65
Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS For Consultancy Services Feasibility Study, EIA , Preliminary and Final Design for Rehabilitation and Upgrading of Al-Mafraq / Al-Safawi to Al-Karameh Border Terminal (Iraqi Border) Road October 2010

THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Page 1 of 65

THE HASHEMITE KINGDOM OF JORDAN

Ministry of Public Works and Housing

Central Tender No.(21/2010)

REQUEST FOR PROPOSALS

For Consultancy Services

Feasibility Study, EIA ,

Preliminary and Final Design for

Rehabilitation and Upgrading of

Al-Mafraq / Al-Safawi to Al-Karameh

Border Terminal (Iraqi Border) Road

October 2010

Page 2: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Page 2 of 65

Section 1. Letter of Invitation

Amman: -- December 2010 The Government of Jordan has received a fund (hereinafter called “Fund”) from the Kuwait Fund for Arab Economic Development (KFAED) as a contribution in financing Consultancy Services for Rehabilitation and Upgrading of Al-Mafraq / Al-Safawi to Al-Karameh Border Terminal (Iraqi Border) Road.

The Ministry of Public Works and Housing through The Government Tenders Directorate (GTD) now invites Shortlisted Firms to provide the following consulting services:

1. Description of the work:

Preparation of Feasibility Study, EIA , Preliminary and Final Design for Rehabilitation and Upgrading of Al-Mafraq / Al-Safawi to Al-Karameh Border Terminal (Iraqi Border) Road, more details on the services are provided in the attached Terms of Reference.

2. The RFP can be downloaded from the GTD website starting on Monday December 27th, 2010.

3. The RFP includes the following documents: Section 1 - Letter of Invitation Section 2 - Information to Consultants Section 3 - Technical Proposal - Standard Forms Section 4 - Financial Proposal - Standard Forms Section 5 - Terms of Reference

Section 6 - Standard Forms of Contract.

4. Shortlisted Firms are requested to inform GTD that they have downloaded the RFP Document; and whether they will submit a proposal or not.

5. Inquiries related to the tender documents shall be sent to the Chairman of the Central Tender Committee in writing, fax or e-mail to the below mentioned address before Tuesday January 11th, 2011. Shortlisted Firms are obliged to follow up the issuance of any addenda to the RFP Documents or answers to inquiries through the GTD website mentioned below.

Page 3: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

3

Page 3 of 65

The Chairman of the Central Tenders Committee, Director General Government Tenders Directorate Ministry of Public Works and Housing King Abdullah II Circle (8th Circle), King Abdullah II Street Amman – Jordan Tel: 00 962 6 5858311 – 14 Fax: 00 962 6 5857583 00 962 6 5857639 E-mail: [email protected] Website: www.gtd.gov.jo

6. Proposals shall be submitted at or before 12:00 h (noon) Jordanian local time on Monday January 24th, 2011. Technical proposals will be publicly opened on the presence of shortlist firms representative choosing to attend, and will be transmitted live Audio and Video at GTD website .the Financial proposals will be opened after completion of the technical evaluation.

7. The Employer has the right to cancel the Tender without bearing any financial or legal obligations.

8. A firm will be selected under Quality - and Cost - Based Selection method, as per the procedures described in this RFP.

Yours sincerely,

Chairman of the Central Tenders Committee, Director General Government Tenders Directorate Ministry of Public Works and Housing Amman, Jordan

Page 4: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 4 of 65

Section 2. Information to Consultants

1. Introduction 1.1 The Client named in the Data Sheet will select a firm in

accordance with the method of selection specified in the Data Sheet.

1.2 The consultants are invited to submit a Technical Proposal

and a Financial Proposal, as specified in the Data Sheet for consulting services required for the assignment named in the Data Sheet. The proposal will be the basis for contract negotiations and ultimately for a signed contract with the selected firm.

1.3 The assignment shall be implemented in accordance with the

phasing indicated in the Data Sheet. When the assignment includes several phases, the performance of the consultant under each phase must be to the Client's satisfaction before work begins on the next phase.

1.4 The consultants must familiarize themselves with local

conditions and take them into account in preparing their proposals. To obtain firsthand information on the assignment and on the local conditions, consultants are encouraged to visit the Client before submitting a proposal and to attend a pre-proposal conference if one is specified in the Data Sheet. Attending the pre-proposal conference is optional. The consultants’ representative should contact the officials named in the Data Sheet to arrange for their visit or to obtain additional information on the pre-proposal conference. Consultants should ensure that these officials are advised of the visit in adequate time to allow them to make appropriate arrangements.

1.5 The Client will provide the inputs specified in the Data Sheet, assist the firm in obtaining licenses and permits needed to carry out the services, and make available relevant project data and reports.

1.6 Please note that (i) the costs of preparing the proposal and of

negotiating the contract, including a visit to the Client, are not reimbursable as a direct cost of the assignment; and (ii) the Client is not bound to accept any of the proposals submitted.

1.7 Fund policy requires that consultants provide professional, objective, and impartial advice and at all times hold the Client’s interests paramount, without any consideration for future work, and strictly avoid conflicts with other assignments or their own corporate interests. Consultants shall not be hired for any assignment that would be in conflict with their prior or current obligations to other clients, or that may place them in a position of not being able to carry out the assignment in the best interest of the Client.

Page 5: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 5 of 65

1.7.1 Without limitation on the generality of this rule, consultants shall not be hired under the circumstances set forth below:

(a) A firm which has been engaged by the Client to

provide goods or works for a project, and any of their affiliates, shall be disqualified from providing consulting services for the same project. Conversely, firms hired to provide consulting services for the preparation or implementation of a project, and any of their affiliates, shall be disqualified from subsequently providing goods or works or services related to the initial assignment (other than a continuation of the firm’s earlier consulting services) for the same project.

(b) Consultants or any of their affiliates shall not be

hired for any assignment which, by its nature, may be in conflict with another assignment of the consultants.

1.7.2 As pointed out in para. 1.7.1 (a) above, consultants

may be hired for downstream work, when continuity is essential, in which case this possibility shall be indicated in the Data Sheet and the factors used for the selection of the consultant should take the likelihood of continuation into account. It will be the exclusive decision of the Client whether or not to have the downstream assignment carried out, and if it is carried out, which consultant will be hired for the purpose.

1.7.3 Any previous or ongoing participation in relation to the

assignment by the firm, its professional staff, or its affiliates or associates may result in rejection of the proposal. Consultants should clarify their situation in that respect with the Client before preparing the proposal.

1.8 The Fund requires that borrowers (including beneficiaries of

fund loans), as well as consultants under Fund-financed contracts, observe the highest standard of ethics during the selection and execution of such contracts. In pursuance of this policy, the Fund:

(a) defines, for the purposes of this provision, the terms

set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the selection process or in contract execution; and

(ii) “fraudulent practice” means a

Page 6: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 6 of 65

misrepresentation of facts in order to influence a selection process or the execution of a contract to the detriment of the borrower, and includes collusive practices among consultants (prior to or after submission of proposals) designed to establish prices at artificial, noncompetitive levels and to deprive the borrower of the benefits of free and open competition.

(b) will reject a proposal for award if it determines that the firm recommended for award has engaged in corrupt or fraudulent activities in competing for the contract in question;

(c) will cancel the portion of the fund allocated to the firm’s contract if it at any time determines that corrupt or fraudulent practices were engaged in by representatives of the borrower or of a beneficiary of the loan during the selection process or the execution of that contract, without the borrower having taken timely and appropriate action satisfactory to the fund to remedy the situation;

(d) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Fund-financed contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Fund-financed contract; and

(e) will have the right to require that, in contracts financed by a Fund, a provision be included requiring consultants to permit the Fund to inspect their accounts and records relating to the performance of the contract and to have them audited by auditors appointed by the Fund.

1.9 Consultants shall not be under a declaration of ineligibility for

corrupt and fraudulent practices issued by the Fund in accordance with the above sub para. 1.8 (d).

1.10 Consultants shall furnish information as described in the

Financial Proposal submission form (Section 4A) on commissions and gratuities, if any, paid or to be paid to agents relating to this proposal, and to execute the work if the firm is awarded the contract.

1.11 Consultants shall be aware of the provisions on fraud and

corruption stated in the Standard Contract under the clauses indicated in the Data Sheet.

2. Clarification

and Amendment of RFP Documents

2.1 Consultants may request a clarification to the RFP documents up to the number of days indicated in the Data Sheet before the proposal submission date. Any request for clarification must be sent in writing fax, or electronic mail to the GTD address indicated in the Data Sheet. The Client will respond issuing on addenda (including an explanation of the query but

Page 7: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 7 of 65

without identifying the source of inquiry) through the official GTD website.

