B:\library.sty



U.S Consulate General, Peshawar

Peshawar, Pakistan

Date: February 06, 2021

To: Offeror

Request Number: PR9710416

From: Contracting Officer

General Service Office

U.S. Consulate General

11 General Hospital Road,

Peshawar Cantonment

kamala@; peshawarprocurement@

Subject: PR9710416 Pre-bid Solicitation site visit for topographic survey and design to address sinkholes at U.S Consulate General, Peshawar

1) GENERAL

a) Conduct a survey based on geodetic reference frame WGS84 for a pavement and drainage remediation project located at the US Consulate General Compound in Peshawar, Pakistan at 11 Hospital Road.

b) Develop and execute a plan to repair the identified **sinkholes and construct a drainage diversion channel to divert storm runoff away from the roadway and t-walls.

c) The area of interest is located at 11 Hospital Road, Peshawar. The proposed survey shall be performed in such a manner as to investigate and address the existing **sinkholes adjacent to the primary t-wall barrier. All work shall be coordinated with the Facility Manager at the U.S. Consulate General in Peshawar, Pakistan.

2) REQUIREMENTS

a) An accurate WGS84 detailed topographical, and utilities location survey for repairs of existing **sinkholes and construction of a drainage diversion channel. This task should be performed by an engineer or land surveyor and transmitted in English by means of finished drawings in metric measure.

b) Drawings indicating the location of the **sinkholes and the extent of the proposed diversion channel. Additionally, prepare paving section details as guidance/instructions for the sinkhole repairs.

c) Drawings showing the proposed diversion drainage channel extents in plan and channel section detail.

d) Paving and channel section details should be guided by the attached Geotechnical report, noting that the area is comprised of mostly silty clays.

e) A survey drawing and detailed drawings signed and submitted by a locally licensed civil engineer or surveyor.

**Existing sinkholes have been/will be repaired after design and construction documents have been developed but must be marked/flagged in the field to be documented on the survey.

3) TOPOGRAPHY FIELD CRITERIA

a) Differences in elevation shall be shown by contours and spot elevations.

b) The contour interval shall not exceed 250 mm.

c) Elevations shall be measured at breaks in grades, center lines of pavement, tops and inverts of structures, tops of curbs, tops and bottoms of slopes and walls, and along flow lines of ditches.

4) BENCHMARK CRITERIA

a) Two permanent benchmarks shall be set on the property.

b) The two benchmarks shall be located on the opposite ends of the project extents at places to be protected from damage or disturbance during eventual construction activities.

c) Benchmark elevations (altitude) may be referred to in terms of height above mean sea level (MSL).

GEOGRAPHICAL COORDINATES

d) Provide the geographical coordinates of the property in longitude and latitude (degrees, minutes and seconds). GPS coordinates must be based on the WGS84 datum. The preferred coordinate format is: xx deg, xx min, xx.xxx sec N/S, xxx deg, xx min, xx.xxx sec E/W (e.g., 05 deg, 19 min 22.000 sec N, 004 deg, 01 min, 12.000 sec W.

5) DRAWINGS

a) The topographic and utility survey can be combined in a single drawing.

b) A metric scale of 1:200 shall be used with all details clearly shown and legible.

c) In the case of the t-walls, the exact location of the property line with relation to the walls shall be shown, using an enlarged detail sketch if necessary.

d) All measurements and dimensions shall be in metric units and all notations shall be in the English language.

e) All sheets shall have a title block showing property identification, such as name, city, county, province or other political entity, name of surveyor or engineer, date of survey, and drawing number.

f) The cover or first sheet shall have a small-scale vicinity map showing the general location of the property with relation to major streets and prominent landmarks in the area.

g) All sheets shall have a graphic bar scale and scale in words (excluding the detail sheet).

h) All sheets shall have a north arrow or meridian, showing whether true or grid north (excluding the detail sheet).

i) All sheets shall have a complete legend showing all symbols and abbreviations used.

j) The survey shall have a certification, signed and dated by the locally licensed or responsible engineer or surveyor of record.

k) Finished drawings shall show the following specific topographic data:

i) All topographic data shall be clearly labeled and described.

ii) Benchmark locations, elevations, and descriptions as well as a description of the reference datum.

iii) The location of all buildings and structures within the surveyed vicinity shall be shown on drawings.

iv) Location, types, and sizes of all walls, fences, walks, roads, wells, and drainage ditches within the survey vicinity.

v) The location of all trees over 10 cm diameter and major shrub groupings within the survey vicinity.

vi) Types and dimensions of paving, curbs, sidewalks, ditches etc., and typical cross-sections of all adjacent streets.

l) Finished drawings shall show the following specific underground and above ground utility location data:

i) All utility location data clearly labeled and described.

ii) The location, size, and invert elevation of all sewer lines within the survey vicinity.

iii) The location, elevations, sizes, and types of all water, gas, or other service pipes within the survey vicinity.

iv) The location of all sewer manholes, septic tanks, wells, cisterns, or other underground structures within the survey vicinity.

v) The size, location, and invert elevation for the outfall structure serving the site or the first downstream structure offsite for all sanitary and storm sewers. Provide the size, material, and slope of all pipes connected to the outfall or offsite structure.

