SlideShare a Scribd company logo
1 of 9
Download to read offline
iv
GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency
Table of Contents : OPRC-Tender Dossier
Section I. Instructions to Bidders.............................................. 3
A. General........................................................................................................................................3
Introduction 3
1. Scope of Bid 6
2. Source of Funds 6
3. Fraud and Corruption 7
4. Eligible Bidders 8
5. Eligible Materials, Equipment, and Services 10
B. Contents of Bidding Document.................................................................................................10
6. Sections of Bidding Document 10
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting 10
8. Amendment of Bidding Document 11
C. Preparation of Bids...................................................................................................................11
9. Cost of Bidding 11
10. Language of Bid 12
11. Documents Comprising the Bid 12
12. Letter of Bid, and Schedules 12
13. Alternative Bids 12
14. Bid Prices and Discounts 13
15. Currencies of Bid and Payment 13
16. Documents Comprising the Technical Proposal 14
17. Documents Establishing the Qualifications of the Bidder 14
18. Period of Validity of Bids 14
19. Bid Security 14
20. Format and Signing of Bid 15
D. Submission and Opening of Bids .............................................................................................16
21. Sealing and Marking of Bids 16
22. Deadline for Submission of Bids 16
23. Late Bids 16
24. Withdrawal, Substitution, and Modification of Bids 16
25. Bid Opening 17
E. Evaluation and Comparison of Bids..........................................................................................18
26. Confidentiality 18
27. Clarification of Bids 18
28. Deviations, Reservations, and Omissions 18
29. Determination of Responsiveness 18
30. Nonmaterial Nonconformities 19
31. Correction of Arithmetical Errors 19
32. Conversion to Single Currency 20
33. Margin of Preference 20
34. Evaluation of Bids 20
35. Comparison of Bids 21
36. Qualification of the Bidder 21
37. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids 21
PART 1 – Bidding Procedures.................................................... 1
GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency
v
F. Award of Contract.....................................................................................................................21
38. Award Criteria 21
39. Notification of Award 21
40. Signing of Contract 22
41. Performance Security 22
Section II. Bid Data Sheet ...................................................... 23
A. Introduction........................................................................................................................................23
B. Bidding Documents ...........................................................................................................................23
C. Preparation of Bids............................................................................................................................24
D. Submission and Opening of Bids ......................................................................................................26
E. Evaluation and Comparison of Bids...................................................................................................26
Section III. Evaluation and Qualification Criteria (Without
Prequalification) ...................................................................... 27
1 Evaluation.................................................................................................................................27
2 Qualification..............................................................................................................................31
2.1 Eligibility..........................................................................................................................................31
2.2 Historical Contract Non-Performance .............................................................................................33
2.3 Financial Situation...........................................................................................................................35
2.4 Experience......................................................................................................................................37
2.5 Personnel........................................................................................................................................43
The Contractor (Contracting Entity) – Design Stage 43
The Contractor (Contracting Entity) – Construction Stage 45
2.6 Equipment.......................................................................................................................................51
2.7 Laboratroy Equipment and other Equipment...................................................................................52
Section IV. Bidding Forms..................................................... 55
1. Letter of Bid for Rehabilitation, Periodic and Routine MT........................................................55
2. Appendix 1 to Bid BiLL of QUANTITIES...................................................................................58
Price Schedules / Bill of Quantities ................................................................................................58
Price Schedule A (BoQ Rehabilitation) ...................................................................................................58
Price Schedule B (BoQ Routine Maintenance).......................................................................................59
Price Schedule C (BoQ Periodic Maintenance) ......................................................................................60
Total TENDER Price (summary of REHA, RMT and PMT, excl. Emergency Works) .............................61
3. Appendix 2 to Bid Break down of Tender Bid Price................................................................62
A Direct Costs of Tender Bid Price ..............................................................................................62
A1 PLANT / Equipment / Tool all costs incl. Delivery site and depreciation..........................................62
A2 Fuel / Lubricants / all MATERIAL.....................................................................................................63
A3 LABOURs / Operators / Foremen....................................................................................................64
B Indirect Cost (non-productive cost)...........................................................................................64
B1 Fixed Costs : e.g. Mobilization / Demobilization Camp....................................................................65
B2 Time-related Costs ..........................................................................................................................65
B3 Value-related Costs.........................................................................................................................65
C Design......................................................................................................................................66
D Risk + Profit..............................................................................................................................66
E … Intermediate Bid Price E = sum of A + B + C +D ...................................................................66
vi
GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency
F Provisional Sums – Physical Contingencies .............................................................................66
G Provisional Sums – Adjustment for Changes in Cost (Prices)..................................................67
H = Total Tender / Bid Price … Breakdown of Prices ....................................................................68
4. Appendix 3 to Bid…Payment Schedule .....................................................................................70
A Rehabilitation Payments...........................................................................................................70
B Routine + Periodic Maintenance Payments..............................................................................72
5. Appendix 4 to Bid … Variation of Prices....................................................................................74
A Schedule of Price Adjustment Data (LC) for Reha, RMT, PMT .................................................74
Table A1. Price Adjustment of REHABILITATION (LC.)).......................................................................74
Table A2. Price Adjustment ROUTINE Maintenance (LC).....................................................................75
Table A3. Price Adjustment PERIODIC Maintenance (LC)....................................................................76
B Schedule of Price Adjustment Data (FC) for Reh, RMT, PMT...................................................77
Table B1. Price Adjustment REHABILITATION (FC)..............................................................................77
Table B2. Price Adjustment for ROUTINE Maintenance (FC).................................................................78
Table B3. Price Adjustment for PERIODIC Maintenance (FC) ...............................................................79
C Summary of Payment Currencies of Table A + B (LC + FC) .....................................................80
6. Bill of Quantities for Emergency Works.....................................................................................81
6.1 General..................................................................................................................................81
6.2 BoQ Items – Emergency Works.............................................................................................82
7. Technical Proposal......................................................................................................................84
7.1 Technical Proposal Part (A) ....................................................................................................85
Schedule A The Contractor (The Contracting Entitiy)...........................................................................86
Schedule B Contractor’s Equipment and Materials Availability.............................................................88
Schedule C Initial Tentative Program of Performance and Work Plan..................................................89
Schedule D Key Personnel proposed ...................................................................................................90
Schedule E Quality Control Program ....................................................................................................93
7.2 Technical Proposal (Part B): Business Plan.............................................................................94
A Business plan Plan............................................................................................................................94
B Forms Current Commitments / Financial Resources.........................................................................97
Form CCC Current Contract Commitments / Works in Progress 97
Form FIN-1 Financial Resources 98
Form FIN – 3.1 Financial Situation 99
Form FIN – 3.2 Average Annual Construction Turnover 100
Form FIN – 3.3 Financial Resources 101
Form ELI – 1: Bidder’s Information Sheet 102
Form ELI – 2: JV Information Sheet 103
Form CON – 2: Historical Contract Non-Performance 104
Form EXP – 4.1.1.1: General Construction Experience 105
Form EXP – 2.4.1.2. (a): Specific Construction Experience 106
Form EXP – 2.4.1.2. (b): Specific Construction Experience in Key Activities 107
Form EXP – 2.4.2. Consultant’s Experience (Design Part) 108
