solicitation, offer, page of pages and award … · 2017-03-24 · of the host country’s codes...

117
SOLICITATION, OFFER, AND AWARD 2. TYPE OF SOLICITATION 6. PROJECT NO. 4. CONTRACT NO. 5. REQUISITION/PURCHASE REQUEST NO. PAGE OF PAGES 7. ISSUED BY CODE 8. ADDRESS OFFER TO SOLICITATION (Construction, Alteration, or Repair) 1. SOLICITATION NO. 3. DATE ISSUED IMPORTANT -- The "offer" section on the reverse must be fully completed by offeror. 9. INFORMATION a. NAME b. TELEPHONE NO. (Include area code) (NO COLLECT CALLS) NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder." CALL: FOR SEALED BID (IFB) NEGOTIATED (RFP) REQ-624-17-000049 USAID Ghana 00000 GHANA THE EXECUTIVE OFFICER, USAID/WEST AFRICA #24 FOURTH CIRCULAR ROAD CANTONMENTS, ACCRA, GHANA Margaret Quarcoo +233 302 741581 1 x 03/22/2017 SOL-641-17-000005 69 10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying no., date) ________________________ 11. The Contractor shall begin performance 12a. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? award, notice to proceed. The performance period is mandatory negotiable. (See ________________________________________________.) 13. ADDITIONAL SOLICITATION REQUIREMENTS: a. Sealed offers in original and is not required. is, b. An offer guarantee c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. (date). If this is a sealed bid solicitation, offers will be publicly opened at that time . Sealed envelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due . d. Offers providing less than 12b. CALENDAR DAYS YES NO (If "YES", indicate within how many calendar days after award in Item 12b.) 5 91 calendar days and complete it within ________________ ________________ calendar days after receiving 0 1400 03/31/2017 0 NSN 7540-01-155-3212 x x x x copies to perform the work required are due at the place specified in Item 8 by _____________ ___________________ (hour) local time calendar days for Government acceptance after the date offers are due will not be considered and will be rejected . _________________ STANDARD FORM 1442 (Rev. 4-85) Prescribed by GSA FAR(48 CFR) 53.236-1(d)

Upload: ngolien

Post on 18-Jun-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

SOLICITATION, OFFER,

AND AWARD

2. TYPE OF SOLICITATION

6. PROJECT NO. 4. CONTRACT NO. 5. REQUISITION/PURCHASE REQUEST NO.

PAGE OF PAGES

7. ISSUED BY CODE 8. ADDRESS OFFER TO

SOLICITATION

(Construction, Alteration, or Repair)

1. SOLICITATION NO. 3. DATE ISSUED

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

9. INFORMATION

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

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

CALL:

FOR

SEALED BID (IFB)

NEGOTIATED (RFP)

REQ-624-17-000049

USAID Ghana

00000

GHANA

THE EXECUTIVE OFFICER,

USAID/WEST AFRICA#24 FOURTH CIRCULAR ROADCANTONMENTS, ACCRA, GHANA

Margaret Quarcoo +233 302 741581

1x 03/22/2017

SOL-641-17-000005 69

10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying no., date)

________________________

11. The Contractor shall begin performance

12a. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS?

award, notice to proceed. The performance period is mandatory negotiable. (See ________________________________________________.)

13. ADDITIONAL SOLICITATION REQUIREMENTS:

a. Sealed offers in original and

is not required.is, b. An offer guarantee

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

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

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

d. Offers providing less than

12b. CALENDAR DAYSYES NO

(If "YES", indicate within how many calendar days after award in Item 12b.)

5 91 calendar days and complete it within ________________ ________________ calendar days after receiving

0

1400

03/31/2017

0

NSN 7540-01-155-3212

x x

x

x

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

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

STANDARD FORM 1442 (Rev. 4-85)

Prescribed by GSA

FAR(48 CFR) 53.236-1(d)

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

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

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

14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code) 15. TELEPHONE NO. (Include area code)

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

CODE FACILITY CODE

AMOUNTS

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

19. ACKNOWLEDGEMENT OF AMENDMENTS

OFFER (Must be fully completed by offeror)

(The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)

AMENDMENT NO.

DATE.

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

AWARD (To be completed by Government)

21. ITEMS ACCEPTED:

22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

24. SUBMIT INVOICES TO ADDRESS SHOWN IN

(4 copies unless otherwise specified)

ITEM 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO

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

CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE

(Contractor is required to sign this document and return (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 31c. DATE

BY

2PAGE OF

Not Applicable

N/A

Debbie Jackson

28. NEGOTIATED AGREEMENT 29. AWARD

Contractor agrees to furnish and deliver all items or perform all work requirements identified

on this form and any continuation sheets for the consideration stated in this contract. The

rights and obligations of the parties to this contract shall be governed by (a) this

contract award, (b) the solicitation, and (c) the clauses, representations,

copies to issuing office.)

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

STANDARD FORM 1442 (REV. 4-85) BACK

Continued...

69

( ))(

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

UNIT

(D)

UNIT PRICE

(E)

AMOUNT

(F)

NAME OF OFFEROR OR CONTRACTOR

3 69 CONTINUATION SHEET

REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF

SOL-641-17-000005

Delivery Location Code: WEST AFRICA

US Embassy

USAID West Africa

#24, 4th Circular Road,

Cantonments - Accra, Ghana

0001 Renovation of the USAID/Ghana residence

NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)

Sponsored by GSA

FAR (48 CFR) 53.110

A. INTRODUCTION

The United State Agency for International Development, USAID is seeking the services of a construction firm with extensive professional experience in residential building operations, to provide renovation of the USAID Mission Director’s residence in Cantonments, Accra, Ghana.

The principal objective of this request is to provide recommended renovations and upgrades to the property in compliance with the US Embassy housing safety and security standards. The delivery of these services is time sensitive and will require the selected firm’s full attention to complete all renovations in a timely manner and within contract stipulations. To this end, the USAID requires quotations for a general contractor to complete the renovations.

B. BACKGROUND AND SITUATION

Background: The U.S. Agency for International Development (USAID) has ownership interest in the USAID property at Plot No 8, 15 J Nehru Street, Cantonments, Accra. In conjunction with doing routine maintenance to the property, USAID would like to do a full renovation, to modernize the property and create a space for representational meetings. Complete renovation of the residence will include the following:

Structural Analysis and redesign of existing structure to provide open floor plan and construct additions as shown in bridging documents

Replacement of existing plumbing and electrical utilities Roof Replacement – to be coordinated with the asbestos abatement if applicable Refurbishment of the staff quarters Upgrade to physical security Expansion of generator room at staff quarters General landscaping of compound to include visitor parking space and drive way 100% Construction Document Package and Cost Estimate

 The Facility: The residence comprises concrete beams and columns supporting concrete slab floor systems. Exterior walls are constructed of hollow-filled masonry block with plaster covering and in some locations, stone. The building has a large number of windows on all sides. The roof is composed of clay tile with wood trim and fascia.

C. PROJECT SCOPE

1. Project Description

Provide design and construction services for renovation using the design-build delivery method. The facilities shall accommodate functions of the United States Agency for International Development.

a. The Contractor is solely responsible for providing complete design and construction services and contract coordination and supervision, including but not limited to labor, materials (except for those provided by USAID), equipment, the management, professional design services, and construction necessary to meet the requirements of this contract within the established schedules.

b. The Contractor shall design and construct this project in accordance with the technical requirements referenced in this Statement of Work.

c. Design and construction shall be completed for the Contract Award Amount specified in the contract.

d. The Contractor shall comply with the general requirements governing construction, commissioning.

2. Site Description

The work is located in a residential compound on plot number 8, 15 J Nehru Street, Cantonment, Accra, Ghana.

The square footage of the main residence is approximately 388 square meters or 4,172 square feet.

Materials delivered to the site shall be marked as follows:Attn: USAID Executive OfficerAmerican Embassy No. 24, 4th Circular Road, CantonmentsAccra - Ghana

3. Limit of Construction

The Contract includes all work within the U.S. Government (USG) owned or leased property line to the face of existing and/or proposed curbs of adjacent public roadways.

4. Permits and Licenses

a. The Contractor is responsible for obtaining all permits (such as utility, construction, occupancy) and licenses required to execute the work. The Contractor shall provide all drawings and other design documents needed to obtain those permits and licenses for which they are responsible, as well as official translations as required to execute those permit actions.

b. The Contractor shall submit all drawings to the COR for approval prior to releasing drawings to local permitting and/or licensing agencies for any permits. Drawings shall be labeled by generic terminology (e.g. office, restroom, mechanical space, etc.).

D. DESIGN REQUIREMENTS

1. General Design Requirements

a. Building Codes

Design and construction of this project shall be governed by Section 101 of the 2006 International Building Code (IBC). The host country’s local building codes, including zoning requirements and product standards, are also applicable to the building project. Effective dates of the host country’s codes and supplements and use of host country codes and standards shall be in accordance with IBC Section 101. In cases where the Host Country Code is more stringent, the Contractor shall submit a Request For Information (RFI) to the COR for resolution.

b. Bridging Documents

USAID shall provide the Contractor with design documents (DDs). The provided DDs describe the required performance of the project. These documents are not fully developed and do not describe the entire scope of work required for the full performance and completion of the project.

Drawings - These documents, included in the USAID-provided Documents, provide the base documents for development of site-specific construction drawings.

2. Site Design Requirements

a. Standard

I. Environmental Remediation

An Environmental Site Assessment study will be performed by the USG. Remediation related to this will be done as a separate project and should not affect work related to this contract.

II. Local Utility Interfaces (Utility Systems)

The availability of all municipal utilities shall be re-validated, including location, elevation, quality, reliability, cost, pressures, size, and capacity to meet facility requirements. The systems considered here are: potable water supply and treatment, sanitary systems; storm water and subsoil drainage.

E. DESIGN PROCESS

1. Design RequirementsThe goal of the design process is to develop a final design utilizing the standards contained in the contract. All design document submittals, including as-builts, must adhere to Construction Specifications Institute (CSI) sixteen-division format.

Alternative materials or arrangements will be considered by USAID on a case-by-case basis.

2. Project Design/Government Furnished Equipment/Design Review

a. Project Design

I. Electrical and Mechanical Systems

In addition to architectural considerations, the requirements of the technical security system (TSS) including intruder alarms shall be considered by the Contractor in the design of the electrical and mechanical systems. Identified spaces shall be provided continuous cooling capability. TSS conduit and cabling shall be accomplished in accordance with the provided documents. Existing systems shall be studied for any impact from the new electrical work required under this project. A summary of the study shall be included with the design analysis (or first) submission stage.

II. Interior Design - Furniture and Accessories (including Systems & Freestanding Furniture)

All furniture for the project will be GFCI. The contractor will be responsible for staging the shipments of furniture on site during the installation process. The furniture plan is included in the provided documents.

III. Telecommunication Systems

The Contractor must provide and install all telecommunication system items that are not identified in the provided documents. The Contractor shall work with the COR to coordinate the placement of the GFE telecommunication items in the Construction Documents.

b. Government Furnished Government Installed/Government Furnished Contractor Installed Items (GFGI/GFCI)

The government will either furnish or furnish and install certain materials, equipment and furnishings, as listed in the matrix below.

ALL BUILDINGS GFGI GFCIFurniture & Accessories, Common and Controlled areas XTelephone (Equipment, PBX and/or handsets) X

All other materials, equipment, and furnishings not indicated in above matrix shall be provided and installed by the Contractor.

c. Design Review by the Government

I. Purpose

The Government will review Contractor design submissions at the 70%, 90%, and 100% stages to verify adherence to contract. Design reviews by the Government are not to be interpreted as resulting in an approval of the Contractor’s apparent progress toward meeting contract requirements but are intended to discover information that can be brought to the Contractor’s attention that might prevent costly error and misdirection. The Contractor shall remain completely responsible for designing and constructing the building in full compliance with the requirements of this contract.

II. General Review Procedures

Upon submission of design submittals at each required stage , USAID will review and provide comments to the Contractor within 5 business days of receipt of the submittal. Upon receipt of the 90% design documents, USAID shall verify that all security conduit details have been incorporated in to the design and return the documents to the Contractor for completion of the 100% design documents.

III. On Board Reviews

At Contractor’s request, USAID will provide additional review as long as such review will not alter the Contractor’s schedule. Any changes to the contract shall be incorporated by official modification.

F. DESIGN DOCUMENTATION

1. Standard Submittal Phases

The design submittals shall be provided in the phases described below. In addition, provide design submittals to obtain permits as necessary. For reports, calculations, presentation, other submittal and drawing requirements, see the provided documents. USAID shall be provided with (5) half size sets of drawings and a CD containing electronic copies of the drawings in AutoCAD and PDF format. USAID will check all submittals for compliance with the contract, including conformance to security classification requirements.

a. Design Development Phase

The Contractor shall submit design documents at the 70% and 90% phases for review by and approval by USAID. USAID shall review and provide comments to the Contractor within 5 business days of receipt of each submittal. All USAID comments must be incorporated for the next submittal phase.

b. Final Document Phase

The 100% design submittal shall constitute the final design document. USAID’s approval of the 100% submittal shall constitute the notice to proceed for the construction phase.

c. As-built Documents

Prior to project completion and final payment, the Contractor shall submit a complete set of as-built documents to USAID.

2. Design Coordination

All submittal documents and documentation need to be fully coordinated and integrated prior to each submittal.

G. CONSTRUCTION PROCESS

1. Construction Administration Management Procedures

Throughout the execution of this project, the Contractor shall demonstrate professional project management and control.

2. Construction Start

Construction shall not begin on a segment of work until the associated design has been developed to Final Document stage. Work shall not begin until Government acceptance of the Final Document drawings and specifications associated with that phase.

H. POST-CONSTRUCTION ACTIVITIES

1. Project Completion Photography

The Contractor shall provide a professional photographic documentation of the project after completion. This documentation will be part of the permanent project record, and shall be delivered to the USG with the as-built construction documents. The USG shall be the exclusive owner of this documentation.

I. CONSTRUCTION SPECIFICS

REINFORCED CONCRETE

a. Concrete walls must be a minimum of 6 in. (150 mm) in thickness.b. Use No. 6 (3/4 in. or 20 mm diameter) deformed reinforcing bars at 5 in. (125 mm) on center (o.c.)

both ways, tied at all intersections.c. Continuously weld reinforcing bars with 4 in. (100 mm) overlap to 5 in. leg of 5 x 3 x 1/4 in. (125 x 75

x 6 mm) continuous steel angles.

d. Anchor continuous angles to adjacent ceiling, floor and walls, if applicable with 5/8 x 3-1/2 in. (16 x 90 mm) (minimum) anchors, (such as drop-in expansion anchors or Hilti-kwik bolts) at 18 in. (460 mm) o.c.

Concrete Notes and Specifications

1) Contractor shall verify and be responsible for all dimensions and conditions at the job site.

2) Foundation concrete may be placed directly into neat excavations, provided the sides of the excavation are stable. Where caving occurs, provide shoring. Type and method of shoring shall be at the Contractor's option.

3) The excavation shall be kept dry at all times. Groundwater, if encountered, shall be pumped from the excavation.

4) Concrete shall be laboratory designed, machine mixed, producing 3,000 psi [20,68 Mpa] at 28 days.

5) Cement shall be tested Portland cement conforming to ASTM C150, Type I or II.

6) Aggregates shall conform to ASTM C33. Maximum size of aggregate shall be 1.5 inch [38 MM].

7) Reinforcing steel shall be deformed bars conforming to ASTM A615, Grade 60 (60,000 psi [413,7 Mpa]).

8) Hooks and bends shall conform to AIC standard 318, latest revision. Inside diameter of hooks and bends shall be at least 6 bar diameters.

9) Provide spacer bars, chairs, spreaders, blocks, etc, as required to positively hold the steel in place. All dowels shall be firmly wired in place before concrete is poured.

10) Concrete shall be conveyed from the mixer to final deposit by methods that will prevent separation or loss of materials. Troughs, buckets or the like may be used to convey concrete. In no case shall concrete be allowed to free drop more than 5 feet [1.5 M].

11) Concrete shall be thoroughly consolidated by suitable means during placement and shall be thoroughly worked around reinforcement and embedded fixtures and into corners of forms.

12) Concrete shall be maintained above 50ºF [10ºC] and in a moist condition for at least 7 days after placement. Adequate equipment shall be provided for heating concrete materials and protecting concrete during freezing or near freezing weather.

13) Where exterior wall face requires shoring and/or forming, the forms shall be substantial and sufficiently tight to prevent leakage. Forms shall not be removed until the concrete is 7 days old.

14) Backfilling shall be done by depositing and tamping into place clean sand or pouring lean concrete. Water jetting shall not be allowed.

