107
Embassy of the United States of America Seoul, Republic of Korea General Services Office Tel. 82-2-397-4648 Fax: 82-2-397-4744 Date: July 29, 2019 Dear Prospective Offeror/Quoter: Subject: Solicitation Number 19KS7019Q0049, Repairing four guard houses at USAG-Yongsan Enclosed is a Request for Quotations (RFQ) for repairing of four guard houses located at USAG-Yongsan, Gate 6, and the Yongsan Embassy Housing (YEH) compound. If you would like to submit a quotation, follow the instructions in Section J of the solicitation and complete the required portions of the attached document and submit it in electronic format to the Contracting Officer as shown on the block 8 on the Standard Form 1442 that follows this letter. The U.S. Government intends to award a purchase order to the responsible offeror submitting an acceptable offer at the lowest price. We intend to award a purchase order based on initial quotation, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so. The pre-quotation conference will be held at the GSO green conference room at #10, Namyoung-dong, Yongsan-gu, Seoul, Korea on August 8, 2019 at 14:00 Korea Standard Time. Please also note that the site visit will follow right after the pre-quotation conference on the same day.

kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

Embassy of the United States of AmericaSeoul, Republic of Korea

General Services OfficeTel. 82-2-397-4648Fax: 82-2-397-4744

Date: July 29, 2019

Dear Prospective Offeror/Quoter:

Subject: Solicitation Number 19KS7019Q0049, Repairing four guard houses at USAG-Yongsan

Enclosed is a Request for Quotations (RFQ) for repairing of four guard houses located at USAG-Yongsan, Gate 6, and the Yongsan Embassy Housing (YEH) compound.

If you would like to submit a quotation, follow the instructions in Section J of the solicitation and complete the required portions of the attached document and submit it in electronic format to the Contracting Officer as shown on the block 8 on the Standard Form 1442 that follows this letter.

The U.S. Government intends to award a purchase order to the responsible offeror submitting an acceptable offer at the lowest price. We intend to award a purchase order based on initial quotation, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so.

The pre-quotation conference will be held at the GSO green conference room at #10, Namyoung-dong, Yongsan-gu, Seoul, Korea on August 8, 2019 at 14:00 Korea Standard Time. Please also note that the site visit will follow right after the pre-quotation conference on the same day.

If you intend to participate in the pre-quotation conference, please contact Ms. Lee, Jahwon Angela at [email protected] or Tel. 82-2-397-4762 to make necessary arrangement for access no later than August 6, 2019 at 17:00 Korea Standard Time. Offerors are requested to limit the number of participants to two persons per company. Please be sure to bring the solicitation document with you to the conference. No extra copies will be available at the conference.

Any questions concerning the solicitation should be submitted in writing by August 6, 2019 at 17:00 Korea Standard Time via email to [email protected].

Please submit your quotation addressed only to the Contracting Office by email at [email protected]. Quotations are due by August 20, 2019 at 17:00 Korea Standard Time. No quotations will be accepted after this time. Only the electronic submission of the quotation will be accepted.  

Page 2: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe Acrobat (pdf) file format.  The file size must not exceed 30MB.  If the file size should exceed the 30MB, the submission must be made in separate files of size less than 30MB. Please separate the technical quotation from the pricing information as well as the Section L information.

Sincerely,

Christian S. Yun Contracting Officer

Page 3: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

SOLICITATION, OFFER, AND AWARD(Construction, Alteration, or Repair)

1. SOLICITATION NO.19KS7019Q0049

2. TYPE OF SOLICITATION SEALED BID (IFB) NEGOTIATED (RFQ)

3. DATE ISSUED

July 29, 2019

PAGE OF PAGES3 of 75

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

4. CONTRACT NO. 5. REQUISITION/PURCHASE REQUEST NO.PR8495670

6. PROJECT NO.

7. ISSUED BY CODE 8. EMAIL TO:

U.S. Embassy, SeoulGSO-PUR10, Namyoung-dongYongsan-gu, Seoul, Korea

Contract [email protected]

9. FOR INFORMATION CALL:

A. NAME

Christian S. YunB. TELEPHONE NO. (Include area code) (NO COLLECT CALLS) 82-2-397-4754

SOLICITATION

NOTE: In sealed bid solicitations “offer” and “offeror” mean “bid” and “bidder.”THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS:

PROJECT NAME: Repairing of four guard houses located at USAG-Yongsan, Gate 6, and the Yongsan Embassy Housing (YEH) compound

A. PriceB. Scope of WorkC. Packaging and MarkingD. Inspection and AcceptanceE. Deliveries/PerformanceF. Administrative DataG. Special RequirementsH. ClausesI. List of Attachments

- Attachment #1 Breakdown of Price by Divisions of Specifications- Attachment #2 List of Material Only With Quantity To Be Used With No Prices- Attachment #3 Drawings (will be provided at the pre-quotation conference)

- Attachment #4 Government-Furnished Contractor Installed Property

J. Quotation InformationK. Evaluation CriteriaL. Representations, Certifications, and other Statements of Offerors or Quoters11 The Contractor shall begin performance on the start date in the Notice to Proceed and complete it not later than 180 calendar days

after receiving contract award, from the start date in the Notice to Proceed. This performance period is mandatory, negotiable. (See Section E.)

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

YES NO

12B. CALENDAR DAYS

5days

(a) 13. ADDITIONAL SOLICITATION REQUIREMENTS:A. Quotations must be received at the e-mail address specified in Block 8 by August 20, 2019 at 17:00 Korea Standard Time . (See Section J(b) Submission Of Quotations.) If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the offeror’s name and address, the solicitation number, and the date and time offers are dueB. An offer guarantee is, is not required.C. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.Offers providing less than 60 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85)

Page 4: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

OFFER (Must be fully completed by offeror)14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code) 15. TELEPHONE NO. (Include area code)

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

CODE FACILITY CODE17. The offeror agrees to perform the work at the prices specified below in strict accordance with the terms of this solicitation, if this offer is accepted by the Government within ___ calendar days after the date offers are due.

AMOUNTS

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

19. ACKNOWLEDGMENT OF AMENDMENTSThe offeror acknowledges receipt of amendments to the solicitation -- give number and date of each

A. AMENDMENT NO.

DATE

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

20B. SIGNATURE 20C. OFFER DATE

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

22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

24. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO

10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( )

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

CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE 28. NEGOTIATED AGREEMENT (Contractor is required to sign

this document and return copies to issuing office.) Contractor agrees to furnish and deliver all items or perform all work, requisitions identified on this form and any continuation sheets for the consideration slated in this contract. The rights and obligations of the parties to this contract shall be governed by (a) this contract award, (b) the solicitation, and (c) the clauses, representations, certifications, and specifications or incorporated by reference in or attached to this contract.

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.

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

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

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

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

Page 4 of 75

Page 5: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

REQUEST FOR QUOTATIONS - CONSTRUCTION

A. PRICE

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

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

A.1 VALUE ADDED TAX (VAT). The Government will not reimburse the Contractor for VAT under this contract. The Contractor shall not include a line for VAT on Invoices as the U.S. Embassy has a tax exemption certificate with the host government.

Page 5 of 75

Page 6: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B. SCOPE OF WORK

B.1 INTRODUCTION

The U.S. Embassy Seoul, Republic of Korea, requires the repair of four (4) guard houses located at USAG-Yongsan, Gate 6, and the Yongsan Embassy Housing (YEH) compound, Seoul, Korea.

The Contractor shall replace the deteriorated roof tile, asphalt roofing, rain gutters, down spouts, fascia boards, and soffit boards with new ones at the GATE NO. 1, GATE NO. 2, GATE NO. 3, and GATE NO. 6 GUARD HOUSES in USAG-Yongsan and the Yongsan Embassy Housing (YEH) compound. The Contractor will also refurbish the old restrooms, old pump rooms, and guard rooms at all four (4) Embassy guard houses by replacing existing tiles, drywall and ceilings, interior doors/frames, sanitary items, hot and cold water pipes, air conditioners, exhaust fans, painting, and lighting fixtures with any related electrical and mechanical works necessary as per the Statement of Work (SOW).

The Contractor’s employees will be escorted by the U.S. Embassy staff throughout the time they are at the work site. The Contracting Officer’s Representative (COR) will oversee the performance of the work in progress.

The project drawings will be provided during the pre-quotation conference.

B.2 DESCRIPTION OF WORK

B.2.1 TEMPORARY WORK AND REMOVAL WORK

B.2.1.1 The Contractor shall protect the existing structures, landscaping, underground utilities, and other facilities that may be affected by this work. Upon completion of all work, the Contractor shall make any necessary repairs to damages incurred to restore these properties to their original condition.

B.2.1.2 The Contractor shall provide temporary tarpaulin sheet protection over the grass yards, plants, and flowers around the guard house area during construction. If the Contractor damages the existing yards, plants, and/or flowers, the Contractor shall repair all damages at its own expense. The Contractor shall temporarily move the plants and flowers to another designated place during construction and re-plant them if necessary.

B.2.1.3 The Contractor shall install temporary scaffoldings and metal platforms to facilitate replacement of the old roof, fascia boards, soffit boards, rain gutters, and down spouts with new installations as per drawing A-01. The Contractor shall surround the temporary scaffolding with green netting to ensure safety and providing better working conditions.

B.2.1.4 The Contractor shall enclose the construction site by installing temporary plastic safety barriers at the construction area. Upon completion of all work, the Contractor shall dismantle the temporary plastic barriers.

Page 6 of 75

Page 7: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.1.5 All cutting devices including metal and wood cutting portable or circular saws that are table mounted shall be installed with proper safeguards to prevent injuries or safety hazards. All hand operated cutting and grinding devices shall be equipped with proper safeguards and inspected daily for safe conditions of the device and its wiring.

B.2.1.6 The Contractor shall receive approval for all work producing noise, smells, or hot work (grinding/welding/soldering) from the COR, before the work begins. The Contractor will assign a fire watch with a fire extinguisher and a bucket of water during any hot work or grinding operations.

B.2.1.7 The Contractor shall provide all contract personnel with, and they shall wear, appropriate and required personal protective equipment (PPE) during the construction work; PPE shall be provided for any visitors to the construction site.

B.2.1.8 The Contractor shall repair any damages caused by contractor personnel on site at the Contractor’s own expense. All damages shall be reported to the COR.

B.2.1.9 The Contractor shall keep the work site clean and orderly on a daily basis during and at the end of each scheduled working day.

B.2.1.10 The Contractor shall dispose of all the construction debris upon approval of the COR and submit a certificate of legal disposal of said construction debris for off-site locations. No debris or refuse may be left in front of or on the YEH property at the end of each work day.

B.2.1.11 The Contractor shall perform the following demolition work as per the demolition plan C-02:

GATE NO.1 GUARD HOUSE- Exterior Soffit board: 12mm thick and 300mm wide plywood, total length is 20 meters.Fascia board: 25mm thick and 200mm wide solid wood board, the total length is 20 meters.Rain gutter: Galvanized metal rain gutter, 100mm diameter and 10 meters long.Down Spout: Galvanized metal down spout, 100mm diameter and 3 meters long, 2 EA.Clay roof tile: Clay roof tile, 25m². Wood strip: 30mm square solid wood strip underneath the clay roof tile.Asphalt felt: Remove the existing asphalt felt to expose the roof substrate planks underneath the clay roof tile, 25m². Louver vent: Two (2) 500mm diameter round louver vents on the exterior wallLighting fixture: Two (2) photocell lighting fixtures on the exterior wallSecurity grill: Two (2) security grills at exhaust fans*** The roof truss structural members shall remain to be reused. If any damaged truss members are found during the demolition work, the Contractor shall repair the damages.

