SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the...

102
1 Unclassified TABLE OF CONTENTS SF-18 OR 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” – RESERVED Attachment 2: Standard Form 25A, "Payment Bond"- RESERVED Attachment 3: Sample Bank Letter of Guaranty - RESERVED Attachment 4: Scope of Work Attachment 5: Breakdown of Price by Divisions of Specifications Attachment 6: Standard Residential Generator Installation Details Attachment 7: Payment Registration Form Pesos Attachment 8: Safety Plan U.S. Consulate Merida – Sample for Offeror

Transcript of SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the...

Page 1: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

1

Unclassified

TABLE OF CONTENTS

SF-18 OR 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” – RESERVED

Attachment 2: Standard Form 25A, "Payment Bond"- RESERVED Attachment 3: Sample Bank Letter of Guaranty - RESERVED Attachment 4: Scope of Work Attachment 5: Breakdown of Price by Divisions of Specifications Attachment 6: Standard Residential Generator Installation Details Attachment 7: Payment Registration Form Pesos Attachment 8: Safety Plan U.S. Consulate Merida – Sample for Offeror

Page 2: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

(See ).

SOLICITATION, OFFER, AND AWARD

(Construction, Alteration, or Repair)IMPORTANT - The "offer" section on the reverse must be fully completed by offeror.

9. FOR INFORMATION CALL:

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid and "bidder".SOLICITATION

1. SOLICITATION NUMBER

5. REQUISITION/PURCHASE REQUEST NUMBER

CODE

6. PROJECT NUMBER

8. ADDRESS OFFER TO

4. CONTRACT NUMBER

7. ISSUED BY

10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying number, date)

11. The contractor shall begin performance within

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

13. ADDITIONAL SOLICITATION REQUIREMENTS:

a. Sealed offers in original and

b. An offer guarantee

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

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

calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

is, is not required.

local time

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

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

copies to perform the work required are due at the place specified in Item 8 by (hour)

award,

YES NO

notice to proceed. This performance period is mandatory negotiable.

calendar days and complete it within calendar days after receiving

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

12b. CALENDAR DAYS

2. TYPE OF SOLICITATION

SEALED BID (IFB)

NEGOTIATED (RFP)

3. DATE ISSUED PAGE OF PAGES

19MX5219Q0001

19MX5219C0001

AMERICAN CONSULATE GENERAL MERIDA CALLE 60 #338-K X29 Y 31, ALCALA MARTIN ATTN: STATE MERIDA, 97050 Contact Name: Irene Arino de la Rubia

Uninstalling, removing a current 2004 generator and transfer switch; and picking up, transporting, offloading and installing one new Caterpillar 50KVA prime generator C3.3, 220V, three-phase, with sound-attenuating enclosure, and with one 150Amp four-pole automatic transfer switch (ATS), for the Consul General's Residence, in Merida, Mexico

Same address in block 7

PR8234062

Irene Arino de la Rubia +529999425733

1/08/21/2019

09/16/2019

100

See J,B

90

12:00 Noon

60

10

Page 3: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

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

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

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

OFFER (Must be fully completed by offeror)

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 NUMBER

DATE.

AWARD (To be completed by Government)

CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE

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

CODE FACILITY CODE

15. TELEPHONE NUMBER (Include area code)

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

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

21. ITEMS ACCEPTED:

22. AMOUNT

26. ADMINISTERED BY

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

31c. DATE

STANDARD FORM 1442 (REV. 8/2014) BACK

31b. UNITED STATES OF AMERICA

BY

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

29. AWARD (Contractor is not required to sign this document.) Your offer on this solicitation is hereby accepted as to the items listed. This award consummates the contract, which consists of (a) the Government solicitation and your offer, and (b) this contract award. No further contractual document is necessary.

30b. SIGNATURE 30c. DATE

28. NEGOTIATED AGREEMENT (Contractor is required to sign this documentand return

and deliver all items or perform all work requirements identified on this form and any continuation sheets for the consideration stated in this contract. The rights and obligations of the parties to this contract shall be governed by (a) this contractaward, (b) the solicitation, and (c) the clauses, representations, certifications, and specifications incorporated by reference in or attached to this contract.

copies to issuing office.) Contractor agrees to furnish

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

23. ACCOUNTING AND APPROPRIATION DATA

ITEM 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO

27. PAYMENT WILL BE MADE BY

10 U.S.C. 2304(c) ( ) 41 U.S.C. 3304(a) ( )

20b. SIGNATURE 20c. OFFER DATE

Page 4: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

2

Unclassified

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. All prices shall be in Pesos, Mexican Currency.

Total Price $ 16% Value Added Tax (I.V.A.) $

Grand Total Price $ Note to Offerors: Please provide total price.

A.1 VALUE ADDED TAX

Value Added Tax (VAT) for offers in Pesos, Mexican currency, is not included in line item rates. Instead, it will be priced as a separate amount in the contract and on the Invoices. Local law dictates the portion of the contract price that is subject to VAT; this percentage is multiplied only against that portion.

A.2 TYPE OF CONTRACT This is a firm, fixed- price contract payable entirely in Pesos, Mexican Currency. No additional sums will be payable for any escalation in the cost of materials, equipment or labor, or because of the Contractor's failure to properly estimate or accurately predict the cost or difficulty of achieving the results required. The Government will not adjust the contract price due to fluctuations in currency exchange rates. The Government will only make changes in the contract price or time to complete due to changes made by the Government in the work to be performed, or by delays caused by the Government. B. SCOPE OF WORK The United States Consulate General Merida requires the services for uninstalling, removing a current 2004 generator and transfer switch; and picking up, transporting, offloading and installing one new Caterpillar 50KVA prime generator C3.3, 220V, three-phase, with sound-attenuating enclosure, and with one 150Amp four-pole automatic transfer switch (ATS), for the Consul General's Residence, in Merida, Mexico.

Page 5: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

3

Unclassified

The character and scope of the work are set forth in attachment # 4 of this 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:

US CONSULATE GENERAL MERIDA, MEXICO CONSUL GENRAL’S RESIDENCE Calle 33, No. 378-A x 6 Fraccionamiento Montebello Merida, Yucatan, Mexico 97113

Page 6: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

4

Unclassified

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 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.

Page 7: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

5

Unclassified

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).

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 fifteen (10) 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 sixty (60) calendar days

after NTP.

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 $100.00 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

Page 8: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

6

Unclassified

(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 "eight (8) 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 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.

Page 9: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

7

Unclassified

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 to Friday from 8:00am to 4:00pm. Other hours, if requested by the Contractor, may be approved by the Contracting Officer's Representative (COR). The Contractor shall give 24 hours in advance to COR who will consider any deviation from the hours identified above. Changes in work hours, initiated by the Contractor, will not be a cause for a price increase. U.S. AND MEXICAN HOLIDAYS The Department of State observes the following days as holidays. 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. Any other day designated by Federal law, Executive Order, or Presidential Proclamation shall be notified to the Contractor in due time. U. S. Holidays:

• New Year's Day (January 1st) • Martin Luther King's Birthday (3rd Monday in January) • Presidents Day (3rd Monday in February) • Memorial Day (last Monday in May) • Independence Day (4th of July) • Labor Day (1st Monday in September) • Columbus Day (2nd Monday in October) • Veterans Day (November 11) • Thanksgiving Day (4th Thursday in November) • Christmas Day (December 25)

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. Mexican Holidays:

• *Anniversary of Mexican Constitution (1st Monday in February)

Page 10: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

8

Unclassified

• *Benito Juarez's Birthday (3rd Monday in March) • Holy Thursday (varies) • Good Friday (varies) • Mexican Labor Day (May 1) • Anniversary of the Battle of Puebla (May 5) • Mother’s Day (May 10) • Mexican Independence Day (September 16) • All Soul's Day (November 2) • *Anniversary of Mexican Revolution (3rd Monday in November)

*These holidays will be observed on Monday. All other holidays falling on weekend are NOT observed on the preceding Friday or subsequent Monday. PRECONSTRUCTION CONFERENCE A preconstruction conference will be held 10 days after contract award at the US Consulate General Merida and/or the Consul General’s Residence to discuss the schedule, submittals, notice to proceed, mobilization and other important issues that effect construction progress. See FAR 52.236-26, Preconstruction Conference. DELIVERABLES - The following items shall be delivered under this contract:

Description Quantity Deliver Date Deliver To Section G. Securities/Insurance 1 10 days after award CO Section E. Construction Schedule 1 08 days after award COR Section E. Preconstruction Conference 1 10 days after award COR Section G. Personnel Biographies 1 06 days after award COR

Section F. Payment Request 1 Last calendar day of each month COR

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

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

Page 11: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

9

Unclassified

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 Jaime J. Guillermo, GSO FSN Supervisor. 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. -Contractor must submit electronic invoices as follows:

1. Typed (not handwritten); 2. Statement that prior payment has not been made; 3. Copies should be certified as being a true copy of the original and with signature; 4. Contractor’s name and complete address; 5. Contractor’s RFC; 6. Date issued; 7. Issued to the following address:

Embajada de Estados Unidos de Norteamérica; Paseo de la Reforma No. 305, Colonia Cuauhtémoc, Mexico, D. F., C.P. 06500; RFC: EEU 930201 289;

Page 12: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

10

Unclassified

8. Period of performance being charged; 9. Contract number/Purchase Order Number; 10. List the items/services being provided by line item number as stated in the Contract; 11. IVA broken down (if applicable); 12. Amount must be in numbers and spelled out; 13. Refer to payment FAR Clauses contained in Section I for Request for Quotation (RFQ) format or Section 2 for Commercial items format entitled “Contract Clauses”; and 14. A copy of the corresponding Vendor Registration Form (see Attachments 7 and fill in the applicable form).

