Download as pdf or txt
Download as pdf or txt
You are on page 1of 11

FIJI PORTS CORPORATION LIMITED

LEVUKA WHARF REHABILITATION PROJECT

4 JUNE 2022

SUBJECT: TERMS OF REFERENCE (TOR) FOR


CONDITION ASSESSMENT AND DETAIL DESIGN

1.0 INTRODUCTION

1.1 Fiji Ports Corporation Ltd (FPCL) is a commercial port management company established
under the Sea Ports Management Act 2005 and maintains a regulatory role in maintaining
standards relating to Ports of Entry and other local ports throughout Fiji. FPCL provides primary
regulatory oversight for: Ports of Suva, Lautoka, Levuka, Vuda, Malau, Rotuma and Wairiki, and
at most of these, supplies operational and/or service provision through sub-contractors.

1.2 Given Fiji’s geographical dispersion, improving inter-island sea transportation is essential
for livelihood, trade, and commerce. The inter-island sea-transport network is critical for Fijians
living in the 110 permanently inhabited maritime islands. The private sector plays a lead role in
providing domestic shipping services, including both passenger ferries and freight services while
majority of the wharf and jetty facilities are provided by the public sector. Over the past years,
the number of vessels has increased, and the frequency of services has improved.

1.3 In Fiji’s 5 and 20 Year National Development Plan, one of the government’s goal is
providing a safe, efficient, reliable and affordable shipping services that is currently being
implemented under the following policies: (a) development of the domestic shipping industry, (b)
increasing the shipping services to uneconomical routes, (c) development of maritime
infrastructure and (d) Ensure safe, efficient, affordable, environmentally sound and sustainable
inter-island transportation services.1 FPCL, in its 5 Year Strategic Plan launched in 2019, under its
Strategic Goal 2 – Infrastructure, promotes strategic investment to ensure necessary availability
of fit-for-purpose facilities.

1.4 FPCL’s Port of Levuka is primarily a fishing port catering for fishing vessels that berth at
Levuka to supply Levuka’s cannery managed by PAFCO with a total of 51 fishing vessel calls
facilitated in 2020. From 2019, Levuka being Fijis old capital and a heritage site, cruise vessels
have occasionally called into the port. On the other hand, from last year and continuing this year,
interisland vessel are calling in every week facilitating passenger and cargo transportation for the
people of Ovalau.

1
Government of Fiji, Ministry of Economy. 2017. 5-Year and 20-Year National Development Plan: Transforming Fiji.
Suva.

Page 1 of 11
Terms of Reference
Condition Assessment and Detail Design, Levuka Wharf Rehabilitation Project

Considering the above, FPCL intends to engage to carry out a fit-for-purpose rehabilitation of the
Levuka wharf to facilitate the current usage.

2.0 BACKGROUND

2.1 Port of Levuka, located at 17°41'05.0"S and 178°50'12.8"E, is primarily a fishing port
catering for fishing vessels that berth at Levuka to supply Levuka’s cannery managed by PAFCO.
Levuka Town is registered as a national heritage site for Fiji; many of its original buildings and
infrastructure remain as it was built in the late 1800’s.

2.2 Wharf History - The original wharf was built in 1886. Back then it was a bustling trading
center and was known as Queens Wharf comprising a timber super-structure supported on
concrete piles. In 1920, the main pier of the Wharf was extended, and the Kings Wharf was
constructed consisting of a concrete deck approximately 10 meters supported by concrete piles.
Upgrading in 1979 replaced the timber decking with concrete and an extended length to give it
approximately 180 meters providing adequate berthing space along its eastern side or ten fishing
vessels at any one time.

2.3 Wharf Layout - The wharf has an L-shape layout and comprises a 50m long by 13m wide
access bridge to a 190m long by 12m wide berthing section (refer to Figure 1 below). The access
bridge and the first approximately 75m of the berthing section were replaced in the 1979 and
opened in 1980 (“the 1979 Section”), utilizing the existing piles. The remaining part of the wharf
was constructed circa 1920s (“the 1920 Section”).

Figure 1 – Arial photograph of Levuka Wharf

Page 2 of 11
Terms of Reference
Condition Assessment and Detail Design, Levuka Wharf Rehabilitation Project

2.4 Past Reports – The following are some reports available with FPCL that shall assist the
consultant for the condition assessment and detail design:

2.4.1 2015 Condition Assessment Report. In 2015, FPCL engaged an engineering


consultant to undertake a condition assessment of the Levuka Wharf. It should be noted
that further deterioration is expected as compared to the report due to Cyclone Winston
passing through Fiji in 2016.

2.4.2 Full drawings of the Levuka Wharf 1979 Section by Yee Morgan Company Ltd in
Mar 1979 is available and will be provided to the selected consultant. The drawings include
the general layout prior to the 1979 upgrade, pile details, frame and deck details,
miscellaneous and services details.

2.4.3 1994 Bathymetry Report by the Fiji Navy Hydrographic Office.

3.0 TENDER OBJECTIVE

FPCL wishes to engage a reputable port engineering consultant to undertake a condition


assessment, detail design and tender support for the fit-for-purpose rehabilitation or upgrade of
the Levuka Wharf 1979 Section.