15) Conduits and pipes of aluminum shall not be embedded in concrete unless effectively coated or covered to prevent aluminum/concrete reaction or electrolytic action between aluminum and steel.

16) Construction joints not indicated on the drawings shall not be allowed. Where a construction joint is to be made, the surface of concrete shall be thoroughly cleaned and all laitance and standing water removed.

17) The Contractor shall be responsible for the protection of all adjacent areas against damage and shall repair or patch all damaged areas to match existing improvements.

18) The Contractor shall keep the construction area clean at all times and at completion of work remove all surplus materials, equipment and debris and leave the premises in a clean condition acceptable to the owner or owner's representative.

Electrical Requirements

1) Mains power supply shall be 3 Phase 415V / 50Hz to the mains switchgear. 2) Overhead installations shall be replaced with appropriate underground installation. 3) Existing grounding system shall be tested for effectiveness and or replacement with appropriate grounding system consistent with NEC residential buildings. 4) All socket outlets in wet locations such as washrooms, kitchen, hallways etc. shall be protected with a ground fault circuit interrupter.All electrical work and materials must meet U.S. National Electric Code (NEC).The size of the electrical power cable must meet the amperage rating of the mains breaker. If the electrical cable is installed under grade (in ground) the cable must be approved burial cable or the cable must be in approved electrical conduit.

The Contractor shall conduct all trench work for all conduit runs. The trench must meet electrical code standards with a drain bed for the conduit run and pull box locations. The Contractor will ensure there are pull boxes every 50 ft and/or every 90 degree angle. All cabling will account for a service loop and/or drain loops as needed.

Oversight and Inspections The USG will have a project manager that will oversee and inspect all aspects of this project.

The project manager reviews the construction work for compliance with the overall agreed technical quality and compliance of performance, equipment and materials, and the quality of workmanship as well as the quantity (volume of works) and time control. This involves compliance with the design and specifications, quality of work and change orders as appropriate. Compliance control will be carried out for supplies as well as for works. The project manager will check all the technical codes and standards for the installation and construction of all systems and equipment and their compliance with approved designs, applicable laws, building codes, safety and environmental requirements as specified in the SOW which include the following;

a) Ensure that works are in compliance with the approved design and applicable laws, building codes and safety requirements;

b) Supervision or compliance review of construction works for safety, quality, quantity (volume of works) and time control; The aim is to obtain the highest quality product, in the least time, and assure adherence to USAID approved environmental, safety and health procedures, controlling claims and moderating additional cost;

c) Participate in and where necessary perform interim testing of systems and system components;d) Participate in the final inspection and acceptance of works;g) Validate and approve general contractor's payment vouchers including verifying material quantities requested for payment.

All construction documents will be reviewed and approved by the USG before materials are ordered, and work begins.

SAFE HAVEN:

The master bedroom is considered to be the safe haven, and requires a substantial door (the same standard as entrance door), with a peephole and security lock. All windows and glass doors within the safe haven shall be grilled. Similar to other bedrooms, the master bedroom shall have a secondary means of escape.

WINDOW AND DOOR TREATMENTS:

1) All windows and doors in the project will be replaced per specifications provided in the documents. Security grills must be designed and installed per USG security specifications. Additional windows may be required for final design.

2) Windows and glass doors must have latches to lock them from inside.

3) Mylar film: windows and glass doors facing the areas where a car can be parked must have shatter resistant film applied. This will be provided by the US Embassy

4) All windows and glass doors on the ground floor, as well as all accessible windows and glass doors on the above floors need to have metal grilles installed.

5) Each residential entrance must have a substantial door. A solid hardcore wood or metal door is preferred. The door should have a viewer/peephole, and an U.S. Embassy RSO-approved deadbolt lock, such as Yale 197F thumb turn lock. If the lock is closer than 1m to a window an 197 ¼ lock (with keys on both sides) shall be installed. .

If the door is glass it needs to be protected by a metal grille, hinged or collapsible. Avoid padlocks on the grille - it should be a Yale 197 ¼ lock or similar.

6) Balcony doors must be of the same standard as entrance doors: i.e. substantial doors, with security locks and peepholes.

7) Emergency egresses: each bedroom must have secondary means of escape. It is either a door that leads to an open balcony, or an un-grilled window. If all the windows in the bedroom are grilled one grille needs to have an escape hatch with quick release mechanism.

SECURITY LIGHTING:

The Contractor shall install high luminous halogen lights on the building exterior (all sides) overlooking USAID official vehicles, generators and entranceway to meet the below standard. Lights will also be installed to illuminate the protective side of the perimeter wall adjacent to USAID vehicles.

The security lights must achieve continuous overlapping cones of light during the hours of darkness and provide a minimum of one (1) foot-candle (fc) (10.81 xs) measured one meter above ground one vertical surfaces of buildings and the perimeter wall. The light units provided by the contractor must have a re-strike of less than 60 seconds to full illumination.

TRENCHING AND UNDERGROUND CONDUIT INSTALLATION:

ELECTRICAL ASSESSMENT:

The Contractor shall conduct an electrical assessment of the current building and determine whether the existing electrical system is sufficient for handling the electrical requirements for all upgrades required by this contract. The assessment shall be completed prior to submission of the 90% design documents.

If the assessment demonstrates that the current electrical system is not sufficient to support the upgrades required by this contract, the Contractor shall prepare and provide a gap analysis which identifies what is necessary to upgrade the electrical system to meet the requirements of upgraded building. The gap analysis, if required, shall be provided at the same time as the electrical assessment.

STRUCTURAL ASSESSMENT:

The Contractor shall conduct a structural assessment of the current building and determine whether existing walls are capable of being demolished to provide an open plan per the design documents. The assessment will also include areas in the building that may need repair or redesign to insure structural stability. The assessment shall be completed prior to submission of the 90% design documents.

If the assessment demonstrates that the current system is insufficient to support the design required by this contract, the Contractor shall prepare and provide a gap analysis which identifies what is necessary to upgrade the structural systems to meet the requirements of upgraded building. The gap analysis, if required, shall be provided at the same time as the structural assessment.

[END OF STATEMENT OF WORK – SECTION C]

SECTION D - PACKAGING AND MARKING

D.1. AIDAR 752.7009 MARKING (JAN 1993) (a) It is USAID policy that USAID-financed commodities and shipping containers, and project

construction sites and other project locations be suitably marked with the USAID emblem. Shipping containers are also to be marked with the last five digits of the USAID financing document number. As a general rule, marking is not required for raw materials shipped in bulk (such as coal, grain, etc.), or for semi-finished products which are not packaged.

(b) Specific guidance on marking requirements should be obtained prior to procurement of commodities to be shipped, and as early as possible for project construction sites and other project locations. This guidance will be provided through the cognizant technical office indicated on the cover page of this contract, or by the Mission Director in the Cooperating Country to which commodities are being shipped, or in which the project site is located.

(c) Authority to waive marking requirements is vested with the Regional Assistant Administrators, and with Mission Directors.

(d) A copy of any specific marking instructions or waivers from marking requirements is to be sent to the Contracting Officer; the original should be retained by the Contractor.

D.2. BRANDING

Markings under this contract shall comply with the USAID “Graphic Standards Manual available at www.usaid.gov/branding or any successor branding policy.

[END OF SECTION D]

SECTION E - INSPECTION AND ACCEPTANCE

E.1. 52.252-2 – CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

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:

https://www.acquisition.gov/FAR/

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

NUMBER TITLE DATE

52.246-12 INSPECTION OF CONSTRUCTION AUG 1996

E.2. INSPECTION AND ACCEPTANCE

USAID inspection and acceptance of services, reports and other required deliverables or outputs shall take place at the job sites in USAID/Ghana Mission Offices, or at any other location where reports and deliverables or outputs are produced or submitted. The COR has been delegated authority to inspect and accept all services, reports and required deliverables or outputs. Copies of all reports and deliverables shall be provided to the CO.

E.3. QUALITY ASSURANCE

The contractor shall institute an appropriate inspection system including checklists of duties to be carried out, ensuring these duties are carried out by the supervisory staff and/or senior employees, and carrying out weekly inspections to determine whether the various services are being performed according to the contract requirements. Minutes of weekly meetings between the COR, the Quality Assurance Manager, the Architect and the Contractor shall be provided to the Contracting Officer’s Representative (COR) and Contracting Officer (CO).

Any shortcomings and/or substandard conditions noted in such inspections shall be promptly corrected and improved.

E.4. MONTHLY REPORTS

The monthly reports shall sum up the observations resulting from the inspections, progress, difficulties, or irregularities encountered, resolutions of problems, measures taken to improve conditions, recommendations and other matters related to this contract.

E.5. ACCEPTABLE LEVELS OF PERFORMANCE

The Contractor’s work may be inspected by the Contracting Officer’s Representative (COR) in Section G of this contract or his designee for quality and progress at any time. Any work, products, and supplies

that do not meet minimum standards for quality as determined by the COR or designee shall be rejected or redone at Contractor’s expense. Any disputes concerning the quality of work performed shall be handled in accordance with the Disputes clause of this contract.

E.6. LIABILITY

The Contractor hereby assumes absolute responsibility and liability for:

(a) Any and all personal injuries or death and/or property damage or losses suffered due to negligence of the Contractor’s personnel during the performance of the works required under this contract.

(b) The Contractor shall provide and maintain during the entire period of performance of the contract whatever insurance is legally necessary to cover any loss/damage to US Government property and to contractor’s personnel.

[END OF SECTION E]

SECTION F - DELIVERIES OR PERFORMANCE

F.1. NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" in I of this contract. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

NUMBER TITLE DATE

52.247-35 F.O.B. DESTINATION, WITHIN CONSIGNEE'S PREMISES APR 198452.247-55 F.O.B. POINT FOR DELIVERY OF GOVERNMENT-

GOVERNMENT-FURNISHED PROPERTY JUNE 2003 F.2. 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) The Contractor shall be required to (a) commence work under this contract within 7 calendar days after the date the Contractor receives the signed award, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 91 days (12 weeks) after receipt of award. The time stated for completion shall include final cleanup of the premises. F.3. DELIVERABLES

Deliverable Due DatePerformance and Payment Bonds Contract AwardSchedule No later than (NLT) 7 days after contract awardQuality Control Plan NLT 7 days after contract awardAccident Prevention Plan NLT 15 days after contract award70% design documents TBD based on accepted ScheduleElectrical Assessment TBD, but before submission of the 90% design

documents90% design documents TBD based on accepted Schedule100% design documents/construction documents TBD based on accepted ScheduleAs-built drawings NLT 91 days after contract award

Actual dates for the design documents will be set in the agreed and accepted schedule.

F.4. PERIOD OF PERFORMANCE Please see Section F.2.

F.5. PROGRESS REPORTING REQUIREMENTS

The Contractor shall submit weekly written progress reports to the COR. The said reports shall include work completed by that date, problems encountered, status of equipment ordered and the starting and ending dates of each stage of construction work. The reports shall show any variations including changes in the bills of quantities. Otherwise any issue requiring COR immediate attention shall be reported immediately.

F.6. KEY PERSONNEL

A. The key personnel whom the Contractor shall furnish for the performance of this contract are as follows:

1. Project Manager: The Contractor shall assign a member or employee who will act as Project Manager during the course of this contract. The official shall be responsible for affording liaison between the contract forces and the Contracting Office. This designation shall be in writing and copy furnished to the Contracting Officer.

2. Architect: The Contractor shall assign a member or employee who will act as Architect during the course of this contract. The official shall have ultimate responsibility for the design of the project.

3. Lead Engineer: The lead engineer shall be responsible for all engineering related activities of the work.

4. Quality Assurance Manager: The Quality Assurance Manager shall be responsible for all quality control.

B. The personnel specified above are considered to be essential to the work being performed hereunder. Prior to replacing the specified individual, the Contractor shall immediately notify both the Contracting Officer and USAID Administrative Contracting Officer reasonably in advance and shall submit written justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on the program. No replacement of personnel shall be made by the Contractor without the written consent of the Contracting Officer.

F.7. 52.211-12: LIQUIDATED DAMAGES – CONSTRUCTION (SEPT 2000)

(a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $1,000 for each calendar day of delay until the work is completed or accepted.

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

F.8. 52.211-13: TIME EXTENSIONS (SEPT 2000)

Time extensions for contract changes will depend upon the extent, if any, by which the changes cause delay in the completion of the various elements of construction. The change order granting the time extension may provide that the contract completion date will be extended only for those specific elements related to the changed work and that the remaining contract completion dates for all other

portions of the work will not be altered. The change order also may provide an equitable readjustment of liquidated damages under the new completion schedule.

F.9. 52.242-14: SUSPENSION OF WORK (APR 1984)

(a) The Contracting Officer may order the Contractor, in writing, to suspend, delay, or interrupt all or any part of the work of this contract for the period of time that the Contracting Officer determines appropriate for the convenience of the Government.

(b) If the performance of all or any part of the work is, for an unreasonable period of time, suspended, delayed, or interrupted (1) by an act of the Contracting Officer in the administration of this contract, or (2) by the Contracting Officer's failure to act within the time specified in this contract (or within a reasonable time if not specified), an adjustment shall be made for any increase in the cost of performance of this contract (excluding profit) necessarily caused by the unreasonable suspension, delay, or interruption, and the contract modified in writing accordingly. However, no adjustment shall be made under this clause for any suspension, delay, or interruption to the extent that performance would have been so suspended, delayed, or interrupted by any other cause, including the fault or negligence of the Contractor, or for which an equitable adjustment is provided for or excluded under any other term or condition of this contract.

(c) A claim under this clause shall not be allowed (1) for any costs incurred more than 20 days before the Contractor shall have notified the Contracting Officer in writing of the act or failure to act involved (but this requirement shall not apply as to a claim resulting from a suspension order), and (2) unless the claim, in an amount stated, is asserted in writing as soon as practicable after the termination of the suspension, delay, or interruption, but not later than the date of final payment under the contract.

F.10. PERFORMANCE STANDARDS Evaluation of the Contractor's overall performance in accordance with the performance standards set forth in Section C, will be conducted jointly by the COR and the Contracting Officer, and shall form the basis of the Contractor's permanent performance record with regard to this contract.

[END OF SECTION F]

SECTION G - CONTRACT ADMINISTRATION DATA

G.1. ADMINISTRATIVE CONTRACTING OFFICE

The Administrative Contracting Officer is:R. Christopher Gomes

G.2. CONTRACTING OFFICER’S REPRESENTATIVE

The Contracting Officer’s Representative (COR) and his/her Alternate will be designated separately through a COR designation letter.

The COR’s contact details are:

TBD

G.3. TECHNICAL DIRECTIONS/RELATIONSHIP WITH USAID

(a) Technical Directions is defined to include:

(1) Written directions to the Contractor which fill in details, suggest possible lines of inquiry, or otherwise facilitate completion of work;

(2) Provision of written information to the Contractor which assists in the interpretation of drawings, specifications, or technical portions of the work statement;

(3) Review and, where required, provide written approval of technical reports, drawings, specifications, or technical information to be delivered.

Technical directions must be in writing, and must be within the scope of the work as detailed in Section C.

(b) The COR is authorized by designation to take any or all action with respect to the following which could lawfully be taken by the Contracting Officer, except any action specifically prohibited by the terms of this Contract:

(1) Assure that the Contractor performs the technical requirements of the contract in accordance with the contract terms, conditions, and specifications.

(2) Perform or cause to be performed, inspections necessary in connection with a) above and require the Contractor to correct all deficiencies; perform acceptance for the Government.

(3) Maintain all liaison and direct communications with the Contractor. Written communications with the Contractor and documents shall be signed as "Cognizant Technical Officer" with a copy furnished to the Contracting Officer.

(4) Issue written interpretations of technical requirements of Government drawings, designs, and specifications.

(5) Monitor the Contractor's production or performance progress and notify the Contractor in writing of deficiencies observed during surveillance, and direct appropriate action to effect correction. Record and report to the Contracting Officer incidents of faulty or nonconforming work, delays or problems.

(6) Obtain necessary security clearance and appropriate identification if access to Government facilities is required. If to be provided, ensure that Government furnished property is available when required.

LIMITATIONS: The COR is not empowered to award, agree to, or sign any contract (including delivery or purchase orders) or modifications thereto, or in any way to obligate the payment of money by the Government. The COR may not take any action which may impact on the contract schedule, funds, scope or rate of utilization of LOE. All contractual agreements, commitments, or modifications which involve prices, quantities, quality, schedules shall be made only by the Contracting Officer.

(c) In the absence of the designated COR, the COR may designate someone or his/her Alternate to serve as COR in their place. However, such action to direct an individual to act in the COR's stead shall immediately be communicated to the Contractor and the Contracting Officer.

