consultancy for upgrade of wastewater … · consultancy for upgrade of wastewater treatment plant...

54
1 Professional Service - Upgrade of Navakai Waste Water Treatment Plant PROFESSIONAL SERVICES CONSULTANCY FOR UPGRADE OF WASTEWATER TREATMENT PLANT AT NAVAKAI Issued on: 15 th December 2015 Tender No.: WAF 15/11/16/PROD/NWC Client: Water Authority of Fiji Country: Republic of Fiji Proposals Close 2:00pm Tuesday 18 th December, 2015

Upload: truongngoc

Post on 14-Jul-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

1 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

PROFESSIONAL SERVICES

CONSULTANCY FOR UPGRADE OFWASTEWATER TREATMENT PLANT AT

NAVAKAI

Issued on: 15th December 2015

Tender No.: WAF 15/11/16/PROD/NWC

Client: Water Authority of Fiji

Country: Republic of Fiji

Proposals Close 2:00pm Tuesday 18th December, 2015

2 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Contents

1 Project Background & Purpose ...........................................................................................................................3

2 Instructions to Proposers ........................................................................................................................................4

2.1 Introduction.....................................................................................................................................................4

2.2 General Information ......................................................................................................................................4

2.3 Eligibility of the Proposer ...............................................................................................................................6

2.4 Proposal Document ......................................................................................................................................6

2.5 Preparation of Proposals ..............................................................................................................................7

2.6 Submission of Proposals ................................................................................................................................8

2.7 Opening of Proposals..................................................................................................................................11

3 Evaluation of Proposals and Award .................................................................................................................12

3.1 General ..........................................................................................................................................................12

3.2 Proposal Evaluation .....................................................................................................................................12

3.3 Technical Evaluation ...................................................................................................................................14

3.4 Price Evaluation............................................................................................................................................15

3.5 Award of Contract ......................................................................................................................................16

4 Proposal Forms and Schedules ..........................................................................................................................17

5 Conditions of Contract .......................................................................................................................................24

5.1 Particular Conditions A - Reference to Clauses in General Conditions ............................................24

5.2 Particular Conditions B. Amendments to the General Conditions ....................................................26

6 Scope of Works .....................................................................................................................................................31

6.1 Introduction...................................................................................................................................................31

6.2 Description of Plant and Processes ..........................................................................................................31

6.3 Project Tasks ..................................................................................................................................................31

6.4 Proposed Team ............................................................................................................................................34

7 Personnel, Equipment, Facilities and Services to be Provided by Others .................................................35

7.1 Personnel .......................................................................................................................................................35

7.2 Equipment, Facilities and Services ...........................................................................................................35

7.3 Information ....................................................................................................................................................35

8 Remuneration & Payment ..................................................................................................................................36

8.1 Basis of Payment ..........................................................................................................................................36

8.2 Schedule of Rates and Prices (Normal Services) ...................................................................................39

8.3 Schedule of Rates for Additional Services ..............................................................................................41

9 Time Schedule for Services .................................................................................................................................42

10 Appendices...........................................................................................................................................................43

10.1 Navakai Sewerage Treatment Plant Evaluation ................................... Error! Bookmark not defined.

3 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

1 PROJECT BACKGROUND & PURPOSE

The Water & Wastewater infrastructure has become one of the key drivers of economicdevelopment in Fiji. Accordingly, the Government of Fiji is making significant investmentin the development of both Water & Waste infrastructure.

The Navakai Waste Water Treatment Plant is located in the Western Part of Viti Levu. The plantwas first commissioned in 1974 then later changes were commissioned in 1994, 1996 and 2008,designed to cater for an equivalent population of 35000 people. The plant currently serves allDenerau, Nadi, up to Nadi Airport and to Leqaleqa

The Water Authority of Fiji (WAF) seeks proposals from suitably qualified organisations toprovide professional services for a review of the Navakai Waste Water Treatment Plant andmake recommendations for consolidation, optimisation and augmentation of the plant.

Tasks will include an overall assessment of the plant and its processes with the purpose ofidentifying a cost-effective forward works programme of remedial works including the supplyand installation of plant and equipment including but not limited to aerators, entire electricalswitch board controls, PLC controls, SCADA interface and. Longer term planning will also beaddressed under this Contract.

4 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

2 INSTRUCTIONS TO PROPOSERS

2.1 Introduction2.1.1 Water Authority of Fiji (WAF), invites Professional Services proposals for Navakai Waste Water

Treatment Plant.

2.1.2 Refer to Section 6 for the full Scope of Services

In summary, the services will include, but are not limited to:

A review of the existing wastewater treatment hydraulic, treatment, electrical,mechanical and structural performance as well as capacity

Develop consolidation options and recommendations to improve overallperformance

Consider longer term augmentation of the plant to serve future demand

2.1.3 Evaluation of Proposals will be carried out using the Quality Cost Based Selection methoddefined in Section 3 of this Request for Proposal

2.2 General Information2.2.1 For further information on the Tender Process Contact:

Josateki Seru

Procurement Manager

Email: [email protected]

Ph: +679 9127385

For further information on the Scope, Basis of Payment & Schedule of Rates & Prices or othergeneral information, contact:

Ifraaz Saiyaaz Ali

Graduate Engineer

Email: [email protected]

Ph: +679 8348918

Water Authority of FijiManohan B ui ld ing ,Cnr Kings Road & Wainivula Road.NasinuSuvaFiji Islands

Tel: +679 3346 777

2.2.2 This Proposal document includes

(i) Instructions to Proposers, Evaluation Criteria and Method of Evaluation

5 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

(ii) Forms for Letters of Proposal, Schedule of Key Personnel, Schedules of Compliance &Departures and Schedule of Rates and Prices

(iii) Agreement, General Conditions, Particular Conditions Parts A & B

(iv) Scope of Services – Section 6

(v) Personnel, Equipment, Facilities and Services to be Provided by Others – Section 7

(vi) Remuneration and Payment – Section 8

(vii) Time Schedule for Services – Section 9

(viii) Appendices – Section 10

2.2.3 The Proposer shall bear all costs incurred in the preparation and submission of its Proposal,including any visits, interviews, meetings of clarifications and other actions mentioned in orimplied by these Instructions. The Client will not be responsible or liable for such costs,regardless of the conduct or outcome of the tendering process.

2.2.4 The Client reserves the right to withdraw or cancel the request for proposals by notice, at anytime and at its own discretion due to any reason, without incurring liability to any Proposerand without the Proposers being entitled to claim any compensation. Such reasons may be,but are not limited to, changes in terms of reference requiring a re-tender, collusion orimproper tender practices, extended tender period (after proposals close) that may affectfairness or impartiality, inadequate or unacceptable proposals, or in the event of any otheroccurrence deemed to to have had, or likely to have, a significant impact on the tenderprocess

2.2.5 Individual meetings or communications (except for requests for clarifications) by theProposers with the Client are not allowed.

2.2.6 Proposers may visit the site(s) where the Services are to be performed prior to submittingtheir proposals, at their own risk and cost, which shall include sole responsibility and liabilityfor any death, personal injury, loss or damage to property and any other losses, costs andexpenses.

Access onto private property shall not be allowed without express permission from WAF.

2.2.7 Proposal procedures are subject to the law of the Fiji Islands and the rules applicablehereunder.

2.2.8 No offer, payment, consideration, or benefit of any kind, which constitutes illegal or corruptpractice, shall be made, either directly or indirectly, including bribery of public officials, as aninducement or reward in relation to:

(i) the proposal process,

iii) the award of the assignment, or

(iii) the implementation of the Agreement.

