Section 1. Letter of Invitation

advertisement
THE HASHEMITE KINGDOM OF JORDAN
Ministry of Public Works and Housing
REQUEST FOR PROPOSALS
RFP: C.T. # 231/2005
AMMAN DEVELOPMENT CORRIDOR
Phase 1 of the Amman Development Corridor
Loan # 7228-JO
Consultancy Services
For Construction Supervision of
Contract 1
December 2005
Page 1 of 64
Section 1. Letter of Invitation
Amman: -- November 2005
Dear Messrs. ……………………..
……………………..
1.
The Government of Jordan has received a loan (hereinafter called “loan”) from the
Arab Fund for Economic and Social Development (AFESD) toward the cost of the
Amman Development Corridor Project and intends to apply a portion of this loan to
eligible payments under this Contract.
2.
The Ministry of Public Works and Housing now invites proposals to provide the
following consulting services:
Supervision of Construction Works for Contract 1 consisting This 18.5 km section
begins at the Desert Highway, at a point approximately seven km north of Queen Alia
International Airport, and extends in a northeasterly direction to a point about one
km south of the Madounah Road Intersection
More details on the services are provided in the attached Terms of Reference.
3.
The RFP has been addressed to the following short listed consultants:
Arabtech Jardaneh (Jordan)
Consolidated Consultants (Jordan)
Engicon (Jordan)
Dar Al Omran (Jordan)
Tecsult International Limited (Canada)
Consulting Engineering Centre (Jordan)
Team International (Lebanon)
Khatib and Al Alami (Lebanon)
Munsell Consulting Services (U.K)
Transroute Consultants (France)
Associated Consulting Engineers (ACE)
4.
A firm will be selected under Quality - and Cost - Based Selection method, and
procedures described in this RFP.
5.
The RFP includes the following documents:
Section 1 - Letter of Invitation
Section 2 - Information to Consultants
Section 3 - Technical Proposal - Standard Forms
Section 4 - Financial Proposal - Standard Forms
Section 5 - Terms of Reference
Section 6 - Standard Forms of Contract.
Page 2 of 64
3
6.
Please inform us, upon receipt:
(a)
that you received the letter of invitation; and
(b)
Whether you will submit a proposal.
Yours sincerely,
Eng. Yahya M. Kisbi
The Chairman of the Central Tenders Committee,
Director General
Government Tenders Directorate
Ministry of Public Works and Housing
Amman, Jordan
Page 3 of 64
Section 2: Information to consultants
Section 2. Information to Consultants
1. Introduction
1.1
The Client named in the Data Sheet will select a firm among those
listed in the Letter of Invitation, in accordance with the method of
selection specified in the Data Sheet and detailed in the edition of
the Guidelines indicated in the Data Sheet.
1.2
The consultants are invited to submit a Technical Proposal and a
financial 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
firm.
1.3
The assignment shall be implemented in accordance with the
phasing indicated in the Data Sheet. When the assignment includes
several phases, the performance of the consultant under each phase
must be to the Client's satisfaction before work begins on the next
phase.
1.4
The consultants must familiarize themselves with local conditions
and take them into account in preparing their proposals. To obtain
firsthand information on the assignment and on the local conditions,
consultants are encouraged to visit the Client before submitting a
proposal and to attend a pre-proposal conference if one is specified
in the Data Sheet. Attending the pre-proposal conference is optional.
The consultants’ representative should contact the officials named in
the Data Sheet to arrange for their visit or to obtain additional
information on the pre-proposal conference. Consultants should
ensure that these officials are advised of the visit in adequate time to
allow them to make appropriate arrangements.
1.5
The Client will provide the inputs specified in the Data Sheet, assist
the firm in obtaining licenses and permits needed to carry out the
services, and make available relevant project data and reports.
1.6
Please note that (i) the costs of preparing the proposal and of
negotiating the contract, including a visit to the Client, are not
reimbursable as a direct cost of the assignment; and (ii) the Client is
not bound to accept any of the proposals submitted.
1.7
Bank policy requires that consultants provide professional,
objective, and impartial advice and at all times hold the Client’s
interests paramount, without any consideration for future work, and
strictly avoid conflicts with other assignments or their own
corporate interests. Consultants shall not be hired for any
assignment that would be in conflict with their prior or current
obligations to other clients, or that may place them in a position of
not being able to carry out the assignment in the best interest of the
Client.
1.7.1
Without limitation on the generality of this rule, consultants
shall not be hired under the circumstances set forth below:
(a)
Page 4 of 64
A firm which has been engaged by the Client to
provide goods or works for a project, and any of
Section 2: Information to Consultants
5
their affiliates, shall be disqualified from providing
consulting services for the same project.
Conversely, firms hired to provide consulting
services for the preparation or implementation of a
project, and any of their affiliates, shall be
disqualified from subsequently providing goods or
works or services related to the initial assignment
(other than a continuation of the firm’s earlier
consulting services) for the same project.
(b)
1.8
Consultants or any of their affiliates shall not be
hired for any assignment which, by its nature, may
be in conflict with another assignment of the
consultants.
1.7.2
As pointed out in para. 1.7.1 (a) above, consultants may be
hired for downstream work, when continuity is essential, in
which case this possibility shall be indicated in the Data
Sheet and the factors used for the selection of the consultant
should take the likelihood of continuation into account. It
will be the exclusive decision of the Client whether or not to
have the downstream assignment carried out, and if it is
carried out, which consultant will be hired for the purpose.
1.7.3
Any previous or ongoing participation in relation to the
assignment by the firm, its professional staff, or its affiliates
or associates under a contract with the World Bank may
result in rejection of the proposal. Consultants should
clarify their situation in that respect with the Client before
preparing the proposal.
It is the Bank’s policy to require that borrowers (including
beneficiaries of Bank loans), as well as consultants under Bankfinanced contracts, observe the highest standard of ethics during the
selection and execution of such contracts. In pursuance of this
policy, the Bank:
(a)
(b)
defines, for the purposes of this provision, the terms set
forth below as follows:
(i)
“corrupt practice” means the offering, giving,
receiving, or soliciting of anything of value to
influence the action of a public official in the
selection process or in contract execution; and
(ii)
“fraudulent practice” means a misrepresentation of
facts in order to influence a selection process or the
execution of a contract to the detriment of the
borrower, and includes collusive practices among
consultants (prior to or after submission of
proposals) designed to establish prices at artificial,
noncompetitive levels and to deprive the borrower
of the benefits of free and open competition.
will reject a proposal for award if it determines that the firm
Page 5 of 64
Section 2: Information to Consultants
6
recommended for award has engaged in corrupt or
fraudulent activities in competing for the contract in
question;
2. Clarification and
Amendment of
RFP Documents
3. Preparation of
(c)
will cancel the portion of the loan allocated to the firm’s
contract if it at any time determines that corrupt or
fraudulent practices were engaged in by representatives of
the borrower or of a beneficiary of the loan during the
selection process or the execution of that contract, without
the borrower having taken timely and appropriate action
satisfactory to the Bank to remedy the situation;
(d)
will declare a firm ineligible, either indefinitely or for a
stated period of time, to be awarded a Bank-financed
contract if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for,
or in executing, a Bank-financed contract; and
(e)
will have the right to require that, in contracts financed by a
Bank loan, a provision be included requiring consultants to
permit the Bank to inspect their accounts and records
relating to the performance of the contract and to have them
audited by auditors appointed by the Bank.
1.9
Consultants shall not be under a declaration of ineligibility for
corrupt and fraudulent practices issued by the Bank in accordance
with the above sub para. 1.8 (d).
1.10
Consultants shall furnish information as described in the Financial
Proposal submission form (Section 4A) on commissions and
gratuities, if any, paid or to be paid to agents relating to this
proposal, and to execute the work if the firm is awarded the contract.
1.11
Consultants shall be aware of the provisions on fraud and corruption
stated in the Standard Contract under the clauses indicated in the
Data Sheet.
2.1
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 by papermail, cable, telex, facsimile, or electronic mail to
the Client’s address indicated in the Data Sheet. The Client will
respond by cable, telex, facsimile, or electronic mail to such
requests and will send written copies of the response (including an
explanation of the query but without identifying the source of
inquiry) to all invited consultants who intend to submit proposals.
2.2
At any time before the submission of proposals, the Client may, for
any reason, whether at its own initiative or in response to a
clarification requested by an invited firm, amend the RFP. Any
amendment shall be issued in writing through addenda. Addenda
shall be sent by mail, cable, telex, facsimile, or electronic mail to all
invited consultants and will be binding on them. The Client may at
its discretion extend the deadline for the submission of proposals.
3.1
Consultants are requested to submit a proposal (para. 1.2) written in
Page 6 of 64
Section 2: Information to Consultants
the language(s) specified in the Data Sheet.
Proposal
Technical
Proposal
7
3.2
In preparing the Technical Proposal, consultants are expected to
examine the documents constituting this RFP in detail. Material
deficiencies in providing the information requested may result in
rejection of a proposal.
3.3
While preparing the Technical Proposal, consultants must give
particular attention to the following:
3.4
(i)
If a consultant considers that it does not have all the
expertise for the assignment, it may obtain a full range of
expertise by associating with individual consultant(s) and/or
other consultants or entities in a joint venture or sub
consultancy, as appropriate. Consultants may associate with
the other consultants invited for this assignment only with
approval of the Client as indicated in the Data Sheet.
Consultants must obtain the approval of the Client to enter
into a joint venture with consultants not invited for this
assignment. The consultants are encouraged to seek the
participation of local consultants by entering into a joint
venture with, or subcontracting part of the assignment to,
national consultants.
(ii)
For assignments on a staff-time basis, the estimated number
of professional staff-months is given in the Data Sheet. The
proposal shall, however, be based on the number of
professional staff-months estimated by the firm. For fixedbudget-based assignments, the available budget is given in
the Data Sheet, and the Financial Proposal shall not exceed
this budget.
(iii)
It is desirable that the majority of the key professional staff
proposed be permanent employees of the firm or have an
extended and stable working relationship with it.
(iv)
Proposed professional staff must, at a minimum, have the
experience indicated in the Data Sheet, preferably working
under conditions similar to those prevailing in the country
of the assignment.
(v)
Alternative professional staff shall not be proposed, and
only one curriculum vitae (CV) may be submitted for each
position.
(vi)
Reports to be issued by the consultants as part of this
assignment must be in the language(s) specified in the Data
Sheet. It is desirable that the firm’s personnel have a working
knowledge of the Client’s national language.
The Technical Proposal shall provide the following information using
the attached Standard Forms (Section 3):
(i)
A brief description of the firm’s organization and an outline
of recent experience on assignments (Section 3B) of a
similar nature. For each assignment, the outline should
indicate, inter alia, the profiles of the staff proposed,
duration of the assignment, contract amount, and firm’s
involvement.
(ii)
Any comments or suggestions on the Terms of Reference
Page 7 of 64
Section 2: Information to Consultants
8
and on the data, a list of services, and facilities to be
provided by the Client (Section 3C).
Financial
Proposal
(iii)
A description of the methodology and work plan for
performing the assignment (Section 3D).
(iv)
The list of the proposed staff team by specialty, the tasks
that would be assigned to each staff team member, and their
timing (Section 3E).
(v)
CVs recently signed by the proposed professional staff and
the authorized representative submitting the proposal
(Section 3F). Key information should include number of
years working for the firm/entity and degree of
responsibility held in various assignments during the last ten
(10) years.
(vi)
Estimates of the total staff input (professional and support
staff; staff time) needed to carry out the assignment,
supported by bar chart diagrams showing the time proposed
for each professional staff team member (Sections 3E and
3G).
(vii)
A detailed description of the proposed methodology,
staffing, and monitoring of training, if the Data Sheet
specifies training as a major component of the assignment.
(viii)
Any additional information requested in the Data Sheet.
3.5
The Technical Proposal shall not include any financial information.
3.6
In preparing the Financial Proposal, consultants are expected to take
into account the requirements and conditions outlined in the RFP
documents. The Financial Proposal should follow Standard Forms
(Section 4). It lists all costs associated with the assignment,
including (a) remuneration for staff (foreign and local, in the field
and at headquarters), and (b) reimbursable expenses such as
subsistence (per diem, housing), transportation (international and
local, for mobilization and demobilization), services and equipment
(vehicles, office equipment, furniture, and supplies), office rent,
insurance, printing of documents, surveys, and training, if it is a
major component of the assignment. If appropriate, these costs
should be broken down by activity and, if appropriate, into foreign
and local expenditures.
3.7
The Financial Proposal should clearly estimate, as a separate
amount, the local taxes (including social security), duties, fees,
levies, and other charges imposed under the applicable law, on the
consultants, the subconsultants, and their personnel (other than
nationals or permanent residents of the government’s country),
unless the Data Sheet specifies otherwise.
3.8
Consultants may express the price of their services in the currency
of any Bank member country. The consultants may not use more
than three foreign currencies. The Client may require consultants to
state the portion of their price representing local cost in the national
currency if so indicated in the Data Sheet.
3.9
Commissions and gratuities, if any, paid or to be paid by consultants
Page 8 of 64
Section 2: Information to Consultants
9
and related to the assignment will be listed in the Financial Proposal
submission form (Section 4A).
4. Submission,
Receipt, and
Opening of
Proposals
3.10
The Data Sheet indicates how long the proposals must remain valid
after the submission date. During this period, the consultant is
expected to keep available the professional staff proposed for the
assignment. The Client will make its best effort to complete
negotiations within this period. If the Client wishes to extend the
validity period of the proposals, the consultants who do not agree
have the right not to extend the validity of their proposals.
