U.S. Embassy Seoul

General Services Office

Tel. 82-2-397-4648

Fax: 82-2-796-0516

Date: December 5, 2012

Dear Prospective Quoter:

SUBJECT: Solicitation Number SKS700-13-Q-0012, Repairing asphalt pavement at the Chancery compound

Enclosed is a Request for Quotations (RFQ) for repairing asphalt pavement at the Chancery compound of the U.S. Embassy Seoul, Korea. If you would like to submit a quotation, follow the instructions in Section J of the solicitation, complete the required portions of the attached document, and submit it to the address shown on the Standard Form 1442 that follows this letter.

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

Quotations are due by December 19, 2012, 5:00 P.M.

The Embassy intends to conduct a pre-quotation conference/site visit on December 13, 2012, 2:00 P.M. at the GSO conference room, U.S. Embassy Seoul, Korea. If you intend to participate in the conference, please contact Mr. Cho, Yeong Yeon (Tel. 02-397-4679, Fax: 02-796-0516) to make necessary arrangements for access no later than 5:00 P.M., December 11, 2012. Offerors are requested to limit the number of participants to two persons per company.

Direct any questions regarding this solicitation to the Contracting Officer by letter or by telephone 02-397-4648 during regular business hours.

Sincerely,

Otis L. Harrison

Contracting Officer

SOLICITATION, OFFER, AND AWARD
(Construction, Alteration, or Repair) / 1. SOLICITATION NO.
SKS700-13-Q-0012 / 2. TYPE OF SOLICITATION
SEALED BID (IFB)
NEGOTIATED (RFQ) / 3. DATE ISSUED
12/5/2012 / PAGE OF PAGES
1 of 46
IMPORTANT - The “offer” section on the reverse must be fully completed by offeror.
4. CONTRACT NO.
/ 5. REQUISITION/PURCHASE REQUEST NO.
/ 6. PROJECT NO.
7. ISSUED BY CODE / 8. ADDRESS OFFER TO
U.S. Embassy, Seoul
GSO-PUR
10, Namyoung-dong
Yongsan-gu, Seoul, Korea / U.S. Embassy, Seoul
GSO-PUR
10, Namyoung-dong
Yongsan-gu, Seoul, Korea
9. FOR INFORMATION
CALL: / A. NAME
Otis L. Harrison, Contracting Officer / B. TELEPHONE NO. (Include area code)
(NO COLLECT CALLS) 02-397-4648
SOLICITATION
NOTE: In sealed bid solicitations “offer” and “offeror” mean “bid” and “bidder.”
THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS:
PROJECT NAME: Repairing asphalt pavement at the Chancery compound
SF-1442, Solicitation, Offer and Award
A. Price
B. Scope of Work
C. Packaging and Marking
D. Inspection and Acceptance
E. Deliveries/Performance
F. Administrative Data
G. Special Requirements
H. Clauses
I. List of Attachments
- Attachment #1 Breakdown of Price by Divisions of Specifications
- Attachment #2 List of Material Only With Quantity To Be Used With No Prices
- Attachment #3 Drawings (will be provided at the pre-quotation conference)
J. Quotation Information
K. Evaluation Criteria
L. Representations, Certifications, and other Statements of Offerors or Quoters
11. The Contractor shall begin performance on the start date in the Notice to Proceed and complete it not later than 21 calendar days
after receiving contract award, from the start date in the Notice to Proceed.
This performance period is mandatory, negotiable. (See Section E.)
12A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE BONDS? (If “YES,” indicate within how many calendar days after award in Item 12B.)
YES NO / 12B. CALENDAR DAYS
5 days
13. ADDITIONAL SOLICITATION REQUIREMENTS:
A. Sealed offers in original and one copy to perform the work required are due at the place specified in Item 8 by 5:00 P.M., local time December 19, 2012. If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the offeror’s name and address, the solicitation number, and the date and time offers are due
B. An offer guarantee is, is not required.
C. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.
Offers providing less than 60 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

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

OFFER (Must be fully completed by offeror)
14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code)
/ 15. TELEPHONE NO. (Include area code)
16. REMITTANCE ADDRESS (Include only if different than Item 14)
CODE FACILITY CODE
17. The offeror agrees to perform the work at the prices specified below in strict accordance with the terms of this solicitation, if this offer is accepted by the Government within ___ calendar days after the date offers are due.

