TCA's "Handbook for Ceramic Tile Installation." Comply with TCA installation methods indicated in ceramic tile installation schedules. C. Extend tile work into recesses and under or behind equipment and fixtures to form complete covering without interruptions, unless otherwise indicated. Terminate work neatly at obstructions, edges, and corners without disrupting pattern or joint alignments. D. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of tile abutting trim, finish, or built-in items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so plates, collars, or covers overlap tile. E. Jointing Pattern: Lay tile in grid pattern, unless otherwise indicated. Align joints when adjoining tiles on floor, base, walls, and trim are same size. Lay out tile work and center tile fields in both directions in each space or on each wall area. Adjust to minimize tile cutting. Provide uniform joint widths, unless otherwise indicated. 1. For tile mounted in sheets, make joints between tile sheets same width as joints within tile sheets so joints between sheets are not apparent in finished work. F. Lay out tile wainscots to next full tile beyond dimensions indicated. G. Expansion Joints: Locate expansion joints and other sealant-filled joints, including control, contraction, and isolation joints, where indicated during installation of setting materials, mortar beds, and tile. Do not saw-cut joints after installing tiles. 1. Locate joints in tile surfaces directly above joints in concrete substrates. H. Grout tile to comply with requirements of the following tile installation standards: 1. For ceramic tile grouts (sand-portland cement; dry-set, commercial portland cement; and

Page 47: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

latex-portland cement grouts), comply with ANSI A108.10. 3.4 WATERPROOFING AND CRACK-SUPPRESSION MEMBRANE INSTALLATION A. Install waterproofing to comply with ANSI A108.13 and waterproofing manufacturer's written instructions to produce waterproof membrane of uniform thickness bonded securely to substrate. B. Install crack-suppression membrane to comply with manufacturer's written instructions to produce membrane of uniform thickness bonded securely to substrate. C. Do not install tile over waterproofing until waterproofing has cured and been tested to determine that it is watertight. 3.5 FLOOR TILE INSTALLATION A. General: Install tile to comply with requirements in the Floor Tile Installation Schedule, including those referencing TCA installation methods and ANSI A108 Series of tile installation standards. 1. For installations indicated below, follow procedures in ANSI A108 Series tile installation standards for providing 95 percent mortar coverage. a. Tile floors in wet areas. b. Tile floors composed of tiles 200 by 200 mm or larger. B. Joint Widths: Install tile on floors with the following joint widths: 1. Ceramic Mosaic Tile: 1.6 mm. C. Stone Thresholds: Install stone thresholds at locations indicated; set in same type of setting bed as abutting field tile, unless otherwise indicated. 1. Set thresholds in latex-portland cement mortar for locations where mortar bed would otherwise be exposed above adjacent non-tile floor finish. D. Metal Edge Strips: Install at locations indicated or where exposed edge of tile flooring meets carpet, wood, or other flooring that finishes flush with top of tile. 3.6 WALL TILE INSTALLATION A. Install types of tile designated for wall installations to comply with requirements in the Wall Tile Installation Schedule, including those referencing TCA installation methods and ANSI setting-bed standards. B. Joint Widths: Install tile on walls with the following joint widths: 1. Ceramic Mosaic Tile: 1.6 mm. 2. Ceramic Wall Tile: 1.6 mm. 3.7 CLEANING AND PROTECTING A. Cleaning: On completion of placement and grouting, clean all ceramic tile surfaces so they are free of foreign matter. 1. Remove epoxy and latex-portland cement grout residue from tile as soon as possible. 2. Clean grout smears and haze from tile according to tile and grout manufacturer's written instructions, but no sooner than 10 days after installation. Use only cleaners recommended by tile and grout manufacturers and only after determining that cleaners are safe to use by testing on samples of tile and other surfaces to be cleaned. Protect metal surfaces and plumbing fixtures from effects of cleaning. Flush surfaces with clean water before and after cleaning.