8. Form of Bid Security..................................................................................................................109
Bank/Insurance Company Guarantee..........................................................................................109
Section V. Eligible Countries............................................... 110
GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency
vii
Section VI. Specifications..................................................... 112
9. PERFORMANCE Specifications................................................................................................112
Definitions … Performance..........................................................................................................112
10. Part A1: Basic Concept of Road Asset Management and Output-performance based Road
Contracts (OPRC) ......................................................................................................................116
A1.1 Road User Service and Comfort measures, ......................................................................119
A1.2 Road Durability measures for unpaved and paved roads..................................................119
A1.3 Management Performance Measures,...............................................................................119
11. Part A2: Description of Services to be provided...................................................................122
A2.1 Description of the project area...........................................................................................122
Topography...........................................................................................................................................122
Climate and Hydrology..........................................................................................................................122
Vegetation.............................................................................................................................................122
Geology.................................................................................................................................................122
A2.2 Description of the road section : ........................................................................................122
A2.3 Conceptual Design ............................................................................................................123
Road Section Proposed........................................................................................................................125
12. Part A3: Level of Services … unpaved and paved roads .....................................................127
A3.1 Description of Service Levels Paved Roads.....................................................................127
1 Activities / items and Service Levels................................................................................................127
2 Level of Service for REHABILITATION stage..................................................................................128
3 Service Level DESIGN.....................................................................................................................128
4 Service Level CONSTRUCTION......................................................................................................129
5 Level of service for MAINTENANCE stage......................................................................................132
A3.2 Methods of Inspection of Service Levels ...........................................................................132
1 Formal Inspections of Service Levels ..............................................................................................132
2 Informal Inspections of Service Levels.............................................................................................134
3 Program of Performance..................................................................................................................134
4 Contractor’s Quality Assurance Plan ...............................................................................................134
5 Health and Safety Management Plans.............................................................................................135
6 Emergency Procedures and Contingency Plan ...............................................................................135
7 Traffic Management Plan.................................................................................................................136
8 Updating of Road Administration Databases ...................................................................................136
9 Handover and Completion Report....................................................................................................137
A.3.3 Specification of Service Level Criteria for Unpaved Roads.................................................137
1 Road User Service and Comfort Measures for Unpaved Roads......................................................137
Usability of the Road 137
Average Traffic Speed 137
Road User Comfort 138
2 Durability Measures for Unpaved Roads .........................................................................................139
3 Variations and Gradual Compliance with Service Levels.................................................................139
4 Means used for Inspection of Service Levels for unpaved roads.....................................................140
5 Methodologies to be used for Assessing Service Levels on unpaved Roads..................................140
Usability of the Road(s): 140
Average Traffic Speed: 140
PART 2 – Specifications......................................................... 111
viii
GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency
Road corrugation amplitude: 141
Rut depth: 141
Other surface degradations: 141
Useable road surface width: 142
Required longitudinal profile: 142
6 Summary Table for Maximum and Threshold Values for unpaved roads ........................................144
A3.3 Specification of Service Level Criteria for PAVED Roads..................................................145
1 Usability of the Road........................................................................................................................145
2 Road User Service and Comfort Measures for Paved Roads..........................................................145
3 Durability measures for paved roads ...............................................................................................147
4 Variations and gradual compliance with Service Levels ..................................................................148
A3.4 Means used for Assessing of Service Levels for PAVED Roads.......................................149
1 Methodologies and Procedures to be Used for Measurement of Service Levels on Paved Roads. ..150
Road User Comfort Measures and Pavement Width............................................................................151
Durability Measures ..............................................................................................................................151
A3.5 Signaling and Road Safety ................................................................................................152
1 Service Levels Measures for Signaling and Road Safety ..................................................................152
2 Variations and gradual compliance with Service Levels for Signaling and Road Safety....................154
3 Procedures for Inspection..................................................................................................................154
A3.6 Drainage............................................................................................................................154
1 Service Levels..................................................................................................................................154
2 Variations and Gradual Compliance with Service Levels.................................................................155
3 Procedures for Inspection................................................................................................................155
A.3.7 Vegetation ........................................................................................................................155
1 Service Levels..................................................................................................................................155
2 Variations and Gradual Compliance with Service Levels.................................................................158
A3.8 Structures..........................................................................................................................158
1 Service Levels..................................................................................................................................158
2 Variations and gradual compliance with Service Levels ..................................................................159
3 Procedures for Inspection................................................................................................................159
A3.9 Slopes – Cuts and Embankments .....................................................................................159
1 Service Levels..................................................................................................................................159
2 Variations and gradual compliance with Service Levels ..................................................................160
3 Procedures for Inspection................................................................................................................160
A3.10 Management Performance measures … REPORTS........................................................160
1 Final Completion Report: Rehabilitation/New Construction Stage:..................................................162
2 Final Completion Report Routine Maintenance:..............................................................................162
3… Final Completion Report Periodic Maintenance: ............................................................................162
A3.11 Payment Reductions and Liquidated Damages................................................................162
1 Liquidated Damages........................................................................................................................162
2 Determination of Payment Reductions.............................................................................................163
a Payment Reductions for non-compliance with Road User Service Comfort Measures: 173
b Payment Reductions for non-compliance with road roughness criteria: 173
c Payment Reductions for non-compliance with pavement deflection criteria: 173
13. Part B : General Specifications for Road Works...................................................................174
Item 1 - Design:............................................................................................................................174
Item 2 - Clearance along ROW....................................................................................................176
Item 3 - Strengthening and widening embankment/cut formations: .............................................177
Item 4 - Paved shoulder...............................................................................................................179
Item 5 - Asphalt carriageway........................................................................................................179
GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency
ix
Item 6 - Taxi bay..........................................................................................................................180
Item 7 – General Guidelines and Specifications for Pavements: .................................................180