Any such practice will be grounds for the immediate cancellation of the Agreement and forsuch additional actions (civil and/or criminal) as may be appropriate. At the discretion of theWater Authority of Fiji, a further consequence of any such practice can be the definiteexclusion from any further tendering for Water Authority of Fiji

6 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

2.3 Eligibility of the Proposer2.3.1 For a joint venture of two or more legal entities to be eligible, the following shall apply:

(i) The joint venture shall have nominated a leader with authority to bind the jointventure and this leader shall be authorised to incur liabilities and receiveinstructions for and on behalf of the joint venture;

(ii) Evidence of this authorisation shall be provided with the proposal in the form of apower of attorney signed by legally authorised signatories of all persons in the jointventure;

(iii) The Proposal Form, and (if accepted) the Agreement, shall be signed as to belegally binding on the joint venture;

(iv) The proposal shall include a copy of the joint venture agreement entered into by allpersons;

(v) The proposal shall describe the organisational arrangements of the joint ventureand how the roles and responsibilities will be divided between its members.

2.3.2 Any entity may be proposed as a prospective sub-consultant by more than one respondentin addition to being either a sole respondent or a participant in one joint venture offer.

2.3.3 Apart from the specific exceptions stated above, no legal person or entity shall participate inthe preparation of another’s offer for the same contract.

2.3.4 Joint venture proposals which fail to satisfy the eligibility requirements in this clause or whichfail to convince the evaluators that the joint entity will be capable of performing the Servicesmay be rejected.

2.3.5 Any legal entity may only submit one Proposal.

2.4 Proposal Document2.4.1 The Proposer shall be responsive to the complete Proposal document which comprises the

documents listed in Clause 2.2.2 above and any Addenda/Notices to the Proposaldocument which may be issued as described in this Clause 2.4.

2.4.2 At any time prior to the deadline for submission of proposals, the Client may amend theProposal Document by issuing addenda / notices

2.4.3 The Proposer must carefully examine the proposal document. Failure to comply with theseInstructions or with any other tendering requirements will be at the Proposer’s risk and mayresult in the Proposal being rejected.

2.4.4 If the Proposer finds any discrepancy, error or omission in the Proposal Documents, theProposer shall notify the Contact Officer immediately, in writing, giving details of theambiguity, discrepancy, error or omission and in any case before the date and time forclosing of Proposals.

7 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

2.4.5 If the Proposer requires any clarification of the Proposal document, he/she shall notify theContact Officer in writing. Requests for clarification must be received not later than 14 daysbefore the Proposal closing date.

2.4.6 The Client will respond to the notices by issuing addenda/notices:

(i) the text of the question or request for clarification (the authoring Proposer will not beidentified) and the clarification.

(ii) Any addenda / notices issued shall be part of the Proposal Document and shall becommunicated in writing to all who have obtained the Proposal Document

2.4.7 These addenda / notices will also be posted on the WAF website underhttp://www.waterauthority.com.fj/en/tenders.

2.4.8 To give prospective Proposers reasonable time in which to take an addendum/notice intoaccount in preparing their proposals, the Client may, at its discretion, extend the deadline forthe submission of proposals,

2.5 Preparation of Proposals2.5.1 The proposal price shall, except where otherwise provided, allow for all the Proposer’s

obligations including all costs, overhead and profit for carrying out and successfullycompleting the Services in accordance with the Agreement and other documentsreferenced therein

2.5.2 The Proposal and all communication between the Proposer and the Client shall be in English.Supporting documentation may be in another language provided an appropriate translationof all the relevant parts into English is also provided. If such translation is not provided, thatinformation will not be considered in the evaluation.

2.5.3 The Proposal Documents to be submitted by each Proposer shall comprise a technicalsubmission and a price submission as detailed in Clause 2.6.1.

2.5.4 Technical Proposal

To enable Proposals to be evaluated the Proposer shall supply information on the followingnon-price attributes and as further detailed in Section 3.3:

Relevant Experience and Track Record Technical / Personnel Skills Methodology

Failure to supply any of the information required under Section 3.3 may result in the Tendernot being evaluated and excluded from any further consideration.

The Technical Tender shall be limited in total to no more than 25 A4 size pages of reasonablefont size, excluding cover letter (no price information to be included), cover page,contents/index page, schedules, CVs and other supplementary information required.

The Technical Proposal shall be limited in total to no more than 25 A4 size pages ofreasonable font size, excluding cover letter (no price information to be included), coverpage, contents/index page, schedules, CVs and other supplementary information required

8 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

2.5.5 Price Submission

The Proposal price shall, except where otherwise provided, allow for the entire proposer’sobligations including all costs, overhead and profit for carrying out and successfullycompleting the Services in accordance with the Agreement and other documentsreferenced therein

2.5.6 If a proposer wishes to make a Departure, such Departure shall be listed on the Schedule ofCompliance and Departures. The Proposal Price is deemed to be inclusive of all Departureslisted.

2.5.7 Duties, Taxes and Levies

All duties, taxes, VAT, and other levies applicable for the contract in question payable by theConsultant in relation to the performance of the Agreement, or for any other cause, shall beincluded in the rates, prices and total Proposal Price submitted by the Proposer, and theevaluation and comparison of Proposals by the Client shall be made accordingly. The duties,taxes, and other levies shall be those prevailing 28 days prior to the Proposal SubmissionDeadline.

2.5.8 It is the responsibility of the Proposer to acquaint himself fully with the tax and excise laws inforce in Fiji prior to the submission of the Proposal.

Proposers not resident or registered in Fiji for tax purposes or who are procuring sub-consultantservices from outside Fiji may be liable to pay Non Resident Withholding Tax (NRWT) onpayments they receive under the Agreement. Proposers must ascertain for themselves anysuch exposure to NRWT prior to submitting their proposals as per the Fiji Revenue and CustomsAuthority (FRCA) requirements. The FRCA website is http://www.frca.org.fj/withholding-tax/.Proposers will be deemed to have made full allowance for NRWT in their proposed VEP (i.e.VAT exclusive) prices.

For Value Added Tax (VAT) implications, Proposers shall refer to Section 8.1.8

2.5.9 All prices and unit rates quoted in the Schedule of Prices shall be in Fiji Dollars (FJD).

2.6 Submission of Proposals2.6.1 The Proposer’s proposal must be submitted in two sealed envelopes which shall be sealed

inside a third envelope:

Envelope 1 (marked ‘Technical Proposal’) must contain all non-price information asclause 2.6.2 below

Envelope 2 (marked ‘Price Proposal’) must contain all pricing information as clause 2.6.2below

Both Envelopes should then be submitted inside a third outer envelope clearly marked

Professional Services – Upgrade of Navakai Waste Water Treatment Plant

2.6.2 The contents of each envelope shall be:

9 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Technical SubmissionEnvelope 1

Form of Technical Proposal

Technical Proposal (in accordance with 2.5.4) including:

Relevant Experience and Track Record Personnel / Technical Skills Methodology

Schedule 1 - List of Key Personnel including brief CV´s

Schedule 2A - Schedule of Compliance and departures – non-price

Price SubmissionEnvelope 2

Form of Price Proposal

Schedules of Rates and Prices

Schedule 2B - Schedule of Compliance and Departures – Price

Failure to comply with this Section 2.6.2 and where it is considered that an unfair advantagewould be gained through any non-compliance, may lead to rejection of the proposal.

Decisions on this matter will be at the sole discretion of the Client.

2.6.3 Address for Submissions

Chief Executive OfficerWater Authority of FijiManohan Building,Cnr Kings Ro ad & Wainivula Road.NasinuSuvaFiji Islands

The Proposal shall be delivered to the Tender Box at the above address, or uploaded toTenderlink in accordance with the relevant instructions, before the closing time, and at theProposer’s risk

Overseas submissions may also be emailed to [email protected] with the non-price andprice information submitted under separated email.