Page 48: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

B. When recommended by tile manufacturer, apply coat of neutral protective cleaner to completed tile walls and floors. Protect installed tile work with kraft paper or other heavy covering during construction period to prevent staining, damage, and wear. C. Prohibit foot and wheel traffic from tiled floors for at least seven days after grouting is completed. D. Before final inspection, remove protective coverings and rinse neutral cleaner from tile surfaces. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes grounding of electrical systems and equipment. Grounding requirements specified in this Section may be supplemented by special requirements of systems described in other Sections. B. Related Sections include the following: 1. Division 33 Section "Underground Ducts and Raceways" for ground test wells. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Other Informational Submittals: Plans showing dimensioned as-built locations of grounding features specified in Part 3 "Field Quality Control" Article, including the following: 1. Test wells. 2. Ground rods. 3. Grounding arrangements and connections for separately derived systems. C. Field quality-control test reports. D. Operation and Maintenance Data: Include the following in operation and maintenance manuals: 1. Instructions for periodic testing and inspection of grounding features at test wells based on NFPA 70B: a. Tests shall be to determine if ground resistance or impedance values remain within specified maximums, and instructions shall recommend corrective action if they do not. b. Include recommended testing intervals. 1.3 QUALITY ASSURANCE A. Grounding & Lightning Protection System. The system shall meet the requirements as listed on the plan drawings for a LPI certified Master Lightning Protection System. B. Testing Agency Qualifications: Testing agency as defined by OSHA in 29 CFR 1910.7 or a member company of the International Electrical Testing Association and that is acceptable to Project Director based upon input from OBO/PDCS/DE/EE: 1. Testing Agency's Field Supervisor: Person currently certified by the International Electrical Testing Association to supervise on-site testing specified in Part 3.

Page 49: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

C. Comply with UL 467. D. Comply with the OBO Electrical Code (NFPA 70, “National Electrical Code” as amended by OBO): 1. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100 by a testing agency acceptable to Project Director/COR based upon input from OBO/PDCS/DE/EE, and marked for intended use. E. Comply with NFPA 780 “Standard for the Installation of Lightning Protection Systems.” F. Comply with UL 96 when interconnecting with lightning protection system. PART 2 - PRODUCTS 2.1 GROUNDING CONDUCTORS A. For insulated copper conductors, comply with Division 26 Section "Low-Voltage Electrical Power Conductors and Cables." B. Material: Copper. Aluminum may be used for bonding aluminum rooftop components (e.g. fan hoods) or for rooftop lightning protection system conductors in contact with aluminum rooftop elements such a flashing. C. Equipment Grounding Conductors: Insulated with green-colored insulation. D. Grounding Electrode Conductors: Stranded copper cable. E. Underground Conductors: Bare copper, tinned, stranded, unless otherwise indicated. F. Bare Copper Conductors: Comply with the following: 1. Solid Conductors: ASTM B 3. 2. Assembly of Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. G. Copper Bonding Conductors: As follows: 1. Bonding Cable: 95 mm2 copper conductor. 2. Bonding Conductor: 25 mm2 or 16 mm2, stranded copper conductor. 3. Bonding Jumper: Bare copper tape, braided bare copper conductors, terminated with copper ferrules; 42 mm wide and 1.5 mm thick. 4. Tinned Bonding Jumper: Tinned-copper tape, braided copper conductors, terminated with copper ferrules; 42 mm wide and 1.5 mm thick. H. Grounding Bus: Bare, annealed copper bars of rectangular cross section 6 x 50 mm, with insulators as shown on drawings. 2.2 CONNECTOR PRODUCTS A. Comply with IEEE 837 and UL 467; listed for use for specific types, sizes, and combinations of conductors and connected items. B. Bolted Connectors: Bolted-pressure-type connectors, or compression type.

