Page 1
Veinuqa Village Rural Water Project
Supply of Material & the Construction of Dam, Ferro Cement Tank and
Installation of Pipes and Reticulation System
Issued on: 15th June, 2016
Tender No.: WAF 16/04/13/RUR/VRWP
Employer: Water Authority of Fiji
Country: Fiji Islands
Proposals Close 2:00pm 28th June, 2016
Page 2
Page 2
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
Contents
1 Project background & purpose .......................................................................................................................... 3
2 Instructions to bidders ........................................................................................................................................... 4
2.1 Introduction .................................................................................................................................................... 4
2.2 General information...................................................................................................................................... 4
2.3 Eligibility of the bidder .................................................................................................................................. 6
2.4 Proposal document ...................................................................................................................................... 6
2.5 Preparation of proposals.............................................................................................................................. 7
2.6 Submission of proposals ............................................................................. Error! Bookmark not defined.
2.7 Opening of proposals ................................................................................................................................... 8
3 Evaluation of proposals and award ................................................................................................................... 9
3.1 General ........................................................................................................................................................... 9
3.2 Proposal evaluation ...................................................................................................................................... 9
3.3 Technical / non-price evaluation............................................................................................................. 11
3.4 Price evaluation ........................................................................................................................................... 14
3.5 Administration evaluation .......................................................................................................................... 15
3.6 Award of contract ...................................................................................................................................... 15
4 Proposal forms and schedules .......................................................................................................................... 16
5 Conditions of contract........................................................................................................................................ 22
5.1 Particular conditions a - reference to clauses in general conditions ............................................... 22
5.2 Tender terms and conditions .................................................................................................................... 23
5.3 Contract data .............................................................................................................................................. 28
6 Scope of Works..................................................................................................................................................... 34
7 Personnel, Equipment, Facilities and Services to be Provided by Others ................................................. 36
7.1 Personnel ....................................................................................................................................................... 36
7.2 Equipment, Facilities and Services ........................................................................................................... 36
7.3 Information ................................................................................................................................................... 36
8 Remuneration& Payment .................................................................................................................................. 37
8.1 Basis of Payment .......................................................................................................................................... 37
8.2 Schedule of Rates and Prices (Normal Services) .................................................................................. 39
9 Cost Summary ...................................................................................................................................................... 49
10 submission .............................................................................................................................................................. 50
Page 3
Page 3
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
1 PROJECT BACKGROUND & PURPOSE
The Water Authority of Fiji is currently in the process of extending its water reticulation system to
meet the demands of the people of Fiji and at the same time, provide Clean Water for a
Better Life
This year, all projects under the rural scheme will be outsourced for the first time. All projects
were selected based on the locality and accessibility to the dam and reservoir site. High water
demand & damages in the existing pipeline has resulted in frequent disruption of supply to
villagers daily. Therefore the villagers have requested WAF to investigate alternative or
methods to eliminate the issue of water supply to the villagers.
These projects will include the supply of materials and the construction of new village dam at
the proposed new water source, installation of Ferro Cement tanks and the installation of pipes
to meet its daily water requirements. Hence, prior to the construction of the new water
systems, the villagers will be utilising the existing system for daily consumption. There would also
be excavation works and material carting done by villagers to respective sites of work
required, however, The Contractors will be given the obligation to pay off villagers for
excavation works based on the lengths of pipe laid per day and materials carting will be part
of the village contribution under the Rural Policy, Similarly, the villagers will be responsible for
providing accommodation to the contractors within the period of contract. All payments to
the villagers will be in accordance to the amount agreed by the Employer.
The Water Authority of Fiji (WAF) seeks proposals from competent and suitably qualified
contractors to conduct this project, pursuant to the requirements stipulated under Scope of
Works, as per the designs by WAF. All materials will be supplied by Water Authority of Fiji to the
contractors and therefore the contractors are to only bid for the construction works and not
the supply of materials.
Page 4
Page 4
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
2 INSTRUCTIONS TO BIDDERS
2.1 Introduction
2.1.1 Water Authority of Fiji (WAF), invites proposal for ‘Supply of Material & the Construction of Dam,
Ferro Cement Tank and Installation of Pipes and Reticulation System’
2.1.2 Refer to Section 6 for the full Scope of Services
In summary, the services will include, but are not limited to:
Preliminaries and General
Site Clearance
Dam Construction
Reservoir Construction
Pipe Laying
Reticulation works
Day works
2.1.3 Evaluation of Proposals will be carried out in accordance with Section 3 of this Request for
Proposals
2.2 General Information
2.2.1 For further information on the Tender Process Contact:
Tevita Balenivale
Acting Procument Manager
Email: [email protected]
Ph.: +679 9104019
For further information on the Scope, Basis of Payment & Schedule of Rates & Prices or other
general information, contact:
Lusiano Koroiveibau
Email: [email protected]
Ph.: +679 9104314
Water Authority of Fiji
Wai loku Depot ,
Tamavua
Suva
Fiji Islands
Tel: +6793346777
Page 5
Page 5
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
2.2.2 This Proposal document includes
(i) Instructions to Bidders, Evaluation Criteria and Method of Evaluation
(ii) Forms for Letters of Proposal, Schedule of Key Personnel, Schedules of Compliance &
Departures and Schedule of Rates and Prices
(iii) Agreement, General Conditions, Particular Conditions Parts A& B
(iv) Scope of Services
(v) Personnel, Equipment, Facilities and Services to be Provided by Others
(vi) Remuneration and Payment
(vii) Appendices
The Bidder shall bear all costs incurred in the preparation and submission of its Proposal,
including any visits, interviews, meetings of clarifications and other actions mentioned in or
implied by these Instructions. The Employer will not be responsible or liable for such costs,
regardless of the conductor outcome of the proposal process. In the event that there is an
error or defect of a technical nature in the Employers Requirement as per the Bidders site
inspection and measurement, subject to clause of the General Conditions, the Bidder shall
promptly give notice to the Employer of such error or defect.
Subject to the above clause, the Contract Price shall be taken as final and inclusive of all the
above necessary due diligence by the Bidder. Should the Bidder be awarded the contract,
WAF will not revise any costs or increase price or consider any increase in price or time
extension because the contractor was not in a position to ascertain all proper investigations
before quoting for the price.
2.2.3 The Employer reserves the right to withdraw or cancel the request for proposals by notice, at
any time and at its own discretion due to any reason, without incurring liability to any Bidder
and without the Bidders being entitled to claim any compensation. Such reasons may be, but
are not limited to, changes in terms of reference requiring a re-tender, collusion or improper
tender practices, extended tender period (after proposals close) that may affect fairness or
impartiality, inadequate or unacceptable proposals, or in the event of any other occurrence
deemedto to have had, or likely to have, a significant impact on the tender process.
2.2.4 Proposal procedures are subject to the law of the Fiji Islands and the rules applicable
hereunder.
2.2.5 No offer, payment, consideration, or benefit of any kind, which constitutes illegal or corrupt
practice, shall be made, either directly or in directly, including bribery of public officials, as an
inducement or reward in relation to:
(i) The proposal process,
iii) The award of the assignment, or
(iii) The implementation of the Agreement.
Any such practice will be grounds for the immediate cancellation of the Agreement and for
such additional actions (civil and/or criminal) as may be appropriate. At the discretion of the
Water Authority of Fiji, a further consequence of any such practice can be the definite
exclusion from any further tendering for Water Authority of Fiji
Page 6
Page 6
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
2.3 Eligibility of the Bidder
2.3.1 For a joint venture of two or more legal persons to be eligible, the following shall apply:
(i) The joint venture shall have nominated a leader with authority to bind the joint
venture and this leader shall be authorised to incur liabilities and receive instructions
for and on behalf of the joint venture;
(ii) Evidence of this authorisation shall be provided with the proposal in the form of a
power of attorney signed by legally authorised signatories of all persons in the joint
venture;
(iii) The Proposal Form, and (if accepted) the Agreement, shall be signed as to be
legally binding on the joint venture;
(iv) The proposal shall include a copy of the joint venture agreement entered into by all
persons;
(v) The proposal shall describe the organisational arrangements of the joint venture and
how the roles and responsibilities will be divided between its members.
2.3.2 Any entity may be proposed as a prospective sub-Contractor by more than one respondent in
addition to being either a sole respondent or a participant in one joint venture offer.
2.3.3 Apart from the specific exceptions stated above, no legal person or entity shall participate in
the preparation of another’s offer for the same contract.
2.3.4 Joint venture proposals which fail to satisfy the eligibility requirements in this clause or which fail
to convince the evaluators that the joint entity will be capable of performing the Services may
be rejected.