Page 7 of 75

Page 8: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

- Guard Room Drop ceiling: 1.8 meters wide and 2.8 meters longGypsum wall: 9.2 meters long and 2.4 meters high Floor ceramic tile: 1.8 meters wide and 2.8 meters long floor tileWood cabinet under counter top: 0.3 meters wide, 1.52 meters long, 0.86 meters high wood cabinet*** Existing wood counter top shall remain.Lighting fixture: Four (4) recessed lightsSwitch: Three (3) switchesReceptacle: Two (2) receptacles Main electrical panel: One (1) main panel board and related electric wires and conduitsSpeaker: Two (2) pairs of speakers on the window frameVehicle barricade control box: One (1) unused barricade control box*** The sliding gate control switch shall remain.Exhaust fan: One (1) set on the ceiling- Old Pump room Concrete wall: 0.7 meters wide, 2.1 meters high, and 15 centimeters thickness of concrete wall between the guard room and the old pump room to accommodate the new door and frameLighting fixture: One (1) light fixtureReceptacle: One (1) receptacle Vehicle barricade system: One (1) old hydraulic vehicle barricade system including accessories Exhaust fan: One (1) set on the exterior wallWater Heater: One (1) Ariston water heaterCopper pipe: 15mm diameter and 10 meters long copper pipe including insulation and mechanical valvesMetal door and frame: One (1) metal door and frame, 900mm wide and 2,000mm high- Restroom Drop ceiling: 1.4 meters wide and 1.5 meters long Gypsum wall: 5.7 meters long and 2.3 meters highCeramic tile: 1.4 meters wide and 1.5 meters long floor tile, and 5.7 meters long and 1.3 meters high wall tileWood door: 0.7 meters wide and 2.1 meters high wood door with frameLighting fixture: One (1) light fixtureSwitch: Two (2) switches for exhaust fan and lightElectrical heater: One (1) air heater and wiringExhaust fan: One (1) set on the ceiling

Page 8 of 75

Page 9: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

Toilet sanitary items and accessories: lavatory, lavatory faucet, associated trap, 0.3 meters wide and 1.5 meters long wood shelf, commode, floor drain trap, hot and cold water pipes and mechanical valves, pipes including vent** One (1) emergency light, one (1) wall mounted extinguisher, one (1) sliding gate control switch and one (1) power supply box shall be removed temporarily without any damages so that they can be reused.

GATE NO.2 GUARD HOUSE- Exterior Soffit board: 12mm thick and 300mm wide plywood, total length is 20 meters.Fascia board: 25mm thick and 200mm wide solid wood board, the total length is 20 meters.Rain gutter: Galvanized metal rain gutter, 100mm diameter and 10 meters long.Down Spout: Galvanized metal down spout, 100mm diameter and 3 meters long, 2 EA.Clay roof tile: Clay roof tile, 25m². Wood strip: 30mm square solid wood strip underneath the clay roof tile.Asphalt felt: Remove the existing asphalt felt to expose the roof substrate planks underneath the clay roof tile, 25m². Louver vent: Two (2) 500mm diameter round louver vents on the exterior wallLighting fixture: Two (2) photocell lighting and one (1) outdoor flood light on the exterior wallSecurity grill: Two (2) security grills at exhaust fans*** The roof truss structural members shall remain to be reused. If any damaged truss members are found during the demolition work, the Contractor shall repair the damages. - Guard Room Drop ceiling: 1.8 meters wide and 2.8 meters longGypsum wall: 9.2 meters long and 2.4 meters high Ceramic tile: 1.8 meters wide and 2.8 meters long floor tileWood cabinet under counter top: 0.3 meters wide, 1.52 meters long, 0.86 meters high wood cabinet*** Existing wood counter top shall remain.Lighting fixture: Four (4) recessed lightsSwitch: Three (3) switchesReceptacle: Three (3) receptacles Main electrical Panel: One (1) main panel board and electric wiring and conduitSpeaker: Two (2) pairs of speakers on the window frameVehicle barricade control box: One (1) unused barricade control box*** The sliding gate control switch shall remain.Exhaust fan: One (1) set on the ceilingAir conditioner: One (1) Samsung AS-518 including outdoor unit and accessories- Old Pump room

Page 9 of 75

Page 10: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

Concrete wall: 0.7 meters wide, 2.1 meters high, and 15 centimeter thickness of concrete wall between the guard room and the old pump room to accommodate the new door and frame.Lighting fixture: One (1) light fixtureSwitch: One (1) switchReceptacle: One (1) receptacle Vehicle barricade system: One (1) hydraulic vehicle barricade system including accessories Exhaust fan: One (1) set on the exterior wallWater Heater: One (1) Ariston water heaterCopper pipe: 15mm diameter and 10 meters long copper pipe including insulation and mechanical valvesMetal door and frame: One (1) metal door and frame, 900mm wide and 2,000mm high- Restroom Drop ceiling: 1.4 meters wide and 1.5 meters long Gypsum wall: 5.7 meters long and 1.2 meters highCeramic tile: 1.4 meters wide and 1.5 meters long floor tile, and 5.7 meters long and 1.3 meters high wall tileWood door: 0.7 meters wide and 2.1 meters high wood door with frameLighting fixture: One (1) light fixtureSwitch: Two (2) switches for exhaust fan and lightExhaust fan: One (1) set Toilet sanitary items and accessories: Mirror, lavatory, lavatory faucet, associated trap, 0.3 meters wide and 1.5 meters long wood shelf, wall hanger, commode, floor drain trap, hot and cold water pipes and mechanical valves, pipes including vent** One (1) emergency light, one (1) wall mounted extinguisher, one (1) vehicle barrier control switch, one (1) power supply box, one (1) closed circuit television (CCTV) module including monitor and uninterruptible power supply (UPS) shall be removed temporarily without any damage so that they can be reused.

GATE NO.3 GUARD HOUSE- Exterior Soffit board: 12mm thick and 300mm wide plywood, total length is 20 meters.Fascia board: 25mm thick and 200mm wide solid wood board, the total length is 20 meters.Rain gutter: Galvanized metal rain gutter, 100mm diameter and 10 meters long.Down Spout: Galvanized metal down spout, 100mm diameter and 3 meters long, 2 EA.Clay roof tile: Clay roof tile, 25m². Wood strip: 30mm square solid wood strip underneath the clay roof tile.Asphalt felt: Remove the existing asphalt felt to expose the roof substrate planks underneath the clay roof tile, 25m². Louver vent: Two (2) 500mm diameter round louver vents on the exterior wallLighting fixture: Two (2) photocell lights on the exterior wallSecurity grill: Two (2) security grills at exhaust fans

Page 10 of 75

Page 11: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

*** The roof truss structural members shall remain to be reused. If any damaged truss members are found during the demolition work, the Contractor shall repair the damages. - Guard Room Drop ceiling: 1.8 meters wide and 2.8 meters longGypsum wall: 9.2 meters long and 2.4 meters high Ceramic tile: 1.8 meters wide and 2.8 meters long floor tileWood cabinet under counter top: 0.3 meters wide, 1.52 meters long, 0.86 meters high wood cabinet*** Existing wood counter top shall remain.Lighting fixture: Four (4) recessed lightsSwitch: Three (3) switchesReceptacle: Four (4) receptacles Main electrical Panel: One (1) main panel board and electric wiring and conduitSpeaker: Two (2) pairs of speakers on the window frameExhaust fan: One (1) set on the ceilingAir conditioner: One (1) LG WHISEN including outdoor unit and accessories- Old Pump room Concrete wall: 0.7 meters wide, 2.1 meters high, and 15 centimeter thickness of concrete wall between the guard room and the old pump room to accommodate the new door and frame.Lighting fixture: One (1) light fixtureSwitch: One (1) switchReceptacle: One (1) receptacleVehicle barricade system: One (1) hydraulic vehicle barricade system including accessories Exhaust fan: One (1) set on the exterior wallWater Heater: One (1) Ariston water heaterCopper pipe: 15mm diameter and 10 meters long copper pipe including insulation and mechanical valvesMetal door and frame: One (1) metal door and frame, 900mm wide and 2,000mm high- Restroom Drop ceiling: 1.4 meters wide and 1.5 meters long Gypsum wall: 5.7 meters long and 1.2 meters highCeramic tile: 1.4 meters wide and 1.5 meters long floor tile, and 5.7 meters long and 1.3 meters high wall tileWood door: 0.7 meters wide and 2.1 meters high wood door with frameLighting fixture: One (1) light fixtureSwitch: Two (2) switches for exhaust fan and lightElectrical heater: One (1) air heater and wiringExhaust fan: One (1) set on the exteriorToilet accessories: Mirror, lavatory, lavatory faucet, associated trap, 0.3 meters wide and 1.5 meters long wood shelf, commode, floor drain trap, hot and cold water pipes and mechanical valves, pipes including vent

Page 11 of 75

Page 12: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

** One (1) emergency light, one (1) wall mounted extinguisher, one (1) vehicle barrier control switch, one (1) power supply for door control, and one (1) video multi modulator (Model: CMM-2004) shall be removed temporarily without any damage so that they can be reused.

GATE NO.6 GUARD HOUSE- Exterior Soffit board: 12mm thick and 300mm wide plywood, total length is 10 meters.Fascia board: 25mm thick and 200mm wide solid wood board, the total length is 10 meters.Rain gutter: Galvanized metal rain gutter, 100mm diameter and 5 meters long.Down Spout: Galvanized metal down spout, 100mm diameter and 3 meters long, 2 EA.Cement roof tile: Cement roof tile, 17m². Wood strip: 30mm square solid wood strip underneath the cement roof tile.Asphalt felt: Remove the existing asphalt felt to expose the roof substrate planks underneath the cement roof tile, 15m². Lighting fixture: Two (2) flood light fixtures on the exterior wall.Canopy: 1.5 meters wide and 4 meters long canopy including 4 meters long stainless steel rain gutter, and 1.5 meters wide and 4 meters polystyrene insulated sandwich panel.*** The roof truss structural members shall remain to be reused. If any damaged truss members are found during the demolition work, the Contractor shall repair the damages. - Guard Room Drop ceiling: 2.2 meters wide and 4.2 meters longGypsum wall: 11 meters long and 2.3 meters highFloor Vinyl tile: 2.2 meters wide and 4.2 meters long of floor tile. Door: 1 meter wide and 2.1 meters high aluminum sliding glass door including frame.Furniture and cabinet: One (1) 0.5 meters wide and 2.8 meters long L shape office desk with cabinet, and one (1) 0.5 meters wide and 3.1 meters long L shape office desk with cabinet. Lighting fixture: Two (2) fluorescent lighting fixtures in the guard room Switch: Three (3) switchesReceptacle: Six (6) receptaclesMain electrical Panel: One (1) main panel board and electric wiring and conduit. Exhaust fan: One (1) wall mounted exhaust fan.Air conditioner: One (1) air conditioner with heat pump (CX-205Fa) including outdoor unit and accessories.

TEMPORARY CONTAINER OFFICEB.2.1.12 The Contractor shall provide and install a temporary container office for the local guards during each phase of the renovation work at the GATE NO. 1, GATE NO. 2, GATE NO. 3, and GATE NO. 6 GUARD HOUSES as per the drawings. The temporary container office shall be 3 meters wide, 6 meters long, and 3 meters high; and have one (1) entrance door, two (2) exterior windows, two (2) duplex 110 voltage outlets, two (2) duplex 220 voltage outlets, and one (1) heat-pump air conditioner.

Page 12 of 75

Page 13: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

WORK SEQUENCEB.2.1.13 The renovation shall take place one guard house at a time with the following sequence:

- GATE NO. 1 GUARD HOUSE- GATE NO. 2 GUARD HOUSE- GATE NO. 3 GUARD HOUSE- GATE NO. 6 GUARD HOUSE

Work shall not commence to all four (4) guard booths at the same time.