Page 50: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

C. Welded Connectors: Exothermic-welded type, in kit form, and selected per manufacturer's written instructions. 2.3 GROUNDING ELECTRODES A. Ground Rods: Stainless steel. B. Ground Rods: 1. Size: 20 mm diameter by 3000 mm long. C. Test Wells: Provide hand holes as specified in Division 26 Section "Underground Ducts and Raceways." PART 3 - EXECUTION 3.1 APPLICATION A. Use only copper conductors for both insulated and bare grounding conductors in direct contact with earth, concrete, masonry, crushed stone, and similar materials. B. In raceways, use insulated equipment-grounding conductors. C. Exothermic-Welded Connections: Use for connections to structural steel and for underground connections, except those at test wells. D. Equipment Grounding Conductor Terminations: Use bolted pressure clamps. E. Ground Rod Clamps at Test Wells: Use bolted pressure clamps with at least two bolts. F. Grounding Bus: Install in electrical room and in rooms housing service equipment, and elsewhere as indicated: 1. Use insulated spacer; space 25 mm from wall and support from wall 150 mm above finished floor, unless otherwise indicated. 2. At doors, route the bus up to the top of the doorframe, across the top of the doorway, and down to the specified height above the floor. G. Underground Grounding Conductors: Use bare-copper conductor, 95 mm2 minimum. Bury at least 450 mm below grade or bury 300 mm above duct bank when installed as part of the duct bank. H. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors, except at test wells and as otherwise indicated. 3. Connections to Ground Rods at Test Wells: Bolted connectors. 4. Connections to Structural Steel: Welded connectors. 3.2 EQUIPMENT GROUNDING CONDUCTORS A. Comply with Article 250 of the Electrical Code of Overseas Buildings Operations for types, sizes, and quantities of equipment grounding conductors, unless more restrictive specific types, larger sizes, or more conductors are indicated on Drawings. B. Install equipment grounding conductors in all feeders and circuits.

Page 51: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

C. Install insulated equipment grounding conductor with circuit conductors for the following items, in addition to those required by the Electrical Code of Overseas Buildings Operations: 1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. 4. Single-phase motor and appliance branch circuits. 5. Three-phase motor and appliance branch circuits. 6. Flexible raceway runs. 7. Armored and metal-clad cable runs. 8. X-Ray equipment circuits 9. Computer outlet circuits D. Busway Supply Circuits: Install insulated equipment grounding conductor from the grounding bus in the switchgear, switchboard, or distribution panel to equipment grounding bar terminal on busway. E. Nonmetallic Raceways: Install an equipment grounding conductor in nonmetallic raceways unless they are designated for communications cables. F. Air-Duct Equipment Circuits: Install an equipment grounding conductor to duct-mounted electrical devices operating at 220 V or higher, including air cleaners and heaters. Bond conductor to each unit and to air duct. G. Water Heater, Heat-Tracing, and Antifrost Heating Cables: Install a separate equipment grounding conductor to each electric water heater, heat-tracing, and antifrost heating cable. Bond conductor to heater units, piping, connected equipment, and components. H. Signal and Communication Systems: For alarm, voice, data, and other communication systems, provide insulated grounding conductor in raceway from grounding electrode system to each service location, terminal cabinet, telecommunications rooms, and central equipment location: 1. Service and Central Equipment Locations and Wiring Closets: Terminate grounding conductor on a 6.0 mm thick by 50 mm high by 300 mm long grounding bus. 2. Terminal Cabinets: Terminate grounding conductor on cabinet grounding bus bar/terminal. I. Common Ground Bonding with Lightning Protection System: Bond electrical power system ground directly to lightning protection system grounding conductor at closest point to electrical service grounding electrode. Use bonding conductor sized the same as power system grounding electrode conductor, and install in conduit. 3.3 INSTALLATION A. Ground Rods: Install ground rods as indicated on the drawings. 1. Drive ground rods until tops are 300 mm below finished floor or final grade, unless otherwise indicated. 2. Interconnect ground rods with grounding electrode conductors. Use exothermic welds, except at test wells and as otherwise indicated. Make connections without exposing steel or damaging copper coating. B. Grounding Conductors: Route along shortest and straightest paths possible, unless otherwise indicated. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage.