4.1
The original proposal (Technical Proposal and, if required, Financial
Proposal; see para. 1.2) shall be prepared in indelible ink. It shall
contain no interlineation or overwriting, except as necessary to
correct errors made by the firm itself. Any such corrections must be
initialed by the persons or person who sign(s) the proposals.
4.2
An authorized representative of the firm initials all pages of the
proposal. The representative’s authorization is confirmed by a
written power of attorney accompanying the proposal.
4.3
For each proposal, the consultants shall prepare the number of
copies indicated in the Data Sheet. Each Technical Proposal and
Financial Proposal shall be marked “ORIGINAL” or “COPY” as
appropriate. If there are any discrepancies between the original and
the copies of the proposal, the original governs.
4.4
The original and all copies of the Technical Proposal shall be placed
in a sealed envelope clearly marked “Technical Proposal,” and the
original and all copies of the Financial Proposal in a sealed envelope
clearly marked “FINANCIAL PROPOSAL” and warning: “DO NOT
OPEN WITH THE TECHNICAL PROPOSAL.” Both envelopes shall be
placed into an outer envelope and sealed. This outer envelope shall
bear the submission address and other information indicated in the
Data Sheet and be clearly marked, “DO NOT OPEN, EXCEPT IN
PRESENCE OF THE EVALUATION COMMITTEE.”
4.5
The completed Technical and Financial Proposals must be delivered
at the submission address on or before the time and date stated in the
Data Sheet. Any proposal received after the closing time for
submission of proposals shall be returned unopened.
4.6
After the deadline for submission of proposals, the Technical
Proposal shall be opened immediately by the evaluation committee.
The Financial Proposal shall remain sealed and deposited with a
respectable public auditor or independent authority until all
submitted proposals are opened publicly.
5.1
From the time the bids are opened to the time the contract is
awarded, if any consultant wishes to contact the Client on any
matter related to its proposal, it should do so in writing at the
address indicated in the Data Sheet. Any effort by the firm to
influence the Client in the Client’s proposal evaluation, proposal
comparison or contract award decisions may result in the rejection
5. Proposal
Evaluation
General
Page 9 of 64
Section 2: Information to Consultants
10
of the consultant’s proposal.
Evaluation of
Technical
Proposals
Public
Opening and
Evaluation of
Financial
Proposals:
Ranking
(QCBS,
Fixed-Budget,
and LeastCost Selection
Methods
Only)
5.2
Evaluators of Technical Proposals shall have no access to the
Financial Proposals until the technical evaluation, including any
Bank reviews and issuance of a "no objection" letter, is concluded.
5.3
The evaluation committee, appointed by the Client as a whole, and
each of its members individually, evaluates the proposals on the
basis of their responsiveness to the Terms of Reference, applying
the evaluation criteria, subcriteria (typically not more than three per
criteria), and point system specified in the Data Sheet. Each
responsive proposal will be given a technical score (St). A proposal
shall be rejected at this stage if it does not respond to important
aspects of the Terms of Reference or if it fails to achieve the
minimum technical score indicated in the Data Sheet.
5.4
In the case of Quality-Based Selection, Selection Based on
Consultant’s Qualifications, and Single-Source Selection, the
highest ranked firm or firm selected on a single-source basis is
invited to negotiate its proposal and the contract on the basis of the
Technical Proposal and the Financial Proposal submitted in
accordance with the instructions given in para. 1.2 and the Data
Sheet.
5.5
After the evaluation of quality is completed, the Client shall notify
those consultants whose proposals did not meet the minimum
qualifying mark or were considered nonresponsive to the RFP and
Terms of Reference, indicating that their Financial Proposals will be
returned unopened after completing the selection process. The
Client shall simultaneously notify the consultants that have secured
the minimum qualifying mark, indicating the date and time set for
opening the Financial Proposals. The opening date shall not be
sooner than two weeks after the notification date. The notification
may be sent by registered letter, cable, telex, facsimile, or electronic
mail.
5.6
The Financial Proposals shall be opened publicly in the presence of
the consultants’ representatives who choose to attend. The name of
the consultant, the quality scores, and the proposed prices shall be
read aloud and recorded when the Financial Proposals are opened.
The Client shall prepare minutes of the public opening.
5.7
The evaluation committee will determine whether the Financial
Proposals are complete (i.e., whether they have costed all items of
the corresponding Technical Proposals; if not, the Client will cost
them and add their cost to the initial price), correct any
computational errors, and convert prices in various currencies to the
single currency specified in the Data Sheet. The official selling
rates used, provided by the source indicated in the Data Sheet, will
be those in effect on the date indicated in the Data Sheet. The
evaluation shall exclude those taxes, duties, fees, levies, and other
charges imposed under the applicable law; and to be applied to
foreign and non-permanent resident consultants (and to be paid
under the contract, unless the consultant is exempted), and estimated
as per para. 3.7.
5.8
In case of QCBS, the lowest Financial Proposal (Fm) will be given a
Page 10 of 64
Section 2: Information to Consultants
11
financial score (Sf) of 100 points. The financial scores (Sf) of the
other Financial Proposals will be computed as indicated in the Data
Sheet. Proposals will be ranked according to their combined
technical (St) and financial (Sf) scores using the weights (T = the
weight given to the Technical Proposal; P = the weight given to the
Financial
Proposal;
T + P = 1) indicated in the Data Sheet: S  St  T %  Sf  P % .
The firm achieving the highest combined technical and financial
score will be invited for negotiations.
6. Negotiations
5.9.
In the case of Fixed-Budget Selection, the Client will select the firm
that submitted the highest ranked Technical Proposal within the
budget (“evaluated” price). Proposals that exceed the indicated
budget will be rejected. In the case of the Least-Cost Selection, the
Client will select the lowest proposal (“evaluated” price) among
those that passed the minimum technical score. In both cases the
selected firm is invited for negotiations.
6.1
Negotiations will be held at the address indicated in the Data Sheet.
The aim is to reach agreement on all points and sign a contract.
6.2
Negotiations will include a discussion of the Technical Proposal, the
proposed methodology (work plan), staffing and any suggestions
made by the firm to improve the Terms of Reference. The Client
and firm will then work out final Terms of Reference, staffing, and
bar charts indicating activities, staff, periods in the field and in the
home office, staff-months, logistics, and reporting. The agreed
work plan and final Terms of Reference will then be incorporated in
the “Description of Services” and form part of the contract. Special
attention will be paid to getting the most the firm can offer within
the available budget and to clearly defining the inputs required from
the Client to ensure satisfactory implementation of the assignment.
6.3
The financial negotiations will include a clarification (if any) of the
firm’s tax liability in the Client’s country, and the manner in which
it will be reflected in the contract; and will reflect the agreed
technical modifications in the cost of the services. Unless there are
exceptional reasons, the financial negotiations will involve neither
the remuneration rates for staff (no breakdown of fees) nor other
proposed unit rates in the cases of QCBS, Fixed-Budget Selection,
and the Least-Cost Selection methods. For other methods, the firm
will provide consultants with the information on remuneration rates
described in the Appendix to this information.
6.4
Having selected the firm on the basis of, among other things, an
evaluation of proposed key professional staff, the Client expects to
negotiate a contract on the basis of the experts named in the
proposal. Before contract negotiations, the Client will require
assurances that the experts will be actually available. The Client
will not consider substitutions during contract negotiations unless
both parties agree that undue delay in the selection process makes
such substitution unavoidable or that such changes are critical to
meet the objectives of the assignment. If this is not the case and if it
is established that key staff were offered in the proposal without
confirming their availability, the firm may be disqualified.
Page 11 of 64
Section 2: Information to Consultants
7. Award of
Contract
8. Confidentiality
12
6.5
The negotiations will conclude with a review of the draft form of the
contract. To complete negotiations the Client and the firm will
initial the agreed contract. If negotiations fail, the Client will invite
the firm whose proposal received the second highest score to
negotiate a Contract.
7.1
The contract will be awarded following negotiations. After
negotiations are completed, the Client will promptly notify other
consultants on the shortlist that they were unsuccessful and return
the unopened Financial Proposals of those consultants who did not
pass the technical evaluation (para. 5.3).
7.2
The firm is expected to commence the assignment on the date and at
the location specified in the Data Sheet.
8.1
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 winning firm has
been notified that it has been awarded the contract.
Page 12 of 64
Section 2: Information to consultants
Information to Consultants
DATA SHEET
Clause
Reference
1.1
The name of the Client is:
The Ministry of Public Works and Housing, Amman, Jordan
The method of selection is: Quality–and Cost–Based Selection
The Edition of the Guidelines is
January 1997, revised September 1997and January 1999
1.2
Technical and Financial Proposals are requested: Yes √
A Technical Proposal only is requested:
Yes ___
No ___
No √
The name, objectives, and description of the assignment are:
Providing Consultancy Services to the supervision of construction of
Contract 1 of Amman Ring Road
1.3
The assignment is phased: Yes _______ No √
1.4
A pre-proposal conference will be held: Yes ___ No √
The name, address, and telephone numbers of the Client’s official are:
Mr. Sami Halasah
Assistant Secretary General and ADC Project Manager
Ministry of Public Works and Housing
P.O. Box 1220 Amman 11118 Jordan
Tel. 00 962 6 5859895
E-mail” sami@mpwh.gov.jo
Website: www.mpwh.gov.jo
1.5
The Client will provide the following inputs:
The “Terms Of Reference” document
1.7.2
The Client envisages the need for continuity for downstream work:
Yes ___ No √
1.11
The clauses on fraud and corruption in the Contract are: 3.2
Page 13 of 64
Section 2: Information to Consultants
2.1
14
Clarifications may be requested 14 days before the submission date.
The address for requesting clarifications is:
The Chairman of the Central Tenders Committee,
Director General
Government Tenders Directorate
Ministry of Public Works and Housing
8th Circle, King Abdullah Street
Amman – Jordan
Tel: 00 962 6 5858311 – 14
Fax:
00 962 6 5857583
00 962 6 5857639
E-mail: gtd@gtd.gov.jo
Website: www.gtd.gov.jo
And
Mr. Sami Halasah
Assistant Secretary General and ADC Project Manager
Ministry of Public Works and Housing
P.O. Box 1220 Amman 11118 Jordan
Tel. 00 962 6 5859895
E-mail” sami@mpwh.gov.jo
Website: www.mpwh.gov.jo
3.1
Proposals should be submitted in the following language: English
3.3
(i)
Shortlisted firm/entity may associate with other shortlisted firm:
Yes ___
No √
(ii)
The estimated number of professional staff-months required for the
assignment is: 516 man.month over a period of 36 months excluding
the Head Office Support
(iv)
The minimum required experience of proposed professional staff is:
As stated in the TOR
(vi)
Reports that are part of the assignment must be written in the
following language:
English
(vii)
Training is a specific component of this assignment:
As stated in the TOR
Additional information in the Technical Proposal includes: N/A
3.4
(viii)
3.7
Taxes: The Services are exempted from Sales Tax
3.8
Consultants to state local cost in the national currency: Yes_____ No √
3.10
Proposals must remain valid 90 days after the submission date.
4.3
Consultants must submit an original and 3 additional copies of each of:
Technical Proposal and Financial Proposal
4.4
The proposal submission address is:
The Chairman of the Central Tenders Committee,
Director General
Page 14 / 64
Section 2: Information to Consultants
15
Government Tenders Directorate
Ministry of Public Works and Housing
8th Circle, King Abdullah Street
Amman – Jordan
Tel:009626 5858311 – 14
Fax: 009626 5857583
009626 5857639
E-mail: gtd@gtd.gov.jo
Website: www.gtd.gov.jo
Information on the outer envelope include the following
(a) addressed to the Employer at the following address
Ministry of Public Works & Housing / GTD
P.O. Box 1220 Amman – Jordan
Tel: 00 962 658 58311 – 14
Fax: 00 962 658 57583
(b) bear the following identification
Consultancy Services for the Construction of
Phase 1 Contract 1 of Amman Ring Road
(c) Contract No. ------- / 2005
4.5
Proposals must be submitted no later than the following date and time:
12:00 hours on 30th January 2006
5.1
The address to send information to the Client is:
The Chairman of the Central Tenders Committee,
Director General
Government Tenders Directorate
Ministry of Public Works and Housing
8th Circle, King Abdullah Street
Amman – Jordan
Tel:009626 5858311 – 14
Fax: 009626 5857583
009626 5857639
E-mail: gtd@gtd.gov.jo
Website: www.gtd.gov.jo
And
Mr. Sami Halasah
Assistant Secretary General and ADC Project Manager
Ministry of Public Works and Housing
P.O. Box 1220 Amman 11118 Jordan
Tel. 00 962 6 5850470 Ext. 4326
E-mail” sami@mpwh.gov.jo
Website: www.mpwh.gov.jo
Page 15 / 64
Section 2: Information to Consultants
5.7
The single currency for price conversions is:
16
Jordanian Dinars
The source of official selling rates is: The Central Bank of Jordan
The date of exchange rates is: 28 days before the date of submission of the
Proposal
The formula for determining the financial scores is the following:
Sf = 100 x Fm/F, in which Sf is the financial score, Fm is the lowest price
and F the price of the proposal under consideration
5.8
P=
The weights given to the technical and Financial Proposals are:
T= 0.70 and
P= 0.30
0.0
Page 16 / 64
Section 2: Information to Consultants
6.1
The address for negotiations is:
The Chairman of the Central Tenders Committee,
Director General
Government Tenders Directorate
Ministry of Public Works and Housing
8th Circle, King Abdullah Street
Amman – Jordan
Tel:
009626 5858311 – 14
Fax:
009626 5857583
009626 5857639
E-mail: gtd@gtd.gov.jo
Website: www.gtd.gov.jo
7.2
The assignment is expected to commence in march 2006
in Amman, Jordan
17
Page 17 / 64
Section 3. Technical Proposal – Standard Forms
Section 3. Technical Proposal - Standard Forms
3A.