B.2.1.14 The Contractor shall provide a high pressure hot water steam cleaning into the existing floor drain pipes in the restrooms of the GATE NO. 1, GATE NO. 2, GATE NO. 3, and GATE NO. 6 GUARD HOUSES. The Contractor shall clean the drain pipes in the restroom to remove the old scale deposits and foreign materials inside the pipes to prevent the drain pipe from clogging in the future.

B.2.1.15 The demolition cost shall be all-inclusive to ensure that existing conditions; electrical power feeds, any related communications lines, and equipment on the roof, etc.; are taken into account.

B.2.1.16 All communication lines including CCTV line, security door control line, and TEL line, shall be dismantled in a safe and non-destructive manner, and remain in pre-removal working condition until after completion of the work.

B.2.2 ROOF WORK

B.2.2.1 The Contractor shall provide and install new clay roof tile, wood strips, asphalt felt underlayment, wood soffit boards, wood fascia boards, flashing, gutters with straps, downspouts with straps, and splash blocks at the GATE NO. 1, GATE NO. 2, GATE NO. 3 and GATE NO. 6 GUARD HOUSES in the Yongsan Embassy Housing (YEH) compound as per the drawing.

GATE NO.1 GUARD HOUSESoffit board: 12mm thick and 300mm wide plywood, total length is 20 meters.Fascia board: 25mm thick and 200mm wide solid wood board, the total length is 20 meters.Rain gutter: new galvanized metal rain gutter, 100mm diameter and 10 meters long.Down Spout: new Galvanized metal down spout, 100mm diameter and 3 meters long, 2 EA.Clay roof tile: new clay roof tile, 25m². Wood strip: 30mm square solid wood strip underneath the clay roof tile.Asphalt felt: new asphalt felt, 4.0mm thick, 25m². Louver vent: two (2) new 500mm diameter round louver vents on the exterior wall

GATE NO.2 GUARD HOUSESoffit board: 12mm thick and 300mm wide plywood, total length is 20 meters.

Page 13 of 75

Page 14: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

Fascia board: 25mm thick and 200mm wide solid wood board, the total length is 20 meters.Rain gutter: new galvanized metal rain gutter, 100mm diameter and 10 meters long.Down Spout: new Galvanized metal down spout, 100mm diameter and 3 meters long, 2 EA.Clay roof tile: new clay roof tile, 25m². Wood strip: 30mm square solid wood strip underneath the clay roof tile.Asphalt felt: new asphalt felt, 4.0mm thick, 25m². Louver vent: two (2) new 500mm diameter round louver vents on the exterior wall

GATE NO.3 GUARD HOUSESoffit board: 12mm thick and 300mm wide plywood, total length is 20 meters.Fascia board: 25mm thick and 200mm wide solid wood board, the total length is 20 meters.Rain gutter: new galvanized metal rain gutter, 100mm diameter and 10 meters long.Down Spout: new Galvanized metal down spout, 100mm diameter and 3 meters long, 2 EA.Clay roof tile: new clay roof tile, 25m². Wood strip: 30mm square solid wood strip underneath the clay roof tile.Asphalt felt: new asphalt felt, 4.0mm thick, 25m². Louver vent: two (2) new 500mm diameter round louver vents on the exterior wall

GATE NO.6 GUARD HOUSESoffit board: 12mm thick and 300mm wide plywood, total length is 10 meters.Fascia board: 25mm thick and 200mm wide solid wood board, the total length is 10 meters.Rain gutter: new galvanized metal rain gutter, 100mm diameter and 5 meters long.Down Spout: new galvanized metal down spout, 100mm diameter and 3 meters long, 2 EA.Clay roof tile: new clay roof tile, 17m². Wood strip: 30mm square solid wood strip underneath the clay roof tile.Asphalt felt: new asphalt felt, 4.0mm thick, 15m².

B.2.2.2 The Contractor shall submit the product data including construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of Korean clay roof tile and accessories.

B.2.2.3 The Contractor shall submit the shop drawings to show the installation layouts of roof tile; details of edge conditions, joints, tile profiles, corners, anchorages, trim, flashings, closures, and accessories; and special details.

B.2.2.4 The Contractor shall submit the samples for initial selection for each type of roof tile indicated with factory-applied color finishes including similar samples of trim and accessories involving color selection.

UNDERLAYMENTB.2.2.5 The Contractor shall apply the asphalt bituminous primer before laying the asphalt felt on the substrate roof plywood and rafters as per drawing A-03. The asphalt bituminous primer shall be cold-applied asphalt mastic and compounded for 15-mil (0.4mm) dry film thickness per coat.

Page 14 of 75

Page 15: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.2.6 The Contractor shall furnish and install felt underlayment on roof sheathing under new roof tile, unless otherwise recommended by roof tile manufacturer, and use adhesive for temporary anchorage, where possible, to minimize use of mechanical fasteners under new roof tile. The new underlayment shall be a non-exposure modified asphalt membrane sheet with minimum 4.0mm thickness.

WOOD STRIPB.2.2.7 The Contractor shall furnish and install the new wood strip on top of the new asphalt membrane sheet as per drawing A-05. The new wood strip shall be 30mm square solid wood.

ROOF TILEB.2.2.8 The Contractor shall furnish and install new clay roof tile on the entire guard house roof as per drawing A-05. The new roof tile shall be a glazed roofing tile having following specifications or equivalent:

Color of tiles: Reddish BrownSize: 260mm by 310mm (female tile), 190mm by 310mm (male tile)Thickness: Minimum 18mmCompression strength: Minimum 5,100 ~ 5,750 N/mm2Absorption of water: 1.2 ~ 1.8 %Durability of abrasion: 0.04 ~ 0.05

The Contractor shall furnish and install the roof tiles, such as flat, ending, ridge, circular cover, circular cover star, and corners for left side and right side, as per general practice or by an approved method as directed by the Contracting Officer’s Representative (COR). RAIN GUTTERB.2.2.9 The Contractor shall provide and install new rain gutters and 100mm diameter galvanized metal downspouts with splash blocks as per drawing A-02. The new gutter shall be formed from 1.2mm thick, galvanized sheet metal.

B.2.2.10 Gutters: Join sections with riveted and soldered or lapped and sealed joints. Attach gutters to eaves with gutter hangers spaced no more than 1.2 meters (4 feet) o.c. using manufacturer's standard fasteners. Provide end closures and seal watertight with sealant.

DOWNSPOUTB.2.2.11 The Contractor shall provide 100mm diameter galvanized metal downspouts with splash blocks as per drawing A-02. The new downspout shall be formed from 1.2 mm thick sheet metal pipe.

B.2.2.12 The Contractor shall furnish and install fasteners designed to hold the downspouts securely 25mm away from the walls; locate fasteners at the top and bottom, and at approximately 1500mm o.c. in between.

SPLASH BLOCK

Page 15 of 75

Page 16: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.2.13 The Contractor shall provide pre-casted concrete splash blocks as per the drawing A-02. The new splash blocks shall be 250mm wide, 400mm long, and 100mm high.

ROUGH CARPENTRY WORKB.2.2.14 The Contractor shall submit and get approval for the shop detail drawing indicating materials, shop fabrication, and field erection details including methods of fastening.

B.2.2.15 Wood members contacted with water or exposed to weather will require preservative treatment. Materials shall bear the grade mark or other identifying marks indicating grades of material and rules or standards under which produced, including requirements for qualifications and authority of the inspection organization. Surfaces that are to be exposed to view shall not bear grade marks or other types of identifying marks.

B.2.2.16 The existing dimensions are as follows. If there is a difference of dimensions with the actual, the Contractor needs to verify it before execution.

B.2.2.17 Replace the fascia boards with treated lauan, 20mm thick x 200mm width.

B.2.2.18 Replace the soffit board with waterproofed plywood, 12mm thick x 400mm including wood sub-frame to hold the soffit board. The wood sub-frame shall be 30mm square solid wood.

B.2.2.19 The Contractor shall set rough carpentry to require levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring, nail, blocking, grounds, and similar supports to comply with requirements for attaching other construction.

B.2.2.20 Do not use materials with defects that impair quality of rough carpentry or pieces that are too small to use with minimum number of joints or optimum joint arrangement.

B.2.2.21 Use common wire nails, unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood; predrill as required.

IN GENERALB.2.2.22 The Contractor shall examine substrates, areas, and conditions, with installer present, for compliance with requirements for installation tolerances, clay roof tile supports, and other conditions affecting performance of work.

B.2.2.23 The Contractor shall provide clay roof tile of full length from eave to ridge, unless otherwise indicated or restricted by shipping limitations. Anchor roof tile and other components of the work securely in place, with provisions for thermal and structural movement.

Page 16 of 75

Page 17: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.2.24 The Contractor shall fasten roof tile to support with fasteners at each lapped joint at location and spacing recommended by the manufacturer. Arrange and nest side-lap joints so prevailing winds blow over, not into, lapped joints.

B.2.2.25 The Contractor shall locate and space exposed fasteners in uniform vertical and horizontal alignment. Use proper tools to obtain controlled uniform compression for positive seal without rupture of the washer.

B.2.2.26 The Contractor shall install screw fasteners with power tools having controlled torque adjusted to compress washers tightly without damage to the washers, screw threads, or panels. Install screws in predrilled holes.

B.2.2.27 The Contractor shall install gaskets, joint fillers, and sealants where indicated and where required for weatherproof performance of clay roof tile assemblies. Provide types of gaskets, fillers, and sealants indicated or, if not indicated, types recommended by the roof tile manufacturer.

B.2.2.28 Installation Tolerances: Shim and align roof tile units within installed tolerance of 6mm in 6 meters on slope and location lines as indicated and within 3mm offset of adjoining faces and of alignment of matching profiles.

B.2.2.29 Remove temporary protective coverings and strippable films, if any, as roof tile are installed, unless otherwise indicated in manufacturer's written installation instructions. On completion of roof tile installation, clean finished surfaces as recommended by roof tile manufacturer. Maintain a clean condition during construction.

B.2.2.30 Replace any new clay roof tile that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures.

B.2.3 DOORS AND WINDOWS

B.2.3.1. The Contractor shall provide and install one (1) new door and metal frame, trim and hardware at the restroom and new utility room in the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES as per the drawings.

GATE NO.1 GUARD HOUSENew door and frame at restroom: 1 setNew door and frame at utility room: 1 set

GATE NO.2 GUARD HOUSENew door and frame at restroom: 1 setNew door and frame at utility room: 1 set

GATE NO.3 GUARD HOUSENew door and frame at restroom: 1 setNew door and frame at utility room: 1 set

Page 17 of 75

Page 18: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.3.2. The new doors shall be flush type; Acrylonitrile, Butadiene, and Styrene (ABS) doors. The size of the ABS doors and hardware shall meet the door schedule as per drawing A-06. The Contractor shall submit the catalogue source, material data, and sample of the ABS door to the COR for approval prior to work commencement

B.2.3.3. The Contractor shall ensure that the jambs, heads, and sills of the door are level, plumb, and square.

B.2.3.4. The Contractor shall align and fit the door in the frame with a 3.2mm clearance at head, jam, and from the bottom of the door to the top of the decorative floor finish or covering. The lockset latch on the door and the strike plate on the frame shall align correctly.

B.2.3.5. The Contractor shall provide and install one (1) new aluminum sliding glass door and metal frame, trim, and hardware at the entrance of the GATE NO. 6 GUARD HOUSE as per the drawings.