The Tenderlink website for instructions and uploading proposals is https://www.tenderlink.com

2.6.4 Closing time and date for Submissions shall be 2:00pm Tuesday 18th December, 2015.

2.6.5 Late proposals will not be considered. After the proposal closing deadline, no proposer shallbe permitted to alter its proposal. Exceptions to these rules will only be permitted at the solediscretion of the Client.

10 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

2.6.6 Unless submitting via Tenderlink or email, proposals shall be submitted as one signed andbound original paper copy and one further loose leaf paper copy, plus separate electroniccopies of the price and non-price content (as single .doc documents on CD, DVD or USBmemory stick). In the event of any discrepancy, the original paper copies shall prevail.

2.6.7 Alternative Proposals will be considered if its price is certain and it conforms in all otherrespects with the Proposal Document.

Any alternative proposal must be accompanied by a fully compliant proposal.

Each Alternative Proposal is to contain a statement to the effect that it is submitted as anAlternative Tender, and outline in what respect it differs from the original method, form ormaterial specified in the Proposal Document. It is to provide sufficient information to allow thealternative proposal to be evaluated.

In particular, the proposal submitter must demonstrate how their alternative proposal differs tothe proposal Document in terms of value for money. If the consequence of the Alternativeproposal to the Client is unacceptable, the alternative proposal will be rejected

Such alternative proposals shall include in the ‘Schedule of Compliance or Departures’(proposal schedules 2A and 2B) full details of the parts of the Services that have been altered,including explanations of the benefit of that alternative to the Client.

Alternatives are to be evaluated, solely at the discretion of the Client, as to their acceptabilityand cost implication and will be considered according to whether the proposed alternativewill meet the Client’s desired objectives for the project. Proposers who fail to provide thedetails required by this section 2.6.7 in relation to an alternative proposal, will be deemednon-compliant and the alternative proposal will not be considered

2.6.8 If a Proposal is misplaced or opened prematurely because an envelope was notsealed and marked as instructed above, the Client shall not be responsible and the Proposalmay be rejected.

2.6.9 The Proposer may modify or withdraw its Proposal after submitting it, provided themodification or notice of withdrawal is received in writing before the closing time forProposals. The Proposer’s modification or notice of withdrawal shall be prepared, sealed,marked and delivered in accordance with the provisions of this Clause 2.6, with the inner andouter envelopes additionally marked “MODIFICATION” or “WITHDRAWAL”, as appropriate.The modification or notice of withdrawal shall be signed by a person or persons dulyauthorized to bind the Proposer, and proof of authorization shall be annexed.

2.6.10 A Proposal submitted other than as described in this Clause 2.6 may be rejected by theClient and returned to the Proposer.

2.6.11 The Proposer shall notify the Client, as soon as practicable, of any change in the informationsubmitted, including changes in the composition of the Proposer or the legal status and placeof establishment, potential conflicts of interest, economic and financial situation, andtechnical capability/capacity of the Proposer or its members. Any change in the composition& key personnel of the Proposer may, at the discretion of the Client, lead to disqualification ofthe Proposer from participation in the Proposal and award of contract.

11 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

2.6.12 The validity period of all Proposals shall be 120 days from the closing date of theProposal.

If an agreement has not been executed within this validity period and the Client still wishes tocontinue with the proposal process, each proposer will be contacted thereafter in order toascertain their intention to remain under consideration for a further defined period or towithdraw from the proposal process.

2.6.13 The lowest or any Proposal may not be necessarily accepted

2.7 Opening of Proposals2.7.1 Proposals s u b m i t t e d in accordance with Clause 2 . 6 above, will be opened by the

Tender Committee or nominated person immediately after the Proposal Closing time anddate. The Proposers’ representatives may be present at the opening.

2.7.2 The envelopes with the price proposals shall not be opened until the evaluation of thetechnical proposals has been completed.

2.7.3 First, Tenders for which the Employer has received a valid notice of withdrawal inaccordance with Clause 2.6.9 of these Instructions shall be returned unopened.

2.7.4 Second, outer envelopes marked ‘Substitution’ shall be opened next with the inner envelopesbeing exchanged for the corresponding envelopes being substituted, provided theappropriate notice (clause 2.6.9) is included. The substituted envelopes shall be returnedunopened.

2.7.5 Next, outer envelopes marked ‘Modification’ shall be opened next with the inner envelopesbeing exchanged for the corresponding envelopes being modified, provided theappropriate notice (clause 2.6.9) is included. The substituted envelopes shall be returnedunopened.

2.7.6 All other Tenders shall then be opened

12 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

3 EVALUATION OF PROPOSALS AND AWARD

3.1 General3.1.1 All Proposals will be evaluated in accordance with Section 3.2 below.

3.1.2 The technical evaluation will be undertaken prior to opening the Pricing Envelope.

3.1.3 To assist in the examination, evaluation and comparison of Proposals, the Client may askany Proposer for clarification of its Proposal, including breakdowns of unit rates and sums. Therequest for clarification and the response shall be in writing. No change in the submitted priceor substance of the Proposal shall be sought, offered or permitted except as required toconfirm the correction of arithmetic errors discovered by the Client during the evaluationof the Proposals.

3.2 Proposal Evaluation3.2.1 The Proposal Evaluation Team (PET) appointed by the Client will consider technical (non-price)

and price information submitted by each Proposer in order to identify the most advantageousproposal. The Client may supplement this with any additional information about any proposerwhich the evaluators deem fit to obtain

3.2.2 Proposals shall be evaluated using the principle of:

Quality Cost Based Selection with a weight of 80% given to the technical part and a weight of20% given to the financial part.

3.2.3 The method of evaluation is detailed below:

Step 1: Completeness & Suitability

Open Envelope 1 (Technical Proposal)

Proposals will be screened on an initial eligibility and competence screening, based on:

a. completeness of each proposal (non-price information) to ensure that all documentationrequested in the RFP has been correctly submitted

b. appropriateness of the material submitted – is it within scope

c. the organisation is eligible to submit a proposal

d. no conflict of interest exists.

Should the proposal be incomplete or deemed inappropriate, the PET may exclude it fromfurther evaluation or, if the omission is relatively minor or clarification is required, request themissing information or clarification from the proposer

Step 2: Technical Evaluation (Non-Price Information)

Grade each attribute of the non-price information for each proposal against the ScoringSheets provided below in Section 3.3.

Exclude from further consideration any proposal that fails against an attribute (scores of 4

13 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

or less).

14 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

The weighting to be applied to the technical attributes is as follows:

Attribute Attribute Weighting

Relevant Experience & Track Record 20

Technical /Personnel Skills 20

Methodology 40

Total 80%

Scoring of these criteria will use a scale of 1 to 10, as per the following definitions:

Rating Description Score

Excellent Exceeds requirements in all ways, with very little, or no risk. 10

Excellent /Very Good

Exceeds requirements in most ways, with very little, or norisk.

9

Very Good Meets requirements in all ways, exceeds it in some, little riskinvolved.

8

Very Good /Good

Meets the requirement, little risk involved. 7

Good Meets the requirement and is workable, acceptable risk 6

Good /Marginal

Meets the requirement, may require work in some areas,some element of risk.

5

Marginal Nearly meets the requirement, deficient or limited in someareas, element of risk.

4 (Fail)

Marginal /Poor

Deficient or limited in most areas, high element of risk. 3 (Fail)

Poor Information provided does not meet the requirement, isnot workable and is deficient, high element of risk.

2 (Fail)

Poor / Non-compliant

Information provided does not meet the requirement, isnot workable and is deficient, high element of risk.

