You are on page 1of 134

REQUEST FOR PROPOSALS

GOVERNMENT OF GUYANA
MINISTRY OF PUBLIC WORKS AND COMMUNICATION WORKS SERVICES GROUP

DESIGN CONSULTANCY EAST BANK DEMERARA PUBLIC ROAD 4-LANE EXTENSION


(LO 1554/SF-GY)

Works Services Group Ministry of Public Works & Communication Fort Street, Kingston Georgetown Guyana Telephone No: (592) 226-0650 ext. 223 Facsimile No: (592) 225-2689 E-mail: consultancies@wsg.gov.gy

FEBRUARY 2010

THIS IS A BLANK PAGE

Table of Contents

SECTION 1 - LETTER OF INVITATION ................................................................................. 1 SECTION 2 - INSTRUCTIONS TO CONSULTANTS .............................................................. 5 SECTION 3. TECHNICAL PROPOSAL - STANDARD FORMS ........................................... 27
FORM TECH-1 TECHNICAL PROPOSAL SUBMISSION FORM................................................................. 28 FORM TECH-2 CONSULTANTS ORGANIZATION AND EXPERIENCE .................................................. 29 FORM TECH-3 COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE AND ON COUNTERPART STAFF AND FACILITIES TO BE PROVIDED BY THE CLIENT..................................... 31 FORM TECH-4 DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT ............................................................................................................. 33 FORM TECH-5 TEAM COMPOSITION AND TASK ASSIGNMENTS ......................................................... 34 FORM TECH-6 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF .................... 35 FORM TECH-7 STAFFING SCHEDULE1 ...................................................................................................... 37 FORM TECH-8 WORK SCHEDULE.............................................................................................................. 38

SECTION 4. PRICE PROPOSAL - STANDARD FORMS...................................................... 39


FORM PR-1 PRICE PROPOSAL SUBMISSION FORM................................................................................. 40 FORM PR-2 SUMMARY OF PRICES ............................................................................................................ 41 FORM PR-5 BREAKDOWN OF REIMBURSABLE EXPENSES ................................................................... 44 APPENDIX ..................................................................................................................................................... 45

SECTION 5. TERMS OF REFERENCE................................................................................... 51 SECTION 6. STANDARD CONTRACT................................................................................. 78 SECTION 6. ELIGIBLE COUNTRIES ................................................................................. 129

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

THIS IS A BLANK PAGE

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section I Letter of Invitation

Section 1 - Letter of Invitation


LO 1554/SF-GY: NA-MC ROAD REHABILITATION PROJECT Design Consultancy - East Bank Demerara Public Road 4-Lane Extension

March 3, 2010

Stuart Hughes Senior Project Manager Mott MacDonald Ltd. Stoneham Place, Stoneham Lane, Southampton, Hampshire S050 9NW, United Kingdom Email: stuart.hughes@mottmac.com

Dear Sir, Re: Request for Proposals for Design Consultancy - East Bank Demerara Public Road 4-Lane Extension

1. The Government of Guyana (hereinafter called Borrower) has received financing (hereinafter called funds) from the Inter-American Development Bank (IDB), (hereinafter called Bank) toward the cost of conducting the Design Consultancy - East Bank Demerara Public Road 4-Lane Extension. The Borrower intends to apply these funds to eligible payments under the contract for which this Request for Proposals is issued. 2. The Ministry of Public Works & Communications now invites proposals to provide the following consulting services: Design Consultancy - East Bank Demerara Public Road 4Lane Extension. More details on the services are provided in the Terms of Reference. 3. This Request for Proposal (RFP) has been addressed to the following shortlisted Consultants: MMM Group Inc. in association with CEMCO Inc. The Louis Berger Group Inc. Mott MacDonald in association with SRKNgineering Sheladia Associates Inc. in association with E&A Consultants Inc. Euroestudios, S.L. Ingenieros de Consulta and NIP S.A. Ingeniera, Estudios y Proyectos S.A. Tcnica y Proyectos S.A. (TYPSA)
Page | 1

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section I Letter of Invitation

THIS IS A BLANK PAGE

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 2

Section I Letter of Invitation

It is not permissible to transfer this invitation to any other firm.

4. A firm will be selected under Quality and Cost Based Selection and procedures described in this RFP, in accordance with the policies of the Inter-American Development Bank (IDB) detailed in the Policies for the Selection and Contracting of Consultants financed by the Inter-American Development Bank which can be found at the following website: http://www.iadb.org/procurement.

5. The RFP includes the following documents: Section 1 - Letter of Invitation Section 2 - Instructions to Consultants (including Data Sheet) Section 3 - Technical Proposal - Standard Forms Section 4 - Price Proposal - Standard Forms Section 5 - Terms of Reference Section 6 - Standard Contract Section 7 Eligible Countries

6. Please inform us at the email address: consultancies@wsg.gov.gy that: (a) that you received the Letter of Invitation; and (b) whether you will submit a proposal alone or in association.

Yours sincerely,

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 3

Section I Letter of Invitation

THIS IS A BLANK PAGE

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 4

Section II Instructions to Consultants

Section 2 - Instructions to Consultants


Definitions (a) Bank means the Inter-American Development Bank, Washington, D.C., U.S.A., or any other fund administered by the Bank. Client means the agency with which the selected Consultant signs the Contract for the Services. Consultant means any entity or person, including a Joint Venture, Consortium or Association (JVCA), that may provide or provides the Services to the Client under the Contract. Contract means the Contract signed by the Parties and all the attached documents listed in its Clause 1 that is the General Conditions (GC), the Special Conditions (SC), and the Appendices. Data Sheet means such part of the Instructions to Consultants used to reflect specific country and assignment conditions. Day means calendar day. Government means the government of the Clients country. Instructions to Consultants (Section 2 of the RFP) means the document which provides shortlisted Consultants with all information needed to prepare their Proposals. LOI (Section 1 of the RFP) means the Letter of Invitation being sent by the Client to the shortlisted Consultants. Personnel means professionals and support staff provided by the Consultant or by any Sub-Consultant and assigned to perform the Services or any part thereof; Foreign Personnel means such professionals and support staff who at the time of being so provided had their domicile outside the Governments country; Local Personnel means such professionals and support staff who at the time of being so provided had their domicile inside the Governments country. Proposal means the Technical Proposal and the Price Proposal. RFP means the Request For Proposal to be prepared by the Client for the selection of Consultants, based on the SRFP.

(b) (c)

(d)

(e)

(f) (g) (h)

(i) (j)

(k) (l)

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 5

Section II Instructions to Consultants

(m)

SRFP means the Standard Request for Proposals, which must be used by the Client as a guide for the preparation of the RFP. Services means the work to be performed by the Consultant pursuant to the Contract. Sub-Consultant means any person or entity with whom the Consultant subcontracts any part of the Services. Terms of Reference (TOR) means the document included in the RFP as Section 5 which explains the objectives, scope of work, activities, tasks to be performed, respective responsibilities of the Client and the Consultant, and expected results and deliverables of the assignment. The Client named in the Data Sheet will select a consulting firm/organization (the Consultant) from those listed in the Letter of Invitation, in accordance with the method of selection specified in the Data Sheet. The shortlisted Consultants are invited to submit a Technical Proposal and a Price Proposal, or a Technical Proposal only, as specified in the Data Sheet, for consulting services required for the assignment named in the Data Sheet. The Proposal will be the basis for contract negotiations and ultimately for a signed Contract with the selected Consultant. Consultants should familiarize themselves with local conditions and take them into account in preparing their Proposals. To obtain first-hand information on the assignment and local conditions, Consultants are encouraged to visit the Client before submitting a proposal and to attend a preproposal conference if one is specified in the Data Sheet. Attending the pre-proposal conference is optional. Consultants should contact the Clients representative named in the Data Sheet to arrange for their visit or to obtain additional information on the pre-proposal conference. Consultants should ensure that these officials are advised of the visit in adequate time to allow them to make appropriate arrangements. The Client will timely provide at no cost to the Consultants the inputs and facilities specified in the Data Sheet, assist the firm in obtaining licenses and permits needed to carry out the services, and make available relevant project data and reports. Consultants shall bear all costs associated with the preparation and submission of their proposals and contract negotiation. The Client is not bound to accept any proposal, and reserves the
Page | 6

(n) (o) (p)

1. Introduction

1.1

1.2

1.3

1.4

1.5

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

right to annul the selection process at any time prior to Contract award, without thereby incurring any liability to the Consultants. Conflict of Interest 1.6 Bank policy requires that Consultants provide professional, objective, and impartial advice and at all times hold the Clients interests paramount, strictly avoid conflicts with other assignments or their own corporate interests and act without any consideration for future work. 1.6.1 Without limitation on the generality of the foregoing, Consultants, and any of their affiliates, shall be considered to have a conflict of interest and shall not be recruited, under any of the circumstances set forth below: Conflicting activities (i) A firm that has been engaged by the Client to provide goods, works or services other than consulting services for a project, and any of its affiliates, shall be disqualified from providing consulting services related to those goods, works or services. Conversely, a firm hired to provide consulting services for the preparation or implementation of a project, and any of its affiliates, shall be disqualified from subsequently providing goods or works or services other than consulting services resulting from or directly related to the firms consulting services for such preparation or implementation. For the purpose of this paragraph, services other than consulting services are defined as those leading to a measurable physical output, for example surveys, exploratory drilling, aerial photography, and satellite imagery. (ii) A Consultant (including its Personnel and SubConsultants) or any of its affiliates shall not be hired for any assignment that, by its nature, may be in conflict with another assignment of the Consultant to be executed for the same or for another Client. For example, a Consultant hired to prepare engineering design for an infrastructure project shall not be engaged to prepare an independent environmental assessment for the same project, and a Consultant assisting a Client in the privatization of public assets shall not purchase, nor advise purchasers of, such assets. Similarly, a Consultant hired to prepare Terms of Reference for an assignment should not be hired
Page | 7

Conflicting assignments

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

for the assignment in question. Conflicting relationships (iii) A Consultant (including its Personnel and SubConsultants) that has a business or family relationship with a member of the Clients staff who is directly or indirectly involved in any part of (i) the preparation of the Terms of Reference of the assignment, (ii) the selection process for such assignment, or (iii) supervision of the Contract, may not be awarded a Contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the Bank throughout the selection process and the execution of the Contract. 1.6.2 Consultants have an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of their Client, or that may reasonably be perceived as having this effect. Failure to disclose said situations may lead to the disqualification of the Consultant or the termination of its Contract. 1.6.3 No agency or current employees of the Client shall work as Consultants under their own ministries, departments or agencies. Recruiting former government employees of the Client to work for their former ministries, departments or agencies is acceptable provided no conflict of interest exists. When the Consultant nominates any government employee as Personnel in their technical proposal, such Personnel must have written certification from their government or employer confirming that they are on leave without pay from their official position and allowed to work full-time outside of their previous official position. Such certification shall be provided to the Client by the Consultant as part of his technical proposal. Unfair Advantage 1.6.4 If a shortlisted Consultant could derive a competitive advantage from having provided consulting services related to the assignment in question, the Client shall make available to all shortlisted Consultants together with this RFP all information that would in that respect give such Consultant any competitive advantage over competing Consultants. 1.7 The Bank requires that all borrowers (including grant beneficiaries), the executing agencies and contracting agencies, as well as all firms, entities and individuals bidding for or participating in a Bank-financed project, including, inter alia,
Page | 8

Fraud and Corruption

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

applicants, bidders, contractors, consulting firms and individual consultants (including their respective officers, employees and agents) adhere to the highest ethical standards, and report to the Bank all suspected acts of fraud or corruption of which it has knowledge or becomes aware, during the Selection Process and throughout the negotiation or execution of a Contract. Fraud and corruption are prohibited. Fraud and corruption include acts of: (a) corrupt practice, (b) fraudulent practice, (c) coercive practice and (d) collusive practice. The definitions of actions set forth below cover the most common types of fraud and corruption, but are not exhaustive. For this reason, the Bank shall also take action in the event of any similar deed or complaint involving alleged acts of fraud and corruption, even when these are not specified in the following list. The Bank shall in all cases proceed in accordance with the established procedure referred to in Clause 1.7 (c): (a) The Bank defines the terms set forth below as follows: (i) A corrupt practice is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the actions of another party; (ii) A fraudulent practice is any act or omission, including a misrepresentation, which misleads, or attempts to mislead, a party in order to obtain a financial or other benefit or to avoid an obligation; (iii) A coercive practice is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or property of the party to influence the actions of a party; and (iv) A collusive practice is an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party. (b) If the Bank, in accordance with its administrative procedures, demonstrates that any firm, entity or individual bidding for or participating in a Bankfinanced project including, inter alia, applicants, bidders, contractors, consultants, borrowers (including grant beneficiaries), purchasers, executing agencies and contracting agencies (including their respective officers, employees and agents) engaged in an act of fraud or corruption, the Bank may:

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 9

Section II Instructions to Consultants

(i) decide not to finance any proposal to award a contract or a contract awarded for consultant services financed by the Bank; (ii) suspend disbursement of the operation if it is determined at any stage that evidence is sufficient to support a finding that an employee, agent or representative of the Borrower, Executing Agency or Contracting Agency has engaged in an act of fraud or corruption; (iii) cancel and/or accelerate repayment of, the portion of a loan or grant earmarked for a contract, when there is evidence that the representative of the Borrower, or Beneficiary of a grant, has not taken the adequate remedial measures within a time period which the Bank considers reasonable, and in accordance with the due process guarantees of the borrowing countrys legislation; (iv) issue a reprimand in the form of a formal letter of censure of the firm, entity or individuals behaviour; (v) issue a declaration that an individual, entity or firm is ineligible, either permanently or for a stated period of time, to be awarded or participate in contracts under Bank-financed projects except under such conditions as the Bank deems to be appropriate; (vi) refer the matter to appropriate law enforcement authorities; and/or (vii) impose other sanctions that it deems to be appropriate under the circumstances, including the imposition of fines representing reimbursement of the Bank for costs associated with investigations and proceedings. Such other sanctions may be imposed in addition to or in lieu of other sanctions. (c) The Bank has established administrative procedures for cases of allegations of fraud and corruption within the procurement process or the execution of a contract financed by the Bank which are available at the Banks website (www.iadb.org), as updated from time to time. To that effect any complaint shall be submitted to the Banks Office of Institutional Integrity (OII) for the appropriated investigation. Allegations may be presented confidentially or
Page | 10

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

anonymously. (d) Payments are expressly conditional upon the claimants participation in the procurement process conformed to all applicable Bank policies on Fraud and Corruption described in this Clause 1.7. The imposition of any action to be taken by the Bank pursuant to the provisions referred to paragraph (b) of this Clause may be public or private, in accordance with the policies of the Bank.

(e)

1.8

The Bank will have the right to require that, in contracts financed with a Bank loan, a provision be included requiring Consultants to permit the Bank to inspect their accounts and records and any other documents relating to the submission of proposals and contract performance and to have them audited by auditors appointed by the Bank. The Bank will have the right to require that, in contracts financed with a Bank loan, a provision be included requiring Consultants to: (i) maintain all documents and records related to the Bank-financed project for three (3) years after completion of the work contemplated in the relevant contract; and (ii) deliver any document necessary for the investigation of allegations of fraud or corruption and make available to the Bank the employees or agents of the consultant with knowledge of the Bank-financed project to respond to questions from Bank personnel or any properly designated investigator, agent, auditor or consultant relating to the review or audit of the documents. If the Consultants fail to comply with the Banks request, or otherwise obstruct the Banks review of the matter, the Bank, in its sole discretion, may take appropriate action against the Consultant. Consultants shall represent and warrant: (i) that they have read and understood the Banks prohibition against fraud and corruption and agrees to abide by the applicable rules; that they have not engaged in any violation of policies on fraud and corruption described herein; that they have not misrepresented or concealed any material facts during the procurement or contract negotiation processes or performance of the contract; that neither they nor any of their directors, officers or principal shareholders have been declared ineligible to be awarded Bank-financed contracts or have been convicted of a crime involving fraud or corruption;
Page | 11

1.9

(ii) (iii)

(iv)

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

(v)

that none of their directors, officers or principal shareholders has been a director, officer or principal shareholder of any other company or entity that has been declared ineligible to be awarded a Bankfinanced contract or has been convicted of a crime involving fraud or corruption; that all commissions, agents fees, facilitating payments or revenue-sharing agreements related to the Bankfinanced contract or consulting agreement have been disclosed; that they acknowledge that the breach of any of these warranties constitutes a basis for the imposition of any or a combination of the measures described in Clause 1.7 (b).

(vi)

(vii)

Eligibility of Consultants and Origin of Goods and Services

1.10

The Consulting Services may be provided by Consultants with the nationality of a Banks member country. Consultants from other countries shall be disqualified from participating in contracts intended to be financed in whole or in part from Bank loans. In the case of goods to be supplied under the Contract for Consulting Services, the goods shall have as their country of origin a member country of the Bank. Section 7 of this document establishes the Banks member countries, as well as the criteria to determine the nationality of the Consultants and the country of origin of goods and services. The Consultants with the nationality of a Banks member country and the goods to be supplied under the Contract for Consulting Services are not eligible if: (i) as a matter of law or official regulation, the Borrowers country prohibits commercial relations with that country; by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrowers Country prohibits any imports of goods from that country or any payments to persons or entities in that country the Consultants are declared ineligible by the Bank in accordance with subparagraph (b) (v) of paragraph 1.7 to be awarded a Bank-financed contract during the period of time determined by the Bank.

(ii)

(iii)

Only one Proposal

1.11

Shortlisted Consultants may only submit one proposal. If a Consultant submits or participates in more than one proposal, such proposals shall be disqualified. However, this does not
Page | 12

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

limit the participation of the same Sub-Consultant, including individual experts, to more than one proposal. Proposal Validity 1.12 The Data Sheet indicates how long Consultants Proposals must remain valid after the submission date. During this period, Consultants shall maintain the availability of Professional staff nominated in the Proposal. The Client will make its best effort to complete negotiations within this period. Should the need arise; however, the Client may request Consultants to extend the validity period of their proposals. Consultants who agree to such extension shall confirm that they maintain the availability of the Professional staff nominated in the Proposal, or in their confirmation of extension of validity of the Proposal, Consultants could submit new staff in replacement, who would be considered in the final evaluation for contract award. Consultants who do not agree have the right to refuse to extend the validity of their Proposals. In case a shortlisted Consultant intends to associate with Consultants who have not been shortlisted and/or individual expert(s), such other Consultants and/or individual expert(s) shall be subject to the eligibility criteria set forth under para. 1.10. Consultants may request a clarification of any of the RFP documents up to the number of days indicated in the Data Sheet before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the Clients address indicated in the Data Sheet. The Client will respond in writing, or by standard electronic means and will send written copies of the response (including an explanation of the query but without identifying the source of inquiry) to all Consultants. Should the Client deem it necessary to amend the RFP as a result of a clarification, it shall do so following the procedure under para. 2.2. At any time before the submission of Proposals, the Client may amend the RFP by issuing an addendum in writing or by standard electronic means. The addendum shall be sent to all Consultants and will be binding on them. Consultants shall acknowledge receipt of all amendments. To give Consultants reasonable time in which to take an amendment into account in their Proposals the Client may, if the amendment is substantial, extend the deadline for the submission of Proposals. The Proposal (see para. 1.2), as well as all related correspondence exchanged by the Consultants and the Client, shall be written in the language (s) specified in the Data Sheet.
Page | 13

1.13 Eligibility of Sub-Consultants

2. Clarification and Amendment of RFP Documents

2.1

2.2

3. Preparation of Proposals

3.1

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

3.2

In preparing their Proposal, Consultants are expected to examine in detail the documents comprising the RFP. Material deficiencies in providing the information requested may result in rejection of a Proposal. While preparing the Technical Proposal, Consultants must give particular attention to the following: (a) If a shortlisted Consultant considers that it may enhance its expertise for the assignment by associating with other Consultants in a JVCA or sub-consultancy, it may associate with either (a) non-shortlisted Consultant(s), or (b) shortlisted Consultants if so indicated in the Data Sheet. A shortlisted Consultant must first obtain the approval of the Client if it wishes to enter into a JVCA with non-shortlisted or shortlisted Consultant(s). In case of JVCA with non-shortlisted Consultant(s), the shortlisted Consultant shall act as JVCA leader. In case of a JVCA, all partners shall be jointly and severally liable and shall indicate who will act as the leader of the JVCA. The estimated number of Professional staff-months or the budget for executing the assignment shall be shown in the Data Sheet, but not both. However, the Proposal shall be based on the number of Professional staffmonths or budget estimated by the Consultants. For fixed-budget-based assignments, the available budget is given in the Data Sheet, and the Price Proposal shall not exceed this budget, while the estimated number of Professional staff-months shall not be disclosed. (c) Alternative professional staff shall not be proposed, and only one curriculum vitae (CV) may be submitted for each position. Documents to be issued by the Consultants as part of this assignment must be in the language specified in the Reference Paragraph 3.1 of the Data Sheet. It is desirable that the firms Personnel have a working knowledge of the Clients national language.

3.3

(b)

Language

(d)

Technical Proposal Format and Content

3.4

Depending on the nature of the assignment, Consultants are required to submit a Full Technical Proposal (FTP), or a Simplified Technical Proposal (STP). The Data Sheet indicates the format of the Technical Proposal to be submitted. Submission of the wrong type of Technical Proposal will result in the Proposal being deemed non-responsive. The Technical
Page | 14

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

Proposal shall provide the information indicated in the following paragraphs from (a) to (g) using the attached Standard Forms (Section 3). Paragraph (c) (ii) indicates the recommended number of pages for the description of the approach, methodology and work plan of the STP. A page is considered to be one printed side of A4 or letter size paper. (a) (i) For the FTP only: a brief description of the Consultants organization and an outline of recent experience of the Consultants and, in the case of JVCA, for each partner, on assignments of a similar nature is required in Form TECH-2 of Section 3. For each assignment, the outline should indicate the names of Sub-Consultants/ Professional staff who participated, duration of the assignment, contract amount, and Consultants involvement. Information should be provided only for those assignments for which the Consultant was legally contracted by the Client as a corporation or as one of the major firms within a JVCA. Assignments completed by individual Professional staff working privately or through other consulting firms cannot be claimed as the experience of the Consultant, or that of the Consultants associates, but can be claimed by the Professional staff themselves in their CVs. Consultants should be prepared to substantiate the claimed experience if so requested by the Client. (ii) For the STP the above information is not required and Form TECH-2 of Section 3 shall not be used. (b) (i) For the FTP only: comments and suggestions on the Terms of Reference including workable suggestions that could improve the quality/ effectiveness of the assignment; and on requirements for counterpart staff and facilities including: administrative support, office space, local transportation, equipment, data, etc. to be provided by the Client (Form TECH-3 of Section 3). (ii) For the STP Form TECH-3 of Section 3 shall not be used; the above comments and suggestions, if any, should be incorporated into the description of the approach and methodology (refer to following sub-para. 3.4 (c) (ii)).