(d) Contractual Problems - Contractual problems, of any nature, that may arise during the life of the contract must be handled in conformance with specific public laws and regulations (i.e. Federal Acquisition Regulation and Agency for International Development Acquisition Regulation). The Contractor and the COR shall bring all contracting problems to the immediate attention of the Contracting Officer. Only the Contracting Officer is authorized to formally resolve such problems. The Contracting Officer will be responsible for resolving legal issues, determining contract scope and interpreting contract terms and conditions. The Contracting Officer is the sole authority authorized to approve changes in any of the requirements under this contract. Notwithstanding any clause contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. These changes include, but will not be limited to the following areas: scope of work, price, quantity, technical specifications, delivery schedules, and contract terms and conditions. In the event the Contractor effects any changes at the direction of any other person other than the Contracting Officer, the change will be considered to have been made without authority.

(e) Failure by the Contractor to report to the Contracting Office, any action by the Government considered to a change, within the specified number of days contained in FAR 52.243-7 (Notification of Changes), waives the Contractor's right to any claims for equitable adjustments.

G.4. PAYING OFFICE

The paying office for this contract is:USAID/ West AfricaThe Regional Office of Financial ManagementUSAID/ West AfricaDepartment Of State, 2020 Accra Place

Dulles VA20189-2020USA

G.5. ACCOUNTING AND APPROPRIATION DATA

Total Obligated Amount: TO BE DECIDED ON AWARD OF CONTRACT

[END OF SECTION G]

SECTION H - SPECIAL CONTRACT REQUIREMENTS

H.1. AIDAR 752.225-70 SOURCE AND NATIONALITY REQUIREMENTS (FEB 2012)

(a) Except as may be specifically approved by the Contracting Officer, the Contractor must procure all commodities (e.g., equipment, materials, vehicles, supplies) and services (including commodity transportation services) in accordance with the requirements at 22 CFR Part 228 “Rules on Procurement of Commodities and Services Financed by USAID Federal Program Funds.” The authorized source for procurement is Geographic Code 937 unless otherwise specified in the schedule of this contract. Guidance on eligibility of specific goods or services may be obtained from the Contracting Officer.

(b) Ineligible goods and services. The Contractor must not procure any of the following goods or services under this contract:

(1) Military equipment,(2) Surveillance equipment,(3) Commodities and services for support of police and other law enforcement activities,(4) Abortion equipment and services,(5) Luxury goods and gambling equipment, or(6) Weather modification equipment.

(c) Restricted goods. The Contractor must obtain prior written approval of the Contracting Officer or comply with required procedures under an applicable waiver as provided by the Contracting Officer when procuring any of the following goods or services:

(1) Agricultural commodities,(2) Motor vehicles,(3) Pharmaceuticals and contraceptive items,(4) Pesticides,(5) Fertilizer,(6) Used equipment, or(7) U.S. government-owned excess property.

If USAID determines that the Contractor has procured any of these specific restricted goods under this contract without the prior written authorization of the Contracting Officer or fails to comply with required procedures under an applicable waiver as provided by the Contracting Officer, and has received payment for such purposes, the Contracting Officer may require the contractor to refund the entire amount of the purchase.

H.2. AUTHORIZED GEOGRAPHIC CODE

The authorized geographic code for procurement of goods and services under this contract is 935.

H.3. 52.228-15 PERFORMANCE AND PAYMENT BONDS - CONSTRUCTION (OCT 2010)

(a) Definitions. As used in this clause—

“Original contract price” means the award price of the contract; or, for requirements contracts, the price payable for the estimated total quantity; or, for indefinite-quantity contracts, the price payable for the specified minimum quantity. Original contract price does not include the price of any options, except those options exercised at the time of contract award.

(b) Amount of required bonds. Unless the resulting contract price is $150,000 or less, the successful offeror shall furnish performance and payment bonds to the Contracting Officer as follows:

(1) Performance bonds (Standard Form 25). The penal amount of performance bonds at the time of contract award shall be 100 percent of the original contract price.

(2) Payment Bonds (Standard Form 25A). The penal amount of payment bonds at the time of contract award shall be 100 percent of the original contract price.

(3) Additional bond protection.

(i) The Government may require additional performance and payment bond protection if the contract price is increased. The increase in protection generally will equal 100 percent of the increase in contract price.

(ii) The Government may secure the additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond.

(c) Furnishing executed bonds. The Contractor shall furnish all executed bonds, including any necessary reinsurance agreements, to the Contracting Officer, within the time period specified in the Bid Guarantee provision of the solicitation, or otherwise specified by the Contracting Officer, but in any event, before starting work.

(d) Surety or other security for bonds. The bonds shall be in the form of firm commitment, supported by corporate sureties whose names appear on the list contained in Treasury Department Circular 570, individual sureties, or by other acceptable security such as postal money order, certified check, cashier's check, irrevocable letter of credit, or, in accordance with Treasury Department regulations, certain bonds or notes of the United States. Treasury Circular 570 is published in the Federal Register or may be obtained from the:

U.S. Department of the TreasuryFinancial Management ServiceSurety Bond Branch3700 East West Highway, Room 6F01Hyattsville, MD 20782.Or via the internet at http://www.fms.treas.gov/c570/

(e) Notice of subcontractor waiver of protection (40 U.S.C. 3133(c)). Any waiver of the right to sue on the payment bond is void unless it is in writing, signed by the person whose right is waived, and executed after such person has first furnished labor or material for use in the performance of the contract.

H.4. INSURANCE

The Contractor, at its own expense, shall provide and maintain during the entire period of performance of this Contract, whatever insurance is legally necessary under the Republic Ghana laws. The Contractor agrees that the U.S. Government shall not be responsible for personal injuries or for damages to any property of the Contractor, employees, arising from, and incident to the Contractor’s performance under this Contract.

H.5. PERMITS

The Contractor shall, without additional cost to the U.S. Government, obtain permits, licenses applicable for performance of work under this contract.

H.6. ACCESSABILITY

The Contractor shall ensure that the building remains fully accessible to USAID personnel and other building occupants at all times during construction.

H.7. SECURITY REQUIREMENTS

All individuals provided under this Contract, whether full time, part time, temporary, must first receive a security clearance approved by the U.S. Embassy’s Regional Security Officer (RSO). The Contractor shall provide the information required to obtain clearance, as directed by the COR, prior to commencement of any work.

H.8. STANDARDIZATION

Where two or more items of the same type or class of equipment furnished in this project are required, the units shall be products of the same manufacturer and shall be interchangeable when of the same size, capacity, performance characteristics, and rating. The only exception to this requirement is where the items are interchangeable due to conformance with industry standards (valves, fittings, etc), they need not be by the same manufacturer. This requirement applies to all manufactured items in the project which normally require repair or replacement during the life of the equipment.

H.9. CONTRACTOR’S MOBILIZATION AREA

The Contractor will be permitted to use the designated area within the contract limits for operation of his construction equipment and plants and site office. The Contractor will not be authorized to have living accommodations for his work force on the site. The Contractor is responsible for security within the contract limits. The Contractor is responsible for obtaining any required additional mobilization area above that designated. On completion of the contract, all facilities shall be removed from the mobilization area by the Contractor and shall be disposed of in accordance with applicable Laws and Regulations. The site shall be cleared of construction debris and other materials and the area restored to its final grade.

H.10. TRASH REMOVAL

The Contractor shall be responsible for the collection and disposal of trash from the work areas and from the mobilization area. The work area shall be kept free of trash, debris and any other materials that could create a safety hazard.

H.11. SCHEDULE OF CONSTRUCTION

Within seven (7) calendar days after receipt of the Notice to Proceed, the Contractor shall prepare and submit a Construction Schedule to the Contracting Officer for approval. The Contractor shall provide an integrated project schedule for all aspects of the work. The integrated schedule shall be used to plan, organize, execute the work, record, and report actual progress and performance. The schedule shall utilize the critical path method. The Contractor shall take the lead on the scheduling of this project while keeping the Government informed and involved. The project schedule shall be used as an effective project management tool for all parties

The schedule shall be of sufficient detail to 1) provide interface points with USAID’s schedules, 2) track progress at the activity level, 3) allow for the early detection of problem areas, 4) establish major project incremental milestones, 5) incorporate production controls into schedule with subcontractor input and, 6) enable the equitable time impact analysis of contract changes. The schedule shall also include a change control procedure that incorporates pending changes as they are issued, and determines the estimated time impacts to the schedule.

The initial submittal shall include one (1) reproducible and four (4) copies; one (1) copy of which will be returned to the Contractor when approved.

H.12. PAYMENT REQUEST

In accordance with FAR 52.232-5, each payment request under this contract shall be accompanied by an electronic copy of the schedule which correlates the amount requested to the percentage of work complete. The request shall be sent to the COR and CO.

H.13. CONTRACTOR QUALITY CONTROL

The Contractor is responsible for quality control and shall establish and maintain an effective quality control system in compliance with FAR 52.246-12. The quality control system shall consist of plans, procedures, and organization necessary to produce an end product which complies with the contract requirements.

H.14. QUALITY CONTROL PLAN

The Contractor shall furnish for review by USAID, not later than 7 days after award, the Quality Control (QC) Plan. The plan shall identify personnel and procedures to ensure the quality standards of the contract are met. The plan shall describe in narrative form how the Contractor will control quality; what methods of inspection will be utilized; and who will be designated to conduct these inspections. Acceptance of the Contractor’s plan is required prior to the start of construction, though not design.

H.15. TESTING LABORATORY

The Government reserves the right to utilize the Contractor’s control testing laboratory and equipment to make assurance tests and to check the Contractor’s testing procedures, techniques, and test results at no additional cost to the Government. The Contractor shall provide expendable materials required for tests performed by USAID sponsored personnel at the site.

H.16. HAZARDOUS MATERIALS

Should the Contractor encounter asbestos or other hazardous materials, during this contract, he shall immediately stop all work activities in the area where the hazardous material is discovered. The Contractor shall notify the Contracting Officer; identify the area of danger; and not proceed with work in that area until given approval from the Contracting Officer to continue work activities. Hazardous material is considered to be asbestos, explosive devices, toxic waste, or material hazardous to health and safety. The Contractor shall secure the area from daily traffic until it is safe to resume normal activities. Freon may be present in the AC units and proper precautions and handling of the Freon is required should it be found present.

H.17. ACCIDENT PREVENTION

The Contractor shall comply with all applicable Ghana laws and with such additional measures as the Contracting Officer may find necessary in accordance with FAR 52.236-13 entitled ACCIDENT PREVENTION (NOV 1991) –ALTERNATE 1 (APR 1984). Within fifteen (15) days after award, the Contractor shall submit to the Contracting Officer the accident prevention plan. The Contractor shall not commence construction at the site until the plan has been reviewed and accepted by the Contracting Officer.

H.18. CERTIFICATES OF COMPLIANCE

Any certificates required for demonstrating proof of compliance of materials with specifications requirements shall be executed in three (3) copies. Each certificate shall be signed by an official authorized to certify on behalf of the manufacturing company and shall contain the name and address of the Contractor, the project name and location, and the quantity and date or dates of shipment or delivery to which the certificates apply. Copies of laboratory test reports submitted with certificates shall contain the name and address of the testing laboratory and the date or dates of the tests to which the report applies. Certification shall not be construed as relieving the Contractor from furnishing satisfactory material.

H.19. COMPLIANCE WITH HOST COUNTRY RULES AND CUSTOMS

The Contractor shall be responsible for determining the effect of arranging to perform work and operating under local laws, practices, customs, and controls on his cost of performance of the contract and for including a sufficient amount in the contract price. These responsibilities include entry and exit visas, residence permits, and residence laws applicable to aliens. They also include any special requirements of Republic of Ghana, including those required by local Labor Offices, which the Contractor may have to fulfil before an application for a regular block of visas will be accepted. The

Contractor shall be responsible for passports, health and immunization certificates and quarantine clearance.

H.20. SHIPMENTS OF MATERIALS

All shipments of materials into the country for use in the performance of work under this contract and supplies and services necessary for support of the Contractor’s personnel shall be addressed to the shipping address furnished to the Contractor by the Contracting Officer. The address will be furnished upon request.

H.21. CONTRACTOR’S RESPONSIBILITY

The Contractor shall be responsible for all customs clearance actions. All necessary arrangements, clearance procedures, and coordination with the Host Government shall be the sole responsibility of the Contractor. The Contractor shall submit to the Contracting Officer, with a cover letter, the shipping documents for the shipment(s) involved. As a minimum, the following shall be included as enclosures, with the cover letter to the Contracting Officer in three (3) copies:

a. Invoice.b. Bill of Ladingc. Certificate of Origind. Statement on the cover letter as to Port of Customs Clearance, estimated arrival date, general

description of the shipment, quantity, and the name of the carrier.

H.22. PHYSICAL HANDLING OF MATERIALS

The Contractor shall be responsible for performance of all loading, unloading, transportation or other physical handling of materials as may be required, including all movement from the carrier unloading site to delivery at the job site and all movement required at the customs area.

H.23. AS-BUILT DRAWINGS

The Contractor shall update the contract drawings to reflect the approved final as-built conditions and shall furnish those updated drawings to the Contracting Officer.

a. Existing drawings shall be updated to reflect as-built conditions. The modifications shall be made by additions and deletions to the original drawings and with additional drawings as necessary.

b. The Contractor shall check all final as-built drawings for accuracy and conformance to the initial drawing scheme. The Contracting Officer will review the drawings for conformance to these standards.

c. As-built drawings shall be furnished to the Contracting Officer with a transmittal sheet containing an index of all drawings by the delivery date in Section F.3.

H.24. LIMITATIONS ON MARK-UPS ON CHANGE ORDERS AND CONTRACT MODIFICATIONS

(a) In the event the Government elects to direct a change order or enter into a contract modification that increases the scope of work during the course of performance of this contract, allowances for overhead and fee of higher tier subcontractors and the general Contractor shall be subject to the limitations below.

(b) Changes and modifications up to $100,000.00 (Exclusive of Mark-ups)

(1) No subcontractor, vendor or material man, at any level, shall apply markups in excess of 10% overhead and 10% profit on additional contract scope, added by change order or modification, in which all, or substantially all, of the physical work is performed by a lower tier subcontractor subject to the restrictions described below.

(2) In the event that the physical work arising out of a change order is performed by a subcontractor or vendor that is two or more levels below the general contractor, the sum of all markups for overhead and profit for all subcontractors (regardless of the number of tiers of subcontractors), and the general contractor may not exceed 25% of the price, or adjustment in price, to the lower tier subcontract under which the physical work was performed. For example, if, as a result of a change order, the contract price of a fifth tier subcontractor is increased by $100,000.00, and the work performed by this fifth tier subcontractor constitutes all or substantially all of the work contemplated by this modification or change order, the resulting increase in the price of the prime contract shall not exceed $125,000.00

(3) Overhead and fee percentages, for the purposes of this provision, shall include insurance (excluding bonds), field and office supervisors and staff (including clerical), home office overhead, field overhead, security, use of small tools, and incidental job site burdens (including office equipment, trailer rental, utilities).

(4) Bond premium adjustments and state and local taxes arising out of changes and modifications directed by the Government shall be subject to a separate allowance independent of the overhead and fee limitations described above.

(5) The fee and overhead limitations described above shall not apply to self-performed work by any contractor at any level.

(6) In the event that a modification or change order results in a credit(s) to the Government, the same fee and overhead restrictions shall be applied in calculating the reduction in contract price.

(c) Changes and modifications from $100,001.00 to $499,999.00 (Exclusive of Mark-ups) Modify paragraphs (1) and (2) above as follows:

(1) No subcontractor or vendor, at any level, shall apply markups in excess of 7.5% overhead and 7.5% profit on additional contract scope, added by change order or modification, in which all, or substantially all, of the physical work is performed by a lower tier subcontractor subject to the restrictions in paragraph (b) above.