Page 52: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

C. Bonding Straps and Jumpers: Install so vibration by equipment mounted on vibration isolation hangers and supports is not transmitted to rigidly mounted equipment. Use exothermic-welded connectors for outdoor locations, unless a disconnect-type connection is required; then, use a bolted clamp. Bond straps directly to the basic structure taking care not to penetrate any adjacent parts. Install straps only in locations accessible for maintenance. D. Metal Water Service Pipe: Provide insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes by grounding clamp connectors. Where a dielectric main water fitting is installed, connect grounding conductor to street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. E. Water Meter Piping: Use braided-type bonding jumpers to electrically bypass water meters. Connect to pipe with grounding clamp connectors. F. Bond interior metal piping systems and metal air ducts to equipment grounding conductors of associated pumps, fans, blowers, electric heaters, and air cleaners. Use braided-type bonding straps. G. Install one test well for each service at the ground rod electrically closest to the service entrance. Set top of well flush with finished grade or floor. H. Under Ground (Concrete-Encased Grounding Electrode): Fabricate according to the OBO Electrical Code using a minimum of 6.0 m of bare copper conductor not smaller than 25 mm2. If concrete foundation is less than 6.0 m long, coil excess conductor within the base of the foundation. Bond grounding conductor to reinforcing steel in at least four locations and to anchor bolts. Extend grounding conductor below grade and connect to building grounding grid or to a grounding electrode external to concrete. 3.4 CONNECTIONS A. General: Make connections so galvanic action or electrolysis possibility is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible: 1. Use electroplated or hot-tin-coated materials to ensure high conductivity and to make contact points closer to order of galvanic series. 2. Make connections with clean, bare metal at points of contact. 3. Make aluminum-to-steel connections with stainless-steel separators and mechanical clamps. 4. Make aluminum-to-galvanized steel connections with tin-plated copper jumpers and mechanical clamps. 5. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. B. Exothermic-Welded Connections: Comply with manufacturer's written instructions. Welds that are puffed up or that show convex surface indicating improper cleaning are not acceptable. C. Equipment Grounding Conductor Terminations: For 10 mm2 and larger, use pressure-type grounding lugs. 10 mm2 and smaller grounding conductors may be terminated with winged pressure-type connectors. D. Noncontact Metal Raceway Terminations: If metallic raceways terminate at metal housings without mechanical and electrical connection to housing, terminate each conduit with a

Page 53: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

grounding bushing. Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in housing. Bond electrically non-continuous conduits at entrances and exits with grounding bushings and bare grounding conductors, unless otherwise indicated. E. Connections at Test Wells: Use compression-type connectors on conductors and make bolted and clamped-type connections between conductors and ground rods. F. Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturers published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. G. Compression-Type Connections: Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by connector manufacturer. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor. H. Moisture Protection: If insulated grounding conductors are connected to ground rods or grounding buses, insulate entire area of connection and seal against moisture penetration of insulation and cable. 3.5 UNDERGROUND DISTRIBUTION SYSTEM GROUNDING A. Duct Banks: Install a grounding conductor with at least 50 percent ampacity of the largest phase conductor in the duct bank. B. Manholes and Hand holes: Install a driven ground rod close to wall and set rod depth so 100 mm will extend above finished floor. If necessary, install ground rod before manhole is placed and provide a 70 mm2 bare, tinned-copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure-sensitive tape or heat-shrunk insulating sleeve from 50 mm above to 150 mm below concrete. Seal floor opening with waterproof, non-shrink grout. Connections to Manhole Components: Connect exposed-metal parts, such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or hand hole, to ground rod or grounding conductor. Make connections with 25 mm2 minimum, stranded, hard-drawn copper conductor. Train conductors level or plumb around corners and fasten to manhole walls. Connect to cable armor and cable shields as recommended by manufacturer of splicing and termination kits. 3.6 FIELD QUALITY CONTROL A. Testing: Perform the following field quality-control testing: 1. After installing grounding system but before permanent electrical circuitry has been energized, test for compliance with requirements. 2. Test completed grounding system at each building electric service entrance, electric/telecom rooms, generator system, buildings and lightning protection system where a maximum ground-resistance level is specified, at service disconnect enclosure grounding terminal, and at ground test wells. Tests at each ground rod before any conductors are connected are not required if a clamp-on ground tester is used. Measure ground resistance not less than two full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. Perform tests, by the fall-of-potential method according to IEEE 81. 3. Provide drawings locating each ground rod and ground rod assembly and other grounding electrodes, identify each by letter in alphabetical order, and key to the record of tests and