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 15

Section II Instructions to Consultants

(c)

(i) For the FTP, and STP: a description of the approach, methodology and work plan for performing the assignment covering the following subjects: technical approach and methodology, work plan, and organization and staffing schedule. Guidance on the content of this section of the Technical Proposals is provided under Form TECH-4 of Section 3. The work plan should be consistent with the Work Schedule (Form TECH-8 of Section 3) which will show in the form of a bar chart the timing proposed for each activity. (ii) For the STP only: the description of the approach, methodology and work plan should normally consist of 10 pages, including charts, diagrams, and comments and suggestions, if any, on Terms of Reference and counterpart staff and facilities.

(d)

The list of the proposed Professional staff team by area of expertise, the position that would be assigned to each staff team member, and their tasks (Form TECH-5 of Section 3). Estimates of the staff input (staff-months of foreign and local professionals) needed to carry out the assignment (Form TECH-7 of Section 3). The staff-months input should be indicated separately for home office and field activities, and for foreign and local Professional staff. CVs of the Professional staff signed by the staff themselves or by the authorized representative of the Professional Staff (Form TECH-6 of Section 3). For the FTP only: a detailed description of the proposed methodology and staffing for training, if the Data Sheet specifies training as a specific component of the assignment.

(e)

(f)

(g)

3.5

The Technical Proposal shall not include any price information. A Technical Proposal containing price information may be declared non responsive. The Price Proposal shall be prepared using the attached Standard Forms (Section 4). It shall list all costs associated with the assignment, including (a) remuneration for staff (foreign and local, in the field and at the Consultants home office), and (b) reimbursable expenses indicated in the Data Sheet. If appropriate, these costs should be broken down by
Page | 16

Price Proposals

3.6

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

activity and, if appropriate, into foreign and local expenditures. All activities and items described in the Technical Proposal must be priced separately; activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items. Taxes 3.7 The Consultant may be subject to local taxes (such as: value added or sales tax, social charges or income taxes on non resident Foreign Personnel, duties, fees, levies) on amounts payable by the Client under the Contract. The Client will state in the Data Sheet if the Consultant is subject to payment of any local taxes. Any such taxes amounts shall not be included in the Price Proposal as they will not be evaluated, but they will be discussed at contract negotiations, and applicable amounts will be included in the Contract. Consultants may express the price of their services in a maximum of three freely convertible currencies, singly or in combination. The Client may require Consultants to state the portion of their price representing local cost in the currency of the Clients Country if so indicated in the Data Sheet. Commissions and gratuities, if any, paid or to be paid by Consultants and related to the assignment will be listed in the Price Proposal Form PR-1 of Section 4. The original proposal (Technical Proposal and, if required, Price Proposal; see para. 1.2) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Consultants themselves. The person who signed the proposal must initial such corrections. Submission letters for both Technical and Price Proposals should respectively be in the format of TECH-1 of Section 3, and PR-1 of Section 4. An authorized representative of the Consultants shall initial all pages of the original Technical and Price Proposals. The authorization shall be in the form of a written power of attorney accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed Technical and Price Proposals shall be marked Original. The Technical Proposal shall be marked Original or Copy as appropriate. The Technical Proposals shall be sent to the addresses referred to in para. 4.5 and in the number of copies indicated in the Data Sheet. All required copies of the Technical Proposal are to be made from the original. If there are discrepancies between the original and the copies of the Technical Proposal, the original governs.
Page | 17

3.8

3.9

4. Submission, Receipt, and Opening of Proposals

4.1

4.2

4.3

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

4.4

The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked Technical Proposal Similarly, the original Price Proposal (if required under the selection method indicated in the Data Sheet) shall be placed in a sealed envelope clearly marked Price Proposal followed by the Loan/TC number and the name of the assignment, and with a warning Do Not Open With The Technical Proposal. The envelopes containing the Technical and Price Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address, reference number and title of the Loan, and be clearly marked Do Not Open, Except In Presence Of The Official Appointed, Before [insert the time and date of the submission deadline indicated in the Data Sheet]. The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. This circumstance may be case for Proposal rejection. If the Price Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-responsive. The Proposals must be sent to the address/addresses indicated in the Data Sheet and received by the Client no later than the time and the date indicated in the Data Sheet, or any extension to this date in accordance with para. 2.2. Any proposal received by the Client after the deadline for submission shall be returned unopened. The Client shall open the Technical Proposals in the presence of the Evaluation Committee immediately after the deadline for their submission. The envelopes with the Price Proposal shall remain sealed and securely stored. From the time the Proposals are opened to the time the Contract is awarded, the Consultants should not contact the Client on any matter related to its Technical and/or Price Proposal. Any effort by Consultants to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Consultants Proposal. Evaluators of Technical Proposals shall have no access to the Price Proposals until the technical evaluation is concluded and the Bank issues its no objection.

4.5

4.6

5. Proposal Evaluation

5.1

Evaluation of Technical Proposals

5.2

The evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub criteria, and point system specified in the Data Sheet. Each responsive Proposal will be given a technical score (St). A Proposal shall
Page | 18

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

be rejected at this stage if it does not respond to important aspects of the RFP, and particularly the Terms of Reference or if it fails to achieve the minimum technical score indicated in the Data Sheet. Price Proposals for QBS 5.3 Following the ranking of technical Proposals, when selection is based on quality only (QBS), the first ranked Consultant is invited to negotiate its proposal and the Contract in accordance with the instructions given under para. 6 of these Instructions. After the technical evaluation is completed and the Bank has issued its no objection (if applicable), the Client shall inform the Consultants who have submitted proposals the technical scores obtained by their Technical Proposals, and shall notify those Consultants whose Proposals did not meet the minimum qualifying mark or were considered non responsive to the RFP and TOR, that their Price Proposals will be returned unopened after completing the selection process. The Client shall simultaneously notify in writing Consultants that have secured the minimum qualifying mark, the date, time and location for opening the Price Proposals. The opening date should allow Consultants sufficient time to make arrangements for attending the opening. Consultants attendance at the opening of Price Proposals is optional. Price Proposals shall be opened publicly in the presence of the Consultants representatives who choose to attend. The name of the Consultants and the technical scores of the Consultants shall be read aloud. The Price Proposal of the Consultants who met the minimum qualifying mark will then be inspected to confirm that they have remained sealed and unopened. These Price Proposals shall be then opened, and the total prices read aloud and recorded. Copy of the record shall be sent to all Consultants and the Bank. The Evaluation Committee will correct any arithmetical errors. When correcting arithmetical errors, in case of discrepancy between a partial amount and the total amount, or between word and figures the formers will prevail. In addition to the above corrections, as indicated under para. 3.6, activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items. In case an activity or line item is quantified in the Price Proposal differently from the Technical Proposal, (i) if the Time-Based form of contract has been included in the RFP, the Evaluation Committee shall correct the quantification indicated in the Price Proposal so as to make it consistent with that indicated in the Technical Proposal, apply the relevant unit price included in the Price Proposal to the corrected quantity
Page | 19

Public Opening and Evaluation of Price Proposals (only for QCBS, FBS, and LCS)

5.4

5.5

5.6

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

and correct the total Proposal cost, (ii) if the Lump-Sum form of contract has been included in the RFP, no corrections are applied to the Price Proposal in this respect. Prices shall be converted to a single currency using the selling rates of exchange, source and date indicated in the Data Sheet. 5.7 In case of QCBS, the lowest evaluated Price Proposal (Pm) will be given the maximum price score (Sp) of 100 points. The price scores (Sp) of the other Price Proposals will be computed as indicated in the Data Sheet. Proposals will be ranked according to their combined technical (St) and price (Sp) scores using the weights (T = the weight given to the Technical Proposal; P = the weight given to the Price Proposal; T + P = 1) indicated in the Data Sheet: Scomb = St x T + Sp x P. The firm achieving the highest combined technical and price score will be invited for negotiations. In the case of Fixed-Budget Selection, the Client will select the firm that submitted the highest ranked Technical Proposal within the budget. Proposals that exceed the indicated budget will be rejected. In the case of the Least-Cost Selection, the Client will select the lowest proposal among those that passed the minimum technical score. In both cases the evaluated proposal price according to para. 5.6 shall be considered, and the selected firm is invited for negotiations. Negotiations will be held at the date and address indicated in the Data Sheet. The invited Consultant will, as a pre-requisite for attendance at the negotiations, confirm availability of all Professional staff. Failure in satisfying such requirements may result in the Client proceeding to negotiate with the nextranked Consultant. Representatives conducting negotiations on behalf of the Consultant must have written authority to negotiate and conclude a Contract. Negotiations will include a discussion of the Technical Proposal, the proposed technical approach and methodology, work plan, and organization and staffing, and any suggestions made by the Consultant to improve the Terms of Reference. The Client and the Consultants will finalize the Terms of Reference, staffing schedule, work schedule, logistics, and reporting. These documents will then be incorporated in the Contract as Description of Services. Special attention will be paid to clearly defining the inputs and facilities required from the Client to ensure satisfactory implementation of the assignment. The Client shall prepare minutes of negotiations which will be signed by the Client and the Consultant.

5.8

6. Negotiations

6.1

Technical negotiations

6.2

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 20

Section II Instructions to Consultants

Price negotiations

6.3

If applicable, it is the responsibility of the Consultant, before starting price negotiations, to contact the local tax authorities to determine the local tax amount to be paid by the Consultant under the Contract. The price negotiations will include a clarification (if any) of the firms tax liability in the Clients country, and the manner in which it will be reflected in the Contract; and will reflect the agreed technical modifications in the cost of the services. In the cases of QCBS, Fixed-Budget Selection, and the Least-Cost Selection methods, unless there are exceptional reasons, the price negotiations will involve neither the remuneration rates for staff nor other proposed unit rates. For other methods, Consultants will provide the Client with the information on remuneration rates described in the Appendix attached to Section 4 - Price Proposal - Standard Forms of this RFP. Having selected the Consultant on the basis of, among other things, an evaluation of proposed Professional staff, the Client expects to negotiate a Contract on the basis of the Professional staff named in the Proposal. Before contract negotiations, the Client will require assurances that the Professional staff will be actually available. The Client will not consider substitutions during contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or for reasons such as death or medical incapacity. If this is not the case and if it is established that Professional staff were offered in the proposal without confirming their availability, the Consultant may be disqualified. Any proposed substitute shall have equivalent or better qualifications and experience than the original candidate and be submitted by the Consultant within the period of time specified in the letter of invitation to negotiate. Negotiations will conclude with a review of the draft Contract. To complete negotiations the Client and the Consultant will initial the agreed Contract. If negotiations fail, the Client will invite the Consultant whose Proposal received the second highest score to negotiate a Contract. After completing negotiations the Client shall award the Contract to the selected Consultant, publish in UNDB on line, in the Banks Internet website and, when appropriate, in the Client countrys sole official Internet website, and promptly notify all Consultants who have submitted proposals. After Contract signature, the Client shall return the unopened Price Proposals to the unsuccessful Consultants. The Consultant is expected to commence the assignment on the date and at the location specified in the Data Sheet.
Page | 21

Availability of Professional staff/experts

6.4

Conclusion of the negotiations

6.5

7. Award of Contract

7.1

7.2

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

8. Confidentiality

8.1

Information relating to evaluation of Proposals and recommendations concerning awards shall not be disclosed to the Consultants who submitted the Proposals or to other persons not officially concerned with the process, until the publication of the award of Contract. The undue use by any Consultant of confidential information related to the process may result in the rejection of its Proposal and may be subject to the provisions of the Banks antifraud and corruption policy.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 22

Section II Instructions to Consultants

Data Sheet
Paragraph Reference 1.1 Name of the Client: Ministry of Public Works & Communications, Co-operative Republic of Guyana Method of selection: Quality and Cost Based Selection 1.2 Price Proposal to be submitted together with Technical Proposal: Yes_X_ No___ Name of the assignment is: Design Consultancy - East Bank Demerara Public Road 4-Lane Extension 1.3 A pre-proposal conference will be held: Yes___ No_X_ The Clients representative is: Mr. Rickford Lowe - Coordinator, Works Services Group, Ministry of Public Works & Communications Address: Fort Street, Kingston, Georgetown Telephone: 592- 226-0650 Ext. 223 Facsimile: 592-225-2689 E-mail: consultancies@wsg.gov.gy 1.4 The Client will provide the following inputs and facilities: Relevant reports, documents, maps and data available; One office with furniture and access to communication facilities; but not for international phone calls. The Client envisages the need for continuity for downstream work: Yes___ No_X_ Proposals must remain valid 90 days after the submission date. Clarifications may be requested not later than 14 days before the submission date. The address for requesting clarifications is: Mr. Rickford Lowe Coordinator, Works Services Group, Ministry of Public Works & Communications For Street, Kingston, Georgetown. Facsimile: 592-225-2689 E-mail: consulatncies@wsg.gov.gy 3.1 Proposals shall be submitted in the following language: English
Page | 23

1.6.1 (a) 1.12 2.1

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

3.3 (a) 3.3 (b) 3.4 3.4 (g) 3.6

Shortlisted Consultants may associate with other shortlisted Consultants: Yes___ No_X_ The available budget is: US$ 800,000.00 The format of the Technical Proposal to be submitted is: FTP Training is a specific component of this assignment: Yes_X_ No___. Price Proposal should be expressed in US Dollars only. Reimbursable expenses in foreign currency. (1) a per diem allowance in respect of Personnel of the Consultant for every day in which the Personnel shall be absent from the home office and, as applicable, outside the Clients country for purposes of the Services; (2) cost of necessary travel, including transportation of the Personnel by the most appropriate means of transport and the most direct practicable route;

(3) cost of such further items required for purposes of the Services not covered in the foregoing. 3.7 3.8 4.3 Amounts payable by the Client to the Consultant under the contract to be subject to local taxation: Yes___ No_X_.( (For Expatriate Consultants) Consultant to state local cost in the Clients country currency: Yes_X_ No___ Consultant must submit the original hard copy of the Technical and Price Proposals. Additionally, the Consultant must submit on 3 CDs or DVDs, a single non-editable PDF file of the Technical Proposal. The Proposal submission address is: The Chairman, National Procurement and Tender Administration Board, Ministry of Finance, Main & Urquhart Streets, Kingston, Georgetown, Guyana Proposals must be submitted no later than the following date and time: 09:00 hrs on April 13, 2010. 5.2 Criteria, sub-criteria, and point system for the evaluation of Full Technical Proposals are: Min Max
(i) (ii) Specific experience of the Consultants relevant to the assignment: Adequacy of the proposed methodology and work plan in responding to the Terms of Reference: a) Technical approach and methodology 18 25

4.5

10 Page | 24

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section II Instructions to Consultants

b) Work Plan c) Organization and Staffing Total points for criterion (ii)

3 3 13

5 5 20

(iii) Key professional staff qualifications and competence for the assignment: a) Highway Engineer (Team Leader) b) Pavement Engineer b) Transport Economist c) Environmental Engineer Total points for criterion (iii): 18 11 7 3 39 25 15 10 5 55

The number of points to be assigned to each of the above positions or disciplines shall be determined considering the following three sub-criteria and relevant percentage weights: 1) General qualifications 2) Adequacy for the assignment 3) Experience in region and language Total weight: 30%] 50%] 20%] 100%

The minimum technical score St required to pass is: 70 Points 5.6 The single currency for price conversions is: USD The source of official selling rates is: Bank of Guyana The date of exchange rates is: 28 days prior to submission of proposals 5.7 The formula for determining the price scores is the following: Pp = 100 x Pm / F, in which Pp is the price score, Pm is the lowest price and F the price of the proposal under consideration. The weights given to the Technical and Price Proposals are: T = 0.75 and P = 0.25 6.1 Expected date and address for contract negotiations: May 4, 2010 at the Office of the Works Services Group, Ministry of Public Works & Communication Expected date for commencement of consulting services: May 17, 2010

7.2

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 25

Section II Instructions to Consultants

THIS IS A BLANK PAGE

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 26

Section III Technical Proposal Standard Forms

Section 3. Technical Proposal - Standard Forms


[Comments in brackets [ ] provide guidance to the shortlisted Consultants for the preparation of their Technical Proposals; they should not appear on the Technical Proposals to be submitted.] Refer to Reference Paragraph 3.4 of the Data Sheet for format of Technical Proposal to be submitted, and paragraph 3.4 of Section 2 of the RFP for Standard Forms required and number of pages recommended.

TECH-1 TECH-2

Technical Proposal Submission Form Consultants Organization and Experience A Consultants Organization B Consultants Experience Comments or Suggestions on the Terms of Reference and on Counterpart Staff and Facilities to be provided by the Client A On the Terms of Reference B On the Counterpart Staff and Facilities Description of the Approach, Methodology and Work Plan for Performing the Assignment Team Composition and Task Assignments Curriculum Vitae (CV) for Proposed Professional Staff Staffing Schedule Work Schedule

TECH-3

TECH-4

TECH-5 TECH-6 TECH-7 TECH-8

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 27

Section III Technical Proposal Standard Forms

FORM TECH-1 TECHNICAL PROPOSAL SUBMISSION FORM


[Location, Date] To: [Name and address of Client]

Dear Sirs: We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Price Proposal sealed under a separate envelope1. We, the undersigned, including any subcontractors required to execute the contract, have the nationality of any member country of the Bank. In the case that the Consulting Services Contract includes the supplying of goods and related services, we guarantee that these goods and related services will have as their origin any member country of the Bank. We are submitting our Proposal in association with: [Insert a list with full name and address of each associated Consultant]2 We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. If negotiations are held during the period of validity of the Proposal, i.e., before the date indicated in Paragraph Reference 1.12 of the Data Sheet, we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from Contract negotiations. We undertake, if our Proposal is accepted, to initiate the consulting services related to the assignment not later than the date indicated in Paragraph Reference 7.2 of the Data Sheet. We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

1 [In case Paragraph Reference 1.2 of the Data Sheet requires submitting a Technical Proposal only, replace this sentence with: We are hereby submitting our Proposal, which includes this Technical Proposal only.] 2 [Delete in case no association is foreseen.] Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 28

Section III Technical Proposal Standard Forms

FORM TECH-2 CONSULTANTS ORGANIZATION AND EXPERIENCE

A - Consultants Organization
[Provide here a brief (two pages) description of the background and organization of your firm/entity and each associate for this assignment.]

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 29

Section III Technical Proposal Standard Forms

B - Consultants Experience
[Using the format below, provide information on each assignment for which your firm, and each associate (JVCA) for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within an association, for carrying out consulting services similar to the ones requested under this assignment. Use 20 pages.]
Assignment name: Approx. value of the contract (in current US$ or Euro):

Country: Location within country: Name of Client:

Duration of assignment (months):

Total No of staff-months of the assignment:

Address:

Approx. value of the services provided by your firm under the contract (in current US$ or Euro): No of professional staff-months provided by associated Consultants: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

Start date (month/year): Completion date (month/year): Name of associated Consultants, if any:

Narrative description of Project:

Description of actual services provided by your staff within the assignment:

Firms Name:

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 30

Section III Technical Proposal Standard Forms

FORM TECH-3 COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE AND ON COUNTERPART STAFF AND FACILITIES TO BE PROVIDED BY THE CLIENT

A - On the Terms of Reference


[Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.]

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 31

Section III Technical Proposal Standard Forms

B - On Counterpart Staff and Facilities


[Comment here on counterpart staff and facilities to be provided by the Client according to Paragraph Reference 1.4 of the Data Sheet including: administrative support, office space, local transportation, equipment, data, etc.]

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 32

Section III Technical Proposal Standard Forms

FORM TECH-4 DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT

(For small or very simple assignments the Client should omit the following text in Italic) [Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal (50 pages, inclusive of charts and diagrams) divided into the following three chapters: a) Technical Approach and Methodology, b) Work Plan, and c) Organization and Staffing. a) Technical Approach and Methodology. In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach. b) Work Plan. In this chapter you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form TECH-8. c) Organization and Staffing. In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the assignment, the key expert responsible, and proposed technical and support staff.]

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 33

Section III Technical Proposal Standard Forms

FORM TECH-5 TEAM COMPOSITION AND TASK ASSIGNMENTS

Professional Staff Name of Staff Firm Area of Expertise Position Assigned Task Assigned

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 34

Section III Technical Proposal Standard Forms

FORM TECH-6 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF

1. Proposed Position [only one candidate shall be nominated for each position]: 2. Name of Firm [Insert name of firm proposing the staff]:

3. Name of Staff [Insert full name]: 4. Date of Birth: Nationality:

5. Education [Indicate college/university and other specialized education of staff member, giving names of institutions, degrees obtained, and dates of obtainment]:

6. Membership of Professional Associations:

7. Other Training [Indicate significant training since degrees under 5 - Education were obtained]:

8. Countries of Work Experience: [List countries where staff has worked in the last ten years]:

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

10. Employment Record [Starting with present position, list in reverse order every employment held by staff
member since graduation, giving for each employment (see format here below): dates of employment, name of employing organization, positions held.]:

From [Year]: ____ To [Year]: Employer: Positions held:

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 35

Section III Technical Proposal Standard Forms

11. Detailed Tasks Assigned


[List all tasks to be performed under this assignment]

12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned
[Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the tasks listed under point 11.]