GATE NO.6 GUARD HOUSENew aluminum sliding glass door and metal frame: 1set

B.2.3.6. The aluminum sliding glass door shall be 1 meter long and 2.1 meters high with the following specification or equivalent:

Frame and sash: 10cm frame depth and integral thermal barrier throughout frame and sash, all extruded aluminum section of 6063-T5 aluminum alloy. Glass: 22mm tempered insulated glass with shatter prevention safety filmFinish: American Architectural Manufacturers Association (AAMA) 2604 organic power coat finishHardware: Sturdy and reversible pull and latch, and adjustable and lubricated ball bearing tandem roller for moving panel. Weather-stripping: Polypile with Mylar fins conforming to AAMA 701.2

B.2.3.7. The Contractor shall provide and install doors, frames, framing members, hardware, and accessories in accordance with approved shop drawings and the requirements specified herein.

B.2.3.8. The Contractor shall securely anchor the aluminum door set frames in place and verify that they are straight, plumb, square, and level without distortion and aligned properly.

B.2.3.9. The Contractor shall install door panels to retain the proper weathering contact with frames, caulk metal-to-metal joints between the frame members, and remove excess material. The caulking around the perimeter of the door frame and wall openings to provide weather tight installation shall be accomplished in accordance with AAMA 800 and manufacturer's recommendations.

B.2.3.10. The Contractor shall finish the door installation rigidly and neat in appearance without defects. If the door is damaged, the Contractor shall restore it to the original manufactured condition or replace it with a new door.

Page 18 of 75

Page 19: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.4 FINISH

GYPSUM DRYWALL B.2.4.1The Contractor shall provide and install new gypsum drywall at the guard rooms and restrooms in the GATE NO. 1, GATE NO. 2, GATE NO. 3 and GATE NO. 6 GUARD HOUSES as per the drawing.

GATE NO.1 GUARD HOUSENew gypsum drywall at the guard room and restroom: 35.5m²

GATE NO.2 GUARD HOUSENew gypsum drywall at the guard room and restroom: 35.5m²

GATE NO.3 GUARD HOUSENew gypsum drywall at the guard room and restroom: 35.5m²

GATE NO.6 GUARD HOUSENew gypsum drywall at the guard room: 29.4m²

B.2.4.2The new gypsum drywall shall consist of one (1) ply of 12.5mm thick gypsum board with the fire resistance function, metal stud (50x45x0.8T), metal runner (50x40x0.8T), and 50mm glass wool insulation.

GENERALB.2.4.3The wall studs shall have a 50mm web depth, 45mm leg width, and 0.8mm thickness. The runners shall have a 50mm web depth, 40mm leg width, and 0.8mm thickness. The gypsum boards shall be applied parallel to each side of the 100mm metal studs at 600mm on center with 25mm “type S” drywall screws at 205mm on center to edges and at 305mm to intermediate studs.

B.2.4.4The glass wool insulation shall be 50mm thick and have 0.034 W/mk thermal conduction rate, 48kg/m3 density, and 1st grade flame resisting (incombustible material). The Contractor shall submit the laboratory test fact sheets, manufacturer’s specifications, and Safety Data Sheets (SDS) of the glass-wool insulation, gypsum board, metal runners, and metal studs for the COR’s approval prior to work commencement.

B.2.4.5The ceiling track expansion bolts shall be installed to the existing structure with 15mm diameter x 140mm expansion bolts at 460mm spaces on center, and anchor ends at a 75mm minimum from the end of the wall.

B.2.4.6The floor track expansion bolts shall be installed to existing structure with 15mm diameter and 140mm expansion bolts at 460mm spaces on center, and anchor ends 75mm minimum from end of the wall.

B.2.4.7The Contractor shall install the gypsum board flush with the adjoining boards and apply approved joint tape and putty to the seams for painting.  No surface deflections or set-backs shall be accepted.

Page 19 of 75

Page 20: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

ACOUSTIC DROP CEILING WORKB.2.4.8The Contractor shall provide and install a new acoustic drop ceiling systems at guard rooms and restrooms in the GATE NO. 1, GATE NO. 2, GATE NO. 3, and GATE NO. 6 GUARD HOUSES as per drawing E-02. The new acoustic drop ceiling systems shall consist of 603mm wide and 603mm high acoustic ceiling panels, wire hangers, main runners, cross tees, and wall angle.

GATE NO.1 GUARD HOUSENew drop ceiling panel at guard room and restroom: 12.8m²

GATE NO.2 GUARD HOUSENew drop ceiling panel at guard room and restroom: 12.8m²

GATE NO.3 GUARD HOUSENew drop ceiling panel at guard room and restroom: 12.8m²

GATE NO.6 GUARD HOUSENew drop ceiling panel at guard room: 9.24m²

B.2.4.9The Contractor shall submit the laboratory test fact sheets, manufacturer’s specifications, and Safety Data Sheets (SDS) of the acoustic panel including type, pattern, color, light reflectance, acoustic performance, edge detail, and size for the COR’s approval prior to work commencement.

B.2.4.10 The Contractor shall install all hangers plumb and free from contact with insulation or other objects within the ceiling plenum that are not part of the supporting structure or of the ceiling suspension system.

B.2.4.11 The thread hangers shall be secured to the ceiling suspension members and to supports above strongly, so as to not interfere with the installation or removal of the ceiling tile. Connect hangers directly either to the structure by way of inserts, eye screws, or other devices that are secure and appropriate for the substrate, and that will not deteriorate or otherwise fail due to age, corrosion, or elevated temperatures.

B.2.4.12 The edge molding and trim shall be installed at the perimeter of the acoustical ceiling area and where necessary to conceal the edges of acoustic panels.

B.2.4.13 The acoustic panels shall be installed with undamaged edges and fit accurately into the suspension system runners and edge moldings. Scribe and cut panels at borders and penetrations to provide a neat, precise fit.

BASEBOARDB.2.4.14 The Contractor shall provide and install new ceramic tile baseboards at the guard rooms and new utility rooms in the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES as per the drawing. The new baseboard shall match with the ceramic floor tile, and be 110mm high.

Page 20 of 75

Page 21: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.4.15 The Contractor shall provide and install new plastic baseboard at the guard room in the GATE NO. 6 GUARD HOUSE as per the drawing. The new baseboard shall match with the vinyl floor tile, and be 110mm high.

VINYL TILE WORKB.2.4.16 The Contractor shall provide and install new vinyl floor tile at the guard room in the GATE NO. 6 GUARD HOUSE as per the drawing. The new vinyl tile shall be 600mm x 600mm x 3mm thick with Hanwha Marble Classic color or equivalent.

GATE NO.6 GUARD HOUSENew floor vinyl tile at the guard room: 9.24m²

B.2.4.17 The Contractor shall submit a sample of the vinyl composition tile and product data, and provide water resistant type adhesive recommended by manufacturer.

B.2.4.18 The Contractor shall use patching compound, according to the vinyl tile manufacturer’s specifications, to fill cracks, holes, and depressions in substrates. The Contractor shall fill or level cracks, holes and depressions 3mm wide or wider and level protrusions more than 0.8 mm, unless more stringent requirements are indicated by the manufacturer’s written instructions.

B.2.4.19 The Contractor shall remove coatings, including curing compounds and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, without using solvents. The Contractor shall use the mechanical methods recommended in the manufacturer’s specifications.

B.2.4.20 The Contractor shall sweep with a broom and vacuum clean all substrates to be tiled, immediately before new vinyl tile installation.

B.2.4.21 The Contractor shall proceed with the new vinyl tile installation only after all unsatisfactory conditions have been corrected.

B.2.4.22 The Contractor shall cut and fit the vinyl tile to butt tightly to vertical surfaces, permanent fixtures, and built-in furniture including cabinets, pipes, outlets, edgings, thresholds, and nosings. The Contractor shall bind or seal cut-edges as recommended by the vinyl tile manufacturer.

B.2.4.23 The Contractor shall move all the existing furniture including contents inside of furniture, computer, office equipment, and electrical and mechanical devices that need to be removed for the vinyl floor work. The Contractor shall reinstall any of these items removed at the designated or former locations. The Contractor shall use skilled furniture workers when they move and reinstall furniture.

CERAMIC TILE INSTALLATIONB.2.4.24 The Contractor shall provide and install new floor and wall ceramic tiles at the restrooms, guard rooms, and new utility rooms in the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES as per the drawing.

GATE NO.1 GUARD HOUSE

Page 21 of 75

Page 22: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

New floor tile: 12.8m²New wall tile: 6.84m²

GATE NO.2 GUARD HOUSENew floor tile: 12.8m²New wall tile: 6.84m²

GATE NO.3 GUARD HOUSENew floor tile: 12.8m²New wall tile: 6.84m²

B.2.4.25 The new floor tile shall have a non-slip surface and be 200mm x 200mm, and the wall tile shall be mosaic tile as per the following specifications or equivalent:

Grade: Greater than or equal to grade 2 based on American National Standards Institute (ANSI) A137.1:2017Porcelain Enamel Institute Wear (PEI) rating: 4~5Water absorption (W.A.): Less than 7%Coefficient of friction rating (C.O.F.): Greater than 0.60

B.2.4.26 The Contractor shall submit a shop drawing for the tile layout to the COR for approval prior to work commencement.

B.2.4.27 The Contractor shall submit the catalogue source, material data, cut sheets, samples, and Safety Data Sheets (SDS) of tile materials and tile bonding materials to the COR for approval prior to work commencement.

B.2.4.28 Before installing tile, the Contractor shall remove the existing tile, tile bond, and foreign material and make the substrate level by use of a cement mortar mixture.

B.2.4.29 The Contractor shall examine substrates, areas, and conditions where tile will be installed, with installer present for compliance with requirements for installation tolerances and other conditions affecting performance of installed tile.

B.2.4.30 The Contractor shall not install tiles until surface preparation is complete and ambient temperature and humidity conditions are maintained at the levels indicated in referenced standards and manufacturer's written instructions.

B.2.4.31 The Contractor shall apply grout sealer to joints between tiles according to grout sealer manufacturer's written instructions. As soon as grout sealer has penetrated joints, the Contractor shall remove excess sealer from the tile face by wiping with soft cloth. The maximum joint widths shall be 1.6mm. The grout sealer must have a function that can suppress mildew.

B.2.4.32 The Contractor shall apply additional coating to masonry joints for suppressing mildew. The coating material must be made of Polyurea or equivalent, and have no color.

B.2.4.33 The Contractor shall cure and protect installed tile work with Kraft paper or other heavy covering during construction period to prevent staining, blemishing, or damage.

Page 22 of 75

Page 23: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.4.34 The Contractor shall keep all pedestrian and wheel traffic from the tile floor surfaces for at least seven days after grouting is completed.

B.2.4.35 The Contractor shall apply two (2) coats of waterproofing product over the concrete floor of the restroom before tile installation. The waterproofing product shall be a “SikaTop Seal 107” or equivalent and have the following characteristics:

Typical Data (Material and curing conditions @ 73°F (23°C) and 50% R.H.)- Compressive Strength (ASTM D-695) @ 28 days: 3,000 psi (20.7 MPa)- Tensile Strength (ASTM C-307) 28 days: 870 psi (6.0 MPa)- Bond Strength (ACI 503R-30 Modified): Pull-off Test 28 days 180 psi (1.25 N/mm2)- Flexibility (ASTM D522 modified): Approximately 25%- Water tightness under hydrostatic pressure (DIN 1048 mod.)

Water Pressure Penetrated Water Water Absorption

feet (bar) grains (grams) ft²*hours (m²*hours)

16 (0.5) 0 (0) 0 (0)

33 (1) 15 (1) 3 (2)

99 (3) 31 (2) 10 (7)

- Rendering mortars absorbing less than 91 grains/ft²*h (64 grams/m²*h) are considered watertight.

- Vapor Permeability (ASTM E-96) U.S. perms: 28 days 18 (not a vapor barrier)- Carbon Dioxide Diffusion Coefficient (μCO2) Approximately 35,000, equivalent to 6

inches of concrete- Water Vapor Diffusion Coefficient (μH2O) Approximately 500 (“breathable”)

B.2.4.36 The Contractor shall perform surface preparation work in accordance with the manufacturer’s specifications. All waterproofing work shall be performed in accordance with the manufacturer’s specifications.