2.2 At any time before the submission of proposals, the Client

may, for any reason, whether at its own initiative or in response to a clarification requested by an invited shortlist firms, amend the RFP. Any amendment shall be issued in writing through addenda through the official GTD website. Addenda shall be issued to all invited shortlist firms and will be binding on shortlist firms. The Client may at its discretion extend the deadline for the submission of proposals.

3. Preparation of Proposal

3.1 Consultants are requested to submit a proposal (para. 1.2) written in the language(s) specified in the Data Sheet.

Technical Proposal

3.2 In preparing the Technical Proposal, consultants are expected to examine the documents constituting this RFP in detail. Material deficiencies in providing the information requested may result in rejection of a proposal.

3.3 While preparing the Technical Proposal, consultants must

give particular attention to the following:

(i) If a consultant considers that it does not have all the expertise for the assignment, it may obtain a full range of expertise by associating with individual consultant(s) and/or other consultants or entities in a joint venture or sub consultancy, as appropriate. Consultants may associate with the other consultants invited for this assignment only with approval of the Client as indicated in the Data Sheet. Consultants must obtain the approval of the Client to enter into a joint venture with consultants not invited for this assignment. The consultants are encouraged to seek the participation of local consultants by entering into a joint venture with, or subcontracting part of the assignment to, national consultants.

(ii) For assignments on a staff-time basis, the estimated number of professional staff-months is given in the Data Sheet. The proposal shall, however, be based on the number of professional staff-months estimated by the firm. For fixed-budget-based assignments, the available budget is given in the Data Sheet, and the Financial Proposal shall not exceed this budget.

(iii) It is desirable that the majority of the key professional staff proposed be permanent employees of the firm or have an extended and stable working relationship with it.

(iv) Proposed professional staff must, at a minimum, have the experience indicated in the Data Sheet, preferably working under conditions similar to those prevailing in the country of the assignment.

(v) Alternative professional staff shall not be proposed, and only one curriculum vitae (CV) may be submitted

Page 8: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 8 of 65

for each position.

(vi) Reports to be issued by the consultants as part of this assignment must be in the language(s) specified in the Data Sheet. It is desirable that the firm’s personnel have a working knowledge of the Client’s national language.

3.4 The Technical Proposal shall provide the following information

using the attached Standard Forms (Section 3):

(i) A brief description of the firm’s organization and an outline of recent experience on assignments (Section 3B) of a similar nature. For each assignment, the outline should indicate, inter alia, the profiles of the staff proposed, duration of the assignment, contract amount, and firm’s involvement.

(ii) Any comments or suggestions on the Terms of Reference and on the data, a list of services, and facilities to be provided by the Client (Section 3C).

(iii) A description of the methodology and work plan for performing the assignment (Section 3D).

(iv) The list of the proposed staff team by specialty, the tasks that would be assigned to each staff team member, and their timing (Section 3E).

(v) CVs recently signed by the proposed professional staff and the authorized representative submitting the proposal (Section 3F). Key information should include number of years working for the firm/entity and degree of responsibility held in various assignments during the last ten (10) years.

(vi) Estimates of the total staff input (professional and support staff; staff time) needed to carry out the assignment, supported by bar chart diagrams showing the time proposed for each professional staff team member (Sections 3E and 3G).

(vii) A detailed description of the proposed methodology, staffing, and monitoring of training, if the Data Sheet specifies training as a major component of the assignment.

(viii) Any additional information requested in the Data Sheet.

3.5 The Technical Proposal shall not include any financial

information.

Financial Proposal

3.6 In preparing the Financial Proposal, consultants are expected to take into account the requirements and conditions outlined in the RFP documents. The Financial Proposal should follow Standard Forms (Section 4). It lists all costs associated with the assignment, including (a) remuneration for staff (foreign and local, in the field and at headquarters), and (b) reimbursable expenses such as subsistence (per diem, housing), transportation (international and local, for mobilization and demobilization), services and equipment (vehicles, office equipment, furniture, and supplies), office

Page 9: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 9 of 65

rent, insurance, printing of documents, surveys, and training, if it is a major component of the assignment. If appropriate, these costs should be broken down by activity and, if appropriate, into foreign and local expenditures.

3.7 The Financial Proposal should clearly estimate, as a separate amount, the local taxes (including social security), duties, fees, levies, and other charges imposed under the applicable law, on the consultants, the subconsultants, and their personnel (other than nationals or permanent residents of the government’s country), unless the Data Sheet specifies otherwise.

3.8 Consultants may express the price of their services in a maximum of two currencies ( one local and one foreign ). The Client may require consultants to state the portion of their price representing local cost in the national currency if so indicated in the Data Sheet.

3.9 Commissions and gratuities, if any, paid or to be paid by consultants and related to the assignment will be listed in the Financial Proposal submission form (Section 4A).

3.10 The Data Sheet indicates how long the proposals must remain valid after the submission date. During this period, the consultant is expected to keep available the professional staff proposed for the assignment. The Client will make its best effort to complete negotiations within this period. If the Client wishes to extend the validity period of the proposals, the consultants who do not agree have the right not to extend the validity of their proposals.

4. Submission, Receipt, and Opening of Proposals

4.1 The original proposal (Technical Proposal and, if required, Financial Proposal; see para. 1.2) shall be prepared in indelible ink. It shall contain no interlineation or overwriting, except as necessary to correct errors made by the firm itself. Any such corrections must be initialed by the persons or person who sign(s) the proposals.

4.2 An authorized representative of the firm initials all pages of the proposal. The representative’s authorization is confirmed by a written power of attorney accompanying the proposal.

4.3 For each proposal, the consultants shall prepare the number of copies indicated in the Data Sheet. Each Technical Proposal and Financial Proposal shall be marked “ORIGINAL” or “COPY” as appropriate. If there are any discrepancies between the original and the copies of the proposal, the original governs.

4.4 The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “Technical Proposal,” and the original and all copies of the Financial Proposal in a sealed envelope clearly marked “FINANCIAL PROPOSAL” and warning: “DO NOT OPEN WITH THE TECHNICAL

PROPOSAL.” Both envelopes shall be placed into an outer

Page 10: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 10 of 65

envelope and sealed. This outer envelope shall bear the submission address and other information indicated in the Data Sheet and be clearly marked, “DO NOT OPEN, EXCEPT IN

PRESENCE OF THE CENTRAL TENDERS COMMITTEE.”

4.5 The completed Technical and Financial Proposals must be delivered at the submission address on or before the time and date stated in the Data Sheet. Any proposal received after the closing time for submission of proposals shall be returned unopened.

4.6 After the deadline for submission of proposals, the Technical Proposal shall be opened immediately by the Central Tenders Committee. The Financial Proposal shall remain sealed and deposited with a respectable public auditor or independent authority until all submitted proposals are opened publicly.

5. Proposal Evaluation

General 5.1 From the time the bids are opened to the time the contract is awarded, if any consultant wishes to contact the Client on any matter related to its proposal, it should do so in writing at the address indicated in the Data Sheet. Any effort by the firm to influence the Client in the Client’s proposal evaluation, proposal comparison or contract award decisions may result in the rejection of the consultant’s proposal.

5.2 Evaluators of Technical Proposals shall have no access to the

Financial Proposals until the technical evaluation, is concluded and the fund issues its "no objection" letter.

Evaluation of Technical Proposals

5.3 The evaluation committee, appointed by the Client as a whole, and each of its members individually, evaluates the proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, subcriteria (typically not more than three per criteria), and point system specified in the Data Sheet. Each responsive proposal will be given a technical score (St). A proposal shall be rejected at this stage if it does not respond to important aspects of the Terms of Reference or if it fails to achieve the minimum technical score indicated in the Data Sheet.

5.4 In the case of Quality-Based Selection, Selection Based on

Consultant’s Qualifications, and Single-Source Selection, the highest ranked firm or firm selected on a single-source basis is invited to negotiate its proposal and the contract on the basis of the Technical Proposal and the Financial Proposal submitted in accordance with the instructions given in para. 1.2 and the Data Sheet.

Public Opening and Evaluation of Financial Proposals:

5.5 After the evaluation of quality is completed, the Client shall notify those consultants whose proposals did not meet the minimum qualifying mark or were considered nonresponsive to the RFP and Terms of Reference, indicating that their Financial Proposals will be returned unopened after

Page 11: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 11 of 65

Ranking (QCBS, Fixed-Budget, and Least-Cost Selection Methods Only)

completing the selection process. The Client shall simultaneously notify the consultants that have secured the minimum qualifying mark, indicating the date and time set for opening the Financial Proposals.

5.6 The Financial Proposals shall be opened publicly in the presence of the consultants’ representatives who choose to attend. The name of the consultant, the quality scores, and the proposed prices shall be read aloud and recorded when the Financial Proposals are opened. The Client shall prepare minutes of the public opening.