Name of assignment or project: Year: Location: Client: Main project features: Positions held: Activities performed:

13. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes me, my qualifications, and my experience. I understand that any wilful misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date:
[Signature of staff member or authorized representative of the staff] Full name of authorized representative: Day/Month/Year

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 36

Section III Technical Proposal Standard Forms

FORM TECH-7 STAFFING SCHEDULE1


2

N Foreign 1 2 3

Name of Staff

Staff input (in the form of a bar chart) 1


[Home] [Field]

Total staff-month input 10 11 12 n Home Field


3

Total

n Subtotal Local 1 2
[Home] [Field]

n Subtotal Total 1 2 3 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen, clerical staff, etc.). Months are counted from the start of the assignment. For each staff indicate separately staff input for home and field work. Field work means work carried out at a place other than the Consultant's home office. Full time input Part time input

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 37

Section III Technical Proposal Standard Forms

FORM TECH-8 WORK SCHEDULE

N 1 2 3 4 5

Activity

Months 1 2 3 4 5 6 7

10

11

12

n 1 2 Indicate all main activities of the assignment, including delivery of reports (e.g.: inception, interim, and final reports), and other benchmarks such as Client approvals. For phased assignments indicate activities, delivery of reports, and benchmarks separately for each phase. Duration of activities shall be indicated in the form of a bar chart.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 38

Section IV Price Proposal Standard Forms

Section 4. Price Proposal - Standard Forms


[Comments in brackets [ ] provide guidance to the shortlisted Consultants for the preparation of their Price Proposals; they should not appear on the Price Proposals to be submitted.] Price Proposal Standard Forms shall be used for the preparation of the Price Proposal according to the instructions provided under para. 3.6 of Section 2. Such Forms are to be used whichever is the selection method indicated in the Letter of Invitation. [The Appendix Price Negotiations - Breakdown of Remuneration Rates is to be only used for price negotiations when Quality-Based Selection, Selection Based on Qualifications, or SingleSource Selection method is adopted, according to the indications provided under para. 6.3 of Section 2.]

PR-1 PR-2 PR-3 PR-4 PR-5 Appendix:

Price Proposal Submission Form Summary of Price Breakdown of Price by Activity Breakdown of Remuneration Reimbursable expenses Price Negotiations - Breakdown of Remuneration Rates

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 39

Section IV Price Proposal Standard Forms

FORM PR-1 PRICE PROPOSAL SUBMISSION FORM

[Location, Date] To: [Name and address of Client]

Dear Sirs: We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Price Proposal is for the sum of [Insert amount(s) in words and figures1]. This amount is exclusive of the local taxes, which shall be identified during negotiations and shall be added to the above amount. Our Price Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date indicated in Paragraph Reference 1.12 of the Data Sheet. Commissions and gratuities paid or to be paid by us to agents relating to this Proposal and Contract execution, if we are awarded the Contract, are listed below2:
Name and Address of Agents Amount and Currency Purpose of Commission or Gratuity

We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:
1 2 Amounts must coincide with the ones indicated under Total Cost of Price proposal in Form PR-2. If applicable, replace this paragraph with: No commissions or gratuities have been or are to be paid by us to agents relating to this Proposal and Contract execution.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 40

Section IV Price Proposal Standard Forms

FORM PR-2 SUMMARY OF PRICES

Prices Item [Indicate Foreign Currency # 1]1 [Indicate Foreign Currency # 2]1 [Indicate Foreign Currency # 3]1 [Indicate Local Currency]

Total Costs of Price Proposal 2


1 2 Indicate between brackets the name of the foreign currency. Maximum of three currencies; use as many columns as needed, and delete the others. Indicate the total prices, net of local taxes, to be paid by the Client in each currency. Such total prices must coincide with the sum of the relevant Subtotals indicated in all Forms PR-3 provided with the Proposal.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 41

Section IV Price Proposal Standard Forms

FORM PR-3 BREAKDOWN OF PRICES BY ACTIVITY1

Group of Activities (Phase):2

Description:3

Costs Cost component Remuneration5 Reimbursable Expenses 5 Subtotals


1 Form PR-3 shall be filled at least for the whole assignment. In case some of the activities require different modes of billing and payment (e.g.: the assignment is phased, and each phase has a different payment schedule), the Consultant shall fill a separate Form PR-3 for each group of activities. For each currency, the sum of the relevant Subtotals of all Forms PR-3 provided must coincide with the Total Prices of Price Proposal indicated in Form PR-2. Names of activities (phase) should be the same as, or correspond to the ones indicated in the second column of Form TECH-8. Short description of the activities whose price breakdown is provided in this Form. Indicate between brackets the name of the foreign currency. Use the same columns and currencies of Form PR-2. For each currency, Remuneration and Reimbursable Expenses must respectively coincide with relevant Total Prices indicated in Forms PR-4, and PR-5.

[Indicate Foreign Currency # 1]4

[Indicate Foreign Currency # 2]4

[Indicate Foreign Currency # 3]4

[Indicate Local Currency]

2 3 4 5

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 42

Section IV Price Proposal Standard Forms

FORM PR-4 BREAKDOWN OF REMUNERATION1

(This Form PR-4 shall only be used when the Lump-Sum Standard Contract has been included in the RFP. Information to be provided in this Form shall only be used to establish payments to the Consultant for possible additional services requested by the Client) Name2
Foreign Staff
[Home] [Field]

Position3

Staff-month Rate4

Local Staff
[Home] [Field]

1 2 3 4

Form PR-4 shall be filled in for the same Professional and Support Staff listed in Form TECH-7. Professional Staff should be indicated individually; Support Staff should be indicated per category (e.g.: draftsmen, clerical staff). Positions of the Professional Staff shall coincide with the ones indicated in Form TECH-5. Indicate separately staff-month rate and currency for home and field work. Page | 43

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section IV Price Proposal Standard Forms

FORM PR-5 BREAKDOWN OF REIMBURSABLE EXPENSES

(This Form PR-5 shall only be used when the Lump-Sum Standard Contract has been included in the RFP. Information to be provided in this Form shall only be used to establish payments to the Consultant for possible additional services requested by the Client)

Description1
Per diem allowances International flights
3

Unit
Day Trip Trip

Unit Price2

Miscellaneous travel expenses Communication costs between [Insert place] and [Insert place] Drafting, reproduction of reports Equipment, instruments, materials, supplies, etc. Shipment of personal effects Use of computers, software Laboratory tests. Subcontracts Local transportation costs Office rent, clerical assistance Training of the Clients personnel 4 1 2 3 4

Trip

Delete items that are not applicable or add other items according to Paragraph Reference 3.6 of the Data Sheet. Indicate unit price and currency. Indicate route of each flight, and if the trip is one- or two-ways. Only if the training is a major component of the assignment, defined as such in the TOR.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 44

Section IV Price Proposal Standard Forms

APPENDIX Price Negotiations - Breakdown of Remuneration Rates


(Not to be used when cost is a factor in the evaluation of Proposals) 1. 1.1 Review of Remuneration Rates The remuneration rates for staff are made up of salary, social costs, overheads, fee that is profit, and any premium or allowance paid for assignments away from headquarters. To assist the firm in preparing price negotiations, a Sample Form giving a breakdown of rates is attached (no price information should be included in the Technical Proposal). Agreed breakdown sheets shall form part of the negotiated contract. The Client is charged with the custody of government funds and is expected to exercise prudence in the expenditure of these funds. The Client is, therefore, concerned with the reasonableness of the firms Price Proposal, and, during negotiations, it expects to be able to review audited financial statements backing up the firms remuneration rates, certified by an independent auditor. The firm shall be prepared to disclose such audited financial statements for the last three years, to substantiate its rates, and accept that its proposed rates and other financial matters are subject to scrutiny. Rate details are discussed below. (i) Salary This is the gross regular cash salary paid to the individual in the firms home office. It shall not contain any premium for work away from headquarters or bonus (except where these are included by law or government regulations). Bonus Bonuses are normally paid out of profits. Because the Client does not wish to make double payments for the same item, staff bonuses shall not normally be included in the rates. Where the Consultants accounting system is such that the percentages of social costs and overheads are based on total revenue, including bonuses, those percentages shall be adjusted downward accordingly. Where national policy requires that 13 months pay be given for 12 months work, the profit element need not be adjusted downward. Any discussions on bonuses shall be supported by audited documentation, which shall be treated as confidential. Social Costs Social costs are the costs to the firm of staffs non-monetary benefits. These items include, inter alia, social security including pension, medical and life insurance costs, and the cost of a staff member being sick or on vacation. In this regard, the cost of leave for public holidays is not an acceptable social cost nor is the cost of leave taken during an assignment if no additional staff replacement has been provided. Additional leave taken at the end of an assignment in accordance with the firms leave policy is acceptable as a social cost. Cost of Leave The principles of calculating the cost of total days leave per annum as a percentage of basic salary shall normally be as follows:
Page | 45

1.2

(ii)

(iii)

(iv)

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section IV Price Proposal Standard Forms

Leave cost as percentage of salary 1 =

total days leave x 100 [365 - w - ph - v - s]

It is important to note that leave can be considered a social cost only if the Client is not charged for the leave taken. (v) Overheads Overhead expenses are the firms business costs that are not directly related to the execution of the assignment and shall not be reimbursed as separate items under the contract. Typical items are home office costs (partners time, non-billable time, time of senior staff monitoring the project, rent, support staff, research, staff training, marketing, etc.), the cost of staff not currently employed on revenueearning projects, taxes on business activities and business promotion costs. During negotiations, audited financial statements, certified as correct by an independent auditor and supporting the last three years overheads, shall be available for discussion, together with detailed lists of items making up the overheads and the percentage by which each relates to basic salary. The Client does not accept an add-on margin for social charges, overhead expenses, etc., for staff who are not permanent employees of the firm. In such case, the firm shall be entitled only to administrative costs and fee on the monthly payments charged for subcontracted staff. Fee or Profit The fee or profit shall be based on the sum of the salary, social costs, and overhead. If any bonuses paid on a regular basis are listed, a corresponding reduction in the profit element shall be expected. Fee or profit shall not be allowed on travel or other reimbursable expenses, unless in the latter case an unusually large amount of procurement of equipment is required. The firm shall note that payments shall be made against an agreed estimated payment schedule as described in the draft form of the contract. Away from Headquarters Allowance or Premium Some Consultants pay allowances to staff working away from headquarters. Such allowances are calculated as a percentage of salary and shall not draw overheads or profit. Sometimes, by law, such allowances may draw social costs. In this case, the amount of this social cost shall still be shown under social costs, with the net allowance shown separately. For concerned staff, this allowance, where paid, shall cover home education, etc.; these and similar items shall not be considered as reimbursable costs. Subsistence Allowances Subsistence allowances are not included in the rates, but are paid separately and in Clients country currency. No additional subsistence is payable for dependentsthe subsistence rate shall be the same for married and single team members.

(vi)

(vii)

(viii)

Where w = weekends, ph = public holidays, v = vacation, and s = sick leave. Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 46

Section IV Price Proposal Standard Forms

UNDP standard rates for the particular country may be used as reference to determine subsistence allowances.

2. 2.1

Reimbursable expenses The price negotiations shall further focus on such items as out-of-pocket expenses and other reimbursable expenses. These costs may include, but are not restricted to, cost of surveys, equipment, office rent, supplies, international and local travel, computer rental, mobilization and demobilization, insurance, and printing. These costs may be either unit rates or reimbursable on the presentation of invoices, in any currency.

3. 3.1

Bank Guarantee Payments to the firm, including payment of any advance based on cash flow projections covered by a bank guarantee, shall be made according to an agreed estimated schedule ensuring the firm regular payments in Clients country and foreign currency, as long as the services proceed as planned.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 47

Section IV Price Proposal Standard Forms

SAMPLE FORM

Consulting Firm: Assignment:

Country: Date:

Consultants Representations Regarding Prices and Charges

We hereby confirm that: (a) the basic salaries indicated in the attached table are taken from the firms payroll records and reflect the current salaries of the staff members listed which have not been raised other than within the normal annual salary increase policy as applied to all the firms staff; attached are true copies of the latest salary slips of the staff members listed; the away from headquarters allowances indicated below are those that the Consultants have agreed to pay for this assignment to the staff members listed; the factors listed in the attached table for social charges and overhead are based on the firms average cost experiences for the latest three years as represented by the firms financial statements; and said factors for overhead and social charges do not include any bonuses or other means of profit-sharing.

(b) (c)

(d)

(e)

[Name of Consulting Firm]

Signature of Authorized Representative Name: Title:

Date

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 48

Section IV Price Proposal Standard Forms

Consultants Representations Regarding Prices and Charges


(Expressed in [insert name of currency])
Personnel 1 Basic Salary per Working Month/Day/Year 2 Social 1 Charges 3 4 5
2

6 Away from Headquarters Allowance

7 Proposed Fixed Rate per Working Month/Day/Hour

8 Proposed Fixed Rate per Working 1 Month/Day/Hour

Name

Position

Overhead1 Subtotal

Fee

Home Office

Field

1. 2.

Expressed as percentage of 1 Expressed as percentage of 4

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 49

Section IV Price Proposal Standard Forms

THIS IS A BLANK PAGE

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 50

Section V Standard Contract

Section 5. Terms of Reference


DESIGN CONSULTANCY FOR THE EAST BANK DEMERARA 4-LANE EXTENSION PROJECT

1.

INTRODUCTION Guyana is a low-income, thinly-populated country with a predominantly agricultural economy. The total population according to the 2002 census was 723,000. The vast majority of this population lives on the coastal strip. The country has a single general cargo seaport in Georgetown, its capital city. Guyana relies upon its 6,000 km of navigable water-ways for carrying bauxite, sugar cane and other bulk commodities. The road network of Guyana totals some 3,995 km and serves a national fleet of about 80,000 vehicles. All national paved roads, consisting of six main roads, have only two lanes, except for relatively short segments along the East Coast Demerara (ECD) and East Bank Demerara (EBD), which have four lanes. Although the road network of Guyana is one of the sparsest in South America due to the concentration of the population along the main road system in the coastal areas, most of the population has access to paved roads. Most of these roads are in fair condition since the Government of Guyana (GOG) has progressively rehabilitated roadways and structures, over the last fifteen years. In the interior, the road network consists mainly of roads readily accessible only during the dry season and limited to four-wheel drive vehicles. Overall, the transport system is hampered by the limited national and international connectivity, highly congested roads in urban areas, and relatively high transportation costs. The Government of Guyana, through the Ministry of Public Works and Communications (MPWC), wishes to commission a consultancy for the extension of the East Bank Demerara Four-Lane Highway from Providence up to the village of Grove. The study would be funded from the Inter-American Development Bank loan New Amsterdam to Moleson Creek Project (LO 1554/SF-GY). This study is closely linked with other studies and works being undertaken by the Ministry of Public Works and Communication and funded by the IDB namely: The Improvement of the Sherriff Street Mandela Avenue Roadway. Periodic Maintenance System for Guyana and pilot project on the East Bank Demerara Road.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 51

Section V Standard Contract

2.

BACKGROUND At present, the eight kilometre section of the East Bank Demerara (EBD) Road between Providence and Grove consists of two driving lanes with occupation along one or both sides of the road. The road section through Diamond and Grove is urbanized with mostly commercial occupation along both sides. The EBD Road also leads to the CBJ International Airport and is the anchor leg for the road route to Brazil. This project seeks to improve the mobility and accessibility of the population via this extension which links the outskirts of Georgetown to the new urban development in Diamond / Grove. It is also aimed at improving the main arterial network within the City and the Diamond urban area. This consultancy will encompass the execution of a cost-benefit analysis for various alternatives, preparation of an Environmental Management Plan (EMP) and the final designs (inclusive of all design drawings and specifications) of the selected alternative. This Terms of Reference (TOR) addresses the requirements for all components of the consultancy.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 52

Section V Standard Contract

3.

OBJECTIVES

The primary objectives of the assignment can be summarized as follows: To identify the factors contributing to traffic congestion, and the road safety deficiencies, between the southern limit of the project area (the end of the village of Grove) and the main traffic origin and destination zones in Georgetown. This includes a detailed road safety audit of the existing 4-Lane section. These factors must logically guide the design philosophy. To conduct detailed functional and structural evaluations of the existing road, bridges and drainage facilities within the right of way (ROW) by means of visual inspection and destructive and/or non-destructive testing. This evaluation and subsequent analysis must be used to economize on the new design by making maximum use of the existing strength of the pavement; upgrading or rehabilitating structures instead of reconstruction; and reusing existing road materials in the new design; as far as these may be sound technically. To propose various design alternatives for the road, bridges and drainage facilities rehabilitation works, road safety and alignment, which are appropriate for improving the roadway. At a minimum, the Consultant must examine and compare the use of Asphaltic and Portland Cement Concrete (cast-in-place and pre-cast) surfaces for the roadway. These alternatives would be compared by examining factors, inclusive of but not limited to, the investment and maintenance expenditures over the life of the project, including for social and environmental measures; and anticipated costs and realizable benefits to road users and to the local community in general. Such a comparison will be used to determine and pronounce clearly on the most practical and economically feasible investment programme for the rehabilitation works. To propose road safety improvements to the existing 4-Lane section. These works, prepared as a single package, must be included in the final detailed designs. To determine the environmental impacts and mitigation measures required for the construction and post construction stages. To examine the extent of traffic congestion that would be anticipated as a result of the eventual road construction project. The mitigation of this traffic congestion during construction must be considered in the preparation of designs. The Consultant is expected to produce the designs and specifications for a package of works up to the cost of two million United States Dollars (US$ 2M) that will be carried out before the main project, and which would assist in the reduction of time taken to complete the said main project. To prepare the final detailed designs, inclusive of but not limited to, Bills of Quantities for sub-sections of works equivalent to US$ 15M, a description of the recommended works, their scope, methods, results, calculations, and a road safety audit of the design as established in the next section etc.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 53

Section V Standard Contract

4.

ACTIVITIES TO BE COMPLETED / METHODOLOGY

4.1 ROAD SAFETY AUDIT In order to achieve the objectives of this aspect of the assignment, the Consultant is expected to undertake a road safety audit of the existing 4-Lane Road. The road safety audit must answer, at a minimum, all of the following questions: i. What are the vehicle speeds occurring on the highway? ii. Are the stopping sight distances above the minimum values required for the vehicle speeds found in practice? iii. Are the radii of horizontal curves, with superelevations where present, above the minimum required for the vehicle speeds found in practice? iv. Are the vertical curves adequate for the vehicle speeds found in practice? v. Do the combined geometric design elements produce a consistent and safe alignment? vi. Are the combined gradients on the cross sections and longitudinal sections sufficient to avoid standing water? vii. Does the alignment allow regular overtaking opportunities? viii. Do the centreline and edgeline markings give adequate guidance / control for drivers to position their vehicles and overtake safely? ix. Has adequate provisions been made for buses, and parked, stopped or broken down vehicles, so that they do not pose a danger to other road users? x. Are pedestrians and non-motorized traffic discouraged from using the highway, or are special provisions made for this traffic? xi. Have specific provisions been made for pedestrians walking both along and across the road (footways, refuges, crossings, etc.)? xii. Have specific safety provisions been made for non-motorised traffic? xiii. Are crossing facilities with adequate advance signing provided at well sited locations on the highway close to villages or agricultural fields where villagers (including animals) frequently cross? xiv. Does the road lighting enable safe driving at night? xv. Are road edge obstructions such as embankments, advertising hoardings, vegetation and buildings setback to provide sufficient forward visibility? xvi. Are crash barriers on the outside of bends provided where large drops (over 3 meters) in level occurs? xvii. Is there a means of controlling and authorising the provision of private access points onto the highway, particularly within 50 metres of intersections? xviii. Is the presence of intersections clearly evident at a distance to approaching vehicles from all directions? xix. Are warning and information signs placed sufficiently in advance of the intersection for a driver to take appropriate and safe action? xx. Do the intersections carry the design traffic load with an acceptable level of reserve capacity? xxi. Is the route through the intersection as simple and clear to all road users as possible?
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 54

Section V Standard Contract

xxii. Are the different turning movements sufficiently segregated for capacity and simplicity of action by the driver? xxiii. Are lane widths and swept paths adequate for all vehicle movements and all vehicle types? xxiv. Where roads cross, does the design clearly identify rights of way and priorities?