1 (Fail)

The remaining proposals will be evaluated to determine their total weighted scores, being thesum of the products of each proposal’s individual attribute score multiplied by the attributeweighting

Step 3 : Financial Evaluation (Price Information)

Proposals that pass the technical evaluation will have their financial proposal opened andpoints awarded in accordance with Clause 3.4 below and the following formula:

Sf = (Fm/F) x 100

Where Sf = points to be awarded

Fm = lowest financial proposal

15 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

F = amount proposed by individual firm

Step 4: Final Evaluation

16 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Proposals will be ranked according to their combined technical and financial scores using thefollowing weights

Technical 80%

Financial 20%

TOTAL SCORE 100%

3.3 Technical Evaluation3.3.1 The evaluation criteria that will be applied for the Technical Proposal are as identified in the

Scoring Sheets below:

RELEVANT EXPERIENCE / TRACK RECORD

Relevant Experience & Track Record (Weighting = 20%)

Evaluation Criteria Weighting

Review and analysis of wastewater treatment plant performance interms of hydraulic, treatment, structural and electrical / mechanicalaspects

6

Development of options for consolidation and improvement ofwastewater treatment plants

6

Development of waste management and odour control programmes 5

Studies into wastewater treatment plant augmentation 3

Information should include relevant experience and track record of any sub-consultantsand sub-contractors

Total 20%

TECHNICAL / PERSONNEL SKILLS

Technical / Personnel Skills (Weighting = 20%)

Evaluation Criteria Weighting

Project Manager / Team Leader 4%

Civil/Structural Engineer 4%

Treatment / Process Engineer 4%

Hydraulic Engineer 4%

Electrical Engineer 4%

17 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Technical / Personnel Skills (Weighting = 20%)

Evaluation Criteria Weighting

It is accepted that one individual may fulfil one or more nominated roles

Total 20%

METHODOLOGY

Condition Assessment Methodology (Weighting = 40%)

Evaluation Criteria Weighting

Gathering of information for the plant review, site visits and initialassessment

5

Analysis of plant performance

Electrical/mechanical

Hydraulic assessment

Treatment process analysis

Structural capacity assessment

12.5

Development of options for plant consolidation 7.5

Consideration of options for plant augmentation 5

Packaging of construction packages and development of scope 2.5

Development of waste management plan and odour controlprogramme

2.5

Development of Operations and Maintenance Manual 2.5

Capacity building within WAF 2.5

Total 40

3.4 Price Evaluation3.4.1 The Price Evaluation will be undertaken after completion of the technical evaluation

3.4.2 Errors and Omissions in Price Proposals

After opening of Envelope 2 (Price Information), the pricing information will be checked bythe Client for any omissions or arithmetic errors in computation and summation. Any errors willbe corrected as follows:

18 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

i. If there is any discrepancy between amount in figures and in words, the amount inwords will take precedence

ii. If there is a discrepancy between the Total Price entered and the equivalent sumcomputed on the basis of the breakdowns, the Total Price shall be adjusted to thesum computed on the basis of the breakdowns.

iii. If there is a discrepancy between a stated amount and the correct amount calculatedby multiplying the stated unit rate by the quantity, the stated amount shall beadjusted to the correct amount and the Total Price adjusted correspondingly.

The Proposer may be notified of these corrections and if the Proposer does not accept theseadjustments as notified, its Proposal may be rejected.

For the purpose of evaluating Proposals, the Client will determine for each Proposal theevaluated price by making any correction for errors as described above.

3.4.3 To permit a fair comparison, proposal prices may also be adjusted to take account of theeffect on the Client of a proposer’s exceptions to the risks and responsibilities defined in theseInstructions to Proposers

3.5 Award of Contract3.5.1 The preferred Proposer may be invited to participate in meeting(s) with the Client to clarify

outstanding issues and finalize an Agreement, and the Client will arrange for minutes of suchmeetings to be prepared and agreed with the Proposer. The minutes of the meeting will bepart of the basis upon which the agreement is to be concluded.

3.5.2 The agreed minutes shall be binding on the successful Proposer as an acceptable clarificationof its Proposal until its validity expires, and shall be wholly subject to the formal Agreement,and shall not bind the Client nor commit him to entering into any agreement under any terms.

3.5.3 Subject to approval of the funding by the relevant authority, the Client and theConsultant shall sign the formal Agreement.

3.5.4 Prior to the expiration of the period of proposal validity, the Client shall notify the successfulProposer, in writing, that its proposal has been accepted

3.5.5 Unsuccessful proposers will be notified, in writing, by the Client of its decision within seven (7)days from the date of the letter of acceptance to the successful proposal

19 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

4 PROPOSAL FORMS AND SCHEDULES

The following forms are included for submission with the proposal:

Envelope 1 (Technical Proposal)

Form of Technical Proposal Proposal Schedule 1 - Key Personnel Proposal Schedule 2A - Compliance and Departures – Non-Price / Technical

Envelope 2 (Price Proposal)

Form of Price Proposal Proposal Schedule 2B - Compliance and Departures –Price

20 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

FORM OF TECHNICAL PROPOSAL

Date:

Invitation for Proposal No.:

To: CEO, Water Authority of Fiji

We, the undersigned, declare that:

a. We have examined and have no reservations to the Proposal Document, including

Addenda No.: issued in accordance with Instructions to Proposers Clause 2.4.6 of theInstructions to Proposers (ITP)

b. We offer to execute in conformity with the Proposal Document the following Works:

Professional Services – Navakai waste water treatment plant

c. Our Proposal consisting of the Technical Proposal and the Price Proposal shall be valid for a periodof one hundred and twenty (120) days from the Proposal submission deadline in accordancewith the Proposal Documents, and it shall remain binding upon us and may be accepted atany time before the expiration of that period;

d. We, including any subcontractors for any part of the contract, have eligibility to submit thisProposal, in accordance with Clause 2.3 of the ITP;

e. We, including any subcontractors for any part of the contract, do not have any conflict ofinterest in accordance with Clause 2.6.12 of the ITP;

f. We are not participating, as a Proposer or as a subcontractor, in more than one Proposal inthis Proposal process in accordance with Clause 2.3 of the ITP.

Name In the capacity of

Signed

Duly authorised to sign the Proposal for and on behalf of

Dated

21 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

FORM OF PRICE PROPOSAL

Date:

Invitation for Proposal No.:

To: CEO, Water Authority of Fiji

We, the undersigned, declare that:

a. We have examined and have no reservations to the Proposal Document, including

Addenda No.: issued in accordance with Instructions to Proposers (ITP) Clause 2.4.6

b. We offer to execute in conformity with the Proposal Document the following Works:

Professional Services – Navakai waste water treatment plant

c. The total price of our bid is:

(VEP) (words)

(VEP) (numbers)

d. Our Proposal shall be valid for a period of one hundred and twenty (120) days from the date fixedfor the Proposal submission deadline in accordance with the Proposal Document, and it shallremain binding upon us and may be accepted at any time before the expiration of that period

e. We understand that this Proposal, together with your written acceptance thereof included in yournotification of award, shall constitute a binding contract between us, until a formal contract isprepared and executed; and;

f. We understand that you are not bound to accept the lowest evaluated Proposal or any otherProposal that you may receive;

Name In the capacity of

Signed

Duly authorised to sign the bid for and on behalf of

Dated

20 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

PROPOSAL SCHEDULE 1

KEY PERSONNEL

Schedule of Key Personnel

Position / Role Name Current Position

Project Manager / Team Leader

Hydraulic engineer

Treatment Process Specialist /Engineer

Civil / Structural Engineer

Electrical Engineer

It is accepted that one individual may fulfil one or more nominated roles

Others (to be listed by Proposer)

Name Position

Signed

Dated

21 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

PROPOSAL SCHEDULE 2A

SCHEDULE OF COMPLIANCE AND DEPARTURES – NON-PRICE

This criterion will not be scored but may affect the evaluation of proposal conformance and thescoring of other non-price attributes.