Item 8 - Road lane marking and traffic sign boards......................................................................187
Item 9 - Traffic Sign Boards: ........................................................................................................189
Item10 - Desilting:........................................................................................................................190
Item 11 - Earth drain: ...................................................................................................................190
Item 13 - Quadrant pitching:.........................................................................................................190
Item 14 - Painting and numbering:...............................................................................................191
Item 15 - Procuring Equipment and software:..............................................................................191
Item 16 - Construct Concrete drain adjacent to shoulder on both sides.......................................192
Item 17 – Provision and installation of Reinforced Concrete Pipe(RCP) culvert, complete with
concrete headwall, wing wall, leading channel etc at locations to be specified by the Employer.
(AASHTO M170M-07/ASTM C 76 M-05B)...................................................................................192
Item 18 - Reinforced concrete approach slabs for existing bridges..............................................193
Item 19 - Design and construct Guard Rails over embankments and approaches to bridges above
3 meter height..............................................................................................................................193
Item 20 - Reconstruction of Bridges.............................................................................................194
Item 21 - Project Manager’s Office, Housing accommodation and Vehicles................................198
Item 22 - Consultant’s office accommodation ..............................................................................199
Item 23 - Residential accommodation..........................................................................................202
Item 24 – Procurement and supply of Vehicles:..........................................................................204
Item 25 - Preparation of As-Built Drawings and Associated Information......................................204
Item 26 – Minimum Laboratory Equipment ..................................................................................205
Specification ANNEX A Typical structure detailing ....................................................................206
Specification ANNEX B Pavement Edge detailing .....................................................................207
14. Part C: Specifications for Emergency Works........................................................................208
C1. Definition of “Unforeseen Natural Phenomena”.....................................................................208
C2. Procedure for Requesting Emergency Works .......................................................................208
C3. Remuneration of Emergency Works......................................................................................209
C4. Provision for Emergency Works ............................................................................................209
C5. Obligations of Contractor during Emergencies and Emergency Works.................................209
C6. Minor repairs made necessary by “Unforeseen Natural Phenomena”...................................209
15. Part D: Legal Environmental and Social Specifications.......................................................211
D1. Local Government Policy and Framework.............................................................................211
D2. Environmental and Resettlement Issues ...............................................................................213
D3. Environmental Framework.....................................................................................................213
1. Impact Assessment..........................................................................................................................214
2. Environmental Management Plan (EMP)........................................................................................214
3. Environmental Monitoring ...............................................................................................................219
4. PROVISIONS..................................................................................................................................220
D4. Resettlement Monitoring Framework...................................................................................224
1 Objectives of the RPF......................................................................................................................224
2 Resettlement principles According to South-Sudan Land Acquisition Policies ................................224
x
GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency
3 Compensation Eligibility...................................................................................................................224
4 Table: RAP Monitoring Framework..................................................................................................226
Section VII. General Conditions (GC) ................................... 229
A. Contract and Interpretation......................................................................................................230
1. Definitions 230
2. Interpretation 232
3. Documents Forming the Contract 232
4. Language and Law 232
5. Notices 232
6. Settlement of Disputes (Alternative when using a Dispute Review Board DRB) 233
6. Settlement of Disputes (Alternative when using a Dispute Review Expert DRE) 235
B. Assignment of Responsibilities................................................................................................237
7. Scope of Works and Services 237
8. Design Responsibility 238
9. Copyright 239
10. Start date / commencement date (CD) and Completion 240
11. Contractor’s Responsibilities 240
12. Subcontracting 241
13. Assignment of Contract 241
14. Employer’s Responsibilities 241
15. Confidential Information 241
C. Execution of Works and Services............................................................................................242
16. Representatives 242
17. Work Program 244
18. Execution of Works 245
19. Staff and Labor 246
20. Test and Inspection 248
21. Rehabilitation Works 249
22. Improvement Works 249
23. Maintenance Services 249
24. Performance Standards 250
25. Contractor’s Self-Control of Quality and Safety 250
26. Environmental and Safety Requirements 250
27. Work Orders for Improvement Works and Emergency Works 250
28. Taking Over Procedures 251
29. Emergency Works 251
30. Quality of materials used by Contractor 252
31. Signaling and demarcation of work zones and bypasses 252
D. Allocation of Risks...................................................................................................................253
32. Employer’s Risks 253
33. Contractor’s Risks 253
34. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification 253
35. Insurance 254
36. Unforeseen Conditions 255
37. Change in Laws and Regulations 256
38. Force Majeure 256
E. Guarantees and Liabilities .......................................................................................................257
39. Completion Time Guarantee and Liability 257
40. Performance Guarantee and Liability 258
PART 3 – Conditions of Contract and Contract Forms .......... 228
GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency
xi
41. Defect Liability 259
42. Limitation of Liability 260
43. Liability for Damages through Traffic Accidents and Traffic Interruptions 260
F. Payment...................................................................................................................................260
44. Contract Price 260
45. Advance Payment 261
46. Bill of Quantities 261
47. Measurement 262
48. Price Adjustments 262
49. Monthly Statements 263
50. Payments 263
51. Retention and Reductions 264
52. Taxes and Duties 264
53. Securities 264
54. Certificate of Completion 265
55. Final Statement 265
56. Discharge 265
57. As Built Drawings and Manuals 265
G. Remedies................................................................................................................................266
58. Suspension 266
59. Termination 267
H. Provisional Sum ......................................................................................................................272
60. Provisional Sum 272
61. Use of Provisional Sum for Emergency Works 272
62. Use of Provisional Sum for Contingencies 272
I. Change in Contract Elements ...................................................................................................272
63. Change in Assignments to Contractor 272
64. Extension Time for Completion 275
65. Release from Performance 275
Section VIII. Particular Conditions (PC) ............................... 277
Reference to General Conditions of Contract (GC) clauses.........................................................277
16. PC - Appendix 1: Risk Matrix Summary.................................................................................292
17. PC - Appendix 2: PAYMENTS .................................................................................................296
Rehabilitation Payments ..............................................................................................................296
Routine and Periodic Maintenance Payments .............................................................................298
Section IX. Annex to “The Contract” – Contract Forms........ 299
18. Notification of Award – Letter of Acceptance..........................................................................299
19. Performance Guarantee: Rehabiliation....................................................................................300
20. Performance Guarantee: Maintenance.....................................................................................302
21. Pre-Transfer Guarantee.............................................................................................................304
22. Advance Payment Security.......................................................................................................307
23. Retention Money Security.........................................................................................................309
24. Contract Agreement ..................................................................................................................310
Attachment: Form of Invitation for Bid.................................. 313
xii
GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency
25. Specific Procurement Notice ....................................................................................................314
ANNEXES: A,B,C,D, E, F … for Information only................. 317
Annex A : Conceptual Design & Drawings..................................................................................318
Annex B : Pavement distress survey – visual inspection ............................................................320
Annex C : General Environment and Resettle M. Plan ...............................................................331
Annex D : Sample periodic payment report.................................................................................345
Annex E : Traffic Level and Forecast..........................................................................................358
Annex F : Hand-over / Taking Over Procedure...........................................................................367
End of Document – Status 21 April 2016 – Skype HFG2404 375