(2) In the event that the physical work arising out of a change order is performed by a subcontractor or vendor that is two or more levels below the general contractor, the sum of all markups for

overhead and profit for all subcontractors (regardless of the number of tiers of subcontractors), and the general contractor may not exceed 20% of the price, or adjustment in price, to the lower tier subcontract under which the physical work was performed. For example, if, as a result of a change order, the contract price of a fifth tier subcontractor is increased by $200,000.00, and work performed by this fifth tier subcontractor constitutes all or substantially all of the work contemplated by this modification or change order, the resulting increase in the price of the prime contract shall not exceed $240,000.00

(d) Changes and modifications exceeding $500,000.00 (Exclusive of Mark-ups) Modify paragraphs (1) and (2) above as follows:

(1) No subcontractor or vendor, at any level including the general contractor, shall apply markups in excess of 5.0% overhead and 5.0% profit on additional contract scope, added by change order or modification, in which all, or substantially all, of the physical work is performed by a lower tier subcontractor subject to the restrictions described below:

(2)In the event that the physical work arising out of a change order is performed by a subcontractor or vendor that is two or more levels below the general contractor, the sum of all markups for overhead and profit for all subcontractors, regardless of how of the number of tiers of subcontractors, and the general contractor may not exceed 10% of the price, or adjustment in price, to the lower tier subcontract under which the physical work was performed. For example, if, as a result of a change order, the contract price of a second tier (i.e. two tiers below the general contractor) subcontractor is increased by $600,000.00, and work performed by this second tier subcontractor constitutes all or substantially all of the work contemplated by this modification or change order, the resulting increase in the price of the prime contract shall not exceed $660,000.00.

(2) The 10% total markup limitation described in paragraphs d(1) and d(2a) above shall not apply shall not apply if sixty percent (60%) or more of the cost of the physical work contemplated by a change order or modification is performed by a subcontractor or vendor that is three or more levels below the General Contractor. In this event, the total markup limitation shall not exceed 15%. The limitations on the markup of individual subcontractors, vendors or the general contractor described in paragraph d (1) remains unchanged. For example, if, as a result of a change order, the contract price of a fifth tier subcontractor is increased by $600,000.00, and work performed by this fifth tier subcontractor constitutes sixty percent or more of the work contemplated by this modification or change order, the resulting increase in the price of the prime contract shall not exceed $690,000.00.

(e) Additional Clarification Regarding Multi-Part Changes

In the event that the physical work arising out of a change order or contract modification is performed by two or more firms, the value of the change for the purposes of this provision shall be based on the cumulative value of the physical work performed by all subcontractors and vendors. For example, if as a result of a change order or contract modification, the fourth and fifth tier subcontractors perform work with a negotiated value of eighty thousand dollars ($80,000) and twenty five thousand dollars ($25,000) respectively, the cumulative value of the change is one hundred five thousand dollars ($105,000.00). Therefore, the change falls into the second category, $100,001.00 to $499,999.00, and the sum of all markups for overhead and profit may not exceed

20% and the resulting increase in the price of the prime contract shall not exceed one hundred twenty six thousand dollars ($105,000 x 1.20).

H.25. UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL

The Contractor shall not accept instructions issued by any person employed by the U.S Government or otherwise, other than the Contracting Officer or Contracting Officer’s Representative (COR) acting within the limit of his/her authority as defined in their appointment letter.

H.26. RELEASE OF INFORMATION

(a) The Contractor will not, unless authorized in writing by the Contracting Officer, release or provide any information or interpretations concerning data prepared under this contract to prospective construction, manufactures, or suppliers for their use in bidding or submitting their quotations.

(b) Any cost estimates prepared by the Contractor for use either by the Government or the Contractor, shall be considered privileged information and will not be divulged to any third party.

H.27. ENVIRONMENTAL COMPLIANCE

(a) The Foreign Assistance Act of 1961, as amended, Section 117 requires that the impact of USAID’s activities on the environment be considered and that USAID include environmental sustainability as a central consideration in designing and carrying out its development programs. This mandate is codified in Federal Regulations (22 CFR 216) and in USAID’s Automated Directives System (ADS) Parts 201.5.10g and 204 (http://www.usaid.gov/policy/ADS/200/), which, in part, require that the potential environmental impacts of USAID-financed activities are identified prior to a final decision to proceed and that appropriate environmental safeguards are adopted for all activities. Contractor environmental compliance obligations under these regulations and procedures are specified in the following paragraphs of this RFP.

(b) In addition, the contractor/recipient must comply with host country environmental regulations unless otherwise directed in writing by USAID. In case of conflict between host country and USAID regulations, the latter shall govern.

(c) No activity funded under a contract resulting from this RFP will be implemented unless an environmental threshold determination, as defined by 22 CFR 216, has been reached for that activity, as documented in a Request for Categorical Exclusion (RCE), Initial Environmental Examination (IEE), or Environmental Assessment (EA) duly signed by the Bureau Environmental Officer (BEO). (Hereinafter, such documents are described as “approved Regulation 216 environmental documentation.”)

H.28. EXECUTIVE ORDER ON TERRORISM FINANCING The Contractor/Recipient is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the contractor/recipient to ensure compliance with these

Executive Orders and laws. This provision must be included in all subcontracts/sub awards issued under this contract/agreement.

H.29. REPORTING OF FOREIGN TAXES (March 2006) (a) The recipient must annually submit a report by April 16 of the next year.

(b) Contents of Report. The report must contain:

(i) Contractor/recipient name.

(ii) Contact name with phone, fax and email.

(iii) Agreement number(s).

(iv) Amount of foreign taxes assessed by a foreign government [each foreign government must be listed separately] on commodity purchase transactions valued at $500 or more financed with U.S. foreign assistance funds under this agreement during the prior U.S. fiscal year.

(v) Only foreign taxes assessed by the foreign government in the country receiving U.S. assistance is to be reported. Foreign taxes by a third party foreign government are not to be reported. For example, if an assistance program for Lesotho involves the purchase of commodities in South Africa using foreign assistance funds, any taxes imposed by South Africa would not be reported in the report for Lesotho (or South Africa).

(vi) Any reimbursements received by the Recipient during the period in (iv) regardless of when the foreign tax was assessed and any reimbursements on the taxes reported in (iv) received through March 31.

(vii) Report is required even if the recipient did not pay any taxes during the report period.

(viii) Cumulative reports may be provided if the recipient is implementing more than one program in a foreign country.

(c) Definitions. For purposes of this clause:

(i) “Agreement” includes USAID direct and country contracts, grants, cooperative agreements and interagency agreements.

(ii) “Commodity” means any material, article, supply, goods, or equipment.

(iii) “Foreign government” includes any foreign governmental entity.

(iv) “Foreign taxes” means value-added taxes and custom duties assessed by a foreign government on a commodity. It does not include foreign sales taxes.

(d) Where. Submit the reports to:

(i) Mission Controller USAID/GhanaE-mail: (to be provided by COR)

(ii) Contracting Officer’s RepresentativeTBD

With a copy to: TBD

(e) Subagreements. The recipient must include this reporting requirement in all applicable subcontracts, subgrants and other subagreements.

(f) For further information see http://www.state.gov/m/rm/c10443.htm.

[END OF SECTION H]

PART II - CONTRACT CLAUSES

SECTION I - CONTRACT CLAUSES

I.1. NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" in Section I of this contract. See http://www.acqnet.gov/far for electronic access to the full text of a clause.

NUMBER TITLE DATE

FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1)

52.202-1 DEFINITIONS JAN 201252.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION APR 198552.203-3 GRATUITIES APR 198452.203-5 COVENANT AGAINST CONTINGENT FEES APR 198452.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT JUL 199552.203-7 ANTI-KICKBACK PROCEDURES JUL 199552.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL

OR IMPROPER ACTIVITY JUL 199552.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY JAN 199752.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL

TRANSACTIONS JUN 200352.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER MAY 201152.204-7 CENTRAL CONTRACTOR REGISTRATION AUG 201252.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL JAN 201152.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS APR 201052.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING

WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FORDEBARMENT DEC 2010

52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS FEB 201252.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING

RESPONSIBILITY MATTERS FEB 201252.211-13 TIME EXTENSIONS52.215-2 AUDIT AND RECORDS - NEGOTIATION OCT 2010 52.215-8 ORDER OF PRECEDENCE - UNIFORM CONTRACT FORMAT OCT 1997 52.215-14 INTEGRITY OF UNIT PRICES OCT 199752.215-19 NOTIFICATION OF OWNERSHIP CHANGES OCT 199752.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES FEB 1997 52.222-3 CONVICT LABOR JUN 200352.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES JUN 2004

52.222-21 PROHIBITION OF SEGREGATED FACILITIES FEB 1999 52.222-26 EQUAL OPPORTUNITY MAR 2007 52.222-29 NOTIFICATION OF VISA DENIAL JUN 2003 52.222-35 EQUAL OPPORTUNITY FOR VETERANS SEP 2010 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES OCT 2010 52.222-37 EMPLOYMENT REPORTS ON VETERANS SEP 2010 52.222-50 COMBATING TRAFFICKING IN PERSONS FEB 200952.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION JAN 2009 52.223-6 DRUG-FREE WORKPLACE MAY 2001 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING

WHILE DRIVING AUG 2011 52.223-19 COMPLIANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEMS MAY 2011 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN 2008 52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION

OF CONTRACT FEB 2000 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN

SANCTIONED ACTIVITIES RELATING TO IRAN – REPRESENTATION ANDCERTIFICATION NOV 2011

52.226-6 PROMOTING EXCESS FOOD DONATION TO NONPROFITORGANIZATIONS MAR 2009

52.227-1 AUTHORIZATION AND CONSENT DEC 200752.227-3 PATENT INDEMNITY APR 1984 52.227-9 REFUND OF ROYALTIES APR 198452.227-14 RIGHTS IN DATA – GENERAL DEC 2007 52.228-2 ADDITIONAL BOND SECURITY OCT 199752.228-3 WORKERS COMPENSATION INSURANCE APR 198452.228-4 WORKERS COMPENSATION INSURANCE AND WAR-HAZARD APR 1984

INSURANCE OVERSEAS52.228-7 INSURANCE - LIABILITY TO THIRD PERSONS MAR 199652.228-11 PLEDGES OF ASSETS FEB 199252.228-12 PROSPECTIVE SUBCONTRACTOR REQUESTS FOR BONDS OCT 199552.228-15 PERFORMANCE AND PAYMENT BONDS-CONSTRUCTION JULY 200052.229-6 TAXES – FOREIGN FIXED PRICE CONTRACTS JUN 200352.232-5 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS SEP 2002 52.232-17 INTEREST OCT 2010 52.232-18 AVAILABILITY OF FUNDS APR 1984 52.232-23 ASSIGNMENT OF CLAIMS JAN 1986 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - CENTRAL CONTRACTOR

REGISTRATION OCT 2003 52.233-1 DISPUTES JUL 2002 52.233-3 PROTEST AFTER AWARD. AUG 1996 - ALTERNATE I JUN 1985 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM OCT 200452.236-1 PERFORMANCE OF WORK BY THE CONTRACTOR APR 1984 52.236-2 DIFFERING SITE CONDITIONS APR 198452.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK APR 198452.236-5 MATERIAL AND WORKMANSHIP APR 198452.236-6 SUPERINTENDENCE BY THE CONTRACTOR APR 198452.236-7 PERMITS AND RESPONSIBILITIES NOV 1991

52.236-8 OTHER CONTRACTS APR 198452.236-9 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT,

UTILITIES, AND IMPROVEMENTS APR 198452.236-10 OPERATIONS AND STORAGE AREAS APR 198452.236-11 USE AND POSSESSION PRIOR TO COMPLETION APR 198452.236-12 CLEANING UP APR 198452.236-13 ACCIDENT PREVENTION NOV 199152.236-14 AVAILABILITY AND USE OF UTILITY SERVICES APR 198452.236-15 SCHEDULES FOR CONSTRUCTION CONTRACTS APR 198452.236-17 LAYOUT OF WORK APR 198452.236-21 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION FEB 199752.236-23 RESPONSIBILITY OF THE ARCHITECT-ENGINEER CONTRACTOR APR 198452.236-24 WORK OVERSIGHT IN ARCHITECT-ENGINEER CONTRACTS APR 198452.236-26 PRECONSTRUCTION CONFERENCE FEB 199552.236-27 SITE VISIT (CONSTRUCTION) FEB 199552.236-28 PREPARATION OF PROPOSALS—CONSTRUCTION OCT 199752.242-13 BANKRUPTCY JUL 1995 52.243-1 CHANGES – FIXED-PRICE - ALTERNATE I APR 1984 52.244-5 COMPETITION IN SUBCONTRACTING DEC 199652.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS DEC 2010 52.246-25 LIMITATION OF LIABILITY - SERVICES FEB 1997 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) MAY 2004

ALTERNATE I (SEP 1996)52.249-10 DEFAULT (FIXED-PRICE CONSTRUCTION) APR 1984 52.253-1 COMPUTER GENERATED FORMS JAN 1991

AIDAR CLAUSES (48 CFR CHAPTER7)

752.202-1 DEFINITIONS (JAN 1990) 752.209-71 ORGANIZATIONAL CONFLICTS OF INTEREST DISCOVERED

AFTER AWARD (JUN 1993) 752.211-70 LANGUAGE AND MEASUREMENT (JUN 1992) 752.216-70 AWARD FEE (MAY 1997)752.228-7 INSURANCE-LIABILITY TO THIRD PERSONS752.245-70 GOVERNMENT PROPERTY – USAID REPORTING

REQUIREMENTS752.245-71 TITLE TO AND CARE OF PROPERTY (APR 1984)752.7006 NOTICES (APR 1984)752.7008 USE OF GOVERNMENT FACILITIES OR PERSONNEL (APR 1984)752.7010 CONVERSION OF U.S. DOLLARS TO LOCAL CURRENCY (APR 1984)752.7013 CONTRACTOR - MISSION RELATIONSHIPS (OCT 1989)752.7015 USE OF POUCH FACILITIES (JUL 1997)752.7025 APPROVALS (APR 1984)752.7029 POST PRIVILEGES (JUL 1993)752.7033 PHYSICAL FITNESS (JUL 1997)752.7034 ACKNOWLEDGEMENT AND DISCLAIMER (DEC 1991)752.7035 PUBLIC NOTICES (DEC 1991)

CLAUSES INCORPORATED BY FULL TEXT

I.2. 52.229-6: TAXES—FOREIGN FIXED-PRICE CONTRACTS (JUN 2003)

(a) To the extent that this contract provides for furnishing supplies or performing services outside the United States and its outlying areas, this clause applies in lieu of any Federal, State, and local taxes clause of the contract.

(b) Definitions. As used in this clause—

“Contract date” means the date set for bid opening or, if this is a negotiated contract or a modification, the effective date of this contract or modification. “Country concerned” means any country, other than the United States and its outlying areas, in which expenditures under this contract are made. “Tax” and “taxes” include fees and charges for doing business that are levied by the government of the country concerned or by its political subdivisions. “All applicable taxes and duties” means all taxes and duties, in effect on the contract date, that the taxing authority is imposing and collecting on the transactions or property covered by this contract, pursuant to written ruling or regulation in effect on the contract date. “After-imposed tax” means any new or increased tax or duty, or tax that was exempted or excluded on the contract date but whose exemption was later revoked or reduced during the contract period, other than excepted tax, on the transactions or property covered by this contract that the Contractor is required to pay or bear as the result of legislative, judicial, or administrative action taking effect after the contract date. “After-relieved tax” means any amount of tax or duty, other than an excepted tax, that would otherwise have been payable on the transactions or property covered by this contract, but which the Contractor is not required to pay or bear, or for which the Contractor obtains a refund, as the result of legislative, judicial, or administrative action taking effect after the contract date. “Excepted tax” means social security or other employment taxes, net income and franchise taxes, excess profits taxes, capital stock taxes, transportation taxes, unemployment compensation taxes, and property taxes. “Excepted tax” does not include gross income taxes levied on or measured by sales or receipts from sales, property taxes assessed on completed supplies covered by this contract, or any tax assessed on the Contractor’s possession of, interest in, or use of property, title to which is in the U.S. Government.

(c) Unless otherwise provided in this contract, the contract price includes all applicable taxes and duties, except taxes and duties that the Government of the United States and the government of the country concerned have agreed shall not be applicable to expenditures in such country by or on behalf of the United States.

(d) The contract price shall be increased by the amount of any after-imposed tax or of any tax or duty specifically excluded from the contract price by a provision of this contract that the Contractor is required to pay or bear, including any interest or penalty, if the Contractor states in writing that the contract price does not include any contingency for such tax and if liability for such tax, interest, or penalty was not incurred through the Contractor’s fault, negligence, or failure to follow instructions of the Contracting Officer or to comply with the provisions of paragraph (i) of this clause.

(e) The contract price shall be decreased by the amount of any after-relieved tax, including any interest or penalty. The Government of the United States shall be entitled to interest received by the Contractor incident to a refund of taxes to the extent that such interest was earned after the Contractor was paid by the Government of the United States for such taxes. The Government of the United States shall be entitled to repayment of any penalty refunded to the Contractor to the extent that the penalty was paid by the Government.

(f) The contract price shall be decreased by the amount of any tax or duty, other than an excepted tax, that was included in the contract and that the Contractor is required to pay or bear, or does not obtain a refund of, through the Contractor’s fault, negligence, or failure to follow instructions of the Contracting Officer or to comply with the provisions of paragraph (i) of this clause.