4.2 ECONOMIC ANALYSIS In order to achieve the objectives of this aspect of the assignment, the specific activities to be completed include, but are not limited to, the following: 4.2.1 Available Information The consultant will evaluate and, where necessary revise and update, all relevant information found for the project road, including but not limited to: road and bridge conditions, volumes and composition of traffic, the level of road user costs. This will provide the basis for the new analyses. 4.2.2 Traffic Studies The consultant will analyse present traffic and its composition, and propose future projections over periods of 5, 7, 10 and 15 years from the year in which any road improvements are to be scheduled. These analyses should determine the projected AADT by vehicle type, vehicle occupancy and vehicle load. The consultant will ensure that estimates of present and future traffic take full account of both variations in traffic flows on different sections of the roads and fluctuations in traffic levels during the year. The consultant will determine traffic loading and any overloading by estimating the number of 8.2 ton equivalent single axles (ESA) travelling over the design lanes during the design service life of the roads. 4.2.3 Evaluation of the Existing Road and Bridges The Consultant will assess road and bridge conditions along the project roads in terms of: i. The types of roadways and conditions of their surfaces. Priority should be given to evaluate roadway defects related to road safety, drainage and road performance. ii. The conditions of the existing surfaces, bridges, culverts, ditches, and sluices located within their ROW. Observations should be made on their functionality and deficiencies.
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 55

Section V Standard Contract

iii. Road surface roughness using adequate equipment and calibrating the new data with topographical survey. The road sections will be divided into uniformed segments with similar surface conditions, roughness, Present Serviceability Index (PSI) or Pavement Condition Index (PCI) values, and road characteristics. The Consultant will carry out a pavement deflection survey and calculate the subgrade moduli and pavement moduli. 4.2.4 Identification of Alternative investment options The Consultant will, on the basis of the engineering investigations, identify alternative options for improving the roadway and bridge structures including road safety works, and social and environmental measures. The respective costs and benefits of proceeding with these options will be compared with a continuation of the existing situation. Alternative investment options are expected to include: rehabilitation and/or reconstruction of the existing roadway and bridges; widening of the existing roadway and bridges to four lanes; provision of shoulders and drains throughout the length of the roadway; and provision of road markings, signs, traffic lights, street lighting, bus stops, bus shelters and overhead pedestrian walkways along the roadway where required, inclusive of along the existing 4-Lane. The road reserves in the Grove area is narrow and is compounded with the prevalence of commercial activity which generate parking requirements along the road. The consultant should also consider options of creating the two additional lanes through the existing Grove settlement east of the current road, along established road reserves. 4.2.5 Vehicle Operating Costs The Consultant will assess the types of vehicles using the roads and prepare an assessment of their characteristics appropriate for the new economic analysis. Current operating and price data will be collected for each vehicle type and will be input into the analyses. 4.2.6 Economic Analysis The Consultant will conduct an economic feasibility evaluation of the project alternatives proposed. The evaluation will be conducted in terms of economic costs which will be derived from the financial prices considered in the activities above. Road user costs with and without the project should be estimated with the use of HDM-4. Financing may not be available to complete the entire 8 km section as one project or with one source. The analysis has to be done for sub sections of works equivalent to USD 15 million as standalone projects.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 56

Section V Standard Contract

4.2.7 Economic Report The Consultant will propose an outline and content for this report. The report, which will be in .doc format for text and .xls format for spreadsheets and .dwg format for drawings, will draw together the various technical and economic analyses described above and will present the consultants findings in a clear and understandable manner. This will be achieved by presenting a concise text supported by the following appendices and tabulations: o Annex 1: Traffic analysis o Annex 2: Road inventory and condition o Annex 3: Bridge inventory and condition o Annex 4: Preliminary engineering o Annex 5: VOC input data o Annex 6: Technical and economic parameters and evaluation. o Annex 7: Costs (Investment and Maintenance)

4.3 ENVIRONMENTAL AND SOCIAL MANAGEMENT PLAN In order to achieve the objectives of this aspect of the assignment, specific activities to be completed include, but are not limited to, the following: 4.3.1 Available Information To achieve the stated objectives, the consultant will review all available data, social and environmental studies and information on the proposed project and its area of influence to determine their relevance, including: (i) compilation and analyses of existing information and studies about the project (special emphasis shall be placed on other relevant social and environmental studies addressing the area of influence of the project, and the Terms of Reference for contracting economic and technical studies related to the project); (ii) review the legal, institutional and environmental frameworks related to road projects and the corresponding requirements for improvement and rehabilitation projects; and (iii) perform a site reconnaissance including a visual observation and conduct interviews with neighbours of all relevant areas affected directly by the project. 4.3.2 Social and Environmental Impact Evaluation The evaluation of the projects social and environmental impact shall satisfy the following technical requirements: i. The area of study will be determined to include all areas in which the projects may generate social and environmental impacts. The area generally adjacent to the road infrastructure, quarries, campsites and other areas where the general impacts in the stages of execution of the works and use of the road are most direct and intensive, constitutes the
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 57

Section V Standard Contract

area of direct influence. The remaining area where the effects are indirect and of lower intensity, are the area of indirect influence. These areas of direct and indirect influence must be delineated on a map at an appropriate scale, which shall show: o The population centres, protected areas, and principal services. o Other representative physical, biotic, socioeconomic and cultural features, if possible. ii. The study must present an environmental baseline with information on the physical, biological, social, cultural and economic environments. Information on land use, land tenure, water use, water quality, geology, soils, climate, air quality, vegetation, fauna, protected areas, important ecosystems, population, traffic accidents, directly affected people, means of transportation (motorized, non-motorized), existing infrastructure that may be affected (water supply, drainage, gas, etc), and any other relevant information should be included for the area of influence of the project. iii. Legal aspects related to the project including relevant environmental legislation, licensing requirements and procedures, land use permits and any other relevant norms should be included. All documentation required for licensing should accompany the study. iv. Since the envisaged works on the road under consideration are confined to the existing road alignment, the evaluation of social and environmental impacts must centre on the area of direct environmental influence (ADEI), defined as a band 1 km wide (0.5 km on either side of the midline) throughout the length of the road, which shall include: o the existing areas of human concentration; o the right of way, and o the areas required for encampments, quarries, dumps, fills, asphalt plants, by-passes during construction, etc. v. Whenever the road passes close to ecologically fragile and/or protected areas, such as archaeological areas and human settlements, the ADEI shall be widened to permit evaluation of the impacts of the works and use of the highway in those areas. 4.3.3 Social and Environmental evaluation i. Complete description of the project activities from project conception through design, construction and operation in order to identify interactions with the different elements of the environment. ii. Identification and evaluation of direct and indirect impacts during execution of the works and when the road comes into use.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 58

Section V Standard Contract

iii. Characterization of the physical and biological aspects of the ecosystems in the area of environmental influence traversed by the road, especially in regard to the potential for soil erosion, instability of the ground, and risks to the associated flora and fauna. iv. Demarcation of the fragile and/or protected ecosystems located in the vicinity of the road. v. Identification of the waterways crossed by the road and the environmental problems resulting from narrowing of their widths, erosion, blockage of streambeds, etc. vi. Evaluation of the principal water uses and recommending measures for protection against accidents involving vehicles carrying hazardous materials. vii. Characterization of the use and occupancy of the soil and evaluation of the potential impact from probable increased occupancy of the area. viii. Identification of the archaeological, historical and tourist sites in proximity to the road and evaluation of the positive and negative impacts of improved access to these areas. If the road and its approach roads traverse or affect areas of archaeological interest, the Consultant shall contact environmental authorities and ascertain the legal status of the areas and the specifications and requirements of the institute for appropriate treatment of the cases. ix. If expropriation and compensation of the inhabitants becomes necessary, the consultant will clearly identify the property status of each lot to be affected, the socioeconomic characterization of the population directly affected, and prepare resettlement plans in accordance with the IDBs guidelines for involuntary resettlements. (OP-701). These shall be prepared before any construction takes place in the affected areas. x. Identification of the settlements traversed by the road and approach roads and determination of the functional socioeconomic relations of the population, in order to determine the infrastructures needed for pedestrians, non-motorized transportation, bus stops, special measures in the vicinity of schools, hospitals, and recreational areas, etc. Road safety considerations must be included in the designs. Also, presentation of a map on an appropriate scale showing the socio-environmental aspects of the projects direct areas of influence. xi. The environmental specialist will participate with the engineering team in the preparation of, among other things: o A map of the road and approach roads on an appropriate scale of the area of direct environmental influence (ADEI), showing the locations of the existing human settlements, the rights-of-way, the
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 59

Section V Standard Contract

areas required for encampments, quarries, dumps, asphalt plants, crushers, machine yards, unstable areas, creeks and rivers crossed by the highway, areas of landslides, affected properties, etc., and extending the areas of influence to include ecologically fragile and/or protected areas, and archaeological, tourist, historical and other settled areas, on which impacts will be exerted during execution of the highway works and use of the roadways. Identification of places where people congregate, such as markets, schools, health centres, municipal government buildings, main squares, fairgrounds, etc., located within a band of up to 200 m on either side of the roads midlines. Measures for the protection of pedestrian and non-motorized traffic: recommendations for widths of sidewalks, traffic signals and other elements of road safety. Identification and demarcation requirements for pedestrian crossings and bicycles, traffic lights, etc. The road and approach roads designs shall highlight the traffic and speed standards proposed for the road and approach roads. In particular, it shall highlight the speed limits in critical areas. Recommendations of the environmental characterization of the areas proposed for implementation of the supporting infrastructure for the works (asphalt plants, encampments, quarries, disposal areas, borrow pits and fills, fuel storage, and service roads, among others). This characterization shall cover, among others, the aspects of relief, plant cover, surface and ground drainage, the direction of the prevailing winds, accessibility, and proximity to protected archaeological areas. On the basis of the resulting characterizations, definition of the recommended areas, performance of the preliminary studies for the plan for recovery and use of the selected areas and estimation of the corresponding costs for inclusion in the project budget. Also, recommendation of the specific measures for the control of degradation in and environmental recovery of each of the selected areas, and framing of the rules of behaviour for the workers for environmental safeguards and relations with settlements in the vicinity of the encampments. The Consultant shall recommend locations for dumps and storage of materials so that they will not become environmental problems by, for example, causing the damming and pollution of rivers and creeks, instability of natural slopes, and effects on flora and fauna. Specific procedures for handling, storage, transportation and final disposal shall be prepared. The aspects of potentially usable sites to be considered must include the possibility of conflicts with their owners or with environmental or municipal authorities. Finally, the recommended dump and storage sites must be such as can be reconstituted and replanted for integration into the landscape on completion of the works.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 60

Section V Standard Contract

4.3.4 Evaluation of Environmental Liabilities


i. The environmental liabilities usually generated by roads are the impacts on third parties or the environment from existence of the roads and the impacts of third parties on it. Since in the latter case those third parties cannot always be identified and held to account, these environmental liabilities have to be corrected only in cases of hazard to the road infrastructure and its users. Examples of impacts classed as environmental liabilities are: o Landslides and slumps, cave-ins, and slope instability o Erosion, silting, streambed obstruction o Uncontrolled off-site dumping o Water pollution o Ecological and landscape damage in fragile areas o Areas degraded by quarrying and extraction of other materials for the works, the opening of service roads, encampments, etc. o Accesses to and local roads and streets of human settlements blocked by the highway o Damage to sources of water of human settlements and/or of irrigation canals along the highway o Occupation of the right-of-way. ii. To identify the environmental liabilities the Consultant will have to carry out the following activities: o Devise a methodology for the evaluation of environmental liabilities. o Design and submit for approval by the MPW&C the characterization sheet that will be used to enter the environmental liabilities. o Classify the environmental liabilities into categories. o Compile all information needed to fill out pre-established characterization sheets. o Fill out the characterization sheets for each individual situation (environmental liability) detected, which shall contain, at a minimum: its location, approximate dimensions obtained by quick, reliable procedures; its identification under the pre-established general classification; and its description, including its probable causes. o Mount in an annex, photographs of the most important and unusual features of the environmental liabilities. o Enter on a map on an appropriate scale, the environmental liabilities detected for the road and approach roads, showing the distance location in kilometres and the other details referred to at above. The map shall contain, at a minimum, the urban areas near the main highway and the watercourses and secondary roads that cross or connect to the roads under evaluation. o Submit the characterization sheet to the MPW&C for final approval.
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 61

Section V Standard Contract

o Classify the environmental liabilities as critical and non-critical in accordance with the definitions proposed by the consultant and accepted by the MPW&C. o For the critical liabilities include, in addition to the information referred to in the above enumeration, a characterization of the works, services and/or corrective measures recommended, including schematic sketches of the solutions proposed, a determination of the quantities, costs and budget and the critical environmental liabilities to be eliminated or mitigated in the works. 4.3.5 Environmental and Social Management Plan An environmental and social management plan shall be drawn up, which shall include at least: i. A corrective / prescribed program, a detailed description of each mitigation measure proposed, the impact to which it relates, the conditions under which it will be required (in the design, before or during construction, permanently, for contingencies, etc.), and its design requirements and procedures for its execution. Each program must have a budget for its implementation. ii. A program for environmental follow-up or monitoring. Definition of the institutional responsibilities for implementation of each mitigation measures, including (i) operation, (ii) maintenance, (iii) control and supervision during construction and operation of the works, and (iv) environmental monitoring. iii. A program for social compensation / expropriations (if necessary). iv. A resettlement program (if necessary). v. An investment program, a timetable and estimated budget for all investments and recurrent costs in implementation of the environmental management plan. vi. A timetable of the activities, which must be synchronized with the activities for construction of the main components of the project.

The expected components of the management plan include, among others: i. biological measures for soil erosion control and slope stabilization; ii. environmental measures for the maintenance of surface and ground water courses and the preservation of their quality and of aquatic fauna;

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 62

Section V Standard Contract

iii. control of atmospheric emissions (dust and gasses) and noise which affect the workers, neighbouring inhabitants, crops or the general environment; iv. measures to restore the areas impaired by the installation and operation of asphalt plants, quarries, crushers, etc., to their natural condition; v. measures for the management of domestic and industrial solid wastes and for control of sewage discharges; vi. special measures to attenuate the barrier effect of the works and to avoid disturbing the native flora and fauna; vii. appropriate quarrying procedures to avoid excessive degradation of the areas to be worked and, afterwards, levelling, earth-filling, replanting and other needed measures to restore the quarried areas to their natural condition; viii. appropriate procedures for using the areas slated as dumps for refuse and spoil from levelling and other wastes, with due regard for the design of the dumps, how materials are to be placed in them, and appropriate cover to ensure their stability. ix. measures to offset impacts that cannot be mitigated, such as compensation to owners of land, structures and other installations to be affected by the widening of the road; x. measures for resettlement of the populations to be displaced by the road; xi. measures to protect local population from the influx of large numbers of workers and to deal with potential problems such as alcohol and substance abuse, HIV-AIDS prevention, etc. Behaviour rules and manuals for workers. xii. identification of the costs and benefits of the mitigation and the environmental management plans in order to include them in the economic-environmental evaluation; xiii. measures to manage spills of fuels and oils, and their disposal; xiv. measures to manage traffic, noise and accidents during construction and to reduce the impact on surrounding areas due to by-passes of traffic. xv. measures to control impacts during operation including speed reduction elements, signals, barriers, etc.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 63

Section V Standard Contract

xvi. measures to control impacts from transportation of materials and spoils, traffic control measures during construction, definition of alternate routes (or scheduling of works) xvii. measures to address concerns and suggestions from civil society in general and from the affected population in specific. xviii. Training and awareness programs for construction workers and the population in general. xix. Measures for waste and wastewater handling and disposal in and around construction campsites, xx. Contractual obligations (clauses) to be included in the works and supervision contracts. xxi. Design modifications required as a result of the analysis and any other issues as identified by the environmental and social impact assessment report. 4.3.6 Final Report on the Social and Environmental Impact Study The report to be presented must be analytical and concise, and emphasize the significant social and environmental problems, the measures and actions recommended, and the costs and responsibilities involved. The budget will be broken down by activity and will identify sources of funding. The schedule for the application of the ESMP will be developed in relation to the overall Program implementation timetable.

4.4 FINAL DESIGN In order to achieve the objectives of the final designs aspect of the assignment, specific activities to be completed include, but are not limited to, the following:

4.4.1 Available Information


The Consultant will evaluate and where necessary revise and update the following information on the road network level, including: o Dates of construction, reconstruction or resurfacing. o Design of the original pavement and reconstruction works, including drainage, pavement materials and mixes used. o Volumes and composition of heavy traffic. o Road accident data and analysis of black spots with high traffic / pedestrian accident occurrence.
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 64

Section V Standard Contract

o Types of periodic maintenance carried out. o Deflection measurements (Benkelman Beam-BB or Falling Weight Deflectometer-FWD). o Geological, soil-materials, topographical, climatic, hydrological and drainage, and environmental characteristics and sensitivity. o Local sources of materials and materials disposal areas. o Soil profiles. o Unit costs of rehabilitation and resurfacing of roadways and shoulders, etc. 4.4.2 Traffic and highway safety studies The concept of highway safety must not be viewed as a by-product of satisfying highway design criteria but as a planned segment of the total engineering for the highway. In other words the assumption that safety will be afforded if the rules are followed is not enough. Analysis of present traffic and its composition, and its projection over periods of 5, 7, 10 and 15 years from the year in which the resurfaced road is scheduled to be placed in service. This analysis should determine the projected AADT and vehicle operating costs by vehicle type, vehicle occupancy, vehicle loads and degree of over-loading. This task will also require determination of the number of 8.2 ton- equivalent single axles (ESA) over the design lane during the design service life of the resurfaced roads. Depending on the composition of non motorized traffic, specific measures and designs for bicycle and pedestrian pathways should be included. This should include technical specifications as well as signals and barriers. 4.4.3 Study of the geometric design The Consultant will redesign the present centreline of the roads and will mark off the centrelines and detailed cross-sections every 20 m or less where needed and especially on curves. These detailed cross sections will cover a width equal to the right of way or as far as necessary including points PC, CC and PT points on circular curves, and ET, EC, CC, CE and TE points on spiral curves. The abscissas will be marked off by buttons and red paint. The long tangents and the beginnings and ends of curves will be indicated by markers placed outside the area of the right-of-way. Cross measurements will be taken from the width of the right of way or as far as needed, including shoulders and drainage elements, sluices, and possible new pedestrian sidewalks at each marked abscissa. The rehabilitation design is aiming to restore the original characteristics at places where they have been lost, especially in the case of shoulders and the
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 65

Section V Standard Contract

joints between shoulders and roadways, and where needed and affordable to construct new pedestrian sidewalks. The rehabilitation design is aiming to maximize the use of the existing roadway without compromising highway safety. The ground and elevation construction plans will be on a scale of H 1:2,000 and V 1:200, and in special cases on other suitable scales. The road cross sections will be redrawn a suitable scale such as 1:100 or another proper scale to allow of precise description of all road elements before and after the rehabilitation/ periodic maintenance works. Detailed references will be drawn of the starting and end points of the project following the current design practices (e.g. AASHTO, EEC), and all construction must include the soil-materials information needed to illustrate clearly the recommendations on this subject and the works before and after the rehabilitation works, including among others, road signs and signals. In the case of road segments that traverse urban areas, the Consultant will identify the municipal limits and the infrastructure works within these limits, including adding road safety elements such illuminations, new sidewalks etc. 4.4.4 Functional and structural evaluation of pavement The Benkelman Beam, FWD, or any other acceptable non-destructive test (NDT) device that measures the entire deflection basin will be used in order to calculate the present subgrade and pavement elastic modulus. In addition the consultant will measure the surface deformation with a 3-meter ruler. This survey (BB and 3- meter ruler) will be done: o every 40 meters when the damage to the pavement is not significant, o and every 20 meters when the damage is significant. In estimating the correction factors to apply to the deflection values, account must be taken of the rainfall, the efficiency of the drainage, the type of subgrade soil and the temperature of the asphalt course (when it is solid and equal to or greater than 5 cm in thickness). The results must be presented in a table showing the exact location, deflection basin and its calculated elastic modulus for each abscissa. This information and interpretation data will form part of the bidding documents. The Benkelman Beam measurements and the calculated subgrade and pavement elastic modulus are to be used to separate the roadways into uniform segments of the same deflection characteristics and similar life expectancy with and without the pavement strengthening. The Benkelman Beam results will be calibrated with sufficient test pits reaching down to the subgrade. The number of test pits and probes will depend upon the lengths of the homogenous segments and must be sufficient in number to enable the Consultant to:
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 66

Section V Standard Contract

o identify variations in the courses (plasticity, gradation, classification, etc.); o measure their thickness and the CBR-Density-Moisture relationship; o take samples of each course (including the sub grade); o determine the position of the water table; o determine road surface deformation with a 3-m ruler along and perpendicular to the centreline as established by the specifications for this purpose; and o calculate the mean value, standard deviation of deflection measurements and elastic modulus of the pavement and the subgrade for each uniform segment. 4.4.5 Study of sources of materials and new disposal areas A study will be made on the ground and in the laboratory of the sources of materials that could be used for the road works. The Consultant should prepare a general plan including: o A table giving the names of the sources, their locations, access routes, the usable volumes, the general operational features, the available public services, the laboratory test results, and the suggested uses for the material from each source. o Depending on the projected traffic and road classification, tests will be done for wear on the Los Angeles machine; the CBR-density-moisture relations at three energy levels; specific weights; absorption; Marshall test including loss of strength (immersion compression); adhesiveness between aggregates and asphalt cement; sand equivalent; and laboratory tests related to design of Portland cement concrete mixtures, granulometry and Atterberg limits, etc.; so as to determine the useful technical characteristics of the materials obtainable from each local source. The environmental impacts of sources of materials will be identified and a plan will be presented in the environmental management and protection works needed to avoid or minimize negative impacts while a source is being used and when it has ceased to be used. 4.4.6 Design of pavement mixes The Consultant is to carry out a detailed laboratory testing of the possible mixes for the different pavement layers, resurfacing with asphalt or Portland cement concrete, sub-base and base courses with and without cement stabilization, selected fill, etc. The results will be presented, with tables and/or charts provided to illustrate the conclusions reached. 4.4.7 Dimensions of the pavement and shoulders strengthening works On the basis of the soil-engineering assessment of the materials in the present structures, the damages found in the existing pavements, traffic projections, and life expectancy of the existing pavement, the Consultant will design the
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 67

Section V Standard Contract

new pavement structure including the shoulders and where justified, new pedestrian sidewalks. The consultant should determine the most feasible and practical solution for each road element, main pavement, shoulders and sidewalks. Highway safety should be considered in terms of road surface friction and paved shoulder type. The road pavement design should consider both sub grade failure criteria (maximum allowable vertical strain on top of the sub grade or CBR design procedure) and asphalt failure criteria in terms of allowable tensile strain in the button of the asphalt layer to minimize asphalt cracking. In keeping with the availability of construction materials in the project area, the consultant should consider soil stabilization procedures with bituminous binders, cement, lime or other chemical additives of proven technical acceptability for which the Consultant will conduct technical and economic studies to justify their selection. Also, in general, the existing types of pavements and shoulders will be retained or reused as part of the new pavement in order to minimize construction costs. Nevertheless, the Consultant should determine the locations along the road where paved shoulders of asphaltic concrete or bituminous surface dressing or pedestrian sidewalks are needed to provide better highway safety. 4.4.8 Study of stability of slopes, sluices and other structures at critical points with the roads ROW The critical sites on which technical studies are to be done will be identified. When sites are identified where slopes, sluices, or other structures are permanently unstable, the rehabilitation works must conform to the resulting designs. The Consultant will include a detailed study of required relocation or replacement of utility infrastructure, e.g. electric poles, water lines, telephone wires. Special consideration is required for the coordination of this rehabilitation works with any water supply works. The Consultant in the road design will cater for the installation of underground crossings for utilities (water and telephone conduits). The Consultant will determine the size and intervals between crossings from the consultations with the relevant agencies. The Consultant will also designate a corridor running alongside the public road for relocation and the future installation of utilities. The Consultant will prepare a detailed design of disposal areas in terms of location, dimensions, site preparation, surface and subsurface drainage characteristics, layer thickness and compaction procedures of disposed soils
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 68

Section V Standard Contract

and materials, slope and surface protection that meet proper environmental specifications.

4.4.9 Signs, signals and other road safety elements The consultant will carry out a detailed road safety audit and a field survey and prepare detailed design drawings and construction specifications for the types and locations of the different traffic signs and signals (required, advisory and preventive,) road markings, speed reduction elements in urban areas, separation of motorized and non motorized traffic, guardrails, sidewalks, parking lanes etc. 4.4.10 Quantities of work, construction specifications, unit price analysis, budget, pay equations, value engineering and work schedule for a unit-price rehabilitation project i. Quantities of work and specifications The quantities of work for each component will be calculated on the basis of the plans and including data obtained from the field observations and measurements taken. Special specifications will be provided when the works to be executed are not covered by the general specifications and standards, or when the special features of the project require their modification. The haulage of materials for the works will be paid for as an integrated part of the road material compacted on site and not as a separate item. Quality control standards must state the parameters to be complied with in the aggregate gradation, CBR-density-moisture relationship, plasticity, crushing or abrasion of aggregates, percentage of air voids, range of the proportions of cement and bitumen within the asphalt or concrete mixtures, asphalt concrete complete and detailed Marshall test results including immersion compression in water at 60C for at least 24 hours according to AASHTO or ASTM standards, surface friction factor etc. Also specific procedures must be presented for each project in keeping with local conditions. In the case of gravel materials, the screening and crushing procedures are to be determined together with the range of mixture formulas to be used during execution of the works. The final documents must include quality control procedures, contractor quality assurance procedures and specific instructions for carrying them out, and acceptance and rejection criteria for the different components of the works.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 69

Section V Standard Contract

ii.