More Related Content

Viewers also liked

Bidding and awards.pptx2
Bidding and awards.pptx2Bidding and awards.pptx2
Bidding and awards.pptx2peredplatypus
 
Procurement of infrastructure projects
Procurement of infrastructure projectsProcurement of infrastructure projects
Procurement of infrastructure projectswil_mia
 
Contract Specifications, Bidding and Contractor Selection for Capital Replace...
Contract Specifications, Bidding and Contractor Selection for Capital Replace...Contract Specifications, Bidding and Contractor Selection for Capital Replace...
Contract Specifications, Bidding and Contractor Selection for Capital Replace...Kipcon Inc.
 
E bidding presentation
E bidding presentationE bidding presentation
E bidding presentationPrabin Tandan
 
The Basics of Tendering & Bidding
The Basics of Tendering & BiddingThe Basics of Tendering & Bidding
The Basics of Tendering & BiddingMoatasem Mabrouk
 
Procurement best practices
Procurement best practicesProcurement best practices
Procurement best practicesremoeneltigre
 
Tender Process | A Complete Procurement Guide
Tender Process | A Complete Procurement GuideTender Process | A Complete Procurement Guide
Tender Process | A Complete Procurement GuideTender Process
 

Viewers also liked (10)

Bidding and awards.pptx2
Bidding and awards.pptx2Bidding and awards.pptx2
Bidding and awards.pptx2
 
CV Shahzad Ahmed
CV Shahzad AhmedCV Shahzad Ahmed
CV Shahzad Ahmed
 
Bid evaluation shopping
Bid evaluation   shoppingBid evaluation   shopping
Bid evaluation shopping
 
Procurement of infrastructure projects
Procurement of infrastructure projectsProcurement of infrastructure projects
Procurement of infrastructure projects
 
procurement overview
procurement overviewprocurement overview
procurement overview
 
Contract Specifications, Bidding and Contractor Selection for Capital Replace...
Contract Specifications, Bidding and Contractor Selection for Capital Replace...Contract Specifications, Bidding and Contractor Selection for Capital Replace...
Contract Specifications, Bidding and Contractor Selection for Capital Replace...
 
E bidding presentation
E bidding presentationE bidding presentation
E bidding presentation
 
The Basics of Tendering & Bidding
The Basics of Tendering & BiddingThe Basics of Tendering & Bidding
The Basics of Tendering & Bidding
 
Procurement best practices
Procurement best practicesProcurement best practices
Procurement best practices
 
Tender Process | A Complete Procurement Guide
Tender Process | A Complete Procurement GuideTender Process | A Complete Procurement Guide
Tender Process | A Complete Procurement Guide
 

Similar to 22 OPRC Bidding Doc 20160421 TOC Content HFG2404

Ei 1540 design_construction_commissionin (2)
Ei 1540 design_construction_commissionin (2)Ei 1540 design_construction_commissionin (2)
Ei 1540 design_construction_commissionin (2)Hedi Ben Mohamed
 
Operations manual for_owners_and_managers_multi-unit_residential_buildings
Operations manual for_owners_and_managers_multi-unit_residential_buildingsOperations manual for_owners_and_managers_multi-unit_residential_buildings
Operations manual for_owners_and_managers_multi-unit_residential_buildingsSherry Schluessel
 
CD 357 revision 1 Bridge expansion joints -web.pdf
CD 357 revision 1 Bridge expansion joints -web.pdfCD 357 revision 1 Bridge expansion joints -web.pdf
CD 357 revision 1 Bridge expansion joints -web.pdfSaritaJoshi5
 
Design of a regional aircaft
Design of a regional aircaftDesign of a regional aircaft
Design of a regional aircaftAlexGuerrero117
 
CSP Report Group E (1)
CSP Report Group E (1)CSP Report Group E (1)
CSP Report Group E (1)Rachit Kansal
 
Basics of Air cooler design and inspection
Basics of Air cooler design and inspectionBasics of Air cooler design and inspection
Basics of Air cooler design and inspectionAekachai Ngernsomthong
 
Trade Sector Briefs, 2015 Edition
Trade Sector Briefs, 2015 EditionTrade Sector Briefs, 2015 Edition
Trade Sector Briefs, 2015 EditionDCFTAProject_2014
 
Sample econsultancy-real-time-bidding-buyers-guide-2012.pdf
Sample econsultancy-real-time-bidding-buyers-guide-2012.pdfSample econsultancy-real-time-bidding-buyers-guide-2012.pdf
Sample econsultancy-real-time-bidding-buyers-guide-2012.pdfAndrey Zhukov
 
Extract | T.A. Cook Offshore Wind Maintenance Study
Extract | T.A. Cook Offshore Wind Maintenance StudyExtract | T.A. Cook Offshore Wind Maintenance Study
Extract | T.A. Cook Offshore Wind Maintenance StudyTACook Consultants
 