-All electronic invoices shall be submitted to the following electronic mail address:

[email protected]

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

Page 13: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

11

Unclassified

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 50% of the contract price. The Contractor shall furnish an irrevocable letter of credit or a performance protection approved by the Government such as a letter of credit/guaranty as shown in Section J – Attachment 3, Bank Letter of Guarantee. G.1.1 The Contractor shall provide the information required by the paragraph above within ten (10) calendar days after award. Failure to timely submit the required security may result in rescinding or termination of the contract by the Government. If the contract is terminated, the Contractor will be liable for those costs as described in FAR 52.249-10, Default (Fixed-Price Construction), which is included in this purchase order. G.1.2 The bonds or alternate performance security shall guarantee the Contractor's execution and completion of the work within the contract time. This security shall also guarantee the correction of any defects after completion, the payment of all wages and other amounts payable by the Contractor under its subcontracts or for labor and materials, and the satisfaction or removal of any liens or encumbrances placed on the work.

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

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

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

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

Per Occurrence

Cumulative

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

Per Occurrence

Cumulative

Page 14: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

12

Unclassified

Note to Offeror: insert the minimum amounts of insurance as required by Law.

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.

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:

Page 15: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

13

Unclassified

(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 deems incompetent, careless, insubordinate or otherwise objectionable, or whose continued employment on the project is deemed by the Contracting Officer to be contrary to the Government's interests.

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

G.5.2 After award, the Contractor has six (6) calendar days to submit to the Contracting Officer a list of workers and supervisors assigned to this project for the Government to conduct all necessary security checks. It is anticipated that security checks will take three (3) days to perform. For each individual the list shall include:

Page 16: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

14

Unclassified

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.

Page 17: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

15

Unclassified

G.9.0 ZONING APPROVALS AND PERMITS

The Government shall be responsible for:

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

Page 18: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

16

Unclassified

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

If the Federal Acquisition Regulation (FAR) is not available at the locations indicated

above, use the Department of State Acquisition website at https://www.ecfr.gov/cgi-bin/text-idx?SID=2e978208d0d2aa44fb9502725ecac4e5&mc=true&tpl=/ecfrbrowse/Title48/48chapter6.tplto access links to the FAR. You may also use an internet “search engine” (for example, Google, Yahoo, Excite) to obtain the latest location of the most current FAR. The following Federal Acquisition Regulation clause(s) is/are incorporated by reference (48 CFR CH. 1): CLAUSE TITLE AND DATE 52.202-1 DEFINITIONS (NOV 2013) 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER

SUBCONTRACT AWARDS (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE

(OCT 2018) 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) (OCT 2018) 52.216-7 ALLOWABLE COST AND PAYMENT (JUN 2013) 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997) 52.222-19 CHILD LABOR – COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2018)

52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009)

Page 19: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

17

Unclassified

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) 52.228-4 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 (OCT 2018) 52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER – OTHER THAN SYSTEM FOR AWARD MANAGEMENT (JULY 2013)

Page 20: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

18

Unclassified

52.233-1 DISPUTES (MAY 2014) Alternate I (DEC 1991) 52.233-3 PROTEST AFTER AWARD (AUG 1996) 52.236-2 DIFFERING SITE CONDITIONS (APR 1984) 52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK

(APR 1984) 52.236-5 MATERIAL AND WORKMANSHIP (APR 1984) 52.236-6 SUPERINTENDENCE BY THE CONTRACTOR (APR 1984) 52.236-7 PERMITS AND RESPONSIBILITIES (NOV 1991) 52.236-8 OTHER CONTRACTS (APR 1984) 52.236-9 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT,

UTILITIES, AND IMPROVEMENTS (APR 1984) 52.236-10 OPERATIONS AND STORAGE AREAS (APR 1984) 52.236-11 USE AND POSSESSION PRIOR TO COMPLETION (APR 1984) 52.236-12 CLEANING UP (APR 1984) 52.236-13 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 (AUG 2018) 52.245-2 GOVERNMENT PROPERTY INSTALLATION OPERATION SERVICES

(APR 2012)

Page 21: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

19

Unclassified

52.245-9 USE AND CHARGES (APR 2012) 52.246-12 INSPECTION OF CONSTRUCTION (AUG 1996) 52.246-17 WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003) 52.246-21 WARRANTY OF CONSTRUCTION (MAR 1994) 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-

PRICE) (APR 2012) Alternate I (SEPT 1996) 52.249-10 DEFAULT (FIXED-PRICE CONSTRUCTION) (APR 1984) 52.249-14 EXCUSABLE DELAYS (APR 1984) The following Department of State Acquisition Regulation (DOSAR) clause(s) is/are set forth in full text: 652.204-70 DEPARTMENT OF STATE PERSONAL IDENTIFICATION CARD

ISSUANCE PROCEDURES (MAY 2011) (a) The Contractor shall comply with the Department of State (DOS) Personal Identification Card Issuance Procedures for all employees performing under this contract who require frequent and continuing access to DOS facilities, or information systems. The Contractor shall insert this clause in all subcontracts when the subcontractor’s employees will require frequent and continuing access to DOS facilities, or information systems. (b) The DOS Personal Identification Card Issuance Procedures may be accessed at http://www.state.gov/m/ds/rls/rpt/c21664.htm .

(End of clause)

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

(End of clause)

Page 22: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

20

Unclassified

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

(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.

(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;

Page 23: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

21

Unclassified

(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 24: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

22

Unclassified

(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 25: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

23

Unclassified

I. LIST OF ATTACHMENTS ATTACHMENT

NUMBER DESCRIPTION OF ATTACHMENT NUMBER OF

PAGES Attachment 1 Standard Form 25, "Performance and Guaranty

Bond” – RESERVED 1

Attachment 2 Standard Form 25A, "Payment Bond"- RESERVED 1 Attachment 3 Sample Bank Letter of Guaranty 1 Attachment 4 Description/Specifications/Work Statement 11 Attachment 5 Standard Residential Generator Installation Details 15 Attachment 6 Breakdown of Price by Divisions of Specifications 1 Attachment 7 Payment Registration Form Pesos 1 Attachment 8 Safety Management Plan and POSHO 17

Page 26: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

24

Unclassified

J. QUOTATION INFORMATION

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.

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 1142 including a completed Attachment 2,

"BREAKDOWN OF PROPOSAL PRICE BY DIVISIONS OF SPECIFICATIONS

1

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

1

Page 27: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

25

Unclassified

Submit the complete quotation to the address indicated. Use the address set forth below:

[email protected]

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, 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.

Page 28: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

26

Unclassified

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 August 23, 2019 at 10:00am (c) Participants will meet at The Consul General's Residence (CGR) is located at Calle 33 # 378-A x 6 Fraccionamiento Montebello, Merida, Mexico 97113.

D. MAGNITUDE OF CONSTRUCTION PROJECT

It is anticipated that the range in price of this contract will be: Less than $25,000.00 USD

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.

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 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING

(JUL 2016)

Page 29: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

27

Unclassified

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

52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION

(JAN 2004)

Page 30: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

28

Unclassified

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 31: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

29

Unclassified

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;

Page 32: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

30

Unclassified

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

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

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

Name _____________________________ TIN ______________________________

(End of provision)

52.204-8 Annual Representations and Certifications (OCT 2018)

(a) (1) The North American Industry classification System (NAICS) code for this acquisition is 238290.

(2) The small business size standard is not applicable.

(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, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management (SAM), 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—

Page 33: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

31

Unclassified

(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.

(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.

Page 34: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

32

Unclassified

(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.

(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 solicitations that include the clause at 52.204-7.

Page 35: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

33

Unclassified

(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 Certification. 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.]

X (i) 52.204-17, Ownership or Control of Offeror.

___ (ii) 52.204-20, Predecessor of Offeror.

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

Page 36: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

34

Unclassified

___ (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 in SAM accessed through https://www.sam.gov. After reviewing the SAM 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)

Page 37: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

35

Unclassified

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

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

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

Page 38: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

36

Unclassified

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. “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).

Page 39: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

37

Unclassified

(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 40: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

38

Unclassified

ATTACHMENT 1

STANDARD FORM 25 - PERFORMANCE BOND RESERVED.

Page 41: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

PRINCIPAL

SIGNATURE(S)

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

1.

1. 2.

2.

3.

3.

(Seal) (Seal) (Seal)Corporate

Seal

INDIVIDUAL SURETY(IES)

SIGNATURE(S)

NAME(S) (Typed)

1.

1.

2.

2.(Seal) (Seal)

CORPORATE SURETY(IES)

SUR

ETY

A

NAME & ADDRESS

STATE OF INCORPORATION LIABILITY LIMIT ($)

SIGNATURE(S)

1.

1.

2.

2. Corporate Seal

STANDARD FORM 25 (REV. 8/2016) Prescribed by GSA-FAR (48 CFR) 53.228(b)

AUTHORIZED FOR LOCAL REPRODUCTION Previous edition is NOT usable

PERFORMANCE BOND (See instructions on reverse)

DATE BOND EXECUTED (Must be same or later than date of contract) OMB Control Number: 9000-0045

Expiration Date: 8/31/2019

Paperwork Reduction Act Statement - This information collection meets the requirements of 44 USC § 3507, as amended by section 2 of the Paperwork Reduction Act of 1995. You do not need to answer these questions unless we display a valid Office of Management and Budget (OMB) control number. The OMB control number for this collection is 9000-0045. We estimate that it will take 1 hour to read the instructions, gather the facts, and answer the questions. Send only comments relating to our time estimate, including suggestions for reducing this burden, or any other aspects of this collection of information to: General Services Administration, Regulatory Secretariat Division (M1V1CB), 1800 F Street, NW, Washington, DC 20405.