5.7 The evaluation committee will determine whether the Financial Proposals are complete (i.e., whether they have costed all items of the corresponding Technical Proposals; if not, the Client will cost them and add their cost to the initial price), correct any computational errors, and convert prices in various currencies to the single currency specified in the Data Sheet. The official selling rates used, provided by the source indicated in the Data Sheet, will be those in effect on the date indicated in the Data Sheet. The evaluation shall exclude those taxes, duties, fees, levies, and other charges imposed under the applicable law; and to be applied to foreign and non-permanent resident consultants (and to be paid under the contract, unless the consultant is exempted), and estimated as per para. 3.7.

5.8 In case of QCBS, the lowest Financial Proposal (Fm) will be given a financial score (Sf) of 100 points. The financial scores (Sf) of the other Financial Proposals will be computed as indicated in the Data Sheet. Proposals will be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = the weight given to the Technical Proposal; P = the weight given to the Financial Proposal; T + P = 1) indicated in the Data Sheet: S St T Sf P= × + ×% % . The firm achieving the highest

combined technical and financial score will be invited for negotiations.

5.9. In the case of Fixed-Budget Selection, the Client will select the firm that submitted the highest ranked Technical Proposal within the budget (“evaluated” price). Proposals that exceed the indicated budget will be rejected. In the case of the Least-Cost Selection, the Client will select the lowest proposal (“evaluated” price) among those that passed the minimum technical score. In both cases the selected firm is invited for negotiations.

6. Negotiations 6.1 Negotiations will be held at the address indicated in the Data Sheet. The aim is to reach agreement on all points and sign a contract.

Page 12: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 12 of 65

6.2 Negotiations will include a discussion of the Technical Proposal, the proposed methodology (work plan), staffing and any suggestions made by the firm to improve the Terms of Reference. The Client and firm will then work out final Terms of Reference, staffing, and bar charts indicating activities, staff, periods in the field and in the home office, staff-months, logistics, and reporting. The agreed work plan and final Terms of Reference will then be incorporated in the “Description of Services” and form part of the contract. Special attention will be paid to getting the most the firm can offer within the available budget and to clearly defining the inputs required from the Client to ensure satisfactory implementation of the assignment.

6.3 The financial negotiations will include a clarification (if any) of

the firm’s tax liability in the Client’s country, and the manner in which it will be reflected in the contract; and will reflect the agreed technical modifications in the cost of the services. Unless there are exceptional reasons, the financial negotiations will involve neither the remuneration rates for staff (no breakdown of fees) nor other proposed unit rates in the cases of QCBS, Fixed-Budget Selection, and the Least-Cost Selection methods. For other methods, the firm will provide consultants with the information on remuneration rates described in the Appendix to this information.

6.4 Having selected the firm on the basis of, among other things,

an evaluation of proposed key professional staff, the Client expects to negotiate a contract on the basis of the experts named in the proposal. Before contract negotiations, the Client will require assurances that the experts will be actually available. The Client will not consider substitutions during contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or that such changes are critical to meet the objectives of the assignment. If this is not the case and if it is established that key staff were offered in the proposal without confirming their availability, the firm may be disqualified.

6.5 The negotiations will conclude with a review of the draft form

of the contract. To complete negotiations the Client and the firm will initial the agreed contract. If negotiations fail, the Client will invite the firm whose proposal received the second highest score to negotiate a Contract.

7. Award of

Contract 7.1 The contract will be awarded following negotiations. After

negotiations are completed, the Client will promptly notify other consultants on the shortlist that they were unsuccessful and return the unopened Financial Proposals of those consultants who did not pass the technical evaluation (para. 5.3).

7.2 The firm is expected to commence the assignment on the

date and at the location specified in the Data Sheet.

8. Confidentiality 8.1 Information relating to evaluation of proposals and

Page 13: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 13 of 65

recommendations concerning awards shall not be disclosed to the consultants who submitted the proposals or to other persons not officially concerned with the process, until the winning firm has been notified that it has been awarded the contract.

Page 14: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 14 of 65

Information to Consultants

DATA SHEET

Clause Reference

1.1 The name of the Client is: The Ministry of Public Works and Housing, Amman, Jordan The method of selection is: Quality–and Cost–Based Selection The Edition of the Guidelines is: January 1997, revised September 1997and January 1999

1.2

Technical and Financial Proposals are requested: Yes No A Technical Proposal only is requested: Yes No The name, objectives, and description of the assignment are: Preparation of Feasibility Study, EIA , Preliminary and Final Design for Rehabilitation and Upgrading of Al-Mafraq / Al-Safawi to Al-Karameh Border Terminal (Iraqi Border) Road.

1.3 The assignment is phased: No Yes

1.4 A pre-proposal conference will be held: Yes No

1.5 The Client will provide the following inputs: The “Terms Of Reference” document

1.7.2 The Client envisages the need for continuity for downstream work: Yes No

1.11 The clauses on fraud and corruption in the Contract are: 1.10

Page 15: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 15 / 65

2.1 Clarifications may be requested 14 days before the submission date.

The address for requesting clarifications is: The Chairman of the Central Tenders Committee, Director General Government Tenders Directorate Ministry of Public Works and Housing King Abdullah II Circle (8th Circle), King Abdullah II Street Amman – Jordan Tel: 00 962 6 5858311 – 14 Fax: 00 962 6 5857583 00 962 6 5857639 E-mail: [email protected] Website: www.gtd.gov.jo

3.1 Proposals should be submitted in the following language: English

3.3 (i) Shortlisted firm/entity may associate with other shortlisted firm: Yes No

(iv) The minimum required experience of proposed professional staff is:

As stated in the TOR

(vi) Reports that are part of the assignment must be written in the following language: English

3.4 (vii) Training is a specific component of this assignment: As stated in the TOR

(viii) Additional information in the Technical Proposal includes: N/A

3.7 Taxes: The Services are exempted from Sales Tax

3.8 Consultants to state local cost in the national currency: Yes No

3.10

Proposals must remain valid 90 days after the submission date.

4.3 Consultants must submit an original and 3 additional copies of each of: Technical Proposal and Financial Proposal

4.4 The proposal submission address is: The Chairman of the Central Tenders Committee, Director General Government Tenders Directorate Ministry of Public Works and Housing King Abdullah II Circle (8th Circle), King Abdullah II Street Amman – Jordan Tel: 009626 5858311 – 14 Fax: 009626 5857583 009626 5857639 E-mail: [email protected] Website: www.gtd.gov.jo

Page 16: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 16 / 65

Information on the outer envelope include the following

(a) addressed to the Employer at the following address

Ministry of Public Works & Housing / GTD

P.O. Box 1220 Amman – Jordan

Tel: 00 962 658 58311 – 14

Fax: 00 962 658 57583

(b) bear the following identification Consultancy Services for the of Al-Mafraq / Al-Safawi to Al-Karameh Border Terminal (Iraqi Border) Road

(c) Contract No. 21 / 2010

4.5

In addition, one copy of the proposal submission and associated documentation should be delivered to:

Kuwait Fund For Arab Economic Development P.O Box 2921 Safat 13030 Kuwait Tel: 00 965 229 99000 Fax: 00 965 229 99090 / 229 99091

Proposals must be submitted no later than the following date and time: 12:00 hours on 24 / 01 / 2011

5.1

The address to send information to the Client is: The Chairman of the Central Tenders Committee, Director General Government Tenders Directorate Ministry of Public Works and Housing 8th Circle, King Abdullah Street Amman – Jordan Tel: 009626 5858311 – 14 Fax: 009626 5857583 009626 5857639 E-mail: [email protected] Website: www.gtd.gov.jo

5.3 The number of points to be given under each of the evaluation criteria are: Points Firm experience

- Similar projects, (the firms should have designed at 15 least three similar projects with a min. length of 30Km each - Conducting projects in the region 5

Total Score for Firm experience 20

Adequacy of the proposed work plan and methodology - Rationale 5 - Strategy 5 - Time table of activities 5

Total Score for the proposed work plan and methodology 15

Page 17: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 17 / 65

Key Experts a. Team Leader

• Qualification and skills 5 • Professional experience 5 • Leader of similar projects 10

b. Road Engineer

• Qualification and skills 5 • Professional experience 5

c. Structural Engineer

• Qualification and skills and Professional experience 5 d. Hydrological Engineer

• Qualification and skills and Professional experience 4 e. Electrical Engineer:

• Qualification and skills and Professional experience 4 f. Traffic Engineer:

• Qualification and skills and Professional experience 4 g. Transport Economist:

• Qualification and skills and Professional experience 4 h. Environmental Specialist:

• Qualification and skills and Professional experience 4

i. Geotechnical / Pavement Expert • Qualification and skills and Professional experience 5

j. Surveyor or Surveying Company • Qualification and skills and Professional experience 5

Total Score for Key Experts 65

Total Points : 100 The number of points to be given under each evaluation sub criteria for qualifications of staff are:

Points

(i) General qualifications 40 (ii) Adequacy for the project. 50 (iii) Staff drawn from permanent staff of tendering firm. 10

Total Points : 100 The minimum technical score required to pass : 80

Page 18: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 2: Information to Consultants

Page 18 / 65

5.7 5.8

The single currency for price conversions is: Jordanian Dinars The source of official selling rates is: The Central Bank of Jordan The date of exchange rates is: 28 days before the date of submission of the Proposal The formula for determining the financial scores is the following: Sf = 100 x Fm/F, in which Sf is the financial score, Fm is the lowest price and F the price of the proposal under consideration

The weights given to the technical and Financial Proposals are: T= 0.80 and F= 0.20

6.1 The address for negotiations is: The Chairman of the Central Tenders Committee, Director General Government Tenders Directorate Ministry of Public Works and Housing 8th Circle, King Abdullah Street Amman – Jordan Tel: 009626 5858311 – 14 Fax: 009626 5857583 009626 5857639 E-mail: [email protected] Website: www.gtd.gov.jo

7.2 The assignment is expected to commence on February 2011 in Amman, Jordan

Page 19: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 3. Technical Proposal – Standard Forms

Page 19 of 65

Section 3. Technical Proposal - Standard Forms

3A. Technical Proposal submission form. 3B. Firm’s references. 3C. Comments and suggestions of consultants on the Terms of Reference and

on data, services, and facilities to be provided by the Client. 3D. Description of the methodology and work plan for performing the

assignment. 3E. Team composition and task assignments. 3F. Format of curriculum vitae (CV) for proposed professional staff. 3G. Time schedule for professional personnel.

3H. Activity (work) schedule.

Page 20: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 3. Technical Proposal – Standard Forms

Page 20 / 65

3A. TECHNICAL PROPOSAL SUBMISSION FORM

[Location, Date] To: [Name and address of Client] Ladies/Gentlemen: We, the undersigned, offer to provide the consulting services for [Title of consulting services] in accordance with your Request for Proposal dated [Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope. If negotiations are held during the period of validity of the Proposal, i.e., before [Date] we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from Contract negotiations. We understand you are not bound to accept any Proposal you receive. We remain,

Yours sincerely,

Authorized Signature: Name and Title of Signatory:

Name of Firm:

Address:

Page 21: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 3. Technical Proposal – Standard Forms

Page 21 / 65

3B. FIRM’S REFERENCES

Relevant Services Carried Out in the Last Ten Years That Best Illustrate Qualifications

Using the format below, provide information on each assignment for which your firm/entity, either individually as a corporate entity or as one of the major companies within an association, was legally contracted.

Assignment Name:

Country:

Location within Country:

Professional Staff Provided by Your Firm/Entity(profiles):

Name of Client:

No of Staff:

Address:

No of Staff-Months; Duration of

Assignment:

Start Date (Month/Year):

Completion Date (Month/Year):

Approx. Value of Services (in Current US$):

Name of Associated Consultants, If Any:

No of Months of Professional Staff

Provided by Associated Consultants:

Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions Performed: Narrative Description of Project: Description of Actual Services Provided by Your Staff:

Firm’s Name:

Page 22: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 3. Technical Proposal – Standard Forms

Page 22 / 65

3C. COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF

REFERENCE AND ON DATA, SERVICES, AND FACILITIES TO BE PROVIDED BY

THE CLIENT

On the Terms of Reference: 1. 2. 3. 4. 5. On the data, services, and facilities to be provided by the Client: 1. 2. 3. 4. 5.

Page 23: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 3. Technical Proposal – Standard Forms

Page 23 / 65

3D. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR

PERFORMING THE ASSIGNMENT

Page 24: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 3. Technical Proposal – Standard Forms

Page 24 of 65

3E. TEAM COMPOSITION AND TASK ASSIGNMENTS

1. Technical/Managerial Staff

Name Position Task

2. Support Staff

Name Position Task

Page 25: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 3. Technical Proposal – Standard Forms

Page 25 of 65

3F. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL

STAFF

Proposed Position: Name of Firm: Name of Staff: Profession: Date of Birth: Years with Firm/Entity: Nationality: Membership in Professional Societies: Detailed Tasks Assigned: Key Qualifications: [Give an outline of staff member’s experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations. Use about half a page.]

Education: [Summarize college/university and other specialized education of staff member, giving names of schools, dates attended, and degrees obtained. Use about one quarter of a page.]

Page 26: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 3. Technical Proposal – Standard Forms

Page 26 / 65

Employment Record: [Starting with present position, list in reverse order every employment held. List all positions held by staff member since graduation, giving dates, names of employing organizations, titles of positions held, and locations of assignments. For experience in last ten years, also give types of activities performed and client references, where appropriate. Use about two pages.]

Languages: [For each language indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]

Certification: I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me, my qualifications, and my experience. Date: [Signature of staff member and authorized representative of the firm] Day/Month/Year

Full name of staff member:______________________________________ Full name of authorized representative: ___________________________

Page 27: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 3. Technical Proposal – Standard Forms

Page 27 of 65

3G. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

Months (in the Form of a Bar Chart)

Name Position Reports Due/Activities 1 2 3 4 5 6 7 8 9 10

11

12

Number of Months

Subtotal (1)

Subtotal (2)

Subtotal (3)

Subtotal (4)

Full-time: Part-time: Reports Due: Activities Duration:

Signature: (Authorized representative) Full Name:

Title:

Address:

Page 28: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 3. Technical Proposal – Standard Forms

Page 28 / 65

3H. ACTIVITY (WORK) SCHEDULE

Page 29: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 4. Financial Proposal – Standard Forms

Page 29 / 65

Section 4. Financial Proposal - Standard Forms

4A. Financial Proposal submission form.

Page 30: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 4. Financial Proposal – Standard Forms

Page 30 / 65

4A. FINANCIAL PROPOSAL SUBMISSION FORM

[Location, Date] To: [Name and address of Client] Ladies/Gentlemen: We, the undersigned, offer to provide the consulting services for [Title of consulting services] in accordance with your Request for Proposal dated [Date] and our Proposal (Technical and Financial Proposals). Our attached Financial Proposal is for the sum of [Amount in words and figures]. This amount is exclusive of the local taxes, which we have estimated at [Amount(s) in words and figures]. Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal, i.e., [Date]. Commissions and gratuities, if any, paid or to be paid by us to agents relating to this Proposal and Contract execution, if we are awarded the Contract, are listed below:

Name and Address of Agents

Amount and Currency

Purpose of Commission or Gratuity

_________________ _________________

_________________ _________________

_________________ _________________

We understand you are not bound to accept any Proposal you receive. We remain,

Yours sincerely,

Authorized Signature: Name and Title of Signatory:

Name of Firm:

Address:

Page 31: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 31 / 65

Section 5. Terms of Reference

1.0 Background 2.0 Objectives 3.0 Description of the Project 4.0 Scope of Work

Phase I: Preliminary Engineering and Studies Task (1): Data Collection Task (2): Control (Reference) surveys Task (3): Detailed Road Inventory Task (4) : Geotechnical Study Task (5) : Traffic Surveys, Data Analysis and Prediction Task (6): Feasibility study Task (7): Environmental Impact Assessment Task (8): Report with Preliminary Engineering

Phase II: Detailed Engineering and Bidding Documents

Stage (1): Detailed Engineering Documents Task (1): Data Collection

Task (2): Detailed Engineering Design

Task (3): Bill of Quantities

Task (4): Cost Estimate

Task (5): Technical Specifications

Stage (2): Bidding Documents

5.0 Staffing and Time Table 6.0 Method of Payment

Appendix-1: Survey Works in Road Project

Page 32: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 32 / 65

1.0 BACKGROUND:

The road network in Jordan comprises some 7800Km of roads of which 3300Km are primary roads. The policy of the Jordan Government towards the roads sector is to build, maintain and ensure efficient utilization of the road infrastructure and other services appropriate to meet the current and future development needs of the national economy. Thus the upgrading of the road network remains a high national priority in Jordan. It is given the high importance of connecting all parts of the country together with a reasonable all season road network. The Iraqi Border Road is considered of vital importance to commercial sector as it connects Jordan with Iraq. The road is located in the eastern part of the country running from Al-Mafraq to Al-Karameh border terminal.