6) ELECTRONIC DELIVERABLES

a) Contract deliverables shall be submitted in hard copy and electronically. Electronic submittals shall include both the source format and Adobe Acrobat .pdf format. Source files for survey drawings shall be AutoCAD 2000. Source format for the Survey report shall be Microsoft Word. Adobe Acrobat .pdf files shall be version 1.4 (Acrobat 5.x) or later. Adobe Acrobat .pdf files shall be constructed with a page size and layout equal to the hardcopy deliverable. Acrobat.pdf files shall be combined so as to create a single document for each deliverable. Adobe Acrobat .pdf files shall be bookmarked to agree with the document table of contents. All electronic deliverables required shall be transferred on CD- ROM.

b) All CADD data delivered in CADD format shall be compatible with AutoCAD release 2000. If other software is used for this project, the contractor must convert the files into AutoCAD .dwg format. Converted AutoCAD files must retain colors and layer information separately. If the surveyor has CADD capability, it is recommended that they confer with the USG prior to initiating the survey to arrive at an early understanding of the layering, color properties and standards to be utilized. All points with elevations shall be placed at the correct elevation. Any break lines (curbs, buildings, ditches, etc.) shall be shown correctly with 3 dimensions in a three dimensional file. All files shall be purged of unused blocks, dimension styles, layers, line types, and text styles. Only standard AutoCAD .shx fonts shall be used. All font and plot style files that are used as a part of this work shall be submitted with the source CADD files. File naming conventions will be as follows: File names =PEW## (## - drawing number). A hard copy index of the file names, drawing titles and plot scale shall be provided to the USG with the submittal. All CADD files created for this project are and remain the property of the USG. At the completion of the surveyor's services, the surveyor will turn over to the USG copies of all project related CADD files.

c) CADD files shall be constructed to allow at least two separate drawings to be printed out: topographic/utility drawing and detail drawing.

7) TIME SCHEDULE

a) The Contractor shall submit the deliverables required under this contract to the USG within 30 calendar days from the date notice to proceed is given. The USG will have up to 10 calendar days to review.

b) The final deliverables shall be delivered to the USG within 10 calendar days upon receipt of the review comments. The surveyor should include time for responding to comments from the USG in the survey cost breakdown.

12) DELIVERABLES

e) Survey Data per Section 7 on CD-ROM and one (1) hard copy.

f) Proposed Plans including paving section details on CD-ROM and one (1) hard copy.

g) Electronic submittals shall include both the source format and Adobe Acrobat .pdf format.

13) PROPOSAL

a) The technical and cost proposal to perform the work shall be submitted within 7 calendar days of receipt of this Statement of Work. Negotiations/discussions will commence after review of your cost proposal. If agreement on the cost cannot be reached, another firm will be contacted and negotiations will be held with that firm.

b) Provide the initial date to start and the time frame to complete each item:

i) Commencement of Field Work

ii) Completion of Topographic and Utility Location Field Survey

iii) Completion of AutoCAD and Drawings

c) Provide a detailed cost breakdown for the above requirements as follows:

i) Topographic Field Survey

ii) Utility Location Field Survey

iii) Design Engineer

iv) Drawings (Survey Plan & Details)

i) AutoCAD

14) GOVERNMENT FURNISHED ITEMS

a) Geotechnical Survey

15. TERMS & CONDITIONS

Inspection & Acceptance:

A Government representative will inspect the survey report/proposal, to determine the quality and acceptability. Substandard report/proposal shall be rejected at vendor’s expense.

Payment Terms:

Payment will be made within 30 days through Electronic Funds Transfer (EFT) upon submission of legitimate invoice to Finance Office after delivery.

Submission of Invoice:

Each invoice shall include vendor invoice number, purchase order number, date issued, brief description of supplies/services provided, quantities, unit and total price and signed by the signing authority. Original invoice should be submitted to Finance Office, at address given below.

Finance Office

US Consulate General, Peshawar

6170 Peshawar Place

Washington DC 20521-6170

Or e-mail to: peshawarfinance@

CC: peshawarprocurement@

Although email is the preferred method, invoices may also be submitted by mail

Note: Vendor must write bank account detail on invoice when submitting to Finance Office.

For payment related queries please contact peshawarfinance@  

Contracting Officer takes no responsibility for payment and/or associated queries.

Contract Clauses:

FAR & DOSAR (attached) clauses will apply to this Procurement. These clauses can be accessed through following link

52.249-2 Termination for Convenience of the Government (Fixed-Price)

(MAY 2004) Alternate I (APR 1984)

52.212-4 Contract Terms and Conditions—Commercial items (May 2015)

52.212-5 Contact Terms and Conditions required to implement statutes or Executive Orders—Commercial Items (Feb 2016)

52.243-1 Firm Fixed Price

Offer Due Date:

1. Note: Pre-solicitation visit can be arranged on February 17, 2021, vendors/companies/contractors interested to quote for subject work and want to visit the location, must send the details (complete name, CNIC #, Vehicle make, model, color & number) to procurement office @ Peshawarprocurement@ by February 15, 2021 to get their access approval.

2. Please submit your report/proposal on or before February 24, 2021 (close of business) to GSO Procurement Office, U.S. Consulate General, via Email to the following email address: Peshawarprocurement@

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download