request for proposal - spc.int · proposal form, proposal security form, health & safety...

92
1 REQUEST FOR PROPOSAL RFP 16/121 Drasa Sector Cane Access Roads Rehabilitation Phase II– Package 4

Upload: buiduong

Post on 29-Apr-2019

226 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

1

REQUEST FOR PROPOSAL

RFP 16/121

Drasa Sector Cane Access Roads Rehabilitation Phase II– Package 4

Page 2: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

2

LETTER OF INVITATION Reference: RFP 16/121 Dear Sir/Madam, Subject: Drasa Sector Cane Access Roads Rehabilitation – Package 4

1. You are kindly requested to submit a comprehensive proposal for the unsealed road rehabilitation of Cane Access Roads in the Drasa Cane Sector in the Western Division, Lautoka.

2. This proposal will cover Package 4 of the rehabilitation works – refer Annex 1 and Annex 2 for details of Package 4.

3. To enable you to submit a proposal for the services, please find enclosed:

a. Annex I: Instructions to bidders b. Annex II: Scope of works c. Annex III: Proposal submission form d. Annex IV: Technical submission form e. Annex V: Financial submission form f. Annex VI: Proposal security form g. Annex VII: Health & Safety questionnaire h. Annex VIII: Schedule of Compliance & Departures i. Annex IX: Bidder’s Insurance Statement g. Annex X: General Conditions: NZ3910: 2003

This letter is not to be construed in any way as an offer to contract with your firm/company.

Yours sincerely,

Akhilesh Prasad Acting Manager Administration

Page 3: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

3

Annex I Instructions to Bidders

Request for Proposal (RFP) no: 16/121 Drasa Sector Cane Access Roads Rehabilitation Phase II – Package 4

A. Introduction

The Pacific Community (SPC) is undertaking a Rural Access Roads and Associated Infrastructure project (RARAI Project) in the Sugar belt region. This project funded by the European Union under the Annual Action Programme 2013 of the Accompanying Measures for Sugar Protocol Countries, which includes Fiji.

The expected key results of the RARAI project are: (i) improved watershed management in specific sugar-cane sectors through rehabilitation and maintenance of cane access roads, including associated rural infrastructure; (ii) increased community/household income through inclusion in the rehabilitation and maintenance of cane access roads, including associated rural infrastructure; and (iii) establishment of a road maintenance systems.

The targeted areas under this project are 3 sectors – Malolo, Koronubu and Drasa.

The unsealed road rehabilitation of approximately 80 kilometres of Cane Access Roads in the Drasa Cane sector in the Western Division, Lautoka, will be divided into three phases. Phase 2 works which has about 37 kilometres of unsealed roads will be carried out in three Packages.

This Request for Proposal (RFP) is calling for proposals for the 4th Package of the rehabilitation of the unsealed roads which covers 13.65 kilometres and are made up of 16 roads. The names of the 16 roads are as follows: Tucu Nacilau Beach, Tuvu Road No. 1, Tuvu Road No. 2, Tavarao Johnson, Seru Lagi Lagi, Ram Chandar Mdr, Madhwan Store, Tavarao Cemetery, Subarmani Narayan, Gangaiya, Tavarao Loop, Tavarao/Johnson No. 1, Seru Lagi Lagi No. 1, Gangaiya No. 1, Tavarao/Johnson No. 2 and Gangaiya No. 2.

B. General

1. SPC hereby solicits Proposals in response to this Request for Proposal (RFP). Bidders

must strictly adhere to all the requirements of this RFP. No changes, substitutions or other alterations to the rules and provisions stipulated in this RFP may be made or assumed unless it is instructed or approved in writing by SPC in the form of Supplemental Information to the RFP.

2. This Request for Proposal (RFP) is an invitation seeking a written proposal to be

submitted by the bidder and is not an offer that shall necessarily result in an acceptance by SPC. SPC shall not be liable in any way to any bidder if it does not consider or accept any proposal.

Page 4: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

4

3. Any conditions of tendering or other statements in the RFP which specify how the bidder will be evaluated shall not be read as creating any legal or other obligations by SPC to the bidders.

4. Legal or other obligations shall only arise between SPC and the successful bidder when

only after a Letter of Acceptance is issued by SPC to the successful bidder. SPC is not bound to accept any proposal.

5. Submission of a Proposal shall be deemed as an acknowledgement by the Bidder that

all obligations stipulated by this RFP will be met and, unless specified otherwise, the Bidder has read, understood and agreed to all the instructions in this RFP.

6. SPC is committed to preventing, identifying and addressing all acts of fraud and corrupt

practices.

7. In responding to this RFP, SPC requires all Bidders to conduct themselves in a professional, objective and impartial manner. Bidders must strictly avoid conflicts with other assignments or their own interests, and act without consideration for future work. All bidders found to have a conflict of interest shall be disqualified. In the event of any uncertainty in the interpretation of what is potentially a conflict of interest, bidders must disclose the condition to SPC and seek SPC’s confirmation on whether or not such conflict exists.

8. Submission of Proposals

8.1. Your proposal shall comprise the following documents: a. Annex III: Proposal submission form b. Annex IV: Technical Proposal submission form

c. Annex V: Financial Proposal submission form d. Annex VI: Proposal Security form g. Annex VII: Health & Safety questionnaire

h. Annex VIII: Schedule of Compliance & Departures

i. Annex IX: Bidder’s Insurance Statement

8.2 Proposals must be received by the Secretariat of the Pacific Community (SPC) at the address mentioned below on or before 3 February, 2017, no later than 4.00 pm Fiji time . Any proposal received after this date shall be rejected. SPC may, at its discretion, extend the deadline for the submission of proposals, by notifying all prospective bidders in writing. The extension of the deadline may accompany a modification of the solicitation documents prepared by SPC at its own initiative or in response to a clarification requested by a prospective bidder.

8.3 All proposals submitted together with all correspondence and related documents shall be in English. If any of the supporting documentation or printed literature is in

Page 5: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

5

any other language, a written translation of the document in English should also be provided. In such case the interpreted document will be used for processing an evaluation purposes.

8.4 All prices in the proposals must be presented in Fiji Dollars (FJD) and should be inclusive of all taxes, duties VAT as applicable. Please note that SPC is exempted from tax in Fiji and several other member countries, including US, Australia, New Zealand, and New Caledonia.

8.5 The proposal has to be in two separate sealed envelopes as follows: Part A (Envelope 1) should contain the Proposal Submission Form, Technical Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of Compliance & Departures and Bidder’s Insurance Statement. Part B (Envelope 2) should contain the Financial Proposal Submission Form. Both envelopes should be clearly labelled and state the appropriate parts (Part A or B) to which the proposal makes reference. The bidders must submit proposals for both Part A & Part B. All proposals shall be submitted in one signed and bound original paper copy and one further loose leaf paper copy, plus separate electronic copies of Part A and Part B content (as single .doc documents on USB memory stick). In the event of any discrepancy, the original paper bound copy shall prevail. 8.6 Bidders are required to submit a refundable tender deposit of 2% of the financial proposal in the form of a bank cheque to SPC. The unsuccessful bidder’s tender deposit will be returned within 30 days following the signing of the agreement with the successful bidder.

8.7 The successful bidder is required to submit a performance guarantee which shall be equivalent to 10% of the value of the contract. The Proposal Security Form (Annex VI) should be signed and submitted before the signing of the contract.

8.8 One original and four hard copies of the proposal should be sent by courier to: Courier to: Pacific Community (SPC) Procurement Unit – RFP 16/121 Private Mail Bag Suva – FIJI` Or

Page 6: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

6

Hand Delivered to Request For Proposal Box situated at: Pacific Community (SPC) Office Procurement Unit Nabua, Suva, Fiji Bidders must insist on an acknowledgment receipt for Proposals delivered to the Request For Proposal Box. 8.9 Any Proposal received by the SPC after the deadline for submission of proposals, will be rejected. 8.10 Request for proposal forms with all the relevant documentations must be completed with electronic copies in Word and PDF format

9. Request for Proposals Timelines and Due Dates

9.1 The timelines and due dates for the tender is fixed and no tender shall be accepted after the due date. 9.2 The timeline and due dates for the tender is provided in Table 1 below.

Table 1 : Tender timelines and due dates Date Time Pre-Bid Meeting 13 January 2017 TBC Site Visits 13 January 2017 TBC Deadline for requesting any clarifications from SPC

13 January 2017 4.00pm (Fiji Time)

Deadline for responses to clarifications to be published on SPC Website

18 January 2017 4.00pm (Fiji Time)

Deadline for the submission of tenders

3 February 2017 4.00pm (Fiji Time)

Tender opening session 6 February 2017 TBC (Fiji Time) Notification of award to the successful bidder

28 February 2017 4.00pm (Fiji Time)

Signing of contract 14 March 2017 TBC (Fiji Time)

10. Bidders’ responsibilities

10.1 The bidder is expected to examine all instructions, forms, terms and specifications in this bidding document. Failure to furnish all information required by the bidding

Page 7: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

7

documents or to submit a bid substantially responsive to the bidding documents in every aspect will be at the bidder’s risk and will result in the rejection of the proposal.

10.2 The bidder shall bear all costs associated with preparing and submitting a proposal, including cost relating to contract award; SPC will, in no case, be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 10.3 Bidders must familiarise themselves with local conditions and take these into account in preparing their proposal to obtain information on the assignment, technical requirements, and on local conditions. 10.4 By submitting a proposal, the bidder accepts in full and without restriction the special and general conditions governing this proposal as the sole basis of this bidding procedures whatever his own conditions of sale may be, which he hereby waives.

10.5 Participation in bidding is open and on equal terms to natural persons, companies, firms, public and/or semi-public agencies, cooperative societies, joint ventures, groupings of companies and/or firms and other legal persons governed by public and private law of any country. Bidders must provide evidence of their organisational status.

10.6 The submitted proposal must be for the entirety of the quantities indicated and shall not be divided into lots.

10.7 Bidders may submit questions and or seek clarifications on any issue relating to this tender in writing to the following email address [email protected]. The deadline for submission of clarifications is 4.00pm (Fiji Time) on 13 January, 2017.

10.8 A summary of all clarifications and or questions received with associated responses will be published on the SPC website on 18 January 2017. No further responses to clarifications and or questions will be provided after this date.

10.9 Any prospective tenders seeking to arrange individual meetings with either SPC or any associated parties to this project during the tender period may be excluded from the tender procedure.

10.10 Pre-Bid meeting Pre-Bid meeting is being scheduled for the 13 January, 2017. The venue and time for this meeting will be confirmed at a later stage.