Technical Proposal submission form.
3B.
Firm’s references.
3C.
Comments and suggestions of consultants on the Terms of Reference and on data,
services, and facilities to be provided by the Client.
3D.
Description of the methodology and work plan for performing the assignment.
3E.
Team composition and task assignments.
3F.
Format of curriculum vitae (CV) for proposed professional staff.
3G.
Time schedule for professional personnel.
3H.
Activity (work) schedule.
Page 18 of 64
Section 3. Technical Proposal – Standard Forms
19
3A. TECHNICAL PROPOSAL SUBMISSION FORM
[Location, Date]
To:
[Name and address of Client]
Ladies/Gentlemen:
We, the undersigned, offer to provide the consulting services for [Title of
consulting services] in accordance with your Request for Proposal dated [Date] and our
Proposal. We are hereby submitting our Proposal, which includes this Technical
Proposal, and a Financial Proposal sealed under a separate envelope.
If negotiations are held during the period of validity of the Proposal, i.e., before
[Date] we undertake to negotiate on the basis of the proposed staff. Our Proposal is
binding upon us and subject to the modifications resulting from Contract negotiations.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
Page 19 / 64
Section 3. Technical Proposal – Standard Forms
20
3B. FIRM’S REFERENCES
Relevant Services Carried Out in the Last Ten Years
That Best Illustrate Qualifications
Using the format below, provide information on each assignment for which your
firm/entity, either individually as a corporate entity or as one of the major companies
within an association, was legally contracted.
Assignment Name:
Country:
Location within Country:
Professional Staff Provided by Your
Firm/Entity(profiles):
Name of Client:
No of Staff:
Address:
No of Staff-Months; Duration of
Assignment:
Start Date (Month/Year):
Completion Date (Month/Year): Approx. Value of Services (in Current
US$):
Name of Associated Consultants, If Any:
No of Months of Professional Staff
Provided by Associated Consultants:
Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions Performed:
Narrative Description of Project:
Description of Actual Services Provided by Your Staff:
Firm’s Name:
Page 20 / 64
Section 3. Technical Proposal – Standard Forms
21
3C. COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF
REFERENCE AND ON DATA, SERVICES, AND FACILITIES TO BE PROVIDED BY
THE CLIENT
On the Terms of Reference:
1.
2.
3.
4.
5.
On the data, services, and facilities to be provided by the Client:
1.
2.
3.
4.
5.
Page 21 / 64
Section 3. Technical Proposal – Standard Forms
22
3D. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR
PERFORMING THE ASSIGNMENT
Page 22 / 64
Section 3. Technical Proposal – Standard Forms
3E. TEAM COMPOSITION AND TASK ASSIGNMENTS
1. Technical/Managerial Staff
Name
Position
Task
Position
Task
2. Support Staff
Name
Page 23 of 64
Section 3. Technical Proposal – Standard Forms
3F. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL
STAFF
Proposed Position:
Name of Firm:
Name of Staff:
Profession:
Date of Birth:
Years with Firm/Entity:
Nationality:
Membership in Professional Societies:
Detailed Tasks Assigned:
Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on assignment. Describe
degree of responsibility held by staff member on relevant previous assignments and give dates and
locations. Use about half a page.]
Education:
[Summarize college/university and other specialized education of staff member, giving names of schools,
dates attended, and degrees obtained. Use about one quarter of a page.]
Page 24 of 64
Section 3. Technical Proposal – Standard Forms
25
Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held by staff
member since graduation, giving dates, names of employing organizations, titles of positions held, and
locations of assignments. For experience in last ten years, also give types of activities performed and client
references, where appropriate. Use about two pages.]
Languages:
[For each language indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data
correctly describe me, my qualifications, and my experience.
Date:
[Signature of staff member and authorized representative of the firm]
Day/Month/Year
Full name of staff member:______________________________________
Full name of authorized representative: ___________________________
Page 25 / 64
Section 3. Technical Proposal – Standard Forms
3G. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL
Name
Position
Reports Due/Activities
1
2
3
4
5
Months (in the Form of a Bar Chart)
6 7 8 9 10 11 12
Number of Months
Subtotal (1)
Subtotal (2)
Subtotal (3)
Subtotal (4)
Full-time:
Reports Due:
Activities Duration:
Part-time:
Signature:
(Authorized representative)
Full Name:
Title:
Address:
Page 26 of 64
Section 3. Technical Proposal – Standard Forms
3H. ACTIVITY (WORK) SCHEDULE
A. Field Investigation and Study Items
[1st, 2nd, etc. are months from the start of assignment.]
1st
Activity (Work)
_______________
_______________
_______________
_______________
B. Completion and Submission of Reports
Reports
Date
1.
Inception Report
2.
Interim Progress Report
(a)
First Status Report
(b)
Second Status Report
3.
Draft Report
4.
Final Report
Page 27 of 64
2nd
3rd
4th
5th
6th
7th
8th
9th
10th 11th 12th
Section 4. Financial Proposal – Standard Forms
Section 4. Financial Proposal - Standard Forms
4A.
Financial Proposal submission form.
4B.
Summary of costs.
28 / 64
Section 4: Financial Proposal – Standard Forms
4A. FINANCIAL PROPOSAL SUBMISSION FORM
[Location, Date]
To:
[Name and address of Client]
Ladies/Gentlemen:
We, the undersigned, offer to provide the consulting services for [Title of consulting
services] in accordance with your Request for Proposal dated [Date] and our Proposal (Technical
and Financial Proposals). Our attached Financial Proposal is for the sum of [Amount in words
and figures]. This amount is exclusive of the local taxes, which we have estimated at [Amount(s)
in words and figures].
Our Financial Proposal shall be binding upon us subject to the modifications resulting
from Contract negotiations, up to expiration of the validity period of the Proposal, i.e., [Date].
Commissions and gratuities, if any, paid or to be paid by us to agents relating to this
Proposal and Contract execution, if we are awarded the Contract, are listed below:
Name and Address
of Agents
___________________
___________________
___________________
Amount and
Currency
_________________
_________________
_________________
Purpose of Commission
or Gratuity
__________________
__________________
__________________
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
29 / 64
Section 4: Financial Proposal – Standard Forms
Amman development corridor Project (ADCP)
Construction Supervision Services (Road Works)
Consultants Monthly Payment
Key Personnel
No.
Duration
Months
Project Manager /
Contracts Specialist
Duration
Months
40
No. of
Staff
1
2
Materials Engineer
36
1
3
Road Engineer
36
1
4
Bridge Engineer
36
1
5
Quantity Surveyor
36
1
6
Chief Land Surveyor
36
1
7
Head Office Support
40
Team
1
Total
260
Monthly
Rates JD
Total
Amount JD
6*
* Excluding Head Office Support
Supporting Staff
No
Duration
Months
Duration
Months
No. of
Staff
1
Site Engineer /Roads
32
2
3
Site Engineer /Structures
30
2
4
Material Inspectors
30
2
6
Land Surveyors
36
2
Total
256
8
Grand Total
516
14
Monthly
Rates JD
Total
Amount JD
The Tenderers must allow in their prices for additional supporting staff namely an
Administrative Officer and Chainmen to complement the required staff and to ascertain the
efficient working and running of the site operations. No payment shall be made for the
Administrative Officer and Chainman but shall be deemed to be included in the payment for the
Key Personnel and the Supporting Staff.
30 / 64
Section 5. Terms of Reference
Construction Supervision Services (Road Works)
Terms of Reference
A.
1.
INTRODUCTION
To begin addressing the challenges of reducing freight transport costs, and improved access
to serviced land for economic investments and affordable housing, the Government is establishing a
development corridor, called Amman Development Corridor or ADC, that would take a section of
the Amman Ring Road (ARR), which was first proposed in the mid-1990s, and combine it with
elements that would promote trade and transport services in Jordan.
2.
The scope of the ADC Project consists of: (a) constructing Phase 1 of the Amman Ring Road (40.0
km), which would be divided into three sections (contracts); (b) developing access infrastructure and utility
services for inland port facilities, relocating the Amman Customs Depot, and supporting the on-going
program to restructure the trucking industry; and (c) providing technical support for urban and transport
planning, traffic engineering, and project management. The services requested under these TORs relate to (a)
only. However, to better understand the requested services and their context the full description of the ADC
project is presented below.
B.
PROJECT DESCRIPTION
3.
The Amman Development Corridor covers an area which is limited as follows (see Map enclosed as
Annex 1):
 by the Zarqa highway in the north;
 by the Desert highway in the south;
 by the Hizam road in the west; and
 by a line two km east, and parallel with, the alignment of ARR-1.
4.
The ADCP’s components are described below::

Component A: Amman Ring Road, Phase 1
 Component A1: Amman Ring Road, Phase 1, Section and Contract 1. This 18.5 km
section, which will be financed by the Arab Fund for Economic and Social
Development (AFESD), begins at the Desert Highway, at a point approximately
seven km north of Queen Alia International Airport, and extends in a northeasterly
direction to a point about one km south of the Madounah Road Intersection.1 It is
open, flat terrain with few physical constraints along the first 14 km, and the design
speed is 100 km per hour. Due to the hilly topography of the five remaining
kilometers north of the Sahab-Muwaqqar Road, the design speed is lowered to 80
km per hour. On each side of ARR-1, bi-directional service roads will be
implemented with design speeds of 60 km per hour. This section will include two
interchanges at the Desert Highway and at Sahab-Muwaqqar Road. Between these
interchanges, four intermediate connections are planned, three of which will be
implemented under the project. A fifth connection is planned north of the Sahab
Interchange but will not be executed in this Contract.
 Component A2: Amman Ring Road, Phase 1, Section and Contract 2. Continuing
from the end of Section 1 in a northerly direction, this 13.4 km section is a two-lane,
dual carriageway connecting Section 1 and the Zarqa Highway. The terrain is hilly
or mountainous, and the design speed is 80 km per hour. This section, which will be
financed by the World Bank, includes the Madounah Road Interchange and access to
1
The 40.0 km first phase of the Amman Ring Road will be a two-lane, dual carriageway, with the possibility of widening to
three lanes, and design speeds of 100 km per hour for 15 km, 80 km/h for 24 km and 60 km/h for six km. The right of way
will be 80 meters in order to accommodate service roads on either side of the main carriageway, and to prevent
encroachment.
31 / 64
Section 5: Terms of Reference
the site of the new Customs Depot and Inland Port facilities, and the Fork
Interchange with the Zarqa Eastern Bypass. Some service and access roads will also
be developed along this section.
 Component A3: Amman Ring Road, Phase 1, Section and Contract 3. This section,
which will be financed by the European Investment Bank (EIB), consists of two key
segments. The first, the Zarqa Eastern Bypass, is a 4.3 km section connecting the
ARR-1 with the Zarqa/Syrian Border Highway, where an interchange will be built.
It has severely constrained topography and a design speed of 80 km per hour. The
second segment, the Zarqa Through Link to the city of Zarqa, is the last 3.7 km of
the ARR-1 and has a design speed of 80 km per hour, except in urban areas where it
drops to 60 km per hour. It includes an interchange at the intersection with the
Zarqa/Amman Highway, and a viaduct ending at the Yajouz Road Intersection
(Section 3 of the ARR-1).
The characteristics of the Sections 1, 2 and 3 are summarized in Annex 2.

Component B: Inland Port and Trucking Industry
 Component B1: Inland Port Infrastructure. The Project would support the
development of an inland port at the Madounah Interchange by constructing access
infrastructure, primarily roads and fencing, and by extending trunk and network
infrastructure for utility services.
 Component B2: Relocation of Amman Customs Depot. This component involves
relocating the Amman Customs Depot from its present location to the Logistics
Service Center within the Inland Port.
 Component B3: Support for On-Going Reforms in the Trucking Industry and
Implementing the Inland Port. This component will provide support to the
Government’s on-going reform program to: (a) consolidate the industry by reducing
the number of operators; (b) creating competition to improve efficiency and service
quality; and (c) renewing the trucking fleet. Assistance will also be provided to select
a private sector operator to develop and operate the Inland Port.

Component C: Technical Support and Project Management
 Component C1: Promoting Development within the ADC. This component will
provide technical support for urban planning initiatives, including a master plan for
the ADC. It will also support a Technical Unit that will be in charge of promoting
and guiding development within the ADC. The main role for the Unit would be to
ensure that development is undertaken in a unified and coordinated manner.
 Component C2: Amman Metropolitan Area (AMA) Transport Planning and Traffic
Engineering. Because the project will have an impact on the AMA and its various
municipalities, transport planning and network management functions should be
strengthened. Under the project, support would be provided to improve
coordination and integration of transport, urban development and land use planning
initiatives.
 Component C3: Master Planning for Ring Road, Phases 2 and 3. Alignment of the
full Ring Road would be determined in close coordination with concerned
municipalities and planning authorities in order to reserve needed rights-of-way.

Component C4: Project Management. Resources would be provided to hire specialized
skills from a qualified outside project management firm to manage the project, including
carrying out monitoring and evaluation activities, and ensuring effective implementation of
32 / 64
Section 5: Terms of Reference
the environmental management and resettlement action plans. This technical assistance has
been awarded to the consulting firm Dar Al Handasah.