PRINCIPAL (Legal name and business address) TYPE OF ORGANIZATION ("X" one)

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

CONTRACT DATE CONTRACT NUMBER

STATE OF INCORPORATION

JOINT VENTURE

OTHER (Specify)

PARTNERSHIPINDIVIDUAL

CORPORATION

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. CONDITIONS: The Principal has entered into the contract identified above. THEREFORE: The above obligation is void if the Principal- (a)(1) Performs and fulfills all the understanding, covenants, terms, conditions, and agreements of the contract during the original term of the contract and any extensions thereof that are granted by the Government, with or without notice of the Surety(ies) and during the life of any guaranty required under the contract, and (2) Performs and fulfills all the undertakings, covenants, terms, conditions, and agreements of any and all duly authorized modifications of the contract that hereafter are made. Notice of those modifications to the Surety(ies) are waived. (b) Pays to the Government the full amount of the taxes imposed by the Government, if the said contract is subject to 41 USC Chapter 31, Subchapter III, Bonds, which are collected, deducted, or withheld from wages paid by the Principal in carrying out the construction contract with respect to which this bond is furnished. WITNESS: The Principal and Surety(ies) executed this performance bond and affixed their seals on the above date.

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

Page 42: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

SUR

ETY

B

NAME & ADDRESS

STATE OF INCORPORATION LIABILITY LIMIT ($)

SIGNATURE(S)

1.

1.

2.

2. Corporate Seal

Corporate Seal

LIABILITY LIMIT ($)STATE OF INCORPORATION

2.

2.

1.

1.

SIGNATURE(S)

NAME & ADDRESS

SUR

ETY

C

Corporate Seal

LIABILITY LIMIT ($)

2.

2.

STATE OF INCORPORATION

1.

1.SIGNATURE(S)

NAME & ADDRESS

SUR

ETY

D

Corporate Seal

LIABILITY LIMIT ($)

2.

2.

STATE OF INCORPORATION

1.

1.SIGNATURE(S)

NAME & ADDRESS

SUR

ETY

E

Corporate Seal

LIABILITY LIMIT ($)

2.

2.

STATE OF INCORPORATION

1.

1.SIGNATURE(S)

NAME & ADDRESS

SUR

ETY

F

Corporate Seal

LIABILITY LIMIT ($)

2.

2.

STATE OF INCORPORATION

1.

1.SIGNATURE(S)

NAME & ADDRESS

SUR

ETY

G

BOND PREMIUM

RATE PER THOUSAND ($) TOTAL ($)

INSTRUCTIONS

1. This form is authorized for use in connection with Government contracts. 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 limitations listed therein. The value put into the LIABILITY LIMIT block is the penal sum (i.e., the face value) of bonds, unless a co-surety arrangement is proposed. (b) When multiple corporate sureties are 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 identifier corresponding to each of the sureties. Moreover, when co-surety arrangements exist, the parties may allocate their respective limitations of liability under the bonds, provided that the sum total of their liability equals 100% of the bond penal sum. (c) When 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 its financial capability. 4. Corporations executing the bond shall affix their corporate seals. Individuals shall execute the bond opposite the words "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.

STANDARD FORM 25 (REV. 8/2016) BACK

CORPORATE SURETY(IES) (Continued)

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

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

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

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

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

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

Page 43: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

39

Unclassified

ATTACHMENT 2

STANDARD FORM 25-A - PAYMENT BOND

RESERVED.

Page 44: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

Corporate Seal

LIABILITY LIMITNAME & ADDRESS

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

SUR

ETY

A

PAYMENT BOND (See instructions on reverse)

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

PRINCIPAL (Legal name and business address) TYPE OF ORGANIZATION ("X" one)

STATE OF INCORPORATION

MILLION(S)

CONTRACT DATE CONTRACT NUMBER

THOUSAND(S) HUNDRED(S) CENTS

PENAL SUM OF BONDSURETY(IES) (Name(s) and business address(es))

OBLIGATION:

CONDITIONS:

WITNESS:

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 is indicated, the limit of liability is the full amount of the penal sum.

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.

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

PRINCIPAL

INDIVIDUAL SURETY(IES)

CORPORATE SURETY(IES)

Paperwork Reduction Act Statement - This information collection meets the requirements of 44 USC § 3507, as amended by section 2 of the Paperwork Reduction Act of 1995. You do not need to answer these questions unless we display a valid Office of Management and Budget (OMB) control number. The OMB control number for this collection is 9000-0045. We estimate that it will take 1 hour to read the instructions, gather the facts, and answer the questions. Send only comments relating to our time estimate, including suggestions for reducing this burden, or any other aspects of this collection of information to: General Services Administration, Regulatory Secretariat Division (M1V1CB), 1800 F Street, NW, Washington, DC 20405.

OMB Control Number: 9000-0045 Expiration Date: 8/31/2019

SIGNATURE(S)

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

SIGNATURE(S)

NAME(S) (Typed)

SIGNATURE(S)

AUTHORIZED FOR LOCAL REPRODUCTION Previous edition is NOT usable

1.

(Seal)

(Seal)

2.

(Seal)

(Seal)

3.

2.

2.

2.

2.

$

2.

3.

(Seal)

1.

1.

1.

1.

1.

STATE OF INCORPORATION

Corporate Seal

STANDARD FORM 25A (REV. 8/2016) Prescribed by GSA-FAR (48 CFR) 53.2228(c)

JOINT VENTURE

OTHER (Specify)

PARTNERSHIPINDIVIDUAL

CORPORATION

Page 45: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

Corporate Seal

Corporate Seal

Corporate Seal

Corporate Seal

Corporate Seal

Corporate Seal

LIABILITY LIMIT

STANDARD FORM 25A (REV. 8/2016) BACK

CORPORATE SURETY(IES) (Continued)

SUR

ETY

B

SUR

ETY

C

SUR

ETY

D

SUR

ETY

E SU

RET

Y F

SUR

ETY

G

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

NAME & ADDRESS

SIGNATURE(S)

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

NAME & ADDRESS

SIGNATURE(S)

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

NAME & ADDRESS

SIGNATURE(S)

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

NAME & ADDRESS

SIGNATURE(S)

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

NAME & ADDRESS

SIGNATURE(S)

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

SIGNATURE(S)

NAME & ADDRESS

2.

1.

1.

1.

1.

1.

1.

1.

1.

1.

1.

1.

1.

STATE OF INCORPORATION LIABILITY LIMIT$

2.

2.

LIABILITY LIMIT

2.

LIABILITY LIMIT

2.

2.

STATE OF INCORPORATION$LIABILITY LIMIT

$

STATE OF INCORPORATION

2.

2.

2.

STATE OF INCORPORATION

$

LIABILITY LIMIT

$STATE OF INCORPORATION

2.

2.

2.$

STATE OF INCORPORATION

INSTRUCTIONS

1. This form, for the protection of persons supplying labor and material, is used when a payment bond is required under 40 USC Chapter 31, Subchapter III, Bonds. 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 limitations listed therein. The value put into the LIABILITY LIMIT block is the penal sum (i.e., the face value) of the bond, unless a co-surety arrangement is proposed. (b) When multiple corporate sureties are 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 identifier corresponding to each of the sureties. Moreover, when co-surety arrangements exist, the parties may allocate their respective limitations of liability under the bonds, provided that the sum total of their liability equals 100% of the bond penal sum. (c) When 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 its financial capability. 4. Corporations executing the bond shall affix their corporate seals. Individuals shall execute the bond opposite the words "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 46: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

40

Unclassified

ATTACHMENT 3

SAMPLE LETTER OF BANK GUARANTY

RESERVED.

Page 47: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

 

 

Unclassified 

[DATE]

Contracting Officer U.S. Embassy, [POST NAME] [MAILING ADDRESS]

Letter of Guaranty No. [NUMBER]

SUBJECT: Performance and Guaranty

The Undersigned, acting as the duly authorized representative of the bank, declares that the bank hereby guarantees to make payment to the Contracting Officer by check made payable to the Treasurer of the United States, immediately upon notice, after receipt of a simple written request from the Contracting Officer, immediately and entirely without any need for the Contracting Officer to protest or take any legal action or obtain the prior consent of the Contractor to show any other proof, action, or decision by another authority, up to the sum of [AMOUNT EQUAL TO 20% 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].

This sum represents the deposit required of the contractor to guarantee fulfillment of his obligations for the satisfactory, complete, and timely performance of the said contract [CONTRACT NUMBER] for [DESCRIPTION OF WORK] at [LOCATION OF WORK] in strict compliance with the terms, conditions and specifications of said contract, entered into between the Government and [NAME OF CONTRACTOR] of [ADDRESS OF CONTRACTOR] on [CONTRACT DATE], plus legal charges of 10% per annum on the amount called due, calculated on the sixth day following receipt of the Contracting Officer’s written request until the date of payment.

The undersigned agrees and consents that said contract might 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 as identified in the contract.

The undersigned certifies that the guaranty is issued by a depository institution located in and authorized to do letters of guaranty in any state of the United States or the District of Columbia,

Page 48: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

 

 

Unclassified 

and authorized to issue such checks or letter of Guaranty by the banking laws of the United States or any state of the United States.