Unit price analysis For each payment component, an analysis of the related unit prices in $US and in local currency, must be done in terms of relevant reference costs, rational productivity of materials; labour; and equipment included in each unit cost, with the objective of total cost estimating within 10% of the actual prices ultimately paid. For the study of unit prices, information on the local basic costs will be obtained taking into account the factors of production and specific conditions. The unit prices of each component will be determined in relation to the specifications, standards and plans of the project.

iii.

Unit Price contract Budget in $US The consultant will estimate the budget using the unit prices for each component and their respective quantities of work. The objective is to estimate a budget within 10% of the actual cost of the executed works. Construction timetable using Microsoft Project A timetable will be constructed to ensure that the works will be completed within a time that is technically and economically appropriate in order to minimize impediments to traffic and local communities. Accordingly, the Consultant should offer recommendations regarding the number of concurrently active work sites and the requisite pace of construction.

iv.

4.4.11 Plans for execution and statements of bidding conditions Plans will be drawn up and published for each of the works called for under the project based on the field and office work. The complementary plans (execution details, summary table, charts showing the locations of the project, reduced blueprints, etc.) needed to bid on the works and build them will also be included. The construction plans will be on a scale of H 1:2,000 and V 1:200 and the widths of the basic work on a scale of 1:100, and in where necessary on other scales depending on the width of the way. The requisite soils, materials, drainage and any other technical information will be shown on the plans and cross-sections of the project on a suitable scale, showing their technical characteristics. Plans and detailed specifications, on a scale suitable to the nature of the work, will be drawn up for the local repair of concrete structures, retaining walls, gabions, etc.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 70

Section V Standard Contract

The Consultant will prepare the bidding documents using the IDBs Standard Bidding Documents and in lots corresponding to the USD 15 million in works. 4.4.12 Economic evaluation Once the final designs are completed the Consultant must update the technical and economic parameters using the HDM4 models.

4.4.13 Final report The Consultant will propose an outline and content for this report. The report will be in MSWord for text and Excel for spreadsheets. Appendices: Annex 1: Field books and tables showing details of curves and slopes. Annex 2: Traffic analysis Annex 3: Methodology, details and evaluation of drainage elements and minor concrete structures and summary in the form of tables. Annex 4: Forms showing results of field and laboratory tests done on the soil, materials and pavement mixtures. Annex 5: Methodology and results obtained table of values for Benkelman deflections, subgrade and pavement modulus and deformation of the roadway surface measured with a 3-metre ruler. Annex 6: Special specifications, value-engineering procedures and the project specific requirements for the construction bidding documents. Annex 7: The updated technical and economic parameters and evaluation using the HDM 4. The Consultant must make sure that the documents and design elements include all data needed to obviate any design work by the supervisory body and avoid any claims by the Contractor.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 71

Section V Standard Contract

5.

OUTPUTS / DELIVERABLES
The progress and findings of the assignment will be presented in the following reports: Inception Report. This should set out clearly and concisely the approach to be adopted by the consultant to meet the objectives of the study. It shall contain the finalized schedule for the implementation of the consultancy, which will update the schedule proposed in the consultants technical proposal for bidding. The Inception Report must be submitted to the MPW&C within four (4) weeks of the commencement date of the contract. Road Safety Audit Report. This should comprise the road safety audit of existing 4Lane section and should state the lessons learnt that would guide the design philosophy of the new design. Functional and Structural Evaluation Report. This should comprise the findings and subsequent analysis of the detailed functional and structural evaluations of the existing road, bridges and drainage facilities within the right of way (ROW) by means of visual inspection and destructive and/or non-destructive testing. It is expected that this would be used to economize on the new design by making maximum use of the existing strength of the pavement; upgrading or rehabilitating structures instead of reconstruction; and reusing existing road materials in the design; as far as these may be sound technically. Environmental and Social Impact Report (ESIR). This should indicate the findings of the Environmental and Social Impact Assessment (ESIA). Economic Feasibility Report. This should provide the economic feasibility evaluation of the project alternatives established on the basis of the engineering investigations. The list of alternatives must have first been approved by the client. The Economic Feasibility Report must be submitted to the MPW&C within four (4) weeks of the commencement date of the contract. Localized Intervention Works Report. The Consultant is expected to produce the designs and specifications for a package of works up to the cost of two million United States Dollars (US$ 2M) that will be carried out before the main project, and which would assist in the reduction of time taken to complete the said main Progress Reports. These will indicate the progress of fieldwork, highlight major activities and findings, and describe any significant problems encountered. They will form the basis for regular consultations with the MPW&C and the IDB through progress meetings. Progress Reports shall be submitted to the MPW&C every four (4) weeks after the submission of the Inception Report until the submission of the Final Report. Draft Environmental and Social Management Plan (ESMP).
Page | 72

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section V Standard Contract

Draft Design Report. This will contain the findings of the study, the supporting evidence and a full description of the methods used to meet the study objectives. It will include the Final ESMP and IPP. Final Report. This will incorporate the Final Design and ESMP. It must address all comments on raised by the Client on subsequent reports.

The Consultant shall propose the submission date for the other reports. All reports shall be presented in one printed copy (including all appendices, drawings, tables and graphs) and in electronic form (editable and non-editable formats). The Consultant shall supply six additional printed copies of the Final Report (including all appendices, drawings, tables and graphs) and in electronic form (editable and non-editable formats).

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 73

Section V Standard Contract

6.

CONSULTANCY SPECIFICATIONS
6.1 Type of Consultancy The consultancy will require the services of an international consulting firm with extensive experience in road and transportation engineering, and carrying out road feasibility studies and designs. It is essential that the consulting firm demonstrate experience working on such studies in developing countries, particularly in the Caribbean and Latin American region. 6.2 Financing The cost of the consultancy will include the consultants remuneration as well as the costs of all incidentals associated with the conduct of the consultancy. The incidentals include, but are not limited to: surveys, field tests, trips, travel allowances, international calls, local transportation, secretarial expenses, copying and office supplies. 6.3 Duration The duration of the study shall be 26 weeks. 6.4 Location The study shall be carried out in Guyana. 6.5 Reporting Schedule The outputs / deliverables of the study shall be presented as follows: Inception Report shall be submitted to the MPW&C four (4) weeks after the commencement date of the contract. Economic Feasibility Report shall be submitted to the MPW&C eight (8) weeks after the commencement date of the contract. Progress Reports shall be submitted to the MPW&C every four (4) weeks after the submission of the Inception Report until the submission of the Final Report. Draft Design Report shall be submitted to the MPW&C at the end of 23 weeks after the commencement date of contract. Final Report shall be submitted to the MPW&C at the end of 26 weeks after the commencement date of contract. The Consultant shall propose the submission date for the other reports.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 74

Section V Standard Contract

6.6 Payments The payments will be done according to the following schedule: Twenty (30%) percent upon submission of the Inception Report Five (5%) percent upon submission of the Road Safety Audit Five (5%) percent upon submission of the Functional and Structural Evaluation Report Five (5%) percent upon submission of the Environmental & Social Impact Report Five (5%) percent upon submission of the Economic Feasibility Report Ten (10%) percent upon submission of the Localized Intervention Works Report Ten (10%) percent upon submission of the Draft Environmental & Social Management Plan Ten (10%) percent upon submission of the Draft Design Report Ten (20%) percent upon approval of the Final Report 6.7 Expertise Required The key experts required for the Consultants team, and their minimum qualifications and experience are: Key Expert No. 1: Highway Engineer (Team Leader) - Education: MSc. in Civil Engineering - Experience: 10 years experience in road design and road construction with 5 years experience in developing countries. Experience must include being Team Leader in at least 2 projects of a similar nature in developing countries. Key Expert No. 2: Pavement Engineer - Education: MSc. in Civil Engineering - Experience: 10 years experience in road investigations and design with 5 years experience in developing countries. Experience must include a similar role in at least 2 projects of a similar nature in developing countries. Key Expert No. 3: Transport Economist - Education: MSc. in Economics or Transport Economics - Experience: 10 years experience in economic and financial appraisal of highway projects with 5 years experience in developing countries. Key Expert No. 4: Environmental Engineer - Education: MSc. in Environmental Engineering or similar relevant field - Experience: 10 years experience in carrying out ESIAs and preparing ESMP with 5 years experience in developing countries.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 75

Section V Standard Contract

It is envisaged that inputs would be required from the following other experts: Brides / Structural Engineer Geotechnical Engineer The language of all reports will be English and all experts shall have a good command of English. The Consultant must specify the qualifications and experience of each expert to be assigned to the assignment. For each key expert proposed, curriculum vitae of about four pages should be provided detailing the relevant experience and qualifications. Members of the consultancy team must have working experience in developing countries. The Consultant is free to define the individual duration of assignments and recommend changes to the composition of the team. All team members must be present in Guyana when conducting their assignments. 6.8 Coordination and Facilities The MPW&C is the executing agency for the Consultancy. The Consultant shall report to the Coordinator, Works Services Group, located within the MPW&C. The IDB Project Team will have a supervisory role entailing evaluation and monitoring of the study and reviewing and approving the study. The MPW&C will facilitate the issuing of any permits required for the Consultant to carry out their duties and make available all relevant reports, documents, maps and data. The MPW&C shall designate personnel to be mentored in all or specific aspects of the Study.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 76

Section V Standard Contract

THIS IS A BLANK PAGE

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 77

Section V Standard Contract

Section 6. Standard Contract

Contents
I. CONTRACT AGREEMENT...................................................................................... 81 II. GENERAL CONDITIONS OF CONTRACT............................................................. 83 1. 2. 3. 4. 5. 6. 7. 8. GENERAL PROVISIONS .............................................................................................. 83 COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OF CONTRACT 89 OBLIGATIONS OF THE CONSULTANT ......................................................................... 92 CONSULTANTS PERSONNEL .................................................................................... 94 OBLIGATIONS OF THE CLIENT ................................................................................... 94 PAYMENTS TO THE CONSULTANT .............................................................................. 95 GOOD FAITH ............................................................................................................. 95 SETTLEMENT OF DISPUTES ....................................................................................... 95

III. SPECIAL CONDITIONS OF CONTRACT ............................................................. 97 IV. APPENDICES ............................................................................................................. 105 APPENDIX A DESCRIPTION OF SERVICES .................................................................... 105 APPENDIX B - REPORTING REQUIREMENTS .................................................................. 123 APPENDIX C - KEY PERSONNEL AND SUB-CONSULTANTS ............................................ 125 APPENDIX D - BREAKDOWN OF CONTRACT PRICE IN FOREIGN CURRENCY ................. 126 APPENDIX F - SERVICES AND FACILITIES PROVIDED BY THE CLIENT ............................ 127

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 78

Section V Standard Contract

Preface
1. This standard contract for Consulting Services has been prepared by the Bank for use by its borrowers and their implementing agencies (referred to hereafter as Clients) when they hire a consulting firm (referred to hereinafter as the Consultant) to provide services paid on lump-sum basis. In such cases, the use of this contract is mandatory for contracts financed partly or wholly by the Bank. The Standard Contract includes four parts: the Contract, the General Conditions of Contract, the Special Conditions of Contract, and the Appendices. The Client using this standard contract should not alter the General Conditions. Any adjustment to meet project features should be made only in the Special Conditions. Lump-sum contracts are normally used when definition of the tasks to be performed is clear and unambiguous, when the commercial risk taken by the Consultant are relatively low, and when therefore such Consultant are prepared to perform the assignment for an agreed predetermined lump-sum price. Such price is arrived at on the basis of inputs including rates - provided by the Consultant. The Client agrees to pay the Consultant according to a schedule of payments linked to the delivery of certain outputs, for example reports. A major advantage of the lump-sum contract is the simplicity of its administration, the Client having only to be satisfied with the outputs without monitoring the staff inputs. Studies are usually carried out on a lump-sum basis: for example, surveys, master plans, economic, sector, simple feasibility and engineering studies.

2.

3.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 79

Section V Standard Contract

THIS IS A BLANK PAGE

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 80

Section V Standard Contract

I. Contract Agreement
LUMP SUM (Text in brackets [ ] is optional; all notes should be deleted in final text) This CONTRACT (hereinafter called the Contract) is made the [day] day of the month of [month], [year], between, on the one hand, [name of client] (hereinafter called the Client) and, on the other hand, [name of Consultant] (hereinafter called the Consultant). [Note: If the Consultant consist of more than one entity, the above should be partially amended to read as follows: (hereinafter called the Client) and, on the other hand, a joint venture/consortium/association (JVCA) consisting of the following entities, each of which will be jointly and severally liable to the Client for all the Consultants obligations under this Contract, namely, [name of Consultant] and [name of Consultant] (hereinafter called the Consultant).] WHEREAS (a) (b) the Client has requested the Consultant to provide certain consulting services as defined in this Contract (hereinafter called the Services); the Consultant, having represented to the Client that it has the required professional skills, and personnel and technical resources, has agreed to provide the Services on the terms and conditions set forth in this Contract; the Client has received [or has applied for a financing from the Inter-American Development Bank (hereinafter called the Bank) towards the cost of the Services and intends to apply a portion of the proceeds of this financing to eligible payments under this Contract, it being understood (i) that payments by the Bank will be made only at the request of the Client and upon approval by the Bank, (ii) that such payments will be subject, in all respects, to the terms and conditions of the agreement providing for the financing, and (iii) that no party other than the Client shall derive any rights from the Contract providing for the financing or have any claim to the financing proceeds;

(c)

NOW THEREFORE the parties hereto hereby agree as follows: 1. (a) (b) (c) The following documents attached hereto shall be deemed to form an integral part of this Contract: The General Conditions of Contract; The Special Conditions of Contract; The following Appendices: [Note: If any of these Appendices are not used, the words Not Used should be inserted below next to the title of the Appendix] Appendix A: Description of Services Appendix B: Reporting Requirements Appendix C: Key Personnel and Sub-Consultants Appendix D: Breakdown of Contract Price in Foreign Currency
Page | 81

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section V Standard Contract

Appendix E: Appendix F: Appendix G: Appendix H: 2. (a) (b)

Breakdown of Contract Price in Local Currency Services and Facilities provided by the Client Form of Advance Payment Guarantee Form of Suppliers Certificate

Not used Not used Not used

The mutual rights and obligations of the Client and the Consultant shall be as set forth in the Contract, in particular: the Consultants shall carry out the Services in accordance with the provisions of the Contract; and the Client shall make payments to the Consultants in accordance with the provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their respective names as of the day and year first above written.

For and on behalf of [name of Client] [Authorized Representative]

For and on behalf of [name of Consultant]

[Authorized Representative]

[Note: If the Consultant consists of more than one entity, all these entities should appear as signatories, e.g., in the following manner:] For and on behalf of each of the Members of the Consultant [name of member]

[Authorized Representative] [name of member] [Authorized Representative]

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 82

Section V Standard Contract

II. General Conditions of Contract


1. General Provisions
1.1 Definitions Unless the context otherwise requires, the following terms whenever used in this Contract have the following meanings: (a) Applicable Law means the laws and any other instruments having the force of law in the Governments country, or in such other country as may be specified in the Special Conditions of Contract (SC), as they may be issued and in force from time to time. Bank means the Inter-American Development Bank, Washington, D.C., U.S.A., or any other fund administered by the Bank. Consultant means any private or public entity, including a Joint Venture, Consortium or Association (JVCA) that will provide the Services to the Client under the Contract. Contract means the Contract signed by the Parties and all the attached documents listed in its Clause 1, that is these General Conditions (GC), the Special Conditions (SC), and the Appendices. Contract Price means the price to be paid for the performance of the Services, in accordance with Clause 6; Effective Date means the date on which this Contract comes into force and effect pursuant to Clause GC 2.1. Foreign Currency means any currency other than the currency of the Clients country. GC means these General Conditions of Contract. Government means the Government of the Clients country. Local Currency means the currency of the Clients country. Member means any of the entities that make up the joint venture/consortium/association (JVCA), and Members means all these entities. Party means the Client or the Consultant, as the case may be, and Parties means both of them.

(b)

(c)

(d)

(e) (f) (g) (h) (i) (j) (k)

(l)

(m) Personnel means persons hired by the Consultant or by any Sub-Consultants and assigned to the performance of the Services or any part thereof.
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 83

Section V Standard Contract

(n) SC means the Special Conditions of Contract by which the GC may be amended or supplemented. (o) (p) (q) Services means the work to be performed by the Consultant pursuant to this Contract, as described in Appendix A hereto. Sub-Consultants means any person or entity to whom/which the Consultant subcontracts any part of the Services. In writing means communicated in written form with proof of receipt.

1.2 Law Governing This Contract, its meaning and interpretation, and the relation between the Parties shall be governed by the Applicable Law. Contract 1.3 Language This Contract has been executed in the language specified in the SC, which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract.

1.4 Notices 1.4.1 Any notice, request or consent required or permitted to be given or made pursuant to this Contract shall be in writing. Any such notice, request or consent shall be deemed to have been given or made when delivered in person to an authorized representative of the Party to whom the communication is addressed, or when sent to such Party at the address specified in the SC. A Party may change its address for notice hereunder by giving the other Party notice in writing of such change to the address specified in the SC. The Services shall be performed at such locations as are specified in Appendix A hereto and, where the location of a particular task is not so specified, at such locations, whether in the Governments country or elsewhere, as the Client may approve. In case the Consultant consists of a joint venture/consortium/association (JVCA) of more than one entity, the Members hereby authorize the entity specified in the SC to act on their behalf in exercising all the Consultants rights and obligations towards the Client under this Contract, including without limitation the receiving of instructions and payments from the Client. Any action required or permitted to be taken, and any document required or permitted to be executed under this Contract by the Client or the Consultant may be taken or executed by the officials specified in the SC. The Consultant, Sub-Consultants, and their Personnel shall pay such indirect taxes, duties, fees, and other impositions levied under the Applicable Law as specified in the SC, the amount of which is deemed
Page | 84

1.4.2

1.5 Location

1.6 Authority of Member in Charge

1.7 Authorized Representatives 1.8 Taxes and Duties

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section V Standard Contract

to have been included in the Contract Price. 1.9 Fraud and Corruption 1.9.1 Definitions The Bank requires that all borrowers (including grant beneficiaries), the executing agencies and contracting agencies, as well as all firms, entities and individuals bidding for or participating in a Bankfinanced project, including, inter alia, applicants, bidders, contractors, consulting firms and individual consultants (including their respective officers, employees and agents) adhere to the highest ethical standards, and report to the Bank all suspected acts of fraud or corruption of which it has knowledge or becomes aware, during the Selection Process and throughout the negotiation or execution of a Contract. Fraud and corruption are prohibited. Fraud and corruption include acts of: (a) corrupt practice, (b) fraudulent practice, (c) coercive practice and (d) collusive practice. The definitions of actions set forth below cover the most common types of f r a u d a n d c o r r u p t i o n , but are not exhaustive. For this reason, the Bank shall also take action in the event of any similar deed or complaint involving alleged acts of fraud and corruption, even when these are not specified in the following list. The Bank shall in all cases proceed with the established procedure referred to in Clause GC 1.9 (c). (a) The Bank defines the terms set forth below as follows: (i) A corrupt practice is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the actions of another party; A fraudulent practice is any act or omission, including a misrepresentation, which misleads, or attempts to mislead, a party in order to obtain a financial or other benefit or to avoid an obligation;

(ii)

(iii) A coercive practice is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or property of the party to influence the actions of a party; and (iv) A collusive practice is an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 85

Section V Standard Contract

1.9.2 Measures to be taken

(b)

If the Bank, in accordance with its administrative procedures, demonstrates that any firm, entity or individual bidding for or participating in a Bank-financed project including, inter alia, applicants, bidders, contractors, consultants, borrowers (including grant Beneficiaries), purchasers, executing agencies and contracting agencies (including their respective officers, employees and agents) engaged in an act of fraud or corruption, the Bank may: (i) decide not to finance any proposal to award a contract or a contract awarded for consultant services financed by the Bank; suspend disbursement of the operation if it determined at any stage that evidence is sufficient support a finding that an employee, agent representative of the Borrower, Executing Agency Contracting Agency has engaged in an act of fraud corruption; is to or or or

(ii)

(iii)

cancel and/or accelerate repayment of, the portion of a loan or grant earmarked for a contract, when there is evidence that the representative of the Borrower, or Beneficiary of a grant, has not taken the adequate remedial measures within a time period which the Bank considers reasonable, and in accordance with the due process guarantees of the Borrowing countrys legislation; issue a reprimand in the form of a formal letter of censure of the firm, entity or individuals behaviour; issue a declaration that an individual, entity or firm is ineligible, either permanently or for a stated period of time, to be awarded or participate in contracts under Bank-financed projects except under such conditions as the Bank deems to be appropriate; refer the matter to appropriate law enforcement authorities; and/or impose other sanctions that it deems to be appropriate under the circumstances, including the imposition of fines representing reimbursement of the Bank for costs associated with investigations and proceedings. Such sanctions may be imposed in addition to or in lieu of other sanctions.