Project Financing
5.
The Project is co-financed (under parallel financing arrangements) by (a) The Arab Fund for
Economic and Social Development (AFESD) (Contract No.: 1); (b) the World Bank (Contract No.: 2); and
(c) the European Investment Bank (EIB) (Contract No.: 3).
33 / 64
Section 5: Terms of Reference
Project Implementation
6.
The ADC Project is expected to be implemented between January, 2006 and January 2009.
7.
The Ministry of Public Works and Housing (MPWH) is the sole implementing agency and would be
responsible for overall implementation of the project. For non-road related activities, MPWH will involve:
(a) the General Customs Department (GCD) of the Ministry of Finance (MoF) for the new Customs Depot
the Logistics Service Center at the Inland Port; (b) the Ministry of Transport (MoT) for the Inland Port
Business Zone, and technical support for on-going reforms in the trucking industry; and (c) the Ministry of
Municipal Affairs, the Greater Amman Municipality (GAM) and other concerned municipalities for the
Project’s urban development planning activities. The MPWH would also be responsible for implementing
environmental, resettlement and cultural resources mitigation measures adopted for the Project.
8.
Given the importance of the ADC and the need to ensure its development is both planned and
organized, an ADC Higher and Steering Committees were established with membership from concerned
ministries and municipalities, and the Office of the Prime Minister. The Committee’s chief function is to
ensure that development within the ADC is planned and undertaken in a comprehensive, unified and
coordinated manner.
9.
A Technical Unit supported by the Project will be established under the ADC Steering Committee to
work with all concerned municipalities. The Unit will carry out urban planning studies for development
within the ADC’s zone of influence, and promote and guide development within and along the ADC. All
decisions affecting land use and development will remain with concerned municipalities.
10.
The MPWH will use the services of a Project Management Team (PMT) to implement the Project
within budget, on schedule, and according to the requirements of the Financiers. The PMT is responsible for
all project components, including carrying out monitoring and evaluation activities, and ensuring effective
implementation of the environmental management and resettlement action plans. The PMT will also be
responsible for reporting on implementation progress, monitoring and evaluation activities, the procurement
process, financial management and audit requirements. The PMT will be supported by a core team of experts
in project management (including procurement and financial management).
11.
The PMT Scope of works is summarized in Annex 3.
C.
CONSTRUCTION SUPERVISION
12.
In order to ensure effective construction supervision, the Government of the Hashemite Kingdom
of Jordan through the MPWH wishes to engage three qualified firms of consulting engineers (the
Consultants) to undertake construction supervision services for the three contracts under these Terms of
Reference (TOR).
13.
The prospective firms shall submit their proposals within the period defined in the Letter of
Invitation. The successful firms shall enter into an Agreement as the ‘Engineer’ as defined in the
Construction Contract Documents.
14.
Due to the extensive project management and coordination needs associated with the
implementation of the ADC, some of the obligations and authorities of MPWH may, during the course of the
project, be delegated, transferred or administered by the Project Management Team Consultant.
C.1
Objectives of the Construction Supervision Services
15.
The objectives of these Consultancy services are for each of the three Contracts covering Sections
1,2 and 3:
(a) Hand over approved detailed drawings and instructions to the contractor;
(b) supervise the works contract to ensure that the executed works comply with the approved
design, specifications and sound engineering practice;
(c) Prepare final construction report and ensure that the submission by the Contractor a full set of
As Built drawings of all completed works; and
(d) Assist in the preparation of the overall Implementation Completion Report (ICR) for the ADC
Project as per the approved format.
34 / 64
Section 5: Terms of Reference
C.2
Organization and scope of the construction supervision services
C.2.1 Tasks Prior to the Start of Construction
16.
Task 1: Review the detailed drawings and Contract Documents for the assigned section of the
Amman Ring Road’s Phase 1, and comment on any issues, mistakes or improvements that, in the opinion of
the Consultant, need to be addresses to secure a successful completion of the project.
17.
Task 2: To the extent necessary and practical assist in contract award and any negotiations with the
successful contractor to facilitate a speedy start-up of the civil works and the supervision assignment.
C.2.2 Tasks during Construction
18.
Task 1: Supervision: In order to fulfill the above objectives the Consultant shall, inter alia: At all
times take necessary measures through the monitoring of progress of work in close consultation with the
Contractor, and provide decisions reached and appropriate advice to MPWH to enable the construction
contract to be completed in a timely and cost effective manner, in conformity with the contract conditions
and specifications. The Consultant shall monitor the environmental impact mitigative measures during the
implementation in consultation with the PMT Consultant.
1) During the construction period, the Consultant shall:
i. Satisfy himself as thoroughly as possible to the nature and scope of the works, of all
information available and of documents and materials to be used by the contractor in
executing the works, so as to enable him to perform his duties satisfactorily, study and inspect
all documents associated with the projects, foresee possible problems and advise the Ministry
of Public Works and Housing appropriately during the construction and the defects liability
period.
ii. Supervise fully the construction of the works with due diligence and efficiency and in
accordance with sound technical, administrative, financial and economic practice. He will make
his reasonable endeavors in performing his duties to ensure that only the best construction
practices are followed by the Contractor and that the final product is in all respects equal to, or
better than that specified, at the most economic costs and is carried out in full compliance with
the governing specifications.
iii. Assist the Contractor in reaching agreements with the competent authorities and request the
assistance of the MPWH in effecting the removal/relocation (where necessary) of utilities
within the right of way.
iv. Identify and locate all beacons and benchmarks to enable the Contractor to set out and
construct the works.
v. Inspect, test or have tested by competent entities and approve all materials to be incorporated
into the works to ensure compliance with technical specification requirements.
vi. Keep updated all records including reports, survey data, inspection records, records of
meetings, works diaries, correspondence, progress records, instructions given to the
Contractor(s), test records, measurement and quantity calculations, payment records and all
other relevant documents pertaining to the works operations and supervision contract.
vii. Prepare consolidated monthly reports on physical and financial status, site meetings and
contractual matters with particular reference to variation orders and contractors claims if any.
The monthly reports shall deal specifically with monitoring and follow-up of agreed
environmental mitigation measures and with the contractor’s adherence to safety, health
standards and anti-corruption measures as applicable under contract. Each monthly report
should include recommendations if any, for action by the PMT Consultant and MPWH.
viii. Monitor the progress of the Contract against the Contractor’s Programme of Work, indicating
both past performance and forecasts for completion including time involved in each case.
ix. Measure quantities of works satisfactorily carried out and certify monthly and final payment
certificates for consideration by PMT Consultant and MPWH. The monthly invoice
certificates for the works executed should clearly indicate the foreign exchange costs, the local
costs and taxes and duties. Monthly certificates to be submitted to the PMT Consultant for
payment purposes shall include the total cost of the works executed in foreign exchange and
local costs (net of taxes and duties).
35 / 64
Section 5: Terms of Reference
x. Record, examine and evaluate all claims submitted by the Contractor and submit timely
recommendations thereof for consideration by the PMT Consultant and MPWH.
xi. Prepare and submit to the PMT Consultant and MPWH the final cost for the measured
completed works.
xii. Ensure that the submission of the As-Built Drawings is made at a time that will be compatible
with the issuance of the Substantial Completion Certificate. Review and approve As-Built
Drawings and prepare a final construction report.
xiii. Negotiate with the contractor the price of additional works in the contract subject to the
approval of the PMT Consultant and MPWH.
xiv. The Consultant may, with prior consultation with the PMT Consultant effect changes in
design or specification where required, which will improve the quality of the works. Such
changes shall not increase the contract time nor shall the increase in contract price resulting
from such changes exceed a percentage to be agreed with the MPWH.
xv. Where applicable, the Consultant shall continuously review conditions of the existing road
during construction, to ensure that final design as implemented makes maximum use of the
existing pavement construction as required and shown on the Contract Drawings, with less
than full rehabilitation with the appropriate quality standards.
xvi. The Consultant shall prepare a Supervision Manual which will lay out procedures to be
followed during the execution of the works. The Manual will also serve as a basis for on-thejob training of MPWH staff and any visiting students during the implementation of the works
contract. The PMT will further refine these manuals and make use of them in the subsequent
phases of the ARR project.
xvii. Maintain a site diary on a daily basis with the contents and format to be agreed with PMT.
2) The Consultant shall monitor the environmental mitigation measures during the implementation
in consultation with the environmental unit of the client and the PMT Consultant in accordance
with the approved project Environmental Management Plan (EMP) (see Annex 4). Performance
in respect of environmental mitigation measures will be assessed in a Mid Term Review to be
carried out by the Government of Jordan, along with other aspects of implementation of the
ADC including adherence to safety and health, and standards and procedures designed to
safeguard the integrity of the project.
3) The Consultants Staff shall:
(i) be available to move to the works sites with the commencement of the works contract; and
(ii) afford MPWH, PMT Consultant and the Financiers the opportunity to inspect the works
and related documentation.
4) Defects Liability Period. The Consultant shall supervise the maintenance of the works
(including the administrative aspects of the works) during the defects liability period. For
purposes of carrying out the maintenance services the Consultant shall assign his personnel to
carry out inspection of the works and send a team of his personnel on the final inspection,
preparation and issuing of final certificate. During this period the Consultant shall be expected to
draw the attention of the Contractor to any defects as soon as such defects are noticed and shall
supervise the subsequent remedial works by the contractor.
19.
Task 2: Training Of Counterpart Staff. The Consultant shall organize and undertake theoretical
and on- the-job training for qualified counterpart engineers. The engineers will be seconded to the Consultant
by the Ministry of Public Works and Housing during execution of the works contract. The training will
include apart from others, all aspects of supervision of bridges and road works contracts, contract works
scheduling, quality control of completed works, setting out and measurement, including preparation of asbuilt drawings and monthly and final reporting.
D.
DURATION OF THE SERVICES
20.
The engagement shall be deemed to have started on execution of the Agreement for Construction
Supervision and shall terminate on the completion of the Project over a period of 40 Months and any other
36 / 64
Section 5: Terms of Reference
additional period that may be requested by MPWH and would be subject to negotiation and approval by the
MPWH upon the issuance of the Taking Over Certificate for the Works. In addition to the final inspection
of the works and the Consultant fulfillment of all his obligations, whatever comes later.
E.
DATA, SERVICES AND FACILITIES TO BE PROVIDED BY CLIENT
21.
MPWH will give all possible assistance and information as may be reasonably requested by the
Consultant to carry out his obligations.
22.
In addition, the Consultant shall through the construction contract or directly by MPWH be
provided at the site of the works with:
(a) Fully furnished and equipped office space on the site for the members of the supervision team,
including maintenance, water, electricity, telecommunication services, office equipment including
computers, printers, plotters, scanners, fax, internet access, and office supplies and consumables.
(b) Local transport for the supervision team, including cost of maintenance, operation and drivers.
(c) Fully furnished and equipped offices and laboratory, together with surveying equipment and
accessories, including maintenance and operation.
23.
MPWH will assist the Consultant to:
(a) Obtain formal consent from outside authorities or persons having rights or powers in
connection with the works or the site thereof.
(b) Obtain ministerial orders, sanctions, licenses and permits in connection with the works.
(c) Register any non-national senior staff with the Engineers Registration Board (or similar).
F.
REPORTING REQUIREMENTS
24.
The Consultant shall prepare and submit the reports described in this section. All reports shall be
produced in English with executive summaries in both English and Arabic. In addition, electronic version of
each report compatible with MS Office, Adobe Acrobat or equivalent, will be submitted.
F.1
Inception Report
25.
The Consultant shall submit the Inception Report within eight weeks of commencement of services.
This report shall include results of the review of the contractor's work program, any modifications thereto,
status of the contractor's mobilization and any matter requiring the Employer's attention and action. This
report shall be submitted in 10 copies and shall reach the PMT no later than one month after commencement
of the works contract.
F.2
Monthly Reports
26.
The Consultant shall prepare progress reports every month for the duration of the contract. These
are to be submitted in 10 copies and should reach PMT Consultant not later than 15 days after the end of the
month being reported on. One (1) copy of the monthly progress reports will be sent direct to the financiers
(WB, EIB and AFESD) and one (1) copy to the Ministry of Planning and International Cooperation. The
Consultant shall also assist PMT Consultant in the preparation of quarterly reports for the whole of the ADC
project, following the format instructed by PMT Consultant and as approved by MPWH.
27.
The format and the context of the monthly progress reports shall be as agreed with MPWH. They
will include but not limited to the following:
(a) useful information regarding the implementation of the contract allowing a technical and
financial follow up of the project;
(b) recording of any agreed changes on the original envisaged technical solutions;
(c) major changes of quantities compared to contractual Bill of Quantities;
(d) suggestions for resolution of any technical and other problems (a separate section will be given
to cover issues, problems and solutions) which occur and those affecting the progress of the
work such as variation orders and claims to the contractor;
(e) financial status of both the construction and the supervision of the civil works;
(f) progress charts including percentages of completion of individual main work items and overall
project/contract. The current / anticipated delay should also be reported.
37 / 64
Section 5: Terms of Reference
(g) weather information and charts; and
(h) construction and supervision data.
F.3
Quarterly Reports
28.
No quarterly reports foreseen, except assistance to PMT for the completion of the ADC quarterly
reports.
F.4
Specific Reports
29.
Assistance to PMT Consultant for the completion of the ADC mid-term review report would be
necessary. These will follow the format of the TOR for the Project PMT Consultant and further instructions
on this specific support will be distributed in due course and well before the draft report is due.
F.5
Final Reports
30.