10.11 Site Visit

Site Visit is being scheduled for the 13 January, 2017. The time for this site visit will be confirmed at a later stage.

Page 8: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

8

Bidders may visit the site(s) where the Services are to be performed prior to submitting their tenders, at their own risk and cost which includes taking sole responsibility for and liability for any death, personal injury, loss or damage to property and any other losses costs and expenses. Following the site visit, bidders may submit questions and or seek clarifications on any issue relating to this RFP in writing to the following email by the specified date as outlined in 9.2 Table 1, specifying the reference number: Email: [email protected]

10.12 Sustainable Procurement SPC is looking to employ local contractors who can utilise local sub-contractors and labour force from within this cane sector, whilst achieving the specified works programme, quality of work and cost. 10.13 Standards The definitions and provisions of Clause 1.0 of the Conditions of Contract for Building and Civil Engineering Construction NZ 3910 (2003 Version), shall also apply to these conditions of Request for Proposals. 10.14 The RFP document issued to prospective bidders remains the sole property of SPC and bidders shall use it only for the purposes of this RFP. 10.15 Ambiguities in RFP Where the RFP appears to them to be unclear or ambiguous, a bidder may seek clarification. Any such request should be made in writing within the period for queries stated in 9.2 Table 1. 10.16 Independent Pricing Bidders shall arrive at their prices independently, without consultation, communication or agreement with any competitor for the purposes of restricting competition. Unless otherwise required by law, the prices in the proposal shall not be disclosed by a bidder to any other bidder prior to the RFP closing time. No attempt shall be made by a bidder to induce any other person to submit or not to submit a proposal for the purpose of restricting competition.

10.17 Irregularities SPC is not obliged to consider any proposal which is not submitted in accordance with this RFP. At SPC’s sole discretion, any informality or irregularity in the preparation or submission of any proposal may be waived.

10.19 Insurance in Fiji 10.19a Bidders’ attention is drawn to the fact that Fiji has an insurance regime whereby all insurance must be provided by an underwriter approved by the Reserve Bank of Fiji (RBF). Therefore, bidders must comply with one of the following;

i. Use an insurer from the approved list below;

Page 9: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

9

ii. Apply to the RBF prior to the submission of the proposal to obtain approval of the proposed alternative insurer. Such approval must be included in the proposal and the proposed alternative insurer shall be subject to ratification by SPC prior to any tender acceptance; or iii. Submit an alternative insurer in the proposal without RBF approval, accepting that this may lead to rejection of the proposal if the bidder is subsequently unable to obtain both the RBF’s and SPC’s approval.

10.19b The following are the RBF approved insurers:

Dominion Insurance Co. Ltd, New India Insurance Co Ltd, Sun Insurance Co Ltd, QBE Insurance Co Ltd, Tower Insurance Co Ltd

10.19c No endorsement of the listed companies or their services is implied by SPC.

10.20 Submission of a proposal shall constitute acceptance of this process by all bidders.

11. One Proposal per Bidder Each bidder shall submit only one proposal, either individually or as a partner in a joint venture. A bidder who submits or participates in more than one bid shall cause all bids with the bidder’s participation to be disqualified.

12. Withdrawals of Proposals

12.1 The bidder may withdraw its Proposal after the Proposal’s submission, provided that written notice of the withdrawal is received by the Secretariat prior to the deadline prescribed for submission of Proposals. 12.2 The bidder’s withdrawal notice shall be sent to the email address [email protected]. 12.3 No Proposal may be modified subsequent to the deadline for submission of proposals. 12.4 No Proposal may be withdrawn after the deadline for submission of proposals.

13. Validity of Proposals

13.1 Bidders shall be bound by their bids for a period of 120 days from the deadline for submission of proposals. 13.2 The successful bidder will be bound by his tender for a further period of 60 days following receipt of the notification that he has been selected to enable SPC to complete

Page 10: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

10

the procurement process and obtain all the necessary approvals so that the contract can be awarded within that period.

14. Modifications to Proposals

14.1 Any additional information, clarification, correction of errors or modifications of bidding documents will be distributed to all the bidders prior to the deadline for receipt to enable bidders to take appropriate actions. 14.2 Bidders will also be informed of the right to modify and make corrections to proposals, provided that any such modifications or corrections are received by SPC in writing prior to the time specified for submission of proposals. The original proposal thus modified or corrected would then be considered as the official bid.

15. Opening and Evaluation of Proposals

15.1 The Proposals will be opened in the presence of the Evaluation Committee after the closing of the RFP. 15.2 To assist in the examination, evaluation and comparison of Proposals, SPC may at its discretion, ask the bidder for clarification of its Proposal. The request for clarification and the response shall be in writing and no change in price or substance of the Proposal shall be sought, offered or permitted. 15.3 The Evaluation Committee will carry out a preliminary examination of the Proposals to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly signed, and whether the Proposals are generally in order. 15.4 Arithmetical errors will be rectified on the following basis:

i. The total proposal price may be accepted as the agreed sum without any corrections or adjustments described in these sub-paragraphs.

ii. Any discrepancy between the amounts in figures and in words, the amount in words will prevail.

iii. Any discrepancy between the total proposed amount and the equivalent sum computed on the basis of the Bill of Quantities or other Schedules, SPC may make corrections and/or adjustments (applying the principles described in these sub-paragraphs) and give notice to the bidder, specifying each error, correction and adjustment. If the bidder does not accept these notified corrections and adjustments, its proposal may be rejected.

Page 11: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

11

iv. If there is a discrepancy between a stated amount and the amount calculated by multiplying the stated unit rate by the quantity then:

a. If the discrepancy is substantial and the rate seems to have been stated in error (inconsistent with the tenderer’s likely intentions), the stated unit rate shall be amended and the stated amount will be binding.

b. If the discrepancy is substantial and it is reasonable to assume that the stated rate is consistent with the tenderer’s intentions, the stated unit rate will be binding and the stated amount shall be amended, and

c. If the discrepancy is not substantial, the stated unit rate will be binding and the stated amount shall be amended by the Evaluation Committee.

15.5 SPC will give notice to the bidder, specifying each error, correction and adjustment. If the bidder does not accept these notified corrections and adjustments, it may withdraw its proposal. 15.6 A two-stage procedure will be utilised in evaluating the proposals, with evaluation of the technical proposal being completed prior to any financial proposal being opened and compared. The competencies, which will be evaluated, are detailed in the Scope of Works and Technical Specifications and Standards. The table also reflects the obtainable score specified for each evaluation criterion, which indicates the relative significance or weight of the item in the overall evaluation process.

15.7. The technical component, which has a total possible value of 700 points, will be evaluated using the following criteria:

Criteria for Technical

evaluation Weighting Points

1. Relevant experience of company from previous similar works

10% 70

2. Methodology 10% 70 3. Resources : a. Materials & Contractors’

Equipment - Adequacy of appropriate machines and equipment

10% 70

b. Key Personnel - Relevant experience of key personnel such as Supervisor from previous similar works

30% 210

c. Local Capacity - Utilisation of local labour and sub-contractors

30% 210

Page 12: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

12

Total Scores 100% 700 Minimum score to qualify to Stage

2 of the evaluation process 70% 490

15.8. The financial proposal will be opened only for bidders that passed the minimum technical score of 490 (70%). 15.9. Financial proposals of technically responsive proposals will be reviewed. Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit price and the total price, the lower price shall prevail and the higher price shall be corrected. If the Bidder does not accept the correction of errors, its Proposal will be rejected. If there is a discrepancy between words and figures the amount in words will prevail. 15.10. The financial component of the proposal will be scored on the basis of overall costs for the delivery of the works. The lowest financial proposal will be awarded maximum 300 points (30%). The formula used for scoring points for financial values proposed will be:

[Total financial component score] x [Lowest price] / [Price under consideration] = Scores for financial proposal being evaluated

16. Award of Contract

16.1. The award of the contract will be made to the proposal which is considered to be most responsive to SPC’s technical specifications of rehabilitation of the Cane Access Roads for the Drasa Cane Sector – Package 4 as detailed in the Scope of Works and Technical Specifications and Standards with due consideration to SPC Procurement and Supply Chain Management Guidelines which includes the general principal of best value for money, economy and efficiency. SPC is not in any way obliged to select the firm/institution offering the lowest price.

16.2. SPC reserves the right to accept or reject any Proposal, and to annul the solicitation process and reject all Proposals at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or any obligation to inform the affected Bidder or Bidders of the grounds for SPC’s action.

16.3. SPC reserves the right to enter into negotiation with respect to one or more proposals prior to the award of a contract, split an award/awards and to consider localized award/awards between any proposers in any combination, as it may deem appropriate without prior written acceptance of the proposers.

16.4. Within 15 days of receipt of the contract the successful bidder shall sign and date the contract and return it SPC.

17. Indicative Payment Schedule

Page 13: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

13

17.1 Payments will be based on a measure-value contract whereby payments are done in accordance to work performed and to verified Bill of Claims.

Page 14: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

14

ANNEX II SCOPE OF WORKS AND TECHNICAL SPECIFICATIONS AND STA NDARDS

Request for Proposal (RFP) no: 16/121 Drasa Sector Cane Access Roads Rehabilitation Phase II – Package 4

1. INTRODUCTION & BACKGROUND The Secretariat of the Pacific Community (SPC) is undertaking a Rural Access Roads and Associated Infrastructure project (RARAI Project) in the Sugar belt region. This project funded by the European Union under the Annual Action Programme 2013 of the Accompanying Measures for Sugar Protocol Countries, which includes Fiji.

The overall objective of this project is to mitigate the economic and social impacts of the sugar restructuring programme by supporting and promoting income generating activities for the most vulnerable population in the sugar region.

The RARAI project aims to reduce the social, economic and environmental vulnerability of farmers and mill workers affected by the sugar reforms by improving the condition of cane access roads and associated infrastructure.

The expected key results of the RARAI project are: (i) improved watershed management in specific sugar-cane sectors through rehabilitation and maintenance of cane access roads, including associated rural infrastructure; (ii) increased community/household income through inclusion in the rehabilitation and maintenance of cane access roads, including associated rural infrastructure; and (iii) establishment of a road maintenance systems.

The targeted areas under this project are 3 cane sectors – Malolo, Koronubu and Drasa.

The road rehabilitation works for these 3 sectors will be split into packages.