Extract | T.A. Cook Offshore Wind Maintenance Study
Extract | T.A. Cook Offshore Wind Maintenance StudyExtract | T.A. Cook Offshore Wind Maintenance Study
Extract | T.A. Cook Offshore Wind Maintenance StudyMateus Siwek
 
KTA, Pinjaman Tanpa Jaminan, Dana Pinjaman Tanpa Jaminan
KTA, Pinjaman Tanpa Jaminan, Dana Pinjaman Tanpa JaminanKTA, Pinjaman Tanpa Jaminan, Dana Pinjaman Tanpa Jaminan
KTA, Pinjaman Tanpa Jaminan, Dana Pinjaman Tanpa JaminanPinjamanTanpaJaminan
 
Internship report_Georgios Katsouris
Internship report_Georgios KatsourisInternship report_Georgios Katsouris
Internship report_Georgios KatsourisGeorgios Katsouris
 

Similar to 22 OPRC Bidding Doc 20160421 TOC Content HFG2404 (20)

Ei 1540 design_construction_commissionin (2)
Ei 1540 design_construction_commissionin (2)Ei 1540 design_construction_commissionin (2)
Ei 1540 design_construction_commissionin (2)
 
DNV Liquified Gas Terminal
DNV Liquified Gas TerminalDNV Liquified Gas Terminal
DNV Liquified Gas Terminal
 
Operations manual for_owners_and_managers_multi-unit_residential_buildings
Operations manual for_owners_and_managers_multi-unit_residential_buildingsOperations manual for_owners_and_managers_multi-unit_residential_buildings
Operations manual for_owners_and_managers_multi-unit_residential_buildings
 
Internship report
Internship reportInternship report
Internship report
 
CD 357 revision 1 Bridge expansion joints -web.pdf
CD 357 revision 1 Bridge expansion joints -web.pdfCD 357 revision 1 Bridge expansion joints -web.pdf
CD 357 revision 1 Bridge expansion joints -web.pdf
 
Design of a regional aircaft
Design of a regional aircaftDesign of a regional aircaft
Design of a regional aircaft
 
CSP Report Group E (1)
CSP Report Group E (1)CSP Report Group E (1)
CSP Report Group E (1)
 
Basics of Air cooler design and inspection
Basics of Air cooler design and inspectionBasics of Air cooler design and inspection
Basics of Air cooler design and inspection
 
Trade Sector Briefs, 2015 Edition
Trade Sector Briefs, 2015 EditionTrade Sector Briefs, 2015 Edition
Trade Sector Briefs, 2015 Edition
 
Modu part 6_e-jan12
Modu part 6_e-jan12Modu part 6_e-jan12
Modu part 6_e-jan12
 
Sample econsultancy-real-time-bidding-buyers-guide-2012.pdf
Sample econsultancy-real-time-bidding-buyers-guide-2012.pdfSample econsultancy-real-time-bidding-buyers-guide-2012.pdf
Sample econsultancy-real-time-bidding-buyers-guide-2012.pdf
 
Extract | T.A. Cook Offshore Wind Maintenance Study
Extract | T.A. Cook Offshore Wind Maintenance StudyExtract | T.A. Cook Offshore Wind Maintenance Study
Extract | T.A. Cook Offshore Wind Maintenance Study
 
Extract | T.A. Cook Offshore Wind Maintenance Study
Extract | T.A. Cook Offshore Wind Maintenance StudyExtract | T.A. Cook Offshore Wind Maintenance Study
Extract | T.A. Cook Offshore Wind Maintenance Study
 
Scope management
Scope management Scope management
Scope management
 
510 e10 PA.pdf
510 e10 PA.pdf510 e10 PA.pdf
510 e10 PA.pdf
 
Rules for hull 2014
Rules for hull 2014Rules for hull 2014
Rules for hull 2014
 
Nes 362
Nes 362Nes 362
Nes 362
 
CDP FINAL REPORT
CDP FINAL REPORTCDP FINAL REPORT
CDP FINAL REPORT
 
KTA, Pinjaman Tanpa Jaminan, Dana Pinjaman Tanpa Jaminan
KTA, Pinjaman Tanpa Jaminan, Dana Pinjaman Tanpa JaminanKTA, Pinjaman Tanpa Jaminan, Dana Pinjaman Tanpa Jaminan
KTA, Pinjaman Tanpa Jaminan, Dana Pinjaman Tanpa Jaminan
 
Internship report_Georgios Katsouris
Internship report_Georgios KatsourisInternship report_Georgios Katsouris
Internship report_Georgios Katsouris
 