The draft final report in ten (10) copies to PMT Consultant/MPWH, one (1) copy to each of the
financiers and one (1) copy to the MoPIC shall be submitted not later than two months after the substantial
completion of construction works. The report should enable PMT Consultant and MPWH to know the type,
quality and quantity of materials used and all information which together with the as built drawings (original
and 6 copies) and specifications will help MPWH in the maintenance of the road.
31.
The report shall also include a summary of the principal difficulties encountered during construction
and the means employed to overcome them, changes (if any) made in the original designs, modifications to
specifications and conditions of contract, all variation orders, assessment of claims by the contractor,
utilization of provisional and price variation and physical contingency sums, cumulative monthly payments to
the Contractor, by date and number of payment certificate and break down into foreign and local currencies
and including a similar payment schedule for supervision services. The details of the overall project costs
(construction and supervision) with justification for any significant differences with the original shall be given
in the final report. All necessary approvals by PMT Consultant and MPWH shall be attached.
32.
Upon issuance of the defects liability and the final payment certificates, the Consultant shall prepare
within 30 days the Project Final Report in ten (10) copies to PMT Consultant/MPWH and two (2) copies to
each of the financiers and MoPIC. The report shall include a separate section on proposed future
maintenance activities and related arrangements for the road section supervised.
G.
CONSULTANT’S STAFF
33.
In order to execute his obligations the Consultant shall provide fulltime staff and his head office
assistance as described hereunder. The staff to be provided requires prior approval of the PMT Consultant
and MPWH.
34.
Te Consultant shall provide a Project Manager / Contract Specialist with a minimum of Twenty
(20) years experience of Civil Engineering out of which at least ten (10) years as a Project Manager. He must
have experience in supervision of bridge and road projects, planning, design, construction and management.
He shall have full responsibility for all technical and administrative aspects required for the project duration.
35.
In order to properly undertake the supervision of the works, the Consultant shall be expected to field
qualified key staff with fluency in English headed by the Project Manager / Contract Manager. The
supervision team shall include but not be limited to the following:
(a) Materials Engineer, with at least fifteen (15) years experience in Civil Engineering works out of
which at least eight (8) years as Soils/Materials Engineer in road works involving material
evaluation, mix design and placement of asphalt concrete and stabilized pavement materials. He
shall be a Registered Engineer with Engineer’s Registration Board or equivalent membership.
His duties apart from others, shall include: scrutinize documents for imported materials or
manufactured items to ensure compliance with specifications, test and record results on standard
forms showing exact location of the materials in the works and their origin, certification of all
materials to be used in the works in terms of quality and quantity. He shall also be in charge of
all materials to be incorporated into the works including asphalt concrete, structural concrete and
all related additives, admixtures, steel reinforcement, waterproofing materials and other related
accessories as well as utilization of material sites and waste deposit sites. He shall as well carry
out tests on completed works in order to check compliance with specification requirements of
38 / 64
Section 5: Terms of Reference
the works operations after the materials have been placed in the field. Preference will be given
to those candidates meeting the above conditions but in addition, have worked for at least three
(3) years in countries with similar conditions, in similar projects and in the same capacity.
Knowledge of Arabic would be an advantage.
(b) Road Engineer must have experience of at least fifteen (15) years in the planning and design
and supervision of road works. He also must have experience in environmental monitoring of
road works. He shall be a Registered Engineer with Engineer’s Registration Board or equivalent
membership. His duties shall include land surveying, measurement of quantities and
management of site operations. Experience of working of at least five years in countries with
similar conditions to Jordan and good knowledge of the Arabic language will be an added
advantage.
(c) Bridge Engineer must have experience of at least 10 years in the design and supervision of prestressed bridge structure. He shall be registered with the Engineers Registration Board or
equivalent membership. He shall be in charge of all structural operations to be incorporated into
the Works.
(d) Quantity Surveyor must have experience of at least (10) years in his field. He shall be in charge
of the quantification of all measurement received from the other Site Staff and to determine the
accuracy of those quantities that will be submitted by the Contractor for payment purposes
during the course of the Contract implementation. He shall be fully involved in the preparation
with the Contractor in the submission of the contractor’s monthly payment. He has to ensure
that the contractor’s submission in both Arabic and English versions is approved by the Project
Manager for forwarding to the PMT Consultant at a time that would be compatible with that
required by the Contract. Knowledge of Arabic is essential
(e) Chief Land Surveyor; must have experience of at least ten (10) years in his field. He shall lead
and manage a team of surveyors to ascertain the accuracy of the surveying work and in a timely
manner. He shall also report his finding on a daily basis to other members of the staff and
specify clearly and in a tabulated form the compliance of all the results obtained with the
specifications or otherwise.
(f) Site Engineer / Roads, with at least three (3) years experience in Civil Engineering works
associated with road projects and in the same capacity. His duties shall include the full
involvement in the daily supervision of site activities and progress of the work. He shall also be
required to follow up on engineering related matters, coordinate the road work activities with
other activities such as surveying work, materials inspection and the quantification of the
executed work. He shall maintain a comprehensive site diary and must report his daily findings to
the Road Engineer. Knowledge of Arabic is essential.
(g) Site Engineer / Structures, ditto and ditto but on structure projects and report his daily
findings to the Structure Engineer.
(h) Material Inspector, must have at least five (10) years experience in the
sampling and
laboratory testing of materials in countries with similar
conditions, out of which at least
five (5) years as Soil / Materials Inspector in road works and in the same capacity. His duties
shall be in the testing of all materials incorporated into the permanent work to ensure
compliance with the contract specification. Results obtained must be recorded on standard
forms showing the exact location of the materials in the work and their origin. Knowledge of
Arabic is essential
(j) Land Surveyor, with at least five (10) years experience on road projects and in the same capacity.
His duties shall include the carrying out of surveying work on items being set out to ascertain
their accuracy in a timely manner, assist the quantity surveyors whenever called upon and report
all findings in a tabulated form to the Chief Land Surveyor indicating compliance with the
specification or otherwise. Knowledge of Arabic is essential.
39 / 64
Section 5: Terms of Reference
36.
In addition to the expert personnel and the supporting staff designated above the Consultant shall
determine the other staff requirements for the assignment (engineers, surveyors, support staff, etc…) to assist
with on-site supervision of the works. The proposed overall staffing proposed will be a factor in the
technical evaluation of the Consultant’s proposal.
37.
In the proposal the Consultant must provide Curriculum Vitae and certified copies of highest
education certificates for all professional and technical staff including the duration in man-months during
which the staff will be deployed under the contract. The CV shall be signed and presented in the standard
format.
H.
PAYMENT TERMS
38.
The Consultant shall quote the cost of his expatriate/local staff, technical, equipment and other costs
as he deems to be required. He shall summarize his monthly and total costs
39.
Remuneration. The Consultant shall quote his remuneration and costs for the performance of his
duties described above in accordance with the following:
(a)
Monthly costs, for supervision personnel;
(b)
Head Office Support (Monthly Payment)
(c)
Cost of producing and printing reports as described above including secretarial expenses will
not be paid but it is deemed to be included in the Head Office Support item;
40.
Payment certificates will be subjected to 5% retention to a maximum of 5% of the contract sum
which will be released after the Consultant has furnished the final report, i.e. 30 days from the issuance of the
Defect Liability Period Certificate as specified above.
41.
No other payments will be made to the Consultant under this contract.
42.
General Obligation. The Consultant’s remuneration shall be deemed to cover his liabilities, travel
costs and support of his head office staff and all his obligations other than additional services not covered by
these Terms of Reference.
I.
LEAVE
43.
The Consultant’s staff engaged in the supervision of the construction works will be entitled to 30
days leave per calendar year. In connection with leave, the consultant shall be responsible for any cost
associated with the travel of his staff. In this regard the Consultant shall immediately arrange for replacement
of the staff member who is away on leave by a person of comparable competence. The cost of such
replacement shall be borne by the Consultant.
Attachments:
Annex 1:
MAP
Annex 2:
Characteristics of Sections 1, 2 and 3
Annex 3:
Scope of Work for the PMT Consulting Team
Annex 4:
Environmental Management Plan
Annex 5:
Consultant's Monthly Payment
40 / 64
Section 5: Terms of Reference
Annex 1
30,357 ha.
41 / 64
Section 5: Terms of Reference
Annex 2:
Characteristics of Sections 1, 2 and 3 of Phase 1 of the Amman Ring Road
Phase 1 of the Amman Ring Road (ARR-1) is divided into three sections, each representing a subcomponent of Component A of the Amman Development Corridor Project. Each sub-component
includes both construction and related supervision services as follows:
 Component A1: Amman Ring Road, Phase 1, Section 1. This 18.5 km section, which will be
financed by the Arab Fund for Economic and Social Development (AFESD), begins at the
Desert Highway, at a point approximately seven km north of Queen Alia International Airport,
and extends in a northeasterly direction to a point about one km south of the Madounah Road
Intersection.2 It is open, flat terrain with few physical constraints along the first 14 km, and the
design speed is 100 km per hour. Due to the hilly topography of the five remaining kilometers
north of the Sahab-Muwaqqar Road, the design speed is lowered to 80 km per hour. On each
side of ARR-1, bi-directional service roads will be implemented with design speeds of 60 km
per hour. This section will include two interchanges at the Desert Highway and at SahabMuwaqqar Road. Between these interchanges, four intermediate connections are planned, three
of which will be implemented under the project. A fifth connection is planned north of the
Sahab Interchange.
 Component A2: Amman Ring Road, Phase 1, Section 2. Continuing from the end of Section 1
in a northerly direction, this 13.4 km section is a two-lane, dual carriageway connecting Section
1 and Zarqa Highway. The terrain is hilly or mountainous, and the design speed is 80 km per
hour. This section, which will be financed by the Bank, includes the Madounah Road
Interchange and access to the site of the new Customs Depot and Inland Port facilities, and the
Fork Interchange with the Zarqa Eastern Bypass. Some service and access roads will also be
developed along this section.

Component A3: Amman Ring Road, Phase 1, Section 3. This section, which will be financed by the
European Investment Bank (EIB), consists of two key segments. The first, the Zarqa Eastern Bypass, is
a 4.3 km section connecting the ARR-1 with the Zarqa/Syrian Border Highway, where an interchange
will be built. It has severely constrained topography and a design speed of 80 km per hour. The second
segment, the Zarqa Through Link to the city of Zarqa, is the last 3.7 km of the ARR-1 and has a design
speed of 80 km per hour, except in urban areas where it drops to 60 km per hour. It includes an
interchange at the intersection with the Zarqa/Amman Highway, and a viaduct ending at the Yajouz
Road Intersection (Section 3 of the ARR-1).
Contract Packaging
The contract packaging is the following:
Component A (phase 1 of Amman Ring Road) is divided into 3 international competitive bidding (ICB)
works contracts and 3 supervision services contracts:
-
2
Contract A1: all works related to component A1, i.e. all works in the South of KP 18.5, for both the Ring
Road and the service roads;
Contract AS1: all supervision services related to section 1;
Contract A2: all works related to component A2, i.e. all works between KP 18.5 and KP 31.9 including
the service roads between Madounah Road and PK 18.5;
The 40.0 km first phase of the Amman Ring Road will be a two-lane, dual carriageway, with the possibility of
widening to three lanes, and design speeds of 100 km per hour for 15 km, 80 km/h for 24 km and 60 km/h for
six km. The right of way will be 80 meters in order to accommodate service roads on either side of the main
carriageway, and to prevent encroachment.
42 / 64
Section 5: Terms of Reference
-
Contract AS2: all supervision services related to section 2; these supervision sercices will also include the
supervision of works related to sub-components B1, B2 and C1;
Contract A3: all works related to section 3, i.e. all works in the North of KP 31.9, including the Ring
Road (Zarqa Through Link) and the Zarqa Eastern Bypass;
Contract AS3: all supervision services related to section 3;
The main works to be included in each contract are described as follows:
Contracts A1 and AS1
The works to be implemented and supervised include:
-
18.5 km of expressway,
Desert Highway Interchange with 4 directional ramps, two lane wide, totaling 5.57 km,
Sahab-Muwaqqar Interchange, clover leaf shape, with 8 ramps and 2 collectors distributors, one lane
wide, totaling 11 km lengths of ramps, loops, collector distributors and road widening.
- Restoration of two crossing roads, 10 m wide, about 300 m long each,
- Overpass 1 between ramp B and Desert Highway, 13 m wide, 181.95 m long, box girder, longest
span:48.5 m
- Overpass 2 between ramp C and ramp B, 13 m wide, 90.68 m long, box girder, longest span: 36 m
- Overpass 3 between ramp C and Desert Highway, 13 m wide, 217.6 m long, box girder, longest span:52
m
- Overpass 4 between Ring Road and Sahab-Muwaqqar Highway, 2 x 14.70 m wide + 1 x 27.10 m wide, 66
m long, voided slab, longest span: 34 m
- Overpass 6 between a crossing road and the Ring Road, 10 m wide, 76 m long, box girder, voided slab
longest span: 38 m
- Overpass 7 between a crossing road and the Ring Road, 10 m wide, 76 m long, voided slab, longest span:
38 m
- Underpass 1 near the railway U/P, 10 m wide,35 m long (profile and structural details for the underpass
to be provided by the Contractor)
- Underpass 2 between the Ring Road and the railway, 12.85 m wide, 34.15 m long
- Underpass 3 between the Ring Road and a crossing road, 10.85 m wide, 35.76 m long
- Various culverts including mainly:
- A very wide 6 culverts (3 m x 2 m) and long one under the 4 ramps of the Desert Highway Interchange,
- 4 culverts, 2.5 x 1.5 m height,
- 11 culverts, 3 x 1.5 m height, two of them being skew,
- 2 culverts, 2.5 m x 1.50 height,
- 12 culverts, 2.0 x 1.0 m height,
- About 40 km of service roads, two lane wide,
- 3 connections between the service roads and the Ring Road,
- Lighting of the Desert Highway Interchange, Sahab-Muwaqqar Interchange and the 3 connections
interchanges between the service roads and the Ring Road,
- Installation of conduits along the ring road for future lighting and emergency telephone.