(g) No adjustment shall be made in the contract price under this clause unless the amount of the adjustment exceeds $250.

(h) If the Contractor obtains a reduction in tax liability under the United States Internal Revenue Code (Title 26, U.S. Code) because of the payment of any tax or duty that either was included in the contract price or was the basis of an increase in the contract price, the amount of the reduction shall be paid or credited to the Government of the United States as the Contracting Officer directs.

(i) The Contractor shall take all reasonable action to obtain exemption from or refund of any taxes or duties, including interest or penalty, from which the United States Government, the Contractor, any subcontractor, or the transactions or property covered by this contract are exempt under the laws of the country concerned or its political subdivisions or which the governments of the United States and of the country concerned have agreed shall not be applicable to expenditures in such country by or on behalf of the United States.

(j) The Contractor shall promptly notify the Contracting Officer of all matters relating to taxes or duties that reasonably may be expected to result in either an increase or decrease in the contract price and shall take appropriate action as the Contracting Officer directs. The contract price shall be equitably adjusted to cover the costs of action taken by the Contractor at the direction of the Contracting Officer, including any interest, penalty, and reasonable attorneys’ fees.

I.3. 52.232-27: PROMPT PAYMENT FOR CONSTRUCTION CONTRACTS (OCT 2003)

Notwithstanding any other payment terms in this contract, the Government will make invoice payments under the terms and conditions specified in this clause. The Government considers payment as being made on the day a check is dated or the date of an electronic funds transfer. Definitions of pertinent terms are set forth in sections 2.101, 32.001, and 32.902 of the Federal Acquisition Regulation. All days referred to in this clause are calendar days, unless otherwise specified. (However, see paragraph (a)(3) concerning payments due on Saturdays, Sundays, and legal holidays.)

(a) Invoice payments:

(1) Types of invoice payments. For purposes of this clause, there are several types of invoice payments that may occur under this contract, as follows:

(i) Progress payments, if provided for elsewhere in this contract, based on Contracting Officer approval of the estimated amount and value of work or services performed, including payments for reaching milestones in any project.

(A) The due date for making such payments is 14 days after the designated billing office receives a proper payment request. If the designated billing office fails to annotate the payment request with the actual date of receipt at the time of receipt, the payment due date is the 14th day after the date of the Contractor's payment request, provided the designated billing office receives a proper payment request and there is no disagreement over quantity, quality, or Contractor compliance with contract requirements.

(B) The due date for payment of any amounts retained by the Contracting Officer in accordance with the clause at 52.232-5, Payments under Fixed-Price Construction Contracts, is as specified in the contract or, if not specified, 30 days after approval by the Contracting Officer for release to the Contractor.

(ii) Final payments based on completion and acceptance of all work and presentation of release of all claims against the Government arising by virtue of the contract, and payments for partial deliveries that have been accepted by the Government (e.g., each separate building, public work, or other division of the contract for which the price is stated separately in the contract).

(A) The due date for making such payments is the later of the following two events:

(1) The 30th day after the designated billing office receives a proper invoice from the Contractor.

(2) The 30th day after Government acceptance of the work or services completed by the Contractor. For a final invoice when the payment amount is subject to contract settlement actions (e.g., release of claims), acceptance is deemed to occur on the effective date of the contract settlement.

(B) If the designated billing office fails to annotate the invoice with the date of actual receipt at the time of receipt, the invoice payment due date is the 30th day after the date of the Contractor's invoice, provided the designated billing office receives a proper invoice and there is no disagreement over quantity, quality, or Contractor compliance with contract requirements.

(2) Contractor's invoice. The Contractor shall prepare and submit invoices to the designated billing office specified in the contract. A proper invoice must include the items listed in paragraphs (a)(2)(i) through (a)(2)(xi) of this clause. If the invoice does not comply with these requirements, the designated billing office must return it within 7 days after receipt, with the reasons why it is not a proper invoice. When computing any interest penalty owed the Contractor, the Government will take into account if the Government notifies the Contractor of an improper invoice in an untimely manner.

(i) Name and address of the Contractor.

(ii) Invoice date and invoice number. (The Contractor should date invoices as close as possible to the date of mailing or transmission.)

(iii) Contract number or other authorization for work or services performed (including order number and contract line item number).

(iv) Description of work or services performed.(v) Delivery and payment terms (e.g., discount for prompt payment terms).(vi) Name and address of Contractor official to whom payment is to be sent (must be the

same as that in the contract or in a proper notice of assignment).(vii) Name (where practicable), title, phone number, and mailing address of person to notify in

the event of a defective invoice.(viii) For payments described in paragraph (a)(1)(i) of this clause, substantiation of the amounts

requested and certification in accordance with the requirements of the clause at 52.232-5, Payments Under Fixed-Price Construction Contracts.

(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.

(x) Electronic funds transfer (EFT) banking information.

(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.

(B) If EFT banking information is not required to be on the invoice, in order for the invoice

to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision (e.g., 52.232- 38, Submission of Electronic Funds Transfer Information with Offer), contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration), or applicable agency procedures.

(C) EFT banking information is not required if the Government waived the requirement to

pay by EFT.

(xi) Any other information or documentation required by the contract.

(3) Interest penalty. The designated payment office will pay an interest penalty automatically, without request from the Contractor, if payment is not made by the due date and the conditions listed in paragraphs (a)(3)(i) through (a)(3)(iii) of this clause are met, if applicable. However, when the due date falls on a Saturday, Sunday, or legal holiday, the designated payment office may make payment on the following working day without incurring a late payment interest penalty.

(i) The designated billing office received a proper invoice.(ii) The Government processed a receiving report or other Government documentation

authorizing payment and there was no disagreement over quantity, quality, Contractor compliance with any contract term or condition, or requested progress payment amount.

(iii) In the case of a final invoice for any balance of funds due the Contractor for work or services performed, the amount was not subject to further contract settlement actions between the Government and the Contractor.

(4) Computing penalty amount. The Government will compute the interest penalty in accordance with the Office of Management and Budget prompt payment regulations at 5 CFR part 1315.

(i) For the sole purpose of computing an interest penalty that might be due the Contractor for payments described in paragraph (a)(1)(ii) of this clause, Government acceptance or approval is deemed to occur constructively on the 7th day after the Contractor has completed the work or services in accordance with the terms and conditions of the contract. If actual acceptance or approval occurs within the constructive acceptance or approval period, the Government will base the determination of an interest penalty on the actual date of acceptance or approval. Constructive acceptance or constructive approval requirements do not apply if there is a disagreement over quantity, quality, or Contractor compliance with a contract provision. These requirements also do not compel Government officials to accept work or services, approve Contractor estimates, perform contract administration functions, or make payment prior to fulfilling their responsibilities.

(ii) The prompt payment regulations at 5 CFR 1315.10(c) do not require the Government to pay

interest penalties if payment delays are due to disagreement between the Government and the Contractor over the payment amount or other issues involving contract compliance, or on amounts temporarily withheld or retained in accordance with the terms of the contract. The Government and the Contractor shall resolve claims involving disputes, and any interest that may be payable in accordance with the clause at FAR 52.233-1, Disputes.

(5) Discounts for prompt payment. The designated payment office will pay an interest penalty

automatically, without request from the Contractor, if the Government takes a discount for prompt payment improperly. The Government will calculate the interest penalty in accordance with the prompt payment regulations at 5 CFR part 1315.

(6) Additional interest penalty.

(i) The designated payment office will pay a penalty amount, calculated in accordance with the

prompt payment regulations at 5 CFR part 1315 in addition to the interest penalty amount only if--

(A) The Government owes an interest penalty of $1 or more;

(B) The designated payment office does not pay the interest penalty within 10 days after

the date the invoice amount is paid; and

(C) The Contractor makes a written demand to the designated payment office for additional penalty payment, in accordance with paragraph (a)(6)(ii) of this clause, postmarked not later than 40 days after the date the invoice amount is paid.

(ii)

(A) The Contractor shall support written demands for additional penalty payments with the following data. The Government will not request any additional data. The Contractor shall:

(1) Specifically assert that late payment interest is due under a specific invoice, and request payment of all overdue late payment interest penalty and such additional penalty as may be required;

(2) Attach a copy of the invoice on which the unpaid late payment interest was due; and

(3) State that payment of the principal has been received, including the date of receipt.

(B) If there is no postmark or the postmark is illegible:

(1) The designated payment office that receives the demand will annotate it with the date of receipt provided the demand is received on or before the 40th day after payment was made; or

(2) If the designated payment office fails to make the required annotation, the Government will determine the demand's validity based on the date the Contractor has placed on the demand, provided such date is no later than the 40th day after payment was made.

(b) Contract financing payments. If this contract provides for contract financing, the Government will

make contract financing payments in accordance with the applicable contract financing clause. (c) Subcontract clause requirements. The Contractor shall include in each subcontract for property or

services (including a material supplier) for the purpose of performing this contract the following:

(1) Prompt payment for subcontractors. A payment clause that obligates the Contractor to pay the subcontractor for satisfactory performance under its subcontract not later than 7 days from receipt of payment out of such amounts as are paid to the Contractor under this contract.

(2) Interest for subcontractors. An interest penalty clause that obligates the Contractor to pay to the subcontractor an interest penalty for each payment not made in accordance with the payment clause--

(i) For the period beginning on the day after the required payment date and ending on the date

on which payment of the amount due is made; and(ii) Computed at the rate of interest established by the Secretary of the Treasury, and published

in the Federal Register, for interest payments under section 12 of the Contract Disputes Act of 1978 (41 U.S.C. 611) in effect at the time the Contractor accrues the obligation to pay an interest penalty.

(3) Subcontractor clause flowdown. A clause requiring each subcontractor to:

(i) Include a payment clause and an interest penalty clause conforming to the standards set

forth in paragraphs (c)(1) and (c)(2) of this clause in each of its subcontracts; and

(ii) Require each of its subcontractors to include such clauses in their subcontracts with each lower-tier subcontractor or supplier.

(d) Subcontract clause interpretation. The clauses required by paragraph (c) of this clause shall not be

construed to impair the right of the Contractor or a subcontractor at any tier to negotiate, and to include in their subcontract, provisions that--

(1) Retainage permitted. Permit the Contractor or a subcontractor to retain (without cause) a

specified percentage of each progress payment otherwise due to a subcontractor for satisfactory performance under the subcontract without incurring any obligation to pay a late payment interest penalty, in accordance with terms and conditions agreed to by the parties to the subcontract, giving such recognition as the parties deem appropriate to the ability of a subcontractor to furnish a performance bond and a payment bond;

(2) Withholding permitted. Permit the Contractor or subcontractor to make a determination that

part or all of the subcontractor's request for payment may be withheld in accordance with the subcontract agreement; and

(3) Withholding requirements. Permit such withholding without incurring any obligation to pay a

late payment penalty if:

(i) A notice conforming to the standards of paragraph (g) of this clause previously has been furnished to the subcontractor; and

(ii) The Contractor furnishes to the Contracting Officer a copy of any notice issued by a

Contractor pursuant to paragraph (d)(3)(i) of this clause. (e) Subcontractor withholding procedures. If a Contractor, after making a request for payment to the

Government but before making a payment to a subcontractor for the subcontractor's performance covered by the payment request, discovers that all or a portion of the payment otherwise due such subcontractor is subject to withholding from the subcontractor in accordance with the subcontract agreement, then the Contractor shall--

(1) Subcontractor notice. Furnish to the subcontractor a notice conforming to the standards of

paragraph (g) of this clause as soon as practicable upon ascertaining the cause giving rise to a withholding, but prior to the due date for subcontractor payment;

(2) Contracting Officer notice. Furnish to the Contracting Officer, as soon as practicable, a copy of

the notice furnished to the subcontractor pursuant to paragraph (e)(1) of this clause;

(3) Subcontractor progress payment reduction. Reduce the subcontractor's progress payment by an amount not to exceed the amount specified in the notice of withholding furnished under paragraph (e)(1) of this clause;

(4) Subsequent subcontractor payment. Pay the subcontractor as soon as practicable after the

correction of the identified subcontract performance deficiency, and--

(i) Make such payment within:

(A) Seven days after correction of the identified subcontract performance deficiency (unless the funds therefor must be recovered from the Government because of a reduction under paragraph (e)(5)(i)) of this clause; or

(B) Seven days after the Contractor recovers such funds from the Government; or

(ii) Incur an obligation to pay a late payment interest penalty computed at the rate of interest

established by the Secretary of the Treasury, and published in the Federal Register, for interest payments under section 12 of the Contracts Disputes Act of 1978 (41 U.S.C. 611) in effect at the time the Contractor accrues the obligation to pay an interest penalty;

(5) Notice to Contracting Officer. Notify the Contracting Officer upon:

(i) Reduction of the amount of any subsequent certified application for payment; or

(ii) Payment to the subcontractor of any withheld amounts of a progress payment, specifying:

(A) The amounts withheld under paragraph (e)(1) of this clause; and

(B) The dates that such withholding began and ended; and

(6) Interest to Government. Be obligated to pay to the Government an amount equal to interest on

the withheld payments (computed in the manner provided in 31 U.S.C. 3903(c)(1)), from the 8th day after receipt of the withheld amounts from the Government until--

(i) The day the identified subcontractor performance deficiency is corrected; or

(ii) The date that any subsequent payment is reduced under paragraph (e)(5)(i) of this clause.

(f) Third-party deficiency reports:

(1) Withholding from subcontractor. If a Contractor, after making payment to a first-tier subcontractor, receives from a supplier or subcontractor of the first-tier subcontractor (hereafter referred to as a "second-tier subcontractor") a written notice in accordance with section 2 of the Act of August 24, 1935 (40 U.S.C. 270b, Miller Act), asserting a deficiency in such first-tier subcontractor's performance under the contract for which the Contractor may be ultimately liable, and the Contractor determines that all or a portion of future payments otherwise due such first-tier subcontractor is subject to withholding in accordance with the subcontract agreement, the Contractor may, without incurring an obligation to pay an interest penalty under paragraph (e)(6) of this clause:

(i) Furnish to the first-tier subcontractor a notice conforming to the standards of paragraph (g)

of this clause as soon as practicable upon making such determination; and

(ii) Withhold from the first-tier subcontractor's next available progress payment or payments an amount not to exceed the amount specified in the notice of withholding furnished under paragraph (f)(1)(i) of this clause.

(2) Subsequent payment or interest charge. As soon as practicable, but not later than 7 days after

receipt of satisfactory written notification that the identified subcontract performance deficiency has been corrected, the Contractor shall:

(i) Pay the amount withheld under paragraph (f)(1)(ii) of this clause to such first-tier subcontractor; or

(ii) Incur an obligation to pay a late payment interest penalty to such first-tier subcontractor

computed at the rate of interest established by the Secretary of the Treasury, and published in the Federal Register, for interest payments under section 12 of the Contracts Disputes Act of 1978 (41 U.S.C. 611) in effect at the time the Contractor accrues the obligation to pay an interest penalty.

(g) Written notice of subcontractor withholding. The Contractor shall issue a written notice of any

withholding to a subcontractor (with a copy furnished to the Contracting Officer), specifying--

(1) The amount to be withheld;

(2) The specific causes for the withholding under the terms of the subcontract; and

(3) The remedial actions to be taken by the subcontractor in order to receive payment of the amounts withheld.

(h) Subcontractor payment entitlement. The Contractor may not request payment from the

Government of any amount withheld or retained in accordance with paragraph (d) of this clause until such time as the Contractor has determined and certified to the Contracting Officer that the subcontractor is entitled to the payment of such amount.

(i) Prime-subcontractor disputes. A dispute between the Contractor and subcontractor relating to the

amount or entitlement of a subcontractor to a payment or a late payment interest penalty under a clause included in the subcontract pursuant to paragraph (c) of this clause does not constitute a dispute to which the Government is a party. The Government may not be interpleaded in any judicial or administrative proceeding involving such a dispute.

(j) Preservation of prime-subcontractor rights. Except as provided in paragraph (i) of this clause, this clause shall not limit or impair any contractual, administrative, or judicial remedies otherwise available to the Contractor or a subcontractor in the event of a dispute involving late payment or nonpayment by the Contractor or deficient subcontract performance or nonperformance by a subcontractor.

(k) Non-recourse for prime contractor interest penalty. The Contractor's obligation to pay an interest penalty to a subcontractor pursuant to the clauses included in a subcontract under paragraph (c) of this clause shall not be construed to be an obligation of the Government for such interest penalty. A cost- reimbursement claim may not include any amount for reimbursement of such interest penalty.

(l) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall immediately notify the Contracting Officer and request instructions for disposition of the overpayment.