2.3.5 Any legal entity may only submit one Proposal.
2.4 Proposal Document
2.4.1 The Bidder shall be responsive to the complete Proposal document which comprises the
documents listed in Clause 2.2.2 above and any Addenda/Notices to the Proposal document
which may be issued as described in this Clause 2.4.
2.4.2 At any time prior to the deadline for submission of proposals, the Employer may amend the
Proposal Document by issuing addenda / notices.
2.4.3 The Bidder must carefully examine the proposal document. Failure to comply with these
Instructions or with any other tendering requirements will be at the Bidders risk and may result in
the Proposal being rejected.
2.4.4 If the Bidder finds any discrepancy, error or omission in the Proposal Documents, the Bidder
shall notify the Contact Officer immediately, in writing, giving details of the ambiguity,
discrepancy, error or omission and in any case before the date and time for closing of
proposals.
Page 7
Page 7
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
2.4.5 If the Bidder requires any clarification of the Proposal document, he/she shall notify the
Contact Officer in writing. Requests for clarification must be received not later than 14 days
before the Proposal closing date.
2.4.6 The Employer will respond to the notices by issuing addenda/notices:
(i) the text of the question or request for clarification (the authoring Bidder will not be
identified) and
(ii) The clarification.
2.4.7 Any addenda / notices issued shall be part of the Proposal Document and shall be
communicated in writing to all who have obtained the Proposal Document where WAF has
been advised accordingly.
2.4.8 These addenda / notices will also be posted on the WAF website under
http://www.waterauthority.com.fj/en/tenders.
2.4.9 To give prospective Bidders reasonable time in which to take an addendum/notice into
account in preparing their proposals, the Employer may, at its discretion, extend the deadline
for the submission of proposals.
2.4.10 Individual meetings or communications (except for requests for clarifications) by the Bidders
with the Employer are not allowed.
2.5 Preparation of Proposals
2.5.1 The proposal price shall, except where otherwise provided, allow for all the Contractor’s
obligations including all costs, overhead and profit for carrying out and successfully
completing the Services in accordance with the Agreement and other documents referenced
therein
2.5.2 The Proposal and all communication between the Bidder and the Employer shall be in English.
Supporting documentation may be in another language provided an appropriate translation
of all the relevant parts into English is also provided. If such translation is not provided, that
information will not be considered in the evaluation.
2.5.3 The Proposal Documents to be submitted by each Bidder shall comprise a technical and a
price submission as detailed in Clause 2.6.1.
2.5.4 Technical, Price and Administration Proposal
To enable Proposals to be evaluated the Bidder shall supply information on the following non-
price attributes and as further detailed in Section 3.3:
Relevant Experience and Track Record
Technical / Personnel Skills
Management
Methodology
Failure to supply any of the information required under Section 3.3 may result in the Tender not
being evaluated and excluded from any further consideration.
Page 8
Page 8
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
The Technical Tender shall be limited in total to no more than 25 A4 size pages of reasonable
font size, excluding cover letter (no price information to be included), cover page,
contents/index page, schedules, CVs and other supplementary information required.
The Proposal price shall, except where otherwise provided, allow for the entire bidders
obligations including all costs, overhead and profit for carrying out and successfully
completing the Services in accordance with the Agreement and other documents referenced
therein
If a bidder wishes to make a Departure, such Departure shall be listed on the Schedule of
Compliance and Departures. The Proposal Price is deemed to be inclusive of all Departures
listed.
The Proposal Administration shall, except where otherwise provided, allow for the entire
bidders obligation including all cost associated to administration and successfully completing
the Services in accordance with the Agreement.
2.5.5 Duties, Taxes and Levies
All duties, taxes, VAT, and other levies applicable for the contract in question payable by the
Contractor in relation to the performance of the Agreement, or for any other cause, shall be
included in the rates, prices and total Proposal Price submitted by the Bidder, and the
evaluation and comparison of Proposals by the Employer shall be made accordingly The
duties, taxes, and other levies shall be those prevailing 28 days prior to the Proposal Submission
Deadline.
2.5.6 It is the responsibility of the Bidder to acquaint himself fully with the tax and excise laws in force
in Fiji prior to the submission of the Proposal.
Bidders not resident or registered in Fiji for tax purposes or who are procuring sub-Contractor
services from outside Fiji may be liable to pay Non Resident Withholding Tax (NRWT) on
payments they receive under the Agreement. Bidders must ascertain for themselves any such
exposure to NRWT prior to submitting their proposals as per the Fiji Revenue and Customs
Authority (FRCA) requirements. The FRCA website is http://www.frca.org.fj/withholding-tax/.
Bidders will be deemed to have made full allowance for NRWT in their proposed VEP (i.e. VAT
exclusive) prices.
For Value Added Tax (VAT) implications, Bidders shall refer to Section 8.1.5
2.5.7 All prices and unit rates quoted in the Schedule of Prices shall be in Fiji Dollars (FJD).
2.6 Opening of Proposals
2.6.1 Proposals s u b m i t t e d in accordance with Clause 2 . 6 above, will be opened by the Tender
Committee or nominated person immediately after the Proposal Closing time and date. The
Bidders’ representatives maybe present at the opening.
2.6.2 Proposals for which the Employer has received a valid notice of withdrawal in accordance
with Clause 2.6.9of these Instructions shall be returned unopened.
2.6.3 All other Tenders shall then be opened.
Page 9
Page 9
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
3 EVALUATION OF PROPOSALS AND AWARD
3.1 General
3.1.1 All Proposals will be evaluated in accordance with Section 3.2 below.
3.1.2 The technical evaluation will be undertaken prior to the Pricing evaluation.
3.1.3 To assist in the examination, evaluation and comparison of Proposals, the Employer may ask
any Bidder for clarification of its Proposal, including breakdowns of unit rates and sums. The
request for clarification and the response shall be in writing. No change in the price or
substance of the Proposal shall be sought, offered or permitted except as required to confirm
the correction of arithmetic errors discovered by the Employer during the evaluation of the
Proposals.
3.2 Proposal Evaluation
3.2.1 The Proposal Evaluation Team (PET) appointed by the Employer will consider technical (non-
price) and price information submitted by each Bidder in order to identify the most
advantageous proposal. The Employer may supplement this with any additional information
about any bidder which the evaluators deem fit to obtain
3.2.2 Proposals shall be evaluated using the principle of:
Quality Cost Based Selection with a weight of 50% given to the technical part and a weight of
40% given to the financial part and a weight of 10% given to the administration part.
3.2.3 The method of evaluation is detailed below:
Step 1: Completeness & Suitability
Proposals will be screened on an initial eligibility and competence screening, based on:
a. completeness of each proposal (non-price information) to ensure that all documentation
requested in the RFP has been correctly submitted
b. appropriateness of the material submitted – is it within scope
c. the organisation is eligible to submit a proposal
d. No conflict of interest exists.
Should the Proposal be incomplete or deemed inappropriate or non-responsive, the PET may
exclude it from further evaluation or, if the omission is relatively minor or clarification is required,
request the missing information or clarification from the Bidder
Step 2: Mandatory Criteria
Determine that the Bidder meets the following minimum requirements to qualify for further
technical evaluation
a. Include project / skills requirements (some reference to scale, complexity, $ value
useful)
Page 10
Page 10
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
b. Exclude from further consideration any proposal that does not meet the minimum
requirements of the Mandatory Criteria.
Step 3: Technical Evaluation (Non-Price Information)
Grade each attribute of the non-price information for each proposal against the Scoring
Sheets provided below in Section 3.3.
Exclude from further consideration any proposal that fails against an attribute (scores of 4
or less).
The weighting to be applied to the technical attributes is as follows:
Attribute Attribute Weighting
Relevant Experience & Track Record 10
Technical /Personnel Skills 10
Resources 10
Management Skills 10
Methodology 10
Total 50%
Scoring of these criteria will use a scale of 1 to 10, as per the following definitions:
Rating Description Score
Excellent Exceeds requirements in all ways, with very little, or no risk. 10
Excellent /
Very Good
Exceeds requirements in most ways, with very little, or no
risk.
9
Very Good Meets requirements in all ways, exceeds it in some, little risk
involved.
8
Very Good /
Good
Meets the requirement, little risk involved. 7
Good Meets the requirement and is workable, acceptable risk 6
Good /
Marginal
Meets the requirement, may require work in some areas,
some element of risk.
5
Marginal Nearly meets the requirement, may be deficient or limited
in some areas, element of risk.
4 (Fail)
Marginal /
Poor
Deficient or limited in most areas, high element of risk. 3 (Fail)
Poor Information provided does not meet the requirement, is
not workable and is deficient, high element of risk.