Main Quantities are the following:
-
Earthworks and stoneworks:
Excavation: 1,687,000 cubic meters of cuts, plus 31,940 cubic meters of structures
Embankment: 2,620,000 cubic meters (huge borrow pits are needed and their location is not yet
determined)
Pavement:
Base course: 455,850 cubic meters of aggregates and 43,500 cubic meters of bituminous binder course
Prime and tack coats: respectively 1717 and 415 ton
Wearing course: 58,400 cubic meters of bituminous concrete
Sets of equipment:
18.9 km of New Jersey barriers
22.6 km of steel guardrails
43 / 64
Section 5: Terms of Reference
-
42.4 km of fences
Contacts A2 and AS2
The works to be implemented and supervised include (for contract AS2 the following description concerns
only the works related to the section 2 of ARR; the supervision will also include sub-components B1, B2 and
C1):
-
13.4 km of expressway,
Madounah Interchange,
Zarqa Eastern Bypass Interchange with 2 directional ramps, two lane wide, totaling 2.271 km,
Viaduct 1 between ramp B of Zarqa Eastern Bypass Interchange and the Ring Road 267 m long and 13
m wide; bow girder along 127 m, with a span of 57 m; precast beams along 139 m with spans of 35 m,
Overpass 8 between Ring Road and Madounah Road, 31.60 m wide, 87 m long, voided slab
Underpass 4 between the Ring Road and a crossing road, 10 m wide, 36.13 m long,
Underpass 5 between the Ring Road and a crossing road, 10 m wide, 34 m long,
Underpass 6 between ramp A of Zarqa Eastern Bypass Interchange and an existing road, 10 m wide, 22
m long,
2 animal crossing via small structures 3.00 m x 3.00 m,
Various culverts including mainly:
9 culverts, 1.5 x 1.5 m height,
3 culverts, 3 x 3 m height,
11 culverts, 1. m x 1.0 m height,
4 culverts, 2 x 2 m height,
4 culverts, 2 x 1.5 m height
About 9 km of service roads, two lane wide,
1 connection between the Ring Road and the service roads,
Lighting of the Madounah Interchange and Zarqa Eastern Bypass Interchange
Installation of conduits along the ring road for future lighting and emergency telephone.
Main Quantities are the following:
- Earthworks and stoneworks:
- Excavation: 2,475,000 cubic meters of cuts, plus 17,700 cubic meters of structures
- Embankment: 1,427,000 cubic meters
- Pavement:
- Base course: 266,600 cubic meters of aggregates and 32,610 cubic meters of bituminous binder course
- Prime and tack coats: respectively 882 and 294 ton
- Wearing course: 28,500 cubic meters of bituminous concrete
- Sets of equipment:
- 13.4 km of New Jersey barriers
- 11.1 km of steel guardrails
- 32.1 km of fences
Contract A3 and AS3
The works to be implemented and supervised include:
-
8.0 km of expressway, including 3.7 km for the Ring Road (Zarqa Through Link) and 4.3 km for the
Zarqa Eastern Bypass,
Zarqa Bypass Interchange with 2 directional ramps, two lane wide, totaling 2.723 km,
Zarqa Highway Interchange, clover leaf shape, with 8 ramps, one lane wide, totaling 4.668 km,
Connection with Yajouz Road, two ramps, two lane wide, totaling 0.995 km,
Restoration of three crossing roads, 10 m wide, about 300 m long each,
Viaduct 2 between the Ring Road and a valley, 308 m long, 27.1 to 80 m wide; 9 spans one being 50 m;
precast beams of various lengths,
44 / 64
Section 5: Terms of Reference
-
Overpass 5 between Ring Road and Zarqa highway, 2 x 17.05 m wide, 71 m long, voided slab, longest
span: 35.5 m,
Overpass 9 between a crossing road and the Ring Road, 10 m wide, 76 m long, voided slab, longest span
= 38 m,
Overpass 10 between a crossing road and the Zarqa Eastern bypass, 10 m wide, 71.5 m long, voided Slab,
longest span: 35.5 m,
Overpass 11 between a street and the ring road, 10 m wide, 71.5 m long, voided slab, longest span: 35.5
m,
Underpass 7 between expressway and ramp B of Zarqa Bypass Interchange, 13 m wide, 200 m long,
Various culverts including mainly:
5 culverts, 2.5 x 2.0 height
6 culverts, 1.5 m x 1.5 m height, one being very skew,
4 culverts 1.0 x 1.5 m height,
Lighting of Zarqa Bypass Interchange, Zarqa Highway Interchange and Yajouz Road Connection,
Installation of conduits along the Ring Road and along the Zarqa Eastern Bypass for future lighting and
emergency telephone.
Main Quantities are the following:
-
Earthworks and stoneworks:
Excavation: 1,271,500 cubic meters of cuts, plus 70,000 cubic meters of structures
Embankment: 1,136,515 cubic meters (some borrow pits are needed and their location is not yet
determined)
Pavement:
Base course: 142,730 cubic meters of aggregates and 13,205 cubic meters of bituminous binder course
Prime and tack coats: respectively 486 and 88 ton
Wearing course: 16,040 cubic meters of bituminous concrete
Sets of equipment:
7.4 km of New Jersey barriers
10.1 km of steel guardrails
18.05 km of fences
The construction period of contracts A1 to A3 is 36 months.
45 / 64
Section 5: Terms of Reference
Annex 3
Scope of Works for the Project Management Team Consultant
OBJECTIVES OF THE CONSULTANCY SERVICES
The main objective of the proposed consultancy services is to provide assistance to the Ministry of Public
Works and Housing (MPWH) to successfully manage and implement the ADCP. A successful project
defined in the following manner:
- all project components are implemented according to specifications, within cost and according to the
scheduled implementation period; and
- achieving development of the ADC in a comprehensive and organized way of the corridor SouthEast of Amman.
ORGANIZATION AND SCOPE OF THE CONSULTANCY SERVICES
To manage implementation of the Amman Development Corridor Project, the MPWH will create a Project
Management Team (PMT). The PMT will be headed by a Director of the MPWH, who will be assisted by
several engineers from MPWH, so that Jordanian engineers can better familiarize themselves with the
management of projects and benefit from a transfer of knowledge. The Director of the PMT will be assisted
by an international consulting company, which will be selected based on these terms of reference. The team
of the consulting company will include permanent and temporary staff. During their assignment, all staff will
belong to the PMT and act on behalf of it. This Consultant Team (CT) will be placed under the leadership of
the Director of the PMT (DPMT).
It is expected that the CT will act as the representative of the DPMT and will enjoy all the powers of the
DPMT. Therefore full confidence is needed between the DPMT and the CT. The CT must strictly follow the
orders of the DPMT, report with full transparency to the DPMT any issue related to the project, apply the
guidelines fixed by the DPMT, and keep secret any sensitive or confidential information it can get during and
after its assignment. If any member of the CT breaks these rules, the DPMT can ask for an immediate
replacement of this member by a staff from the consulting company having an equivalent or superior profile.
The CT will proactively assist the DPMT in the implementation of all ADCP components, as described
elsewhere. This includes:
B.2.1 Tasks Prior to the Start of Construction
Establishing the general organization for implementing the project:
 obtaining a thorough overview and knowledge of the ADCP, its components, general schedule,
context, design and quantities, the environmental action plan, possible monitoring indicators, and
participating entities, actors and partners (actors mean: client and project management team,
supervisors, contractors and consultants, that is all entities which have direct responsibilities on the
implementation of the project; partners mean every entity which is interested by the
implementation of the project but has no direct responsibility in its implementation: central
government, administrations, local authorities and local inhabitants);
 proposing a realistic and detailed time schedule for all ADCP components, including the
procurement and bidding process, preparation period, implementation period until full completion
of ADCP (the time schedule must include a section on scheduled progress rates and a section on
scheduled disbursement rates);
 defining, with the client, measures to: (i) install good procedures of communication with all ADCP
partners in order to facilitate work and obtain needed authorizations in a timely manner; (ii)
acquire needed land for the project; (iii) locate site offices, camps and laboratories; (iv) divert
utilities; and (v) smoothly solve any issue raised by the implementation of the project. For this
purpose, all interfaces between ADCP and these partners must be identified by the project
management team. For each interface, appropriate actions will be planned by the project
management team. Among the actions, the environmental action plan will be published and
provided to all project partners;
 determining measures to ensure good coordination among ADCP partners, clarifying all tasks
under their responsibility, defining all interfaces between the various partners, organizing periodic
46 / 64
Section 5: Terms of Reference
meetings for issuing instructions of the client and collecting observations from the various
partners; among these actions are: (i) the environmental action plan will be provided to all partners
and responsibility of each will be clearly specified; and (ii) the general quality assurance plan will be
provided to each partner.
 proposing a general quality assurance plan, including functions which are assigned to each project
partner, identifying interfaces between each partner and actor, defining general guidelines which
must be followed by each individual quality assurance plan; various steps of the quality control
process will be described and critical points of the project implementation listed; monitoring
indicators of ADCP will also be recorded in this plan, as will a description of measures taken for
communicating and coordinating actions among the partners;
 implementing proper tools to track the cost and progress of each component, including the
establishment of a database for each of the components; the database should be capable of
reflecting, at any time, the project’s actual progress and disbursement rates, and shall include total
quantities and unit prices of each component, the amounts of invoices which have been submitted,
the status (acceptance or refusal) of the invoices, and the amounts which have been paid, etc.; and
 establishing rules, methods, quality standards, budget constraints, and time-schedules, which must
be applied or respected by all partners and actors involved in project implementation.
Tasks during Project Implementation
Task A: Overall Project Management
(All aspects of management, including administrative, financial, technical, contractual, except Component D4,
which will remain the full responsibility of the DPMT):
 Assisting DPMT in preparing calls for pre-qualification of contracts, and in selecting qualified
bidders;
 Assisting DPMT to prepare the bidding documents for each contract, analyze proposals
received, and write evaluation reports on preferred bidders;
 Closely monitoring implementation of components through a monthly assessment of all
quantities which have been achieved, summarizing all expenses related to the project, assessing
the quality of implementation and potential risks of delays, poor quality, or cost overruns, and
assessing the environmental implementation conditions;
 coordinating the actions and activities of project partners through appropriate meetings, which
are recorded; the consultant will act on behalf of the client in this matter and will be responsible
for enforcing quality criteria by all the actors, including safety measures, actions identified in the
environmental action plan, the time schedule, and all other conditions included in their
respective contracts;
 serving as client’s representative for all partners, formulating needed communications, informing
and obtaining support to settle issues raised by partners and having a direct impact on the project
implementation conditions;
 serving as a faithful adviser to the client and proposing needed measures to strengthen the
quality and progress of implementation, or to prevent delays and cost overruns;
 adjusting the detailed time schedule according to the real progress of each component;
 providing instruction to contractors’ claims, supervisors or other actor charge of the project
implementation; answering and resolving problems;
 undertaking random checks on the quality and progress of implementation of each component
of ADCP; and
 informing the client on the quality and progress of implementation, on measures and actions
taken concerning project partners, and writing monthly progress reports.
Task B: Monitoring and Coordinating Various Contractors and Supervisors:
 monitoring and coordinating the activities of the three contractors and three supervision teams
associated with Component A;
47 / 64
Section 5: Terms of Reference
 monitoring and coordinating the activities of the two contractors and of the two supervision
teams of Component B; and
 coordinating the works and activities under Components A, B and C that are located in
contiguous areas.
Task C: Technical Assistance to be provided to the UDTU:
 assistance for selecting the two experts (urban planner and urban economist) who will be staff of
the UDTU during the entire period of project implementation;
 monitoring the performance of the two experts; and
 providing technical support needed by UDTU particularly in urban planning.
Task D: Studies and Tasks Subcontracted Under Components B3, C2 and C3:
 study on the Land Transport Industry (this subcontracted study is aimed at assessing the various
problems of the Jordan road transport industry and proposing ways to solve these problems;
overcapacity is one of these problems; the study should help to determine changes in the
transport organization in order to reduce its operating costs);
 maintenance of a traffic model in the area of Amman and of the Development Corridor (a traffic
model has been developed by the client for the preparation of ADCP; the model will be
transferred to a subcontractor who will maintain and update the traffic model during the project
implementation period);
 master planning of Phases 2 and 3 of the ARR (including feasibility studies, land use plans and
preliminary engineering design studies which will be subcontracted);
 providing expertise for the implementation of the Customs Depot; and
 providing expertise for the implementation of an inland logistics port.
Task E: Monitoring Social Aspects Related to Land Acquisitions and Resettlement. (see ToRs for the
PMT Annex 3)
Task F: Monitoring Implementation of the Environmental Action Plan (EAP). (see ToRs for the PMT
Annex 4)
Task
G: Monitoring Performance Indicators and Assessing Progress of Project Implementation:
 defining and undertaking surveys, which are needed to monitor the following indicators: (i) travel
times; (ii) transport costs within Jordan; (iii) trade flows through the new customs facility; (iv) the
number of trucking firms registered under the new freight transport regulations; and (v)
measuring development within the ADC;
 monitoring the indicators related to the physical implementation of the components;
 updating the indicators related to the traffic forecasts on the ring road and relieved highways and
monitoring the traffic accidents;
 monitoring the indicators related to the urban development of the corridor; and
 monitoring the indicators related to transport costs in Jordan.