AMOUNTS
18. The offeror agrees to furnish any required performance and payment bonds.
19. ACKNOWLEDGMENT OF AMENDMENTS
The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each
A. AMENDMENT NO.
DATE
20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) / 20B. SIGNATURE / 20C. OFFER DATE
AWARD (To be completed by Government)
21. ITEMS ACCEPTED:
22. AMOUNT / 23. ACCOUNTING AND APPROPRIATION DATA
24. SUBMIT INVOICES TO ADDRESS SHOWN IN
/ ITEM / 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO
10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( )
26. ADMINISTERED BY CODE / 27. PAYMENT WILL BE MADE BY
CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE
28. NEGOTIATED AGREEMENT (Contractor is required to sign this document and return copies to issuing office.) Contractor agrees to furnish and deliver all items or perform all work, requisitions identified on this form and any continuation sheets for the consideration slated in this contract. The rights and obligations of the parties to this contract shall be governed by (a) this contract award, (b) the solicitation, and (c) the clauses, representations, certifications, and specifications or incorporated by reference in or attached to this contract. / 29. AWARD (Contractor is not required to sign this document.) Your offer on this solicitation is hereby accepted as to the items listed. This award consummates the contract, which consists of (a) the Government solicitation and your offer, and (b) this contract award. No further contractual document is necessary.
30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED TO SIGN (Type or print)
/ 31A. NAME OF CONTRACTING OFFICER (Type or print)
30B. SIGNATURE / 30C. DATE
/ 31B. UNITED STATES OF AMERICA BY: / 31C. AWARD DATE

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


REQUEST FOR QUOTATIONS - CONSTRUCTION

A. PRICE

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

______Total Price


B. SCOPE OF WORK

B.1 INTRODUCTION

The U.S. Embassy Seoul requires repairing asphalt pavement at the Chancery compound of the U.S. Embassy Seoul, Korea.

The contractor shall remove the existing asphalt pavement, adjust the ground catch basin’s level, repair ground drain system, and repave asphalt pavement and vehicle line marking at the Chancery Compound.

The Contractor’s employees will be escorted by the cleared American Embassy staff throughout the time they are at the work site. The contracting officer’s representative (COR) will oversee the performance of the work in progress.

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

B.2 DESCRIPTION OF WORK

B.2.1  Temporary Work

B.2.1.1  Prior to construction commencement, the contractor shall protect all the utility manhole covers, old CAC building surface, bollards and vehicles by covering them with vinyl sheet or plywood during asphalt removing work.

B.2.1.2  The contractor shall provide temporary safety barrier and construction sign at the construction area.

B.2.1.3  The contractor shall keep the working area clean on a daily basis during working period.

B.2.1.4  The contractor shall dispose of all the construction debris upon approval by the COR and submit a certificate of legal disposal of construction debris.

B.2.1.5  The contractor shall repair damages at their own expense in the event that the contractor causes any damage.

B.2.1.6  The contractor shall wear the personal protective equipments (PPE) and safety harness.

B.2.1.7  The contractor shall remove the existing asphalt pavement as per drawing A-01. The total area of asphalt pavement to be removed is 140 square meters.

B.2.2  Earth Work

B.2.2.1  Before excavation, the contractor shall inspect the existing underground utility lines. All building utilities shall be disconnected before any removal and/or excavation is commenced by any mechanical trade.

B.2.2.2  If there are unidentified underground utilities found during the excavation, the contractor shall immediately stop excavation and report the findings to the COR.

B.2.2.3  Shoring and Sheeting Plan: The contractor shall describe materials of shoring system to be used. The contractor shall provide plans, sketches, or details if the excavated depth is over 1.5m. The contractor shall indicate sequence and method of installation and removal. The contractor shall indicate whether or not components will remain after filling or backfilling.

B.2.2.4  The contractor shall cut asphalt pavement with diamond blade saw and contractor shall remove the existing asphalt pavement and excavate the ground to install a catch basin and drain pipe as per the drawing A-01.

B.2.2.5  Backfill material shall consist of satisfactory material, select granular material, or initial backfill material as required. Backfill shall be placed in layers not exceeding 150 mm loose thickness for compaction by hand operated compaction machine and 300 mm loose thickness for other than hand operated machines, unless otherwise specified. Initial backfill shall consist of select granular material or satisfactory materials free from rocks 50 millimeters (2 inches) or larger in any dimension or free from rocks.