Depository Institution: [NAME]

Address:____________________ Location: ______________

Representative(s):_________________________

State of Inc.: ____________

___________ ___________

Corporate Seal:

___________ ___________

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

 

Page 49: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

41

Unclassified

ATTACHMENT 4

DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

Page 50: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

Unclassified

STATEMENT OF WORK

FOR

THE INSTALLATION OF A 50 KVA POWER GENERATOR WITH AUTOMATIC TRANSFER SWITCH AND A WEATHER-

PROTECTION ENCLOSURE AT THE U.S. CONSUL GENERAL RESIDENCE, MERIDA,

MEXICO

August 2019

Page 51: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

SOW – Installation of Generator at Consul General Residence

August 2019 2

U.S. DEPARTMENT OF STATE U.S. Consulate General Merida, Mexico

1. Description of Work. The United States Consulate General Merida requires the services for uninstalling, removing a current 2004 generator and transfer switch; and picking up, transporting, offloading and installing one new Caterpillar 50KVA prime generator C3.3, 220V, three-phase, with sound-attenuating enclosure, and with one 150Amp four-pole automatic transfer switch (ATS), for the Consul General's Residence, in Merida, Mexico. 2. Location. The Consul General's Residence (CGR) is located at Calle 33 # 378-A x 6 Fraccionamiento Montebello, Merida, Mexico 97113. The generator shall be located within the residence compound (inside the perimeter wall), to the East side of the vehicular gate, at a designated location, where an existing old generator is. 3. Purpose. The Contractor shall provide all materials, hardware, tools, devices, labor, supervision and equipment necessary to connect the generator and ATS to the CGR main electric panel. The purpose of the generator is quickly provide emergency power to the CGR in case of a power outage by the local utility company (CFE). The generator must automatically start and automatically transfer its power to the CGR electric circuit, in a safe and reliable manner, within 30 seconds or less, after loss of utility company power. As such, when power from local utility company (CFE) returns, the ATS must automatically and safely disconnect the generator power from the CGR circuits. 4. General Conditions. The Contractor shall comply with existing physical conditions at the CGR for the implementation, maintenance, and continuation-in-service of utilities at the CGR. The Contractor shall comply with all local laws including municipal, state and federal. The contractor must submit all requests, recommendations and technical specifications in writing to the Contracting Officer (CO) and the Contracting Officer's Representative (COR), prior to any work. The Contractor shall maintain facilities in clean, sanitary and safe conditions. The Contractor shall not allow conditions of use to become inefficient, overloaded, hazardous, or harmful to the U.S. Government’s interest. The Contractor shall execute work in a diligent manner in accordance with a schedule, which must submit to the CO 10 calendar days after receiving a Notice to Proceed. 4.1 Period of Performance. The period of performance to complete all work shall be sixty (60) calendar days, from a Notice to Proceed issued by the CO.

Page 52: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

SOW – Installation of Generator at Consul General Residence

August 2019 3

4.2 Field Measurement. The Contractor is responsible for making his/her own field investigations to verify dimensions, measurements, work type, technical requirements, space limitations, site conditions and other information (such as materials source, equipment source, testing, etc.) 4.3 Quality of Work The Contractor shall be responsible for the professional quality, technical accuracy, and the Coordination of all services furnished under this contract. The Contractor shall, without additional compensation, correct or revise any errors or deficiencies in its performance and other services. 4.4. Contractor Liability The Contractor shall be responsible for safety and shall comply with all US and local labor laws (IMSS), regulations, customs and practices pertaining to labor, safety and similar matters. The Contractor shall promptly report to the CO and COR all accidents resulting in lost time, disabling, or fatal injuries. The Contractor remains liable to the U.S. Consulate General Merida in accordance with applicable law for all damages to the Consulate General property caused by the Contractor's negligent performance of any of the services furnished under this contract. The rights and remedies for the Consulate General provided for under this contract are in addition to any other rights and remedies provided by law. The Contractor is responsible for all remaining existing equipment or other objects on site and after final work equipment shall be in the same condition as prior work. The Contractor will recover all surfaces and environment to preconstruction. 4.5. Health and Safety. The Contractor shall be solely responsible for risk assessments, managing health, and safety issues associated with this project. Five (5) calendar days before starting any work, the Contractor shall submit to the COR a Safety Management Plan that assess the hazards related to this job. Based on the Contractor's Safety Management Plan, the Contractor shall provide each employee with a set of personal protective equipment (PPE) that will protect the employee from hazards. At a minimum, PPE shall consist of eye protection, hard hats, leather gloves, utility gloves, fluorescent or reflective-striped vests, hard-hat, and closed-toe shoes. If a worker arrives on-site with sandals or any toe-exposed shoes, he/she will not be allowed access to the CGR. The Contractor shall provide proper working shoes to such worker, or he/she will be sent home. All workers, supervisors and management personnel must wear hard hats at all times in the sites. Other PPE such as gloves, dust masks, air respirators are also recommended. These items must be provided at the Contractor’s expense. Workers may use discretion if they feel unsafe in using the equipment in a hazardous environment. Any worker at an elevated location above 3.00 meters, with the exception of a portable ladder, must be provided and utilize a safety full-body harness (life-line). The US Consulate General Merida enforces electrical de-energized work. Any electrical work must be done with the use of Lock-Out and Tag-Out devices.

Page 53: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

SOW – Installation of Generator at Consul General Residence

August 2019 4

5. Tasks. 5.1 Site Preparation, Removal of Existing Equipment. 5.1.1 Existing Equipment.

• Cummins Onan 2005 30 KVA DGBB-3379054 Diesel Generator with acoustic casing and top cover.

• Onan Automatic Transfer Switch with a 150Amp Circuit Breaker, Three Phases. • Conduit and wire connecting the equipment listed above, with the CGR electrical service.

5.1.2. Site Preparation Tasks.

• Disconnect existing generator and existing automatic transfer switch. • Remove wiring, junction boxes, rigid conduit, flexible conduit, pipe straps, pipe

connectors, elbows. Sort and put all used materials in boxes, for return to Consulate General property.

• Remove generator battery; remove from CGR, dispose of it by local environmental laws. • Retrieve diesel fuel from generator fuel tank. Save in marked containers for fuel-use only.

Do not use beverages or unmarked containers to store fuel. Use spillage-contention means to prevent a potential fuel spill. Make sure this fuel is clean and if so, save for use in new generator. Store in a secure, restricted, away-from children area.

• Remove existing generator from current location within CGR using machinery: crane, tow truck, forklift. Use caution as there are utility company (CFE) electric cables on the street side. Move existing (old) generator to the designated location within CGR. This location shall be the driveway of the residence, to the South side of the "island", without blocking vehicles entering or exiting the garage. The old generator shall be set on six horizontal 4" x 4" x 60" wood stubs, to prevent damage to the concrete driveway.

• Remove existing automatic transfer switch (ATS) from current location within CGR. Move to a designated location within the CGR.

• Apply plaster to walls, patch drill holes, paint wall areas where conduit and ATS previously were. There must be a uniform visual appearance in all walls.

• Assess current setting pad and concrete beams on ground. Repair any damaged areas using the same materials of existing elements. Reinforce with supplemental steel bars, steel grid, concrete with a compression resistance of F'c=200 kg/cm2, cement, cement mortar. Allow a minimum of 48 hours, for any concrete or cement to dry out.

5.2 Logistics, Delivery of Generator. The US Consulate Merida will have the new 50KVA generator with sound-attenuating enclosure, ATS and supplementary equipment packed in crates and pallets available for pickup at a storage facility in Ciudad Industrial, Merida.

• The Contractor shall be responsible picking up at the storage facility, loading, transporting, off-loading, handling, maneuvers, unpacking, and setting of the generator and ATS equipment at the CGR residence assigned location.

• The Contractor must use machinery such as forklift, crane, tow truck or any other specialized cargo handling equipment necessary in order to accomplish delivery within one business day or less. The Contractor shall be responsible for coordinating and requesting any police permit necessary for maneuvers in the City of Merida.

Page 54: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

SOW – Installation of Generator at Consul General Residence

August 2019 5

5.3 Installation of Generator and Automatic Transfer Switch (ATS). The materials to use for the electrical connection are:

• Galvanized steel conduit, thin wall, 2" or larger. • Galvanized steel connectors 2" or larger. • Galvanized steel PVC-coated flexible conduit locally known as Licuatite, 2" or larger. • Treated, die-cast copper-free aluminum condulets, boxes or fittings, with lid (body cover

or "tapa"). There must be a condulet on every turn or change of direction of the conduit. • Galvanized pipe strap or securing hardware, locally known as "abrazaderas", 2" or larger,

every one meter, secured to walls with 2" concrete anchors and 2" galvanized screws. • The wire must be plastic-coated, AWG # 1/0 (One/Zero) at a minimum. The coating colors

must be black or white, differencing the phases and the neutral. • The ground must be AWG # 10 (Ten) at a minimum and it may be "naked" (uncoated) wire

or green color coat wire. • There must not be any taped splices or "empates con cinta aislante". All connections

between two or more wires must be done with the use of mechanical copper connectors known as "abrazaderas para conexión de cables" or "perros". The Contractor may apply tape on top of such mechanical connections but not instead.

• Each electric box or panel must have a lid. There must not be any exposed wires. There must not be any open slots in any breaker panel. Open or unused slots must be covered and secured with plastic, aluminum or steel plates.

• The Contractor shall install the ATS breaker switch and wires following the manufacturer's manual and using the tools indicated in the manual. The Contractor must use torque-precision tools to ensure the proper tightening of wires and breaker switches to the required torque.