2.0 OBJECTIVES:

The objective of the proposed services is to conduct the necessary engineering studies as well as related economic and environmental studies, to improve / rehabilitate road to optimal (considering present and expected traffic), cost effective, and economically justified standards. These optimal standards should generally be based on internationally accepted highway construction criteria but modified to suit local conditions. Improving this road will provide convenient, safe and efficient means of transport not only for commercial traffic between Jordan and Iraq but also for local traffic as it connects many communities (Al-Mafraq, Rowaished, Safawy…etc.).

3.0 DESCRIPTION OF THE PROJECT:

The project which is the subject of these terms of reference is the Existing 2-lane road extending from Al- Mafraq to Al- Karameh border terminal having a length of around 290Km and passing through desert hilly terrain.

Page 33: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 33 / 65

4.0 SCOPE OF WORK:

The specific assignment under these terms of reference is to carry-out the required engineering as well as related economic and environmental studies, corresponding to satisfactory project design namely: i. Road inventory and the necessary testing to evaluate

all road features including horizontal alignment, vertical alignment, cross sections, superelevation, road safety features including guardrail and signage and marking systems, surface and pavement condition, bridges, culverts, ditches, and all drainage related structures. Evaluation includes also comprehensive traffic study and axle weighing in order to evaluate the needed no. of lanes in view of the current and future needs and demands. Works shall also include detailed site survey for a 200m wide corridor (100m from each side of the existing road centerline).

ii. Economic and environmental evaluations for all

suggested and approved improvements to the road as a result of the road inventory.

iii. Preliminary design and cost estimate for the

recommended feasible and approved improvements. iv. Detailed design and preparation of tender documents

and confidential cost estimate.

The anticipated project works would comprise: i. Widening of the road and / or construction of

additional new two lane road so as to provide adequate shoulders and to study needs of the road to be widen into four lanes, but remaining within the existing right of way to the extent possible;

ii. Providing adequate pavement structure (including pavement reconstruction where justified);

iii. Provision on an exceptional basis, of climbing lanes, limited re-alignment to improve safety and correct “ black spots”, all on an as – needed basis and where justified.

iv. Improve road furniture and safety barriers; v. Correction of drainage ditches, cross culverts and

bridges deficiencies.

Page 34: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 34 / 65

Phase I: Preliminary Engineering / Economic and Environmental Studies

Task (1): Data Collection:

The Consultant shall collect at his own cost for review all relevant available information including:-

• Maps of the study area. • Aerial photography. • Geological maps, soils data and reports. • Meteorological and rainfall data and hydrological

reports. • Previous designs and reports. • Land use information. • Planning proposals including strategic and

regional development plans. • Data on current infrastructure projects. • Socio-economic data such as population, tourism,

agriculture, income, vehicle availability and ownership.

• Traffic data on the project road and in its zone of influence.

• Construction rates. • MPWH design standards or other relevant

standards for the works. • Environmental standards and data. • Locations of existing or planned utility lines. • Historic and archaeological data.

Task (2) : Control (Reference) surveys: -

The consultant shall promptly initiate and carry out the surveys needed to:

• Establish a reference traverse along the roads,

tied into the UTM or other system of triangulation points, while re-computing the existing roads center-line or reestablishing the PIs at horizontal curves;

• Mark the location of every 20m station on the re-computed road center-line, as reference points for further surveys; and

• Establish vertical (elevation) control bench–marks and determine the existing roads vertical alignment.

The width of surveying strip shall be 200m.

Page 35: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 35 / 65

These surveys, to which, eventually, all other gathered data should be tied, would serve the needs of the preliminary engineering, detailed engineering and later construction. The survey reference points and bench-marks should be tied into the national cadastral reference systems and should be permanently set in appropriately marked, properly protected, reinforced concrete monuments. All necessary works shall be done according to the details of appendix (1).

Task (3): Detailed Road Inventory:

The consultants should, concurrently, initiate and conduct a reconnaissance and inventories of:

1) Road Inventory (Geometry and Road Safety Features)

A complete inventory should be made of existing road covering road geometry (both horizontal and vertical), superelevation, widening, side slopes, cross-sections, shoulders, signs, marking, reflective studs, roadside furniture (guard-rail …etc.), including their condition, sufficiency and / or deficiency. These inventories should constitute inputs to a complete road safety audit which should also consider aspects such as inadequate junctions or provisions for turning and, in particular, any history of accidents or known “ black spots”.

2) Drainage and Bridges

The Consultant shall carry out extensive and comprehensive visual inspection to evaluate the condition of all existing drainage structures and bridges.

Major activities involved in here include the following:

Hydrological/Hydraulic Investigation

- Identification of all catchment areas; - Determination of rainfall time-intensity-

frequency relationships for each catchment area;

- Determination of runoff/slope/discharge characteristics of each catchment area;

Page 36: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 36 / 65

- Determination of location, capacity and type of the required drainage facilities; and

- Assessment of the adequacy of existing waterway and recommendations for ensuring the integrity of these structures with the analyzed requirements.

Structures Site Investigations

The consultant shall carryout a detailed condition inspection survey of all existing drainage structures and bridges to identify the type of structures, list deficiencies in their super structures and substructures, to determine their structural adequacy and capacity to later traffic. This survey shall include but not limited to:

§ Geometry, § Foundation, § Erosion, § Culvert invert levels and out falls, § Problems of scouring, § Siltation / clogging damage on concrete and

masonry, § Damage on steel Structural components, if any § Damage on bridge railings, § Residual load bearing capacity of

major structures with span of greater than 15 meters.

Detailed site investigations and survey to a sufficient length at upstream and down stream of the drainage structure shall be carried out. At all bridge sites, hand auguring drilling and investigation of sub surface conditions including taking of undisturbed samples shall be carried out.

3) Road Pavement Inventory:

This inventory should define:

• Existing cross sections and pavement widths. • Visual assessment of the road surface for :

- Riding quality. - Durability. - Skid resistance.

• Visual pavement condition, specifically recording the type and / or extent of surface defects including:

a. Rutting.

Page 37: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 37 / 65

b. Pot-holes and past patching. c. Cracking by type and severity. d. Edge and surface raveling. e. Spelling.

A minimum 5% representative sample of the entire pavement, weather in good, fair or poor condition, should be examined in detail. Additional samples, representative of pavement sections affected by apparently similar defects, should also be measured so as to actually provide further detail on the extent / area of defects. The pavement condition survey should be complemented with a preliminary sample of auger-holes or test pits, sufficient to establish representative existing pavement structure and underlying embankment composition and to assist in defining the limits of homogenous pavement sections. The Consultant shall propose and get approval on the number and locations of pits and holes required. After the homogenous road / pavement sections which would be analyzed have been established, further sampling (including pavement cores) should be undertaken( guided by deflection results, observed effects and widening proposals) to complete pavement design.

Task (4): Geotechnical Study:

The consultant shall conduct a review of all available geological and geotechnical data and shall asses and evaluate the previous studies findings. Following the review, a site exploration survey shall be conducted by a geologist for inspecting the predominant geological structures and formations, recording the major geological features and highlighting the problematic areas of faults, landslides, very weak materials and very hard materials difficult to excavate, etc. The site exploration shall also provide a rough indication on the nature of the anticipated subgrade and shallow foundations materials and shall give orientation on the suitability of the chosen locations of structures, bridges, potential borrow areas and quarries.

Page 38: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 38 / 65

Task (5): Traffic Surveys, Data Analysis and Prediction: The consultant shall conduct a comprehensive traffic survey, data analysis and prediction.

Traffic evaluation and demand prediction is of enormous fundamental significance and importance in calculating VOC and evaluating costs for the economic analysis thus, it is essential that the best possible assessment of potential traffic be made available. The outputs of the traffic analysis is to be used in the identification and prioritization of component sections of the roads and in the economic assessment. Identification of local traffic both generated and originating within the area, and traffic originating from and destined to locations outside the study area shall be made. Traffic generated through feeder roads from economic centers shalll also be identified and estimated. Traffic generated or diverted by the road’s improvement shall also be estimated. The consultant shall make full use of all existing traffic data provided by Ministry of Public works and housing (MPWH). Furthermore the Consultant shall carry out Axle Load Survey to estimate the repetition of equivalent single axle wheel loads (ESAL) during the life time of the road for the purpose of evaluating the strength of the existing pavement structure and the required strengthening measures if needed.

The Consultant shall study the route thoroughly in order to recommend and get approval on the best representative location(s) (Stations) for traffic counting. At least four traffic counting stations shall be proposed. The Consultant shall organize and supervise the traffic counting work and carefully advise programs of roadside interviews (O-D survey) in order to investigate and determine all possible traffic data. The following traffic data gathering activities shall be performed:-

• Classified Traffic Counts

• Origin Destination Survey (O/D Survey)

Page 39: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 39 / 65

• Shippers Interview Survey

• Traffic Forecasts

• Road Capacity and Level of Service (LOS)

• Vehicle Operating Costs (VOC)

• ATC Counts for a week Task (6): Feasibility Study:

The consultant shall conduct a Feasibility study which may contain the following sections:- The Executive Summary: Will normally contain a brief introduction to the project, description of the contents of the following chapters, summary of costs and benefits-leading to its technical and economic viability (indicating the FIRR, and EIRR), and recommendations to the course/s of action to be undertaken to implement the project.