SUBMITTALSB.2.4.37 Product Data: include the laboratory test fact sheets, capacities, sizes, performances, operations, safety features, finishes, manufacturer’s specifications, and Safety Data Sheets (SDS) of materials for COR’s approval prior to work commencement.

B.2.4.38 Shop Drawings: The Contractor shall submit architectural work shop drawings including roof work, door and frame, window, floor, wall, countertop, cabinet, finish works, and any architectural related works drawn to scale, with equipment properly configured, and with access and maintenance space requirements clearly marked.

Page 23 of 75

Page 24: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.5 PAINTING WORK

B.2.5.1 The Contractor shall provide painting work for the guard house exterior, interior, sliding gate, gate column, and pedestrian gate at the GATE NO. 1, GATE NO. 2, GATE NO. 3, and GATE NO. 6 GUARD HOUSES in the YEH compound as per the drawing.

GATE NO.1 GUARD HOUSE- Guard house exterior: cement plastered concrete building, fascia board, soffit board, rain

gutter, down spout, FEBR door/frame, FEBR window frame- Guard house interior: gypsum drywall at guard room and restroom, cement plaster

concrete wall at new utility room, wood counter top- Metal sliding gate and frame- Metal pedestrian walk-in gate- Concrete columns - Bollards

GATE NO.2 GUARD HOUSE- Guard house exterior: cement plastered concrete building, fascia board, soffit board, rain

gutter, down spout, FEBR door/frame, FEBR window frame- Guard house interior: gypsum drywall at guard room and restroom, cement plaster

concrete wall at new utility room, wood counter top- Metal sliding gate and frame- Metal pedestrian walk-in gate- Concrete columns - Bollard

GATE NO.3 GUARD HOUSE- Guard house exterior: cement plastered concrete building, fascia board, soffit board, rain

gutter, down spout, FEBR door/frame, FEBR window frame- Guard house interior: gypsum drywall at guard room and restroom, cement plaster

concrete wall at new utility room, wood counter top- Metal sliding gate and frame- Metal pedestrian walk-in gate- Concrete columns - Bollard

GATE NO.6 GUARD HOUSE- Guard house exterior: pre-fabricated metal building, fascia board, soffit board, rain

gutter, down spout- Guard house interior: gypsum drywall at guard room- New canopy frame and posts

B.2.5.2 The Contractor shall cover all items that are not to be painted with clear vinyl sheeting and secured with masking tape prior to surface preparation and painting.

Page 24 of 75

Page 25: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.5.3 The Contractor shall fill cracks, joints, holes, and gaps with putty throughout the surfaces to be painted.  Fiber mesh tape shall be used for the gaps and cracks to protect against future exposed cracking.  The Contractor shall use the proper weight/grit sand paper for smoothing the putty surface after the putty dries completely. The Contractor shall use a vacuum system to catch and remove the resulting dust from sanding.

B.2.5.4 The Contractor shall remove hardware and hardware accessories, plates, machined surfaces, and similar items already installed that are not to be painted. If removal is impractical or impossible because of size or weight of the item, provide surface-applied protection before surface preparation and painting.

B.2.5.5 The Contractor shall clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition and as specified.

i. Provide barrier coats over incompatible primers or remove and re-prime.ii. Cementitious Materials: Remove efflorescence, chalk, dust, dirt, grease, oils, and

release agents. Roughen as required to remove glaze. If hardeners or sealers have been used to improve curing, use mechanical methods of surface preparation.

iii. Ferrous Metal: Clean un-galvanized ferrous-metal surfaces that have not been shop coated; remove oil, grease, dirt, loose mill scale, and other foreign substances. Use solvent or mechanical cleaning methods that comply with SSPC's recommendations.

iv. Galvanized Surfaces: Clean galvanized surfaces with nonpetroleum-based solvents so surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods.

v. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sand surfaces exposed to view smooth and dust off.

- Scrape and clean small, dry, seasoned knots, and apply a thin coat of white shellac or other recommended knot sealer before applying primer. After priming, fill holes and imperfections in finish surfaces with putty or plastic wood filler. Sand smooth when dried.

- Prime, stain, or seal wood to be painted immediately upon delivery. Prime edges, ends, faces, undersides, and back sides of wood, including cabinets, counters, cases, and paneling.

- If transparent finish is required, back-prime with spar varnish.- Back-prime paneling on interior partitions where masonry, plaster, or other

wet wall construction occurs on back side.- Seal tops, bottoms, and cutouts of unprimed wood doors with a heavy coat of

varnish or sealer immediately upon delivery.

B.2.5.6 The Contractor shall apply paint material coatings no thinner than the manufacturer recommended spreading rate. Provide total dry film thickness of the entire system as recommended by manufacturer.

Page 25 of 75

Page 26: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.5.7 Before applying finish coats, the Contractor shall apply a prime coat, as recommended by manufacturer, to material that is required to be painted or finished and that has not been prime-coated by others. The Contractor shall recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no burn-through or other defects due to insufficient sealing.

B.2.5.8 The Contractor shall completely cover surfaces as necessary to provide a smooth, opaque surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, or other surface imperfections will not be acceptable.

B.2.5.9 The Contractor shall roll and redistribute paint to an even and fine texture leaving no evidence of rolling, such as laps, irregularity in texture, skid marks, or other surface imperfections.

B.2.5.10 The Contractor shall apply one layer of primer coat and a minimum of one layer of finish coat paint.

B.2.5.11 Wherever spray painting application is used, the Contractor shall apply each coat to provide the equivalent coverage of brush-applied coats.

B.2.5.12 The types of paint to be used and the locations are depicted below:

LOCATION PRODUCT SPECIFICATION COLORFascia board SAMHWA Enamel, Semi-gloss Same as existingSoffit board SAMHWA Enamel, Semi-gloss Same as existingBaseboard SAMHWA Enamel, Semi-gloss Same as existing

Exterior wall SAMHWA Acro-latex, Flat Same as existingSteel door and frame SAMHWA Enamel, Semi-gloss Same as existing

Interior wall SAMHWA Acro-latex, Flat, Washable Same as existingCount top SAMHWA Wood veneer, lacquer 7 times Same as existing

B.2.5.13 After completing painting operations in each space or area, the Contractor shall reinstall items removed using workers skilled in the trades involved.

B.2.5.14 The Contractor shall protect the work of other trades, whether being painted or not, against damage from painting. The Contractor shall correct damage by cleaning, repairing, or replacing and repainting as approved by the COR.

B.2.5.15 After work of other trades is complete, the Contractor shall touch up and restore damaged or defaced painted surfaces.

B.2.6 METAL CANOPY INSTALLATION WORK

POLYCARBONATE AWNING INSTALLATIONB.2.6.1 The Contractor shall install the polycarbonate awning including metal shed structure at the check-in point of the GATE NO. 6 GUARD HOUSE as per the drawing. The

Page 26 of 75

Page 27: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

projected area of awning is 6m². The size of each member shall be complied with designated size as per the drawing.

B.2.6.2 The new polycarbonate plate shall be 5mm thick and a light brown color to match the adjacent structure. Stainless screws shall be used as a method of joining the polycarbonate plate and metal frame. Upon completion of installation, the Contractor shall apply caulking on the connection spot.

B.2.6.3 All connections related to metal shed structure shall be welded. The Contractor’s welder shall be qualified and certified in accordance with the applicable requirements of AWS D1.1 and submit a welding certificate for approval.

B.2.6.4 The Contractor shall apply anti-corrosive paint and two coats of enamel paint to steel frame, gutter, and downspout. The color shall match with the adjacent awning.

CONCRETE WORKB.2.6.5 The Contractor shall provide the concrete footings for the new awning posts as per the drawing S-01. The new concrete footings shall be 200mm square and 500mm high with reinforced rebar. The minimum compressive strength of the foundation concrete shall be 24 MPa at 28 days.

B.2.6.6 The Contractor shall provide formwork so that the concrete members and structures are of the size, shape, alignment, elevation, and position indicated. The concrete form shall be supported for vertical, lateral, static, and dynamic loads, and construction loads that might be applied until the structure can support such loads.

B.2.6.7 The Contractor shall install forms tight enough to prevent loss of concrete mortar and fabricate forms for easy removal without hammering or prying against concrete surfaces.

B.2.6.8 Before placing concrete, the Contractor shall verify that installation of formwork and embedded items are completed and that required inspections have been performed.

B.2.7 ELECTRICAL/COMMUNICATION WORK

B.2.7.1 The Contractor shall provide and install the new main electrical panel, electrical wires, conduit, switches, receptacles, and lighting fixtures at the GATE NO. 1, GATE NO. 2, GATE NO. 3, and GATE NO. 6 GUARD HOUSES as per drawings E-01 and 02.

B.2.7.2 Upon completion of all electrical work, the Contractor will compose an accurate panel schedule in English and Korean to be placed in the new main electrical panel.

LIGHTING INSTALLATIONB.2.7.3 The Contractor shall provide and install one (1) recessed lighting fixture in the restrooms, one (1) surface mounted lighting fixture in the new utility rooms, and four (4) recessed lighting fixtures in the guard rooms in the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES as per the drawings. The new lighting fixtures shall be mounted in (recessed) or on (surface) the ceiling as applicable.

Page 27 of 75

Page 28: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.7.4 The new recessed lighting shall have a white trim with acrylic opal glass and contain one (1) Light Emitting Diode (LED) light bulb having the following characteristics or equivalent:

Power Consumption: less than 12watts and 220 VACColor Temp.: 2,700K ~ 3,200K (Warm White)Brightness: 720lmCRI: 98RaRated Life: 22 years (3hrs / day use)Beam Angle: 120 degreeEco friendly: Mercury-free, Lead-free, Cadmium-free and CL light sourceCertification: UL acquired (USA)Warranty: 5years

B.2.7.5 The new surface mounted lighting shall be 230mm diameter with a white enamel finish and contain one (1) Light Emitting Diode (LED) bulb with the follow characteristics or equivalent:

Power Consumption: less than 12watts and 220 VACColor Temp.: 2,700K ~ 3,200K (Warm White)Brightness: 720lmCRI: 98RaRated Life: 22 years (3hrs / day use)Beam Angle: 120 degreeEco friendly: Mercury-free, Lead-free, Cadmium-free and CL light sourceCertification: UL acquired (USA)Warranty: 5years

B.2.7.6 The Contractor shall provide and install two (2) exterior wall lighting fixtures at the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES as per the drawings. The exterior lighting fixtures shall be connected to and operated by the existing photocell sensor unit.

B.2.7.7 The new photocell controlled outdoor lighting shall have at least Ingress Protection (IP) 65 waterproof fitting in a wet location, heavy duty die-cast aluminum housing for efficient heat sink, and one (1) LED light having the following characteristics or equivalent:

Power Consumption: less than 60 watts and 220 VACBrightness: 7200lmLumens Output: 120LM/WColor Rendering Index (CRI): At least 80 Ra

Page 28 of 75

Page 29: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

Color Temperature: 5000KelvinLifespan: 50,000 hoursEco friendly: Mercury-free, Lead-free, Cadmium-free and CL light sourceWarranty: 5years.