(to be included in Non-Price / Technical Envelope)

Using the schedule below, proposers shall provide details of any non-compliances or departures fromthe requirements of this Request for Proposals and any Addenda / Notices to Proposers. The Clientreserves the right to reject any proposal that contains non-compliances or departures which itdeems unacceptable and which the proposer declines to remove or amend. Departuresacceptable to the Client may result in adjustment to the proposal price for the purposes ofcomparison of proposals.

Price information must not be included on this form.

Any price adjustments that the Proposer may wish to offer to remove a non-compliance must beshown in the Schedule of Compliance and Departures - Price and be included in the Price Envelope.

Schedule of Compliance and Departures-NON-PRICE

We, the Proposer, confirm that our proposal is fully compliant with the requirements of the Requestfor Proposal and Draft Agreement, together with all Notices to Proposers, except in the followingrespects:

Item Clause referencein RFP

Detailed description of thedeparture or non-compliance

Perceived benefit to Client(if any)

1

2

3

4

5

6

22 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Name Position

Signed

Dated

23 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

PROPOSAL SCHEDULE 2B

SCHEDULE OF COMPLIANCE AND DEPARTURES – PRICE

With reference to any non-compliance items the proposer may have included in Schedule 2A, andusing the format below, proposers shall provide details of the adjustment to their proposed price (ifany) that they would require in order to remove a non-compliance which the Client deems to beunacceptable.

Prices to remove departures must be included in the price envelope.

Schedule of Compliance and Departures – PRICE

We, the Proposer, confirm that we are willing to remove the non-compliances listed in Schedule 2Aof our proposal (technical / non-price envelope) in return for adjustment to our proposed price bythe amount(s) below:

We accept that failure by us to provide a price for removal of any departure will entitle the Clientto make its own assessment of the diminished value to it of our proposal and compare ourproposal price with those of other proposers accordingly.

Item No. in Schedule 2A Price to remove non-compliance (FJ$) VEP

1

2

3

4

5

6

Name Position

Signed

Dated

24 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

5 CONDITIONS OF CONTRACT

The General Conditions of Contract applicable to the Agreement shall be the FIDIC“Client/Consultant Model Services Agreement, Fourth Edition 2006” published by theInternational Federation of Consulting Client’s Representatives (FIDIC), also known as the“FIDIC White Book”, which shall be subject to the following Particular Conditions A and B.

Electronic and hard copies of this document can be purchased on the following website,www.fidic.org

5.1 Particular Conditions A - Reference to Clauses in General ConditionsThe numbering of the Clauses and Sub-Clauses of the Particular Conditions follows thenumbering of the Clauses and Sub-Clauses of the General Conditions

Clause Particular Condition

1.1 Definitions

1.1.2 The Project is Professional Services – Upgrade of waste watertreatment plant

1.1.10 Commencement Date 14 days after receipt of Letter of Acceptance

1.1.11 Time for Completion 16 weeks

1.3 Language forCommunications

English

1.4 Language of theAgreement

Ruling Language – English

Governing law – Laws of Fiji

1.8 Notices Client’s Address:

The Water Authority of FijiManohan Building,Cnr of Wainivula and Kings Road,NasinuGPO Box 1272

Email: [email protected]

Ph: +67(9) 3346777

Consultant’s Address:

[Insert Consultant’s legal registered companyname and address for notices from Form ofProposal, when Consultant appointed]

Email

Telephone number

Facsimile number

25 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Clause Particular Condition

2.7 Client’s Representative forthe administration of theAgreement

Acting Chief Operating Officer

Email: [email protected]

Ph: +67(9) 912 6945

5.2.1 Time for Payment Amounts due for progress payments shall be paidwithin 30 days of receipt of the invoice.

Amounts due for the final payment shall be madewithin 45 days of receipt of the final invoice andthe audited final statement of accounts and theClient's approval of the Consultant's CompletionReport whichever is the latest

5.2.2 Agreed Compensation forOverdue Payment (percent per day)

The agreed compensation shall be 2 percentagepoints above the discount rate of the ReserveBank of Fiji.

6.2 Duration of Liability The duration of the liability of the Consultant shallbe from the Commencement Date until three (3)years after the Completion Date

6.3.1 Limit of compensation The maximum amount of compensation payableby the Consultant to the Client in respect ofprofessional liability under Clause 6.1 is "theContract Price" as stated in the Agreement unlessotherwise agreed between the parties

7.1 Insurance for Liability andIndemnity

The Consultant shall insure for its liability under theAgreement or otherwise as required by law for:

Professional Indemnity Insurance, ContractPrice as per Agreement

Public Liability insurance, F$1.0 million peroccurrence with no limit on number ofoccurrences

Motor Vehicles (minimum Third PartyInsurance)as per Chapter 177, Laws of Fiji,Rev. Edition 1985

Insurance for Consultant’s Personnel, at leastF$100,000 (VEP) per occurrence, subject alsoto Fiji Law

8.2 Mediation

8.2.1 Named Mediator To be agreed between the Parties in accordancewith Clause 8.2.1

8.2.1 Nominating Centre forMediation

International Chamber of Commerce (ICC),International Centre for ADR

26 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Clause Particular Condition

8.3.2 Rules of Arbitration The Fiji Arbitration Act (Cap. 38), its First and Secondschedules.

The arbitration shall be conducted and determinedin Fiji

5.2 Particular Conditions B. Amendments to the General ConditionsThe following variations, omissions and additions to the General Conditions shall apply to theAgreement. Clause numbers are those in the General Conditions or may be in addition tothem

Clause Amendment

1.1.1 Replace the text of the entire sub-clause by:

"Agreement" means the completed form of Agreement including thedocuments listed in Clause 2 of the Agreement.

1.7 Replace the entire text of Clause 1.7.1 with:

The Client shall be entitled, without any extra remuneration to theConsultant, to use the material collected, prepared and acquired for theassignment for the purpose of the continuation, further development andimplementation of the assignment and the Program/Component/ Project.The same right shall apply to the other consultants, public authorities andother entities connected with the assignment. On request, the Consultantshall provide to the Client all such material. It can be provided in a digitalform, if available.

The Consultant shall retain all other rights to its ideas and the materialprepared by him.

The Consultant shall be entitled to keep at its disposal the material preparedby him in connection with the carrying out of the assignment, provided thateducational material, user manuals, operating instructions and similarmaterial shall be used only as a generic product in connection with otherassignments.

The Consultant shall ensure that the material prepared by him does notviolate the copyrights or any other exclusive rights of any third party and heshall indemnify the Client for any claim or any cost in that connection.

Where the material is used by the Client, for purposes other than the actualassignment, the Consultant shall not be responsible for any errors in anddefects of the material.

The Consultant shall not, without the prior written consent of the Client,publish or make public any material prepared by him in carrying out theassignment. This provision shall not imply any limitation in the Consultant'srights under the abovementioned provisions

1.9.1 Replace the entire text of Clause 1.9.1 with:

For the duration of the Agreement and after completion thereof, theConsultant and its sub-consultants shall treat all documents and informationreceived in connection with the Agreement as private and confidential, and

27 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Clause Amendment

shall not, save in so far as may be necessary for the purposes of theperformance thereof, publish, or disclose any particulars of the Agreementwithout the prior consent in writing of the Client.