This RFP is calling for a proposal for the rehabilitation of the Drasa Sector Cane Access Roads. – Package 4, which covers 13.65 kilometres and consist of 16 roads. The names of the 16 roads are as follows: Tucu Nacilau Beach, Tuvu Road No. 1, Tuvu Road No. 2, Tavarao Johnson, Seru Lagi Lagi, Ram Chandar Mdr, Madhwan Store, Tavarao Cemetery, Subarmani Narayan, Gangaiya, Tavarao Loop, Tavarao/Johnson No. 1, Seru Lagi Lagi No. 1, Gangaiya No. 1, Tavarao/Johnson No. 2 and Gangaiya No. 2.

SCOPE OF WORK - SPECIFICATION

a. General

2.1.1 Scope of Work

The Drasa Sector Cane Access Roads Rehabilitation Package 4 works includes the following:

Page 15: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

15

• Earthworks � Clear and Grub of existing surfaces � Cut and fill � Cut to Waste

• Drainage (Side Drains) � Drainage associated with Road construction e.g. Side drains or blade drains and water

run-off on roadsides to ensure proper drainage. • Structural Repairs

� Parts of Roads that have been badly damaged will undergo Structural Repair. • Pavement (Road Formation)

� Grade and Shape of existing Road Base � Construction of running course � Re-sheeting / Re-Gravelling � Shaping and Compacting

• Culvert Crossing

� Relaying of Existing Culverts � Replacing Existing Damaged Culverts � Placing Proposed New Culvert Crossing � Construction of Headwalls for all Culvert works above

Note: All of the Works mentioned above are to achieve standards of design requirements.

2.1.2 Location and Extent of Works

The contract works are located on Cane Access Roads on Drasa Cane Sector in Lautoka in the Ba province of Viti Levu.

Page 16: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

16

Actual start and end of the site will be confirmed on site by the Roads Engineer contracted by SPC.

2.1.3 Standards and Specifications

The works including the materials and workmanship shall comply with the FRA (formerly PWD) Standard Specifications for Road works and Bridge Works unless amended within this specification (note that references in this specification state ‘PWD’ not ‘FRA’).

FSC NO. ROAD NAMEROAD LENGTH

(Km)

50 Tuvu-Nacilau Beach 2

51 Tuvu Road No 1 1

52 Tuvu Toad No 2 0.9

54 Tavarao/Johnson 2

55 Seru Lagi Lagi 1

56 Ram Chandar Mdr 0.6

57 Madhwan Store 1.5

58 Tavarao Cemetery 1.2

59 Subarmani Narayan 0.7

60 Gangaiya 1.2

62 Tavarao Loop 0.3

254 Tavarao /Johnson No 1 0.32

255 Seru Lagi Lagi No 1 0.07

260 Gangaiya No 1 0.35

354 Tavarao/Johnson No 2 0.15

360 Gangaiya No 2 0.36

TOTAL 13.65

Page 17: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

17

2.1.4 Stockpiles and Disposal Areas

All excavated waste material shall be removed from the work site and legally disposed of on the day of excavation. Stockpiling or dumping of excavated material within the road reserve is not acceptable without prior approval of the Engineer. Stockpile locations for pavement aggregate within road reserves shall be approved with the Engineer prior to use.

2.1.5 Land Entry Agreement

The Contractor, under the supervision of the Engineer shall be responsible for arranging land entry agreements to fulfil the Contractual requirements and must comply with all the conditions of access on to the land.

2.1.6 Publicity and Public Relations

Best possible public relations are to be maintained at work sites where the general public or any individuals are affected prior to, during, and after works are completed. The Contractor’s staff shall be courteous to the public at all times, and shall not offer an opinion to any member of the public on work being carried out. No public communication or announcement at any time to any third party, including any section of the media, about the Contract or the project shall be made by the Contractor without gaining written approval from the Employer beforehand. All reasonable steps shall be taken to ensure that all affected property owners and occupiers, public transport operators, and any other identifiable groups or individuals are notified of the effect that the Works will have on them, the proposed timeframe and the contact person and day and night telephone number(s), should they have any problems. This notification shall be carried out a minimum of two days prior to the relevant work commencing. The Contractor is to supply a draft letter to the Engineer for approval. The letter must include: Explanation of work. Date of disruption. Contract number. Contractor’s name. Information pertaining to site specific controls. Access restrictions.

2.1.7 Environmental Management

The Contractor shall comply with the Environmental Management Laws of Fiji. Prior to the commencement of works an Environmental Management and Monitoring Plan (EMMP) shall be prepared and submitted to the Engineer for review. The Plan shall be finalised to incorporate any changes required by the Engineer and complied with for the duration of the Contract.

Page 18: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

18

All works are to be programmed, constructed and maintained so as to minimise the impacts on the surrounding environment. The EMMP shall as a minimum address: Stockpiles and disposal Dust Control; Drainage and water crossings Sediment and Storm water Control; Spill response and contamination; Before beginning works on any site, the Contractor shall ensure that the appropriate environmental safety measures are constructed and operational. Further, the Contractor shall have in place all contingency and emergency plans and procedures before starting work. All incidents with possible significant environmental affects or outcomes shall be reported immediately to the Engineer.

2.1.8 Health and Safety at Work Act

The Contractor’s responsibilities under this clause shall include but not limited to its obligations under the Health and Safety at Work Act 1996 (HSWA).

a) Health and Safety Plan Pursuant to the HSWA and in accordance with the Specification, the Contractor shall establish and maintain a Health and Safety Management Plan appropriate to the works. The plan shall take cognisance of any hazards identified by the Contractor and shall be submitted to the Engineer within twenty one (21) days of the Letter of Acceptance. The Contractor shall take all necessary precautions for the safety of the public, traffic and workers employed on or near the works and shall comply in all respects with the HSWA including the latest revisions and amendments. The Contractor’s health and safety plan shall include but is not limited to:

a. Contractor’s safety policy. b. Contractor’s safety training procedures. c. Site safety management organisation. d. Site safety personnel. e. Schedule of known Hazards on Site. f. Procedure for identifying and assessing hazards. g. Procedure for recording of accidents. h. Procedure for dealing with emergencies that may arise while employees are at work. i. Procedure for the evacuation of injured persons to an appropriate medical facility. j. Procedure for evacuation of the Site. k. Procedure for monitoring health and safety performance. l. Procedure for monitoring the health of employees where they are exposed to hazards. m. A copy of the Health and Safety Plan shall be maintained on site at all times, updated

as necessary and made available to the Engineer upon request.

Page 19: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

19

b) Induction and Training It is the Contractor’s responsibility to ensure that all personnel and visitors to the site are familiar with the requirements of the Health and Safety Plan. The Contractor shall provide, maintain and enforce the appropriate use of compliant personal protective clothing and other safety equipment, for all personnel and visitors. Meeting these requirements shall not relieve the Contractor of any of its responsibilities to comply with the conditions of Contract or the Health and Safety at Work Act 1996.

2.1.9 Construction Programme

The Contractor shall submit a detailed programme to the Engineer within fourteen (14) days from the date of the Letter of Acceptance. The programme shall clearly demonstrate the Contractor’s ability to undertake the works as per the Contract requirements together with the Due Completion Dates. The programme shall show the critical path and baseline details. The programme shall be in a detailed bar chart divided into weeks. It shall indicate clearly which parts of the works are to be under construction at any given time and the total planned duration of each part. The total planned duration shall be inclusive of all reinstatement.

2.1.10 Contract Meetings

Regular meetings shall be held to discuss matters including progress measured against the approved programme, claims, quality compliance, variations and any other matter of concern. The meetings shall be held at either the work site or at the Engineers Office as agreed by both parties. A detailed record of these meetings shall be prepared by the Contractor and circulated to attendees within 48 hours of the meeting.

2.1.11 Quality Plan

A Contract Quality Plan (CQP) shall be prepared and submitted by the Contractor for the Engineers approval prior to commencement of work and shall demonstrate the Contractors ability to meet all Contractual technical and testing requirements using suitable work practices, in association with providing adequate quality, health and safety and environmental systems. The Engineer shall review the CQP and provide feedback to the Contractor sufficient to allow finalisation and formal approval of the CQP. The CQP shall include as a minimum the following:

a) Contractor’s Key Personnel and Responsibilities

b) Material Sources

c) Hold Points - Points beyond which work shall not proceed until the Contractor can demonstrate that all work up to that point meets the requirements of the contract. This will demonstrate that the Contractor fully understands the methodology for completing the works.

d) Schedule of Tests/Checks – a schedule of all testing/checking to be undertaken to verify the quality of Plant, materials and workmanship.

Page 20: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

20

2.1.12 Traffic Management

The PWD Interim Manual for Signage and Pavement Marking, Section E, Road works Signage and Management shall apply subject to the following changes:

a) Replace all references to Department or PWD in the Manual with ‘Contractor’ b) The Contractor shall organise and carry out works in such a manner as to eliminate or at least

minimise inconvenience or delay to road users while still providing safe conditions for both workers and the public.

c) The Contractor shall take full responsibility for all actions taken by subcontractors engaged under this Contract including utility authorities.

d) Sufficient restrictions and signs shall be used without being over restrictive. Warning signs and traffic control equipment shall be clearly visible to the road users.

e) Equipment shall comply with Section B Equipment of the New Zealand Transport Agency Code of Practice for Temporary Traffic management, Third Edition: March 2006 Update.

A formal Traffic Management Plan (TMP) shall be prepared and submitted by the Contractor to the Engineer prior to commencement of work and shall demonstrate the Contractors ability to manage the traffic such that the site(s) is/are safe at all times and disruption to traffic flow is kept to a minimum. The Engineer shall review the TMP and provide feedback to the Contractor sufficient to allow finalisation and formal approval of the TMP. The TMP shall:- (a) Be consistent with the general specifications and shall include diagrams or layouts of signs and

delineation devices proposed for all the situations that may be encountered (b) include a layout diagram of the work site (c) include temporary speed restrictions which must be authorised in writing by the Engineer prior to

commence of the works. Temporary speed limits shall be the maximum that is consistent with the safety of the work, workers and road users. Unnecessarily low temporary speed restrictions shall not be used.

(d) be kept on site and made available for inspection when requested by the Engineer In general the following shall apply in regards to traffic management:-

(i) The Contractor shall monitor the sign layout regularly and if necessary vary it to ensure that it meets the requirements of this specification.

(ii) Signs, barriers and safety delineation equipment that is no longer required shall be removed or covered immediately.

(iii) Without causing damage, the Contractor shall cover conflicting permanent signs until work is completed or there is no conflict with work site signs.

2.1.13 Condition of Road Surface

The Contractor shall carry out construction in a manner that protects the Works and permits the safe and convenient passage of traffic through the site(s) with a minimum of delay. The road length shall be maintained firm, relatively smooth and readily negotiable to all traffic under all weather conditions. The Contractor shall leave the work site in a safe and trafficable condition at the end of each day’s work such that:

a) No temporary speed restriction is required or

Page 21: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

21

b) Appropriate traffic control measures are in place to ensure safe use of the road while the site is unattended.