Page 54: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

observations. Include the number of rods driven and their depth at each location and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. Maximum value of acceptable system ground resistance is 10 ohms. 4. Excessive Ground Resistance: If resistance to ground exceeds specified values, drive additional ground rods until resistance meets specified values. ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes individually mounted enclosed switches and circuit breakers used for the following: 1. Feeder and branch-circuit protection. 2. Motor and equipment disconnecting means. B. Related Sections include the following: 1. Division 26 Section "Wiring Devices" for attachment plugs, receptacles, and toggle switches used for disconnecting means. 2. Division 26 Section "Fuses" for fusible devices. C. This Section includes requirements for both Technical Security Systems (TSS) and general electrical systems. Refer to Division 28 Section “Common Work Results for Technical Security Systems (TSS)” and related TSS subsystem Sections for additional TSS electrical infrastructure requirements. 1.2 DEFINITIONS A. GFCI: Ground-fault circuit interrupter. B. RMS: Root mean square. C. SPDT: Single pole, double throw. 1.3 SUBMITTALS A. Product Data - General: For each type of enclosed switch, circuit breaker, accessory, and component indicated. Include dimensioned elevations, sections, weights, and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes: 1. Enclosure types and details for types other than NEMA 250, Type 1. 2. Current and voltage ratings. 3. Short-circuit current rating. 4. Features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. B. Product Data – TSS: For components which exclusively serve technical security systems. C. Shop Drawings – Non-TSS: Diagram power, signal, and control wiring. Show significant interaction with TSS components. D. Shop Drawings – TSS: Show TSS components and significant interaction with non-TSS components.

Page 55: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

E. Field quality-control test reports including the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. F. TSS Quality Control Checklists: Submit completed checklists in accordance with Article on “Quality Assurance.” G. Operation and Maintenance Data: For enclosed switches and circuit breakers to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 01 include the following: 1. Manufacturer's written instructions for testing and adjusting enclosed switches and circuit breakers. 2. Time-current curves, including selectable ranges for each type of circuit breaker. 1.4 QUALITY ASSURANCE A. Comply with NEMA AB 1 and NEMA KS 1. B. Comply with requirements of the OBO Electrical Code (NFPA 70, “National Electrical Code” as amended by OBO): 1. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100 by a testing agency acceptable to Project Director/COR based upon input from OBO/PDCS/DE/EE, and marked for intended use. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for enclosed switches and circuit breakers, including clearances between enclosures, and adjacent surfaces and other items. Comply with indicated maximum dimensions. D. TSS Quality Control Checklists: Perform quality control in accordance with Article on “Quality Assurance” in Division 28 Section “Common Work Results for Technical Security Systems (TSS).” 1.5 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions, unless otherwise indicated: 1. Ambient Temperature: Not less than minus 30 deg C and not exceeding 50 deg C. 2. Altitude: Not exceeding 1829 m. 1.6 COORDINATION A. Coordinate layout and installation of switches, circuit breakers, and components with other construction, including conduit, piping, equipment, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. 1.7 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents: 1. Spares: For the following: a. Potential Transformer Fuses: 6. b. Control-Power Fuses: 6.