However, with such consent, which shall not be unreasonably withheld, theConsultant may publish descriptive articles, with or without illustrations, withrespect to the Service or the Works

1.10 Add as Clause 1.10.3:

The Consultant shall be deemed to have breached Clause 3.3 also if it isshown that any of the Consultant's Key Personnel are guilty of the actionsdescribed above

2.3.1 Replace Sub-clauses (c), (d), (e) and (f) with:

(c) Providing access to other organisations for collection of informationwhich is to be obtained by the Consultant

3.3 Add after Sub-clause 3.3.1 and then amend sub-clause 3.3.2 to be 3.3.3

3.3.2 The Consultant shall

a. be deemed (so far as is practicable having regard to considerations ofcost and time) to have satisfied himself before entering the Agreementas to the extent and nature of Services, Works, Staff, and materialsnecessary for the execution of the Services, and to have obtained allnecessary information as to risks, contingencies, and other circumstanceswhich may influence the Services or the Project.

b. always act, in respect of any matter relating to the Agreement or to theServices, as faithful adviser to the Client, and shall at all times supportand safeguard the Client's and the Recipient's legitimate interests.

c. Refrain from engaging in any activity that conflicts with itsobligations towards the Client under the Agreement.

d. Keep separate, accurate, and systematic records in respect of theServices in such form and detail as is customary in the professionincluding records of quality assurance activities

3.4 Replace "Client's" by "Client's or Recipient's"

3.4.1 Add the following clause 3.4.1:

The consultant without prior approval of the client shall not be authorised todisclose confidential or sensitive information to any third party whether directlyor indirectly and shall not be allowed to reproduce any data or informationand material given for the purposes of disclosure to a third party

3.5.1 Add the following to Clause 3.5.1:

All personnel shall be subject to Fiji Immigration regulations. The Consultant isresponsible for obtaining any necessary permits.

3.7.2 Add at the end of Clause 3.7.2:

(c) Where Key Personnel are replaced on request of the Consultant or by theClient for reasons of established misconduct or inability to perform, thecost of replacement (Fiji Immigration requirements, home travel by

28 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Clause Amendment

the replaced person and any dependents, outward travel by thereplacement and any Eligible Dependents, extra travel and otherexpenses due to the number of Eligible Dependents or any overlap) shallbe borne by the Consultant

5.4 Delete the entire text of Clause 5.4

5.6.2 Replace Clause 5.6.2 with:

Such records shall be sufficient to establish accurately that the invoicesactivities have been duly accomplished. In the event of Additional orExceptional Services, the records of time spent shall include a specificationof the activities of the Key Personnel and Other Staff.

The Consultant shall permit the Client to inspect, at any time, the recordsand accounts relating to the Services and to make copies thereof and shallpermit the Client or any person authorised by the Client, at any time, to auditsuch records and accounts both during and after the provision of theServices, however not later than five years after completion ortermination of the Services.

7.2 Replace the entire text of Clause 7.2 by:

The Consultant shall take out and maintain a full indemnity insurancecovering, from the Commencement Date until the Completion Date, against

(a) loss or damage to the property of the Client and the Recipient madeavailable by or paid for by the Client or the Recipient or funded by WAFfor use by the Consultant,

(b) liabilities arising out of the use of such property,

(c) loss or damage to property produced by the Consultant as part of theServices.

The expenses of such insurances shall be included in the Consultant’s unitprices. The Consultant shall, when requested, produce to the Client,evidence of the insurance policies in force

29 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

CONTRACT AGREEMENT

This Agreement dated this day of Insert Date

between[Name of Client] Water Authority of Fiji

of [Address of Client ] National Headquarters

Wainivula Road, Nasinu

GPO Box 1272

Suva

(hereinafter called “the Client”) of the one part

and [Name of Consultant]

of [Address of Consultant]

(hereinafter called “the Consultant”) of the other part

WHEREAS, the Client desires that certain Services should be performed by the Consultant,namely:

Professional Services – Upgrade of Navakai Wastewater Treatment Plant

and has accepted a proposal by the Consultant for the performance of such Services.

THE CLIENT AND THE CONSULTANT AGREE AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as arerespectively assigned to them in Clause 1.1 of the General Conditions.

2. The following documents shall be deemed to form and be read and construed as partof the Agreement, namely:

a) The Request for Proposals prepared by Client dated (Insert Date)

b) Consultant's Proposal dated (Insert Date);

c) Letter of acceptance by the Client dated (Insert Date);

d) Acceptance of offer by the Consultant dated (Insert Date);

e) Consultant's Professional Indemnity Insurance;

f) The Client/Consultant Model Services Agreement;

g) Particular Conditions;

h) Scope of Services

i) Personnel, Equipment, Facilities and Services to be Provided by Others

j) Remuneration and Payment

k) Appendices

30 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

3. In consideration of the payments to be made by the Client to the Consultant under thisAgreement, the Consultant hereby agrees with the Client to perform the Services inconformity with the provisions of the Agreement.

The Client hereby agrees to pay the Consultant in consideration of the performance of theServices such amounts as may become payable under the provisions of the Agreement at thetimes and in the manner prescribed by the Agreement.

IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day andyear stated above in accordance with their respective laws.

SIGNED FOR ON BEHALF OF THE CLIENT AND CONSULTANT

SIGNED (CLIENT) SIGNED (CONSULTANT)

PRINT NAME PRINT NAME

DESIGNATION DESIGNATION

DATE DATE

COMPANY SEAL COMPANY SEAL

31 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

6 SCOPE OF WORKS

6.1 IntroductionThe Navakai Sewerage Treatment Plant is located in Nadi in the Western Part of the Main Islandof Fiji. The plant was first commissioned in 1974 then later changes were commissioned in 1994,1996 and2008; designed to cater for an equivalent population of 35,000 people. The plantcurrently serves all Denarau, Nadi, up to Nadi Airport and to Leqaleqa

6.2 Description of Plant and ProcessesRaw sewage enters the plant through an inlet chamber which diverts the wastewater equallyinto 2 IDEA (Intermittent Decanting Extended Aeration) Lagoons. The wastewater then flowsinto two other bigger Lagoons with more aerators for further treatment. The clear water is thenpassed into a final polishing pond from where it is discharged into the Nadi River. The sludgefrom the IDEA Lagoons are directed to the Sludge Dewatering Plant which dewaters the sludgeafter which it is disposed of to a landfill.

Outlined in the table below is the summary of existing assets at Navakai WWTP

Asset Number

Belt filter press 1

Clarifier (decommissioned) 1

Raw sewage inlet 1

Aeration pond (decommissioned) 2

Drying beds 2

Control room 1

Digester lagoons 2

IDEA lagoon 2

Final effluent lagoon 1

Refer to Appendix 1 for a layout plan of the Plant

6.3 Project TasksThe proposed scope for consultancy for the upgrade of the Navakai Wastewater TreatmentWorks at Navakai includes the following tasks.

WAF staff will be available to assist with data collection and to provide operational information

32 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Task 1 – Assess information and data provided by WAF

Review the available data, including the following, and advise WAF on any further testsand data collection that require would assist in the assessment.

Influent /effluent flow & water quality records Scaled drawings of Navakai IDEA lagoons.

Task 2 – Conduct on-site assessments of the Navakai WWT Works

The Consultant will need to be able to mobilise their nominated experts in wastewater processand planning within two weeks of the commencement of the contract . Key operational andengineering staff from WAF will be made available to work with the consultant and assist inthe site inspections – providing inputs on essential information and operational knowledge.During the inspections, the technical experts wi l l need to assess, as a minimum:

Structural capacity Hydraulic performance treatment levels and processes Electrical performance Mechanical performance Health and safety standards Operational procedures

The analysis of the Navakai WWT Works should include a review of the influent screeningand grit removal systems, clarifier, digesters, aeration ponds, control rooms and IDEA lagoons.

As part of this Task, the Consultant shall provide information and training to WAF staff onassessment procedures and knowledge of wastewater treatment and odour control measures.

Task 3 – Analysis of the Navakai WWT Works

Working with WAF staff the Consultant shall conduct an analysis of information and data,including data gathered during Tasks 1 and 2 , to assess the existing systemperformance and develop options for consolidation and optimisation of existing wastewatertreatment infrastructure and processes.