The Economic and Financial Sections: 1- Country Economic Background: Analyze the recent economic developments in the country using the most recent economic indicators obtained from reliable sources. The analysis should include the basic country characteristics, the available natural and human resources and their mobilization, the macroeconomic performance based on the sectoral developments, government finance within the framework of its fiscal policy, the financial sector performance within the framework of the government monetary and credit policy, and the external position including the BOP and the external debt within the framework of the government international trade policy. The medium term prospect of the country should also be demonstrated taking into consideration the existing and planned economic reform programs.

2- Project Justification: Demonstrate and prove the need and the importance of the project to the economy using micro, macroeconomic analysis, and market surveys if needed. The report should emphasize the prevailing market conditions and

Page 40: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 40 / 65

the expected situation after the implementation of the project. Analyze the degree of market competition and / or concentration currently prevailing and the future prospective in applied to the project.

3- Project Area of Influence: Population trends and economic activities in the project’s are of influence. 4- Market surveys and the justification of the

project:

i) This section shall demonstrate and prove the need and the importance of the project to the economy using micro and macroeconomic analysis, market surveys if needed. The report should emphasize the prevailing market conditions and the expected situation after the implementation of the project Demand and supply projections with and without the project shall be quantified with the proper parameters used in the projections. ii) This section shall also contain the analysis of the degree of market competition and/or concentration currently prevailing and the future prospects if applicable to the project.

5- Economic Analysis:

i) Calculate the shadow "Economic" prices that can be used in calculating economic benefits of the project.

ii) Modify the financial cost of the project: investment, operation and maintenance and replacement costs, to exclude any direct transfer payments (i.e. taxes, subsidies, etc.) and to include the shadow wage rates - if the labor market is not competitive - in addition to the other economic prices of the inputs used in the production process,

iii) Value intangible costs and benefits of the project if available. Use the modified cash flows to ' calculate the Economic Internal Rate of Return (EIRR).

iv)Demonstrate the sensitivity of the EIRR to the changes in the

value of the main variables. :

v) Estimate the effect of the project on the following:

Page 41: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 41 / 65

* Employment

* Foreign Exchange

* Pollution

Note.: Expansion/Rehabilitation Case:

It is important to note that if the investment is related to expanding or rehabilitating an existing project, then the financial and economic analysis must be based on the incremental capital and cash flow. This means that the analysis shall investigate two scenarios: WITH and WITHOUT the proposed new investment.

6- Financial Analysis:

(This applies only to projects that can be appraised using

the "financial internal rate of return” as an indicator of viability)

i) Investigate the expected stream of income arising from the expected product mix of the project using the current prevailing prices.

ii) Utilize the estimated capital investment required,

iii) Estimate the annual operation and maintenance

expenses.

iv) Estimate any additional replacement cost that may be needed during the lifetime of the project.

Use the above mentioned parameters to calculate the Financial Internal Rate of Return (FIRR).

v) Demonstrate the sensitivity of the FIRR to the changes in the value of the main variables.

vi). Calculate the break-even point and the appropriate

production mix and level.

vii) Review the tariff and/or pricing policy of the products to insure its adequateness if necessary.

viii) Present informative current and projected financial

reports concerning the implementing agency including but

not limited to:

* Balance Sheet .

* Income Statement

* Sources and uses of Funds Ratio analysis including

liquidity, activity, profitability, debt, and debt coverage ratios, etc.

Page 42: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 42 / 65

Task (7): Environmental Impact Assessment:

The consultant shall prepare an environment assessment, which would evaluate in a comprehensive manner the potential physical and biological impacts from the project.

The consultant shall propose for approval a scope of work and TOR for the detailed EIA Study including specifications for any detailed studies required.

Furthermore the Consultant shall prepare an Environmental management plan to be incorporated in the final design and bid documents and contract clauses.

Task (8): Report with Preliminary Engineering:

The consultants' findings and recommendations including the results of the subsequent engineering analysis and economic evaluation should be presented in the report. The report should contain chapters updating the material ; all relevant soils and pavement testing results in Annexes; plan and profile drawings and X-sections and other details, used in the preparation of preliminary estimates of work quantities and costs for economic analysis, at scales sufficient to clearly delineate or describe the proposed work preliminary bills of Quantities (Sub-divided for homogenous sections, Intersections, drainage structures etc… as well as for the project as a whole) with estimated unit-prices and estimated costs, proposed packaging for construction contracts (bidding lots); and any other information the consultants deem useful for obtaining final approval of their proposals from MPWH.

The documents to be submitted shall include the following:

• Geotechnical investigation report.

• Engineering report including the following sections:

- Geometric design criteria used.

- Hydrology and drainage.

- Pavement design.

- Bridges and structures.

- Cost estimates.

- Economic appraisal.

- Preliminary drawings.

Page 43: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 43 / 65

The drawings should include, but not necessarily be limited to:

- The existing roads at a scale sufficient to show the homogenous sections analyzed and the locations of proposed work (including detours or temporary works).

- Typical road and /or pavement cross-sections, indicating where these apply.

- Locations for road way junction.

- Location for drainage works, structural and protective works.

- Proposed traffic signing, marking and safety schemes.

As required by the MPWH, the consultant shall propose a form of contract packaging showing the limits of the proposed construction sections and their implementation costs. Contract that would meet the requirements of potential financiers.

This report should be submitted not later than 150 days from the commencement of service. It would be reviewed by MWPH within 20 days of submission and subject to any comments or requested modifications would then constitute the basis for preparation of the final detailed engineering designs and plans.

Page 44: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 44 / 65

Phase II: Detailed Engineering and Bidding Documents

The Consultants shall perform all necessary field work and design needed to produce technically acceptable construction plans, specifications and special provisions, suitable for maintenance, rehabilitation, reconstruction and/or repair works.

The work shall be under taken in the following stages:

Stage (1): Detailed Engineering Documents:

Task (1): Field Work:

Additional Topographic Surveys:

During this phase additional survey shall be undertaken, as required to complete plan details and/or final work quantity estimates. These might be needed for:

• Road realignments (curve modifications); • Grade modifications; • Climbing lanes and/or embankment widening; • Road junctions; • Topographic details for culvert extensions,

replacement or additions; • Key drainage ditch elevations (new or

existing).

Additional Soils, Materials and Pavement Testing:

Additional sampling and/or exploration as well as field and laboratory testing shall include, but not necessary be limited to, the following:

• Locate additional auger holes, test pits and/or

pavement cores; • Pavement core samples; • Pavement-edge soils exploration, auger holes

and test pits; • Boring, auger holes or test pits needed for new

culverts and structures.

Page 45: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 45 / 65

Task (2): Detailed Engineering Design:

I. Geometric Design:

The final geometric design shall consist of the development of the setting-out details of all horizontal and vertical geometry for the Road, Intersections and all other roadways, and drawings shall be prepared at the end of this task containing:

• Plans and profiles for the Road,

Intersections and side roads showing reference lines edge lines, setting out data, curve radii and data, gradients, ground and finished levels, cross falls, super elevation application, and locations of crossing facilities such as bridges, underpasses, culverts and other structures, guardrail and all dimensions.

• Traverse plan (at appropriate scale)

showing location, setting out and levels of all traverse points and control stations.

• Computer-generated horizontal and

vertical geometric data sufficient for setting out and for all geometric calculations.

• Typical cross sections for Road, side

roads, including earthwork slopes and pavement details.

• Details of junction areas, intersections

and any other areas of complex three-dimensional geometry with sufficient information for setting out.

• Expropriation plans showing the limits of

work and right of way monuments. • Plans showing existing utility network in

relation to the project.

II- Structural Design

The Consultant shall produce the final design for each structure taking into account engineering, environmental and cost factors. The designs shall include:

Page 46: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 46 / 65

• General arrangement drawings.

• Drawings for the basic elements of each

structure.

• Reinforcement drawings.

• Bar bending schedules.

• Details for prestressing and post tensioning.

• Details of expansion joints, bearings, and other

components and fittings.

• Construction sequence for each major

component of the structure.

• Waterproofing, reinforcement details and

accessories.

III- Drainage Design

The Consultant shall undertake final drainage design taking into account engineering, environmental and cost considerations. The designs shall include:

• Layout plans showing gullies, chambers, pipe

networks and other drainage features.

• Setting-out information including locations and

levels.

• Hydraulic calculations.

• Scour protection measures and calculations.