22 OPRC Bidding Doc 20160421 TOC Content HFG2404

  • 1. iv GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency Table of Contents : OPRC-Tender Dossier Section I. Instructions to Bidders.............................................. 3 A. General........................................................................................................................................3 Introduction 3 1. Scope of Bid 6 2. Source of Funds 6 3. Fraud and Corruption 7 4. Eligible Bidders 8 5. Eligible Materials, Equipment, and Services 10 B. Contents of Bidding Document.................................................................................................10 6. Sections of Bidding Document 10 7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting 10 8. Amendment of Bidding Document 11 C. Preparation of Bids...................................................................................................................11 9. Cost of Bidding 11 10. Language of Bid 12 11. Documents Comprising the Bid 12 12. Letter of Bid, and Schedules 12 13. Alternative Bids 12 14. Bid Prices and Discounts 13 15. Currencies of Bid and Payment 13 16. Documents Comprising the Technical Proposal 14 17. Documents Establishing the Qualifications of the Bidder 14 18. Period of Validity of Bids 14 19. Bid Security 14 20. Format and Signing of Bid 15 D. Submission and Opening of Bids .............................................................................................16 21. Sealing and Marking of Bids 16 22. Deadline for Submission of Bids 16 23. Late Bids 16 24. Withdrawal, Substitution, and Modification of Bids 16 25. Bid Opening 17 E. Evaluation and Comparison of Bids..........................................................................................18 26. Confidentiality 18 27. Clarification of Bids 18 28. Deviations, Reservations, and Omissions 18 29. Determination of Responsiveness 18 30. Nonmaterial Nonconformities 19 31. Correction of Arithmetical Errors 19 32. Conversion to Single Currency 20 33. Margin of Preference 20 34. Evaluation of Bids 20 35. Comparison of Bids 21 36. Qualification of the Bidder 21 37. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids 21 PART 1 – Bidding Procedures.................................................... 1
  • 2. GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency v F. Award of Contract.....................................................................................................................21 38. Award Criteria 21 39. Notification of Award 21 40. Signing of Contract 22 41. Performance Security 22 Section II. Bid Data Sheet ...................................................... 23 A. Introduction........................................................................................................................................23 B. Bidding Documents ...........................................................................................................................23 C. Preparation of Bids............................................................................................................................24 D. Submission and Opening of Bids ......................................................................................................26 E. Evaluation and Comparison of Bids...................................................................................................26 Section III. Evaluation and Qualification Criteria (Without Prequalification) ...................................................................... 27 1 Evaluation.................................................................................................................................27 2 Qualification..............................................................................................................................31 2.1 Eligibility..........................................................................................................................................31 2.2 Historical Contract Non-Performance .............................................................................................33 2.3 Financial Situation...........................................................................................................................35 2.4 Experience......................................................................................................................................37 2.5 Personnel........................................................................................................................................43 The Contractor (Contracting Entity) – Design Stage 43 The Contractor (Contracting Entity) – Construction Stage 45 2.6 Equipment.......................................................................................................................................51 2.7 Laboratroy Equipment and other Equipment...................................................................................52 Section IV. Bidding Forms..................................................... 55 1. Letter of Bid for Rehabilitation, Periodic and Routine MT........................................................55 2. Appendix 1 to Bid BiLL of QUANTITIES...................................................................................58 Price Schedules / Bill of Quantities ................................................................................................58 Price Schedule A (BoQ Rehabilitation) ...................................................................................................58 Price Schedule B (BoQ Routine Maintenance).......................................................................................59 Price Schedule C (BoQ Periodic Maintenance) ......................................................................................60 Total TENDER Price (summary of REHA, RMT and PMT, excl. Emergency Works) .............................61 3. Appendix 2 to Bid Break down of Tender Bid Price................................................................62 A Direct Costs of Tender Bid Price ..............................................................................................62 A1 PLANT / Equipment / Tool all costs incl. Delivery site and depreciation..........................................62 A2 Fuel / Lubricants / all MATERIAL.....................................................................................................63 A3 LABOURs / Operators / Foremen....................................................................................................64 B Indirect Cost (non-productive cost)...........................................................................................64 B1 Fixed Costs : e.g. Mobilization / Demobilization Camp....................................................................65 B2 Time-related Costs ..........................................................................................................................65 B3 Value-related Costs.........................................................................................................................65 C Design......................................................................................................................................66 D Risk + Profit..............................................................................................................................66 E … Intermediate Bid Price E = sum of A + B + C +D ...................................................................66
  • 3. vi GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency F Provisional Sums – Physical Contingencies .............................................................................66 G Provisional Sums – Adjustment for Changes in Cost (Prices)..................................................67 H = Total Tender / Bid Price … Breakdown of Prices ....................................................................68 4. Appendix 3 to Bid…Payment Schedule .....................................................................................70 A Rehabilitation Payments...........................................................................................................70 B Routine + Periodic Maintenance Payments..............................................................................72 5. Appendix 4 to Bid … Variation of Prices....................................................................................74 A Schedule of Price Adjustment Data (LC) for Reha, RMT, PMT .................................................74 Table A1. Price Adjustment of REHABILITATION (LC.)).......................................................................74 Table A2. Price Adjustment ROUTINE Maintenance (LC).....................................................................75 Table A3. Price Adjustment PERIODIC Maintenance (LC)....................................................................76 B Schedule of Price Adjustment Data (FC) for Reh, RMT, PMT...................................................77 Table B1. Price Adjustment REHABILITATION (FC)..............................................................................77 Table B2. Price Adjustment for ROUTINE Maintenance (FC).................................................................78 Table B3. Price Adjustment for PERIODIC Maintenance (FC) ...............................................................79 C Summary of Payment Currencies of Table A + B (LC + FC) .....................................................80 6. Bill of Quantities for Emergency Works.....................................................................................81 6.1 General..................................................................................................................................81 6.2 BoQ Items – Emergency Works.............................................................................................82 7. Technical Proposal......................................................................................................................84 7.1 Technical Proposal Part (A) ....................................................................................................85 Schedule A The Contractor (The Contracting Entitiy)...........................................................................86 Schedule B Contractor’s Equipment and Materials Availability.............................................................88 Schedule C Initial Tentative Program of Performance and Work Plan..................................................89 Schedule D Key Personnel proposed ...................................................................................................90 Schedule E Quality Control Program ....................................................................................................93 7.2 Technical Proposal (Part B): Business Plan.............................................................................94 A Business plan Plan............................................................................................................................94 B Forms Current Commitments / Financial Resources.........................................................................97 Form CCC Current Contract Commitments / Works in Progress 97 Form FIN-1 Financial Resources 98 Form FIN – 3.1 Financial Situation 99 Form FIN – 3.2 Average Annual Construction Turnover 100 Form FIN – 3.3 Financial Resources 101 Form ELI – 1: Bidder’s Information Sheet 102 Form ELI – 2: JV Information Sheet 103 Form CON – 2: Historical Contract Non-Performance 104 Form EXP – 4.1.1.1: General Construction Experience 105 Form EXP – 2.4.1.2. (a): Specific Construction Experience 106 Form EXP – 2.4.1.2. (b): Specific Construction Experience in Key Activities 107 Form EXP – 2.4.2. Consultant’s Experience (Design Part) 108 8. Form of Bid Security..................................................................................................................109 Bank/Insurance Company Guarantee..........................................................................................109 Section V. Eligible Countries............................................... 110