B.2.7.8 The Contractor shall provide and install one (1) exterior flood lighting fixture at the GATE NO. 1, GATE NO. 2 and GATE NO. 3 GUARD HOUSES and two (2) exterior flood lighting fixtures at the GATE NO. 6 GUARD HOUSE as per the drawings. The flood lighting fixtures shall be operated by separate switches in the guard rooms

B.2.7.9 The new exterior flood lighting fixture shall have at least Ingress Protection (IP) 66 waterproof fitting in a wet location, die-cast aluminum housing and tempered glass, and one (1) LED light having the following characteristics or equivalent:

Power Consumption: less than 60 watts and 220 VACBrightness: 6,500lmColor Rendering Index (CRI): At least 80 RaColor Temperature: 5000KelvinLifespan: 50,000 hoursBeam angle: 120 degreeEco friendly: Mercury-free, Lead-free, Cadmium-free and CL light sourceCertification: ETL/cETL listed, DLC-Qualified (USA)Warranty: 5years.

B.2.7.10 The Contractor shall provide and install the two (2) new flush mount (recessed) lighting fixtures in the guard room at the GATE NO. 6 GUARD HOUSE as per the drawings. The new lighting fixtures shall be 300mm wide and 1,200mm long with electric ballasts compatible with the T8 LED light bulbs to be installed.

B.2.7.11 The new light bulbs in the guard room at the GATE NO. 6 GUARD HOUSE shall be T8 Light Emitting Diode (LED) bulbs having the following characteristics or equivalent:

Size: Ø 26, 1200mmProduct: T8 LED Tube Lamp – EFU-BE20 CL Lighting or equivalentPower Consumption: less than 20watts and 120 VACColor Temp.: less than 5,000KTotal Luminous Flux: less than 2,200lmCRL: 82RaRated Life: 50,000 hrBeam Angle: 120 degreeEco friendly: Mercury-free, Lead-free, Cadmium-free and CL light sourceCertification: UL acquired (USA)Warranty: 5years

Page 29 of 75

Page 30: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

The T8 LED bulbs will be Government Furnish / Contractor Installed (GFCI).

B.2.7.12 The Contractor shall submit the manufacturer’s specifications, cut sheets, and catalogues of lighting fixtures for the COR’s approval prior to work commencement.

ELECTRIC CONVECTOR INSTALLATIONB.2.7.13 The Contractor shall provide and install one (1) wall mounted electric convector at each restroom in the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES including the electrical power feeds as per drawing E-05.

B.2.7.14 The new wall mounted electric convector shall be “BC-050S” manufactured by “Bosung Corp.” or equivalent and have the following characteristics:

Voltage and wire connection: 220VAC, 1 phase. Power consumption: 0.5kw.Coverage: 3.3 square meterAir direction: One way Installation: Wall Mounted Type Size: 340mm × 80mm × 440mm

AIR CONDITIONER INSTALLATIONB.2.7.15 The Contractor shall provide and install one (1) ceiling mounted air conditioner with heat pump capabilities in each guard room at the GATE NO. 1, GATE NO. 2, GATE NO. 3, and GATE NO. 6 GUARD HOUSES including the electrical power feeds as per drawing E-05.

B.2.7.16 The new ceiling mounted air-conditioners shall be “TW0230U2S” manufactured by “LG Electronics” or equivalent and have the following characteristics:

Voltage and wire connection: 220VAC, 1 phase, 2 wire. Capacity: cooling 2.3kw, heating 2.8kwPower consumption: cooling maximum 0.61kw, heating maximum 0.72kw.Air direction: One way Installation: Ceiling Mounted Type Size: 860mm× 132mm × 450mm (Indoor unit), 770mm × 545mm × 288mm (Outdoor unit)Refrigerants gas: R410A

ELECTRICAL WATER HEATERB.2.7.17 The Contractor shall provide and install one (1) new wall mounted electric water heater in each restroom at the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES including the electrical power feeds as per the drawing M-01.

Page 30 of 75

Page 31: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.7.18 The new wall mounted electric water heater shall be “ERW-15ST” manufactured by “KYUNG DONG NAVIEN” or equivalent and have the following characteristics:

Voltage and wire connection: 220VAC, 60Hz, 1 phase. Power consumption: 1.5kw.Capacity: 15 litersConnecting port size: 15mm Installation: Wall Mounted Type Size: 340mm × 356mm × 421mm

GENERAL REQUIRMENTB.2.7.19 All electrical power wiring and cables shall be run through metal conduit, pull boxes, and associated fittings; and will be concealed in the walls or ceiling. If that’s not possible, the Contractor shall provide a surface mounted raceway (Multi-Duct) with appropriate accessories to accommodate separation of electrical and communication outlets.

B.2.7.20 The Contractor shall not use flexible metal conduit (FMC) for power system connections of more than 1.8 meters long.

B.2.7.21 All outlets shall be embedded into the wall and all associated electrical wires and conduits shall be installed accordingly.

B.2.7.22 The circuit breakers, new wiring, and all spliced wiring and connections shall be rated and sized appropriately as per the National Electrical Code (NEC), NFPA 70.

SUBMITTALSB.2.7.23 Product Data: include the laboratory test fact sheets, capacities, sizes, performances, operations, safety features, finishes, manufacturer’s specifications, and Safety Data Sheets (SDS) of materials for COR’s approval prior to work commencement.

B.2.7.24 Shop Drawings: The Contractor shall submit electrical work shop drawings including main panel boards, load calculations, electrical wiring, interior and exterior lighting fixtures, switches, receptacles, air conditioners, electric convectors, water heaters, and any electrical related works drawn to scale, with equipment properly configured, and with access and maintenance space requirements clearly marked.

B.2.8 MECHANICAL WORK AND PLUMBING WORK

HOT AND COLD WATER PIPE REPLACEMENTB.2.8.1 The Contractor shall replace the existing hot and cold water pipe lines in restrooms and new utility rooms at the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES as per drawing M-01.

B.2.8.2 The new copper pipe shall be 15mm diameter and at least L-type grade. All pipe connectors such as elbows, tees, crosses, and valves shall be also met with the same diameter and general standard.

Page 31 of 75

Page 32: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.8.3 The Contractor shall have prepared any special tools necessary for the installation of copper piping, such as cutter, reamer, sizing tool, expander, flaring tool, wire brush, sand paper, and welding machine, etc., so that there is no disruption to the construction process.

B.2.8.4 The contractor shall support all horizontal pipes at intervals of within 1m by using 15mm anchor bolts. The Contractor shall support all vertical pipes at intervals less than 3 meters with pipe riser clamps or offset pipe clamps.

B.2.8.5 Upon completion of the pipe installation, the Contractor shall perform the proper tests to identify any defects of the installed pipes and joints.

B.2.8.6 The applied insulation shall be 25mm thick Nitrile Butadiene Rubber (NBR) insulation, and shall have the following characteristics:

Test Result Test Method

Thermal performanceDensity 43 kg/m3 KS M ISO 845Thermal

conductivity0.034 W/m.k KS L 9016

Heat retention Vapor permeance ng/m2.s.pa KS M 3808

Formaldehyde emission (mg/L) 0.1 mg/L KS M ISO 1663

Amount of water absorption 0.10 g/100cm2 KS M 6962

Permanence compressibility (%) 15 % KS M ISO 1856

Fire retardantL.O.I 36.0 % KS M ISO 4589-2Grade Grade 1 -CFE 24.6 kw/m2 ISO 5658-2:2006

Vapor diffusion resistance coefficient DIN 52615 / ASTM E-96

Corrosion resistant & Halogen components

NH3 0.014 % EU : less than or equal to 0.2%

NO2- < 0.0001 % EU : less than or equal to 0.0001%

C1- -0.009 % EU : less than or equal to 0.05%

B.2.8.7 The Contractor shall submit the laboratory test fact sheets, manufacturer’s specifications, and Safety Data Sheets (SDS) of the pipe and NBR insulation for COR’s approval prior to work commencement.

TOILET ACCESSORIES REPLACEMENT WORKB.2.8.8 The Contractor shall provide and install a new lavatory and sink, faucet, accessories, wall mirror, stainless steel sanitary bin, and paper dispenser in the restrooms at the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES as per drawings. The COR shall approve all proposed items.

Commode (American Standard, TRONO, C419100T or equivalent ), Elongated type

Soap holder (American Standard ACTIVE KF-SW1058-410 or equivalent)

Page 32 of 75

Page 33: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

Coat hanger (American Standard ACTIVE KF-SW1058-420 or equivalent)

Toilet Paper holder (American Standard, ACTIVE KF-SW1058-450 or equivalent)

Towel hanger (American Standard, ACTIVE KF-SW1058-460 or equivalent)

Provide Stainless Steel Sanitary Bin (3 gallons)

Lavatory / Sink (American Standard, ACTIVE, KP-WP-1526/7526 or equivalent )

Lavatory faucet ( American Standard, NEW ACTIVE KF-1675 or equivalent)

Stainless Steel shelves (American Standard, FH1060-0GAK403AW or equivalent)

VENTILATION WORKB.2.8.9 The Contractor shall replace the old toilet vent pipe with a new 100mm diameter Poly Vinyl Chloride (PVC) pipe at the each restroom in the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES as per the drawing M-01. The new PVC vent pipe shall be extended to the attic and air grills.

B.2.8.10 The Contractor shall provide and install three (3) new air exhaust fans and related mechanical duct & insulation in the restrooms, new utility rooms, and guard rooms at the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES as per drawing M-01. The new air exhaust fans in the restrooms and guard rooms shall be 200mm by 200mm ceiling mounted types. The new air exhaust fans in the new utility rooms shall be 200mm by 200mm wall mounted types. The Contractor shall replace one (1) wall mounted exhaust fan with a new 200mm by 200mm exhaust fan at the GATE NO. 6 GUARD HOUSE.

B.2.8.11 The Contractor shall replace two (2) existing old louver vents with round 500mm diameter aluminum louver vents at each of the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES as per the drawing.

B.2.8.12 The Contractor shall replace the two (2) old air grills with new aluminum security metal grills at each of the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES as per the drawing.

SUBMITTALSB.2.8.13 Product Data: include the laboratory test fact sheets, capacities, sizes, performances, operations, safety features, finishes, manufacturer’s specifications, and Safety Data Sheets (SDS) of materials for COR’s approval prior to work commencement.

B.2.8.14 Shop Drawings: The Contractor shall submit the mechanical shop drawings including hot and cold water lines, sanitary items, exhaust fans, ventilation works, and any mechanical related works drawn to scale, with equipment properly configured, and with access and maintenance space requirements clearly marked.

B.2.9 OTHER WORK

GUARD ROOM COUNTER TOP AND CABINET INSTALLTION

Page 33 of 75

Page 34: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

B.2.9.1 The Contractor shall provide and install a new wood veneer and lacquer paint on top of the existing wood countertops in the guard rooms at the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES as per the drawing. The existing countertops dimensions are 0.44 meters wide, 2.9 meters long, and 1.05 meters high; and 0.19 meters wide, 2 meters long and 1.05 meters high as per drawing A-08.

B.2.9.2 The Contractor shall provide and install new engineered wood cabinets in the guard rooms at the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES as per the drawing. The new cabinets shall be 0.3 meters wide, 2.5 meters long, and 0.86 meters high.

B.2.9.3 The Contractor shall replace the existing old cabinets and countertop with new ones in the guard room at the GATE NO. 6 GUARD HOUSE. The new cabinet and countertop shall be 0.5 meters wide, 2.8 meters long, and 0.87 meters high; and 0.5 meters wide, 3.5 meters long and 0.87 meters high.

B.2.9.4 The countertops shall be made of artificial marble stone or engineered stone made of natural quartz from HANWHA L&C Company, LG HAUSYS Company, or equivalent.

B.2.9.5 The cabinet door hinges shall be soft closing hinges. The soft closing hinges shall be capable of being adjusted by the turn of a screw to the desired closing speed.

B.2.9.6 The doors and drawers shall be made of engineered wood with Ultraviolet (UV)-cured finish. The door handles and drawers shall not have any sharp edges, but shall have a rounding or sanding treatment applied.