Task H: Achieving a Smooth Handover:
The Consultant will ensure a smooth transition between the project management team and the various
Government entities, which will be in charge of operating and maintaining the various components of the
project, including:
 identifying how the project will be maintained and operated after completion, particularly
preparing a performance based contract for the maintenance of ARR-1;
 assisting the client with the provisional and final take-over of each project component;
 collecting the ”as-built” drawings of each component of the project;
 assisting the client with final payments and closure of each contract; and
48 / 64
Section 5: Terms of Reference
 organizing the transfer of the components to the entities in charge of the operation and
maintenance of the project.
Task I: Reports Due Financiers:
 monthly reports on resettlement and land acquisitions through the completion of land
acquisitions;
 quarterly reports and a mid-term review report on global implementation of the project,
including a section on financing;
 quarterly reports on environment during the entire implementation period;
 specific reports on studies (components B3, C3) or tasks achieved (components B2, C1, C2 and
C3), either in separate reports or included in the quarterly reports,
 annual reports on performance indicators throughout the implementation period; and
 an implementation completion report (ICR).
Task J: Permanent Reporting to the DPMT.
FINANCIAL MANAGEMENT REQUIREMENTS
The Project Management Team (PMT) will be responsible for overall supervision of the project activities,
including project planning, budgeting, invoice clearing, consolidating project information, and reporting on
these activities to the Ministry of Public Works and Housing (MPWH). The CT will be given this mandate
and therefore, must have adequate resources to administer the financial management aspects of the project
including a full time financial officer, and adequate accounting software capable of following on the project
activities and generate accurate, reliable, and timely project reports including the Financial Monitoring
Reports (FMRs). The accounting system which will be implemented by the CT should be capable of
providing accounting information on the sources of funding and on the usage by activity, contract and project
component. The PMT will have fiduciary responsibility towards the MPWH and the Ministry of Planning and
International Cooperation (MoPIC) being the entities providing the project funds. There will be no cash
transfers to the PMT. After validation of payment requests the invoices will be remitted to the MPWH for
control verification as per applicable laws and payment issuance. However, the CT will be responsible for
posting the accounting entry, reconciling the project cash accounts and the preparation of replenishment
requests.
Other financial activities the CT will be responsible for include:
 Preparing the Manual of Financial Procedures (MOFP) between the MPWH, MoPIC and the
PMT. This document, which will be prepared in the first month after the CT contract award, will
document and detail specific project procedures regarding coordination and flow of funds
information;
 Installing an accounting system that is capable of generating: (i) financial reports; (ii) project
progress reports; and (iii) procurement management reports;
 Posting project-related financial management transactions and following-up all disbursements
made under the different activities of the project (this will involve maintaining proper accounting
records for all Project activities); and
 Undertaking project planning, budgeting, invoice clearing, consolidating project information and
reporting on these activities. The PMT will have fiduciary responsibility towards the MPWH and
MoPIC. To fulfill these requirements, it must ensure that its systems accurately capture and
provide the necessary financial and physical progress information to the project management
throughout implementation.
The PMT will also be responsible for coordinating external audits that will be conducted by an independent
auditor, and following the remittance of required annual audits to the various financiers, as per the
requirements mentioned in the legal. The PMT will review annually audited financial statements submitted by
the Project Partners, in respect to their legal agreements.
49 / 64
Section 5: Terms of Reference
Annex 4:
Environmental Management Plan Summary
An Environmental Management Plan (EMP) including mitigation, monitoring and institutional
strengthening & capacity building has been prepared for the MPWH by the environmental consultant.
Environmental Mitigation Plan. The key elements of the Plan include actions during the various phases of
the project: Pre-construction, construction and operation phases.
(a) Pre-Construction Impact Mitigation. The detailed Design has provided a major opportunity
to minimize adverse environmental impacts through appropriate route selection and
engineering design, particularly with respect to cultural resources, severance, drainage, slope
stability, and safety. The final Right of Way (ROW) does not intercept any known
archaeological remains. All existing roads crossing the ADC alignment have been retained via
underpasses or overpasses. Drainage, particularly through Wadi Al Ush, has taken account of
flows in the main wadi and its tributaries, with and culverts located and sized to minimize the
impact of the new road. Detailed geotechnical studies have been undertaken throughout the
route and embankment slopes, compaction, and the need for retaining walls and other
structural support determined by reference to international standards. The incorporation of the
economic cost of accidents in the social cost-benefit analyses was found to justify any number
of additional road safety measures beyond those required by standard engineering practice
including the provision of:
(i) A median concrete barrier, a New Jersey Barrier, will run the full length of the ADC.
Where interchanges are some distance apart, intermediate crossing points and access from
the service road to the mainline are provided.
(ii) A 1.9 m high fencing to prevent animals gaining access to the highway;
(iii) Future installation of emergency telephones and an automatic hazard warning, the latter a
centrally controlled variable message system capable of warning of fog, accidents, and
speed restrictions via electronic signage;
(iv) Street lighting to reduce accidents at night and at times of reduced visibility;
(v) Police parking lay-bys at 5-10 km intervals.
(vi) PVC ducting across the highway at intervals of 1-2 km, to avoid delays and the risk of
accidents due to excavations for future utility services.
(vii) Arrester Beds or Truck Escape Ramps (TERs) on long steep gradients and where the
possibility of damage caused by a runaway vehicle, such as a loaded tanker that would spill
its load if it crashed, is greater than normal, have also been considered, but found to be
unwarranted.
(b)
Construction Impact Mitigation. Specific measures to reduce potential construction impacts
would be taken regarding the detailed design, construction tenders, construction process and
performance monitoring. Contractors would be required to provide and maintain equipment
with proper noise abatement controls. Construction personnel would be expected to follow
guidelines to minimize environmental damages by proper selection and operation of borrow
areas and. quarries, use of dust suppression methods and proper collection and disposal of
waste oil, lubricants and fuel. Borrow and quarry operations would be designed to minimize
impacts and would be reclaimed at the end of their use.
(viii) On-Site temporary impacts. The majority of On-Site temporary impacts can be mitigated
through good construction practice and effective site supervision.
(ix) Off-Site Temporary Impacts. The sitting of construction camps within an urban area is
only acceptable at established industrial estates with appropriate access control. Since these
camps will be closed after usage and considerable costs will be incurred returning the sites
to their original state, land already identified for future development is preferred. It is
preferable for each camp to be connected to an existing piped sewerage system, subject to
the approval of the appropriate responsible agency. If no such connection is possible, it
will be necessary to install a separate system for the collection and disposal of wastewater,
50 / 64
Section 5: Terms of Reference
and perhaps a separate system for industrial wastewater. Where practical, the Contractor
shall recover, treat and re-use wastewater.
(x) Permanent Impacts. All land acquisition will be undertaken in accordance with Jordanian
Law, primarily Decree No. 12 of 1987 and subsequent amendments, generally referred to
as the Land Acquisition Law. The potential severance of community links were clearly
identified in 1999 and have largely been mitigated by maintaining existing crossings.
Animal crossings will be required at selected locations where herders’ trails will be severed,
particularly on embankment or in cutting. The general height of culverts is two meter,
adequate for the passage of small animals. Provision for larger animals has been made with
the incorporation of three 3 x 3 meter box culverts located to reflect traditional patters of
movement. Pedestrian access to the new road and interchanges will be also be prevented
by this fencing. The existing roads have minimal pedestrian traffic and no special
provision, such as pavements, has been made in the past.
(c) Mitigation of Operational Impacts. The Project would address operational impacts through
a combination of carefully detailed design approaches, enforcement of vehicle standards and
maintenance requirements and routine monitoring. Air pollution from vehicle emissions and
suspended dust would predominantly be addressed through vehicle standards, use of
inspections and regular collection of roadway dust to reduce the source of materials. The
mitigation of noise is required for the Mosque at the northern end of the Zarqa-Through-Link,
and the two cemeteries near the Sahab interchange. While the Zarqa schools are not a source
of extreme concern, they should be the subject of some attenuation, particularly as they will
suffer further impact if road construction is eventually continued northwards. In designing the
lighting for the ADC, consideration would be given to providing adequate light for safety while
avoiding disturbance to adjacent communities. The planning activities would be used to
support proper sitting and development of support facilities adjacent to the highway and to
control improper disposal of waste materials including oil, lubricants, fuel and solid waste.
(d) Mitigation of Impacts at the CDP Site. Since many of the impact mitigation measures to be
imposed for the ADC represent only ‘Good Practice’, similar measures will be required for the
CDP. The majority of land plots will be acquired in their entirety and the arrangements for
PAP identification and compensation will be as for the ADC. Given the necessity for a high
level of security, particularly in the area of the Customs Depot, the whole site is expected to be
walled and access only permitted via controlled entrances and exits.
(e) Mitigation of Impacts at Al Juwaidah Site. Government employees at the Depot will be
offered free transport or transport subsidies in accordance with those previously applied when
Ministries and other Government offices have been relocated. Businesses that wish to follow
the Customs Depot to its new location are likely to be offered a variety of incentives to do so.
(f) Special Improvement Measures. The proposed Project would include as mitigation
measures: 1) development of shelter belt plantings in areas adjacent to Sahab, Zarqa and other
areas favorable for establishment and maintenance of roadside vegetation; this would include
landscaping and planting of native and well adapted species with low water demands; 2)
development of selected roadside rest and recreation sites to reduce traffic accident risks and to
provide wider benefits from the road; and 3) measures for the protection of cultural resources.
Mitigation Measures for Construction Contracts. The EMP includes special measures for construction
tenders and contracts to ensure its effective implementation:
(a) Construction Tenders. All construction contracts would include specific provisions
concerning environmental, health and safety measures. The EMP includes detailed briefings of
potential construction contractors concerning their responsibilities to address these issues
during a pre-tender conference. These briefings would outline the specific provisions of the
construction tender documents and contracts.
(b) Pre-Tender Conference. All pre-qualified contractors would be called to a pre-tender
conference at which environmental, health and safety issues of special interest or concern
would be outlined.
(c) Bid Documents. To support the stipulations of the pre-tender conference, contract bid
documents should include a set of final engineering drawings on which environmentally
51 / 64
Section 5: Terms of Reference
(d)
sensitive areas within or immediately adjacent to the construction area are defined. Standard
conditions requiring special care in the vicinity of the defined sites so as not to disturb them
would be issued by the MPWH.
Procedures for Borrow Areas and Quarry Sites. The location of borrow areas and quarry
sites selected by the contractor would be inspected and formally approved by the MPWH and
MoE, to prevent environmental values being damaged by quarrying or borrow excavation.
Such inspection would not be unreasonably delayed.
Environmental Monitoring Plan. The Environmental Monitoring Plan of the EMP would be implemented
by consultants working under the MPWH in coordination with the Ministry of Environment. Environmental
monitoring would be undertaken during the pre-construction, construction and operation phases to check the
accuracy of the impact analysis, evaluate effectiveness of mitigation measures, respond to unanticipated
environmental impacts and improve environmental control based on monitoring data. This would include
provisions for:
(a) Site Inspections. Site Inspections provide for the day-to-day monitoring of construction
activities and sites, and will provide the primary mechanism by which contractors’ performance
and subsequent system operations are assessed to comply with the appropriate Standards,
Guidelines, Regulations, etc. Site inspections will be carried out 6 to 12 times per year at site
clearance, general construction activities, batching and asphalt plants, and camp/maintenance
facilities. During subsequent operations, all the major facilities such as maintenance depots,
hazardous materials storage facilities, and administrative centers will be inspected at least once
every six months.
(b) Environmental Auditing. A program of Environmental Auditing will be targeted at activities
perceived as posing the highest environmental and/or public health risk. At least two
Environmental Audits will be carried out for every major facility in operation during the
construction phase, the first prior to handing over the site to the Contractor.
(c) Baseline Condition Monitoring. The lack of ambient air quality and noise data is a particular
shortcoming of the existing Environmental Baseline Data, and a comprehensive program of
measurements prior to the commencement of construction at 20 sites throughout the ADC
and on existing roads serving the Al Juwaidah Depot will be undertaken.
(d) Fixed Site Sampling: Construction. During construction, a fixed site sampling program will
monitor noise, vibration and air quality at 13 sensitive sites throughout the period of
construction. In addition, monitoring shall also be undertaken at the Main Camp for each
construction contract, and at a further 2 sites per contract at the discretion of the ELO and
MoE, these sites to be determined once the Contractors’ proposal for camp and other sites
outside the ROW are known. Because wells in the vicinity of the ADC alignment do not
primarily exploit the shallow aquifer, and water levels are deep no general ground water quality
monitoring program is proposed. However, this will be reviewed when the location of off-site
facilities are known, and the need for any new wells for construction water supplies is
determined. Where the ELO considers existing wells to be at risk from construction activity, or
new wells are in hydraulically-sensitive areas, the monitoring of water quality in vulnerable wells
will be included in the project monitoring program.
(e) Fixed Site Sampling: Post-Construction/Operations. Post-construction monitoring at 12
sites for a period of not less than 2 years will be implemented to measure the operational
impacts of the ADC and to promote a better understanding of the overall long term impacts of
such projects in Jordan. The establishment of permanent network would be a significant asset
in assessing impacts resulting from future developments within and adjacent to the ADC’s
zone of influence.