Page 56: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

c. Fuses for Fused Switches: 6. 2. Spare Indicating Lights: Six (6) of each type installed. PART 2 - PRODUCTS 2.1 FUSIBLE AND NONFUSIBLE SWITCHES A. Fusible Switch, 800 A and Smaller: NEMA KS 1, Type HD, with clips or bolt pads to accommodate specified fuses, lockable handle with capability to accept two padlocks, and interlocked with cover in closed position. B. Non-fusible Switch, Safety Switch: NEMA KS 1, Type HD, lockable handle with capability to accept two padlocks, and interlocked with cover in closed position. 2.2 MOLDED-CASE CIRCUIT BREAKERS AND SWITCHES A. Molded-Case Circuit Breaker: NEMA AB 1, with interrupting capacity to meet available fault currents: 1. Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. 2. Adjustable Instantaneous-Trip Circuit Breakers: Magnetic trip element with front mounted, field-adjustable trip setting. 3. Electronic Trip-Unit Circuit Breakers: RMS sensing; field-replaceable rating plug; with the following field-adjustable settings: a. Instantaneous trip. b. Long- and short-time pickup levels. c. Long- and short-time time adjustments. d. Ground-fault pickup level, time delay, and I2t response. B. Molded-Case Circuit-Breaker Features and Accessories: 1. Standard frame sizes, trip ratings, and number of poles. 2. Lugs: Mechanical style with compression lug kits suitable for number, size, trip ratings, and conductor material. 3. Application Listing: Type SWD for switching fluorescent lighting loads; Type HACR for heating, air-conditioning, and refrigerating equipment. 4. Ground-Fault Protection: Integrally mounted relay and trip unit with adjustable pickup and time-delay settings, push-to-test feature, and ground-fault indicator. 5. Communication Capability: Circuit-breaker-mounted communication module with functions and features compatible with power monitoring and control system specified in Division 26 Section "Electrical Power Monitoring and Control." 6. Shunt Trip: 120-V trip coil energized from separate circuit, set to trip at [55] [75] percent of rated voltage. 7. Under voltage Trip: Set to operate at 35 to 75 percent of rated voltage with field adjustable 0.1 to 0.6 second time delay. 8. Auxiliary Switch: with "a" and "b" contacts; "a" contacts mimic circuit-breaker contacts, "b" contacts operate in reverse of circuit-breaker contacts. 9. Key Interlock Kit: Externally mounted to prohibit circuit-breaker operation; key shall be removable only when circuit breaker is in off position. 10. Zone-Selective Interlocking: Integral with electronic trip unit; for interlocking ground fault protection function. 2.3 TECHNICAL SECURITY SYSTEMS (TSS)

Page 57: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

A. General: See Attachment B to Division 28 Section “Common Work Results for Technical Security Systems (TSS)” for a listing of products that have been approved for use on technical security systems. B. Voltage Regulator (VR) Transfer Switch: Provide three-pole, double-throw transfer switch rated for 240 VAC, 250 VDC at 30 Amps. C. Uninterruptible Power System (UPS) Bypass Switch: Provide UPS bypass switch to facilitate providing power to Panel ‘EU” in event of UPS failure. 2.4 ENCLOSURES A. NEMA AB 1 and NEMA KS 1 to meet environmental conditions of installed location: 1. Outdoor Locations: NEMA 250, Type 4X. 2. Other Wet or Damp Indoor Locations: NEMA 250, Type 4. 2.5 FACTORY FINISHES A. Manufacturer’s standard prime-coat ready for field painting. B. Finish: Manufacturer’s standard paint applied to factory-assembled and tested enclosures before shipping. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine elements and surfaces to receive enclosed switches and circuit breakers for compliance with installation tolerances and other conditions affecting performance: 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Comply with applicable portions of NECA 1, NEMA PB 1.1, and NEMA PB 2.1 for installation of enclosed switches and circuit breakers. B. Mount individual wall-mounting switches and circuit breakers with tops at uniform height, unless otherwise indicated. Anchor floor-mounting switches to concrete base. C. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. 3.3 TSS INSTALLATION A. See Appendix M, “Technical Security Details for Building Construction” to the OBO Building B. Code for additional technical security system installation requirements. C. Install TSS subsystems as indicated on TSS drawings. 3.4 IDENTIFICATION A. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs as specified in Division 26 Section "Identification for Electrical Systems."