  • 4. GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency vii Section VI. Specifications..................................................... 112 9. PERFORMANCE Specifications................................................................................................112 Definitions … Performance..........................................................................................................112 10. Part A1: Basic Concept of Road Asset Management and Output-performance based Road Contracts (OPRC) ......................................................................................................................116 A1.1 Road User Service and Comfort measures, ......................................................................119 A1.2 Road Durability measures for unpaved and paved roads..................................................119 A1.3 Management Performance Measures,...............................................................................119 11. Part A2: Description of Services to be provided...................................................................122 A2.1 Description of the project area...........................................................................................122 Topography...........................................................................................................................................122 Climate and Hydrology..........................................................................................................................122 Vegetation.............................................................................................................................................122 Geology.................................................................................................................................................122 A2.2 Description of the road section : ........................................................................................122 A2.3 Conceptual Design ............................................................................................................123 Road Section Proposed........................................................................................................................125 12. Part A3: Level of Services … unpaved and paved roads .....................................................127 A3.1 Description of Service Levels Paved Roads.....................................................................127 1 Activities / items and Service Levels................................................................................................127 2 Level of Service for REHABILITATION stage..................................................................................128 3 Service Level DESIGN.....................................................................................................................128 4 Service Level CONSTRUCTION......................................................................................................129 5 Level of service for MAINTENANCE stage......................................................................................132 A3.2 Methods of Inspection of Service Levels ...........................................................................132 1 Formal Inspections of Service Levels ..............................................................................................132 2 Informal Inspections of Service Levels.............................................................................................134 3 Program of Performance..................................................................................................................134 4 Contractor’s Quality Assurance Plan ...............................................................................................134 5 Health and Safety Management Plans.............................................................................................135 6 Emergency Procedures and Contingency Plan ...............................................................................135 7 Traffic Management Plan.................................................................................................................136 8 Updating of Road Administration Databases ...................................................................................136 9 Handover and Completion Report....................................................................................................137 A.3.3 Specification of Service Level Criteria for Unpaved Roads.................................................137 1 Road User Service and Comfort Measures for Unpaved Roads......................................................137 Usability of the Road 137 Average Traffic Speed 137 Road User Comfort 138 2 Durability Measures for Unpaved Roads .........................................................................................139 3 Variations and Gradual Compliance with Service Levels.................................................................139 4 Means used for Inspection of Service Levels for unpaved roads.....................................................140 5 Methodologies to be used for Assessing Service Levels on unpaved Roads..................................140 Usability of the Road(s): 140 Average Traffic Speed: 140 PART 2 – Specifications......................................................... 111
  • 5. viii GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency Road corrugation amplitude: 141 Rut depth: 141 Other surface degradations: 141 Useable road surface width: 142 Required longitudinal profile: 142 6 Summary Table for Maximum and Threshold Values for unpaved roads ........................................144 A3.3 Specification of Service Level Criteria for PAVED Roads..................................................145 1 Usability of the Road........................................................................................................................145 2 Road User Service and Comfort Measures for Paved Roads..........................................................145 3 Durability measures for paved roads ...............................................................................................147 4 Variations and gradual compliance with Service Levels ..................................................................148 A3.4 Means used for Assessing of Service Levels for PAVED Roads.......................................149 1 Methodologies and Procedures to be Used for Measurement of Service Levels on Paved Roads. ..150 Road User Comfort Measures and Pavement Width............................................................................151 Durability Measures ..............................................................................................................................151 A3.5 Signaling and Road Safety ................................................................................................152 1 Service Levels Measures for Signaling and Road Safety ..................................................................152 2 Variations and gradual compliance with Service Levels for Signaling and Road Safety....................154 3 Procedures for Inspection..................................................................................................................154 A3.6 Drainage............................................................................................................................154 1 Service Levels..................................................................................................................................154 2 Variations and Gradual Compliance with Service Levels.................................................................155 3 Procedures for Inspection................................................................................................................155 A.3.7 Vegetation ........................................................................................................................155 1 Service Levels..................................................................................................................................155 2 Variations and Gradual Compliance with Service Levels.................................................................158 A3.8 Structures..........................................................................................................................158 1 Service Levels..................................................................................................................................158 2 Variations and gradual compliance with Service Levels ..................................................................159 3 Procedures for Inspection................................................................................................................159 A3.9 Slopes – Cuts and Embankments .....................................................................................159 1 Service Levels..................................................................................................................................159 2 Variations and gradual compliance with Service Levels ..................................................................160 3 Procedures for Inspection................................................................................................................160 A3.10 Management Performance measures … REPORTS........................................................160 1 Final Completion Report: Rehabilitation/New Construction Stage:..................................................162 2 Final Completion Report Routine Maintenance:..............................................................................162 3… Final Completion Report Periodic Maintenance: ............................................................................162 A3.11 Payment Reductions and Liquidated Damages................................................................162 1 Liquidated Damages........................................................................................................................162 2 Determination of Payment Reductions.............................................................................................163 a Payment Reductions for non-compliance with Road User Service Comfort Measures: 173 b Payment Reductions for non-compliance with road roughness criteria: 173 c Payment Reductions for non-compliance with pavement deflection criteria: 173 13. Part B : General Specifications for Road Works...................................................................174 Item 1 - Design:............................................................................................................................174 Item 2 - Clearance along ROW....................................................................................................176 Item 3 - Strengthening and widening embankment/cut formations: .............................................177 Item 4 - Paved shoulder...............................................................................................................179 Item 5 - Asphalt carriageway........................................................................................................179