2 (Fail)
Poor / Non-
compliant
Information provided does not meet the requirement, is
not workable and is deficient, high element of risk.
1 (Fail)
Page 11
Page 11
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
The remaining proposals will be evaluated to determine their total weighted scores, being the
sum of the products of each proposal’s individual attribute score multiplied by the attribute
weighting
Step 4: Financial Evaluation (Price Information)
Proposals that pass the technical evaluation will have their financial proposal opened and
points awarded in accordance with the following formula:
Sf= (Fm/F) x 100
Where Sf= points to be awarded
Fm= lowest financial proposal
F = amount proposed by individual firm
Step 5: Final Evaluation
Proposals will be ranked and the Preferred Bidder identified according to their combined
technical and financial scores using the following weights
Technical 50%
Financial 40%
Administration 10%
TOTAL SCORE 100%
3.3 Technical / Non-Price Evaluation
3.3.1 The non-price evaluations shall be completed prior to opening the price envelopes.The
evaluation criteria that will be applied for the Technical Proposal are as identified below:
RELEVANT EXPERIENCE / TRACK RECORD
Each Bidder shall submit a record of their company's relevant experience, in particular
technical experience, which shows its suitability for the work described in the Scope of Services
and demonstrates their ability to complete technically similar projects to required standards on
schedule and within budget.
Information should be limited to projects undertaken / completed within the last five (5) years.
Similar information shall be provided for any proposed sub-Contractor.
Bidders shall nominate three (3) referees to verify experience and performance and shall
provide their contact details – name, company, phone and email.
Page 12
Page 12
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
In particular, the following criteria will be assessed:
Relevant Experience & Track Record (Weighting = 10%)
Evaluation Criteria Weighting
Experience in projects to similar scale, specifications and complexity in
similar environment
2.5
Understanding of the objectives 2.5
Provide three (3) referees for whom the Contractor has completed a
project within the last five (5) years
2.5
Timeliness - adherence to project program 2.5
Information should include relevant experience and track record of any sub-contractors
Total 10%
TECHNICAL / PERSONNEL SKILLS
In addition to the information on Schedule 1 - Key Personnel, each Bidder shall submit
supplementary details of the key personnel to be employed on the project, indicating each
person's proposed involvement in the project.
The submission should demonstrate that their experience and skills are compatible with the
project requirements and their nominated role.
In particular, the following criteria will be assessed:
Technical / Personnel Skills (Weighting = 10%)
Evaluation Criteria Weighting
Project Manager 2
Civil Engineer 2
Structural Engineer 2
Foreman/Supervisor 2
Carpenter 2
Total 10%
Page 13
Page 13
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
RESOURCES
Each Bidder shall submit details of the key resources to be used on the project, indicating
availability and suitability for its intended purpose.
In particular, the following criteria will be assessed:
Resources (Weighting = 10%)
Evaluation Criteria Weighting
All plant and machinery required for the construction works
Total 10%
MANAGEMENT
Each Bidder shall describe the management methods and skills which will be applied to ensure
successful implementation of the Contract.
Information given should include but not be limited to:
Bidders should include with their submission, an organisation chart demonstrating key internal
and external relationships for the project.
In particular, the following criteria will be assessed:
Management Structures and Systems (Weighting = 10%)
Evaluation Criteria Weighting
Organisation structure (include organisation chart showing internal
and external relationships) 2
Organisation’s Management Structure and Internal Systems including
programming, reporting, invoicing, QA and Health & Safety 2
Employer / Stakeholder liaison / communication 2
Mobilization 2
Management of Sub-contractors 2
Total 10%
Page 14
Page 14
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
METHODOLOGY
Each Bidder shall describe the methodology proposed to achieve the successful
implementation of this contract.
In particular, the following criteria will be assessed:
Methodology – (Weighting = 10%)
Evaluation Criteria Weighting
Mobilization, and arranging other safety aspects prior to work
commencement
2
Site Clearance of the Dam site, Reservoir Site and pipe Laying route. 2
Excavation and trenching works for cutting up to the Reservoir level
and also doing trenching works.
2
Construction of Dam and Reservoir with giving the test results for the
concrete used for construction.
2
Labour and plant and also includes site access improvement 2
Total 10%
3.4 Price Evaluation
3.4.1 Errors and Omissions in Price Proposals
The pricing information will be checked by the Employer for any omissions or arithmetic errors
in computation and summation. Any errors will be corrected as follows:
i. If there is any discrepancy between amount in figures and in words, the amount in words
will take precedence.
ii. If there is a discrepancy between the Total Price entered and the equivalent sum
computed on the basis of the breakdowns, the Total Price shall be adjusted to the sum
computed on the basis of the breakdowns.
iii. If there is discrepancy between a stated amount and the correct amount calculated by
multiplying the stated unit rate by the quantity, the stated amount shall be adjusted to the
correct amount and the Total Price adjusted correspondingly.
The Bidder may be notified of these corrections and if the Bidder does not accept these
adjustments as notified, its Proposal may be rejected.
For the purpose of evaluating Proposals, the Employer will determine for each Proposal the
evaluated price by making any correction for errors as described above.
Page 15
Page 15
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
3.4.2 To permit a fair comparison, proposal prices may also be adjusted to take account of the
effect on the Employer of a bidders exceptions to the risks and responsibilities defined in these
Instructions to Bidders.
3.5 Administration Evaluation
Administration (Weighting = 10%)
Admin Criteria Weighting
Tin Registration Letter 3
Business License 3
Certification of VAT Verification 4
Total 10%
3.6 Award of Contract
3.6.1 The preferred Bidder maybe invited to participate in meeting(s) with the Employer to clarify
outstanding issues and finalize an Agreement, and the Employer will arrange for minutes of
such meetings to be prepared and agreed with the Bidder. The minutes of the meeting will be
part of the basis upon which the agreement is to be concluded.
3.6.2 The agreed minutes shal l be binding on the successful Bidder as an acceptable
clarification of its Proposal until its validity expires, and shall be wholly subject to the formal
Agreement, and shall not bind the Employer nor commit him to entering into any agreement
under any terms.
3.6.3 Subject to approval of the funding by the relevant authority, the Employer and the Contractor
shall sign the formal Agreement. The Contract shall not be concluded until the expiry of a
stand-still period of 10 calendar-days following the Employer’s electronic notification of all
Bidders of the award of the contract, or 15 calendar days following the Employer’s notification
of the award by letter.
3.6.4 Prior to the expiration of the period of proposal validity, the Employer shall notify the successful
Bidder, in writing, that its proposal has been accepted
3.6.5 Unsuccessful bidders will be notified, in writing, by the Employer of its decision within seven (7)
days from the date of the letter of acceptance to the successful proposal
Page 16
Page 16
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
4 PROPOSAL FORMS AND SCHEDULES
The following forms are included for submission with the proposal:
Envelope (Technical & Price Proposal)
Form of Technical Proposal
Proposal Schedule 1 - Key Personnel
Proposal Schedule 2A - Compliance and Departures – Non-Price / Technical
Form of Price Proposal
Proposal Schedule 2B - Compliance and Departures –Price
Page 17
Page 17
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
FORM OF TECHNICAL PROPOSAL
Date:
Invitation for Proposal No.:
To: CEO, Water Authority of Fiji
We, the undersigned, declare that:
a. We have examined and have no reservations to the Proposal Document, including
Addenda No.: issued in accordance with Instructions to Bidders Clause 2.4.6 of the Instructions to
Bidders (ITB)
b. We offer to execute inconformity with the Proposal Document the following Works:
‘Supply of Material & the Construction of Dam, Ferro Cement Tank and Installation of Pipes
and Reticulation System’
c. Our Proposal consisting of the Technical Proposal and the Price Proposal shall be valid for a period
of one hundred and twenty (120)days from the Proposal submission deadline in accordance with
the Proposal Documents, and it shall remain binding upon us and maybe accepted at any time
before the expiration of that period;
d. We, including any subcontractors for any part of the contract, have eligibility to submit this
Proposal, in accordance withClause2.3 of the ITB;
e. We, including any subcontractors for any part of the contract, do not have any conflict of interest
in accordance with Clause 2.6.12 of the ITB;
f. We are not participating, as a Bidder or as a subcontractor, in more than one Proposal in this
Proposal process in accordance with Clause2.3 of the ITB.