(f) Complaint Based Monitoring. Monitoring will be needed to investigate complaints of
excessive noise and dust, and possibly the pollution of well water. The full extent of the
investigations that will be required cannot be determined at this time but a contingency sum
equating to approximately ten percent of the fixed monitoring site costs is applied to the
overall program to accommodate them.
(g) Cultural Resources Monitoring. Although no known sites of archaeological, historic or
cultural interest are affected by the ADC alignment, it is prudent to allow for provisional CRM
52 / 64
Section 5: Terms of Reference
(h)
(i)
inputs to deal with Chance Finds, which given the long habitation of the area have to be
anticipated. It is assumed that known sites close to of but outside the Right of Way that may be
at risk from vandalism or looting by construction crews will be included in the site inspections
undertaken by the MPWH and only if evidence of such damage is found will the DOA be
called in to give an expert opinion. Copies of all reports on Chance Finds, incidences of
vandalism and other site visits undertaken by the DoA shall be submitted to the MPWH for
circulation as appropriate.
Monitoring Implementation. Overall management of the monitoring program will rest with
the MPWH. While the MPWH and its staff will undertake all site inspections and some
monitoring, the majority of noise and air quality monitoring, and all laboratory analyses will be
contracted out to an independent consultant reporting to the MPWH. The MoE will, as the
competent authority under Jordanian law for all environmental issues in the Kingdom, be
assigned a supervisory role.
Reporting. After each inspection during the construction phase, a location- and activityspecific report should be compiled, identifying areas of contractor non-compliance with the
EMP and providing guiding remarks on the actions to be taken. The significance of the non
compliance should also be noted. Copies of these reports should be sent to the MPWH, MOE,
the supervising engineer and the contractors for their action. Every six months the reports
should be compiled into a review document highlighting any areas of persistent non
compliance or negligence by a contractor. This document should also contain records of any
communications between MPWH, the supervising engineer, and contractors on matters
relating to the environment. If appropriate, the MPWH may introduce a sliding scale of fines to
be applied for repeated poor performance assessments of an individual contractor.
53 / 64
Section 5: Terms of Reference
Table II. Summary of Impact Mitigation Requirements for the ADC
Impact/Issue
Mitigation Measure
Pre-Construction Impact Mitigation
Cultural Heritage
Alignment to avoid all known sites.
Land Acquisition
Alignment to minimize number of affected plots.
Property Fragmentation
Compensation to be paid for unusable residual land.
Drainage
Culverts to be appropriately located and sized.
Slope Stability
Public Utilities
Construction Access
Soil Pollution
Comment
MPWH and
Design Team
Implemented
during Detailed
Design.
Compensation
arrangements
discussed in the
LARP
Contractor
‘Good Practice’
only
Contractor
‘Good Practice’
only
Contractor
and DOA
‘Good Practice’
only
Contractor
and MPWH
Contractor,
MPWH, and
utility companies
‘Good Practice’
only
Slopes and retaining structures to be designed to international standards.
Temporary/Construction Impact Mitigation
Movement of equipment and crews to be restricted to pre-defined routes;
No trees to be felled outside the ROW;
Landscape
Works to be graded to natural landscape;
Landscape scarring to be remedied at Contractors’ expense.
Movement of construction traffic at night to be minimized;
Movement of equipment and crews restricted to pre-defined routes;
Only approved waste disposal sites to be used;
Ecosystems and Wildlife
Only approved gravel/fill sources to be used;
Crews to be educated on habitat disturbance;
Firewood for crews or alternative facilities to be provided;
Crews to be penalized for unnecessary disturbance.
DOA Chance Find procedures to be implemented;
Cultural Heritage Sites
Known sites adjacent to the ROW out-of-bounds to crews;
Disturbed sites outside ROW to be fenced at Contractors’ expense.
Local Access
Responsibility
Study local access, minimize inconvenience, inform local residents and reinstate on completion
Document all utilities within 50 m of ROW;
Coordinate works with utility companies;
Damage to defined utilities to be repaired at Contractors’ expense.
Existing routes to be utilized wherever possible;
New access alignment and profile to be approved;
Damage/nuisance in residential areas to be minimized;
New access usage and traffic profiles to be approved;
All access roads to be kept clean;
New access to be remediated when no longer required;
Retained access to be brought to acceptable standard.
All normal measures to avoid spillage to be taken;
‘Good Practice’
only
Contractor,
MPWH and
local authorities
‘Good Practice’
only
Contractor
‘Good Practice’
vii / 64
Section 5: Terms of Reference
Impact/Issue
Mitigation Measure
Contaminated soil to be removed and replaced;
Contractor to remediate incidents at own cost.
All existing regulations to be complied with;
All normal measures to avoid spillage to be taken;
Water Pollution
Remedial action to be undertaken as a matter of urgency;
Incidents to be remediated at Contractors’ expense.
Temporary discharge points to minimize erosion;
Dewatering works to avoid excessive turbidity;
Any short-term increases in turbidity to be approved;
Erosion and Sedimentation
Site clearance ahead of construction to be restricted;
Care to be taken in potentially unstable areas;
All stock piles and soil heaps to remain stable.
All local regulations to be complied with;
Surplus Materials
Unwanted materials disposed of promptly;
Spoil for later use to be appropriately stored.
All equipment to be fitted with appropriate muffles;
Equipment/vehicles in poor condition not to be used;
Noisy equipment to be located away from sensitive sites;
Noise
Plant not left to run on idle;
Restricted working hours, particularly for piling;
Hoardings to be used when piling within 50 m of property.
All relevant Jordanian Standards to be complied with;
Cement handling to limit atmospheric discharge;
Air Pollution (ex. Dust)
Equipment and vehicles in poor condition not to be used;
Burning of debris from ground clearance not permitted;
All plant to comply with standards for particulate emission.
Damping down of sites and access roads;
Water troughs to be provided at entry and exit points;
Dust
Hoardings to be used where appropriate;
Speed limits to be enforced;
Vehicle loads likely to emit dust to be covered.
Temporary/Construction Mitigation: Off-Site
Location to be within easy reach of primary roads, construction sites and utility services;
Location to be away from aquifer recharge zones;
Preference to be given to future development sites;
Main Camp
If no existing sewerage, appropriate facilities for collection, treatment and disposal to be installed;
Separate system to be installed for industrial wastewater;
Treated wastewater to be re-used where possible;
Responsibility
Comment
and MoE
only
Contractor
and MoE
‘Good Practice’
only
Contractor
and MoE
‘Good Practice’
only
Contractor and
Local Authorities
‘Good Practice’
only
Contractor
‘Good Practice’
only
Contractor
‘Good Practice’
only
Contractor
‘Good Practice’
only
Contractor,
MPWH
and MoE
‘Good Practice’
only
viii / 64
Section 5: Terms of Reference
Impact/Issue
Construction Traffic
Quarries
Mitigation Measure
Polluting substances to be identified, stored and handled in accordance with manufacturers’ and
MoE instructions;
Proposals for solid waste disposed to be approved.
Traffic restricted to specified routes;
Access control, including signage, to be implemented;
Adjacent public roads to be kept clean;
Wide or abnormal loads to be delivered at night.
Priority to be given to the use of existing licensed sites;
Borrow pit location, operation and reinstatement to be approved;
Quarry operation restricted to daylight hours;
Dust and noise to be suppressed as appropriate;
Operations to be restricted to times of low wind velocities;
Wastewater only discharged to watercourses after sediment load, velocity and quality control;
Aggregate traffic to be subject to access control.
Responsibility
Comment
Contractor
and MPWH
‘Good Practice’
only
Contractor,
NRA
and MoE
‘Good Practice’
only
MPWH and DLS
Detailed in
LARP
MPWH and DLS
Detailed in
LARP
MPWH and
Design Team
Surfaced road
crossings,
animal
crossings and
footpaths on
ADC structures
included in
Detailed Design
Design Team and
MPWH
Included in
Detailed Design
Design Team, MPWH
and Ministry of
Planning
To be
implemented
with new
Permanent Impact Mitigation
Production Losses
Land Acquisition
Severance
Adequate compensation to be provided;
Plot consolidation to be considered.
Adequate compensation to be provided;
Land swaps to be considered;
Qualifying PAPs to have priority in project employment;
CLO to provide PAP point-of-contact, advice and counseling.
Existing surfaced roads to be maintained;
Animal crossing to be provided at appropriate locations;
Pedestrian pathways to be included on ADC structures, Further path networks to be included in
future developments.
Median barrier the full length of the mainline to be provided;
Barrier to allow for crossing of emergency vehicles;
Road Safety
Conduits to be provided for future of street lighting, emergency telephones and hazard warning
system;
Police lay-bys to be provided at 5-10 km intervals.
Operational Impact Mitigation
Noise abatement barriers to be provided adjacent to sensitive sites;
Noise
Noise mitigation barriers to be considered for new Corridor developments;
New developments adjacent to the ADC to be set back;
ix / 64
Section 5: Terms of Reference
Impact/Issue
Air Pollution
Accidental Spills
Mitigation Measure
Sensitive users such as schools, hospitals and mosques not to be located within the first row of
properties.
Regular vehicle testing to be introduced;
The use of non-polluting vehicles to be promoted;
Price incentives to be offered for the use of cleaner fuels;
Higher vehicle occupancy to be promoted.
Hazardous Load Notification to be introduced;
Routine inspections of vehicles to be introduced;
Driver training and checks on driver condition to be introduced;
Emergency Response Diagnostics Unit to be established.
Maintenance
Waste materials, including contaminated drain sludge, to be disposed of appropriately;
Maintenance programs to be planned and prepared to reduce accidents.
Future Planning
A single Authority to coordinate the planning and control future ADC development to be
established.
Responsibility
Government and
MPWH
Government and
MPWH
Comment
corridor
development
Recommendati
on to be
considered by
Government
Recommendati
on to be
considered by
Government
MPWH
‘Good Practice’
only
Government
Recommendati
on to be
considered by
Government
x / 64
Section 5: Terms of Reference
Annex 5
Amman development corridor Project (ADCP)
Construction Supervision Services (Road Works)
Consultants Monthly Payment
Key Personnel
No.
Duration
Months
Project Manager /
Contracts Specialist
Duration
Months
40
No. of
Staff
1
2
Materials Engineer
36
1
3
Road Engineer
36
1
4
Bridge Engineer
36
1
5
Quantity Surveyor
36
1
6
Chief Land Surveyor
36
1
7
Head Office Support
40
Team
1
Total
260
Monthly
Rates JD
Total
Amount JD
6*
* Excluding Head Office Support
Supporting Staff
No
Duration
Months
Duration
Months
No. of
Staff
1
Site Engineer /Roads
32
2
3
Site Engineer /Structures
30
2
4
Material Inspectors
30
2
6
Land Surveyors
36
2
Total
256
8
Grand Total
516
14
Monthly
Rates JD
Total
Amount JD
The Tenderers must allow in their prices for additional supporting staff namely an
Administrative Officer and Chainmen to complement the required staff and to ascertain the
efficient working and running of the site operations. No payment shall be made for the
Administrative Officer and Chainman but shall be deemed to be included in the payment for
the Key Personnel and the Supporting Staff.
vii / 64
Section 5: Terms of Reference
Section 6 : Form of Contract
viii / 64
Section 5: Terms of Reference
STANDARD FORM OF CONTRACT
Client / Consultant
Model Services
Agreement
FIDIC,
THIRD EDITION
1998
General and Particular Conditions
ix / 64
Section 5: Terms of Reference
PARTICULAR CONDITIONS
A.
1.
References from clauses in the General Conditions
Definitions
(i)The Project is : Amman Development Corridor /
Phase 1 of the Amman Ring road
Contract 1
17
Duration of Liability: Contract period + Defects liability
period +Any legal liability according to the
laws of Jordan
18.
Limit of Compensation: 50% of Contract amount
22.
Commencement
: Within one month of signing the Contract
Completion : At the end of the defect liability period
31(i)
Time of payment:
Local Currency
: 60 days
Foreign Currency
: 60 days
Agreed compensation for over due payment(s): 9% per Year
32.
Currency of Agreement: Not more than two currencies (One Local & One Foreign)
Rate of exchange to foreign currency shall be fixed at 28 days prior to submission of
Proposal.
36.
Language of the Agreement: English
Ruling Language: English
Law to which Agreement is subject: Jordan
37.
Principle place of business: Amman, Jordan
41.
Notices
The addresses are:
Client:
Attention:
Cable address:
Telex:
Facsimile:
Consultants:
Attention:
Cable address:
Telex:
Facsimile:
x / 64
Section 5: Terms of Reference
44.
Rules of Arbitration
International Chamber of Commerce (ICC) Rules
xi / 64
Section 5: Terms of Reference
IV. Appendices
APPENDIX A—DESCRIPTION OF THE SERVICES
Give detailed descriptions of the Services to be provided, dates for completion of various
tasks, place of performance for different tasks, specific tasks to be approved by Client, etc.
(refer to Terms of Reference)
APPENDIX B—PERSONNEL, EQUIPMENT, FACILITIES AND SERVICES OF OTHERS TO BE
PROVIDED BY THE CLIENT
List as completely and in as much detail as possible the Personnel, Equipment, Facilities and
Services to be provided by the Client
(refer to Terms of Reference)
APPENDIX C—REMUNERATION AND PAYMENT
(refer to Financial proposal)
APPENDIX D---HOURS OF WORK FOR KEY PERSONNEL
(at least 48 hours per week and as described by the Jordanian labour law)
xii / 64
Download