(iv) (v)

(vi) (vii)

(c)

The Bank has established administrative procedures for cases of allegations of fraud and corruption within the procurement
Page | 86

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section V Standard Contract

process or the execution of a contract financed by the Bank which are available at the Banks website (www.iadb.org), as updated from time to time. To that effect any complaint shall be submitted to the Banks of Institutional Integrity (OII) for the appropriate investigation. Allegations may be presented confidentially or anonymously. (d) Payments are expressly conditional upon the claimants participation in the procurement process conformed with all applicable Bank policies on Fraud and Corruption described in this Clause CG 1.9. The imposition of any action to be taken by the Bank pursuant to the provisions referred to paragraph (b) of this Clause may be public or private, in accordance with the policies of the Bank; The Bank will have the right to require that, in contracts financed with a Bank loan, a provision be included requiring Consultants to permit the Bank to inspect their accounts and records and any other documents relating to the submission of proposals and contract performance and to have them audited by auditors appointed by the Bank. The Bank will have the right to require that, in contracts financed with a Bank loan, a provision be included requiring Consultants to: (i) maintain all documents and records related to the Bank-financed project for three (3) years after completion of the work contemplated in the relevant contract pursuant to Clause GC 3.8; and (ii) deliver any document necessary for the investigation of allegations of fraud or corruption and make available to the Bank the employees or agents of the consultant with knowledge of the Bank-financed project to respond to questions from Bank personnel or any properly designated investigator, agent, auditor or consultant relating to the review or audit of the documents. If the Consultants fail to comply with the Banks request, or otherwise obstruct the Banks review of the matter, the Bank, in its sole discretion, may take appropriate action against the Consultant. Consultants represent and warrant: (i) that they have read and understood the Banks prohibition against fraud and corruption and agrees to abide by the applicable rules; that they have not engaged in any violation of policies on fraud and corruption described herein; that they have not misrepresented or concealed any material facts during the procurement or contract
Page | 87

(e)

(f)

(g)

(ii) (iii)

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section V Standard Contract

negotiation processes or performance of the contract; (iv) that neither they nor any of their directors, officers or principal shareholders have been declared ineligible to be awarded Bank-financed contracts or have been convicted of a crime involving fraud or corruption; that none of their directors, officers or principal shareholders has been a director, officer or principal shareholder of any other company or entity that has been declared ineligible to be awarded a Bankfinanced contract or has been convicted of a crime involving fraud or corruption; that all commissions, agents fees, facilitating payments or revenue-sharing agreements related to the Bankfinanced contract or consulting agreement have been disclosed; that they acknowledge that the breach of any of these warranties constitutes a basis for the imposition of any or a combination of the measures described in Clause GC 1.9.

(v)

(vi)

(vii)

1.10 Eligibility

The Consultant and its Subcontractors shall have the nationality of a Banks member country. A Consultant or Subcontractor shall be deemed to have the nationality of a country if it comply with the following requirements: (a) An individual is considered to be a national of a member country of the Bank if he or she meets either of the following requirements: (i) (ii) is a citizen of a member country; or has established his/her domicile in a member country as a bona fide resident and is legally entitled to work in the country of domicile. A firm is considered to have the nationality of a member country if it meets the two following requirements: (i) (ii) is legally constituted or incorporated under the laws of a member country of the Bank; and more than fifty percent (50%) of the firms capital is owned by individuals or firms from member countries of the Bank.

(b)

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 88

Section V Standard Contract

All members of a JVCA and all subcontractors must meet the nationality criteria set forth above. In the case that the Consulting Services Contract includes the supplying of goods and related services, all such goods and related services shall have as their origin any member country of the Bank. Goods have their origin in a member country of the Bank if they have been mined, grown, harvested, or produced in a member country of the Bank. A good has been produced when through manufacture, processing or assembly another commercially recognized article results that differ substantially in its basic characteristics, function or purpose of utility from its parts or components. For a good consisting of several individual components that need to be interconnected (either by the supplier, the purchaser or by a third party) to make the good operative and regardless of the complexity of the interconnection, the Bank considers that such good is eligible for financing if the assembly of the components took place in a member country, regardless of the origin of the components. When the good is a set of several individual goods that are normally packaged and sold commercially as a single unit, the good is considered to originate in the country where the set was packaged and shipped to the purchaser. For purpose of origin, goods labelled made in the European Union shall be eligible without the need to identify the corresponding specific country of the European Union. The origin of materials, parts or components of the goods or the nationality of the firm that produces, assembles, distributes or sells the goods, does not determine the origin of the goods. The Consultant shall submit the form "Suppliers' Certificate" (Appendix H), included as part of the Contract Forms, declaring that the goods and related services have as their origin a member country of the Bank. The submission of this form to the Client shall be a condition for receiving payment. The Client reserves the right to require any additional information from the Consultant to verify that the goods and related services have as their origin a member country of the Bank.

2. Commencement, Completion, Modification and Termination of Contract


2.1 Effectiveness of Contract This Contract shall come into effect on the date the Contract is signed by both Parties or such other later date as may be stated in the SC. The date the Contract comes into effect is defined as the Effective Date. The Consultant shall begin carrying out the Services not later than the number of days after the Effective Date specified in the SC.

2.2 Commencement of Services

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 89

Section V Standard Contract

2.3 Expiration of Contract 2.4 Modifications or Variations

Unless terminated earlier pursuant to Clause GC 2.6 hereof, this Contract shall expire at the end of such time period after the Effective Date as specified in the SC. Any modification or variation of the terms and conditions of this Contract, including any modification or variation of the scope of the Services, may only be made by written agreement between the Parties. However, each Party shall give due consideration to any proposals for modification or variation made by the other Party.

2.5 Force Majeure 2.5.1 Definition For the purposes of this Contract, Force Majeure means an event which is beyond the reasonable control of a Party and which makes a Partys performance of its obligations under the Contract impossible or so impractical as to be considered impossible under the circumstances. The failure of a Party to fulfil any of its obligations under the contract shall not be considered to be a breach of, or default under, this Contract insofar as such inability arises from an event of Force Majeure, provided that the Party affected by such an event (a) has taken all reasonable precautions, due care and reasonable alternative measures in order to carry out the terms and conditions of this Contract, and (b) has informed the other Party as soon as possible about the occurrence of such an event. Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall be extended for a period equal to the time during which such Party was unable to perform such action as a result of Force Majeure. During the period of their inability to perform the Services as a result of an event of Force Majeure, the Consultant shall be entitled to continue to be paid under the terms of this Contract, as well as to be reimbursed for additional costs reasonably and necessarily incurred by them during such period for the purposes of the Services and in reactivating the Service after the end of such period.

2.5.2 No Breach of Contract

2.5.3 Extension of Time

2.5.4 Payments

2.6 Termination 2.6.1 By the Client The Client may terminate this Contract in case of the occurrence of any of the events specified in paragraphs (a) through (f) of this Clause GC 2.6.1. In such an occurrence the Client shall give a not less than thirty (30) days written notice of termination to the Consultant, and sixty (60) days in the case of the event referred to in (e). (a) If the Consultant does not remedy a failure in the performance of their obligations under the Contract, within thirty (30) days
Page | 90

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section V Standard Contract

after being notified or within any further period as the Client may have subsequently approved in writing. (b) (c) If the Consultant becomes insolvent or bankrupt. If the Consultant, in the judgment of the Client has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. If, as the result of Force Majeure, the Consultant are unable to perform a material portion of the Services for a period of not less than sixty (60) days. If the Client, in its sole discretion and for any reason whatsoever, decides to terminate this Contract. If the Consultant fails to comply with any final decision reached as a result of arbitration proceedings pursuant to Clause GC 8 hereof.

(d)

(e) (f)

2.6.2

By the Consulta nt

The Consultants may terminate this Contract, by not less than thirty (30) days written notice to the Client, such notice to be given after the occurrence of any of the events specified in paragraphs (a) through (c) of this Clause GC 2.6.2: (a) If the Client fails to pay any money due to the Consultant pursuant to this Contract and not subject to dispute pursuant to Clause GC 7 hereof within forty-five (45) days after receiving written notice from the Consultant that such payment is overdue. If, as the result of Force Majeure, the Consultant is unable to perform a material portion of the Services for a period of not less than sixty (60) days. If the Client fails to comply with any final decision reached as a result of arbitration pursuant to Clause GC 8 hereof.

(b)

(c) 2.6.3 Payment upon Termination

Upon termination of this Contract pursuant to Clauses GC 2.6.1 or GC 2.6.2, the Client shall make the following payments to the Consultant: (a) (b) payment pursuant to Clause GC 6 for Services satisfactorily performed prior to the effective date of termination; except in the case of termination pursuant to paragraphs (a) through (c), and (f) of Clause GC 2.6.1, reimbursement of any reasonable cost incident to the prompt and orderly termination of the Contract, including the cost of the return travel of the Personnel and their eligible dependents.
Page | 91

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section V Standard Contract

3. Obligations of the Consultant


3.1 General 3.1.1 Standard of Performance The Consultant shall perform the Services and carry out their obligations hereunder with all due diligence, efficiency and economy, in accordance with generally accepted professional standards and practices, and shall observe sound management practices, and employ appropriate technology and safe and effective equipment, machinery, materials and methods. The Consultant shall always act, in respect of any matter relating to this Contract or to the Services, as faithful advisers to the Client, and shall at all times support and safeguard the Clients legitimate interests in any dealings with Sub-Consultants or third Parties. The Consultant shall hold the Clients interests paramount, without any consideration for future work, and strictly avoid conflict with other assignments or their own corporate interests. The payment of the Consultant pursuant to Clause GC 6 shall constitute the Consultants only payment in connection with this Contract or the Services, and the Consultant shall not accept for their own benefit any trade commission, discount, or similar payment in connection with activities pursuant to this Contract or to the Services or in the discharge of their obligations under the Contract, and the Consultant shall use their best efforts to ensure that the Personnel, any Sub-Consultants, and agents of either of them similarly shall not receive any such additional payment. The Consultant agrees that, during the term of this Contract and after its termination, the Consultant and any entity affiliated with the Consultant, as well as any Sub-Consultants and any entity affiliated with such SubConsultants, shall be disqualified from providing goods, works or services (other than consulting services) resulting from or directly related to the Consultants Services for the preparation or implementation of the project. The Consultant shall not engage, and shall cause their Personnel as well as their Sub-Consultants and their Personnel not to engage, either directly or indirectly, in any business or professional activities which would conflict with the activities assigned to them under this Contract.

3.2 Conflict of Interests 3.2.1 Consultants Not to Benefit from Commissions, Discounts, etc. 3.2.2 Consultant and Affiliates not to be otherwise interested in Project 3.2.3 Prohibition of Conflicting Activities

3.3 Confidentiality Except with the prior written consent of the Client, the Consultant and the Personnel shall not at any time communicate to any person or entity any confidential information acquired in the course of the Services, nor shall the Consultant and the Personnel make public the recommendations formulated in the course of, or as a result of, the Services. 3.4 Insurance to be Taken Out by the The Consultant (a) shall take out and maintain, and shall cause any SubConsultants to take out and maintain, at their (or the Sub-Consultants, as the case may be) own cost but on terms and conditions approved by the
Page | 92

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section V Standard Contract

Consultant

Client, insurance against the risks, and for the coverage, as shall be specified in the SC; and (b) at the Clients request, shall provide evidence to the Client showing that such insurance has been taken out and maintained and that the current premiums have been paid. The Consultant shall obtain the Clients prior approval in writing before taking any of the following actions: (a) (b) (c) entering into a subcontract for the performance of any part of the Services, appointing such members of the Personnel not listed by name in Appendix C, and any other action that may be specified in the SC. The Consultant shall submit to the Client the reports and documents specified in Appendix B hereto, in the form, in the numbers and within the time periods set forth in the said Appendix. Final reports shall be delivered in CD ROM in addition to the hard copies specified in said Appendix. All plans, drawings, specifications, designs, reports, other documents and software submitted by the Consultant under this Contract shall become and remain the property of the Client, and the Consultant shall, not later than upon termination or expiration of this Contract, deliver all such documents to the Client, together with a detailed inventory thereof. The Consultant may retain a copy of such documents and software. Restrictions about the future use of these documents, if any, shall be specified in the SC.

3.5 Consultants Actions Requiring Clients Prior Approval

3.6 Reporting Obligations

(a)

(b) (a) 3.7 Documents Prepared by the Consultant to be the Property of the Client (b)

The Consultant (i) shall keep accurate and systematic accounts and 3.8 Accounting, Inspection and records in respect of the Services hereunder, in accordance with internationally accepted accounting principles and in such form and Auditing detail as will clearly identify all relevant time changes and costs, and the bases thereof, and (ii) shall periodically permit the Client or its designated representative and/or the Bank, and up to three (3) years from the expiration or termination of this Contract, to inspect the same and make copies thereof as well as to have them audited by auditors appointed by the Client or the Bank, if so required by the Client or the Bank as the case may be.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 93

Section V Standard Contract

4. Consultants Personnel
4.1 Description of Personnel The Consultant shall employ and provide such qualified and experienced Personnel and Sub-Consultants as are required to carry out the Services. The titles, agreed job descriptions, minimum qualifications, and estimated periods of engagement in the carrying out of the Services of the Consultants Key Personnel are described in Appendix C. The Key Personnel and Sub-Consultants listed by title as well as by name in Appendix C are hereby approved by the Client. (a) Except as the Client may otherwise agree, no changes shall be made in the Key Personnel. If, for any reason beyond the reasonable control of the Consultant, such as retirement, death, medical incapacity, among others, it becomes necessary to replace any of the Key Personnel, the Consultant shall provide as a replacement a person of equivalent or better qualifications. If the Client finds that any of the Personnel have (i) committed serious misconduct or have been charged with having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Consultant shall, at the Clients written request specifying the grounds thereof, provide as a replacement a person with qualifications and experience acceptable to the Client. The Consultant shall have no claim for additional costs arising out of or incidental to any removal and/or replacement of Personnel.

4.2 Removal and/or Replacement of Personnel

(b)

(c)

5. Obligations of the Client


5.1 Assistance and The Client shall use its best efforts to ensure that the Government shall provide the Consultant such assistance and exemptions as specified in Exemptions the SC. 5.2 Change in the Applicable Law Related to Taxes and Duties If, after the date of this Contract, there is any change in the Applicable Law with respect to taxes and duties which increases or decreases the cost incurred by the Consultant in performing the Services, then the remuneration and reimbursable expenses otherwise payable to the Consultant under this Contract shall be increased or decreased accordingly by agreement between the Parties, and corresponding adjustments shall be made to the amounts referred to in Clauses GC 6.2 (a) or (b), as the case may be. The Client shall make available free of charge to the Consultant the Services and Facilities listed under Appendix F.

5.3 Services and Facilities

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 94

Section V Standard Contract

6. Payments to the Consultant


6.1 Lump-Sum Payment The total payment due to the Consultant shall not exceed the Contract Price which is an all inclusive fixed lump-sum covering all costs required to carry out the Services described in Appendix A. Except as provided in Clause 5.2, the Contract Price may only be increased above the amounts stated in Clause 6.2 if the Parties have agreed to additional payments in accordance with Clause 2.4. The price payable in foreign currency/currencies is set forth in the SC. The price payable in local currency is set forth in the SC.

6.2 Contract Price (a) (b) 6.3 Payment for Additional Services 6.4 Terms and Conditions of Payment

For the purpose of determining the remuneration due for additional services as may be agreed under Clause 2.4, a breakdown of the lumpsum price is provided in Appendices D and E. Payments will be made to the account of the Consultant and according to the payment schedule stated in the SC. Unless otherwise stated in the SC, the first payment shall be made against the provision by the Consultant of an advance payment guarantee for the same amount, and shall be valid for the period stated in the SC. Such guarantee shall be in the form set forth in Appendix G hereto, or in such other form, as the Client shall have approved in writing. Any other payment shall be made after the conditions listed in the SC for such payment have been met, and the Consultant has submitted an invoice to the Client specifying the amount due. If the Client has delayed payments beyond fifteen (15) days after the due date stated in the Clause SC 6.4, interest shall be paid to the Consultant for each day of delay at the rate stated in the SC.

6.5 Interest on Delayed Payments

7. Good Faith
7.1 Good Faith The Parties undertake to act in good faith with respect to each others rights under this Contract and to adopt all reasonable measures to ensure the realization of the objectives of this Contract.

8. Settlement of Disputes
8.1 Amicable Settlement The Parties agree that the avoidance or early resolution of disputes is crucial for a smooth execution of the Contract and the success of the assignment. The Parties shall use their best efforts to settle amicably all disputes arising out of or in connection with this Contract or its
Page | 95

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section V Standard Contract

interpretation. 8.2 Dispute Resolution Any dispute between the Parties as to matters arising pursuant to this Contract that cannot be settled amicably within thirty (30) days after receipt by one Party of the other Partys request for such amicable settlement may be submitted by either Party for settlement in accordance with the provisions specified in the SC.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 96

Section V Standard Contract

III. Special Conditions of Contract


(Clauses in brackets { } are optional; all notes should be deleted in final text) Number of GC Clause 1.1(a) 1.3 1.4 Amendments of, and Supplements to, Clauses in the General Conditions of Contract The words in the Governments country are amended to read in Guyana The language is English. The addresses are: Client: Attention: Ministry of Public Works & Communications Wights Lane, Kingston, Georgetown, Guyana. Mr. Rickford Lowe, Co-ordinator, Works Services Group, Ministry of Public Works & Communications

Telephone #: 592-226-060 Ext. 223 Facsimile: E-mail: 592-225-2689 consultancies@wsg.gov.gy

Consultant:

Attention: Facsimile: E-mail: 1.6 {The Member in Charge is [insert name of member]} Note: If the Consultant consists of a joint venture/consortium/association (JVCA) of more than one entity, the name of the entity whose address is specified in Clause SC 1.6 should be inserted here. If the Consultant consists only of one entity, this Clause SC 1.8 should be deleted from the SC. 1.7 The Authorized Representatives are: For the Client: Mr. Rickford Lowe, Co-ordinator, Works Services Group, Ministry of Public Works & Communication
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 97

Section V Standard Contract

For the Consultant: 1.8 The Client warrants that the Consultant, the Sub-Consultants and the Personnel shall be exempt from (or that the Client shall pay on behalf of the Consultant, the Sub-Consultants and the Personnel, or shall reimburse the Consultant, the Sub-Consultants and the Personnel for) any indirect taxes, duties, fees, levies and other impositions imposed, under the Applicable Law, on the Consultant, the Sub-Consultants and the Personnel in respect of: (a) any payments whatsoever made to the Consultant, Sub-Consultants and the Personnel (other than nationals or permanent residents of the Governments country), in connection with the carrying out of the Services; any equipment, materials and supplies brought into the Governments country by the Consultant or Sub-Consultants for the purpose of carrying out the Services and which, after having been brought into such territories, will be subsequently withdrawn there from by them; any equipment imported for the purpose of carrying out the Services and paid for out of funds provided by the Client and which is treated as property of the Client; any property brought into the Governments country by the Consultant, any Sub-Consultants or the Personnel (other than nationals or permanent residents of the Governments country), or the eligible dependents of such Personnel for their personal use and which will subsequently be withdrawn there from by them upon their respective departure from the Governments country, provided that: (i) the Consultant, Sub-Consultants and Personnel, and their eligible dependents, shall follow the usual customs procedures of the Governments country in importing property into the Governments country; and

(b)

(c)

(d)

(ii) if the Consultant, Sub-Consultants or Personnel, or their eligible dependents, do not withdraw but dispose of any property in the Governments country upon which customs duties and taxes have been exempted, the Consultant, Sub-Consultants or Personnel, as the case may be, (i) shall bear such customs duties and taxes in conformity with the regulations of the Governments country, or (ii) shall reimburse them to the Client if they were paid by the Client at the time the property in question was brought into the Governments country. 2.1 The Effective Date is the date that the contract is signed by both parties.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 98

Section V Standard Contract

2.2

The date for the commencement of Services is no later than thirty days after the effective date. The time period shall be twenty six (26) weeks. Clause 3.4 of the General Conditions is amended to read as follows: The Consultant (a) shall take out and maintain, and shall cause any SubConsultants to take out and maintain, at their (or the Sub-Consultants, as the case may be) own cost, insurance against the risks, and for the coverage, as shall be specified in the SC; and (b) at the Clients request, shall provide evidence to the Client showing that such insurance has been taken out and maintained and that the current premiums have been paid. The risks and the coverage shall be as follows:
(a) Third Party motor vehicle liability insurance in respect of motor vehicles operated in the Governments country by the Consultant or its Personnel or any Sub-Consultants or their Personnel, with a minimum coverage of [US$ 5,000.00]; (b) Third Party liability insurance, with a minimum coverage of [US$ 20,000.00]; (c) Professional liability insurance, with a minimum coverage of [US$ 650,000.00]; (d) Employers liability and workers compensation insurance in respect of the Personnel of the Consultant and of any Sub-Consultants, in accordance with the relevant provisions of the Applicable Law, as well as, with respect to such Personnel, any such life, health, accident, travel or other insurance as may be appropriate; and

2.3 3.4

(e) Insurance against loss or damage to (i) equipment purchased in whole or in


part with funds provided under this Contract, (ii) the Consultants property used in the performance of the Services, and (iii) any documents prepared by the Consultant in the performance of the services.