Name In the capacity of
Signed
Duly authorised to sign the Proposal for and on behalf of
Dated
Page 18
Page 18
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
FORM OF PRICE PROPOSAL
Date:
Invitation for Proposal No.:
To: CEO, Water Authority of Fiji
We, the undersigned, declare that:
a. We have examined and have no reservations to the Proposal Document, including
Addenda No.: issued in accordance with Instructions to Bidders (ITB) Clause 2.4.6
b. We offer to execute inconformity with the Proposal Document the following Works:
‘Supply of Material & the Construction of Dam, Ferro Cement Tank and Installation of Pipes
and Reticulation System’
c. The total price of our proposal is:
(VIP) (words)
(VIP) (numbers)
d. Our Proposal shall be valid for a period of one hundred and twenty (120) days from the date fixed
for the Proposal submission deadline in accordance with the Proposal Document, and it shall
remain binding upon us and may be accepted at any time before the expiration of that period
e. We understand that this Proposal, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is
prepared and executed; and;
f. We understand that you are not bound to accept the lowest evaluated Proposal or any other
Proposal that you may receive;
Name In the capacity of
Signed
Duly authorised to sign the bid for and on behalf of
Dated
Page 19
Page 19
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
PROPOSAL SCHEDULE 1
KEY PERSONNEL
Schedule of Key Personnel
Position / Role Name Current Position
Project Manager
Civil Engineer
Structural Engineer
Foreman/Supervisor
Carpenter
Others (to be listed by Bidder)
Name Position
Signed
Dated
Page 20
Page 20
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
PROPOSAL SCHEDULE 2A
SCHEDULE OF COMPLIANCE AND DEPARTURES – NON-PRICE
This criterion will not be scored but may affect the evaluation of proposal conformance and the
scoring of other non-price attributes.
(To be included in Non-Price / Technical & Price)
Using the schedule below, bidders shall provide details of any non-compliances or departures from
the requirements of this Request for Proposals and any Addenda / Notices to Bidders. The Employer
reserves the right to reject any proposal that contains non-compliances or departures which it
deems unacceptable and which the bidder declines to remove or amend. Departures acceptable
to the Employer may result in adjustment to the proposal price for the purposes of comparison of
proposals.
Price information must not be included on this form.
Any price adjustments that the Bidder may wish to offer to remove a non-compliance must be
shown in the Schedule of Compliance and Departures - Price and be included in the Price Envelope.
Schedule of Compliance and Departures-NON-PRICE
We, the Bidder, confirm that our proposal is fully compliant with the requirements of the Request for
Proposal and Draft Agreement, together with all Notices to Bidders, except in the following respects:
Item Clause reference
in RFP
Detailed description of the
departure or non-compliance
Perceived benefit to Employer
(if any)
1
2
3
4
Name Position
Signed
Dated
Page 21
Page 21
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
PROPOSAL SCHEDULE 2B
SCHEDULE OF COMPLIANCE AND DEPARTURES –PRICE
With reference to any non-compliance items the bidder may have included in Schedule 2A, and
using the format below, bidders shall provide details of the adjustment to their proposed price (if any)
that they would require in order to remove a non-compliance which the Employer deems to be
unacceptable.
Prices to remove departures must be included in the Technical & Price section.
Schedule of Compliance and Departures – PRICE
We, the Bidder, confirm that we are willing to remove the non-compliances listed in Schedule 2A of
our proposal (technical / non-price envelope) in return for adjustment to our proposed price by the
amount(s) below:
We accept that failure by us to provide a price for removal of any departure will entitle the
Employer to make its own assessment of the diminished value to it of our proposal and compare
our proposal price with those of other bidders accordingly.
Item No. in Schedule 2A Price to remove non-compliance (FJ$) VIP
1
2
3
4
5
6
Name Position
Signed
Dated
Page 22
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
5 CONDITIONS OF CONTRACT
The General Conditions of Contract applicable to the Agreement shall be the FIDIC
“Conditions of Contract for Construction, First Edition 1999” published by the
International Federation of Consulting Employer’s Representatives (FIDIC), also known
as the “FIDIC Red Book”, which shall be subject to the following Particular Conditions
A and the Contract Data as stipulated below.
Electronic and hard copies of this document can be purchased on the following
website, www.fidic.org
5.1 Particular Conditions A - Reference to Clauses in General Conditions
The numbering of the Clauses and Sub-Clauses of the Particular Conditions follows the
numbering of the Clauses and Sub-Clauses of the General Conditions
Clause Particular Condition
8.1 Commencement Date The Commencement Date shall be 14 Days
from the date of the issue of Letter of
Acceptance
1.4 Law and Language Ruling Language – English
Governing law – Laws of Fiji
1.1.2.6 Employer’s Personnel Graduate Engineer
Email: [email protected]
Ph: +67(9) 9104314
In the event of the unavailability of the
Employers Personnel, the Engineer may
notify the contractor of any other personnel
assisting in the execution of the works.
7.5 Rejection If the Employer incurs additional costs through
rejection and retesting of plant, materials or
workmanship, the Contractor shall subject to
Clause 2.5 [Employer's Claims] pay these costs
to the Employer.
11. Defects Liability Defects Notification Period shall be 12 months
14.7 Payment The first instalment of the advance payment
shall be paid within 42 days after issuing the
Letter of Acceptance or within 21 days after
receiving the documents in accordance
with Sub-Clause 4.2 [Performance Security]
and Sub-Clause 14.2 [Advance Payment],
whichever is later.
The first progress payment shall not be
released until the Employer receives both
Page 23
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
Clause Particular Condition
the Advance Payment Guarantee and the
Performance Bond.
18 Relevant Insurance
Amend clauses 18.1 to read as follows “ The
Contractor shall as required under the
Agreement take out a Public Liability
Insurance (PIL) and appropriate Workman’s
Compensation Cover valid for the duration
of the Agreement or for any extended
period thereof “.
5.2 Tender Terms and Conditions
1. These Water Authority of Fiji Tenders General Terms and Conditions, the request for
company particulars, the returnable schedule and the specification requirements
attached will apply to this tender.
Details of Bidders
2. Bidders responding to this tender must be of good repute and should be in a position
to provide the Water Authority of Fiji with quality transactional services. A brief history of
the company’s background must be submitted. Bidder’s should also clearly state the
locations and contact details of the head office and branches throughout the country
(local companies only) together with the brief history.
3. Bidders (both local and overseas) must provide valid evidence of company
registration and business licenses (if relevant), including a copy of the company’s valid
registration certificate or certificate of incorporation and a TIN Letter. Copies of any
documents provided must be certified by a director of the company. Trading names
and business name registration certificates of any Bidder should also be provided (if
applicable).
4. Bidders are to disclose all parent companies and subsidiaries of the bidding company.
A corporate structure diagram showing the shareholding of the bidding group must be
provided.
5. Bidders must name each entity that will enter into the contract documents with the
Water Authority of Fiji. If the Bidder is in consortium or joint venture, details of each joint
venture party or consortium member are required, including a breakdown of the
responsibilities of each member.
6. If sub-contracting then details of the sub-contractor must also be clearly provided as
part of the bidding document. If the Water Authority of Fiji is not informed of a sub-
Page 24
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
contractor in the bidding document and the sub-contractor is engaged to carry out
the requirements of this tender, this will result in the termination of the contract.
7. Bidders (including sub-contractors), especially those that are locally-registered and
conduct or have conducted operations or services in Fiji, must be in compliance with
all laws and statutory requirements such as those of the Fiji National Provident Fund
(FNPF) and the Fiji Revenue & Customs Authority (FRCA). Certified copies of
compliance letters from the FNPF and FRCA must accompany the bidding documents.
8. Bidders must provide financial statements for the last three financial years.
9. Bidders must provide information regarding the financing of the proposed contract if
the contract is awarded to the Bidder. Details of the Bidder’s financier, any third party
financing required by the Bidder to perform the contract and any security being
provided by the Bidder must be provided (if applicable).
Pricing and Delivery
10. Local Bidders must quote their price on Duty Paid VAT inclusive delivered directly on
“as and when” required basis as per the tender documents. Overseas Bidders must
quote price on C&F Sea, Suva and C&F Air, Suva basis as per the tender documents, or
to the destination stated.
11. The successful Bidder must, upon request by the Manager Procurement or his
representative, produce all documents supporting their pricing of the commodities
under the tender.
12. Bidders are required to disclose the rate of exchange used for the conversion into local
currency.
13. For the purposes of comparison, WAF may use the exchange-rate applicable on the
date of opening of tenders.
14. (a) Bidders must quote prices separately for each item and not on whole lot basis,
unless required otherwise.
(b) Price should be valid for a period of 90 days from the closing date of
tender. Any counter validity of less than 90 days is likely to render the
bid invalid.
15. The contract price after the award of the tender should be valid for the period of the
tender and no price increase will be entertained.