B.2.9.7 The Contractor shall submit shop drawings and samples of the door handles, drawer knobs, cabinets, and countertops for the COR’s approval prior to installation. Until the final decision is made, the Contractor shall not dispose of the existing door handles and drawer knobs.

CONCRETE WORKB.2.9.8 The Contractor shall provide and place concrete at the opening where the metal door and frame shall be removed at the old pump rooms of the GATE NO. 1, GATE NO. 2, and GATE NO. 3 GUARD HOUSES as per the drawing. The new concrete wall shall be rebar reinforced and have a 900mm wide, 2 meters long, and 200mm thickness with a minimum compressive strength of 25 MPa at 28 days.

B.2.9.9 The rebar shall be one (1) layer of 13mm diameter High-tension Deform (HD) rebar. The rebar ends shall be fastened to the existing concrete wall by mechanical chemical anchors. The HD rebar shall be placed 200 mm o.c. vertically and horizontally.

B.3 EXAMINATION OF THE SITE

The Contractor acknowledges that he/she has satisfied himself/herself as to the nature of materials and methods of the existing construction noted for repair or replacement, and to the obstacles likely to be encountered, insofar as this information is reasonably ascertainable from an inspection of the

Page 34 of 75

Page 35: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

specified structures and or premises. The Contractor shall carefully study and compare the Contract Documents with each other and with information furnished by the USG. Before commencing activities, the Contractor shall: (1) take field measurements and verify field conditions; (2) carefully compare this and other information known to the Contractor with the Contract Documents; and (3) promptly report errors, inconsistencies or omissions discovered to the USG Contracting Officer Representative.

B.4 QUALITY CONTROL

B.4.1 Quality Control is the means by which the Contractor ensures that the construction, to include that of subcontractors and suppliers, complies with the requirements of the contract. The controls shall be adequate to cover all construction operations, including both on-site and off-site fabrication, and will be keyed to the proposed construction sequence.

B.4.2 The Quality Control Program shall be based on a three-phase control process including, Preparatory Phase, Initial Phase and Follow-up Phase.

B.4.2.1 Preparatory phase: Contractor shall prepare and explain their construction plan (man-power schedule, working schedule in detail, surface treatment method, safety plan, fire protection plan etc.)

B.4.2.2 Initial phase: Contractor shall make one sample area for each case such as; paint color, etc., for approval by the COR.

B.4.2.3 Follow-up phase: Contractor shall perform their work according to Preparatory phase and Initial phase as approved by the COR.

B.4.3 Submittals: The Contractor shall submit a Quality Control plan for acceptance by the COR. The plan shall identify and describe the site organization, personnel, records, and forms to be used. The Embassy reserves the right to require the Contractor to make changes in his plan and operations, including removal of personnel, as necessary, to obtain the quality specified.

B.5 SAFETY MANAGEMENT PLAN

Safety (FAR 52.236-13 Accident Prevention)

The Contractor shall provide and maintain work environments and procedures which will: (a) Safeguard the public and Government personnel, property, materials, supplies, and equipment

exposed to Contractor operations and activities.(b) Avoid interruptions of Government operations and delays in project completion dates.(c) Control excess costs in the performance of this contract.

Contractor shall comply with all pertinent provisions of the latest version of U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, in effect on the date of the solicitation.

Page 35 of 75

Page 36: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

Whenever the Contracting Officer becomes aware of any noncompliance with these requirements or any condition that poses a serious or imminent danger to the health or safety of the public or Government personnel, the Contracting Officer shall notify the Contractor orally, with written confirmation, and request immediate initiation of corrective action.

This notice, when delivered to the Contractor or the contractor's representative at the work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After receiving the notice, the Contractor shall immediately take corrective action.

If the Contractor fails or refuses to promptly take corrective action, the U.S.G. Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any stop work order issued under this clause.

Page 36 of 75

Page 37: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

C. PACKAGING AND MARKING

Mark materials delivered to the site as follows:Facility Management OfficerAmerican Embassy, Seoul10, Namyoung-dong, Yongsan-gu, Seoul, Korea

Page 37 of 75

Page 38: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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.

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.

Page 38 of 75

Page 39: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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

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

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

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

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

Page 39 of 75

Page 40: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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 on the start date in the Notice to Proceed.(b) Prosecute the work diligently, and,(c) Complete the entire work ready for use not later than 180 calendar days from the start date in

the Notice to Proceed.  

The time stated for completion shall include final cleanup of the premises and completion of punch list items.

52.211-12 LIQUIDATED DAMAGES - CONSTRUCTION (SEP 2000) – RESERVED.

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

Construction Contracts", paragraph (a), is hereby modified to reflect the due date for submission “as three 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.

Page 40 of 75

Page 41: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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.

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 non-disruptive work shall be performed during Monday through Friday, 08:00 to 17:00.

Noisy and disruptive work will be scheduled, by the COR on weekends, or holidays when the work would negatively affect nearby office operations. The work will be done during the hours between 08:00 and 17:00.

No extra compensation or payments will be made to the Contractor for any change requests in working hours made to the COR by the Contractor.

Any request to perform work before 08:00 or after 17:00 on any days must be approved by the COR in advance.

PRECONSTRUCTION CONFERENCE

A pre-construction conference will be held 3 days after contract award at the GSO conference room to discuss the schedule, submittals, notice to proceed, mobilization and other important issues that affect construction progress. See FAR 52.236-26, Pre-construction Conference.

DELIVERABLES - The following items shall be delivered under this contract:

Description Quantity Deliver Date Deliver To

Page 41 of 75

Page 42: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

Section G. Securities/Insurance/Bond 1 5 days after award CO

Section E. Construction Schedule 1 3 days after award COR

Section E. Preconstruction Conference 1 3 days after award COR

Section G. Personnel Biographies 1 7 days after award COR

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

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 42 of 75

Page 43: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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 the Engineer

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

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

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

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

The Contractor shall submit invoices to the Financial Management Office via email to [email protected]

Page 43 of 75

Page 44: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

G. SPECIAL REQUIREMENTS

G.1.0 PERFORMANCE BOND

PERFORMANCE/PAYMENT PROTECTION - The Contractor shall furnish a performance bond and a payment bond as described in 52.228-13, each in the amount of 20% of the contract price.

G.1.1 The Contractor shall provide the information required by the paragraph above within five (5) 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 KOREAN WON

Per Occurrence W100,000,000

Cumulative W200,000,000

(2) PROPERTY DAMAGE, ON OR OFF THE SITE, IN KOREAN WON

Per Occurrence W50,000,000

Cumulative W50,000,000

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

Page 44 of 75

Page 45: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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 an 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:

(a) 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,

(b) 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:

(a) 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,

(b) 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

Page 45 of 75

Page 46: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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 Personnel Security Clearance

After award, the Contractor has 7 calendar days to submit to the Contracting Officer certificates of satisfactory criminal records check of the individuals assigned to this project for the Government. The certificate must be obtained from the police station where the individual maintains his/her residence. A separate list of all the individuals assigned to the project must accompany the certificates and the list should include the following information.

Full Name Place and Date of BirthCurrent AddressNational Identification Number

Failure to provide the certificates of satisfactory criminal records check may be considered grounds for rejection and/or require resubmittal of the application. Once the certificates of the applicants have been received and verified, the Government will issue project site access badges to the individuals on the list within 3 working days of the receipt of certificates. The badges may be revoked at any time for falsification of data, or misconduct on site.

Page 46 of 75

Page 47: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

The Contractor shall submit a list of all vehicles that require access to the U.S. Embassy property on a weekly basis. Information required is as follows:

Type of VehicleVehicle Tag NumberVehicle Driver Identification

The COR and the U.S. Embassy security officer have the right to deny access to any person and or vehicle that are deemed unacceptable.

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

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

G.7.0 SPECIAL WARRANTIES

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

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

G.8.0 EQUITABLE ADJUSTMENTS

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

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

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

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

G.9.0 ZONING APPROVALS AND PERMITS

The Government shall be responsible for:

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

Page 47 of 75

Page 48: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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 48 of 75

Page 49: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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 http://www.statebuy.state.gov/ to access links to the FAR. You may also use an internet “search engine” (for example, Google, Yahoo, Excite) to obtain the latest location of the most current FAR.

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

CLAUSE TITLE AND DATE

52.202-1 DEFINITIONS (NOV 2013)

52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT2016)

52.204-12 UNIQUE ENTITY IDENTIFIER MAINTAINANCE (OCT 2016)

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

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

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

52.209-9 UPDATES OF INFORMATION REGARDING RESPONSIBILITY MATTERS (JULY 2013)

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

52.216-7 ALLOWABLE COST AND PAYMENT (JUN 2013)

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

Page 49 of 75

Page 50: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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

52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015)

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 (JAN 2017)

52.232-27 PROMPT PAYMENT FOR CONSTRUCTION CONTRACTS (JAN 2017)

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

Page 50 of 75

Page 51: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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

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

52.233-3 PROTEST AFTER AWARD (AUG 1996)

52.236-2 DIFFERING SITE CONDITIONS (APR 1984)

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

52.236-5 MATERIAL AND WORKMANSHIP (APR 1984)

52.236-6 SUPERINTENDENCE BY THE CONTRACTOR (APR 1984)

52.236-7 PERMITS AND RESPONSIBILITIES (NOV 1991)

52.236-8 OTHER CONTRACTS (APR 1984)

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

52.236-10 OPERATIONS AND STORAGE AREAS (APR 1984)

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

52.236-12 CLEANING UP (APR 1984)

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

52.236-15 SCHEDULES FOR CONSTRUCTION CONTRACTS (APR 1984)

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

52.236-26 PRECONSTRUCTION CONFERENCE (FEB 1995)

52.242-14 SUSPENSION OF WORK (APR 1984)

52.243-4 CHANGES (JUN 2007)

52.243-5 CHANGES AND CHANGED CONDITIONS (APR 1984)

52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (JAN 2017)

52.245-2 GOVERNMENT PROPERTY INSTALLATION OPERATION SERVICES (APR 2012)

Page 51 of 75

Page 52: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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)

52.236-13 ACCIDENT PREVENTION

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 POLICY AND PROCEDURES (FEB 2015)

(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 52 of 75

Page 53: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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:

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”);

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

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

(End of clause)

Page 53 of 75

Page 54: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

652.236-70 ADDITIONAL SAFETY MEASURES (OCT 2017)

Page 54 of 75

Page 55: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

Page 55 of 75

Page 56: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

652.237-72 OBSERVANCE OF LEGAL HOLIDAYS AND ADMINISTRATIVE LEAVE (APR 2004)

(a) The Department of State observes the following days as holidays:

:  New Year’s Day (A & K):  Martin Luther King, Jr.’s Birthday (A):  Seol-Nal (Lunar New Year Day) (K):  Presidents’ Day (A):  Sam Il Jul (Independence Movement Day) (K):  Orininal (Children’s Day) (K):  Memorial Day (A):  Hyun Choong Il (Memorial Day) (K):  Independence Day (A):  Kwang Bok Jul (Independence Day) (K):  Labor Day (A):  Chusok (Korean Thanksgiving Days) (K):  Kae Chun Jul (National Foundation Day) (K):  Columbus Day (A):  Han Geul Nal (Korean Alphabet Day) (K):  Veterans Day (A):  Thanksgiving Day (A):  Christmas Day (A & K)

(A) - Denotes American holiday       (K) - Denotes Korean holiday

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

(b) When any such day falls on a Saturday or Sunday, the following Monday is observed. Observance of such days by Government personnel shall not be cause for additional period of performance or entitlement to compensation except as set forth in the contract. If the Contractor’s personnel work on a holiday, no form of holiday or other premium compensation will be reimbursed either as a direct or indirect cost, unless authorized pursuant to an overtime clause elsewhere in this contract.