3.4 (b)

Limitations of the Consultants Liability towards the Client (a) Except in the case of gross negligence or wilful misconduct on the part of the Consultants or on the part of any person or firm acting on behalf of the Consultants in carrying out the services, the Consultants , with respect to damage caused by the Consultants to the Clients property, shall not be liable to the Client: (i) For any indirect or consequential loss or damage; and

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 99

Section V Standard Contract

(ii) For any direct loss or damage that exceeds by three times the total value of the Contract. (b) This limitation of liability shall not affect the Consultants liability, if any, for damage to Third Parties caused by the Consultants or any person or firm acting on behalf of the Consultants in carrying out Services. 3.7 (b) The Consultant shall not use these documents and software for purposes unrelated to this Contract without the prior written approval of the Client. The Employer shall: a) provide the Consultants, Sub-Consultants and Personnel with work permits and such other documents as shall be necessary to enable the Consultants, Subconsultants or Personnel to perform the Services; b) arrange for the Personnel and, if appropriate, their eligible dependents to be provided promptly with all necessary entry and exit visas, residence permits, exchange permits and any other documents required for their stay in Guyana; c) facilitate prompt clearance through customs of any property required for the Services and of the personal effects of the Personnel and their eligible dependents; issue to officials, agents and representatives of the GOG all such instructions as may be necessary or appropriate for the prompt and effective implementation of the Services; d) exempt the Consultants and the Personnel and any Sub-consultants employed by the Consultants for the Services from any requirement to register or obtain any permit to practice or to establish themselves either individually or as a corporate entity according to the Law of Guyana; and e) grant the Consultants, any Sub-consultant and the Personnel; of either of them a waiver of duties and taxes on monies earned (only for expatriate personnel), vehicles, equipment and other items brought into or purchased in the country for the execution of the Services. 6.2 6.2 (a) 6.4 Contract Price The contract price is: [insert amount] The accounts are: for foreign currency or currencies: [insert account(s)]

5.1

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 100

Section V Standard Contract

Payments shall be made according to the following schedule: (a) (b) (c) (d) (e) Twenty (30%) percent upon submission of the Inception Report Five (5%) percent upon submission of the Road Safety Audit Five (5%) percent upon submission of the Functional and Structural Evaluation Report Five (5%) percent upon submission of the Environmental & Social Impact Report Five (5%) percent upon submission of the Economic Feasibility Report

(f) ) Ten (10%) percent upon submission of the Localized Intervention Works Report (g) (h) (i) 6.5 8.2 Ten (10%) percent upon submission of the Draft Environmental & Social Management Plan Ten (10%) percent upon submission of the Draft Design Report Ten (20%) percent upon approval of the Final Report

The interest rate is: 3.8% Disputes shall be settled by arbitration in accordance with the following provisions: 1. Selection of Arbitrators. Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator or an arbitration panel composed of three arbitrators, in accordance with the following provisions: (a) Where the Parties agree that the dispute concerns a technical matter, they may agree to appoint a sole arbitrator or, failing agreement on the identity of such sole arbitrator within thirty (30) days after receipt by the other Party of the proposal of a name for such an appointment by the Party who initiated the proceedings, either Party may apply to, the Federation Internationale des Ingenieurs-Conseil (FIDIC) of Lausanne, Switzerland for a list of not fewer than five nominees and, on receipt of such list, the Parties shall alternately strike names therefrom, and the last remaining nominee on the list shall be the sole arbitrator for the matter in dispute. If the last remaining nominee has not been determined in this manner within sixty (60) days of the date of the list, the Federation Internationale des Ingenieurs-Conseil (FIDIC) of Lausanne, Switzerland shall appoint, upon the request of either Party and from such list or otherwise, a sole arbitrator for the matter in dispute.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 101

Section V Standard Contract

(b) Where the Parties do not agree that the dispute concerns a technical matter, the Client and the Consultant shall each appoint one arbitrator, and these two arbitrators shall jointly appoint a third arbitrator, who shall chair the arbitration panel. If the arbitrators named by the Parties do not succeed in appointing a third arbitrator within thirty (30) days after the latter of the two arbitrators named by the Parties has been appointed, the third arbitrator shall, at the request of either Party, be appointed by Secretary General of the International Centre for Settlement of Investment Disputes, Washington, D.C. (c) If, in a dispute subject to Clause SC 8.2 1.(b), one Party fails to appoint its arbitrator within thirty (30) days after the other Party has appointed its arbitrator, the Party which has named an arbitrator may apply to the Secretary General of the International Centre for Settlement of Investment Disputes, Washington, D.C. to appoint a sole arbitrator for the matter in dispute, and the arbitrator appointed pursuant to such application shall be the sole arbitrator for that dispute. 2. Rules of Procedure. Except as stated herein, arbitration proceedings shall be conducted in accordance with the rules of procedure for arbitration of the United Nations Commission on International Trade Law (UNCITRAL) as in force on the date of this Contract. Substitute Arbitrators. If for any reason an arbitrator is unable to perform his function, a substitute shall be appointed in the same manner as the original arbitrator. Nationality and Qualifications of Arbitrators. The sole arbitrator or the third arbitrator appointed pursuant to paragraphs (a) through (c) of Clause SC 8.2 1 hereof shall be an internationally recognized legal or technical expert with extensive experience in relation to the matter in dispute and shall not be a national of the Consultants home country [Note: If the Consultant consists of more than one entity, add: or of the home country of any of their Members or Parties] or of the Governments country. For the purposes of this Clause, home country means any of: (a) the country of incorporation of the Consultant [Note: If the Consultant consists of more than one entity, add: or of any of their Members or Parties]; or the country in which the Consultants [or any of their Members or Parties] principal place of business is located; or the country of nationality of a majority of the Consultants [or of any Members or Parties] shareholders; or

3.

4.

(b) (c)

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 102

Section V Standard Contract

(d)

the country of nationality of the Sub-Consultants concerned, where the dispute involve a subcontract.

5.

Miscellaneous. In any arbitration proceeding hereunder: (a) (b) (c) proceedings shall, unless otherwise agreed by the Parties, be held in Trinidad and Tobago; the English language shall be the official language for all purposes; and the decision of the sole arbitrator or of a majority of the arbitrators (or of the third arbitrator if there is no such majority) shall be final and binding and shall be enforceable in any court of competent jurisdiction, and the Parties hereby waive any objections to or claims of immunity in respect of such enforcement.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 103

Section V Standard Contract

THIS IS A BLANK PAGE

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 104

Section V Standard Contract

IV. Appendices
Appendix A Description of Services
1. OBJECTIVES The primary objectives of the assignment can be summarized as follows: To identify the factors contributing to traffic congestion, and the road safety deficiencies, between the southern limit of the project area (the end of the village of Grove) and the main traffic origin and destination zones in Georgetown. This includes a detailed road safety audit of the existing 4-Lane section. These factors must logically guide the design philosophy. To conduct detailed functional and structural evaluations of the existing road, bridges and drainage facilities within the right of way (ROW) by means of visual inspection and destructive and/or non-destructive testing. This evaluation and subsequent analysis must be used to economize on the new design by making maximum use of the existing strength of the pavement; upgrading or rehabilitating structures instead of reconstruction; and reusing existing road materials in the design; as far as these may be sound technically. To propose various design alternatives for the road, bridges and drainage facilities rehabilitation works, road safety and alignment, which are appropriate for improving the roadway. At a minimum, the Consultant must examine and compare the use of Asphaltic and Portland Cement Concrete (cast-in-place and pre-cast) surfaces for the roadway. These alternatives would be compared by examining factors, inclusive of but not limited to, the investment and maintenance expenditures over the life of the project, including for social and environmental measures; and anticipated costs and realizable benefits to road users and to the local community in general. Such a comparison will be used to determine and pronounce clearly on the most practical and economically feasible investment programme for the rehabilitation works. To propose road safety improvements to the existing 4-Lane section. These works, prepared as a single package, must be included in the final detailed designs and bidding documents. To determine the environmental impacts and mitigation measures required for the construction and post construction stages. To examine the extent of traffic congestion that would be anticipated as a result of the eventual road construction project. The mitigation of this traffic congestion during construction must be considered in the preparation of design and bidding documents. The Consultant is expected to produce the designs and specifications for a package of works up to the cost of two million United States Dollars (US$ 2M) that will be carried out before the main project, and which would assist in the reduction of time taken to complete the said main project. To prepare the final detailed designs, inclusive of but not limited to, Bills of Quantities for sub- sections of works equivalent to USD 15 million, a description of the recommended works, their scope, methods, results, calculations, and a road safety audit of the design as established in the next section etc.
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 105

Section V Standard Contract

2. ACTIVITIES TO BE COMPLETED / METHODOLOGY 2.1. ROAD SAFETY AUDIT In order to achieve the objectives of this aspect of the assignment, the Consultant is expected to undertake a road safety audit of the existing 4-Lane Road. The road safety audit must answer, at a minimum, all of the following questions: xxv. What are the vehicle speeds occurring on the highway? xxvi. Are the stopping sight distances above the minimum values required for the vehicle speeds found in practice? xxvii. Are the radii of horizontal curves, with superelevations where present, above the minimum required for the vehicle speeds found in practice? xxviii. Are the vertical curves adequate for the vehicle speeds found in practice? xxix. Do the combined geometric design elements produce a consistent and safe alignment? xxx. Are the combined gradients on the cross sections and longitudinal sections sufficient to avoid standing water? xxxi. Does the alignment allow regular overtaking opportunities? xxxii. Do the centreline and edgeline markings give adequate guidance / control for drivers to position their vehicles and overtake safely? xxxiii. Has adequate provisions been made for buses, and parked, stopped or broken down vehicles, so that they do not pose a danger to other road users? xxxiv. Are pedestrians and non-motorized traffic discouraged from using the highway, or are special provisions made for this traffic? xxxv. Have specific provisions been made for pedestrians walking both along and across the road (footways, refuges, crossings, etc.)? xxxvi. Have specific safety provisions been made for non-motorised traffic? xxxvii. Are crossing facilities with adequate advance signing provided at well sited locations on the highway close to villages or agricultural fields where villagers (including animals) frequently cross? xxxviii. Does the road lighting enable safe driving at night? xxxix. Are road edge obstructions such as embankments, advertising hoardings, vegetation and buildings setback to provide sufficient forward visibility? xl. Are crash barriers on the outside of bends provided where large drops (over 3 meters) in level occurs? xli. Is there a means of controlling and authorising the provision of private access points onto the highway, particularly within 50 metres of intersections? xlii. Is the presence of intersections clearly evident at a distance to approaching vehicles from all directions? xliii. Are warning and information signs placed sufficiently in advance of the intersection for a driver to take appropriate and safe action? xliv. Do the intersections carry the design traffic load with an acceptable level of reserve capacity? xlv. Is the route through the intersection as simple and clear to all road users as possible? xlvi. Are the different turning movements sufficiently segregated for capacity and simplicity of action by the driver?
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 106

Section V Standard Contract

xlvii. Are lane widths and swept paths adequate for all vehicle movements and all vehicle types? xlviii. Where roads cross, does the design clearly identify rights of way and priorities?

2.2. ECONOMIC ANALYSIS In order to achieve the objectives of this aspect of the assignment, the specific activities to be completed include, but are not limited to, the following: 2.2.1. Available Information The consultant will evaluate and, where necessary revise and update, all relevant information found for the project road, including but not limited to: road and bridge conditions, volumes and composition of traffic, the level of road user costs. This will provide the basis for the new analyses.

2.2.2. Traffic Studies The consultant will analyse present traffic and its composition, and propose future projections over periods of 5, 7, 10 and 15 years from the year in which any road improvements are to be scheduled. These analyses should determine the projected AADT by vehicle type, vehicle occupancy and vehicle load. The consultant will ensure that estimates of present and future traffic take full account of both variations in traffic flows on different sections of the roads and fluctuations in traffic levels during the year. The consultant will determine traffic loading and any overloading by estimating the number of 8.2 ton equivalent single axles (ESA) travelling over the design lanes during the design service life of the roads.

2.2.3. Evaluation of the Existing Road and Bridges The Consultant will assess road and bridge conditions along the project roads in terms of: iv. The types of roadways and conditions of their surfaces. Priority should be given to evaluate roadway defects related to road safety, drainage and road performance. v. The conditions of the existing surfaces, bridges, culverts, ditches, and sluices located within their ROW. Observations should be made on their functionality and deficiencies. vi. Road surface roughness using adequate equipment and calibrating the new data with topographical survey. The road sections will be divided into uniformed segments with similar surface conditions, roughness, Present Serviceability Index (PSI) or Pavement Condition Index (PCI) values, and road characteristics. The Consultant will carry out a pavement deflection survey and calculate the subgrade moduli and pavement moduli.
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 107

Section V Standard Contract

2.2.4. Identification of Alternative investment options The Consultant will, on the basis of the engineering investigations, identify alternative options for improving the roadway and bridge structures including road safety works, and social and environmental measures. The respective costs and benefits of proceeding with these options will be compared with a continuation of the existing situation. Alternative investment options are expected to include: rehabilitation and/or reconstruction of the existing roadway and bridges; widening of the existing roadway and bridges to four lanes; provision of shoulders and drains throughout the length of the roadway; and provision of road markings, signs, traffic lights, street lighting, bus stops, bus shelters and overhead pedestrian walkways along the roadway where required, inclusive of along the existing 4-Lane. The road reserves in the Grove area is narrow and is compounded with the prevalence of commercial activity which generate parking requirements along the road. The consultant should also consider options of creating the two additional lanes through the existing Grove settlement east of the current road, along established road reserves.

2.2.5. Vehicle Operating Costs The Consultant will assess the types of vehicles using the roads and prepare an assessment of their characteristics appropriate for the new economic analysis. Current operating and price data will be collected for each vehicle type and will be input into the analyses.

2.2.6. Economic Analysis The Consultant will conduct an economic feasibility evaluation of the project alternatives proposed. The evaluation will be conducted in terms of economic costs which will be derived from the financial prices considered in the activities above. Road user costs with and without the project should be estimated with the use of HDM-4. Financing may not be available to complete the entire 8 km section as one project or with one source. The analysis has to be done for sub sections of works equivalent to USD 15 million as standalone projects.

2.2.7. Economic Report The Consultant will propose an outline and content for this report. The report, which will be in .doc format for text and .xls format for spreadsheets and .dwg format for drawings, will draw together the various technical and economic analyses described above and will present the consultants findings in a clear and understandable manner. This will be achieved by presenting a concise text supported by the following appendices and tabulations: o Annex 1: Traffic analysis o Annex 2: Road inventory and condition
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 108

Section V Standard Contract

o o o o o

Annex 3: Annex 4: Annex 5: Annex 6: Annex 7:

Bridge inventory and condition Preliminary engineering VOC input data Technical and economic parameters and evaluation. Costs (Investment and Maintenance)

2.3. ENVIRONMENTAL AND SOCIAL MANAGEMENT PLAN In order to achieve the objectives of this aspect of the assignment, specific activities to be completed include, but are not limited to, the following: 2.3.1. Available Information To achieve the stated objectives, the consultant will review all available data, social and environmental studies and information on the proposed project and its area of influence to determine their relevance, including: (i) compilation and analyses of existing information and studies about the project (special emphasis shall be placed on other relevant social and environmental studies addressing the area of influence of the project, and the Terms of Reference for contracting economic and technical studies related to the project); (ii) review the legal, institutional and environmental frameworks related to road projects and the corresponding requirements for improvement and rehabilitation projects; and (iii) perform a site reconnaissance including a visual observation and conduct interviews with neighbours of all relevant areas affected directly by the project.

2.3.2. Social and Environmental Impact Evaluation The evaluation of the projects social and environmental impact shall satisfy the following technical requirements: i. The area of study will be determined to include all areas in which the projects may generate social and environmental impacts. The area generally adjacent to the road infrastructure, quarries, campsites and other areas where the general impacts in the stages of execution of the works and use of the road are most direct and intensive, constitutes the area of direct influence. The remaining area where the effects are indirect and of lower intensity, are the area of indirect influence. These areas of direct and indirect influence must be delineated on a map at an appropriate scale, which shall show: o The population centres, protected areas, and principal services. o Other representative physical, biotic, socioeconomic and cultural features, if possible. ii. The study must present an environmental baseline with information on the physical, biological, social, cultural and economic environments. Information on land use, land tenure, water use, water quality, geology, soils, climate, air quality, vegetation, fauna, protected areas, important ecosystems, population, traffic accidents, directly affected people, means of
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 109

Section V Standard Contract

transportation (motorized, non-motorized), existing infrastructure that may be affected (water supply, drainage, gas, etc), and any other relevant information should be included for the area of influence of the project. iii. Legal aspects related to the project including relevant environmental legislation, licensing requirements and procedures, land use permits and any other relevant norms should be included. All documentation required for licensing should accompany the study. iv. Since the envisaged works on the road under consideration are confined to the existing road alignment, the evaluation of social and environmental impacts must centre on the area of direct environmental influence (ADEI), defined as a band 1 km wide (0.5 km on either side of the midline) throughout the length of the road, which shall include: o the existing areas of human concentration; o the right of way, and o the areas required for encampments, quarries, dumps, fills, asphalt plants, by-passes during construction, etc. v. Whenever the road passes close to ecologically fragile and/or protected areas, such as archaeological areas and human settlements, the ADEI shall be widened to permit evaluation of the impacts of the works and use of the highway in those areas.

2.3.3. Social and Environmental evaluation xii. Complete description of the project activities from project conception through design, construction and operation in order to identify interactions with the different elements of the environment. xiii. Identification and evaluation of direct and indirect impacts during execution of the works and when the road comes into use. xiv. Characterization of the physical and biological aspects of the ecosystems in the area of environmental influence traversed by the road, especially in regard to the potential for soil erosion, instability of the ground, and risks to the associated flora and fauna. xv. Demarcation of the fragile and/or protected ecosystems located in the vicinity of the road. xvi. Identification of the waterways crossed by the road and the environmental problems resulting from narrowing of their widths, erosion, blockage of streambeds, etc. xvii. Evaluation of the principal water uses and recommending measures for protection against accidents involving vehicles carrying hazardous materials.
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 110

Section V Standard Contract

xviii. Characterization of the use and occupancy of the soil and evaluation of the potential impact from probable increased occupancy of the area. xix. Identification of the archaeological, historical and tourist sites in proximity to the road and evaluation of the positive and negative impacts of improved access to these areas. If the road and its approach roads traverse or affect areas of archaeological interest, the Consultant shall contact environmental authorities and ascertain the legal status of the areas and the specifications and requirements of the institute for appropriate treatment of the cases. xx. If expropriation and compensation of the inhabitants becomes necessary, the consultant will clearly identify the property status of each lot to be affected, the socioeconomic characterization of the population directly affected, and prepare resettlement plans in accordance with the IDBs guidelines for involuntary resettlements. (OP-701). These shall be prepared before any construction takes place in the affected areas. xxi. Identification of the settlements traversed by the road and approach roads and determination of the functional socioeconomic relations of the population, in order to determine the infrastructures needed for pedestrians, non-motorized transportation, bus stops, special measures in the vicinity of schools, hospitals, and recreational areas, etc. Road safety considerations must be included in the designs. Also, presentation of a map on an appropriate scale showing the socio-environmental aspects of the projects direct areas of influence. xxii. The environmental specialist will participate with the engineering team in the preparation of, among other things: o A map of the road and approach roads on an appropriate scale of the area of direct environmental influence (ADEI), showing the locations of the existing human settlements, the rights-of-way, the areas required for encampments, quarries, dumps, asphalt plants, crushers, machine yards, unstable areas, creeks and rivers crossed by the highway, areas of landslides, affected properties, etc., and extending the areas of influence to include ecologically fragile and/or protected areas, and archaeological, tourist, historical and other settled areas, on which impacts will be exerted during execution of the highway works and use of the roadways. o Identification of places where people congregate, such as markets, schools, health centres, municipal government buildings, main squares, fairgrounds, etc., located within a band of up to 200 m on either side of the roads midlines. o Measures for the protection of pedestrian and non-motorized traffic: recommendations for widths of sidewalks, traffic signals and other elements of road safety. Identification and demarcation requirements for pedestrian crossings and bicycles, traffic lights, etc.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 111

Section V Standard Contract

o The road and approach roads designs shall highlight the traffic and speed standards proposed for the road and approach roads. In particular, it shall highlight the speed limits in critical areas. o Recommendations of the environmental characterization of the areas proposed for implementation of the supporting infrastructure for the works (asphalt plants, encampments, quarries, disposal areas, borrow pits and fills, fuel storage, and service roads, among others). This characterization shall cover, among others, the aspects of relief, plant cover, surface and ground drainage, the direction of the prevailing winds, accessibility, and proximity to protected archaeological areas. On the basis of the resulting characterizations, definition of the recommended areas, performance of the preliminary studies for the plan for recovery and use of the selected areas and estimation of the corresponding costs for inclusion in the project budget. Also, recommendation of the specific measures for the control of degradation in and environmental recovery of each of the selected areas, and framing of the rules of behaviour for the workers for environmental safeguards and relations with settlements in the vicinity of the encampments. o The Consultant shall recommend locations for dumps and storage of materials so that they will not become environmental problems by, for example, causing the damming and pollution of rivers and creeks, instability of natural slopes, and effects on flora and fauna. Specific procedures for handling, storage, transportation and final disposal shall be prepared. The aspects of potentially usable sites to be considered must include the possibility of conflicts with their owners or with environmental or municipal authorities. Finally, the recommended dump and storage sites must be such as can be reconstituted and replanted for integration into the landscape on completion of the works.

2.3.4. Evaluation of Environmental Liabilities i. The environmental liabilities usually generated by roads are the impacts on third parties or the environment from existence of the roads and the impacts of third parties on it. Since in the latter case those third parties cannot always be identified and held to account, these environmental liabilities have to be corrected only in cases of hazard to the road infrastructure and its users. Examples of impacts classed as environmental liabilities are: o Landslides and slumps, cave-ins, and slope instability o Erosion, silting, streambed obstruction o Uncontrolled off-site dumping o Water pollution o Ecological and landscape damage in fragile areas o Areas degraded by quarrying and extraction of other materials for the works, the opening of service roads, encampments, etc. o Accesses to and local roads and streets of human settlements blocked by the highway
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 112

Section V Standard Contract

o Damage to sources of water of human settlements and/or of irrigation canals along the highway o Occupation of the right-of-way. ii. To identify the environmental liabilities the Consultant will have to carry out the following activities: o Devise a methodology for the evaluation of environmental liabilities. o Design and submit for approval by the MPW&C the characterization sheet that will be used to enter the environmental liabilities. o Classify the environmental liabilities into categories. o Compile all information needed to fill out pre-established characterization sheets. o Fill out the characterization sheets for each individual situation (environmental liability) detected, which shall contain, at a minimum: its location, approximate dimensions obtained by quick, reliable procedures; its identification under the pre-established general classification; and its description, including its probable causes. o Mount in an annex, photographs of the most important and unusual features of the environmental liabilities. o Enter on a map on an appropriate scale, the environmental liabilities detected for the road and approach roads, showing the distance location in kilometres and the other details referred to at above. The map shall contain, at a minimum, the urban areas near the main highway and the watercourses and secondary roads that cross or connect to the roads under evaluation. o Submit the characterization sheet to the MPW&C for final approval. o Classify the environmental liabilities as critical and non-critical in accordance with the definitions proposed by the consultant and accepted by the MPW&C. o For the critical liabilities include, in addition to the information referred to in the above enumeration, a characterization of the works, services and/or corrective measures recommended, including schematic sketches of the solutions proposed, a determination of the quantities, costs and budget and the critical environmental liabilities to be eliminated or mitigated in the works.