• Embankment protection.

• Typical details of all standard drainage elements

and fittings.

IV- Road Furniture Design

A- Signing and Road Marking Design

The Consultant shall prepare signing and road marking designs taking into account engineering and cost considerations. The designs shall include:

Page 47: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 47 / 65

• Road plans showing the locations of all required

signs and typical stretches of road markings.

• Details of all directional signs including their

sizes and types

• Typical signing and construction details.

B- Electrical Design

The Consultant shall produce final lighting and other electrical designs for all urbanized areas to be lit along the road (around 40Km), and where necessary along the side roads taking into account engineering, environmental and cost considerations, and the design shall include:

• Plans showing the layout and location of

electrical civil works

• Plans showing the electrical distribution systems,

ducting, cabling and power supply

• Typical details

• Transformer substations and feeder pillar

schedules

• Standard details of civil works and equipment

• Typical installation details.

Task (3): Bill of Quantities:

Separate Bills of Quantities should be prepared for each construction package as proposed by the consultant and approved by the employer.

Task (4): Cost Estimate:

The Consultants should review and refine the preliminary estimates of unit-rates to reflect any modifications needed due to factors identified faring detailed engineering preparation. These estimates should remain confidential and be provided only to the responsible engineer at MPWH. The Consultant shall be responsible for taking adequate precautions to safeguard the confidentiality of these calculated rates.

Page 48: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 48 / 65

Task (5): Technical Specifications:

The Consultants should update the MPWH standard technical specification 1991 by adding "Special Technical Provisions" to the extent necessary to reflect the needs of rehabilitation and/or repair works. Particular attention should be given to including provisions for the environmental assessment.

The proposed final documents shall be furnished to MPWH within 70 days of the initiation of Phase II, for the review and approval, which shall be completed within 30 days of receipt of the draft.

Stage (2): Bidding Documents:

The Consultants should prepare bidding documents for the contract(s) conforming to MPWH requirements.

Complete bidding documents shall be furnished to MPWH not later than 30 days after MPWH approval of Phase II- stage (1). Including:-

- Instructions to bidders.

- Detailed engineering plans and drawings.

- Technical specifications, Special technical provisions

- Special Conditions of Contract.

- Bills of Quantities.

- Confidential cost estimate.

The consultant is required to submit various reports / documents in the numbers indicated below:

Phase I - 10copies of all reports / documents. Phase II- Stage (1)- 20 copies of all reports / documents Stage (2) -20 copies of all reports / documents All reports must be written in English All reports must be submitted in paper version and on CD.

Page 49: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 49 / 65

5.0 STAFFING AND TIME TABLE:

5.1 Staffing: The consultant shall establish and manage a team of suitably qualified and experienced personnlel to deliver the required outputs. The expected number of working days required for each key expert must be presented in the technical proposal. The team of key experts shall comprise: -

a. Team Leader

Civil Engineer with Master’s degree or equivalent with at least 15 years experience, 10 of which in highway design, provided that his experience covers at least the design and / or rehabilitation of two major projects and shall be appointed to work full time on this project.

b. Road Engineer

Having 10 years min, experience in the design of major highways, provided that his experience covers the design of at least two major highway projects.

c. Structural Engineer

Having at least l0 years, experience in highway structure and bridges design, provided that his experience covers the design of main structures for at least two major highway projects.

d. Hydrological Engineer

Having at least 15 years experience, provided that his experience covers Drainage design for at least two major highway projects.

e. Electrical Engineer:

Having 5 years of experience provided that his experience covers the design of electrical works for at least two major highway projects.

f. Traffic Engineer

Having at least 10 years experience in this field provided that his experience covers the design of at least two similar projects.

Page 50: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 50 / 65

g. Transport Economist:

Having 10 Years of related experience.

h. Environmental Specialist:

Having 10 Years of related experience.

i. Geotechnical / Pavement Expert

Having 15 years of related of experience

j. Surveyor or Surveying Company Having 15 years of related of experience.

Each of the proposed key experts shall be registered and affiliated with an accredited professional institution. A copy of the registration in the institution along with the academic degree qualification must be submitted as part of the Tender.

Other Experts: Other experts that may be proposed by the Consultant, in addition to that shown above, need not to have their CV’s submitted as part of its technical proposal. These will be approved by the Contracting Authority on the basis of their CVs and Terms of Reference during the life of the Contract. Support Staff: Support staff costs for administrative, secretarial and translation services, IT maintenance and any technical support staff that may be required for completion of the services etc. are to be included in the global price.

5.2 Time Table:

The assignment duration is anticipated to be within 250 days from the commencement of services, excluding the approval periods. The total duration is broken down on the phases as follows:

Phase I – Preliminary Engineering and studies :150 days Phase II- Detailed Design and Tender Documents :100 Days

Page 51: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 51 / 65

6.0 PAYMENT

The Consultant's fee estimate shall include all staff costs, direct costs (transport, accommodation, allowances, surveys, etc), and applicable taxes.

The payment shall be made upon the following:

Ø 20% advanced payment.

Ø 30% after submission of phase I.

Ø 30% after submission of phase II stage (1).

Ø 20% after submission of Bidding Documents.

Terms of Payment:

1. The employer shall pay the consultant an advance payment of 20% of the tender's amount, for the tenders worth more than fifty thousand dinars, provided that the consultant carry out the following procedures: i. Submission of a performance guarantee pursuant to the

attached form.

ii. Signing the project contract after the completion of the

procedures provided for in item (1) stated here-in-above.

iii. Submission of a request for an advance payment.

iv. Submission of an advance payment guarantee pursuant to the

attached form.

2. Repayment of the advance payment from the consultant would be

as follows:

The advance payment may be paid in equal installments of the interim payments of the stages made by the consultant, and, if it was not possible to recover the amount of the advance payment before the expiration of the tender for any reason, it could be recovered from the advance payment guarantee.

3. Invoices for services (including additional services, if any) shall be prepared and submitted by the Consultant to the Employer at each of the payment milestones, who shall issue his approval within 14 days from date of submittal.

4. The Employer shall issue the corresponding payment within 14 days from approval of the invoice.

Page 52: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 52 / 65

5. In case any part of the invoice is not approved by the Employer then the portion of the invoice which is not contested shall be processed as per point 2 above, pending clarification and approval of the contested items.

Page 53: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 53 / 65

Bill of Quantities

Rehabilitation and Upgrading of Al-Mafraq / Al-Safawi to Al-Karameh Border Terminal (Iraqi Border) Road

No. Name of Activities Qty Unit Rate Amount

In words In

figures 1.

Control (Reference) Surveys covering a minimum distance 200m on both sides of the existing road, the cost will include the establishment of maps indicated in TOR.

290 L. km

2.

Provisional Sum for Geotechnical and Pavement Evaluation the cost will include mobilization equipment other than that mentioned in items above and staff, cost of test pits, bore holes and pavement cores, cost of required laboratory testing cost of analysis and cost of reporting.

P.S

P.S

300,000

3. Provisional Sum for Environmental

Impact Assessment study P.S P.S

150,000

4. Traffic Study and Surveys 4 Station

5.

Detailed Preliminary Engineering

studies. (Phase 1). The work will

include all activities mentioned in TOR

under this item with the way and the

standards prescribed, excluding items

1,2,3, mentioned above

290 L. km

6.

Detailed Engineering and Bidding

Documents (Phase II). The cost includes all

the activities prescribed in the TOR with all

relating works, excluding items 1,2,3,

mentioned above

290 L. km

Total

Page 54: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 54 / 65

Appendix-1

Survey Works in Road Project

1. First Stage:

A. Establishing a reference traverse adjacent the road outside the construction area with the following condition:

i. The distance between points 500 meters in average.

ii. Establishing traverse points by reinforced concrete monument (30cm x 30cm x 50cm) in soily areas and a chisel in rocky areas.

iii. Conserve the visibility between the succeeding points.

iv. The coordinate for the traverse points can be directly obtained using "TOTAL STATIONS" or by measuring angles and distances, using either way, the angle misclosure should not be bigger than 10'' n (where n is the number of angles). The distance misclosure should not be bigger than fs/∑s = 1/10000 (where fs is the distance miselosuer, and ∑s is the total length of traverse).

yfxffs ∆+∆=

v . Dist r ibute the angle and d istance misclosures with known rules.

vi. The traverse points should be tied in to the national cadastral reference system (the land survey triangulation network) by linking the traverse to two control points (with known coordinates) at the beginning and at the ending of the traverse.

B. Use the forth - mentioned traverse points as bench marks (B. Ms) and determining the elevations for these points with an accuracy of 8mm per kilometer, for this purpose an accurate of 1 cm per kilometer, for this purpose an accurate level instrument should be used. Forward - backward < = 1 cm.