2.1.14 Survey and Setting Out

It shall be the Contractor’s responsibility to set out the works based upon the information supplied. The Engineer shall be given the opportunity to review the setting out prior to construction commencing. It is expected that lift pegs shall be installed and used in order to ensure adequate width, shape and depth of pavement construction is achieved. Checks of lift pegs will be undertaken and measurement of quantities shall be assessed based on these checks.

2.1.15 Services Identification and Relocation

The Contractor is responsible for locating all services prior to construction. The Contractor shall physically locate all underground services before commencing with any excavation. The Contractor shall expose all existing underground services, public and private as required. If failure to explore ahead necessitates altering work already done, then the cost of altering shall be borne by the Contractor. Where existing services are damaged by trenching work, the Contractor shall immediately advise the Engineer and shall arrange for the service to be repaired by the appropriate Authority. In consultation with the service provider and the Engineer, those services requiring to be relocated shall be identified and the extent and cost of relocation agreed prior to construction.

2.1.16 Progress Reporting

Monthly progress reports shall be prepared by the Contractor and submitted to the Engineer, using the template included in Appendix 3. The monthly reports shall be submitted for each completed or partially completed month. Reporting shall continue until the Contractor has completed all work known to be outstanding at the date stated in the Taking-Over Certificate of the Works or Section.

2.1.17 Claims for Payment

Claims for payment must be presented in the format of the Bill of Quantities. The following columns must be included.

Item Description Unit Original Schedule Qty

Rate Quantity Amount

Claimed this Month

Total to Date

Claimed this Month

Total to Date

To enable accurate and timely cash flow reporting to the Client, claims should be submitted by the 5th of each month.

Page 22: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

22

2.2 Drainage

2.2.1 Clean Existing Water Channels

The Contractor shall clean existing water channels by removing all vegetation and detritus from the edge of pavement to back of water channel. The Engineer is to be informed when the first 200m section of clearing has been completed at each site. He shall then review and agree if the work is of an acceptable standard prior to work continuing. Sufficient cut out drains are to be provided where appropriate. Cut outs should be a minimum of 2m wide. Upon completion of drainage works, water channels should be evenly graded to discharge to outlets (Culverts and cut-off drains), without water ponding in channels. It is anticipated that all excavated and trimmed materials can be spread and disposed of on site.

2.2.2 Construct New Water Channel

New water channels are to be constructed as per the typical drawing in Appendix 2 Care shall be taken to ensure the depth and position of the new water channel is relative to the cross fall on the subgrade of the road. The Engineer is to be informed when the first 200m section of new water channel has been completed at each site. He shall then review and agree if the work is of an acceptable standard prior to work continuing. Sufficient cut out drains are to be provided where appropriate. Cut outs should be a minimum of 2m wide. Upon completion of drainage works, water channels should be evenly graded to discharge to outlets (Culverts and cut-off drains), without water ponding in channels. All excavated and trimmed materials shall be removed to a legal disposal area off the site(s). No spreading of excavated material within the road reserve is permitted without the written approval of the Engineer.

2.2.3 Cut to Waste

Cut to waste relates to bulk earthworks for realignment of the existing road or roadside embankments and not to removal of material from water channels or structural repairs. The extent of cut to waste shall be agreed and marked on site with the Engineer prior to any work commencing. The area of the work shall be cleared of all obstructions except those specifically required to remain. Clearing shall include complete removal of unwanted material from the site including but not limited to loose material, structures, foundations, logs, scrub, grass, roots and other vegetation, paving materials, fences and garbage.

Page 23: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

23

No tree shall be cut down until the Engineer has given written authorisation for such work to commence. Individual trees indicated and marked by the Engineer as ‘trees to be preserved’ shall be left standing and uninjured. Excavations shall be constructed to the shapes, lines, dimensions and other requirements as instructed by the Engineer. Excavation shall be carried out in a manner to produce neat cut faces and all excavation shall be done in a manner which ensures the cut surfaces will be adequately drained at all times. Where unsuitable material or potentially unsuitable material is encountered on the site, the Contractor shall, before proceeding to remove or cover such material, notify the Engineer. Within Forty eight (48) hours the Engineer will advise the Contractor of the required treatment, if any, and the extent of such treatment. Unless otherwise specified, all material cleared shall become the property of the Contractor, and shall be removed from the site and disposed of in a safe and legal manner and so as not to inconvenience the owners of adjoining property. The Contractor shall pay any disposal fees incurred. Trees and material from structures shall be removed from the site of the works unless specifically instructed otherwise by the Engineer. Material obtained from clearing and grubbing and from the demolition of any structures that is not to be reused shall be disposed of. The Contractor shall make his own arrangements for dumping the material at an approved location outside the site of the works.

2.2.4 Cut to fill

The placement and compaction of all filling shall be in accordance with Clause 10 to NZTA F/1 except where stated in this specification. No fill material shall be placed until the Engineer has inspected and approved the surface preparation of that part of the site. Fill shall be constructed in shapes, levels, dimensions or any other requirements as instructed by the Engineer. Fill shall be placed in a methodical manner so that uniform compacted densities are achieved. Layers shall be near horizontal and of uniform thickness. The loose uncompact thickness of each fill layer shall be limited to 250mm unless specified otherwise and or the Contractor can demonstrate that the specified compaction is achieved for the full depth of the subject filling. Any lumps or rocks exceeding 100mm in greatest dimension shall be either broken down to less than 100mm or removed or used as may be directed by the Engineer. The Contractor shall use suitable materials won from cut areas within the sites. In the event that material imported from off the site is used, the Contractor shall obtain the required permissions and permits, and pay all royalties and charges required in connection with its use. Properties of fill material to be used in the engineered fill shall have the minimum values of Cohesion C 1KPa Internal angle of friction Phi = 24 degrees

Page 24: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

24

Density 1.6 t/m3

2.2.5 Culvert Extension, Relaying and Replacement

All new culverts are to be rubber ring jointed (RRJ). All RRJ culverts laid by the Contractor shall be constructed in accordance with the PWD 501, the manufacturer’s instructions and good trade practice. Culvert extension shall be carried out in such a manner that the finished joints are watertight and present a smooth invert surface. Where trenches are required, the contractor shall excavate in such a manner as will ensure that the pipes will be laid at true depths and grades as approved by the Engineer. In some cases, removal of an existing culvert will be required before constructing a new one.

2.2.6 Rock and Mortar Headwalls

The Contractor shall supply and construct new rock and mortar headwalls in accordance with section 606 Beaching Type 2: Grouted Rock Beaching of the Standard Specification for Roadwork and the typical detail in Appendix 2. The mortar shall be mixed either by hand or in an approved mechanical mixer, as required. Any mortar which is not used within 30 minutes of mixing shall be discarded.

2.2.7 Subsoil Drains

Subsoil drains shall generally be constructed in accordance with section 502 Subsurface Drainage of the Standard Specification for Roadwork. Pipes shall be 110mm dia. high strength perforated plastic, surrounded on all sides by a filter material and the filter material shall be wrapped with bidum A29 filter cloth or equivalent geotextile with 500mm lap at all joints. The depth of the subsoil shall be agreed and confirmed with the Engineer on site but shall generally be 500mm below road subgrade level.

2.2.8 Rock Fill Lining of Water Channels

Rock lining shall generally be in accordance with section 606 Beaching Type 1 of the Standard Specification for Roadwork. The size of the rock shall be between 100mm and 250mm ALD and it shall be placed in the water channel in a careful manner so has not to change the profile of the channel. The rock shall be laid to a minimum of 250mm below the finished road surface level and shaped to match the profile of the water channel, or as directed by the Engineer on site.

2.3 Structural Repairs

Page 25: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

25

Where the existing road surface is soft (visible movement of the pavement under normal traffic loading), or as directed by the Engineer, the area shall be dugout to a maximum depth of 300mm, have geotextile placed (Bidim A19 or equivalent) in the base, and backfilled with complying pavement aggregate. Geotextile shall be applied to the trimmed and shaped subgrade with appropriate overlapping and ensuring the geotextile extends to the edge of the side drain. Prior to application of the geotextile, the subgrade shall be trimmed to the design cross fall for the section of road (5 - 8% for normal camber). The depth of structural fill required may be varied by the Engineer in respect to the measured subgrade CBR. In no case shall the base of excavation be lower than the side water channels. All dig outs are to be inspected by the Engineer prior to backfilling. The repair shall have design cross fall and be trimmed such that it does not allow water to pond on the surface. The completed repair shall be dense and stable and not move under the action of traffic.

2.4 Grade and Shape Existing Subgrade

Prior to new pavement or running course material being laid, the existing surface must be shaped and compacted, to the width defined in the typical cross section in Appendix 2 (carriageway width plus feather edge), to remove all corrugations and other defects and provide a cross fall of 5-8%. The Contractor shall notify the Engineer a minimum of 48 hours prior to pavement or running course construction to inspect the surface. Proof rolling of the existing surface may be necessary to confirm its suitability. In addition, Scala penetrometer tests are to be undertaken at 50m intervals, or as otherwise directed by the Engineer, to determine existing CBR. From this, the actual depth of pavement or running course aggregate to be constructed shall be determined and confirmed in writing by the Engineer.

Page 26: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

26

2.5 Pavement and Running Course Construction

Page 27: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

27

Page 28: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

28

2.5.2 Construction of Pavement

Placement and grading of pavement aggregate shall be completed in such a way so as to minimise the loss of fines through and accumulation of larger sized aggregate only in the shoulders through excessive grading and manipulation of the material. Stockpiles shall also be managed so as to mitigate excessive segregation of the aggregates. Compaction of pavement aggregate is to be undertaken in lifts not exceeding 200mm loose. Pavement aggregate is to be well compacted so that it does not move or deform under normal traffic loading. Proof rolling of the complete pavement shall be carried out to confirm adequate compaction has been completed. An initial 400m trial section is to be completed to confirm the suitability of the material and compacting techniques to achieve the required well compacted finish. No further work shall be carried out until the initial 400m section has been checked and approved in writing by the Engineer.

2.5.3 Construction of Running Course

Running course is not to be applied until written approval from the Engineer is received. The finished surface shall be dense, smooth and shall not weave or creep under traffic and shall retain its shape and gradient. Proof rolling of the existing surface may be necessary to confirm its suitability. Aggregate shall be placed from the point closest to the aggregate source to maximise truck compaction during placement unless otherwise approved by the Engineer. Running course shall be carted, spread and trimmed to provide the required compacted depth, true to grade and cross fall without segregating.