• The Contractor shall follow the generator manufacturer's installing manual for calibrating, programming and testing.

• If the generator arrives to Merida without a battery, the Contractor shall obtain Consulate preapproval and a separate purchase order to provide and install a three-year guaranteed heavy-duty "gel" battery (Optima Tapa Roja or similar in quality).

5.4 Labeling, Programming and Testing. The Contractor shall identify and legibly label each device according to the function it does. The label may done with black marker or any visible, long-lasting, weatherproof ink. The Contractor shall follow each manufacturer's manual and guidelines for the programming of the ATS to accomplish a successful generator kick-in & kick-out procedure, as per #3. The Contractor shall follow the generator manufacturer's installing manual for calibrating, programming and testing. The Contractor shall perform a minimum of three tests by fully disconnecting the utility company power. Each test shall last 10 minutes. The Contractor shall document the results of the test, his/her observations about the test, and include it in a written report for the CO. See #5. 5.5 Weather Protection Enclosure.

Page 55: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

SOW – Installation of Generator at Consul General Residence

August 2019 6

The generator set requires protection from the weather elements. The Contractor shall build a masonry cube of made two walls and a roof, using the CGR perimeter wall as back, to protect the generator from the sun, humidity, rain. The enclosure shall be open on the North side. The enclosure structure must work and be planned as a whole element, for civil engineering purposes. The Contractor shall excavate the ground until reach solid rock bed. Build a foundation structure on the ground, capable to support the weight of walls, roof and any incidental force. Build at least two cinder block walls, capable to withstand the force of hurricane winds and the roof weight. The walls shall have a finishing layer locally known as "block veteado", which stands for uniform cement-sand mortar applied between each piece of block. There must not be any joints without mortar. The walls shall leave a space of 1.50 meters between their interior surface and the generator, for ventilation, walking-around, inspection and maintenance space purposes. Build a solid, waterproof-roof on top of the walls, capable to withstand a distributed load of a 500kg/m. The roof shall have an overhang length of 50cm towards the open side (North side). The roof shall be made of pre-fabricated reinforced concrete beams and cinder blocks for ceiling locally known as "bovedillas". The roof slab shall have a uniform, cement-sand mortar finishing applied on its interior surface, and a cement-lime stone finishing applied on its exterior surface. There must be a space of 1.50 meters between the interior finished surface of the roof and the top of the generator acoustic casing (caseta acústica). The Contractor shall protect the generator equipment with a thick, large enough tarp in order to prevent damage, stains, paint or any other particles from reaching its surface, during any work. The roof shall have a 5% slope on its surface in order to drain rain water. The roof must have two rain water collectors connected to drainage pipes which must be made of PVC 2" diameter, secured to the walls, conduct water to the ground and end in a horizontal elbow. The Contractor shall paint all the enclosure surfaces. The Contractor must clean and brush every surface to remove dust or dirt, apply one coat of paint sealant, apply at least two coats of 5-year guaranteed acrylic-vinyl paint. The color of the paint shall match or be reasonable similar to the existing exterior colors of the CGR. 5.6 Written Report and As-Built Drawings. At the end of the work, the Contractor shall provide a written report to the CO describing each step of the work and the results of the test. The report shall include "Before", "During" and "After" digital photos of each part of the process. All photos must be clear and representative of the work done. The Contractor shall provide as-built construction electronic drawings, top view, side views, lateral view, (PDF and DWG format each) detailing: single line diagram, wiring path, measurements, name and location of equipment, devices, type of device, special specifications. The Contractor shall provide as-built construction electronic drawings, top view, side views, lateral view, (PDF and DWG format each) detailing the enclosure measurements, wall width, location in relation to the rest of the GGR, other technical specifications.

Page 56: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

SOW – Installation of Generator at Consul General Residence

August 2019 7

The Contractor shall return all installation manuals, warranty documents, manufacturer's documents, and spare parts to the U.S. Consulate General. The Contractor shall remove any leftover materials from the CGR. The Contractor shall provide and place a printed, laminated copy of the generator-ATS-house service wiring as-built drawing near the ATS, for the use and consultation of Consulate Merida. 5.7 Cleaning. The Contractor shall maintain the site clean every day. There must not be any lose debris, garbage, dirt, plastic, packaging materials. All walking paths within the CGR shall be clear of obstacles, dirt or garbage. At the end of work, the Contractor shall remove all debris and trash from the CGR compound. 6. Access to the Residence, Security Office Requirements. The Contractor shall schedule and coordinate all work, installation of the booth and testing of the booth systems with the COR. The contractor shall provide security information about his/her personnel to the COR, in order to obtain access and schedule escorting by Consulate staff. Such information shall be provided at least four (4) days prior to any visit or work, and must include:

• Company name • Full names of workers including ID number of each worker and subcontractors. If a

worker does not have a valid official ID from Mexico, he/she cannot enter the Consular General Residence as this is a requirement from the US Consulate Regional Security Office (RSO). The Contracting Officer, the Contracting Officer's Representative or any other Consulate staff cannot allow access to the CGR without the approval of the RSO. No copies of IDs are accepted. Only IFE, INE, Passport.

• The contractor shall provide all vehicle and equipment information: license plates, model, manufacturer, number, operator's name, color.

• Dates of scheduled work. • Name of company for third party contractors (subcontractors). • List any laptop, digital camera, smart phones or other electronics needed, including

brand, model, color and purpose. 7. Contracting Officer, Contracting Officer's Representative. Any questions regarding this Statement of Work of the U.S. Consulate General Merida in Mexico must be addressed to: Contracting Officer (CO) Irene Ariño de la Rubia [email protected] 52-999-942-5733 From the US: 202-250-3711 Ext 5733 Contracting Officer's Representative (COR) Jaime J. Guillermo [email protected]

Page 57: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

SOW – Installation of Generator at Consul General Residence

August 2019 8

52-999-942-5732 52-999-331-9628 Cell Phone From the US: 202-250-3711 Ext 5732 Exhibit 1. Existing Generator Set.

Page 58: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

SOW – Installation of Generator at Consul General Residence

August 2019 9

Exhibit 2. Existing Automatic Transfer Switch. Distance to generator in straight line: 10 meters.

Page 59: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

SOW – Installation of Generator at Consul General Residence

August 2019 10

Exhibit 3. Sample of a Caterpillar 50KVA generator. Photo may not be the same as actual equipment. Approximate dimensions for a 50 KVA generator including sound-attenuating casing: 2.50m x 1.20m x 1.60m Approximate dry weight: 1,400.00 kg.

Page 60: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

SOW – Installation of Generator at Consul General Residence

August 2019 11

End of Statement of Work

Page 61: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

42

Unclassified

ATTACHMENT 5

STANDARD RESIDENTIAL GENERATOR INSTALLATION DETAILS

Page 62: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 63: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 64: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 65: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 66: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 67: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 68: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 69: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 70: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 71: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 72: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 73: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 74: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 75: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 76: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 77: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 78: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 79: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 80: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 81: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 82: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation
Page 83: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

43

Unclassified

ATTACHMENT 6 - UNITED STATES DEPARTMENT OF STATE

BREAKDOWN OF PRICE BY DIVISIONS OF SPECIFICATIONS

(1) Division/Description

(2) Labor

(3) Materials

(4) Over-head

(5) Profit

(6) Total

1. General Requirements/ Mobilization

2. Site Work 3. Concrete 4. Masonry 5. Metals 6. Wood and Plastic 7. Thermal and Moisture 8. Doors and Windows 9. Finishes 10. Specialties 11. Equipment 12. Furnishings 13. Special Construction 14. Conveying Systems 15. Mechanical 16. Electrical

TOTAL:

All in Pesos, Mexican Currency Allowance Items: ______________ VALUE ADDED TAX (IVA): ______________ TOTAL QUOTATION PRICE: ______________

Offeror Date

Page 84: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

44

Unclassified

- ATTACHMENT 7

PAYMENT REGISTRATION FORM Pesos, Mexican Currency

Company Information New Registration of Account Change of Account Name of Company Fiscal Name of the Company (Razon Social)

RFC (for Mexican Companies) Name - Point of Contact Telephone Number(s) E-mail Address Company Address

Bank information needed for EFT transfers (transferencias Electronicas) in Pesos, Mexican Currency. BANK INFORMATION Bank Name CLABE Interbancaria (18 digits) Currency of Account MXN

If it is a collection account, please include the reference number: Numeric Reference: __________________ Alphanumeric Reference: __________________ ____________________________ ____________________ Signature Date FMC approval _____________________________________

Page 85: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

45

Unclassified

ATTACHMENT 8

SAFETY MANAGEMENT PLAN

Page 86: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

1 of 17  

Safety Management Plan

ADD YOUR COMPANY NAME AND DATA

Project: INSTALLATION OF A GENERATOR AND AUTOMATIC TRANSFER SWITCH AT THE U.S. CONSUL GENERAL RESIDENCE, MERIDA.

Location: CONSULATE MERIDA CONSUL GENERAL RESIDENCE, MONTEBELLO, MERIDA, MEXICO

Date: MAY 2019

Page 87: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

2 of 17  

SAFETY MANAGEMENT PLAN PROJECT: ADD THE NAME OF YOUR PROJECT HERE

1. PURPOSE This safety Plan details the responsibilities related to Safety and Health for the INSTALLATION OF A 50KVA POWER GENERATOR AND AUTOMATIC TRANSFER SWITCH, WITH A WEATHER-PROTECTION ENCLOSURE project. The responsibilities and other issues declared in this document will be applied to all the stages of the project, extra or different requirements will be established directly by the Project Manager and/or the POSHO when needed. We, ADD YOUR COMPANY NAME, and all our subcontractors will follow this safety plan and guarantee full access to it in case needed. For clarity while reading and implementing this plan, we, ADD YOUR COMPANY NAME and all our subcontractors will be referred as Project Management. 2. GENERAL The following is required from Project Management:

2.1. Demonstrate understanding of his responsibilities under Post Managed Construction Project safety program by addressing hazards in preplanning processes and meetings.