Page 25
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
Subject to Contract and Contract Terms
16. The successful bidder must enter into a contract with the Water Authority of Fiji with a
performance bond to be paid as surety. The amount of the performance bond will be
determined after the award of the contract, in accordance with the Water Authorities
of Fiji’s Performance Bond Guide. Any bank charges pertaining to the performance
bond, such as for the refund of a performance bond through a requested bank draft
will be borne by the bidder.
17. Selection of a preferred bidder is subject to contract and bidders should not rely on
communications with WAF as evidence of acceptance until a formal contract is
signed.
18. Supply, services or works should only be rendered upon receipt of a Purchase-Order
(for local-procurement) and (for procurement-abroad) from Water Authority. Any
other form of an order (whether verbal, via alternative-documentation, or otherwise)
WILL not be accepted and may not be claimable for payment from WAF.
19. In the event that delivery cannot be met, the PO (subject to funds being made
available by end-users) should be cancelled or the PO returned. It should be noted
that payment from funds available in the current year cannot be carried forward to
the following year.
20. Payment, for supplies or services-rendered, will be made upon satisfactory execution
of the order in compliance with the tendered-prices, delivery time and full supply of
quantity ordered.
21. The Water Authority reserves the right to return the goods, if wrongly supplied, at the
bidder’s expense.
22. The Water Authority reserves the right to terminate the services of a successful bidder,
in the event of undue delay in delivery or unsatisfactory performance by the bidder.
23. WAF reserves the right to require any overseas bidder to provide a legal opinion in a
form acceptable to WAF, from a law firm acceptable to the WAF, in respect to entry
into the contract documents.
24. All conditions listed herein will form part of the contract whenever a contract
arrangement is drawn up between the successful bidder and the WAF.
General Tender Requirements
25. Bidders must familiarize themselves with the tender and contract requirements and
should seek clarification if required. Assumptions with respect to the tender response
cannot be relied upon by bidders.
26. Bidders must inform Water Authority of any potential conflict of interest in respect to
their bids.
Page 26
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
27. Bidders must not collude with other bidders or engage in improper tender practices.
Any evidence of collusion or improper tender practices may render the offers invalid.
28. Water Authority may withdraw the tender at any time in accordance with the Tender
Policy 2014.
29. Bidders are to note that by bidding, the bidder is taken to have authorised WAF to
inspect their warehouse, farm, office, or other premises and access any information
(including financial information) it may so require.
30. All costs in respect to the preparation of bids and tenders responses will be borne by
the bidder. Water Authority will not reimburse any bidder for costs incurred in preparing
bids or responding to requests for further information.
Evaluation and Award of Tender
31. Qualification to bid will be carried out during the tender evaluation process and only
bidders that comply with requirements will be considered.
32. The Water Authority reserves the right to award the contract to the bidder that is
considered the most advantageous to the WAF.
33. The Water Authority reserves the right to split the award amongst bidders, to cater for
orders on the basis of specified areas or instructions or to make a collective-award to a
single bidder.
34. The Water Authority reserves the right to negotiate with any bidder where it appears
from the evaluation that no one tender is more advantageous in terms of the specific
evaluation criteria set out in the tender notice or tender documentation.
35. The lowest or any tender may not necessarily be accepted.
36. WAF reserves the right to seek the best and final offers at its sole discretion at any time
during the evaluation process.
Form of Bids and Submissions
37. Bidders must submit their bids on their official letter head, clearly written or typed,
signed with all relevant contact details clearly specified. Bids will be regarded as
invalid, if there is any alteration and use of white-ink.
38. Bids must clearly specify:
Page 27
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
a) Currency used
b) Back up services
c) Other benefits
d) Delivery time
e) Mode of payment
f) Warranty period
39. Country of origin Where prescribed forms are provided, these must be completed with relevant
information and furnished with other tender documents, as part of the tender requirements.
40. The WAF Tender Form (Company Particulars) must be completely filled and submitted with the
bid.
41. Bidders must submit product samples, brochures, photos and technical literature pertaining to
the items with the tender, or to demonstrate as necessary, whenever requested to do so.
42. Bidders are required to specify precisely the warranty period and warranty coverage for the
items under tender.
43. Technical data, test reports and certificates must be applied or submitted wherever
applicable. Copies of any documents provided must be certified by a director of the
company.
44. Late bids will NOT be accepted.
45. All information submitted will be kept strictly confidential and will be used only for the purposes
of the tender award.
46. Any tender not complying with these conditions may be rejected. Bidders that fail to comply
with these Tender Terms and Conditions and requirements of the tender may render their offers
invalid.
Page 28
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
5.3 Contract Data
Clause Contract Data
GCC
Sub Clause
1.1.2.2
Employer is:
Name: Water Authority of Fiji
Address: Wailoku Depot, GPO Box 1272
Phone: [+679] 334-6777
Fiji Islands
GCC
Sub Clause
1.1.2.4
Engineer to Contract:
Lusiano Koroiveibau
Email: [email protected]
Ph.: +6799104314
GCC
Sub Clause
1.1.3.3
Time for Completion
The time for Completion shall be in accordance with
the scope of work from the Commencement Date
GCC
Sub Clause
1.4.
Law and Language
The Contract shall be governed by the Laws of the Fiji
Islands. The language of communication shall be:
ENGLISH
GCC
Sub Clause
1.6
Contract Agreement
The parties shall enter into a contract agreement
within 28 Days After the Contractor receives Letter of
Acceptance, unless they agree otherwise. The
Contract Agreement shall be prepared by the
Employer in the Form annexed in the tender
documents. The cost of Stamp Duties and similar
charges (if any) imposed by law in connection with
entry to into contract agreement shall be borne by
employer.
GCC
Sub Clause
1.12
Confidential Detail
The Contractor shall treat the details of the contract
as private and confidential, except to the extent
necessary to carry out its obligations under the
contract. The contractor shall not publish, permit to
be published or disclose any particulars of the
contract in any trade or technical paper or elsewhere
Page 29
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
Clause Contract Data
without the prior consent in writing of the employer.
GCC
Sub Clause
2.1
Right to access of site.
The time for access to the site shall be 2 day from the
commencement date and shall be regarded as the
date in which the contractor take full possession of the
site
GCC
Sub Clause
4.2
Performance Security
The Performance Security shall be 10% of the Contract
Price and issued by an agency stipulated below:
a) Bank Guarantee from Bank operating in the Fiji
Islands, approved by Reserve Bank of Fiji
b) Fixed Deposit made in the name of Water
Authority of Fiji
c) Certified Cheque issued by a Bank operating in
the Fiji Islands in favour of Water Authority of Fiji
d) A Bank Guarantee issued by a Bank based in
another country but the security of Guarantee
‘confirmed’ by a Bank operating in the Fiji
Islands approved by the reserve Bank of Fiji.
However, the requirement of confirmation of
performance guarantee issued by a Bank based in
another country, by a bank operating in Fiji is not
necessary, if the entity that issues the guarantee is an
Export Credit Agency or any foreign government or a
reputed International Financier acceptable to the
Reserve Bank of Fiji.
GCC
Sub Clause
4.4
Subcontractors
The contractor shall not sub-contract the work in excess
of 50% of the total contract price.
GCC
Sub Clause
6.4
Labour Laws
The Contractor shall indemnify and keep indemnified
the Employer against all claims made under the
Labour Laws of the Republic of the Fiji Islands and any
statutory amendments thereto and any amendments
thereof.
GCC
Sub Clause
6.5
Working Hours
Normal Working Hours are from 8am to 5pm
weekdays unless:
a) The Employers Representative gives consent
b) The work is unavoidable, or necessary for the
protection of life or property or for the safety of
the works, in case the Contractor shall advise
the Employers Representative, or;
c) Required for the proper fulfilment of Operation
Page 30
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
Clause Contract Data
Service Period.
GCC
Sub Clause
8.5
Delay Caused by
Authorities
Contractor shall carefully study the procedures
followed by obtaining approval for Road damages
from Fiji Road Authority (FRA), Fiji Electricity Authority
(FEA) and Telecommunications Fiji Limited (TFL)
respectively. Water Supply Connections from the
Water Authority of Fiji therefore, sufficient allowance
should be kept in work programmes for works
connected with them and costing of these works.
GCC
Sub Clause
8.7
Delay Damages
The Delay Damages for the whole of the works shall
be $200 per day. The maximum amount for Delay
Damages for the whole contract works shall be 10% of
the Initial Contract Price.
GCC
Sub Clause
11.2
Cost of Remedying
Defects
All works referred to in sub-paragraph (b) of Sub
Clause 11.1 [Completion of Outstanding Works and
Remedying Defects] shall be executed at the Risk and
Cost of the Contractor.