2.3.5. Environmental and Social Management Plan An environmental and social management plan shall be drawn up, which shall include at least: i. A corrective / prescribed program, a detailed description of each mitigation measure proposed, the impact to which it relates, the conditions under which it will be required (in the design, before or during construction, permanently, for contingencies, etc.), and its design requirements and procedures for its execution. Each program must have a budget for its implementation.
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 113

Section V Standard Contract

ii. A program for environmental follow-up or monitoring. Definition of the institutional responsibilities for implementation of each mitigation measures, including (i) operation, (ii) maintenance, (iii) control and supervision during construction and operation of the works, and (iv) environmental monitoring. iii. A program for social compensation / expropriations (if necessary). iv. A resettlement program (if necessary). v. An investment program, a timetable and estimated budget for all investments and recurrent costs in implementation of the environmental management plan. vi. A timetable of the activities, which must be synchronized with the activities for construction of the main components of the project. The expected components of the management plan include, among others: i. biological measures for soil erosion control and slope stabilization; ii. environmental measures for the maintenance of surface and ground water courses and the preservation of their quality and of aquatic fauna; iii. control of atmospheric emissions (dust and gasses) and noise which affect the workers, neighbouring inhabitants, crops or the general environment; iv. measures to restore the areas impaired by the installation and operation of asphalt plants, quarries, crushers, etc., to their natural condition; v. measures for the management of domestic and industrial solid wastes and for control of sewage discharges; vi. special measures to attenuate the barrier effect of the works and to avoid disturbing the native flora and fauna; vii. appropriate quarrying procedures to avoid excessive degradation of the areas to be worked and, afterwards, levelling, earth-filling, replanting and other needed measures to restore the quarried areas to their natural condition; viii. appropriate procedures for using the areas slated as dumps for refuse and spoil from levelling and other wastes, with due regard for the design of the dumps, how materials are to be placed in them, and appropriate cover to ensure their stability. ix. measures to offset impacts that cannot be mitigated, such as compensation to owners of land, structures and other installations to be affected by the widening of the road;
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 114

Section V Standard Contract

x. measures for resettlement of the populations to be displaced by the road; xi. measures to protect local population from the influx of large numbers of workers and to deal with potential problems such as alcohol and substance abuse, HIV-AIDS prevention, etc. Behaviour rules and manuals for workers. xii. identification of the costs and benefits of the mitigation and the environmental management plans in order to include them in the economicenvironmental evaluation; xiii. measures to manage spills of fuels and oils, and their disposal; xiv. measures to manage traffic, noise and accidents during construction and to reduce the impact on surrounding areas due to by-passes of traffic. xv. measures to control impacts during operation including speed reduction elements, signals, barriers, etc. xvi. measures to control impacts from transportation of materials and spoils, traffic control measures during construction, definition of alternate routes (or scheduling of works) xvii. measures to address concerns and suggestions from civil society in general and from the affected population in specific. xviii. Training and awareness programs for construction workers and the population in general. xix. Measures for waste and wastewater handling and disposal in and around construction campsites, xx. Contractual obligations (clauses) to be included in the works and supervision contracts. xxi. Design modifications required as a result of the analysis and any other issues as identified by the environmental and social impact assessment report.

2.3.6. Final Report on the Social and Environmental Impact Study The report to be presented must be analytical and concise, and emphasize the significant social and environmental problems, the measures and actions recommended, and the costs and responsibilities involved. The budget will be broken down by activity and will identify sources of funding. The schedule for the application of the ESMP will be developed in relation to the overall Program implementation timetable.
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 115

Section V Standard Contract

2.4. FINAL DESIGN In order to achieve the objectives of the final designs aspect of the assignment, specific activities to be completed include, but are not limited to, the following: 2.4.1. Available Information The Consultant will evaluate and where necessary revise and update the following information on the road network level, including: o Dates of construction, reconstruction or resurfacing. o Design of the original pavement and reconstruction works, including drainage, pavement materials and mixes used. o Volumes and composition of heavy traffic. o Road accident data and analysis of black spots with high traffic / pedestrian accident occurrence. o Types of periodic maintenance carried out. o Deflection measurements (Benkelman Beam-BB or Falling Weight Deflectometer-FWD). o Geological, soil-materials, topographical, climatic, hydrological and drainage, and environmental characteristics and sensitivity. o Local sources of materials and materials disposal areas. o Soil profiles. o Unit costs of rehabilitation and resurfacing of roadways and shoulders, etc.

2.4.2. Traffic and highway safety studies The concept of highway safety must not be viewed as a by-product of satisfying highway design criteria but as a planned segment of the total engineering for the highway. In other words the assumption that safety will be afforded if the rules are followed is not enough. Analysis of present traffic and its composition, and its projection over periods of 5, 7, 10 and 15 years from the year in which the resurfaced road is scheduled to be placed in service. This analysis should determine the projected AADT and vehicle operating costs by vehicle type, vehicle occupancy, vehicle loads and degree of over-loading. This task will also require determination of the number of 8.2 tonequivalent single axles (ESA) over the design lane during the design service life of the resurfaced roads. Depending on the composition of non motorized traffic, specific measures and designs for bicycle and pedestrian pathways should be included. This should include technical specifications as well as signals and barriers.

2.4.3. Study of the geometric design The Consultant will redesign the present centreline of the roads and will mark off the centrelines and detailed cross-sections every 20 m or less where needed and especially on curves. These detailed cross sections will cover a width equal to the
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 116

Section V Standard Contract

right of way or as far as necessary including points PC, CC and PT points on circular curves, and ET, EC, CC, CE and TE points on spiral curves. The abscissas will be marked off by buttons and red paint. The long tangents and the beginnings and ends of curves will be indicated by markers placed outside the area of the right-of-way. Cross measurements will be taken from the width of the right of way or as far as needed, including shoulders and drainage elements, sluices, and possible new pedestrian sidewalks at each marked abscissa. The rehabilitation design is aiming to restore the original characteristics at places where they have been lost, especially in the case of shoulders and the joints between shoulders and roadways, and where needed and affordable to construct new pedestrian sidewalks. The rehabilitation design is aiming to maximize the use of the existing roadway without compromising highway safety. The ground and elevation construction plans will be on a scale of H 1:2,000 and V 1:200, and in special cases on other suitable scales. The road cross sections will be redrawn a suitable scale such as 1:100 or another proper scale to allow of precise description of all road elements before and after the rehabilitation/ periodic maintenance works. Detailed references will be drawn of the starting and end points of the project following the current design practices (e.g. AASHTO, EEC), and all construction must include the soil-materials information needed to illustrate clearly the recommendations on this subject and the works before and after the rehabilitation works, including among others, road signs and signals. In the case of road segments that traverse urban areas, the Consultant will identify the municipal limits and the infrastructure works within these limits, including adding road safety elements such illuminations, new sidewalks etc. 2.4.4. Functional and structural evaluation of pavement The Benkelman Beam, FWD, or any other acceptable non-destructive test (NDT) device that measures the entire deflection basin will be used in order to calculate the present subgrade and pavement elastic modulus. In addition the consultant will measure the surface deformation with a 3-meter ruler. This survey (BB and 3meter ruler) will be done: o every 40 meters when the damage to the pavement is not significant, o and every 20 meters when the damage is significant. In estimating the correction factors to apply to the deflection values, account must be taken of the rainfall, the efficiency of the drainage, the type of subgrade soil and the temperature of the asphalt course (when it is solid and equal to or greater than 5 cm in thickness).
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 117

Section V Standard Contract

The results must be presented in a table showing the exact location, deflection basin and its calculated elastic modulus for each abscissa. This information and interpretation data will form part of the bidding documents. The Benkelman Beam measurements and the calculated subgrade and pavement elastic modulus are to be used to separate the roadways into uniform segments of the same deflection characteristics and similar life expectancy with and without the pavement strengthening. The Benkelman Beam results will be calibrated with sufficient test pits reaching down to the subgrade. The number of test pits and probes will depend upon the lengths of the homogenous segments and must be sufficient in number to enable the Consultant to: o identify variations in the courses (plasticity, gradation, classification, etc.); o measure their thickness and the CBR-Density-Moisture relationship; o take samples of each course (including the sub grade); o determine the position of the water table; o determine road surface deformation with a 3-m ruler along and perpendicular to the centreline as established by the specifications for this purpose; and o calculate the mean value, standard deviation of deflection measurements and elastic modulus of the pavement and the subgrade for each uniform segment.

2.4.5. Study of sources of materials and new disposal areas A study will be made on the ground and in the laboratory of the sources of materials that could be used for the road works. The Consultant should prepare a general plan including: o A table giving the names of the sources, their locations, access routes, the usable volumes, the general operational features, the available public services, the laboratory test results, and the suggested uses for the material from each source. o Depending on the projected traffic and road classification, tests will be done for wear on the Los Angeles machine; the CBR-density-moisture relations at three energy levels; specific weights; absorption; Marshall test including loss of strength (immersion compression); adhesiveness between aggregates and asphalt cement; sand equivalent; and laboratory tests related to design of Portland cement concrete mixtures, granulometry and Atterberg limits, etc.; so as to determine the useful technical characteristics of the materials obtainable from each local source. The environmental impacts of sources of materials will be identified and a plan will be presented in the environmental management and protection works needed to avoid or minimize negative impacts while a source is being used and when it has ceased to be used.
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 118

Section V Standard Contract

2.4.6. Design of pavement mixes The Consultant is to carry out a detailed laboratory testing of the possible mixes for the different pavement layers, resurfacing with asphalt or Portland cement concrete, sub-base and base courses with and without cement stabilization, selected fill, etc. The results will be presented, with tables and/or charts provided to illustrate the conclusions reached.

2.4.7. Dimensions of the pavement and shoulders strengthening works On the basis of the soil-engineering assessment of the materials in the present structures, the damages found in the existing pavements, traffic projections, and life expectancy of the existing pavement, the Consultant will design the new pavement structure including the shoulders and where justified, new pedestrian sidewalks. The consultant should determine the most feasible and practical solution for each road element, main pavement, shoulders and sidewalks. Highway safety should be considered in terms of road surface friction and paved shoulder type. The road pavement design should consider both sub grade failure criteria (maximum allowable vertical strain on top of the sub grade or CBR design procedure) and asphalt failure criteria in terms of allowable tensile strain in the button of the asphalt layer to minimize asphalt cracking. In keeping with the availability of construction materials in the project area, the consultant should consider soil stabilization procedures with bituminous binders, cement, lime or other chemical additives of proven technical acceptability for which the Consultant will conduct technical and economic studies to justify their selection. Also, in general, the existing types of pavements and shoulders will be retained or reused as part of the new pavement in order to minimize construction costs. Nevertheless, the Consultant should determine the locations along the road where paved shoulders of asphaltic concrete or bituminous surface dressing or pedestrian sidewalks are needed to provide better highway safety. 2.4.8. Study of stability of slopes, sluices and other structures at critical points with the roads ROW The critical sites on which technical studies are to be done will be identified. When sites are identified where slopes, sluices, or other structures are permanently unstable, the rehabilitation works must conform to the resulting designs. The Consultant will include a detailed study of required relocation or replacement of utility infrastructure, e.g. electric poles, water lines, telephone wires. Special consideration is required for the coordination of this rehabilitation works with any water supply works. The Consultant in the road design will cater for the
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 119

Section V Standard Contract

installation of underground crossings for utilities (water and telephone conduits). The Consultant will determine the size and intervals between crossings from the consultations with the relevant agencies. The Consultant will also designate a corridor running alongside the public road for relocation and the future installation of utilities. The Consultant will prepare a detailed design of disposal areas in terms of location, dimensions, site preparation, surface and subsurface drainage characteristics, layer thickness and compaction procedures of disposed soils and materials, slope and surface protection that meet proper environmental specifications.

2.4.9. Signs, signals and other road safety elements The consultant will carry out a detailed road safety audit and a field survey and prepare detailed design drawings and construction specifications for the types and locations of the different traffic signs and signals (required, advisory and preventive,) road markings, speed reduction elements in urban areas, separation of motorized and non motorized traffic, guardrails, sidewalks, parking lanes etc.

2.4.10. Quantities of work, construction specifications, unit price analysis, budget, pay equations, value engineering and work schedule for a unit-price rehabilitation project i. Quantities of work and specifications The quantities of work for each component will be calculated on the basis of the plans and including data obtained from the field observations and measurements taken. Special specifications will be provided when the works to be executed are not covered by the general specifications and standards, or when the special features of the project require their modification. The haulage of materials for the works will be paid for as an integrated part of the road material compacted on site and not as a separate item. Quality control standards must state the parameters to be complied with in the aggregate gradation, CBR-density-moisture relationship, plasticity, crushing or abrasion of aggregates, percentage of air voids, range of the proportions of cement and bitumen within the asphalt or concrete mixtures, asphalt concrete complete and detailed Marshall test results including immersion compression in water at 60C for at least 24 hours according to AASHTO or ASTM standards, surface friction factor etc. Also specific procedures must be presented for each project in keeping with local conditions. In the case of gravel materials, the screening and crushing procedures are to be determined together with the range of mixture formulas to be used during execution of the works.
Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension Page | 120

Section V Standard Contract

The final documents must include quality control procedures, contractor quality assurance procedures and specific instructions for carrying them out, and acceptance and rejection criteria for the different components of the works. ii. Unit price analysis For each payment component, an analysis of the related unit prices in $US and in local currency, must be done in terms of relevant reference costs, rational productivity of materials; labour; and equipment included in each unit cost, with the objective of total cost estimating within 10% of the actual prices ultimately paid. For the study of unit prices, information on the local basic costs will be obtained taking into account the factors of production and specific conditions. The unit prices of each component will be determined in relation to the specifications, standards and plans of the project. iii. Unit Price contract Budget in $US The consultant will estimate the budget using the unit prices for each component and their respective quantities of work. The objective is to estimate a budget within 10% of the actual cost of the executed works. iv. Construction timetable using Microsoft Project A timetable will be constructed to ensure that the works will be completed within a time that is technically and economically appropriate in order to minimize impediments to traffic and local communities. Accordingly, the Consultant should offer recommendations regarding the number of concurrently active work sites and the requisite pace of construction.

2.4.11. Plans for execution and statements of bidding conditions Plans will be drawn up and published for each of the works called for under the project based on the field and office work. The complementary plans (execution details, summary table, charts showing the locations of the project, reduced blueprints, etc.) needed to bid on the works and build them will also be included. The construction plans will be on a scale of H 1:2,000 and V 1:200 and the widths of the basic work on a scale of 1:100, and in where necessary on other scales depending on the width of the way. The requisite soils, materials, drainage and any other technical information will be shown on the plans and cross-sections of the project on a suitable scale, showing their technical characteristics.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 121

Section V Standard Contract

Plans and detailed specifications, on a scale suitable to the nature of the work, will be drawn up for the local repair of concrete structures, retaining walls, gabions, etc. The Consultant will prepare the bidding documents using the IDBs Standard Bidding Documents and in lots corresponding to the USD 15 million in works.

2.4.12. Economic evaluation Once the final designs are completed the Consultant must update the technical and economic parameters using the HDM4 models.

2.4.13. Final report The Consultant will propose an outline and content for this report. The report will be in MSWord for text and Excel for spreadsheets. Appendices: Annex 1: Field books and tables showing details of curves and slopes. Annex 2: Traffic analysis Annex 3: Methodology, details and evaluation of drainage elements and minor concrete structures and summary in the form of tables. Annex 4: Forms showing results of field and laboratory tests done on the soil, materials and pavement mixtures. Annex 5: Methodology and results obtained table of values for Benkelman deflections, subgrade and pavement modulus and deformation of the roadway surface measured with a 3-metre ruler. Annex 6: Special specifications, value-engineering procedures and the project specific requirements for the construction bidding documents. Annex 7: The updated technical and economic parameters and evaluation using the HDM 4. The Consultant must make sure that the documents and design elements include all data needed to obviate any design work by the supervisory body and avoid any claims by the Contractor.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 122

Section V Standard Contract

Appendix B - Reporting Requirements


The progress and findings of the assignment will be presented in the following reports: Inception Report. This should set out clearly and concisely the approach to be adopted by the consultant to meet the objectives of the study. It shall contain the finalized schedule for the implementation of the consultancy, which will update the schedule proposed in the consultants technical proposal for bidding. The Inception Report must be submitted to the MPW&C within four (4) weeks of the commencement date of the contract. Road Safety Audit Report. This should comprise the road safety audit of existing 4Lane section and should state the lessons learnt that would guide the design philosophy of the new design. Functional and Structural Evaluation Report. This should comprise the findings and subsequent analysis of the detailed functional and structural evaluations of the existing road, bridges and drainage facilities within the right of way (ROW) by means of visual inspection and destructive and/or non-destructive testing. It is expected that this would be used to economize on the new design by making maximum use of the existing strength of the pavement; upgrading or rehabilitating structures instead of reconstruction; and reusing existing road materials in the design; as far as these may be sound technically. Environmental and Social Impact Report (ESIR). This should indicate the findings of the Environmental and Social Impact Assessment (ESIA). Economic Feasibility Report. This should provide the economic feasibility evaluation of the project alternatives established on the basis of the engineering investigations. The list of alternatives must have first been approved by the client. Localized Intervention Works Report. The Consultant is expected to produce the designs and specifications for a package of works up to the cost of two million United States Dollars (US$ 2M) that will be carried out before the main project, and which would assist in the reduction of time taken to complete the said main Progress Reports. These will indicate the progress of fieldwork, highlight major activities and findings, and describe any significant problems encountered. They will form the basis for regular consultations with the MPW&C and the IDB through progress meetings. Progress Reports shall be submitted to the MPW&C every four (4) weeks after the submission of the Inception Report until the submission of the Final Report. Draft Environmental and Social Management Plan (ESMP). Draft Design Report. This will contain the findings of the study, the supporting evidence and a full description of the methods used to meet the study objectives. It will include the Final ESMP and IPP.
Page | 123

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Section V Standard Contract

Final Report. This will incorporate the Final Design and ESMP. It must address all comments on raised by the Client on subsequent reports.

The Consultant shall propose the submission date for the other reports. All reports shall be presented in one printed copy (including all appendices, drawings, tables and graphs) and in electronic form (editable and non-editable formats). The Consultant shall supply six additional printed copies of the Final Report (including all appendices, drawings, tables and graphs) and in electronic form (editable and non-editable formats).

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 124

Section V Standard Contract

Appendix C - Key Personnel and Sub-Consultants


The key experts required for the Consultants team, and their minimum qualifications and experience are: Key Expert No. 1: Highway Engineer (Team Leader) - Education: MSc. in Civil Engineering - Experience: 10 years experience in road design and road construction with 5 years experience in developing countries. Experience must include being Team Leader in at least 2 projects of a similar nature in developing countries. Key Expert No. 2: Pavement Engineer - Education: MSc. in Civil Engineering - Experience: 10 years experience in road investigations and design with 5 years experience in developing countries. Experience must include a similar role in at least 2 projects of a similar nature in developing countries. Key Expert No. 3: Transport Economist - Education: MSc. in Economics or Transport Economics - Experience: 10 years experience in economic and financial appraisal of highway projects with 5 years experience in developing countries. Key Expert No. 4: Environmental Engineer - Education: MSc. in Environmental Engineering or similar relevant field Experience: 10 years experience in carrying out ESIAs and preparing ESMP with 5 years experience in developing countries.

It is envisaged that inputs would be required from the following other experts: Brides / Structural Engineer Geotechnical Engineer The language of all reports will be English and all experts shall have a good command of English. The Consultant must specify the qualifications and experience of each expert to be assigned to the assignment. For each key expert proposed, curriculum vitae of about four pages should be provided detailing the relevant experience and qualifications. Members of the consultancy team must have working experience in developing countries. The Consultant is free to define the individual duration of assignments and recommend changes to the composition of the team. All team members must be present in Guyana when conducting their assignments.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 125

Section V Standard Contract

Appendix D - Breakdown of Contract Price in Foreign Currency


Note: List here the elements of cost used to arrive at the breakdown of the lump-sum price - foreign currency portion: 1. 2. Monthly rates for Personnel (Key Personnel and other Personnel). Reimbursable expenses.

This appendix will exclusively be used for determining remuneration for additional services.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 126

Section V Standard Contract

Appendix F - Services and Facilities Provided by the Client


The MPW&C is the executing agency for the Consultancy. The Consultant shall report to the Coordinator, Works Services Group, located within the MPW&C. The IDB Project Team will have a supervisory role entailing evaluation and monitoring of the study and reviewing and approving the study. The MPW&C will facilitate the issuing of any permits required for the Consultant to carry out their duties and make available all relevant reports, documents, maps and data. The MPW&C shall designate personnel to be mentored in all or specific aspects of the Study.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 127

Section V Standard Contract

THIS IS A BLANK PAGE

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 128

Section VI Eligible Countries

Section 6. Eligible Countries


1. List of Member Countries when the Inter-American Development Bank is financing: A) Borrower Countries: Argentina, Bahamas, Barbados, Belize, Bolivia, Brazil, Colombia, Costa Rica, Chile, Dominican Republic, Ecuador, El Salvador, Guatemala, Guyana, Haiti, Honduras, Jamaica, Mexico, Nicaragua, Panama, Paraguay, Peru, Suriname, Trinidad & Tobago, Uruguay and Venezuela. B) Non Borrower Countries Austria, Belgium, Canada, China, Croatia, Denmark, Finland, France, Germany, Israel, Italy, Japan, Netherlands, Norway, Portugal, Republic of Korea, Slovenia, Spain, Sweden, Switzerland, United Kingdom and United States.

2) Nationality and origin of Goods and Services Criteria These policy provisions make it necessary to establish criteria to determine: a) the nationality of the firms and individuals eligible to bid or participate in a bank-financed contract and b) the country of origin of goods, and services. For these determinations, the following criteria shall be used: A) Nationality a) An individual is considered to be a national of a member country of the Bank if he or she meets either of the following requirements: i. is a citizen of a member country; or ii has established his/her domicile in a member country as a bona fide resident and is legally entitled to work in the country of domicile. b) A firm is considered to have the nationality of a member country if it meets the two following requirements: i. ii. is legally constituted or incorporated under the laws of a member country of the Bank; and more than fifty percent (50%) of the firms capital is owned by individuals or firms from member countries of the Bank.

All members of a JVCA and all subcontractors must meet the nationality criteria set forth above.

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 129

Section VI Eligible Countries

B) Origin of Goods Goods have their origin in a member country of the Bank if they have been mined, grown, harvested, or produced in a member country of the Bank. A good has been produced when through manufacture, processing or assembly another commercially recognized article results that differ substantially in its basic characteristics, function or purpose of utility from its parts or components. For a good consisting of several individual components that need to be interconnected (either by the supplier, the purchaser or by a third party) to make the good operative and regardless of the complexity of the interconnection, the Bank considers that such good is eligible for financing if the assembly of the components took place in a member country, regardless of the origin of the components. When the good is a set of several individual goods that are normally packaged and sold commercially as a single unit, the good is considered to originate in the country where the set was packaged and shipped to the purchaser. For purpose of origin, goods labelled made in the European Union shall be eligible without the need to identify the corresponding specific country of the European Union. The origin of materials, parts or components of the goods or the nationality of the firm that produces, assembles, distributes or sells the goods, does not determine the origin of the goods.

C) Origin of Services The country of origin of services is that of the individual or firm providing the services as determined under the nationality criteria set forth above. These criteria apply to services ancillary to the supply of goods (such as transportation, insurance, erection, assembly, etc.), to construction services and to consulting services

Request for Proposal for Design Consultancy E.B.D. Public Road 4-Lane Extension

Page | 130

You might also like