Page 58: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

B. Enclosure Nameplates: Label each enclosure with engraved metal or laminated-plastic nameplate mounted with corrosion-resistant screws. 3.5 CONNECTIONS A. Install equipment grounding connections for switches and circuit breakers with ground continuity to main electrical ground bus. B. Install power wiring. Install wiring between switches and circuit breakers, and control and indication devices. C. Tighten electrical connectors and terminals according to manufacturer's published torque tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.6 FIELD QUALITY CONTROL A. Prepare for acceptance testing as follows: 1. Inspect mechanical and electrical connections. 2. Verify switch and relay type and labeling verification. 3. Verify rating of installed fuses. 4. Inspect proper installation of type, size, quantity, and arrangement of mounting or anchorage devices complying with manufacturer's certification. B. Perform the following field tests and inspections and prepare test reports: 1. Perform each electrical test and visual and mechanical inspection stated in NETA ATS, Section 7.5 for switches and Section 7.6 for molded-case circuit breakers. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 3. Infrared Scanning: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each enclosed switch and circuit breaker. Open or remove doors or panels so connections are accessible to portable scanner. b. Follow-Up Infrared Scanning: Perform an additional follow-up infrared scan of each unit 11 months after date of Substantial Completion. C. Instruments, Equipment and Reports: 1) Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 2) Prepare a certified report that identifies enclosed switches and circuit breakers included and describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.7 ADJUSTING A. Set field-adjustable switches and circuit-breaker trip ranges. 3.8 CLEANING A. On completion of installation, vacuum dirt and debris from interiors; do not use compressed air to assist in cleaning. B. Inspect exposed surfaces and repair damaged finishes.

Page 59: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

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 and telephone listing; (3) Be able to demonstrate prior construction experience with suitable references; (4) Have the necessary personnel, equipment and financial resources available 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 a reputable financial institution; (8) Have no adverse criminal record; and (9) Have no political or business affiliation which could be considered contrary to the interests of the United States.

Page 60: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

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 18 including a completed Attachment 4, "BREAKDOWN OF PROPOSAL PRICE BY DIVISIONS OF SPECIFICATIONS

3

II Performance schedule in the form of a "bar chart" and Business Management/Technical Proposal

3

Submit the complete quotation to the address indicated below:

CONTRACTING OFFICER EMBASSY OF THE UNITED STATES OF AMERICA, 100 DUKE AND YOUNG STREETS, KINGSTON GEORGETOWN, GUYANA Tel: 592-225-4900 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 the various 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 the following information: Proposed Work Information - Provide the following: (1) A list of the names, addresses and telephone numbers of the owners,

Page 61: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

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, Experience and Past Performance - List all contracts and subcontracts your company has held over the past three years for the same or similar work. Provide the following information for each contract and subcontract: (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. C. 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations 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 for [Note to Contracting Officer: insert date and time]. (c) Participants will meet at [Note to Contracting Officer: insert location]. D. MAGNITUDE OF CONSTRUCTION PROJECT It is anticipated that the range in price of this contract will be: Less than $25,000. E. LATE QUOTATIONS. Late quotations shall be handled in accordance with FAR. F. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates the following provisions 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. 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.

Page 62: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

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 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)

Page 63: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

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 all existing 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.

Page 64: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

SECTION 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); Foreign Government; International organization per 26 CFR 1.6049-4;

Page 65: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

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. (JAN 2018) (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 own name, other than on a construction or service contract, but which proposes to furnish a product 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 is currently 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 Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation.

Page 66: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $250,000. (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.

Page 67: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

(xv) 52.222-38, Compliance with Veterans’ Employment Reporting Requirements. This provision 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 that require 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 solicitations that 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 solicitations containing 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 $80,317, the provision with its Alternate II applies. (D) If the acquisition value is $80,317 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 Institution Representation. 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 the Contracting Officer: [Contracting Officer check as appropriate.] __ (i) 52.204-17, Ownership or Control of Offeror. __ (ii) 52.204-20, Predecessor of Offeror.

Page 68: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

__ (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 via the 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;

Page 69: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

(3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (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 of the 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 offered end 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 BUSINESS OPERATIONS 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.

Page 70: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

“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)

Page 71: SF-1442 COVER SHEET - U.S. Embassy in Guyana · SF-1442 COVER SHEET . A. PRICE . B. SCOPE OF WORK . C. PACKAGING AND MARKING . ... The Contractor shall begin performance within _30__

PROPOSAL PRICE: TOTAL: (GYD) Alternates (list separately; do not total): Offeror: Date