The assessment should confirm ongoing operational issues and capacity limitations and lookfor interventions required towards optimisation and further enhancement of thetreatment capacity, effectiveness and efficiency. This should also include a high levelreview of mechanical, electrical and control system requirements and odour control issues.

The Consultant shall work with WAF on developing achievable and acceptable effluent qualitylimits, to be agreed with the relevant Regulator

Task 4 – Development of Preferred Options and Tender Document

This task involves development of proposed options to address the performance andcapacity of the Navakai WWTP. As a minimum, the Consultant should consider the following:

Quick fix options Short term remedial works (up to five (5) years) Longer term remedial works (five (5) + years) Orders of priority

33 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Estimated costs Recommended methods of procurement and packaging of works

Based on this outcome the Consultant shall develop the design brief and assist WAF as directedin preparing tender documents for construction works.

Task 5 – Development of Waste Management Plan, Odour Control Programme and Operations andMaintenance Manual

Under this task the Consultant shall carry out the following:

a. Development of Waste Management Plan

This Plan will be developed for the total wastewater operation in the Nadi Area and shouldaddress as a minimum:

the disposal of wastewater, Identifying the character of wastewater, sludge management, process monitoring, reporting procedures, staff responsibilities (NWQL and plant staff) and expertise, data base development and management.

b. Development of Odour control Programme

This should cover options to address odour control needs covering the entire NavakaiWastewater Treatment & Pump stations in the Nadi area. This study should cover thefollowing :

Undertake trials to determine the extent of odour problems Recommend immediate short term interventions required which could be

implemented by WAF Develop a long-term odour control & monitoring programme

c. Development of Operations and Maintenance Manual

The Consultant shall develop a ‘useable’ Operations and Maintenance Manual to ensure theongoing performance of the plant.

The Manual, as a minimum, shall include:

Inventory of assets Outline of plant process Operational tasks Regular maintenance tasks, including frequency Health and Safety Contacts for spare parts

34 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Task 6 – Development of a Strategy for Ongoing Training and Education

Working with WAF, the consultant shall develop a strategy for ongoing operationalsupport, training and education with a targeted outcome of sustaining the desiredperformance of the upgraded Navakai WWTP

34 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

The objective of this task is to minimise risks around operations and maintenance relatedperformance issues due to a lack of ongoing technical support. This strategy willalso ensure that appropriate knowledge transfer occurs from the Consultant to WAF staffthroughout the entire service life of the upgraded Navakai WWTP as a part of developing

local waste water management capability within WAF.

Guidance should be provided on t h e implementation of the Waste Management Plan andOdour Control Programme for Navakai.

Task 7 – Tender Evaluations

Under this task the Consultant shall assist WAF in tender evaluations & c o n t r ac tnegotiations for any works arising from this review of the treatment plant.

Task 8 – Provide assistance in the Construction phase

To provide technical assistance to WAF in the management an d supervision of theconstruction Contract/s of planned improvements w o r k s under the consolidation package.

Task 9 – Feasibility & Preliminary Designs for Plant Augmentation

To carry out feasibility & develop preliminary designs for the Augmentation Works required innext 10 years (to fill the treatment gap identified after carrying out task 3).

This Study also should address the option of extending outfalls and reviewing appropriatetechnology options for augmentation in the context of possible change of effluent dischargelimits by the environmental regulator.

As directed by WAF, the Consultant may be required to assist in the development tenderdocuments for further works

6.4 Proposed TeamIt is mandatory that the proposed team consist of suitable qualified specialists in the areas ofcivil/structural, electrical/mechanical, hydraulics, wastewater process design, treatmentoptimisation and instrumentation and wastewater treatment plant project implementation.

It is anticipated that nominated personnel shall be in a Senior engineering position for their areaof expertise and should have a minimum of five (5) years experience in that field

Personnel proposed should demonstrate proven history of involvement in planning, designing,project management of wastewater treatment & associated infrastructure projects formunicipalities and wastewater utilities.

35 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

7 PERSONNEL, EQUIPMENT, FACILITIES AND SERVICES TO BE PROVIDEDBY OTHERS

7.1 PersonnelNone.

7.2 Equipment, Facilities and ServicesNone.

7.3 InformationThe Client will provide the Consultant with the following information in addition to thatcontained in the Agreement:

Navakai IDEA lagoon augmentation

36 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

8 REMUNERATION & PAYMENT

8.1 Basis of PaymentPrices entered by the Consultant in the Schedules of Rates and Prices shall be deemed tohave included allowances for all costs, overhead and profit for carrying out and successfullycompleting the Services in accordance with the Agreement and other documents referencedtherein incurred by the Consultant in performance of the Services.

8.1.1 Invoicing

The Consultant shall submit invoices not more frequently than once per month.

8.1.2 Cost Adjustments

No allowance will be made for cost adjustments due to Inflation within the period of theAgreement. The Consultant shall be deemed to have allowed in its proposed price for theeffects of inflation on the Services.

8.1.3 Payment for Normal Services

The Consultant shall be paid in accordance with the Schedule of Rates & Prices for NormalServices and Section 8.1.9 below, subject to such adjustments as are provided for in theAgreement.

8.1.4 Additional Services

Payment for additional work of similar scope to the normal services will be negotiated basedon rates in the Schedule of Rates for Additional Services where the additional services are notcomparable to those in the Schedule of Rates and Prices for Normal Services.

8.1.5 Provisional Items (indicated ‘PI’ in the Price Schedule)

Provisional Items are fixed price items at the Client’s option and are unit rates or lump sumprices inclusive of overheads and profit. The inclusion in the Schedule of Rates and Prices of aProvisional Item does not confer on the Consultant the right to perform the work to which theitem relates.

Such items shall be carried out only on the instructions of the Client’s Representative and paidfor at the rates or lump sums entered by the Consultant in the Schedule of Rates and Prices.

8.1.6 Provisional Sums (indicated ‘PS’ in the Price Schedule)

Provisional Sums may be included by the Client in the Schedule of Prices for services to beexecuted by the Consultant which are not accurately quantifiable at the time of submittingthe proposal

Provisional Sums are items to be undertaken as directed by the Client and will be unit rate orlump sum prices inclusive of overheads and profit in general accordance with the Schedule ofRates (Additional Services) or at negotiated prices / rates.

37 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

The inclusion in the Schedule of Prices of a Provisional Sum does not confer on the Consultantthe right to perform the work to which the item relates.

8.1.7 Contingency Items

Any contingency sum in the price schedule shall be regarded as a Provisional Sum and shallonly be used in accordance with the Client’s instructions to pay for Additional Services, ifrequired. The inclusion in the Schedule of a Contingency does not confer on the Consultantthe right to execute such services.

Any contingency amount not so instructed by the time of completion of the Services will bededucted from the agreed sum when valuing the final payment

8.1.8 Taxes and Duties

If the Consultant is resident in Fiji for tax purposes, all payments made under the Agreementare subject to Value Added Tax (VAT) in accordance with the Value Added Tax(Amendment) Decree. The Consultant must be registered for Fiji VAT in accordance with theVAT Decree. If the Consultant is not so registered, it shall indemnify the Client against anyineligibility of the Client to reclaim VAT that results from the Consultant’s non-registration. TheConsultant shall reimburse the Client in full for all such losses incurred by the Client, which theClient may deduct from amounts otherwise owing to the Consultant under the Agreementfrom time to time.

If the Consultant or a sub-consultant is not resident in Fiji for tax purposes, payments to theConsultant or sub-consultant may have Non-Resident Withholding Tax (NRWT) deducted atthe prevailing rate by the Client or Fiji revenue authorities.