GCC
Sub Clause
14.2
Advance Payment
The Employer shall make an advance payment as an
interest free loan for mobilisation and cash flow
support, when the contractor submits a guarantee in
accordance with this sub clause.
GCC
Sub Clause
14.3
Retention Sum
The percentage of retention shall be 10% of the initial
contract price.
GCC
Sub Clause
20.2
Dispute Adjudication Board
( DAB)
Date of appointment of DAB: Will be decided when
necessary
Composition of the tribunal:
The arbitral tribunal shall consist of three arbitrators
who shall be appointed in the manner provided in the
Selection Procedure as given below:
Selection Procedure:
Either party shall nominate one arbitrator. These two
arbitrators jointly select the third arbitrator who shall
Page 31
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
Clause Contract Data
act as the Chairman.
Venue & Language:
The venue of arbitration shall be in the Fiji Islands.
Unless otherwise agreed by the parties, the
proceedings shall be conducted and the award shall
be rendered in the English language.
GCC
Sub Clause
20.6
Arbitration
a) The Employer and Contractor shall make every
effort to resolve amicably by direct, informal,
negotiations, any disagreement or dispute
arising between them under or in connection
with the contract. If amicable settlement
cannot be reached, then all disputes issues
shall be settled by Arbitration as per local
Arbitration Procedures.
b) Pending the award in any arbitration
proceedings hereunder,
This contract and the rights and
obligations of the Parties shall remain in
full force and effect and
Each of the Parties shall continue to
perform respective obligations under
this Contract shall not result in the
termination of any arbitration
proceedings pending at the time of
such termination nor otherwise affect
the rights and obligation of the Parties
under or with respect to such pending
arbitration.
c) Any award rendered by the arbitral tribunal
shall determine the extent to which the cost of
arbitration is to be borne by each party. The
arbitration centre charges and the
compensation to the arbitrators shall be
equally shared by the parties initially.
GCC Sub clause 8.3
Work Programme
The Contractor shall immediately furnish to the
Employer a Work Program which shall itemise
all timelines of each component of tasks to be
completed by the contractor as required
under the contractor. The work program shall
be submitted within 7days of award
Page 32
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
CONTRACT AGREEMENT
This Agreement dated this day of ____________________
between[Name of Employer] Water Authority of Fiji
of [Address of Employer ] FPSCU Building
Gladstone Street
GPO Box 1272
Suva
(hereinafter called “the Employer”) of the one part
and [Name of Contractor]
of [Address of Contractor]
(hereinafter called “the Contractor”) of the other part
WHEREAS, the Employer desires that certain Services should be performed by the Contractor,
namely:
‘Supply of Material & the Construction of Dam, Ferro Cement Tank and Installation
of Pipes and Reticulation System’
and has accepted a proposal by the Contractor for the performance of such Services.
THE EMPLOYER AND THE CONTRACTOR AGREE AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in Clause 1.1 of the General Conditions.
The following documents shall be deemed to form and be read and construed as part
of this Agreement
2.
a) The Contract Agreement and any Addenda or amendments issued
b) ( Section 1)
c) The Letter of acceptance and Acknowledgement( Section 2)
d) Agreed minutes of Contract Negotiations ( Section 3)
e) The particular conditions and Contract Data ( Section 4)
f) The General Conditions ( Section 5)
g) The Scope of Services (Section 6 of Proposal document)
h) Personnel, Equipment, Facilities and Services to be Provided by Others (section 7 of
Proposal Document)
i) Remuneration and Payment (Section 8 of Proposal Document)
j) Appendices
k) The Contractor’s Schedules
l) The Contractor’s Proposal (Technical/Financial)
Page 33
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
3. In consideration of the payments to be made by the Employer to the Contractor under
this Agreement, the Contractor hereby agrees with the Employer to perform the
Services inconformity with the provisions of the Agreement.
4. The Employer hereby agrees to pay the Contractor in consideration of the
performance of the Services such amounts as may become payable under the
provisions of the Agreement at the times and in the manner prescribed by the
Agreement.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and
year stated above in accordance with their respective laws.
SIGNED FORON BEHALF OF THEEMPLOYERAND CONTRACTOR
SIGNED(EMPLOYER) SIGNED(CONTRACTOR)
PRINT NAME PRINT NAME
DESIGNATION DESIGNATION
DATE DATE
COMPANY SEAL COMPANY SEAL
Page 34
Page 34
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
6 SCOPE OF WORKS
The scope of works comprises of the following:
a) Preliminaries and General
This shall include all works associated with pre-construction of dams, reservoir, and other
minor works on site and such activities like:
i) Mobilization
ii) Site Establishment (including services installation and site huts for duration of
project)
iii) Obtaining consents and approvals from Village Water Committee or the Appropriate
Authorities.
iv) Obtaining vehicle, plant and equipment insurances and clearance to be used
during construction.
v) Establishment and compliance to OHS procedures.
vi) Verification of drawings and obtaining amended drawings if required from
Employer.
b) Supply of Construction & Pipe Installation Materials
All construction materials for the work shall be purchased and delivered by the
contractor to the respective village project site. Material list for all construction materials
will be provided by the Employer. The Employer shall monitor and check all deliveries of
materials before it is signed off.
c) Construction of Dam & Ferro cement Tank and the installation of Pipes and Reticulation
System
All materials associated with dam construction shall be carted to the location as
directed by the Employer’s representative. As part of the rural policy, the villagers will
also be involved with the carting of materials to site, therefore, materials are to be
available prior to the work commencing. All excess materials used for construction are
to be directed to the employer’s stores immediately after construction. Construction of
rural dams shall comply with the standards as provided by the Employer
Reservoir sites shall be determined by the Employer representative and the contractor
must ensure that excavation shall be done to firm grounds. Construction of reservoir
shall be in accordance with the Rural Ferro cement Tank Design Manual which will be
provided after the award of the contract to the successful bidder.
The Contractor shall be solely responsible for all pipe laying works as instructed by the
employer’s representative. The contractor shall adhere to the specification and standard
as provided by the Employer.
Page 35
Page 35
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
d) Village Scope
CENTRAL REGION
Veinuqa Village, Tailevu Project:
i. Pipe laying, laying of 600 lengths (3.3km)of 50mm UPVC pipes along the
trenched path
ii. Installation of Pipe Fittings, this involves the installation of fittings, such tees,
valves and washouts by skilled workmen.
iii. Installation of connections, supplying water to consumers through the
installation of 10 standpipes & showers
iv. Upgrade of Naitutu dam to 4.0 x 1.6 x 0.33 (flanged structured with collecting
box) NOTE: Refer to designs as reference
Fig 5: Google Map Image of Proposed Works at Veinuqa Village
c) Preparing Project Reports and As-Built Drawings
The Contractor shall prepare project reports and As-Built drawings and submit
the same to the Employer on a progressive basis or as instructed by the
Employer’s representative.
The project progress reports shall highlight all works that are to be carried out under the
Contract and provide details of portions of each activity that have been completed
as a percentage of the overall Contract. As-Built drawings shall be handed over to the
Employer’s representative on a progressive basis for verification and approval.
Page 36
Page 36
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
7 PERSONNEL, EQUIPMENT, FACILITIES AND SERVICES TO BE PROVIDED BY OTHERS
7.1 Personnel
Name: Lusiano Koroiveibau
Position: Graduate Engineer
Location: Wailoku Depot, Rural & outer island office
Phone: 9104314
Email: [email protected]
7.2 Equipment, Facilities and Services
None
7.3 Information
The Employer will provide the Contractor with the following information in addition to that
contained in the Agreement:
Rural Water Project layout and schematic drawings of the general system.
Page 37
Page 37
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
8 REMUNERATION& PAYMENT
8.1 Basis of Payment
Prices entered by the Contractor in the Schedules of Rates and Prices shall be deemed to
have included allowances for all costs, overhead and profit for carrying out and successfully
completing the Services in accordance with the Agreement and other documents referenced
therein incurred by the Contractor in performance of the Services.
8.1.1 Invoicing
The Contractor shall submit invoices not more frequently than once per month.
8.1.2 Cost Adjustments
No allowance will be made for cost adjustments due to Inflation within the period of the
Agreement. The Contractor shall be deemed to have allowed in its proposed price for the
effects of inflation on the Services.
8.1.3 Payment for Normal Services
The Contractor shall be paid in accordance with the Schedule of Rates& Prices for Normal
Services and Section 8.1.9 below, subject to such adjustments as are provided for in the
Agreement.
8.1.4 Additional Services
Payment for additional work of similar scope to the normal services will be negotiated based
on rates in the Schedule of Rates for Additional Services where the additional services are not
comparable to those in the Schedule of Rates and Prices for Normal Services.