C. The Horizontal Alignment:

i. Construction the points of intersection (P.I.S.), and the beginning and ending points for the curves, by reinforced concrete monument (30cm x 30cm x 50cm).

Page 55: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 5. Terms of Reference

Page 55 / 65

i i . The points of intersection, ( P . I . S . ) are observed from the nearby traverse points so that (P . I .S . ) coordinates can be computed after the traverse adjustment.

iii. Mark the location of every 20 meters station on the road centerline.

D. Vertical Alignment:

i. From the established benchmarks (l-C-3) determine the existing road vertical alignment.

i i . X- section every 20m with width not less than 30m from each side at the centerline with accuracy of + 1cm.

E. Surveying Report:

A report should be submitted to the MPWH. The report should include the following:

i. Location of traverse points.

ii. Numbers and coordinates for the tie points.

iii. The method by which the coordinates of points were computed and the used instrument.

iv. The angel and distance miselosure and how the misclosures were distributed.

v. Flow the elevation of bench mark (B.M.S.) were determined, a list of high difference values (∆h) for survey points to be included.

2. Handing Over and Checking:

The checking on the survey works are carried out by MPWH staff using whatever methods and ways the Ministry likes to use.

Page 56: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Section 6. Form of Contract

Page 56 / 65

Section 6. Form of Contract

Page 57: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Page 57 / 65

S T A N D A R D F R O M O F C O N T R A C T

Client / Consultant

Model Services Agreement

FIDIC, Fourth Edition

2006

General and Particular Conditions

Page 58: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Page 58 / 65

Particular Conditions

A. References from clauses in the General Conditions 1. Definitions 1.1.2 The Project is: Preparation of Feasibility Study, EIA , Preliminary and Final

Design for Rehabilitation and Upgrading of Al-Mafraq / Al-Safawi to Al-Karameh Border Terminal (Iraqi Border) Road

1.1.10 Commencement Date: … Within one month of signing the Contract ……..…. 1.1.11 Time for Completion: …At the end of the defect liability period ………………. 1.3 Language for Communications … English …………………………………… 1.4 Language(s) of the Agreement: … English ……………………...……………

Ruling Language: … English ……………………………………………………… Governing Law:.. Jordanian Laws ……………...…………………………………

1.8 Notices

Client’s address: Ministry of Public Works and Housing P.O. Box 1220 Amman 11118 Jordan

Email: [email protected] Telephone number: Facsimile number:

Consultant’s address:……………………………….……………………………… Email: ………………………………………………………………………………...

Telephone number:……………………………….………………………………… Facsimile number:…………………………………………………………………..

5.2 Time for payment: 5.2.2 Agreed Compensation for Overdue

Payment (percent per year) :… 9%……………………………………………….

5.3 Currencies of Payment: Not more than two currencies (One Local & One

Foreign) Rate of Exchange to foreign currency shall be fixed at 28 days as issued by The Central Bank of

Jordan prior to submission of Proposal

Page 59: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Page 59 / 65

6.2 Duration of Liability: Contract period + Defects Liability Period + Any legal Liability according to the laws of

Jordan

6.3.1 Limit of Compensation: .. 50% of Contract amount ……...…………………… 8.2 Mediation 8.2.1 Named Mediator …………………………………………………………………….. 8.2.1 Nominating Centre for Mediation ………………………………………………... 8.2.3 Mediation Procedures ……………………………………………………………… 8.3.2 Rules of Arbitration: Jordanian Arbitration law No. (31) for the year 20.

Page 60: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Page 60 / 65

C Appendices

1 SCOPE OF SERVICES

Give detailed descriptions of the Services to be provided, dates for completion of various tasks, place of performance for different tasks, specific tasks to be approved by Client, etc. (refer to Terms of Reference)

2 PERSONNEL, EQUIPMENT, FACILITIES AND SERVICES OF OTHERS TO BE PROVIDED BY THE CLIENT

List as completely and in as much detail as possible the Personnel, Equipment, Facilities and Services to be provided by the Client. (Refer to Terms of Refernce)

3 REMUNERATION AND PAYMENT

Refer to Financial Proposal.

4 TIME SCHEDULE FOR SERVICES

At least 48 hours per week and as described by the Jordanian Labour Law.

Page 61: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Page 61 / 65

Annexes

I. The Agreement II. Advance Payment Guarantee Form

III. Performance Guarantee Form IV. Declaration of the Other Payments V. Declaration of the illicit Payments

Page 62: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Page 62 / 65

Agreement

This Agreement dated this ………………………………………………………..…………

day of ………………………………………………………………………………………….

between ……………………………………………………………………………………….

of ……………………………………………………………………………………………….

[Name and address of Client]

(hereinafter called "the Client ") of the other part.

and ……………………………………………………………………………………………..

of ……………………………………………………………………………………………….

[Name and address of Consultant]

(hereinafter called "the Consultant") of the other part.

WHEREAS, the Client desires that certain services should be performed by the Consultant, namely …………………………………….……………………………………. and has accepted a proposal by the Consultant for the performance of such Services. THE CLIENT AND THE CONSULTANT 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. 2. The following documents shall be deemed to form and be read and construed

as part of the Agreement, namely: (a) any letter of offer by the Consultant; (b) any letter of acceptance by the Client; (c) this Client/Consultant Model Services Agreement; (d) the Appendices, namely: Appendix 1: Scope of Services

Appendix 2: Personnel, Equipment, Facilities and Services of Others to be Provided by the Client.

Appendix 3: Remuneration and Payment. Appendix 4: Time Schedule for Services.

Page 63: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Page 63 / 65

3. In consideration of the payments to be made by the Client to the Consultant under this Agreement, the Consultant hereby agrees with the Client to perform the services in conformity with the provisions of the Agreement.

4. The Client hereby agrees to pay the Consultant 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.

AUTHORISED SIGNATURES(s) OF CLIENT

AUTHORISED SIGNATURE(S) OF CONSULTANT

Signature …………………………………. Signature …………………………………. In the presence of: In the presence of: Name ……………………………………… Name ………………………………………

SIGNATURE ……………………………… SIGNATURE ………………………………

Address ……………………………………. …………………………………….

Address ……………………………………. …………………………………….

Page 64: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Page 64 / 65

Advance Payment Guarantee Form

To Messrs ( The Employer ): ………………………………… …………………….

We are pleased to inform you that our Bank …………………………

guarantees the Consultant: …………………………………………………………

For an amount of ( ) Jordanian Dinars only …………………………..

Against the Advance Payment guarantee in pursuant to tender no. (21/2010)

Related to the project:” Preparation of Feasibility Study, EIA , Preliminary and

Final Design for Rehabilitation and Upgrading of Al-Mafraq / Al-Safawi to Al-

Karameh Border Terminal (Iraqi Border) Road “.

To ensure the repayment of the advance payment by the consultant in

accordance with the tender conditions.

We agree to pay you the above-mentioned amount or the due balance at your

first written demand not regardless to any objection or reservation by the

consultant.

This guarantee shall remain valid from the date of its issuance until the

repayment of the Advance Payment installments by the consultant. The

guarantee shall be automatically extended until the full repayment of the

Advance Payment.

Guarantor's signature / Bank: …………………………………………………………….

Authorized to sign: …………………………………………………………………………

Date: …………………………………………………………………………………………...

Page 65: THE HASHEMITE KINGDOM OF JORDAN Ministry of …...Page 1 of 65 THE HASHEMITE KINGDOM OF JORDAN Ministry of Public Works and Housing Central Tender No.(21/2010) REQUEST FOR PROPOSALS

Page 65 / 65

Performance Guarantee Form

To Messrs: ……………………………………...…………………………………...………

We are pleased to inform you that our Bank: ………………........………………….……

…………………………… has agreed to give a Financial Guarantee to the consultant:

……………………..,……………………In respect of tender No. (21/2010) Related to

the project of “ Preparation of Feasibility Study, EIA , Preliminary and Final Design

for Rehabilitation and Upgrading of Al-Mafraq / Al-Safawi to Al-Karameh Border

Terminal (Iraqi Border) Road” An amount of: ( )

………………………………………………...…………………………... Jordanian Dinars

As against performance guarantee to ensure that the consultant performs the

engineering services for the design in accordance with the conditions of the contract

for the above tender.

We agree to pay you right at your first demand the said amount with no reservation,

stipulation or any other condition and regardless to any objection from the

consultant.

This guarantee shall remain valid from the date of its issuance and for

( ), which is initially to be on the Day of the month of .........................

of the year of................................... Unless extended or renewed upon the

employer’s request.

Guarantor's signature / Bank: …………………………………………………………….

Authorized to sign: …………………………………………………………………………

In the presence & witness of: …………………………………………………………….

Date: …………………………………………………………………………………………..