2.2. Prior to starting a project, Project Management is required to review the work site and identify hazards that may occur while performing the job.

2.3. Prior to starting a project, Project Management shall contact Contracting Officer (CO), to ensure they have received pertinent information for the project including requirements for permits, floor plans, utility information, asbestos, lead based paint and other hazardous materials.

2.4. Per 15 FAM 935, Project Management will provide employees with a safe and healthful condition of employment.

2.5. Project Management is expected to provide a “competent person” to implement Site health and safety plan and to oversee its compliance. A competent person is an individual who, by way of training and/or experience, is knowledgeable of applicable standards, is capable of identifying workplace hazards relating to the specific operation, is designated by the employer, and has authority to take appropriate actions.

2.6. Project Management shall be responsible for the removal and/or disposal of hazardous waste generated from the project. Hazardous waste generated from the project must be removed and disposed of in accordance with the Department’s Hazardous Waste Management Policy as well as local rules and regulations.

2.7. Project Management shall ensure proper safety, health and environmental requirements of EM 385-1-1 applicable to their project are followed.

2.8. Project Management will ensure individuals working at the site are trained and are aware of potential hazards. Project Management will ensure that these individuals are provided with proper safety equipment to prevent accidental injury in accordance with the requirements of the contract.

2.9. Project Management will report accidents to the post POSHO or A-POSHO.

Page 88: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

3 of 17  

3. BARRICADING AND FENCING Project Management will maintain a safe and accessible path-of-travel for all pedestrians, including those with disabilities. Barricades act as warning devices, alerting others of the hazards created by construction activities, and should be used to control vehicular and pedestrian traffic safely through or around the work site. Project Management will:

3.1. Erect and maintain for the duration of the Contract proper barricades including fencing material, traffic cones, caution tape and temporary curb ramps complying with all access codes and regulations at all closed crosswalks and existing closed curb ramps.

3.2. Obtain all applicable permits required by the regulations. 3.3. Furnish, erect, and maintain all necessary signs, barricades, lighting, fencing, bridging, and

flaggers that conform to the requirements set forth by OSHA. 3.4. Ensure that no construction materials be stored and/or placed on the path-of travel. 3.5. Maintain the construction barriers in a sound, neat, and clean condition. 3.6. Not occupy public sidewalks except where pedestrian protection is provided. The

Contractor shall not obstruct free and convenient approach to any fire hydrant, alarm box, or utility box.

3.7. Remove barriers and enclosures upon completion of the work in accordance with applicable regulatory requirements and to the satisfaction of the owner.

3.8. Provide protection for pedestrians consistent with all local codes, including the Americans with Disabilities Act (ADA).

4. HAND AND POWER TOOL SAFETY Project Management will provide safe working conditions of tools and equipment. Project Management will:

4.1. Ensure the safety of tools and equipment used by its employees. 4.2. Inspect at regular intervals and maintain in good repair all tools in accordance with the

manufacturers' specification. 4.3. Ensure that all operating and moving parts operate and are clean. 4.4. Require that appropriate personal protective equipment be worn for hazards that may be

encountered while using portable power tools and hand tools. 4.5. Ensure that tools are used for their intended purposes. 4.6. Ensure that all employees receive instruction on regulations and the safe use of each power

tool. 4.7. Provide owners’ manuals including manufacturer’s specifications and suggested work

practices and make available upon request to all employees required to use the equipment.

5. PERSONAL PROTECTIVE EQUIPMENT Project Management will provide personal protective equipment standard while performing work at the Post. Project Management will comply with the following provisions:

5.1. Protective equipment for eyes, face, head, and extremities, protective clothing, respiratory devices, and protective shields and barriers, shall be used wherever it is necessary by reason of hazards of processes or environment, chemical hazards, radiological hazards, or mechanical irritants encountered in a manner capable of causing injury or impairment in the function of any part of the body through absorption, inhalation or physical contact.

Page 89: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

4 of 17  

5.2. Each affected employee shall use appropriate eye or face protection when exposed to eye or face hazards from flying particles, molten metal, liquid chemicals, acids or caustic liquids, chemical gases or vapors, or potentially injurious light radiation.

5.3. Each affected employee shall use appropriate respiratory protection when potentially exposed to air contaminated with harmful dusts, fogs, fumes, mists, gases, smokes, sprays, or vapors and when such hazards cannot be reduced or eliminated by effective engineering controls.

5.4. Each affected employee shall wear protective helmets when working in areas where there is a potential for injury to the head from falling objects. Protective helmets shall also be worn to reduce electrical shock hazards when near expose electrical conductors which could contact the head.

5.5. Each affected employee shall wear protective footwear when working in areas where there is a danger of foot injuries due to falling and rolling objects, or objects piercing the sole, and where such employee’s feet are exposed to electrical hazards.

5.6. Each affected employee shall wear protective ear-wear whenever noise exposures equal or exceed an 8-hour time-weighted average sound level (TWA) of 80 decibels and when engineering controls cannot reduce or eliminate the hazard.

5.7. Each affected employee shall wear protective gloves when working in areas where hands are exposed to hazards such as those from skin absorption of harmful substances; severe cuts or lacerations; severe abrasions; punctures; chemical burns; thermal burns; and harmful temperature extremes.

5.8. Project Management shall provide training and upon completion, each employee shall be tested, and certified in writing by the trainer. If at any time the trained employee changes work activities requiring different PPE, or exhibits lack of understanding of the required PPE, the employee shall be retrained and re-certified.

The hazards analysis is provided at the end of this document to specify the Protective Equipment required for the tasks to be performed. 6. NOISE Project Management will take care of construction generated noise pollution. Post may impose additional time limitations on particular projects expected to make noise. Project Management will:

6.1. Identify noisy equipment and noisy operations and plan their work to provide maximal noise protection to employees and the community.

6.2. Schedule noisy operations during off hours if possible. Noisy construction or demolition can be performed on weekdays only after full authorization from the FAC office, and the generated noise cannot exceed 80 dB except for pile driving.

6.3. Erect barriers to isolate occupied space from noisy operations when required. 6.4. Implement a hearing conservation program when employees are exposed to 80 dB or more

in an 8 hour day. These programs include annual audiometric testing and require hearing protection devices, such as earplugs.

6.5. Implement engineering or administrative noise controls when exposure exceeds 85 db. Engineering controls include redesigning the space to reduce machinery noise, replacing machinery with quieter equipment, enclosing the noise source or enclosing the noise

Page 90: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

5 of 17  

receiver. Administrative controls include mandating the length of time an employee can be exposed to a particular noise source.

7. FALL PROTECTION Project Management has the responsibility to provide safe conditions when performing work at elevated surfaces (unguarded locations above six feet) at posts. Such locations may include but is not limited to the following:

• Portable and fixed ladders • Aerial lifts • Scaffolds • Roofs • Elevated work locations and platforms

Project Management will: 7.1. Reduce the hazards associated with falls. 7.2. Control fall hazards first through engineering controls. 7.3. Institute personal fall arrest systems, administrative controls and training when engineering

controls are not feasible. 7.4. Have a formal fall protection program in accordance with OSHA requirements or

equivalent as determined by the POSHO. 7.5. Have the necessary fall protection equipment to safely perform the job. 7.6. Have workers properly trained in the use of fall protection equipment. 7.7. Have supervisors (or competent personnel) who ensure the use of fall protection equipment

as required.

8. SCAFFOLDING Project Management has responsibility to provide safe conditions when using, erecting and breaking down scaffolding. Project Management will:

8.1. Understand and comply with the Post’s Contractor Safety Program and propose scaffolding structure that is equivalent to those required by OSHA or accepted by POSHO.

8.2. Ensure all employees have received training in the use of scaffoldings. 8.3. Contact the POSHO with questions regarding safety and required precautions.

Project Management will also ensure that the scaffoldings are:

8.4. Erected and dismantled by competent workers, under the supervision of knowledgeable and experienced supervisors.

8.5. Erected on sound and rigid footing, capable of carrying the maximum intended load without settling or displacement.

8.6. Securely fastened with all braces, pins, screw jacks, base plates and other fittings installed as required by the manufacturer.

8.7. Limited to authorized personnel only, especially after working hours. 8.8. Equipped with standard guardrails and toe boards on all open sides and ends of platforms

four (4) to ten (10) feet in height. 8.9. Provided with a screen with maximum ½ inch openings between the toe board and the

guardrail, where persons are required to work or pass under the scaffold. 8.10. Replaced or repaired immediately if scaffolding and accessories have any defective parts.

Page 91: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

6 of 17  

8.11. Provided with an access ladder or equivalent safe access. Project Management will ensure that the planking be:

8.12. Scaffold grade or equivalent. 8.13. Overlapped a minimum of 12 inches or secured from movement. 8.14. Extended over their end supports for less than 6 and never more than 12 inches.