2.6 Signage

2.6.1 Culvert Marker Posts

No culvert marker posts will be required for this project.

2.7 Fencing

Any existing fences that are required to be removed and replaced shall be completely removed and disposed of off-site. The new fence shall detail shall match that of the existing. The position and alignment of any new fences shall be agreed on site with the Engineer prior to installation.

Page 29: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

29

Site Locations 1.1 Location Plan

Topographical

1.2 Proposed New Cross Culverts (RRJ) and Headwall Locations

Engineer to confirm on site extent of work, exact l ocation, length, lines and level prior to commencement of works. 1.3 Proposed Works on Existing Culverts:

1.4 Pavement and Running Course

Carriageway width – 4m (except for widening for corners, where width to be 7m) or otherwise to be confirmed by Engineer.

Running Course – 80mm thickness AP20

Pavement – 150mm thick, AP 75 based on CBR 7. Engineer to determine final thickness for CBR less than 7.

1.5 Earthworks.

Page 30: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

30

Earthworks required for flattening of existing slopes, clearing existing slips and road widening at curves to improve site distance both at horizontal and vertical curves and also, to allow two vehicles to pass. Sections identified where earthworks is required as follows:

RPs. 0.86 to 1.0, 4.55, 8.1 and other existing cut sections between RP 3.5 to 8.5 where existing slopes requires flattening.Extend of work to be confirmed by Engineer on site

Page 31: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

31

Typical Drawings

Page 32: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

32

Page 33: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

33

ANNEX III PROPOSAL SUBMISSION FORM

Request for Proposal (RFP) no: 16/121 Drasa Sector Cane Access Roads Rehabilitation Phase II Package 4

RFP 16/121– Drasa Sector Cane Access Roads Rehabilitation Pacific Community (SPC) Procurement Unit Private Mail Bag Suva – FIJI Email: [email protected] Dear Procurement, Having examined the Solicitation Documents for the Drasa Sector Cane Access Roads Rehabilitation – Package 4, the receipt of which is hereby duly acknowledged, we the undersigned, offer to execute and complete the works within the time for completion and remedy any defects therein in conformity with the Request for Proposal and the Conditions therein for the Proposal Price taken from the completed Bill of Quantities, namely F$________________ (in words, __________________ ). . We acknowledge that: � SPC may exercise any of its rights set out in the Request for Proposal documents, at any time; � The statements, opinions, projections, forecasts or other information contained in the Request for

Proposal documents may change; � The Request for Proposal documents are a summary only of SPC’s requirements and is not intended to

be a comprehensive description of them; � Neither the lodgment of the Request for Proposal documents nor the acceptance of any tender nor any

agreement made subsequent to the Request for Proposal documents will imply any representation from or on behalf of SPC that there has been no material change since the date of the Request for Proposal documents, or since the date as at which any information contained in the Request for Proposal documents is stated to be applicable;

� Excepted as required by law and only to the extent so required, neither SPC, nor its respective officers, employees, advisers or agents will in any way be liable to any person or body for any loss, damage, cost or expense of any nature arising in any way out of or in connection with any representations, opinions, projections, forecasts or other statements, actual or implied, contained in or omitted from the Request for Proposal documents.

We undertake, if our proposal is accepted, to commence and complete the full scope within the time frame stipulated. We understand that you are not bound to accept any proposal you may receive and that a binding contract would result only after final negotiations are concluded on the basis of the Technical and Price Components proposed. Date this __________ day of ________, 2017

Firm /Institution:

____________________________________

Representative:

Signature of Witness: ____________________

Address of Witness: ______________________

Page 34: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

34

____________________________________

Position of Representative: _____________

Signature of Representative: _______________

Page 35: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

35

Annex IV TECHNICAL PROPOSAL SUBMISSION FORM

Request for Proposal (RFP) no: 16/121 Drasa Sector Cane Access Roads Rehabilitation Phase II- Package 4

PART A : RELEVANT EXPERIENCE PART A1 – Firm /Institution Background

Registered Name:

Year Established:

Physical Address:

Postal Address:

Telephone Contact:

Fax Number:

Email:

Contact Person:

Position of Contact Person:

Number of Employees:

Having sound Financial Statement (Audited) over the last five (5) years

PART A2 – Work Experience

(6 pages maximum, 2 per project)

Using the format below, bidders shall provide1 details of three projects that demonstrate their experience in completing the following type of work:-

• Drainage and minor earthworks on unsealed roads • Unsealed road pavement construction • Drainage structures

Detailed evidence of the proposed subcontractors’ relevant experience must also be submitted.

The projects cited must have been completed or substantially completed within the last 5 years and be of a similar nature to this contract.

1 Bidders who fail to provide the details required above, or whose experience is considered by the SPC to be

below the standard required for a contract of this nature, may be deemed non-conforming.

Page 36: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

36

Bidder’s Experience

Relevant Experience - Project One2,5

Project Title:

Previous Client Name:

Project Location: Project Dates:

[Start Date and Contract Duration]

Contract Value: [Fiji dollar equivalent] Tenderer’s Role:

[e.g. Main Contractor, Subcontractor, Joint Venture]

Project Description:

Length of Unsealed Pavement construction:

Quantity/type of drainage completed (e.g. water channels, culverts, headwalls):

Previous Client contact name and phone number:3

Names of Key Delivery Team Members and Roles:

Names and roles of bidders’ subcontractors:

PART A3 – Track Record

(3 pages maximum, 1 per project)

Using the format below, bidders shall provide4 details of three projects that demonstrate their track record in completing works similar to the Contract Works.

The projects cited must have been completed within the last 5 years, be of a similar nature to this contract and one of the projects must be of at least 25% of the value of the price proposed for this contract.

The areas on which referees will be asked to comment may include:

2 Add extra pages in the same format for each reference project, up to the number specified. 3 Previous Clients or others may be contacted by SPC to verify the information provided. 4 Bidders who fail to provide the details required above, or whose track record is considered by SPC to be

below the standard required for a contract of this nature, may be deemed non-conforming.

Page 37: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

37

• Quality of the work, • Programme achieved versus planned, • Management style, claims culture, • Clarity of documentation submitted, • Health, safety and environmental management, • Coordination and communication skills (internally and externally), • Effectiveness of quality assurance systems.

Page 38: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

38

Bidder’s Track Record

Track Record - Project One5

Project Title:

Previous Client Name:

Project Location: Project Dates:

[Start Date and Contract Duration]

Contract Value: [Fiji dollar equivalent] Tenderer’s Role:

[e.g. Main Contractor, Subcontractor, Joint Venture]

Project Description and key points on Contractors performance:

Client Reference contact name and phone number:6

Was the project complete prior to the contract completion date including any extensions of time (if not state reasons why).

Was project delivered to the required quality standards and was any rework required

Was project completed within the required budget and/or what were reasons for any cost overruns

5 Add extra pages in the same format for each reference project, up to the number specified. 6 Previous Clients or others may be contacted by the SPC to verify the information provided.

Page 39: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

39

PART B – METHODOLOGY

(3 pages maximum)

A bidder is expected to demonstrate their understanding of the project and the SPC’s needs, and the means and methods by which the desired results can be achieved in a practicable and efficient manner.

By answering the questions below, bidders shall describe the methods they will use to carry out the Contract Works on time and to the standards and requirements specified in the Contract7.

Methodology

1. Describe the key risks you have identified with this project and state how these will be managed?

2. Detail your proposed methodology for the drainage and pavement construction work including any key hold points.

3. What quality assurance procedures in terms of material quality, pavement depth and width, adequacy of compaction, etc. will you utilise on this contract?

4. What Environmental considerations and mitigation measures do you envisage are required to complete this project?

5. Provide a preliminary construction programme demonstrating how you will complete the works within the contract timeframes (the construction programme may be appended and will not be counted in the page allowance).

7 Methodologies which fail to satisfy SPC of the soundness of the tenderer’s approach to the Works may be

deemed non-conforming.

Page 40: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

40

PART C – RESOURCES Part C.1 - Materials and Contractor’s Equipment (2 pages maximum) Using the format below, bidders shall submit details of materials and the availability, brand, age and condition of Contractor’s Equipment that will be used in the execution of the Works8. Tenderers must demonstrate that they own or have the ability to hire the specific plant listed below.

Part C.1 Materials and Contractor’s Equipment9 (to be used on this Contract)

Tick One

1. Contractor’s Equipment [list] Already Owned

Will be Purchased

Will be Hired

Grader(s)

Rollers(s)

Watercart(s)

Trucks

Excavator(s)

8 Bidders, whose resources of equipment and materials proposed for the Contract are not considered both

sufficient for the Works and plausibly procurable, may be deemed non-conforming. 9 Bidders must list all items of Contractor’s Equipment to be used on this contract and ensure all items

nominated in the proposal comply with any requirements stated in the Specification. All items of Contractor’s Equipment nominated herein must be available for viewing during the tender evaluation process. Tenderers that do not comply with this requirement may be deemed non-conforming.

Page 41: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

41

2. Sources of Materials, including aggregate suppliers [list]

List here proposed sources of gravel and details on how and when a gravel extraction licence will be obtained.

Part C.2 - Key Personnel (2 pages maximum) Using the table below, for each key role listed, bidders shall describe their proposed team members (one page per role). The CVs for key personnel must also be provided

It is acceptable for roles requiring partial commitment to be undertaken by the same person, provided they have the appropriate skills10 11 12 13.

List of Key Roles for this Contract:

• Contract Manager/Contractor’s Representative • Site based Construction Supervisor/Construction Manager.

Part C.2 : Key Personnel [expand space below, to a maximum 1 page per role]

Role 1: [state role]

Person’s Name:

Current Commitments:

10 Bidders whose resources of key personnel proposed for the Contract are not considered both sufficient for

the Works and plausibly procurable, may be deemed non-conforming. 11 Where a key role(s) will be performed by a subcontractor, this should be clearly stated and the same

information provided. 12 The successful bidder must provide the team members proposed in its proposal, or others of equivalent

calibre, for the performance of the specified roles. Failure to do so will be regarded as a Contractor default. 13 Previous Clients may be contacted by the SPC to comment on the team member’s previous performance.

Bidders will be deemed to have checked that the previous client contact details are valid and that the previous client and employee are willing for the information to be provided.

Page 42: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

42

Fluency in English

Spoken:

Written:

Commitment to proposed Contract

% of time:

Total Hours:

Relevant Experience and Skills brought to this project:

Relevant Qualifications and Training for this project:

Previous Client referee contacts for the person’s most recent project:

Previous Client referee, Name and position: ……………………………………………………………………….