B.2.2.6  Initial backfill material shall be placed and compacted with approved tampers to a height of at least 30cm above the utility pipe or conduit. The backfill shall be brought up evenly on both sides of the pipe for the full length of the pipe. Care shall be taken to ensure thorough compaction of the fill under the haunches of the pipe.

B.2.3  Catch Basin and Underground Poly Vinyl Chloride (PVC) Pipe Installation Work

B.2.3.1  The contractor shall provide aggregate and concrete (180kg/cm2) bedding for a catch basin and PVC pipe as per the drawing A-01.

B.2.3.2  The joint of precast concrete catch basin and PVC pipe shall be sealed with mortar.

B.2.3.3  The catch basin dimension shall be 300mm by 300mm and 450mm depth.

B.2.3.4  All the pipes shall be placed below frost line (0.9 meter below grade level). Or enclose pipe with proper insulated material (super-ondori) if the pipe placed above frost line.

B.2.3.5  Warning tapes shall be installed directly above the pipe, at a depth of 45 cm below finished grade unless otherwise shown. (Green: Sewer Systems)

B.2.3.6  PVC Plastic Gravity Pipe (VG2) and Fittings (Schedule 40) shall be in conformance with ASTM D 3034, SDR 35, or ASTM F 949 with ends suitable for elastomeric gasket joints. ASTM F 794, size 200 mm diameters.

B.2.3.7  The bottoms of pipes shall be accurately graded to provide uniform bearing and support for the bottom quadrant of each section of the pipe.

B.2.3.8  The contractor shall provide proper facilities for lowering sections of pipe into a catch basin. Lay non-pressure pipe with the bell or groove ends in the upgrade direction.

B.2.3.9  The contractor shall provide batter boards not more than 7.50 m 25 feet apart in pipe for checking and ensuring that pipe invert elevations are as indicated. Laser beam method may be used in lieu of batter boards for the same purpose.

B.2.3.10  Pipe anchorage: The contractor shall provide concrete thrust blocks (reaction backing) for pipe anchorage. The contractor shall use concrete conforming to ASTM C 94 having a minimum compressive strength of 2,000 psi at 28 days; or use concrete of a mix not leaner than one part cement, 2 1/2 parts sand, and 5 parts gravel, having the same minimum compressive strength.

B.2.4  Asphalt Pavement Work

B.2.4.1  The contractor shall provide 100 mm asphalt pavement as per the drawing A-3.

B.2.4.2  The asphalt pavement shall meet the KSF 2357 (Aggregates for asphalt mixture) and KSF 2349 (Hot mix asphalt mixture).

B.2.4.3  The contractor shall submit the Material Certificate signed by manufacturers. The asphalt pavement manufacturer shall have experience to provide asphalt pavement of similar quality as required in this SOW.

B.2.4.4  Prior to constructing asphalt pavement, the contractor shall install 150 mm thick sub-base and compact it with a roller.

B.2.4.5  The contractor shall apply the prime coat (RSC-3) over the sub-base, previously constructed pavement, curb, manholes and other structures. The mixture ratio of prime coat is 1.5 liter per square meter. The contractor shall apply enough prime coats to penetrate and seal but not flood surface. The contractor shall cure the prime coat for minimum 72 hours. During spraying the prime coat, the contractor shall prevent prime coat from contaminating the adjacent area by covering them with clear plastic sheet. The prime coat shall be constructed only when the sub-base or existing pavement has no free water on the surface. The prime coat shall not be placed without ample time to complete spreading and rolling during daylight hours, unless approved satisfactory artificial lighting is provided.

B.2.4.6  The contractor shall place 100mm thick hot-mix asphalt surface course over the sub-base.

B.2.4.7  The contractor shall provide asphalt paver finisher, macadam roller, tire roller, and tandem roller for placing the hot-mix asphalt.

B.2.4.8  The maximum aggregate size of surface course shall be less than 12 mm.

B.2.4.9  The temperature of bitumen at time of mixing shall not exceed 150 degrees C. The temperature of aggregate and mineral filler in the mixer shall not exceed 160 degrees C when bitumen is added. Overheated and carbonized mixtures or mixtures that foam shall not be used. Prior to placing of the surface Course, the sub-base shall be cleaned of all foreign or objectionable matter with power brooms and hand brooms.