  • 6. GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency ix Item 6 - Taxi bay..........................................................................................................................180 Item 7 – General Guidelines and Specifications for Pavements: .................................................180 Item 8 - Road lane marking and traffic sign boards......................................................................187 Item 9 - Traffic Sign Boards: ........................................................................................................189 Item10 - Desilting:........................................................................................................................190 Item 11 - Earth drain: ...................................................................................................................190 Item 13 - Quadrant pitching:.........................................................................................................190 Item 14 - Painting and numbering:...............................................................................................191 Item 15 - Procuring Equipment and software:..............................................................................191 Item 16 - Construct Concrete drain adjacent to shoulder on both sides.......................................192 Item 17 – Provision and installation of Reinforced Concrete Pipe(RCP) culvert, complete with concrete headwall, wing wall, leading channel etc at locations to be specified by the Employer. (AASHTO M170M-07/ASTM C 76 M-05B)...................................................................................192 Item 18 - Reinforced concrete approach slabs for existing bridges..............................................193 Item 19 - Design and construct Guard Rails over embankments and approaches to bridges above 3 meter height..............................................................................................................................193 Item 20 - Reconstruction of Bridges.............................................................................................194 Item 21 - Project Manager’s Office, Housing accommodation and Vehicles................................198 Item 22 - Consultant’s office accommodation ..............................................................................199 Item 23 - Residential accommodation..........................................................................................202 Item 24 – Procurement and supply of Vehicles:..........................................................................204 Item 25 - Preparation of As-Built Drawings and Associated Information......................................204 Item 26 – Minimum Laboratory Equipment ..................................................................................205 Specification ANNEX A Typical structure detailing ....................................................................206 Specification ANNEX B Pavement Edge detailing .....................................................................207 14. Part C: Specifications for Emergency Works........................................................................208 C1. Definition of “Unforeseen Natural Phenomena”.....................................................................208 C2. Procedure for Requesting Emergency Works .......................................................................208 C3. Remuneration of Emergency Works......................................................................................209 C4. Provision for Emergency Works ............................................................................................209 C5. Obligations of Contractor during Emergencies and Emergency Works.................................209 C6. Minor repairs made necessary by “Unforeseen Natural Phenomena”...................................209 15. Part D: Legal Environmental and Social Specifications.......................................................211 D1. Local Government Policy and Framework.............................................................................211 D2. Environmental and Resettlement Issues ...............................................................................213 D3. Environmental Framework.....................................................................................................213 1. Impact Assessment..........................................................................................................................214 2. Environmental Management Plan (EMP)........................................................................................214 3. Environmental Monitoring ...............................................................................................................219 4. PROVISIONS..................................................................................................................................220 D4. Resettlement Monitoring Framework...................................................................................224 1 Objectives of the RPF......................................................................................................................224 2 Resettlement principles According to South-Sudan Land Acquisition Policies ................................224
  • 7. x GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency 3 Compensation Eligibility...................................................................................................................224 4 Table: RAP Monitoring Framework..................................................................................................226 Section VII. General Conditions (GC) ................................... 229 A. Contract and Interpretation......................................................................................................230 1. Definitions 230 2. Interpretation 232 3. Documents Forming the Contract 232 4. Language and Law 232 5. Notices 232 6. Settlement of Disputes (Alternative when using a Dispute Review Board DRB) 233 6. Settlement of Disputes (Alternative when using a Dispute Review Expert DRE) 235 B. Assignment of Responsibilities................................................................................................237 7. Scope of Works and Services 237 8. Design Responsibility 238 9. Copyright 239 10. Start date / commencement date (CD) and Completion 240 11. Contractor’s Responsibilities 240 12. Subcontracting 241 13. Assignment of Contract 241 14. Employer’s Responsibilities 241 15. Confidential Information 241 C. Execution of Works and Services............................................................................................242 16. Representatives 242 17. Work Program 244 18. Execution of Works 245 19. Staff and Labor 246 20. Test and Inspection 248 21. Rehabilitation Works 249 22. Improvement Works 249 23. Maintenance Services 249 24. Performance Standards 250 25. Contractor’s Self-Control of Quality and Safety 250 26. Environmental and Safety Requirements 250 27. Work Orders for Improvement Works and Emergency Works 250 28. Taking Over Procedures 251 29. Emergency Works 251 30. Quality of materials used by Contractor 252 31. Signaling and demarcation of work zones and bypasses 252 D. Allocation of Risks...................................................................................................................253 32. Employer’s Risks 253 33. Contractor’s Risks 253 34. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification 253 35. Insurance 254 36. Unforeseen Conditions 255 37. Change in Laws and Regulations 256 38. Force Majeure 256 E. Guarantees and Liabilities .......................................................................................................257 39. Completion Time Guarantee and Liability 257 40. Performance Guarantee and Liability 258 PART 3 – Conditions of Contract and Contract Forms .......... 228
  • 8. GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency xi 41. Defect Liability 259 42. Limitation of Liability 260 43. Liability for Damages through Traffic Accidents and Traffic Interruptions 260 F. Payment...................................................................................................................................260 44. Contract Price 260 45. Advance Payment 261 46. Bill of Quantities 261 47. Measurement 262 48. Price Adjustments 262 49. Monthly Statements 263 50. Payments 263 51. Retention and Reductions 264 52. Taxes and Duties 264 53. Securities 264 54. Certificate of Completion 265 55. Final Statement 265 56. Discharge 265 57. As Built Drawings and Manuals 265 G. Remedies................................................................................................................................266 58. Suspension 266 59. Termination 267 H. Provisional Sum ......................................................................................................................272 60. Provisional Sum 272 61. Use of Provisional Sum for Emergency Works 272 62. Use of Provisional Sum for Contingencies 272 I. Change in Contract Elements ...................................................................................................272 63. Change in Assignments to Contractor 272 64. Extension Time for Completion 275 65. Release from Performance 275 Section VIII. Particular Conditions (PC) ............................... 277 Reference to General Conditions of Contract (GC) clauses.........................................................277 16. PC - Appendix 1: Risk Matrix Summary.................................................................................292 17. PC - Appendix 2: PAYMENTS .................................................................................................296 Rehabilitation Payments ..............................................................................................................296 Routine and Periodic Maintenance Payments .............................................................................298 Section IX. Annex to “The Contract” – Contract Forms........ 299 18. Notification of Award – Letter of Acceptance..........................................................................299 19. Performance Guarantee: Rehabiliation....................................................................................300 20. Performance Guarantee: Maintenance.....................................................................................302 21. Pre-Transfer Guarantee.............................................................................................................304 22. Advance Payment Security.......................................................................................................307 23. Retention Money Security.........................................................................................................309 24. Contract Agreement ..................................................................................................................310 Attachment: Form of Invitation for Bid.................................. 313
  • 9. xii GoSS / MTRB / PMT … OPRC Tender : Design, Rehabilitation/Improvement, Maintenance, Emergency 25. Specific Procurement Notice ....................................................................................................314 ANNEXES: A,B,C,D, E, F … for Information only................. 317 Annex A : Conceptual Design & Drawings..................................................................................318 Annex B : Pavement distress survey – visual inspection ............................................................320 Annex C : General Environment and Resettle M. Plan ...............................................................331 Annex D : Sample periodic payment report.................................................................................345 Annex E : Traffic Level and Forecast..........................................................................................358 Annex F : Hand-over / Taking Over Procedure...........................................................................367 End of Document – Status 21 April 2016 – Skype HFG2404 375