Company: ……………………………………………………………

Contact details (phone): …………………………………………..

Email: ………………………………………………………………..

Page 43: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

43

PART C: LOCAL CAPACITY

Part C.1 : Building Local Capacity

(2 pages maximum).

Using the format below, bidders shall describe their proposals for engagement and development of local (Fijian) professional staff, tradespersons and labourers, residing in the Drasa sector. The residence status of nominated local personnel would be verified through the Drasa Sector office.

This submission must identify the bidder’s commitment to engaging Fiji based personnel and indicate how the bidder intends to further develop the relevant skills and qualifications of local personnel working on the project14.

Bidders must say how they will build better local capability during the term of the Agreement.

Building Local Capacity

1. Local Businesses

[Describe how you will support local businesses through this contract]

2. Professional Staff [Describe ways in which you propose to support and develop local Fijians pursuing construction management roles and/or technical/professional qualifications through this contract]

14 Failure to satisfy SPC that the bidder will take sustainable procurement seriously and provide a meaningful

programme of skills transfer appropriate to the nature and duration of the Works may result in the tender being deemed non-conforming.

Page 44: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

44

3. Trades Staff

[Describe proposed actions to support and develop local Fijians pursuing trade qualifications through this contract]

4. Labourers

[Describe proposed actions to support and develop local Fijian labourers through this contract]

Page 45: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

45

Part C.2 - Subcontractors

Using the table below, bidders shall state details of the subcontractors they propose to use for the Contract15.

Part C.2 : Subcontractors

Subcontractor 1

Name:

Location of sub-contractor:

Proposed Role:

Percentage of Works allocated: ______ %

Subcontractor 2

Name:

Location of sub-contractor:

Proposed Role:

Percentage of Works allocated: ______ %

[add lines if necessary]

Page 46: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

46

Annex V FINANCIAL PROPOSAL SUBMISSION FORM

Request for Proposal (RFP) no: 16/121 Drasa Sector Cane Access Roads Rehabilitation Phase II– Package 4

Schedule of Rates or Prices

Basis of Proposal

The bidder shall provide details of its Proposal Price by completing the Schedule of Rates below. The Proposal Price shall be the bidder’s comprehensive offer of the Contract Price, in consideration of the bidder meeting all obligations, conditions and liabilities under the Contract Agreement and other documents referenced therein, inclusive of the cost of supplying all labour, materials, plant and supervision required to carry out the Contract Works, overheads and profit, subject only to such measurement, evaluation and adjustment as is provided for in the Contract.

Basis of Schedules

Descriptions of various items contained in the Schedule of Rates are not intended to be a complete definition for the scope of the Contract Works, for which reference shall be made to the Specification, Drawings, Basis of Proposal and other Contract documents. The item descriptions in the Schedule of Rates shall be used only for the purposes of calculating progress payments and valuing Variations. Abbreviations used in the Schedule of Rates are as per the following table, or otherwise using International System of Unit (SI units): Abbreviation Description

LS Lump Sum PS Provisional Sum PI Provisional Item day Calendar Day h Hour m2 Square metre m3 Cubic metre (solid measure) meas. Measureable Item

Provisional Items

Provisional Items are items at the SPC’s option and are fixed rates or lump sum prices inclusive of overheads and profit. The inclusion in the Schedule of Rates of a Provisional Item does not confer on the Contractor the right to perform the work to which the item relates. Such items shall be carried out only on the instructions of the Engineer and paid for at the rates or lump sums in the Schedule of Rates.

15 Bidders, whose resources of labour and subcontractors proposed for the Contract are not considered both

sufficient for the Works and plausibly procurable, may be deemed non-conforming.

Page 47: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

47

Provisional Sums

Provisional Sums are amounts of money for work that may or may not be carried out by the Contractor. Such work shall only be performed on the written instruction of the Engineer.

Records of Measurement

Pursuant to Sub-Clause 12.1 [Works to be Measured] of the General Conditions, wherever the Permanent Works are to be measured from records, such records (including cross-sections before and after construction for earthworks), shall be prepared by the Contractor which is to be checked and certified by the Engineer. Typical examples of measurement schedules will be supplied by the Engineer to the Contractor at the first contract meeting.

Units and Pricing

Definitions of units and their abbreviations used in the Schedule of Rates shall be consistent with SI units as defined in NZS 6501. When the price for an item is left blank, the figure 0 (zero) shall be inferred and the cost of the item shall be deemed to be covered elsewhere in the Schedule of Rates.

Basis of Payment

Payments will be based on a measure-value contract whereby payments are done in accordance to work performed and to verified Bill of Claims.

Currency of Payment

All prices in the proposals must be presented in Fiji Dollars (FJD) and should be inclusive of all taxes, duties VAT as applicable.

Bill of Quantities

ROAD NAME: TUVU/NACILAU BEACH ROAD LENGTH: 2 KM

BILL OF QUANTITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

Page 48: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

48

1.2 Traffic Management LS 1

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert

m 21

2.2 Supply and Construct 450mm dia RRJ Culvert

m 0

2.3 Supply and Construct 900mm dia RRJ Culvert

m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert

m

2.5 Supply and Construct 600mm dia Headwall No. 0

2.6 Supply and Construct 450mm dia Headwall No. 6

2.7 Supply and Construct 900mm dia Headwall No. 0

2.8 Supply and Construct 1050mm dia Headwall

No.

2.9 Supply and install 110mm dia Subsoil Drains

m 0

2.10 Rock fill and Lining of Channels m2 0

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2 20

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 4000

3 EARTHWORKS

3.1 Clear and Grub m2 0

3.1 Cut to Waste ( Solid Measure) m3 50

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 1000

Page 49: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

49

5 PAVEMENT

5.1 Grade and Shape existing surface m 2000

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 1200

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 400

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

7 CONTINGENCIES PS 1

TOTAL VIP (1-7 to be transferred to SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 100

8.9 D6 Dozer Hr 100

Page 50: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

50

ROAD NAME: TUVU FEEDER 1 ROAD LENGTH: 1 Km

BILL OF QUANTITIES

ITEM

DESCRIPTION UNIT QUANTITY

RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert

m 6

2.2 Supply and Construct 450mm dia RRJ Culvert

m 0

2.3 Supply and Construct 900mm dia RRJ Culvert

m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert

m

2.5 Supply and Construct 600mm dia Headwall No. 2

2.6 Supply and Construct 450mm dia Headwall No. 0

2.7 Supply and Construct 900mm dia Headwall No. 0

2.8 Supply and Construct 1050mm dia Headwall No.

2.9 Supply and inst all 110mm dia Subsoil Drains

m 0

2.10 Rockfill and Lining of Channels m2 0

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 2000

Page 51: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

51

3 EARTHWORKS

3.1 Clear and Grub m2 3500

3.1 Cut to Waste ( Solid Measure) m3 10

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 0

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 1000

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 525

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 175

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

7 CONTINGENCIES PS 1

TOTAL VIP (1-7 to be transferred to SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

Page 52: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

52

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 10 0

8.9 D6 Dozer Hr 100

ROAD NAME: TUVU FEEDER 2 ROAD LENGTH: 0.9 Km

BILL OF QUANTITIES

ITEM

DESCRIPTION UNIT QUANTITY

RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert

m 14

2.2 Supply and Construct 450mm dia RRJ Culvert

m 0

2.3 Supply and Construct 900mm dia RRJ Culvert

m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert

m 6

2.5 Supply and Construct 600mm dia Headwall No. 4

Page 53: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

53

2.6 Supply and Construct 450mm dia Headwall No. 0

2.7 Supply and Construct 900mm dia Headwall No. 0

2.8 Supply and Construct 1050mm dia Headwall No. 2

2.9 Supply and install 110mm dia Subsoil Drains

m 0

2.10 Rockfill and Lining of Channels m2 0

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 1800

3 EARTHWORKS

3.1 Clear and Grub m2 0

3.1 Cut to Waste ( Solid Measure) m3 100

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 0

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 900

5.2 Supply and Construct AP65, 1 50mm thick( solid measure)

m3 472.5

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 157.5

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

Page 54: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

54

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

7 CONTINGENCIES PS 1

TOTAL VIP (1-7 to be transferred to SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 10 0

8.9 D6 Dozer Hr 100

ROAD NAME: TAVARAU JOHNSON ROAD LENGTH: 2 Km

BILL OF QUANTITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

Page 55: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

55

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert

m 0

2.2 Supply and Construct 450mm dia RRJ Culvert

m 0

2.3 Supply and Construct 900mm dia RRJ Culvert

m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert

m 7

2.5 Supply and Construct 600mm dia Headwall

No. 0

2.6 Supply and Construct 450mm dia Headwall

No. 0

2.7 Supply and Construct 900mm dia Headwall

No. 0

2.8 Supply and Construct 1050mm dia Headwall

No. 2

2.9 Supply and install 110mm dia Subsoil Drains

m 0

2.10 Rockfill and Lining of Channels m2

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2 20

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 4000

3 EARTHWORKS

3.1 Clear and Grub m2 3000

3.1 Cut to Waste ( Solid Measure) m3 25

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 800

Page 56: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

56

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 2000

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 1200

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 400

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

7 CONTINGENCIES PS 1

TOTAL VIP (1-7 to be transferred to COST SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 10 0

8.9 D6 Dozer Hr 100

Page 57: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

57

ROAD NAME: SERUILAGILAGI ROAD LENGTH: 1 Km

BILL OF QUANTITIES

ITEM

DESCRIPTION UNIT QUANTITY

RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert

m 10

2.2 Supply and Construct 450mm dia RRJ Culvert

m 0

2.3 Supply and Construct 900mm dia RRJ Culvert

m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert

m

2.5 Supply and Construct 600mm dia Headwall No. 4

2.6 Supply and Construct 450mm dia Headwall No. 0

2.7 Supply and Construct 900mm dia Headwall No. 0

2.8 Supply and Construct 1050mm dia Headwall No.

2.9 Supply and install 110mm dia Subsoil Drains

m 0

2.10 Rockfill and Lining of Channels m2 0

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2

Page 58: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

58

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 2000

3 EARTHWORKS

3.1 Clear and Grub m2 0

3.1 Cut to Waste ( Solid Measure) m3 5

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 0

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 1000

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 525

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 175

5.4 Supply and Construc t Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

7 CONTINGENCIES PS 1

TOTAL VIP (1-7 to be transferred to COST SUMMARY SHEET)