9. DEBRIS AND HAZARDOUS WASTE MANAGEMENT Project Management will take care under OBO’s Hazardous Waste Management Program when handling, storing, transporting, and disposing of hazardous wastes generated at the Post. Debris handling, storing, transporting, and disposing will also comply with Post and local Safety and Health requirements. Project Management will:

9.1. Identify any potential hazardous wastes associated with the planned work activity prior to commencing work.

9.2. Implement their own hazardous waste and employee training programs for the specific materials identified.

9.3. Ensure no wastes are abandoned in place. 9.4. Notify the POSHO and/or A-POSHO prior to the transportation, handling, storage and

disposal of all solid and hazardous wastes potentially generated as part of the proposed work activities.

9.5. Comply with all local and OBO/OM/FAC Hazmat and Environmental Services policies and procedures.

9.6. Forward copies of all transportation, handling, storage, and disposal records including but not limited to Hazardous Waste Manifests, DOT Permits, and Disposal or Recycling certificates to the POSHO and/or A-POSHO.

10. HAZARD COMMUNICATIONS Project Management will be responsible under OBO’s hazard communication policy regarding potentially hazardous materials present on construction sites and in posts buildings. Project Management will:

10.1. Maintain an effective hazard communication program. 10.2. Ensure that POSHOs disclose known site-specific hazards such as the presence of

chemical, radiological or biological materials to post managed construction contractors. 10.3. Maintain and have accessible copies of Safety Data Sheets (SDSs or equivalents) for

chemicals brought onto post’s property. 10.4. Forward SDSs of hazardous materials (that produce strong odors) to the POSHO for

review. 10.5. Use and store all hazardous or flammable chemicals, liquids, or gases brought onto the

project site in approved containers conforming to post’s and applicable local regulations. 10.6. Secure permits, if applicable, for the temporary storage of hazardous materials on the

project site.

Page 92: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

7 of 17  

10.7. Ensure that spills of hazardous materials are contained and cleaned-up immediately and that all necessary means and materials are maintained at the work site to accomplish this task.

10.8. Notify the POSHO and/or A-POSHO immediately of a hazardous material spill. 10.9. Report to POSHO and/or A-POSHO immediately the discovery of any hazardous materials

which has not been rendered harmless.

11. ELECTRICAL SAFETY Project Management will be responsible to take care of any incident when performing work that may impact electrical systems on posts’ properties. Such activities include, but are not limited to:

• Installation of electrical systems, components, machinery, and equipment. • Alterations of electrical systems, components, machinery, and equipment. • Maintenance of existing systems and equipment. • Demolition of existing systems. • Temporary planned outages. • Tests and diagnostics.

Project Management will: 11.1. Identify any potential sources of electrical energy likely to cause death, injury, or serious

physical harm. 11.2. Notify the POSHO and the Project Manager of impact activities prior to the start of work. 11.3. Coordinate planned outages with POSHO and the Project Manager. 11.4. Ensure all employees performing impact activities have received sufficient training in

compliance with post’s, OBO’s and local regulations. 11.5. Ensure all employees are provided adequate personal protective equipment as required by

the regulations. 11.6. Ensure all work is performed in accordance with the guidelines of federal and local

regulations. 11.7. Follow Lock-Out/Tag-Out procedures for the Control of Hazardous Energy as specified in

the OSHA 29 CFR 1910.147 Standard, and in the Post’s Lock-Out/Tag-Out program.

12. LOCKOUT / TAGOUT Project Management has responsibility when performing lockout/tagout activities at posts to ensure all persons potentially affected by de-energizing or reenergizing of building systems are properly protected and notified. Project Management will de responsible of:

12.1. Having a lockout/tag out program prior to performing work. 12.2. Having trained employees prior to performing work. 12.3. Understanding and complying with the Post’s lockout program. 12.4. Informing the contracting officer and POSHO if their program deviates from the Post’s

program. 12.5. Coordinating with the POSHO prior to performing lockout/tag out activities. 12.6. Providing their own lockout/tag out equipment that meet OSHA standards. 12.7. Performing lockout/tag out activities in accordance with OSHA standards. 12.8. Following special procedures for jobs requiring multiple lockout devices and those

involving shift or personnel changes.

Page 93: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

8 of 17  

13. HOT WORK PERMIT The hot work permit is designed to reduce the potential of an uncontrolled ignition of materials in a hot work area. Project Management will be responsible for the following:

13.1. Understanding and complying with the Post’s hot work permit program. 13.2. Having trained employees and approved fire prevention equipment on site prior to

performing work. 13.3. Obtaining a hot work permit from the POSHO or A-POSHO prior to the hot work activity

within occupied existing facilities, 40 feet of a building or potential hazard such as a fuel storage tank, and confined spaces regardless of location.

13.4. Coordinating with the POSHO or A-POSHO the temporary shutdown of localized fire systems to prevent possible fire alarm activation and disruption of normal business operations.

13.5. Posting the hot work permit at the job site in an accessible and conspicuous location. 13.6. Submitting the hot work permit to the POSHO or A-POSHO at the completion of the

activity. 13.7. Conducting their hot work activities in a sound fire safe manner and following the

precautions outlined on the hot work permit. 13.8. Assuring that a firewatcher remains on the job for 60 minutes after the completion of the

hot work. 13.9. Establishing works area barriers according to the job to be performed to protect also

pedestrians, these barriers shall comply with OSHA standards and post’s hot work program.

14. CONFINED SPACE ENTRY Project Management will be responsible to comply with their responsibilities during confined space entry activities at posts. Types of confined space entries may include but are not limited to: telecommunication manholes, HVAC systems, sewer manholes, sewage ejection chambers, steam manholes, crawlspaces, boilers, tanks, and water-meter manholes. Confined space is defined as any space that: (1) Is large enough and so configured that an employee can bodily enter and perform assigned work. (2) Has limited or restricted means for entry or exit (for example, tanks, vessels, silos, storage bins,

hoppers, vaults, and pits are spaces that may have limited means of entry). (3) Is not designed for continuous employee occupancy. Project Management will be responsible for the following:

14.1. Identify permit-required confined spaces. 14.2. Evaluate each confined space for the following:

• Presence of explosive gases equal to or greater than 10% of lower explosive limit (LEL). • Oxygen Deficiency and Oxygen Enriched Atmospheres • Concentrations of Carbon Monoxide and Hydrogen Sulfide. • Electric shocks, burns, walking/working surfaces, heat stress, noise hazards, and/or any other recognized hazard.

14.3. Control potential hazards with the following measures: • Mechanical – Use proper lockout/tag out procedures when needed to prevent hazards within the confined space • Ventilation – If exposed to harmful vapors or an oxygen deficient atmosphere exists; a ventilation fan shall be used for the duration of the job.

Page 94: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

9 of 17  

• Slips and fall – Use caution if shoes and /or ladders are wet or oily. Inspect shoes prior to entry. • Burns and Heat Stress – The use of a ventilation fan will provide cooler temperatures. Use caution around hot equipment and avoid overexertion within the space. Take frequent breaks if needed.

14.4. Prevent an explosion, not using equipment that may cause flame or sparks in an oxygen-enriched atmosphere.

14.5. Use personal protective equipment (goggles, gloves, dust mask, respirator) when a potential hazard exists

14.6. Coordinate entry operations when employees are working in or near the area 14.7. Inform the POSHO of entry procedures that will be followed and of any hazards identified or

created 14.8. Provide documentation of their company’s entry procedures to Contracting Officer or POSHO

before work begins 14.9. Provide rescue operation procedures.

15. TRENCHING AND EXCAVATIONS Project Management will be responsible for the following:

15.1. Before any excavation work begins, underground utilities shall be identified and the location marked of underground pipes, electrical conductors, gas lines or other structures.

15.2. Evaluation is required of the trenching site by a "competent person" who knows and is trained to identify soil types, proper protective systems and hazardous conditions.

15.3. Contact local authorities for procedures and notification requirements 15.4. Conduct a daily inspection of the excavation and the adjacent areas prior to work and as needed

during the workday. If there are any unsafe conditions, work shall stop in the excavation and personnel removed until the problems are corrected.

15.5. Monitor and recognize hazardous atmospheres and conditions such as vibration, external loads, weather conditions, ground water conditions and confined spaces.

15.6. Check all protective material or equipment for any damage 15.7. When excavations are deeper than 4 feet, ladders or steps shall be located so that a worker does not

need to travel more than 25 feet in the excavation before being able to exit. See OSHA’s confined space standard 29 CFR-1910.148 for testing before employees enter excavations greater than 4 feet in depth.

15.8. Each employee in an excavation shall be protected from cave-ins by an adequate protective system designed in accordance with OSHA Standard 1926, Subpart P.

15.9. Examination of the ground by a competent person for excavations less than five (5) feet in depth must present no indication of a potential cave-in hazard. If a cave-in hazard exists, protective systems are required.

15.10. When excavations are deeper than five (5) feet, the sides shall be provided with a protective system (shored, braced or sloped sufficiently) to protect against hazardous ground movement.

15.11. When heavy equipment will be operated nearby, the shoring or bracing shall be able to withstand this extra load regardless of the depth of the excavation. For any excavation that a person will enter, all dirt, debris and excavation material shall be effectively stored or retained at least two (2) feet from the edge of the excavation.

15.12. Adequate protection from hazards associated with water accumulation should be in place before working in excavations.

15.13. Signs and Barricades shall be displayed at all excavation/trenching sites.

Page 95: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

10 of 17  

15.14. All excavations into which a person could fall or trip shall be guarded. While work is being performed in or near the opening, the guards surrounding the area shall be maintained.

15.15. Barricades at least 3 to 5 feet high shall be spaced no further than ten (10) feet apart and yellow and black "Caution, Do Not Enter" construction tape shall be stretched securely between the barricades.