8.1.5 Provisional Items (indicated ‘PI’ in the Price Schedule)
Provisional Items are fixed price items at the Employer’s option and are unit rates or lump sum
prices inclusive of overheads and profit. The inclusion in the Schedule of Rates and Prices of a
Provisional Item does not confer on the Contractor the right to perform the work to which the
item relates.
Such items shall be carried out only on the instructions of the Employer’s Representative and
paid for at the rates or lump sums entered by the Contractor in the Schedule of Rates and
Prices.
8.1.6 Provisional Sums (indicated ‘PS’ in the Price Schedule)
Provisional Sums may be included by the Employer in the Schedule of Prices for services to be
executed by the Contractor which are not accurately quantifiable at the time of submitting
the proposal
Provisional Sums are items to be undertaken as directed by the Employer and will be unit rate
or lump sum prices inclusive of overheads and profit in general accordance with the Schedule
of Rates (Additional Services) or at negotiated prices / rates.
Page 38
Page 38
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
The inclusion in the Schedule of Prices of a Provisional Sum does not confer on the Contractor
the right to perform the work to which the item relates.
8.1.7 Contingency Items
Any contingency sum in the price schedule shall be regarded as a Provisional Sum and shall
only be used in accordance with the Employer’s instructions to pay for Additional Services, if
required. The inclusion in the Schedule of a Contingency does not confer on the Contractor
the right to execute such services.
Any contingency amount not so instructed by the time of completion of the Services will be
deducted from the agreed sum when valuing the final payment.
8.1.8 Measurable Items
The price to be paid to the Contractor for measurable items shall be calculated according to
the measured quantity, as determined by the Employer’s Representative, for each item of
measurable work carried out at the rates set out in the Schedule of Prices, subject to such
adjustments as are provided for in the Agreement.
8.1.9 Taxes and Duties
If the Contractor is resident in Fiji for tax purposes, all payments made under the Agreement
are subject to Value Added Tax (VAT) in accordance with the Value Added Tax
(Amendment) Decree. The Contractor must be registered for Fiji VAT in accordance with the
VAT Decree. If the Contractor is not so registered, it shall indemnify the Employer against any
ineligibility of the Employer to reclaim VAT that results from the Contractor’s non-registration.
The Contractor shall reimburse the Employer in full for all such losses incurred by the Employer,
which the Employer may deduct from amounts otherwise owing to the Contractor under the
Agreement from time to time.
If the Contractor or a sub-Contractor is not resident in Fiji for tax purposes, payments to the
Contractor or sub-Contractor may have Non-Resident Withholding Tax (NRWT) deducted at
the prevailing rate by the Employer or Fiji revenue authorities.
It shall be the Contractor’s responsibility to determine its applicable tax liabilities and to
comply with the law. Any withholding tax payable shall be deemed to be allowed for in the
price agreed for the Services. Costs incurred by the Contractor in determining its tax liabilities
shall also be deemed to be allowed for in the VIP price agreed for the Services.
8.1.10 Payment Items
Refer to the items in the Schedule of Rates and Prices in Clause 8.2.
Payment will be made on the basis of net actual quantity completed, unless otherwise stated
below.
Page 39
Page 39
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
8.2 Schedule of Rates and Prices (Normal Services)
1. The Schedule of Prices shall be read in conjunction with the specification and Drawings
[including the Original documents/ WAF 16/04/13/RUR/VRWP and the remainder of the
Contract Document], which shall form part of the schedule of Prices. General directions
and descriptions of works and Materials given in the Specifications have not necessarily
been repeated in the Schedule. All Prices/ Rates shall be stated exclusive of VAT unless
stated otherwise.
2. The Schedule of Prices is generally to provide uniform basis of measurement in
accordance with NZS4202:1995 ‘Standard Method of Measurements of Building Works’
and NZS 4224:1983, ‘Code of Practice For measurement of Civil Engineering Quantities’
3. All items are measured net, as fix in final position, In accordance with the Drawings and no
allowance has been made for Waste, over break, rolling margin, tolerance and the like.
Rates and prices quoted shall include full allowance for such items applicable equally to
the preparation of schedule of prices of quantities before work is commenced and to the
measurement of finished work.
4. “Provisional” items in the Schedule of Prices are so marked, indicating either that
substantial changes in the quantities may be required as the result of the conditions which
cannot be reasonably ascertained in advance. Or that the item may or may not be
required depending on the outcome of the work to be undertaken as part of the Contract
Works.
5. “PS” under the Unit column indicates that the item is a Provisional Sum Item, indicating that
a substantial range in the scope of works of the item may be required as the result of the
conditions which cannot be reasonably ascertained in advance.
6. The Schedule of Prices of 11 Pages follows:
7. The Tenderers must satisfy themselves as to the accuracy of the quantities given and must
include pricing for all items required in carrying out the complete intended construction
Works.
The tender rates shall include for all the site measurements, shop drawings, fabrication,
transportation, erection, all finishes, and completion in all respects and tidy up.
The tender Rates shall include the delivery and install of all materials, plant, equipment,
labour including all incidental items not specifically shown on the Drawings or included in
the Schedule of Prices but necessarily required for the satisfactory execution of the work,
and establishment Costs.
The Contractor is also referred to the Specifications and Drawings for details of material,
workmanship, etc.
8. Where “Bill of Quantities”, Schedule of Quantities”, Schedule of Quantities & Prices” or
“Schedule of Quantities and Prices” are referred to at any location in the Contract
Documents than the reference shall be taken to describe this Schedule of Prices.
Page 40
Page 40
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
SCHEDULE 1.0 PRELIMINARIES AND GENERAL
Item Description Unit Qty Rate (VIP) Amount
1.0 Preliminaries & General
1.1 Fixed
1.1.1 Villagers shall provide accommodation
within the period of contract. Note
1.1.2 Allow for the entire project travel,
mobilization, demobilize to and from the
site for all equipment, plant and Labour
and all other establishment required to
execute the works.
LS
1
1.1.3 Allow for Site Establishment including
relevant offices, storages, site huts, Fuel
Points etc. giving notices, obtaining
permits and payment of fees required to
execute the works and clearing out all
sites upon completion.
LS
1
1.1.4 Allow for all Health and Safety
requirements, including Road
Management Plan, Site safety
management plan, safety and warning
equipment that shall be used as required
by the Employer’s safety regulations and
other relevant Fiji Safety Legislation and
regulations and the Contractor’s own
safety procedures and processes for
carrying out the Works.
LS
1
1.1.5 Allow for all insurance premium charges
in respect of security deposits, retention
monies, etc. that are the responsibility of
the Contractor, and related to the
Contract value alone rather than time.
LS
1
1.1.6 Allow for protecting the Contract Works,
including Security, Lighting and
Temporary fencing and for all Safety
Precautions.
LS 1
1.1.7 Allow 10% of the Project Cost to be
payable to the Contractor as Advance
Payment after the award of contract
with approval and satisfaction of the
Employers Project Engineer (MRWDA).
Such amount shall be re-covered
through Monthly Progress Payments and
contractor shall summit bank guarantee
prior to advance payment.
item
1
Page 41
Page 41
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
1.1.8 Other Works:
The Bidder shall describe herein any
other works and /or obligations that the
Contractor desires to make a separate
charge for (the change shall be carried
out, and included in, the total), inserting
the relevant Clause number, quantity,
unit rate and price. If no separate item is
made herein, then the other rates and
amounts inserted by the Bidder
elsewhere in the Bill of Quantities shall be
held as covering all expenses for such
works and/or obligations:
Bidder to Clarify
Item
1
1.2 Time Related
1.2.1 Contractor to provide As-Built Drawings
and construction reports for the
complete works and Practical
Completion Certificate shall only be
released upon receipt of full As Built
Drawings.
LS
1
1.2.2 Allow for all necessary tests, reports,
operating and maintenance manual of
the works until commissioning in
accordance with legislations and
relevant AS/NZS standards or as directed
by Testing Engineer
LS
1
1.2.3 Allow for maintenance and protection of
public and private property and services
such as water, electricity and gas and
similar services, and the making good
and paying of all damage thereto if and
when this occurs.
LS
1
1.2.4 Other Works:
The Contractor shall describe hereunder,
inserting any relevant Clause number
and price any other works or obligation
that may be referred to in the Contract
and for which he/she desires to make a
separate charge [ the charge shall be
carried out to the Amount Column]. If no
separate charge is made hereunder,
then the rates inserted by the Contractor
shall be clarified and held as covering all
expenses for such Works or Obligations.