(c) When the Department of State grants administrative leave to its Government employees, assigned Contractor personnel in Government facilities shall also be dismissed. However, the Contractor agrees to continue to provide sufficient personnel to perform round-the-clock requirements of critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the Contracting Officer or his/her duly authorized representative.

(d) For fixed-price contracts, if services are not required or provided because the building is closed due to inclement weather, unanticipated holidays declared by the President, failure of Congress to appropriate funds, or similar reasons, deductions will be computed as follows:

(1) The deduction rate in dollars per day will be equal to the per month contract price divided by 21 days per month.

Page 56 of 75

Page 57: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

(2) The deduction rate in dollars per day will be multiplied by the number of days services are not required or provided.

If services are provided for portions of days, appropriate adjustment will be made by the Contracting Officer to ensure that the Contractor is compensated for services provided.

(e) If administrative leave is granted to Contractor personnel as a result of conditions stipulated in any “Excusable Delays” clause of this contract, it will be without loss to the Contractor. The cost of salaries and wages to the Contractor for the period of any such excused absence shall be a reimbursable item of direct cost hereunder for employees whose regular time is normally charged, and a reimbursable item of indirect cost for employees whose time is normally charged indirectly in accordance with the Contractor’s accounting policy.

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 57 of 75

Page 58: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

I. LIST OF ATTACHMENTS

ATTACHMENT NUMBER DESCRIPTION OF ATTACHMENT NUMBER OF

PAGES

Attachment 1 BREAKDOWN OF PRICE BY DIVISIONS OF SPECIFICATIONS 1

Attachment 2 LIST OF MATERIAL ONLY WITH QUANTITY TO BE USED WITH NO PRICES 1

Attachment 3 DRAWING (will be provided at the pre-quotation conference) 1

Attachment 4 Government-Furnished Contractor Installed Property 1

Page 58 of 75

Page 59: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

ATTACHMENT #1

BREAKDOWN OF PRICE BY DIVISIONS OF SPECIFICATIONS

(1)DIVISION

DESCRIPTION

(2)UNIT

(3)Q’TY

(4)LABOR

(5) MATERIALS

(6)AMOUNT

1. General Requirements2. Site Work3. Concrete4. Masonry5. Metals6. Wood and Plastic7. Thermal and Moisture8. Doors and Windows9. Finishes10. Specialties11. Equipment12. Furnishings13. Special Construction14. Conveying Systems15. Mechanical16. Electrical

Direct cost Total

17. Admin. Expense

18. Overhead

19. Profit

In-direct cost Total

Grand Total

PRICE TOTAL: Korean Won

Offeror:___________________________________ Date: ________________________

Page 59 of 75

Page 60: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

ATTACHMENT #2

LIST OF MATERIAL ONLY WITH QUANTITY TO BE USED WITH NO PRICES

DIVISION DESCRIPTION UNIT Q’TY1. General Requirements2. Site Work3. Concrete4. Masonry5. Metals6. Wood and Plastic7. Thermal and Moisture8. Doors and Windows9. Finishes10. Specialties11. Equipment12. Furnishings13. Special Construction14. Conveying Systems15. Mechanical16. Electrical

Page 60 of 75

Page 61: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

ATTACHMENT #3DRAWING

Drawings will be provided at the Pre-Quotation conference.

Page 61 of 75

Page 62: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

ATTACHMENT #4

Government-Furnished Contractor Installed Property

SECTION DESCRIPTION QUANTITYB.2.7.11 Light Emitting Diode (LED) bulb

Size: Ø 26, 1200mmProduct: T8 LED Tube Lamp – EFU-BE20 CL Lighting or equivalentPower Consumption: less than 20watts and 120 VACColor Temp.: less than 5,000KTotal Luminous Flux: less than 2,200lmCRL: 82RaRated Life: 50,000 hrBeam Angle: 120 degreeEco friendly: Mercury-free, Lead-free, Cadmium-free and CL light sourceCertification: UL acquired (USA)Warranty: 5years

4

Page 62 of 75

Page 63: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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.

(c) Submission Of Quotations

This solicitation is for the performance of the construction services described in “Section B. Scope of Work”, and the Attachments which are a part of this request for quotation.

The offer must be submitted electronically in three physically separate volumes (three separate e-files) as described below:  

Volume Title

IExecuted Standard Form 1442, "Solicitation, Offer and Award (Construction, Alteration, or Repair)", and completed Section L -REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS.

II

Price Quotation and completed Section A, “PRICE”. The price quotation shall include a completed Attachment #1 "BREAKDOWN OF PRICE BY DIVISIONS OF SPECIFICATIONS"

Attachment #2, “LIST OF MATERIAL ONLY WITH QUANTITY TO BE USED WITH NO PRICES”

III Performance schedule in the form of a “bar chart” and Business Management/Technical Proposal

Please submit the complete offer addressed only to the Contracting Office by email at [email protected] indicated at Block 8 of Standard Form SF 1442.   No paper copies shall

Page 63 of 75

Page 64: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

be accepted. It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe Acrobat (pdf) file format.  The file size must not exceed 30MB.  If the file size should exceed the 30MB, the submission must be made in separate files of size less than 30MB.   Offerors shall identify, explain and justify any deviations, exceptions, or conditional assumptions taken regarding any of the instructions or requirements of this solicitation.

DETAILED INSTRUCTIONS

Volume I: Standard Form (SF) 1442 and Section L. Complete blocks 14 through 20C of the SF 1442 and all of Section L.

Volume II: Price quotation. The price quotation shall include a completed Attachment #1 "BREAKDOWN OF PRICE BY DIVISIONS OF SPECIFICATIONS" and Attachment #2, “LIST OF MATERIAL ONLY WITH QUANTITY TO BE USED WITH NO PRICES”. Complete all applicable portions of this form in each relevant category.

Volume III: 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: A list of the names, addresses and telephone numbers of the owners, partners, and principal

officers of the Offeror; The name and address of the Offeror's field superintendent for this project; 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 two years for the same or similar work. Provide the following information for each contract and subcontract:

Customer's name, address, and telephone numbers of customer's lead contract and technical personnel;

Contract number and type; Date of the contract award place(s) of performance, and completion dates; Contract dollar

value; Brief description of the work, including responsibilities; and Any litigation currently in process or occurring within last 5 years.

Page 64 of 75

Page 65: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

(c) 52.236-27 SITE VISIT (CONSTRCTION)_ (FEB 1995)

(1) 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(2) A site visit has been scheduled right after the pre-quotation conference on August 8, 2019 at 14:00.(3) Participants will meet at the GSO green conference room, U.S. Embassy Seoul.

(d) MAGNITUDE OF CONSTRUCTION PROJECT

It is anticipated that the range in price of this contract will be between $100,000 and $250,000.

(e) LATE QUOTATIONS

Late quotations shall be handled in accordance with FAR.

(f) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)This contract incorporates the following provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.

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

52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (JULY 2013)

52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013)

Page 65 of 75

Page 66: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015)

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

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

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

Page 66 of 75

Page 67: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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:

(a) ability to comply with the required performance period, taking into consideration all existing commercial and governmental business commitments;

(b) satisfactory record of integrity and business ethics;(c) necessary organization, experience, and skills or the ability to obtain them;(d) necessary equipment and facilities or the ability to obtain them; and(e) otherwise, qualified and eligible to receive an award under applicable laws and regulations.

The following DOSAR is provided in full text:

652.209-79 REPRESENTATION BY CORPORATION REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CRIMINAL CONVICTION UNDER ANY FEDERAL LAW (SEPT 2014) (DEVIATION per PIB 2014-21)

(a)  In accordance with section 7073 of Division K of the Consolidated Appropriations Act, 2014 (Public Law 113-76) none of the funds made available by that Act may be used to enter into a contract with any corporation that –

 (1)   Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency has direct knowledge of the

conviction, unless the agency has considered, in accordance with its procedures, that this further action is not necessary to protect the interests of the Government; or 

(2)   Has any unpaid Federal tax liability that has been assessed for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being

paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency has direct knowledge of the unpaid tax liability, unless the Federal agency has considered, in accordance with its procedures, that this further action is not necessary to protect the interests of the Government.

 For the purposes of section 7073, it is the Department of State’s policy that no award may be made to any corporation covered by (1) or (2) above, unless the Procurement Executive has made a written determination that suspension or debarment is not necessary to protect the interests of the Government.

 (b)  Offeror represents that—

 (1)  It is [   ] is not [   ] a corporation that was convicted of a felony criminal violation under a

Federal law within the preceding 24 months.

Page 67 of 75

Page 68: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

(2)  It is [   ] is not [   ] a corporation that has any unpaid Federal tax liability that has been assessed for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.

(End of provision)

Page 68 of 75

Page 69: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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 otherwise due under the contract.

(c) 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.

(d) 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 69 of 75

Page 70: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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

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

this clause. Name and TIN of common parent:

Name _____________________________TIN ______________________________

(End of provision)

L.2 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2017)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 236188.

(2) The small business size standard is $36.5 million dollars.(3) The small business size standard for a concern which submits an offer in its own name,

other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.

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

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

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

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

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

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

(A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding

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

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

Page 70 of 75

Page 71: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

(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) 52.222-57, Representation Regarding Compliance with Labor Laws (Executive Order 13673). This provision applies to solicitations expected to exceed $50 million which are issued from October 25, 2016 through April 24, 2017, and solicitations expected to exceed $500,000, which are issued after April 24, 2017.

Page 71 of 75

Page 72: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

Note to paragraph (c)(1)(xvi): By a court order issued on October 24, 2016, 52.222-57 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.

(xvii) 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.

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

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

(xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.

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

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

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

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

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

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

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

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

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

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

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

Page 72 of 75

Page 73: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

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

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

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

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

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

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

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

FAR CLAUSE # TITLE DATE CHANGE

____________ _________ _____ _______Any changes provided by the offeror are applicable to this solicitation only, and do not result in an

update to the representations and certifications posted on SAM.

(End of provision)

L.3. 52.225-18  PLACE OF MANUFACTURE (MAR 2015)

(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;

Page 73 of 75

Page 74: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

(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:

[Proposal Note: If the bidder/offeror has indicated “yes” in blocks (a)(1), (2), or (3) of the following provision, the bidder/offeror shall include Defense Base Act insurance costs covering those employees in their proposed prices.  The bidder/offeror may obtain DBA insurance directly from any Department of Labor approved providers at the DOL website at http://www.dol.gov/owcp/dlhwc/lscarrier.htm.]

L.5 652.228-70 DEFENSE BASE ACT – COVERED CONTRACTOR EMPLOYEES (FEB 2015)

Page 74 of 75

Page 75: kr.usembassy.gov€¦  · Web view2019-07-29 · It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe

(a) Bidders/offerors shall indicate below whether or not any of the following categories of employees will be employed on the resultant contract, and, if so, the number of such employees:

Category Yes/No Number(1) United States citizens or residents(2) Individuals hired in the United States, regardless of citizenship(3) Local nationals or third country nationals where contract performance takes place in a country where there are no local workers’ compensation laws

local nationals:

third-country nationals:

(4) Local nationals or third country nationals where contract performance takes place in a country where there are local workers’ compensation laws

local nationals:

third-country nationals:

(a) The Contracting Officer has determined that for performance in the country of Republic of Korea

Workers’ compensation laws exist that will cover local nationals and third country nationals.

Workers’ compensation laws do not exist that will cover local nationals and third country nationals.

(c) If the bidder/offeror has indicated “yes” in block (a)(4) of this provision, the bidder/offeror shall not purchase Defense Base Act insurance for those employees. However, the bidder/offeror shall assume liability toward the employees and their beneficiaries for war-hazard injury, death, capture, or detention, in accordance with the clause at FAR 52.228-4.

(d) RESERVED(End of provision)

Page 75 of 75