I.4. 52.236-1: PERFORMANCE OF WORK BY THE CONTRACTOR (APR 1984)

The Contractor shall perform on the site, and with its own organization, work equivalent to at least 50% percent of the total amount of work to be performed under the contract. This percentage may be reduced by a supplemental agreement to this contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government.

I.5. 52.236-22 DESIGN WITHIN FUNDING LIMITATIONS (APR 1984)

(a) The Contractor shall accomplish the design services required under this contract so as to permit the award of a contract, using standard Federal Acquisition Regulation procedures for the construction of the facilities designed at a price that does not exceed the estimated construction contract price as set forth in paragraph (c) of this clause. When bids or proposals for the construction contract are received that exceed the estimated price, the contractor shall perform such redesign and other services as are necessary to permit contract award within the funding limitation. These additional services shall be performed at no increase in the price of this contract. However, the Contractor shall not be required to perform such additional services at no cost to the Government if the unfavorable bids or proposals are the result of conditions beyond its reasonable control.

(b) The Contractor will promptly advise the Contracting Officer if it finds that the project being designed will exceed or is likely to exceed the funding limitations and it is unable to design a usable facility within these limitations. Upon receipt of such information, the Contracting Officer will review the Contractor’s revised estimate of construction cost. The Government may, if it determines that the estimated construction contract price set forth in this contract is so low that award of a construction contract not in excess of such estimate is improbable, authorize a change in scope or materials as required to reduce the estimated construction cost to an amount within the estimated construction contract price set forth in paragraph (c) of this clause, or the Government may adjust such estimated construction contract price. When bids or proposals are not solicited or are unreasonably delayed, the Government shall prepare an estimate of constructing the design submitted and such estimate shall be used in lieu of bids or proposals to determine compliance with the funding limitation.

(c) The estimated construction contract price for the project described in this contract is TBD.

I.6. 52.243-7 NOTIFICATION OF CHANGES (APR 1984)

(a) Definitions. "Contracting Officer," as used in this clause, does not include any representative of the Contracting Officer.

"Specifically Authorized Representative (SAR)," as used in this clause, means any person the Contracting Officer has so designated by written notice (a copy of which shall be provided to the Contractor) which shall refer to this paragraph and shall be issued to the designated representative before the SAR exercises such authority.

(b) Notice. The primary purpose of this clause is to obtain prompt reporting of Government conduct that the Contractor considers to constitute a change to this contract. Except for changes identified as such in writing and signed by the Contracting Officer, the Contractor shall notify the Administrative Contracting Officer in writing promptly, within 7 calendar days from the date that the Contractor identifies any Government conduct (including actions, inactions, and written or oral

communications) that the Contractor regards as a change to the contract terms and conditions. On the basis of the most accurate information available to the Contractor, the notice shall state -

(1) The date, nature, and circumstances of the conduct regarded as a change;

(2) The name, function, and activity of each Government individual and Contractor official or employee involved in or knowledgeable about such conduct;

(3) The identification of any documents and the substance of any oral communication involved in such conduct;

(4) In the instance of alleged acceleration of scheduled performance or delivery, the basis upon which it arose;

(5) The particular elements of contract performance for which the Contractor may seek an equitable adjustment under this clause, including -

(i) What contract line items have been or may be affected by the alleged change;

(ii) What labor or materials or both have been or may be added, deleted, or wasted by the alleged change;

(iii) To the extent practicable, what delay and disruption in the manner and sequence of performance and effect on continued performance have been or may be caused by the alleged change;

(iv) What adjustments to contract price, delivery schedule, and other provisions affected by the alleged change are estimated; and

(6) The Contractor's estimate of the time by which the Government must respond to the Contractor's notice to minimize cost, delay or disruption of performance.

(c) Continued performance. Following submission of the notice required by paragraph (b) of this clause, the Contractor shall diligently continue performance of this contract to the maximum extent possible in accordance with its terms and conditions as construed by the Contractor, unless the notice reports a direction of the Contracting Officer or a communication from a SAR of the Contracting Officer, in either of which events the Contractor shall continue performance; provided, however, that if the Contractor regards the direction or communication as a change as described in paragraph (b) of this clause, notice shall be given in the manner provided. All directions, communications, interpretations, orders and similar actions of the SAR shall be reduced to writing promptly and copies furnished to the Contractor and to the Contracting Officer. The Contracting Officer shall promptly countermand any action which exceeds the authority of the SAR.

(d) Government response. The Contracting Officer shall promptly, within [ ] (to be negotiated) calendar days after receipt of notice, respond to the notice in writing. In responding, the Contracting Officer shall either -

(1) Confirm that the conduct of which the Contractor gave notice constitutes a change and when necessary direct the mode of further performance;

(2) Countermand any communication regarded as a change;

(3) Deny that the conduct of which the Contractor gave notice constitutes a change and when necessary direct the mode of further performance; or

(4) In the event the Contractor's notice information is inadequate to make a decision under paragraphs (d)(1), (2), or (3) of this clause, advise the Contractor what additional information is required, and establish the date by which it should be furnished and the date thereafter by which the Government will respond.

(e) Equitable adjustments.

(1) If the Contracting Officer confirms that Government conduct effected a change as alleged by the Contractor, and the conduct causes an increase or decrease in the Contractor's cost of, or the time required for, performance of any part of the work under this contract, whether changed or not changed by such conduct, an equitable adjustment shall be made -

(i) In the contract price or delivery schedule or both; and

(ii) In such other provisions of the contract as may be affected.

(2) The contract shall be modified in writing accordingly. In the case of drawings, designs or specifications which are defective and for which the Government is responsible, the equitable adjustment shall include the cost and time extension for delay reasonably incurred by the Contractor in attempting to comply with the defective drawings, designs or specifications before the Contractor identified, or reasonably should have identified, such defect. When the cost of property made obsolete or excess as a result of a change confirmed by the Contracting Officer under this clause is included in the equitable adjustment, the Contracting Officer shall have the right to prescribe the manner of disposition of the property. The equitable adjustment shall not include increased costs or time extensions for delay resulting from the Contractor's failure to provide notice or to continue performance as provided, respectively, in paragraphs (b) and (c) of this clause.

Note: The phrases "contract price" and "cost" wherever they appear in the clause, may be appropriately modified to apply to cost-reimbursement or incentive contracts, or to combinations thereof.

I.7. 52.246-21: WARRANTY OF CONSTRUCTION (MAR 1994) ALTERNATE I (APR 1984) (a) In addition to any other warranties in this contract, the Contractor warrants, except as provided in

paragraph (i) of this clause, that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, or design furnished, or workmanship performed by the Contractor or any subcontractor or supplier at any tier.

(b) This warranty shall continue for a period of 1 year from the date of final acceptance of the work. If the Government takes possession of any part of the work before final acceptance, this warranty shall continue for a period of 1 year from the date the Government takes possession.

(c) The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Government-owned or controlled real or personal property, when that damage is the result of--

(1) The Contractor's failure to conform to contract requirements; or

(2) Any defect of equipment, material, workmanship, or design furnished. (d) The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause.

The Contractor's warranty with respect to work repaired or replaced will run for 1 year from the date of repair or replacement.

(e) The Contracting Officer shall notify the Contractor, in writing, within a reasonable time after the discovery of any failure, defect, or damage.

(f) If the Contractor fails to remedy any failure, defect, or damage within a reasonable time after receipt of notice, the Government shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense.

(g) With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall--

(1) Obtain all warranties that would be given in normal commercial practice;

(2) Require all warranties to be executed, in writing, for the benefit of the Government, if directed by the Contracting Officer; and

(3) Enforce all warranties for the benefit of the Government, if directed by the Contracting Officer. (h) In the event the Contractor's warranty under paragraph (b) of this clause has expired, the

Government may bring suit at its expense to enforce a subcontractor's, manufacturer's, or supplier's warranty.

(i) Unless a defect is caused by the negligence of the Contractor or subcontractor or supplier at any tier, the Contractor shall not be liable for the repair of any defects of material or design furnished by the Government nor for the repair of any damage that results from any defect in Government-furnished material or design.

(j) This warranty shall not limit the Government's rights under the Inspection and Acceptance clause of this contract with respect to latent defects, gross mistakes, or fraud.

(k) Defects in design or manufacture of equipment specified by the Government on a "brand name and model" basis, shall not be included in this warranty. In this event, the Contractor shall require any

subcontractors, manufacturers, or suppliers thereof to execute their warranties, in writing, directly to the Government.

I.8. 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

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):

www.acquisition.gov/FAR/

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

SECTION J - LIST OF ATTACHMENTS

Drawings

(1) G000: General Drawing Cover Sheet & Drawing Index(2) G001: General Notes and Symbols(3) A101: Ground Floor Existing/Demolition Plan(4) A102: 1st Floor Proposed Plan(5) A103: Ground Floor Proposed/New Work Plan(6) A104: 1st Floor Proposed/New Work Plan(7) A105: Ground Floor Proposed Reflected Ceiling Plan(8) A106: 1st Floor Proposed Reflected Ceiling Plan(9) A107: Roof Plan(10) A108: Staff Quarters Existing/Demolition Plan(11) A108: Staff Quarters Proposed Plan(12) A201: Existing/Demolition Elevations(13) A202: Existing/Demolition Elevations(14) A203: Proposed Elevations(15) A204: Proposed Elevations(16) A301: Details(17) A302: Enlarged Toilet Room Details(18) A303: Enlarged Toilet Room Details(19) A304: Enlarged Kitchen and Bar Details (20) A305: Enlarged Kitchen & Bar Details(21) A308: Finish Schedule and Details(22) A309: Finish Schedule and Details(23) A309: Door Schedule and Details(24) A310: Window Schedule and Details(25) A311: Equipment Schedule (Bathroom fixtures & kitchen appliances)

Other

(26) List of USAID furnished property(27) Form AID 1420 – Contractor Employee Biographical Data Sheet(28) Form LLL – Disclosure of Lobbying Activities(29) Past Performance Information Sheet

PART IV - REPRESENTATIONS AND INSTRUCTIONS

SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS

K.1. NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

The following solicitation provisions pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the FAR provision at FAR "52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE" in Section L of this solicitation. See FAR 52.252-1 for an internet address (if specified) for electronic access to the full text of a provision.

FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1)

NUMBER TITLE DATE

52.236-28 PREPARATION OF PROPOSALS – CONSTRUCTION OCT 1997

K.2. 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985)

(a) The offeror certifies that:

(1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to:

(i) Those prices;(ii) The intention to submit an offer; or(iii) The methods or factors used to calculate the prices offered.

(2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and

(3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition.

(b) Each signature on the offer is considered to be a certification by the signatory that the signatory:

(1) Is the person in the offeror’s organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision; or

(2)

(i) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision ____________________ [insert full name of person(s) in the offeror’s organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror’s organization];

(ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(i) of this provision have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision; and

(iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision.

(c) If the offeror deletes or modifies subparagraph (a)(2) of this provision, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure.

K.3. ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2012)

(a)

(1) The North American Industry Classification System (NAICS) code for this acquisition is 236220. (2) The small business size standard is $33.5 million. (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 clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (d) of this provision applies.

(2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA 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 ORCA 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. (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include

the clause at 52.204-7, Central Contractor Registration. (iv) 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.

(v) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation. This provision applies to solicitations using funds appropriated in fiscal years 2008, 2009, 2010, or 2012.

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

(vii) 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.

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

(ix) 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.

(x) 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.

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

(xii) 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.

(xiii) 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.

(xiv) 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.

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

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

(xvii) 52.225-4, Buy American Act—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 $77,494, the provision with

its Alternate II applies.D. If the acquisition value is $77,494 or more but is less than $100,000, the provision

with its Alternate III applies.

(xviii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.

(xix) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan—Certification. This provision applies to all solicitations.

(xx) 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran—Representation and Certification. This provision applies to all solicitations.

(xxi) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to:

A. Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and

B. For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns.

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

(i) 52.219-22, Small Disadvantaged Business Status.

A. Basic.B. Alternate I.

(ii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.(iii) 52.222-48, Exemption from Application of the Service Contract Act to Contracts for

Maintenance, Calibration, or Repair of Certain Equipment Certification.(iv) 52.222-52, Exemption from Application of the Service Contract Act to Contracts for

Certain Services–Certification.(v) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for

EPA–Designated Products (Alternate I only).

(vi) 52.227-6, Royalty Information.

A. Basic.B. Alternate I.

(vii) 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 Online Representations and Certifications Application (ORCA) website accessed through https://www.acquisition.gov. After reviewing the ORCA 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 ORCA.

K.4. INSURANCE - IMMUNITY FROM TORT LIABILITY The offeror represents that it [ ] is, [ ] is not a State agency or charitable institution, and that it [ ] is not immune, [ ] is partially immune, [ ] is totally immune from tort liability to third persons.

K.5. AGREEMENT ON, OR EXCEPTIONS TO, TERMS AND CONDITIONS The Offeror has reviewed the solicitation (Sections B through J of which will become the contract) and [ ] agrees to the terms and conditions set forth therein; or [ ] has the following exceptions (continue on a separate attachment page, if necessary): __________________________________________________________ __________________________________________________________ __________________________________________________________ __________________________________________________________

K.6. 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012)

(a)(1) The Offeror certifies, to the best of its knowledge and belief, that:

(i) The Offeror and/or any of its Principals:A. Are o are not o presently debarred, suspended, proposed for debarment, or declared

ineligible for the award of contracts by any Federal agency; B. Have o have not o, within a three-year period preceding this offer, been convicted of or had

a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks “have”, the offeror shall also see 52.209-7, if included in this solicitation);

C. Are o are not o presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision;

D. Have o, have not o, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied.

(1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. § 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. § 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. § 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code).

(ii) The Offeror has o has not o, within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) “Principal,” for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror’s responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.

K.7. 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999)

The offeror represents that:

(a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation;

(b) It * has, * has not filed all required compliance reports; and

(c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.

K.8. 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984)

The offeror represents that:

(a) It * has developed and has on file, * has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or

(b) It * has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.

K.9. 52.225-20 PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERATIONS IN SUDAN – CERTIFICATION (AUG 2009)

(a) Definitions. As used in this provision—

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

“Marginalized populations of Sudan” means—

(1) Adversely affected groups in regions authorized to receive assistance under section 8(c) of the Darfur Peace and Accountability Act (Pub. L. 109-344) (50 U.S.C. 1701 note); and

(2) Marginalized areas in Northern Sudan described in section 4(9) of such Act.

“Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate—

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

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

(3) Consist of providing goods or services to marginalized populations of Sudan;

(4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization;

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

(6) Have been voluntarily suspend.

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

K.10. SIGNATURE By signature hereon, or on an offer incorporating these Representations, Certifications, and Other Statements of Offerors, the offeror certifies that they are accurate, current, and complete, and that the offeror is aware of the penalty prescribed in 18 U.S.C. 1001 for making false statements in offers. Solicitation No.: _______________________________________ Offer/Proposal No.: _______________________________________

Date of Offer: _______________________________________ Name of Offeror: _______________________________________ Typed Name and Title: _______________________________________ Signature: _______________________________________

Date: _______________________________________

Invitation for Bids # AID-623-EA-12-005 Rehabilitation of USAID’s Offices at the Mobile Building in Kinshasa

SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1. 52.216-1: TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-fixed Price contract resulting from this solicitation.

L.2. 52.233-2: SERVICE OF PROTEST (AUG 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly

with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

International Mailing Address:TBD

In addition, a copy must be faxed to William Buckhold at 202-216-3058.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

L.3. 52.236-27: SITE VISIT (CONSTRUCTION) (FEB 1995)

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

(b) Site visit shall take place on February 26, 2013 starting at 0900 Kinshasa time, at the USAID offices in Kinshasa, DRC. Instructions for security clearance process shall be provided at a later time prior to the date of the site visit. All prospective offerors must attend in order to be eligible for award.

L.4. GENERAL INSTRUCTIONS TO OFFERORS (a) The offeror must submit the proposal by e-mail to Contracting Officer R. Christopher Gomes

([email protected])with a copy to Regional Acquisition and Assistance Specialist Margaret Quarcoo ([email protected]).

(b) The Technical Proposal and Cost Proposal must be kept separate from each other. Technical Proposals must not make reference to pricing data in order that the technical evaluation may be made strictly on the basis of technical merit.

(c) The US Government is not obligated to make an award or to pay for any costs incurred by the offeror in preparation of a proposal in response hereto.

L.5. INSTRUCTIONS FOR PREPARATION OF THE TECHNICAL PROPOSAL

Invitation for Bids # AID-623-EA-12-005 Rehabilitation of USAID’s Offices at the Mobile Building in Kinshasa

The offeror must limit the number of pages to 30. Technical proposals shall be written in English and typed using 11 point font size (excluding tables and graphs) with each page numbered consecutively. Proposals must be legible and require no magnification.