It shall be the Consultant’s responsibility to determine its applicable tax liabilities and to complywith the law. Any withholding tax payable shall be deemed to be allowed for in the VIP priceagreed for the Services. Costs incurred by the Consultant in determining its tax liabilities shallalso be deemed to be allowed for in the VIP price agreed for the Services.

38 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

8.1.9 Payment Items

Refer to the items in the Schedule of Rates and Prices. Payment will be made on the basis ofactual quantity completed, unless otherwise stated below.

Measurable Items

The price to be paid to the Consultant for measurable items shall be calculated according tothe actual quantity.

Lump Sum Items

Payment shall be made forlumo msum items on the following basis:

75% upon delivery of any draft document

25% upon delivery of the final document

Preliminaries and General

These items shall be paid as lump sum items and are deemed to cover all expenses notcovered in the other payment item.

39 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

These items should cover costs of general mobilisation & demobilisation (excluding detailedcondition assessment tasks – covered elsewhere in the schedule), documentation andadministration not otherwise provided for in the Schedule.

40 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

8.2 Schedule of Rates and Prices (Normal Services)The Proposer shall provide details of its proposal price by completing this Schedule of Rates &Prices (Schedules 1 to 5 inclusive).

Refer to Section 8.1 for Basis of Payment.

UPGRADE OF NAVAKAI WASTE WATER TREATMENT PLANT

SCHEDULE OF RATES AND PRICES (NORMAL SERVICES)

Item Description Unit Qty Rate (F$) Amount (F$)VEP

1 Preliminary & General

Preliminary and general

2 Tasks 1, 2 and 3

2.1 Task 1 - Assessment of Information &Data

LS 1

2.2 Task 2 - On-site Assessment LS 1

2.3 Task 3 - Analysis of information fromTasks 1 & 2 LS 1

4 Task 4

4.1 Development of Options LS 1

4.2 Develop Design Brief for PreferredOption/s

LS 1

5 Task 5

5.1 Development of Waste ManagementPlan

LS 1

5.2 Development of Odour ControlProgramme

LS 1

5.3 Development of Operations andMaintenance Manual

LS 1

6 Task 6

6.1 Development of Training Strategy andProgramme

LS 1

7 Tasks 7 & 8 – Contract Management

7.1Task 7 – Assistance in tenderevaluation for construction works(provisional item)

hr 20

7.2 Task 8 - Construction Supervision(provisional item) hr 50

8 Task 9 & 10

8.1 Augmentation feasibility andpreliminary design PS 1 50,000.00

41 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

UPGRADE OF NAVAKAI WASTE WATER TREATMENT PLANT

SCHEDULE OF RATES AND PRICES (NORMAL SERVICES)

Item Description Unit Qty Rate (F$) Amount (F$)VEP

8.2 Development of Design Brief & Tenderdocuments for augmentation works PS 1 20,000.00

9 Contingency PS 1 50,00000

Total (VEP)Transferred to Proposal Form

42 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Professional Services Page 40Upgrade of Navakai Waste Water Treatment Plant

41 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

8.3 Schedule of Rates for Additional ServicesThe Proposer shall provide details of its rates for Additional Services by completing thisSchedule of Rates and transferring the total to Schedules 2, 3 and 4 as contingency sums.

In accordance with Clause 5.1.1 of the Conditions of Contract, any services that are instructedto be carried out as Additional Services may be valued in accordance with the followingSchedule of Rates if an applicable rate cannot be derived from the Schedule of Rates andPrices for Normal Services.

The rates inserted by the Consultant shall be the cost of carrying out the work by theConsultant, inclusive of overheads and profit

UPGRADE OF NAVAKAI WASTE WATER TREATMENT PLANT

SCHEDULE OF RATES (ADDITIONAL SERVICES)

Item Description Unit Rate

1 Structural/civil engineer hour

2 Hydraulic engineerhour

2 Electrical/electronic engineerhour

3 Mechanical engineerhour

4 Waste water specialisthour

5 Project managerhour

5 Instrumentation specialisthour

8 Controls specialist (PLC and SCADA- automation)hour

Consultant Nominated Personnel

9 TIME SCHEDULE FOR SERVICES

42 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Commencement and Completion of the Services shall be in accordance with Clauses 1.1.10and 1.1.11 of the Particular Conditions of Contract.

The Consultant shall prepare a programme for the Services and submit it to the Client’sRepresentative. The programme shall demonstrate how the Consultant proposes to completethe Services by the Time for Completion.

The Consultant shall use the programme to track and report actual progress against planneddates and to forecast the likely dates of completion of the Services and any Works.

For the Proposers’ information, an indicative timetable for the Services and Works, includingrequired durations, is set out below.

Note: ‘days’ are calendar days and a ‘week’ is 7 days.

Task Deliverable Timeframe

Commencement14 days after letter of acceptance received bysuccessful consultants

MobilisationWithin one (1) week of commencement.

Consultant’s Programme

1,2,3

Review of existing information held byWAF

To be completed within four (4) weeks ofmobilisationSite Investigation / Visit

Analysis of Information

4Development of preferred optionsand tender document revisions

Draft report - 2 weeks minimum after task 3

Final report – 2 weeks after receipt of commentsfrom WAF

5

Development of Waste Mgt Plan Odour Control Programme Operations & Maintenance

Manual

Draft report – within 10 weeks of commencement

Final report – 2 weeks after receipt of commentsfrom WAF

6Development of a strategy forongoing training and education

Draft report - 2 weeks after options (Task 4) has beenagreed

Final report – 2 weeks after receipt of commentsfrom WAF

7Provide assistance in the tenderphase

Within a week after the request by WAF

9To carry out feasibility and developpreliminary designs for theaugmentation works

Within 12 weeks from the award of the contract

Completion Date 16 weeks after commencement

10 APPENDICES

43 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

The following appendices are provided for the information of Tenderers. The Employer neitherwarrants nor guarantees the accuracy of the information presented in the attachments.

Appendix - 1: Report on Sewage Treatment Plant Facilities Prepared by WAF in theYear 2012.

44 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

10.1 Report on sewage Treatment Plant Facilities Prepared By WAF in the year 2012

SYNOPSISThe Navakai Sewerage Treatment Plant is located in Nadi in the Western Part of the MainIsland of Fiji; VitiLevu as shown in the Google image below. The plant was first commiss ioned in1974 then later changes were commissioned in 1994, 1996 and2008; designed to cater for anequivalent population of 35,000 people. The plant currently serves all Denarau, Nadi, up toNadi Airport and to Leqaleqa.

Google image showing location of Nadi town

45 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

IDEA Lagoons – 1

IDEA Lagoons –3 &

Final

Decommissioned

Decommissioned drying beds

Sludge

Effluent discharge into

Aerial view of Navakai Wastewater Treatment Plant

Plant ProcessRaw sewage enters the plant through an inlet chamber which diverts the wastewater equallyinto 2 IDEA (Intermittent Decanting Extended Aeration) Lagoons. The wastewater then flowsinto two other bigger Lagoons with more aerators for further treatment. The clear water is thenpassed into a final polishing pond from where it is discharged into the Nadi River. The sludgefrom the IDEA Lagoons are directed to the Sludge Dewatering Plant which dewaters thesludge which then is disposed at a landfill

46 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

ar Water

Inlet

IDEALagoo

n –1

IDEALagoo

n –2

IDEA Lagoon –3 IDEA Lagoon –4

Final Polishing Lagoon

SludgeDewateringPlant

Effluent discharge into Nadi

Raw Wastewater

Clear Water

Cle

S Sludge

Clear Water

Sludge is carted away to a landfill

47 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Plant process at Navakai WWTP

48 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

49 Professional Service - Upgrade of Navakai Waste Water Treatment Plant

Pictures of the Plant