15.16. A registered professional engineer (or foreign equivalent) shall design excavations more than twenty feet deep.

15.17. Excavations should be covered and not left open overnight, whenever possible.

16. ADDITIONAL NOTES The POSHO or A-POSHO at post will report any deficiency found on the Safety inspections to project, in case the deficiency is major, the works can be stopped until the condition is fixed. During the jobs and if different work conditions appear, POSHO or A-POSHO can indicate further safety requirements to Project Management.

Page 96: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

11 of 17  

PROJECT HAZARD ASSESSMENT PROJECT: INSTALLATION OF A 50KVA POWER GENERATOR AND AUTOMATIC

TRANSFER SWITCH, WITH A WEATHER-PROTECTION ENCLOSURE The hazard analysis and PPE related to the indicated project detailed in this document will be applied to the full length of the project, extra or different requirements will be established directly by the COR and/or the POSHO when needed, concerns about it shall be asked to them.

Date: April-August 2019 Location: U.S. Consul General Residence Compound

Assessment Conducted By: POSHO/A Jaime Guillermo Specific Tasks Performed at this Location: The contractor shall follow the tasks specified in the Scope of Work. The contractor shall follow OBO Standard Residential Generator Installation Details (21-pages PDF file) Summary: De-energize current 150Amp three-phase Automatic Transfer Switch (ATS), de-energize emergency circuit panels, disconnect Cummins Onan 30 KVA generator, Remove cabling, remove conduit, remove conduit-support hardware, remove and ecologically dispose of generator battery. Retrieve diesel from generator fuel tank, save in anti-spill fuel containers clearly marked, close fuel containers. Remove generator from current location by means of machinery: crane, forklift or both. Masonry - assess current generator base and construct necessary reinforced concrete pad. Electrical – Work only approved on de-energized circuits. Follow Lock-out/Tag-out procedures to keep electric circuit of the equipment being worked on, de-energized. Test all electrical instruments (volt-meter, multimeter) before using. Employees shall wear personal protective equipment while checking energized components. Delivery and offload of new generator (Caterpillar 50KVA) and new ATS by means of machinery: crane, forklift or both. Install 2" steel galvanized conduit (thin wall) secured to wall with anchored pipe-straps hardware, conduit connectors, hardware, junction boxes with lid. Run AWG 1/0 cable using black and white color coated cables for phases and neutral differentiation. Run AWG #10 naked or green cable for ground. There must not be any splices. Only use mechanical connectors. Connect cables, tight and secure cable ends in ATS and generator manufacturer designated inputs and outputs, test. Programming of equipment and testing. Build weather-protection enclosure for generator. Maintaining a 1.50m separation between inside wall finished layer and generator equipment.

Page 97: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

12 of 17  

1. Overhead Hazards Suspended heavy loads that could fall Overhead beams or loads that could be hit against Energized wires or equipment that could be hit against Employees work at elevated site who could drop objects on others below Sharp objects or corners at head level Flying or propelled objects Falling objects or materials

Hard Hat Required Yes ANSI Z89.1 approved Class G

If yes, determine the type and class: Class G (impact and penetration resistance, plus low-voltage electrical insulation) when performing electrical job.

2. Eye and Face Hazards Chemical splashes (R-22 refrigerant, compressor oil, grease) Dust Smoke and fumes Chemical gases or vapors Welding operations (Repair of refrigerant leaks) Projectiles Flying particles Smoke and fumes Chemical gases or vapors Welding operations (Repair of refrigerant leaks) Projectiles Flying particles

Eye and Face Protection Required Yes Types of Eye and Face Protection

Safety glasses or goggles Yes ANSI Z87.1 - Safety glasses or goggles must be used at all times.

Page 98: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

13 of 17  

3. Hand Hazards Skin exposure (painting materials) Sharp edges, splinters, etc. Harmful temperature extremes Exposed electrical wires Sharp tools, machine parts, etc. Material handling Severe cuts, lacerations or abrasions Punctures Chemical burns and/or thermal burns

Hand Protection Required Yes Determine the type and class:

Chemical Resistant Gloves Yes Nitrile

Temperature Resistant: Special welders gloves

Yes Welder gloves. Heath-treated leather. 100oC resistance to contact. Adapted for MIG, TIG, Arc, foundry and Argon welding

Abrasion Resistant No Other:

Voltage-Rated (VR) Gloves Electrician gloves.

Yes ASTM D120, Class 00 (Up to 500 Volt)

Leather Protectors or "Shells""

Yes The VR gloves and the leather protectors work as a system. The protectors prevent cuts and pinholes in the VR gloves. Any cut or pinhole will compromise the integrity of the glove and can result in an electric shock

4. Foot Hazards Heavy materials handled by employees Sharp edges or points (puncture risk) Construction/demolition Falling/rolling objects Piercing/cutting injuries Electrical hazards

Page 99: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

14 of 17  

Foot Protection Required Yes Types of Foot Protection:

Toe protection Yes

Heavy duty leather work safety shoes or boots ASTM F2413 or ANSI Z41 with Electric Hazard (EH) rating, composite cap shoes preferred

Metatarsal protection Yes

Electrical Insulation Yes Electric Hazard (EH) Rating

Puncture resistant Yes

5. Respiratory Hazards Chemical exposure Vapors exposure Extreme dust exposure Other agents exposure that may be inhaled

Personal Respiratory Protection Required Yes Determine the type Type I. Half mask respirator (no valve)

To use when dusting, applying compressed air or pressurized water

Yes

Type II Half mask respirator (with valve) To use in hot work jobs To use while performing demolition

and construction jobs generating low quantities of dust and when panting according to the type of paint

No

Type III Air purifying respirator with particle cartridges To use while performing demolition and construction jobs generating considerable quantities of dust and when panting according to the type of paint

No

Type V Air purifying respirator with organic vapors cartridges

No

Page 100: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

15 of 17  

Other (Explain) No - The half mask respirators use will depend on the quantity of dust or other materials

resulting on the demolition and construction works, the kind of paint to be used and the space ventilation.

6. Exterior Hazards (protection of the work area) Traffic of external personnel, office workers, visitors, children.

Delimitation of work area required? Yes The work area will have to be clearly delimited and of restricted access, yellow bands and barriers must be placed to avoid the entrance of not allowed personnel, caution signs must be placed in a visible area. When not working, the area shall remain perfectly closed. When performing hot work tasks, guards shall be used to confine the heat, sparks, and slag, welding screens according to OSHA requirements shall be placed.

7. Noise Hazards Machinery noise exposure Demolition/construction noise exposure

Hearing protection needed? Recommended Earplugs with at least 26 NRR No

Earmuffs with at least 23 NRR Yes. Insert –Type Hearing Protection

- Hearing protection will be selected according to the attenuation needed. 8. Electrical Hazards Use of electrical tools People exposure to electric sources

Electrical issues found? Yes If yes, determine the type Energized circuit when testing voltage, and test of a/c unit once maintenance is completed. Use PPE (personal protective equipment) Once device is de-energized, workers may remove their electrical safety PPE but not other PPE.

Page 101: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

16 of 17  

List of electric tools to be used and their inspection documentation needed?

Yes Insulated tools, not punctured, integrity of tool

not compromised

Extension cords

Yes No splices, no tape repairs, no exposed conductors, no

wires visible. All boxes with covers

- Project Management will make a previous inspection of all the electronic items he is planning to use, in case he doesn’t know the basic safety requirements needed, he will contact A-POSHO for the information.

9. Miscellaneous hazards Work on heights (fall hazards) Use of ladders, scaffolding or other elevated elements Exposure of other body parts to abrasion, laceration and burn hazards

Other protection needed? Yes Fiberglass ladders only. No metal or aluminum ladders.

10. Summary of Hazard and the Required PPE at Post

Hazards Identified PPE that will be used

Overhead Hazards Hardhat. ANSI Z89.1 approved Class G

Eye and Face Hazard Safety glasses. ANSI Z87.1 approved

Page 102: SF -18 OR SF -1442 COVER SHEET A. PR ICE C. PACKAGING AND ... · c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation

  ADD YOUR COMPANY LOGO AND INFORMATION HERE    

17 of 17  

Hand hazards

Chemical Resistant Gloves. Nitrile. Temperature Resistant Gloves. Welder gloves. Heath-treated

leather. 100oC resistance to contact. Adapted for MIG, TIG, Arc, foundry and Argon welding.

Voltage-Rated (VR) Gloves. ASTM D120, Class 00 (Up to 500 Volt)

Leather Protectors (Shells) The VR gloves and the leather protectors work as a system. The protectors prevent cuts and pinholes in the VR gloves. Any cut or pinhole will compromise the integrity of the glove and can result in an electric shock

Foot hazards

Work boots or shoes. Heavy duty leather work safety shoes or boots ASTM F2413 or ANSI Z41 with Electric Hazard (EH) rating, composite cap shoes preferred

Respiratory hazards Type I. Half mask respirator (no valve). For dust, pebbles, small parts flying when applying pressurized water.

Exterior hazards Work on roof.

Noise hazards Insert –Type Hearing Protection recommended.

Miscellaneous hazards (fall hazards included)

Fiberglass Type 1A ladders only. No metal or aluminum ladders.

Hazards Identified Extra Safety notes related. Contractor comments:

Electrical hazards Inspection of the electric tools (guards, extension cords, etc.). No splices, no tape repairs, no exposed conductors, no wires visible. All boxes with covers

I certify that the above assessment and safety plan was performed to the best of my knowledge.

                             _______________________________________________________ 

(Signature and name of Contractor’s Project Safety Manager or alternate) Title: ______________________________ Date: ______________________________