Page 59: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

59

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 10 0

8.9 D6 Dozer Hr 100

ROAD NAME: RAM CHANDRA MDR LENGTH: 0.6 KM

BILL OF QUANTITIES

ITEM

DESCRIPTION UNIT QUANTITY

RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert m 6

2.2 Supply and Construct 450mm dia RRJ Culvert m 0

2.3 Supply and Construct 900mm dia RRJ Culvert m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert m

2.5 Supply and Construct 600mm dia Headwall No. 2

2.6 Supply and Construct 450mm dia Headwall No. 0

Page 60: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

60

2.7 Supply and Construct 900mm dia Headwall No. 0

2.8 Supply and Construct 1050mm dia Headwall No.

2.9 Supply and install 110mm dia Subsoil Drains m 0

2.10 Rockfill and Lining of Channels m2 0

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 1200

3 EARTHWORKS

3.1 Clear and Grub m2 0

3.1 Cut to Waste ( Solid Measure) m3 25

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 100

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 600

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 315

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 105

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

Page 61: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

61

7 CONTINGENCIES PS 1

TOTAL VIP (1-7 to be transferred to SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 100

8.9 D6 Dozer Hr 100

ROAD NAME: MADWHAN STORE LENGTH: 1.5 KM

BILL OF QUANTITIES

ITEM

DESCRIPTION UNIT QUANTITY

RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

2 DRAINAGE

Page 62: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

62

2.1 Supply and Construct 600mm dia RRJ Culvert m 10

2.2 Supply and Construct 450mm dia RRJ Culvert m 0

2.3 Supply and Construct 900mm dia RRJ Culvert m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert m

2.5 Supply and Construct 600mm dia Headwall No. 4

2.6 Supply and Construct 450mm dia Headwall No. 0

2.7 Supply and Construct 900mm dia Headwall No. 0

2.8 Supply and Construct 1050mm dia Headwall No.

2.9 Supply and install 110mm dia Subsoil Drains m 0

2.10 Rockfill and Lining of Channels m2 0

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 3000

3 EARTHWORKS

3.1 Clear and Grub m2 5250

3.1 Cut to Waste ( Solid Measure) m3 0

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 0

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 1500

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 900

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 300

Page 63: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

63

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

7 CONTINGENCIES PS 1

TOTAL VIP (1-7 to be transferred to SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 100

8.9 D6 Dozer Hr 100

ROAD NAME: TAVARAU CEMETARY LENGTH: 1.2 KM

BILL OF QUANTITIES

ITEM

DESCRIPTION UNIT QUANTITY

RATE AMOUNT

Page 64: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

64

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert m 6

2.2 Supply and Construct 450mm dia RRJ Culvert m 0

2.3 Supply and Construct 900mm dia RRJ Culvert m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert m 7

2.5 Supply and Construct 600mm dia Headwall No. 2

2.6 Supply and Construct 450mm dia Headwall No. 0

2.7 Supply and Construct 900mm dia Headwall No. 0

2.8 Supply and Construct 1050mm dia Headwall No. 2

2.9 Supply and install 110mm dia Subsoil Drains m 0

2.10 Rockfill and Lining of Channels m2 0

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2 20

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 2400

3 EARTHWORKS

3.1 Clear and Grub m2 1400

3.1 Cut to Waste ( Solid Measure) m3 10

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 100

Page 65: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

65

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 1200

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 630

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 210

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

7 CONTINGENCIES PS 1

TOTAL VIP (1-7 to be transferred to SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 100

8.9 D6 Dozer Hr 100

Page 66: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

66

ROAD NAME: SUBARMANI NARAYAN LENGTH: 0.7 KM

BILL OF QUANTITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert

m 0

2.2 Supply and Construct 450mm dia RRJ Culvert

m 0

2.3 Supply and Construct 900mm dia RRJ Culvert

m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert

m 15

2.5 Supply and Construct 600mm dia Headwall No. 0

2.6 Supply and Construct 450mm dia Headwall No. 0

2.7 Supply and Construct 900mm dia Headwall No. 0

2.8 Supply and Construct 1050mm dia Headwall

No. 2

2.9 Supply and install 110mm dia Subsoil Drains

m 0

2.10 Rockfill and Lining of Channels m2 0

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 1400

Page 67: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

67

3 EARTHWORKS

3.1 Clear and Grub m2 2450

3.1 Cut to Waste ( Solid Measure) m3 0

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 0

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 700

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 367.5

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 0

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

7 CONTINGENCIES PS 1

TOTAL VIP (1-7 to be transferred to SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

Page 68: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

68

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 100

8.9 D6 Dozer Hr 100

ROAD NAME: GANGAIYA LENGTH: 1.2 KM

BILL OF QUANTITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert

m 10

2.2 Supply and Construct 450mm dia RRJ Culvert

m 0

2.3 Supply and Construct 900mm dia RRJ Culvert

m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert

m

2.5 Supply and Construct 600mm dia Headwall No. 0

2.6 Supply and Construct 450mm dia Headwall No. 4

2.7 Supply and Construct 900mm dia Headwall No. 0

Page 69: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

69

2.8 Supply and Construct 1050mm dia Headwall

No.

2.9 Supply and install 110mm dia Subsoil Drains

m 0

2.10 Rockfill and Lining of Channels m2 0

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2 30

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 2400

3 EARTHWORKS

3.1 Clear and Grub m2 1750

3.1 Cut to Waste ( Solid Measure) m3 30

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 40

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 1200

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 630

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 210

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

Page 70: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

70

7 CONTINGENCIES PS 1

`

TOTAL VIP (1-7 to be transferred to SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 100

8.9 D6 Dozer Hr 100

ROAD NAME: TAVARAU LOOP LENGTH: 0.3 KM

BILL OF QUANTITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert

m 5

Page 71: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

71

2.2 Supply and Construct 450mm dia RRJ Culvert

m 0

2.3 Supply and Construct 900mm dia RRJ Culvert

m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert

m

2.5 Supply and Construct 600mm dia Headwall No. 2

2.6 Supply and Construct 450mm dia Headwall No. 0

2.7 Supply and Construct 900mm dia Headwall No. 0

2.8 Supply and Construct 1050mm dia Headwall

No.

2.9 Supply and install 110mm dia Subsoil Drains

m 0

2.10 Rockfill and Lining of Channels m2 0

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 600

3 EARTHWORKS

3.1 Clear and Grub m2 1050

3.1 Cut to Waste ( Solid Measure) m3 0

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 0

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 300

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 157.5

Page 72: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

72

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 52.5

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

7 CONTINGENCIES PS 1

TOTAL VIP (1-7 to be transferred to SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 100

8.9 D6 Dozer Hr 100

ROAD NAME: TAVARAU/ JOHNSON No.1 LENGTH: 0.32 KM

BILL OF QUANTITIES

Page 73: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

73

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert

m 17

2.2 Supply and Construct 450mm dia RRJ Culvert

m 0

2.3 Supply and Construct 900mm dia RRJ Culvert

m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert

m

2.5 Supply and Construct 600mm dia Headwall No. 4

2.6 Supply and Construct 450mm dia Headwall No. 0

2.7 Supply and Construct 900mm dia Headwall No. 0

2.8 Supply and Construct 1050mm dia Headwall

No.

2.9 Supply and install 110mm dia Subsoil Drains

m 0

2.10 Rockfill and Lining of Channels m2 0

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2 10

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 640

3 EARTHWORKS

3.1 Clear and Grub m2 0

3.1 Cut to Waste ( Solid Measure) m3 0

Page 74: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

74

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 0

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 320

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 168

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 56

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

7 CONTINGENCIES PS 1

TOTAL VIP (1-7 to be transferred to SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

Page 75: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

75

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 100

8.9 D6 Dozer Hr 100

ROAD NAME: SERUILAGILAGI No. 1 LENGTH: 0.07 KM

BILL OF QUANTITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert

m 0

2.2 Supply and Construct 450mm dia RRJ Culvert

m 0

2.3 Supply and Construct 900mm dia RRJ Culvert

m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert

m

2.5 Supply and Construct 600mm dia Headwall No. 0

2.6 Supply and Construct 450mm dia Headwall No. 0

2.7 Supply and Construct 900mm dia Headwall No. 0

2.8 Supply and Construct 1050mm dia Headwall

No.

Page 76: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

76

2.9 Supply and install 110mm dia Subsoil Drains

m 0

2.10 Rockfill and Lining of Channels m2 0

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 140

3 EARTHWORKS

3.1 Clear and Grub m2 0

3.1 Cut to Waste ( Solid Measure) m3 0

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 0

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 70

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 36.75

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 12.25

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

Page 77: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

77

7 CONTINGENCIES PS 1

TOTAL VIP (1-7 to be transferred to SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 100

8.9 D6 Dozer Hr 100

ROAD NAME: GANGAIYA No. 1 LENGTH: 0.35 KM

BILL OF QUANTITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert

m 10

Page 78: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

78

2.2 Supply and Construct 450mm dia RRJ Culvert

m 0

2.3 Supply and Construct 900mm dia RRJ Culvert

m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert

m

2.5 Supply and Construct 600mm dia Headwall No. 4

2.6 Supply and Construct 450mm dia Headwall No. 0

2.7 Supply and Construct 900mm dia Headwall No. 0

2.8 Supply and Construct 1050mm dia Headwall

No.

2.9 Supply and install 110mm dia Subsoil Drains

m 0

2.10 Rockfill and Lining of Channels m2 0

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 700

3 EARTHWORKS

3.1 Clear and Grub m2 1225

3.1 Cut to Waste ( Solid Measure) m3 0

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 0

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 350

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 183.75

Page 79: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

79

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 0.6125

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

7 CONTINGENCIES PS 1

TOTAL VIP (1-7 to be transferred to SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 100

8.9 D6 Dozer Hr 100

ROAD NAME: TAVARAU/ JOHNSON No. 2 LENGTH: 0.15 KM

BILL OF QUANTITIES

Page 80: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

80

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert

m 7

2.2 Supply and Construct 450mm dia RRJ Culvert

m 0

2.3 Supply and Construct 900mm dia RRJ Culvert

m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert

m

2.5 Supply and Construct 600mm dia Headwall No. 2

2.6 Supply and Construct 450mm dia Headwall No. 0

2.7 Supply and Construct 900mm dia Headwall No. 0

2.8 Supply and Construct 1050mm dia Headwall

No.