Not included in this page limitation are the following:

Table of contents; and CVs of key personnel which are limited to 2 pages each.

The technical proposal must be organized according to the evaluation factors in Section M (i.e. the proposal shall have four main sections) and must address all evaluation factors in Section M.

The Technical Approach section must address how the offeror will execute the requirements of the contract. This includes, but is not limited to, what labor the offeror proposes to utilize, what equipment the offeror proposes to utilize, what materials will be used and how they will be acquired, etc.

The Key Personnel section may contain small biographies of the key personnel. Please include the CVs of proposed key personnel at the end of the technical proposal. Please note that the CVs are not counted in the page limit, but are limited to 2 pages for each key personnel. Please include the CVs at the end of the technical proposal.

The Management Plan and Quality Assurance Plan section must include the proposed organizational chart. The section must also include the draft Quality Assurance Plan which identifies the processes the offeror proposes to utilize to ensure the quality of construction.

The Experience section shall include information which demonstrates experience in successfully performing similar projects.

L.6. INSTRUCTIONS FOR THE PREPARATION OF THE COST PROPOSAL An offeror’s proposal is presumed to represent its best effort to respond to the solicitation. Any inconsistency, whether real or apparent between promised performance and cost or price shall be explained in the proposal. Any significant inconsistency, if unexplained, would raise a fundamental issue of the offeror’s understanding of the nature and scope of work required and its fundamental ability to perform the contract, and may be grounds for rejection of the proposal. The burden of proof as to cost credibility rests with the Offeror. All pricing information shall be furnished in the cost proposal. The Government will not be responsible for cost/pricing figures provided in the technical proposal that is not included in the cost proposal.

There is no limit on the number of pages in the cost proposal, except as otherwise stated below. The Cost/Business Proposal must contain the following components in the order set forth below:

(a) Part 1 - Standard Form (SF) 1442

The offeror must submit the cover page (Section A) of this Solicitation [Standard Form (SF) 33, "Solicitation, Offer, and Award"], with blocks 12 through 18 completed, with an original signature of a person authorized on behalf of the Offeror to sign the offer.

Request for Proposal # AID-623-EA-12-005 Rehabilitation of USAID’s Offices at the Mobile Building in Kinshasa

(b) Part 2 - Proposed Costs

(1) General: The offeror shall propose a fixed price and include a breakout of the components of the price. This includes providing a complete bill of quantity. Offerors shall provide a narrative discussing the different cost elements to adequately justify the total price. Any assumptions should be clearly stated.

(2) Performance and Payment Bond: The cost of the performance and payment bond shall be included in the budget. Offerors shall not charge any indirect costs or fees on the cost of the performance and payment bond. The cost is a separate line item that is added after all other costs have been calculated.

(c) Part 3 – Past Performance

Past performance shall be evaluated according to Section M. USAID shall be utilizing the Past Performance Information Retrieval System (PPIRS) as one method of obtaining and evaluating past performance. For contracts not in PPIRS, offerors must submit past performance information on all contracts above $250,000 with a period of performance falling within the last three years which involve any type of work described in Section C. THERE IS NO NEED TO SUBMIT INFORMATION ON ANY CONTRACT MEETING THE REQUIREMENTS ABOVE IF IT IS IN PPIRS (www.ppirs.gov).

Offerors must use the “Past Performance Information Sheet” (included as an attachment to FBO notice) to submit this information. All applicable fields must be completed for each contract not in PPIRS. If all of the applicable contracts are in PPIRS, please note this on the sheet. Offerors are advised to inform points of contact that they may be contacted by USAID and asked to provide information regarding performance. Offerors without past performance described above are not prohibited from submitting proposals. Offerors without relevant past performance shall be evaluated according to Section M.4 of this RFP. USAID welcomes and encourages potential new offerors to submit proposals.

The Government reserves the right to verify the experience and past performance record of cited projects or other recent projects by reviewing the PPIRS, other performance reports, or to interview cited references or other persons knowledgeable of the offeror’s performance on a particular project. The Government may check any or all cited references to verify supplied information and/or to assess reference satisfaction with performance. Offerors will be provided an opportunity to explain circumstances surrounding less than satisfactory performance reports if not previously provided the opportunity.

(d) Part 4 - Evidence of Responsibility:

Limited to 3 pages, the offeror must submit sufficient evidence of responsibility for the contracting officer to make an affirmative determination of responsibility pursuant to the requirements of FAR Subsection 9.104-1. However, in the case of a small business Offeror, the Contracting Officer will comply with FAR 19.6. The offeror must address each element of responsibility below. To be determined responsible, a prospective Contractor must:

(1) Have adequate financial resources to perform the contract, or the ability to obtain them (see FAR 9.104-3(a));

Request for Proposal # AID-623-EA-12-005 Rehabilitation of USAID’s Offices at the Mobile Building in Kinshasa

(2) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental commitments;

(3) Have a satisfactory performance record (See FAR 9.104-3(b) and Subpart 42.15). A prospective Contractor shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history, except as provided in FAR 9.104-2;

(4) Have a satisfactory record of integrity and business ethics;

(5) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective Contractor and subcontractors).(See FAR 9.104-3(a));

(6) Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them (See FAR 9.104-3(a)); and

(7) Be otherwise qualified and eligible to receive an award under applicable laws and regulations (e.g., Equal Opportunity, Clean Air and Water, etc.).

(e) Part 6 – Evidence of Performance and Payment Bond

The offeror shall provide evidence of its ability to obtain a performance and payment bond for the full amount of proposed contract price. The apparent successful offeror shall be required to provide the fully executed performance and payment bond.

[END OF SECTION L]

Request for Proposal # AID-623-EA-12-005 Rehabilitation of USAID’s Offices at the Mobile Building in Kinshasa

SECTION M - EVALUATION FACTORS FOR AWARD

FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1)

NUMBER TITLE DATE

52.211-6 BRAND NAME OR EQUAL AUG 1999

M.1. GENERAL INFORMATION

(a) The Government may award a Contract without discussions with offerors in accordance with FAR 52.215-1.

(b) Government intends to evaluate proposals in accordance with Section M of this RFP and award to the responsible offeror whose proposal offers the best value, considering both cost and non-cost factors, to the Government.

(c) The submitted technical information will be scored by a technical evaluation committee using the technical criteria shown below. The evaluation committee may include industry experts who are not employees of the Government.

(d) The points shown after each evaluation criterion in section M.2 below indicate the relative importance of each criterion. There are no sub-criteria.

(e) Weight of Technical vs. Cost Factors: For overall evaluation purposes of this RFP, technical factors other than cost, when combined, are considered equal to cost factors. If proposals are technically equal, cost factors could be a determining factor.

M.2. EVALUATION CRITERIA

The evaluation criteria listed below are presented by major category, so that offerors will know which areas require emphasis in the preparation of proposals. The criteria below reflect the requirements of this particular statement of work. These criteria serve as the standard against which all proposals will be evaluated.

I. Technical Approach (25 points).

How well the proposal fulfills the requirements of the contract and demonstrates an understanding of the Statement of Work.

II. Key Personnel (25 points)

Quality and appropriateness of the offeror‘s proposed key personnel.

III. Management Plan and Quality Assurance Plan (25 points)

Request for Proposal # AID-623-EA-12-005 Rehabilitation of USAID’s Offices at the Mobile Building in Kinshasa

The soundness and completeness of the management plan and how well the plan describes the processes and approaches necessary to address all the components in the Statement of Work, including the clarity and appropriateness of the organizational chart and the quality of the Quality Assurance plan.

IV. Experience (25 points)

The quality and amount of experience in successfully performing similar projects, including renovations, electrical related work, and anything with a total value of over $250,000.

M.3. EVALUATION OF PAST PERFORMANCE

Past performance shall be evaluated in accordance with FAR 15.305(a)(2). Past performance shall be evaluated on a “Satisfactory/Unsatisfactory/Neutral” basis. A “Neutral” score will be given to the offeror if they have no record of relevant past performance, or who have a record of relevant past performance that is not extensive. If the offeror is determined to have unsatisfactory past performance, they shall be ineligible for award. The evaluation shall focus on the following aspects:

The quality of product or service, including customer satisfaction. Timeliness of performance, including adherence to contract schedules and other time sensitive

project conditions. Ability to control costs. Business relations, including the history of professional behavior and overall business-like concern

for the customer. Management and effectiveness of key personnel. Prime offerors who are not small business concerns will be evaluated on their performance in using

small business concerns as subcontractors, joint ventures, and in other teaming arrangement.

M.4. PRICE

Price will not be scored. However, the Government will evaluate the offeror's proposed price in accordance with FAR 15.404-1.

M.5. DETERMINATION OF COMPETITIVE RANGE

The competitive range of offerors with whom discussions may be conducted (if necessary) will be determined by the Contracting Officer pursuant to FAR 15.306 (c).

Offerors are advised that, in accordance with FAR 52.215-1, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive rate to the greatest number that will permit an efficient competition among the most highly rated proposals.

M.6. SOURCE SELECTION

Request for Proposal # AID-623-EA-12-005 Rehabilitation of USAID’s Offices at the Mobile Building in Kinshasa

In accordance with FAR 52.215-1(f), the Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represent the best value after evaluation in accordance with the factors as set forth in this solicitation.

The contracting officer will use the overall evaluation methodology set forth above in determining which proposal offers the best value to the U.S. Government. In accordance with FAR 52.215.1 the contracting officer will make award will to the responsible offeror whose proposal represents the best value to theU.S. Government after evaluation in accordance with all factors and sub-factors in this solicitation.

This procurement utilizes the tradeoff process set forth in FAR 15.101-1. The contracting officer shall award the contract to the offeror whose proposal represents the best value to the U.S. Government.

The contracting officer may award to a higher priced offeror if a determination is made that the higher technical evaluation of that offeror merits the additional cost/price.

[END OF SECTION M]

2017

AT

AMERICAN EMBASSY

BILL OF QUANTITIES

FOR

PROPOSED REHABILITATION OF EXISTING RESIDENCE

CANTONMENT - ACCRA

E -Mail: [email protected]

GLOBAL DESIGN S.DACCRA

CLIENT:

AMERICAN EMBASSYGHANA

PREPARED:

MARCH

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 3 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Demolishing &

BILL No. 2 Alteration

MAIN BUILDING

C: DEMOLISHING AND ALTERATION

All Demolished Items should be Stored for Client

C20: DEMOLITION

A Carefully demolish existing Solid Sandcrete Blockwalls and dispose - off debris from site Item

B Carefully remove existing Glazed Aluminium Sliding Windows and associated Lockset Item

C Screw and Take down Set of existing Doors, Frames and associated ironmongeries Item

D Screw and Take down existing Sanitary Fittings Item

E Disconnect and draw back existing Cables in Trunking including screwing down all Electrical Fittings and Appliances Item

F Remove existing Ceiling Lining Item

G Hack - off existing Glazed Ceramic Wall Tiles and dispose - off debris from site Item

C90: ALTERATION

H Make good to existing defected Wood Parquet Flooring Item

J Make good to existing Identified defected Roofing Sheet Item

K Relocate existing AV / ATS to Power Room Item

C: DEMOLISHING AND ALTERATION Carried To Summary GH¢P

Item Description Qty Unit Rate (GH¢) Amount (GH¢)Groundwork

D: GROUNDWORK

D20: EXCAVATION AND FILLING

A Excavate Trench width exceeding 0.3m maximum depth not exceeding 1.50m deep 8 m³

B Excavate Column Bases maximum depth not exceeding 1.50m deep 5 m³

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 4 GLOBAL DESIGN S.D - January 2017

C Disposal of surplus excavated materials 3 m³

D Filling to excavation average thickness not exceeding 0.25m selected excavated material 7 m³

Approved Imported Laterite Hardcore filling:

E Filling to make up levels average thickness 0.25m obtained off site 18 m³

E10: IN - SITU CONCRETE WORK

Plain In - Situ Concrete; 1 : 3 : 6 - 25mm Aggregate; as described to:

F Foundation 3 m³

G Floor Bed 4 m³

Reinforced In - situ Concrete; 1 : 2 : 4 - 20mm Aggregate; as described to:

H Columns 6 m³

E20: FORMWORK FOR IN - SITU CONCRETE

Formwork and basic finish:

Sides; Plain Vertical

J Columns regular shaped; Circular 18 m²

Carried To Collection Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Groundwork

E30: REINFORCEMENT FOR IN - SITU CONCRETE

Reinforcement bars; B.S. 4449, hot rolled Mild steel

Straight or Bent

A 16mm diameter in Columns 266 kg

Links / Stirrups

B 10mm diameter 92 kg

F10: BRICK / BLOCK WALLING

Solid Granite Chippings; lightweight aggregate, blocks; 450 x 150mm; in cement sand mortar (1 : 4) as described to:

Walls

C 150mm thick; Walls 88 m²

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 5 GLOBAL DESIGN S.D - January 2017

Carried To Collection - Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Groundwork

COLLECTION

Page 2 … … -

Page 3 … … -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 6 GLOBAL DESIGN S.D - January 2017

D: GROUNDWORK Carried To Summary -

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Concrete Works

E: IN - SITU LARGE / PRECAST CONCRETE

E10: IN - SITU CONCRETE WORK

Reinforced In - situ Concrete; 1 : 2 : 4 - 20mm Aggregate; as described to:

A Beams 2 m³ -

B Columns 3 m³ -

C Suspended Floor Slab 2 m³ -

E20: FORMWORK FOR IN - SITU CONCRETE

Formwork and basic finish:

Sides and Soffit; Plain Horizontal

D Beams 24 m² -

Sides; Plain Vertical

E Columns regular shaped; Circular 20 m² -

Sides and Soffit of Suspended Floor Slab; Plain Horizontal

F Suspended Floor Slab 48 m² -

E30: REINFORCEMENT FOR IN - SITU CONCRETE

Reinforcement bars; B.S. 4449, hot rolled Mild steel

Straight or Bent

G 16mm diameter 516 kg -

H 12mm diameter 165 kg -

Links / Stirrups

J 10mm diameter 92 kg -

E: IN - SITU LARGE / PRECAST CONCRETE

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 7 GLOBAL DESIGN S.D - January 2017

Carried To Summary - Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Masonry

F: MASONRY

F10: BRICK / BLOCK WALLING

Solid Granite Chippings; lightweight aggregate, blocks;

450 x 150mm; in cement sand mortar (1 : 4) as described to:

Walls

A 150mm thick; Walls 66 m² -

F: MASONRY Carried To Summary -

Item Description Qty Unit Rate (GH¢) Amount (GH¢)Structural / Carcassing

Metal / Timber

G: STRUCTURAL / CARCASSING METAL / TIMBER

G20: CARPENTRY / TIMBER FRAMING / FIRST FIXING

Wrought Hardwood; treated with Solignum preservative; Sawn Horizontal Members

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 8 GLOBAL DESIGN S.D - January 2017

A 50 x 75mm; Purlins 88 m -

B 50 x 100mm; Purlins 75 m -

C 50 x 100mm; Ridge Piece 12 m -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 9 GLOBAL DESIGN S.D - January 2017

G: STRUCTURAL / CARCASSING METAL / TIMBER Carried To Summary -

Item Description Qty Unit Rate (GH¢) Amount (GH¢)Linings / Sheathing /

Dry Partitioning

K: LININGS / SHEATHING / DRY PARTITIONING

K40: SUSPENDED CEILINGS

Plasterboard Ceilings, width exceeding 300mm, with 100 x 100mm Cornices to under soffit of hardwood (measured seperately)

10.5mm Water Proof Plasterboards

A Soffit of Ceiling Lining (Wet Areas) 120 m² -

10.5mm Ordinary Plasterboards

B Soffit of Ceiling Lining (Dry Areas) 490 m² -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 10 GLOBAL DESIGN S.D - January 2017

K: LININGS / SHEATHING / DRY PARTITIONING Carried To Summary GH¢P -

Item Description Qty Unit Rate (GH¢) Amount (GH¢)Windows/ Doors/ Stairs

L: WINDOWS / DOORS / STAIRS

WINDOWS

L40: GENERAL GLAZING

Supply and fix approved Bronze coated Aluminium frame fixed with Tinted Glass panes with Shutter Proof Film and associated Security Grill device with Release Latch to fit overall opening in:

Sliding / Fixed / Pivoted / Awning Window

A 4000 x 1500mm High [W2] 6 nr. -

B 2500 x 1500mm High [W3] 2 nr. -

Supply and fix approved Bronze coated Aluminium frame fixed with Tinted Glass panes with associated Security Grill device fit overall opening in:

Sliding / Fixed / Pivoted / Awning Window

C 5200 x 900mm High [W1] 1 nr. -

D 2500 x 1500mm High [W3] 8 nr. -

E 2500 x 800mm High [W4] 4 nr. -

F 800 x 800mm High [W5] 1 nr. -

G 1500 x 800mm High [W6] 1 nr. -

Carried To Collection GH¢P - Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Windows/ Doors/ Stairs

DOORS

L20: TIMBER DOORS / SHUTTERS / HATCHES

Panel Door

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 11 GLOBAL DESIGN S.D - January 2017

40mm (Finished) Panel door consisting of stiles, top, middle and bottom rail and 75mm muntines with five panels open rebated complete with frames

A 850 x 2050mm high 8 nr. -

L40: GENERAL GLAZING

Supply and fix approved Bronze coated Aluminium frame fixed with 12mm thick Tempest Glass panes fit to overall opening in:

Sliding / Swing Door

B 4250 x 2100mm High [DW1] 2 nr. -

C 1600 x 2100mm High [D2] 6 nr. -

BALUSTRADE

Supply and fix approved Security Grill with Lockset as manufactured by "PASICO" GHANA LIMITED fix to overall opening in:

D Openings 55 m² -

GARAGE DOOR

Supply and install to masonry

E Motorized garage door 3000mm x 2100mm (D1) 2 nr. -

Carried To Collection GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 12 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Windows/ Doors/ Stairs

STAIRS

L30: STAIRS / WALKWAYS / BALUSTRADES

HANDRAILS / BALUSTRADES

Handrails

A Imported Chrome Plated Metal Handrails fixed to masonry with approved screws 6 m -

B 100mm Semi - Circular diameter well polished hardwood Handrails fixed to blockwalls 8 m -

Carried To Collection GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 13 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Windows/ Doors/ Stairs

COLLECTION

Page 9 … … … -

Page 10 … … … -

Page 11 … … … -

L: WINDOWS / DOORS / STAIRS Carried To Summary GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 14 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Surface Finishes

M: SURFACE FINISHES

M10: SAND CEMENT / CONCRETE / GRANOLITHIC SCREEDS / FLOORING

Cement and Sand Screed (1 : 4)

Floors

A 38mm thick, level and to falls only ≤ 15 0 65 m² -

M20: PLASTERED / RENDERED / ROUGHCAST COATINGS

Cement and Sand Mortar (1 : 4); steel trowelled

19mm Plastering/Rendering to walls on concrete or blockwork base; backing

B Wall width exceeding 300mm 42 m² -

C Soffit of Suspended Slabs width exceeding 300mm 48 m² -

D Isolated Columns 20 m² -

"P.O.P'' Skimming, smooth finish

12mm work to Rendered / Plastered Walls

E Wall width exceeding 300mm 42 m² -

M40: STONE / CONCRETE / CERAMIC TILING / MOSAIC

Semi-polished Porcelain tiles, symmetrical layout; bedded in kerabond adhesive cement; pointing with grout 600 x 600mm x 10mm units to floors on sand and cement base; level or to falls only not exceeding 15 degrees from horizontal

A Floor 77 m² -

Carried To Collection GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 15 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)Surface Finishes

Glazed Ceramic tiles, symmetrical layout; bedded in kerabond adhesive cement; pointing with grout

200 x 300mm x 6mm thick Glazed Ceramic Wall tiles to B.S 6431; 3mm joints and bedded in Cement and Sand (1 : 3) and pointed in white cement

A Walls 220 m² -

M42: WOOD BLOCK / COMPOSITION BLOCK / PARQUET FLOORING

"Walnut" type Wood Parquet Flooring, symmetrical layout; bedded in approved adhesive

B Floor 70 m² -

M60: PAINTING / CLEAR FINISHING

One coat preparatory primer and two coats Acrylic Emulsion paint on:

Cement Rendered / Skimmed surfaces

C Girth exceeding 300mm; Walls 1,744 m² -

D Girth exceeding 300mm; Ceiling Lining 775 m² -

Carried To Collection GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 16 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)Surface Finishes

COLLECTION

Page 13 … … … -

Page 14 … … … -

M: SURFACE FINISHES Carried To Summary GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 17 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)Furniture / Equipment

N: FURNITURE / EQUIPMENT

N10: GENERAL FIXTURES / FURNISHINGS / EQUIPMENT

Plain glass

Mirrors

A 550 x 600mm; rounded edges 5 nr. -

Supply and install the Fixtures and Appliances

B Whirlpool hood 90cm Canopy type 1 nr. -

C Whirlpool hood Cloths Dryer 1 nr. -

D Whirlpool Dish Washer 1 nr. -

E Whirlpool Chest Freezer (437 litres) 2 nr. -

F Whirlpool side by side Fridge (708 litres) 2 nr. -

G Ocean Water Heater (30 litres) 2 nr. -

H Whrilpool Microwave (38 litres) 2 nr. -

J Whrilpool 5-Burner Cooker 1 nr. -

K Whrilpool Washing Machine (10.5kg) 1 nr. -

N11: DOMESTIC KITCHEN FITTINGS

J Supply and install Kitchen cabinets one major kitchen downstairs and one small kitchen up stairs details as specified in drawings 1 lot -

K Supply and install well fitting Walk-In-Closet Cabinet complete with Hangers, Show Rack and the like 4 lot -

Carried To Collection GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 18 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Furniture / Equipment

N13: SANITARY APPLIANCES / FITTINGS

Supply and fix the following sanitary appliances including assembling and jointing together

Twyford

P/S -trap syphonic type fireclay vitreous finish inside and outside, with heavy duty plastic seat and 9 litre (2 gallons) cistern

A Water Closet suites complete 5 nr. -

High quality fireclay vitreous finish "Twyford"

B Wash hand basins; size 550 x 450mm complete 5 nr. -

Chromium Plated

C Towel Rail 900mm long plugged and screwed 5 nr. -

D Plated Toilet Roll holder plugged and screwed 5 nr. -

E Shower Enclosure complete with both hot and cold Water nozzle 5 nr. -

Stainless Steel Sink

F Double drainer Stainless Steel Sink complete with Chrome plated Taps 2 nr. -

G Heavy duty Hand Dryers 5 nr. -

H Liquid Soap Dispensers 5 nr. -

J Bath Complete with both Hot and Cold Water nozzle 5 nr. -

K Jacuzzi Bath Complete with both Hot and Cold Water nozzle 1 nr. -

Carried To Collection GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 19 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Furniture / Equipment

COLLECTION

Page 16 … … … -

Page 17 … … … -

N: FURNITURE / EQUIPMENT Carried To Summary GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 20 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)Building Fabric

Sundries

P: BUILDING FABRIC SUNDRIES

P20: UNFRAMED ISOLATED TRIMS / SKIRTINGS / SUNDRY ITEM

400 x 100mm x 10mm units to Skirtings on Cement and Sand backings

A Height 100mm 55 m -

P21: IRONMONGERY

Ironmongery; British Standard fittings

To hardwood and the like

B 100mm brass butt hinges; Pair 8 nr. -

C W.C Indicator lockset 5 nr. -

D Stainless steel mortice lock; reversible latch bolt and dead bolt by 3 turns; satin chrome plated lever furniture 8 nr. -

P: BUILDING FABRIC SUNDRIES Carried To Summary GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 21 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Piped Supply System

S: PIPED SUPPLY SYSTEMS

S10: COLD WATER

A Allow a Provisional Sum of Twenty Seven Thousand Ghana Cedis (GH¢ 27,000.00) for all necessary Cold Water Pipe works, Fittings and Accessories Lump

S20: HOT WATER

B Allow a Provisional Sum of Thirdteen Thousand Ghana Cedis (GH¢ 13,000.00) for all necessary Hot Water Pipe Works, Fittings and Accessories Lump

S: PIPED SUPPLY SYSTEMS Carried To Summary GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 22 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Ventilation / AirConditioning Systems

U: VENTILATION / AIR CONDITIONING SYSTEMS

U60: AIR CONDITIONING UNITS

Supply and fix with all necessary fittings to make a complete installation

Split Air Condition Units

A Approved 2.5HP type complete 10 nr. -

Wiring of Points

B Wiring of 13A / 240V Power outlets using 10mm ² PVC insulated cable as live and neutral cables run in 12.5mm rigid pvc conduit laid in concrete / blockwork 10 pts. -

Fittings and Accessories

Provide and install with approved screws to match; Flush Mounted; White; as " BG Nexus" or any approved equal

C Air-Condition Socket Outlet 10 nr. -

U: VENTILATION / AIR CONDITIONING SYSTEMS Carried To Summary GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 23 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Communications / Security / Control Sys.

W: COMMUNICATIONS / SECURITY / CONTROL SYSTEMS

W10: RADIO / TV / CCTV

A Allow a Provisional Sum of Thirdteen Thousand Ghana Cedis (GH¢ 13,000.00) for the supply and installation of an effective effective CCTV Security Cameras Lump

W50: FIRE DETECTION AND ALARM

B Allow a Provisional Sum of Twenty FourThousand Ghana Cedis (GH¢ 24,000.00) for the wiring, supply and installation of all necessary Fire Detection and Alarm Fittings and Accessories Lump

W: COMMUNICATIONS / SECURITY / CONTROL SYSTEMS Carried To Summary GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 24 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Electrical Supply /Power / Lighting Sys.

Y: ELECTRICAL SUPPLY / POWER / LIGHTING SYSTEMS

GENERAL LIGHTING

HV/ LV Cables and Wiring

Cable and Conduit in Final circuits

A Wiring of 6A / 240V lighting outlets using 1.5mm² PVC insulated cable as live and neutral cables run in 12.5mm rigid pvc conduit laid in concrete / blockwork 118 pts. -

B Wiring of 13A / 240V Power outlets using 2.5mm ² PVC insulated cable as live and neutral cables run in 12.5mm rigid pvc conduit laid in concrete / blockwork 50 pts. -

C Wiring of 13A / 240V Cooker and Water Heater outlets using 4.0mm² PVC insulated cable as live and neutral cables run in 12.5mm rigid pvc conduit laid in concrete / blockwork 7 pts. -

Television Wiring

D Wiring of Television outlets using 1.5mm² 7 pts. -

Telephone Wiring

E Wiring of Telephone outlets using 1.5mm² 7 pts. -

Data and DSTV Wiring

F Wiring of Data and DSTV outlets 15 pts. -

Earthing and Bonding Components "Pilca" type SWA/PVC (Green/ Yellow) Insulated Copper in:

G Wiring of Lighting and Power points using 2.5mm² PVC insulated cable 450 m -

Insulated Cables

H 4 x 25mm² Insulated Armoured Cable 90 m -

Carried To Collection GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 25 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)Electrical Supply /

Power / Lighting Sys.

LV Switch Gear and Distribution Boards

Provide and install the following to make a complete installations

A 12 - Way SPN MCB Consumer unit; Flush mounted with Integral 100A DP Main switch and outgoing MCB Fuses complete as ' Havells' 1 nr. -

B 100A TPN service cut-out C/W HRC fuses as ''Havells'' 1 nr. -

C 3 - Phase Change over Switch as "Havells" 1 nr. -

Luminaire and Lamps

All Luminaire CCT of Lamps shall be 400K

D 1 x 40W,1200mm long energy saving Flourescent Light including fittings and holders 6 nr. -

E 1 x 40W,600mm long energy saving Flourescent Light including fittings and holders 2 nr. -

F Ceiling Mounted Light complete 34 nr. -

G Spot Light complete 50 nr. -

H Chandelier Light complete 6 nr. -

Fittings and Accessories

Provide and install with approved screws to match; Flush Mounted; White; as " BG Nexus" or any approved equal

J 6A One way, One gang 32 nr. -

K 13A Double gang Switch Socket 15 nr. -

L 13A Single gang Switch Socket 35 nr. -

M Cooker Socket Outlet 2 nr. -

N Water Heater Socket Outlet 5 nr. -

Carried To Collection GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 26 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Electrical Supply /Power / Lighting Sys.

Fittings and Accessories

Provide and install with approved screws to match; Flush Mounted; White; as " BG Nexus" or any approved equal

A Telephone Socket Outlet 7 nr. -

B Television Socket Outlet 7 nr. -

C Data and DSTV Socket Outlet 15 nr. -

Carried To Collection GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 27 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

Electrical Supply /Power / Lighting Sys.

COLLECTION

Page 23 … … … -

Page 24 … … … -

Page 25 … … … -

Y: ELECTRICAL SUPPLY / POWER / LIGHTING SYSTEMS Carried To Summary GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 28 GLOBAL DESIGN S.D - January 2017

Item Description

BILL No. 2MAIN BUILDING

SUMMARY

C: DEMOLITION AND ALTERATION -

D: GROUNDWORK -

E: IN - SITU LARGE / PRECAST CONCRETE WORKS -

F: MASONRY -

G: STRUCTURAL / CARCASSING METAL / TIMBER -

K: LININGS / SHEATHING / DRY PARTITIONING -

L: WINDOWS / DOORS / STAIRS -

M: SURFACE FINISHES -

N: FURNITURE / EQUIPMENT -

P: BUILDING FABRIC SUNDRIES -

S: PIPED SUPPLY SYSTEMS -

U: VENTILATION / AIR CONDITIONING SYSTEMS -

W: COMMUNICATION / SECURITY / CONTROL SYSTEMS -

Y: ELECTRICAL SUPPLY / POWER / LIGHTING SYSTEM -

BILL No. 2 MAIN BUILDING

Carried To General Summary -

Page 22

Page 20

Page 21

Amount (GH¢)Page

Page 1

Page 5

GH¢P

Page 6

Page 7

Page 8

Page 12

Page 15

Page 18

Page 26

Page 4

Page 19

Summary

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 29 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

EXTERNAL WORKS

BILL No. 3EXTERNAL WORKS

FENCEWALL

Blockwork

Solid Granite Chippings; lightweight aggregate, blocks; 450 x 150mm; in cement sand mortar (1 : 4) as described to:

Walls

A 150mm thick; Walls 103 m² -

Metal Work "Pilca" type SWA/PVC (Green/ Yellow) Insulated Copper in:

B Supply and install and approved 240V Electric Fencing including all necessary Security Accessories on Fencewall 200 m -

Garage Door

Supply and install to masonry

C Motorized garage door 4000mm x 2100mm (D1) 1 nr. -

Plastering

Cement and Sand Mortar (1 : 4); steel trowelled

19mm Plastering/Rendering to walls on concrete or blockwork base; backing

D Wall width exceeding 300mm 206 m² -

Painting / Clear Finishings

One coat preparatory primer and two coats Acrylic Emulsion paint on:

Cement Rendered / Skimmed surfaces

E Girth exceeding 300mm; Walls 975 m² -

FENCEWALL - Carried To Collection GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 30 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

EXTERNAL WORKS

SECURITY POST

A Allow for the Construction of a Security Post complete with all necessary, Fittings and Fixtures as in accordance with specified Drawing details 1 lot -

SECURITY POST - Carried To Collection GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 31 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

EXTERNAL WORKS

HORTICULTURE

A General landscaping works including supplying manure for areas where grass needs it, trimming the bushes pruning the trees clearing the massing in areas where its needed and all other associated works 1 lot

HORTICULTURE WORKS - Carried To Collection GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 32 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

EXTERNAL WORKS

FENCING OVER BOYS QUARTERS AREA

A Supply and install a fence wall made of metal frame and wood in fills above boys quarters wall 80 m²

FENCE OVER BOYS QUARTERS AREA - Carried To Collection GH¢P -

Bill of Quantities for Proposed Rehabilitation of Existing Residence for American Embassy at Cantonment - Accra

AMERICAN EMBASSY Page 33 GLOBAL DESIGN S.D - January 2017

Item Description Qty Unit Rate (GH¢) Amount (GH¢)

EXTERNAL WORKS

COLLECTION

FENCEWALL … … …. -

SECURITY POST … … …. -

HORTICULTURE WORKS … … …. -

FENCE OVER BOYS QUARTERS AREA … … …. -

BILL No. 3EXTERNAL WORKS

Carried To General Summary - GH¢P

Bill of Quantities - USAID Residence at Cantonment - Accra

AMERIACAN EMBASSY Page 27 GLOBAL DESIGN S.D - January 2017

Item Description Rate Amount (GH¢)

GENERAL SUMMARY

BILL No. 2

MAIN BUILDING … -

BILL No. 3

EXTERNAL WORKS … -

Sub - Total (1) … -

BILL No. 1

PRELIMINARIES AND GENERAL CONTRACT -

Sub - Total (2) … -

Add:

CONTINGENCIES -

TOTAL PROJECT COST GH¢P -