Item
1
Total Carried over to Main Summary
Page 42
Page 42
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
SCHEDULE 2.0 Dam Construction
Item Description Unit Qty Rate (VIP) Amount
2.1 Contractor to refer to any exceptional
circumstances relating to the works including any
special condition affecting the construction work
particularly with reference to safety, health,
nuisance, bylaws and regulations, any condition,
general method of disposal or salvaged of other
materials, inspection and reports of existing premises,
specified measures to be taken to protect existing
works or premises on site or adjoining properties.
Rates shall include reinstatements, stockpiled,
rubbish and debris, plants, materials and labour,
temporary shoring and the like and its removal. All
materials shall remain the property of the Employer.
2.1.1 Allow for construction for Dam Structure. Refer to
Dam Design. Sheet No. 1&2
Note: All dimensions will be verified at site before
construction.
item 1
2.1.2 Allow for concrete test & Slump Test for the Dam
Structure. item 2
2.1.3 Allow for installing steel screen/ strainer for the outlet
pipe of the dam.
No.
1
2.1.4 Allow for installing Washout for the outlet pipe of the
dam. No. 1
2.1.5 Contractor to allow an amount of $200 for villagers
assistances in dam construction PI $200
Total Carried over to Main Summary
Page 43
Page 43
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
SCHEDULE 3.0 Construction of Reservoir
Item Description Unit Qty Rate
(VIP) Amount
3.0 Preamble
Excavation:
Excavation shall be deemed to include
any method of excavation that may be
required in removing excavated materials
by any means necessary. For full details of
work, plant, labour and materials refer to
plans and specification. All works have
been measured net and no allowance has
been made. Rates shall include materials,
equipment and labour with associate
works for its complete execution.
Reinforcement Steel
Bending and cranking bars as required,
hoisting and placing in position, materials
required for securing reinforcement and
the like, supporting bars and laps in fabric
reinforcement.
Formwork
Install formwork to foundation, walls and
roof structure, unless otherwise stated,
allow for fillets, rake cutting, moulding
edges, circular cutting, erecting,
dismantling, and cleaning up for next use,
including false work and execution.
Refer to Ferro Cement Tank Design Manual
Note
3.1.1 Surface excavation to reservoir footing (Site
levelling and stripping off top soil) LS 1
3.1.4 Foundation:
Install formwork, tie reinforcement and
mixing, compacting of concrete for
Reservoir foundation.
item 1
3.1.5 Wall:
Install formwork, tie reinforcement (Chain
link & No.8 wire) and mixing, plastering of
Reservoir walls.
item
1
3.1.6 Column:
Install formwork, tie reinforcement and
item 1
Page 44
Page 44
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
mixing and compacting of Reservoir
Columns.
3.1.7 Roof Top:
Install formwork, tie reinforcement and
mixing and compacting of Reservoir Roof
Top.
item 1
3.1.8 Allow for wooden float finish to floor, wall
and roof top. item 1
3.1.9 Painting:
Allow for the brushing of side walls and roof
top before applying paint.
item 1
3.2.0 Apply under coat and finishing on the
entire reservoir. item 1
3.2.1 Contractor to allow an amount of $500 for
assistances in Ferro Cement Tank
construction
PI 1 $500
Total Carried over to Main Summary
Page 45
Page 45
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
SCHEDULE 4.0 Pipe Laying
Item Description Unit Qty Rate
(VIP) Amount
4.1 Excavation:
Excavation shall be deemed to include any method of
excavation that may be required to do trenching works,
backfilling and getting out excavated materials by any
means necessary. For full details of work, plant, labour and
materials refer to plans and specification. All works have
been measured net and no allowance has been made.
Rates shall include materials, equipment and labour with
associate works for its complete execution.
Note: Trenching works/ excavation works will be done by the
village labourers. The contractor shall allow a LUMP SUM of
$2,914.27 to villagers for excavation, to be included in the
total sum
PI $2,914.27
4.1.1 Allow supervision of excavation to the required depth of
standard depth or as instructed by the Clients Engineer. item 1
4.1.2 Lay and install RRJ mPVC pipes. Refer to scope of work Lengths 600
4.1.3 Installation of Air Valves No. 4
4.1.4 Installation of Washout No. 4
4.1.5 Allow for supervision to fill and compact after the pipes are
laid.
LS
1
Total Carried over to Main Summary
Page 46
Page 46
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
SCHEDULE 5.0 Reticulation Works
ITEM Description Unit Qty Rate (VIP) Amount
5.0 Excavation:
Excavation shall be deemed to include any method of
excavation that may be required to do trenching works,
backfilling and getting out excavated materials by any
means necessary. For full details of work, plant, labour
and materials refer to plans and specification. All works
have been measured net and no allowance has been
made. Rates shall include materials, equipment and
labour with associate works for its complete execution.
Note: Trenching works/ excavation works will be done by
the village labourers
m
5.1 Construction of standpipe concrete slab. Refer to
Standpipe Design. Sheet No. 9
No.
10
5.2 Existing Taps and shower repair works No. 10
Total Carried over to Main Summary
Page 47
Page 47
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
SCHEDULE 6.0 Supply of Materials
Item Description Unit Qty Rate
(VIP) Amount
6.0 Carting of Materials:
Carting of materials will be the sole responsibility of the
villagers. The contractor shall allow a total sum of $200 to be
included in the BOQ
PI 1 $200.00
6.1 Purchase and Delivery of Materials:
Allow for purchasing and delivery of materials to project site.
Note: Material List and Employer Preferred companies for
supply of materials shall be provided to the Contractor by
the Employer.
However, all quantities and specifications of materials shall
be in accordance with Employers standards
LS 1
Total Carried over to Main Summary
Page 48
Page 48
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
SCHEDULE 7.0 DAY WORKS
Item Description Unit Qty Rate (VIP) Amount
7.0 Day Works
7.1 ALL items within this section are PROVISIONAL
7.2 Labour
7.2.1 The labour rates inserted below shall be considered all
in net costs rate for each labour category
7.3 Labour rates shall include for wages, subsistence
allowance, holiday pay, insurances and the like, site
supervision, use and repair of hand tools and power
operated tools, scaffoldings and ladders, use of other
site facilities including temporary power and lightings,
but excluding the Contractor on site and off site
overheads
7.3.1 General Labours/Wage Earners Hrs.
7.3.3 Machine Operator Hrs.
7.3.4 Tradesmen: Hrs.
7.3.5 Carpenter Hrs.
7.3.6 Plumber Hrs.
7.3.7 Concreter Hrs.
7.3.9 Foreman/Supervisor Hrs.
7.4 Plant
7.4.1 The Plant rates inserted below shall be considered all in
net cost rates for each item of plant provided for
executing day works
7.4.2 Medium Excavator Hrs.
7.4.5 Small Dump Truck Hrs.
7.5 Additional plant
Contractor to set out below items of plant not included
above and the hourly day work rate for the same
required as necessary to complete the specified works
and or that will be on site
Hrs.
Total Carried over to Main Summary
Page 49
Page 49
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
9 COST SUMMARY
SCHEDULES AMOUNT (FJD $)
SCHEDULE 1.0: PRELIMINARIES & GENERAL
SCHEDULE 2.0: DAM CONSTRUCTION
SCHEDULE 3.0: CONSTRUCTION OF RESERVOIR
SCHEDULE 4.0: PIPE LAYING
SCHEDULE 5.0: RETICULATION WORKS
SCHEDULE 6.0: SUPPLY OF MATERIALS
SCHEDULE 7.0 DAYWORKS
SUB-TOTAL OF WORKS
TOTAL
ADD CONTINGENCY (10%)
GRAND TOTAL (FJD $ VIP)
Page 50
Page 50
Construction of Dam, Reservoir, Pipe Laying and Other Minor Works for Rural Water Project
10 SUBMISSION
Tender submission should be sealed in an envelope clearly marked as:
Tender No WAF 16/04/13/RUR/VRWP
Tender for Veinuqa Village Rural Water project
Tenders should be hand delivered in a sealed envelope to:
Water Authority of Fiji
Wailoku Depot
PROCUREMENT OFFICE
Overseas suppliers can send their tender submission to: [email protected] .
Closing time and date for Submissions shall be 2.00 pm Fiji time on the 28th of June, 2016.
For further information on the Tender Process Contact:
Tevita Balenivalu
Acting Procument Manager
Email: [email protected]
Ph.: +679 9104019
For further information on the Scope, Basis of Payment & Schedule of Rates & Prices or other
general information, contact:
Lusiano Koroiveibau
Graduate Engineer: Rural Water Supply Unit
Email: [email protected]
Ph.: +679 9104314