2.9 Supply and install 110mm dia Subsoil Drains

m 0

2.10 Rockfill and Lining of Channels m2 0

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 300

3 EARTHWORKS

3.1 Clear and Grub m2 525

3.1 Cut to Waste ( Solid Measure) m3 0

Page 81: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

81

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 0

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 150

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 78.75

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 26.25

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

7 CONTINGENCIES PS 1

TOTAL VIP (1-7 to be transferred to SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

Page 82: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

82

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 100

8.9 D6 Dozer Hr 100

ROAD NAME: GANGAIYA No. 2 LENGTH: 0.36 KM

BILL OF QUANTITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT

1 PRELIMINARY & GENERAL

1.1 Establishment and Disestablishment LS 1

1.2 Traffic Management LS 1

2 DRAINAGE

2.1 Supply and Construct 600mm dia RRJ Culvert

m 0

2.2 Supply and Construct 450mm dia RRJ Culvert

m 0

2.3 Supply and Construct 900mm dia RRJ Culvert

m 0

2.4 Supply and Construct 1050mm dia RRJ Culvert

m

2.5 Supply and Construct 600mm dia Headwall No. 0

2.6 Supply and Construct 450mm dia Headwall No. 0

2.7 Supply and Construct 900mm dia Headwall No. 0

2.8 Supply and Construct 1050mm dia Headwall

No.

2.9 Supply and install 110mm dia Subsoil Drains

m 0

2.10 Rockfill and Lining of Channels m2 0

Page 83: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

83

2.11 Supply and Install 400mm - 600mm Rocks for Rock Protection

m2

2.12 Construct new water channel m 0

2.13 Clear Existing water channels m 720

3 EARTHWORKS

3.1 Clear and Grub m2 1120

3.1 Cut to Waste ( Solid Measure) m3 0

3.2 Cut to Fill ( Solid Measure) m3 0

4 STRUCTURAL REPAIRS

4.1 Structural Repairs m2 0

5 PAVEMENT

5.1 Grade and Shape exisitng surface m 360

5.2 Supply and Construct AP65, 150mm thick( solid measure)

m3 189

5.3 Supply and Construct Running Course AP40, 50mm thick( solid measure)

m3 63

5.4 Supply and Construct Running Course AP20, 80mm thick( solid measure)

m3 0

6 MISCELLANEOUS

6.1 Remove and Replace fences m 0

6.2 Supply and install culver marker post No. 0

6.3 Geotextile Fabric m2 0

7 CONTINGENCIES PS 1

Page 84: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

84

TOTAL VIP (1-7 to be transferred to SUMMARY SHEET)

8 DAYWORKS

8.1 Labourer Hr 250

8.2 Supervisor Hr 80

8.3 Utility Truck < 3.5m3 Hr 80

8.4 Truck 3.5-9.0m3 Hr 100

8.5 Excavator 6 -16Tons Hr 100

8.6 Loader 0.5-1.5m3 Hr 80

8.7 Grader Hr 100

8.8 Roller 1.5 -4.5 tonne Static or Vibratory Hr 100

8.9 D6 Dozer Hr 100

Page 85: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

85

SUMMARY OF COST

FSC NO. ROAD NAME ROAD

LENGTH (Km) COST

50 Tuvu-Nacilau Beach 2

51 Tuvu Road No 1 1

52 Tuvu Toad No 2 0.9

54 Tavarao/Johnson 2

55 Seru Lagi Lagi 1

56 Ram Chandar Mdr 0.6

57 Madhwan Store 1.5

58 Tavarao Cemetery 1.2

59 Subarmani Narayan 0.7

60 Gangaiya 1.2

62 Tavarao Loop 0.3

254 Tavarao /Johnson No 1 0.32

255 Seru Lagi Lagi No 1 0.07

260 Gangaiya No 1 0.35

354 Tavarao/Johnson No 2 0.15

360 Gangaiya No 2 0.36

TOTAL 13.65

Page 86: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

86

Annex VI PROPOSAL SECURITY FORM

Request for Proposal (RFP) no: 16/121 Drasa Sector Cane Access Roads Rehabilitation Phase II– Package 4

Bidders must provide a letter from their bank confirming willingness to issue the required Performance Security should their proposal be accepted. The bank’s letter must use wording not materially different from that stated in italics below. (1 page maximum)

By submitting the bank’s letter, bidders shall be deemed to grant SPC permission to seek a reference check as to the bidder’s financial soundness from the bank.

*** BANK LETTERHEAD *** Date _______ 2017 To: SPC Suva Regional Office Private Mail Bag

Suva Fiji

Email: [email protected] WHEREAS [name and address of Contractor] (hereinafter called “the Bidder”) has submitted a Proposal to SPC dated …………….to execute Services …………….. (hereinafter called “the Proposal”): AND WHEREAS it has been stipulated by you that the Bidder shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security in the event that the Proposer: a) Fails to sign the Contract after SPC has awarded it; b) Fails to comply with SPC’s variation of requirement, as per RFP instructions; or c) Fails to deliver the goods and services as outlined in their proposal AND WHEREAS we have agreed to give the Proposer such this Bank Guarantee: NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Proposer, up to a total of [………………..] such sum being payable in the currency in which the Price Proposal is payable, and we undertake to pay you, upon your first written demand, any sum or sums within the limits of [amount of guarantee]. SIGNATURE AND SEAL OF THE GUARANTOR BANK Date......................................................................................................... Name of Bank ......................................................................................................... Address ..........................................................................................................

Page 87: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

87

Annex VII HEALTH AND SAFETY QUESTIONNAIRE

Request for Proposal (RFP) no: 16/121 Drasa Sector Cane Access Roads Rehabilitation Phase II – Package 4

Health and Safety Questionnaire

Bidders shall complete the following Health and Safety Questionnaire16 and submit it with their tenders17.

16 Failure to satisfy the SPC that the bidder has, or will have, in place systems to adequately manage the health

& safety aspects of the Works may result in the proposal being deemed non-conforming and the proposal not being evaluated further.

17 Joint Venture bidders must complete the Questionnaire in respect of each partner.

Health and Safety Management

Is the bidder aware of its responsibilities relating to health and safety at work as contained in the Fiji Health and Safety at Work Act 1996?

� Yes � No

Does the bidder’s health and safety management systems comply with the Act in regards to the duties placed on the bidder as the Principal?

� Yes � No

Does the bidder have written Health and Safety procedures in place? � Yes � No

If the bidder answered “yes” to the previous question, do the procedures clearly identify responsibilities and actions to be followed by its personnel?

� Yes � No

Subcontractors

Does the bidder engage subcontractors?

(If no, skip the remainder of this section and go straight to Training)

� Yes � No

Does the bidder audit and/or take responsibility to manage its subcontractors for health and safety on a regular basis? (if yes, please give details)

� Yes � No

Training

Does the bidder have a health and safety induction/orientation programme for new workers and visitors to its site(s)?

� Yes � No

Hazard Management

Does the bidder have a hazard register and procedures for advising, eliminating, isolating and minimising significant hazards?

� Yes � No

Accident Statistics

Number of workplace fatalities in the last 36 months:

Number of serious harm workplace accidents in the last 36 months:

Number of workplace accidents resulting in notifiable environmental damage or pollution in the last 36 months:

Page 88: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

88

Number of improvement notices, prohibition notices or prosecutions issued by the relevant regulating authority in the last 36 months:

Number of instances of damage to power cables, water or gas mains in the last 36 months:

Average number of bidder employees per year to which above statistics apply:

Page 89: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

89

Annex VIII SCHEDULE OF COMPLIANCE AND DEPARTURES

Request for Proposal (RFP) no: 16/121 Drasa Sector Cane Access Roads Rehabilitation Phase II – Package 4

Schedule of Compliance and Departures

(1 page maximum)

Using the format below, bidders shall provide details of any non-compliances and departures from the requirements of the Request for Proposal. SPC reserves the right to reject any proposal that contains non-compliances and departures which it deems unacceptable and which the bidder declines to remove or amend when asked to do so. Even departures acceptable to the SPC may result in adjustment to the price for the purposes of comparison of proposals.

Schedule of Compliance and Departures

Clause reference in RFP

Detailed description of the departure or non-compliance18

Perceived benefit to SPC (if any)

We, the bidder, confirm that our proposal is fully compliant with the requirements of the Request for Proposal, except in the respects scheduled above.

18 If any non-compliances or departures come to light that are not listed in this schedule, they need not be

considered as such by SPC and the requirements of the Contract may be enforced at no penalty to SPC.

Page 90: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

90

Annex IX Bidder’s Insurance Statement

Request for Proposal (RFP) no: 16/121 Drasa Sector Cane Access Roads Rehabilitation Phase II– Package 4

Bidder’s Insurance Statement

(1 page maximum)

Using the format below, bidders shall undertake to provide the insurances set out in the conditions of contract19.

Bidder’s Insurance Statement

Statement by the Bidder

In accordance with the requirements of the Request for Proposal, this is to confirm the insurance arrangements that we undertake to make in relation to the Contract, should our proposal be successful.

We have supplied our insurer or broker with a full copy of the Request for Proposal and they have agreed to effect on our behalf insurance policies which satisfy the Agreement’s requirements for:

• Insurance for Works (Sub-Clause 8.1 in NZ3910) • Insurance for Contractor’s Equipment (Sub-Clause 8.2 in NZ3910) • Insurance for Public Liability (Sub-Clause 8.3in NZ3910) • Motor Vehicle Third Party Property Damage and Legal Liability Insurance (Sub-Clause 8.3

in NZ3910) • Insurance for Contractor’s Personnel (Sub-Clause 18.4)

We acknowledge that after award of the Contract

• Evidence of the contract insurances will be completed and forwarded to SPC using the insurance information forms in section C12.3 of the Contract.

• Copies of policies and receipts for payment of the current premiums will be forwarded to SPC in accordance with Sub-Clause 18.1 [General Requirements for Insurances] of the conditions of Contract.

We confirm that we understand and agree to the Insu rance Requirements as per Clause 12.3, in particular relating to the use of approved or al ternative insurers.

Signed: ____________________________ Date: _________________________

19 Bidders who fail to complete the undertaking may be deemed non-compliant and their proposal not be

evaluated further.

Page 91: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

91

On behalf of the Bidder _____________________________________________________

Page 92: REQUEST FOR PROPOSAL - spc.int · Proposal Form, Proposal Security Form, Health & Safety Questionnaire, Schedule of ... Signing of contract 14 March 2017 TBC (Fiji Time) 10. Bidders’

92

Annex X NZ3910 GENERAL CONDITIONS FOR CONTRACT FOR BUILDIN G AND CIVIL

ENGINEERING CONSTRUCTIONS Request for Proposal (RFP) no: 16/121

Drasa Sector Cane Access Roads Rehabilitation Phase II – Package 4 Attached as a separate document to the RFP.