4.0 PROJECT SUMMARY

The overall objective of this project is to develop and implement a viable and feasible fit-for-
purpose rehabilitation for the Levuka Wharf. The current project delivery method envisaged for
this project is Design-Bid-Build where this tender will engage the engineering consultant for the
Design and Bid Phase of the project. Considering the limited maritime engineering contractors
available in Fiji, the bidding phase will be an international competitive bid utilizing the FIDIC
Tendering Procedures and FIDIC Conditions of Contract for Construction 2017 (Redbook).

5.0 SCOPE AND DELIVERABLES

5.1 The scope of work and corresponding deliverable to be carried out by the selected
engineering consultant are as follows:

Table 1 – Scope of Work and Deliverables


No. Scope of Work Deliverables
1 Condition Assessment of Levuka Wharf 1979 Section
a) Summarize design conditions and specifications a) Kickoff Meeting with FPCL
of Levuka Wharf based on the Yee Morgan Management and Project
Drawings, Erasito Beca Condition Assessment Team.
Report 2015, and other available information.

Page 3 of 11
Terms of Reference
Condition Assessment and Detail Design, Levuka Wharf Rehabilitation Project

b) Conduct a Condition Assessment of the Levuka b) Site Inspection and Tests


Wharf 1979 Section including the wharf (NDT or DT) by the selected
furniture’s in accordance with Wharf Structure Consultants Key Personnel.
Condition Assessment Manual (WSCAM) by Ports c) Presentation of Draft 1
Australia. Marine growth to be cleaned prior to Report covering all items
assessment and clear photographs of each under Scope 1 for client
component to be provided (minimum of 2 review.
photographs per component covering all sides). A d) Incorporate client comments
tabulated Condition Ratings Summary is to be and present Draft 2 Report.
provided.
c) Conduct a structural analysis of the wharf
structure (including bollard and fender system) to
determine its structural capacity at component
level and system level on various port loading
scenarios. Design assumptions for geotech,
seismic and other parameters and standards shall
be used with prior FPCL no-objection. The
consultant shall cross check the drawing
dimensions against the actual onsite dimension
and update the drawings and structural model
accordingly. The consultant to propose the
structural analysis methodology (Finite Element)
after visiting the site and a desktop assessment of
the seismic and metocean conditions. Also, for
tender comparison purpose, the consultant shall
provide its unit rate for the different possible
analysis methodology e.g., 2D vs 3D FEA vs Linear
vs Non-Linear. The structural analysis shall be
carried out on Spacegass and provided to FPCL in
native format for review.
d) From the above, the consultant shall prepare the
Wharf Load Capacity for both its “As-Built” and
“Current” load capacity. The load capacity
diagram (heatmap & table) shall include but not
limited to berthing (fender and bollard) capacity,
vehicle and pressure limits (uniformly distributed
load, single axle vehicle, dual axle truck, etc.)
e) Assess the feasibility, risk and cost (90% accurate
with basis of pricing provided) of all the
rehabilitation or upgrade options for the Levuka
Wharf 1979 Section.

Page 4 of 11
Terms of Reference
Condition Assessment and Detail Design, Levuka Wharf Rehabilitation Project

2 Undertake the Detail Design for the Fit-For-Purpose Rehabilitation of the Levuka Wharf
1979 Section.
a) Prepare a Basis of Design report for the fit-for- a) Stakeholder Consultation
purpose rehabilitation or upgrade of the Levuka with relevant FPCL Staff and
Wharf 1979 Section. Design vessel/load to be local authority.
provided by FPCL but shall include the current b) Basis of Design Report.
interisland RORO vessel calling at the Port of c) Detail Design Report
Levuka and the occasional cruise vessel. including native format of
b) Prepare the full Detail Design Report. After FPCL Spacegass model.
provides no-objection to the Basis of Design, the d) Employers Requirements
consultant shall proceed with the Detail Design (Drawings in pdf and dwg.
taking full liability. files, Bill of Quantity,
c) Prepare a 90% accurate cost and schedule Specifications,
estimate of the project. Supplementary Information,
d) The consultant shall be liable for the design risks. etc.)
e) Cost Estimate
3 Local Authority Consents/Approval
a) Obtain the following local authority consents for a) Compile documentation for
the development option the client will select: lodgment.
i. Lautoka City Council b) Coordination with the local
ii. Town and Country Planning authorities to expedite
iii. Department of Environment (Screening approval.
Application and clarifications only) c) Response to clarifications.
iv. MSAF d) Carryout amendments to the
v. Other relevant local authority. development option if
required.
4 Tender Evaluation Support
a) Compile Bidding Document in accordance with a) Full Bidding Document
FIDIC Tendering Procedures including Particular (Instructions to Bid,
Conditions of Contract for FIDIC Redbook 2017. Employers Requirements,
b) Facilitate bidders site visit, briefing and bid etc.)
clarifications to all bidders. b) Tender Committee Meetings
c) Conduct Tender Evaluation, Clarification, of Minutes
Negotiation and provide a Tender Evaluation c) Tender Evaluation Report
Report with recommendation. and Recommendation
d) Prepare Letter of Acceptance and FIDIC Contract. d) Letter of Acceptance & FIDIC
Project Management and Engineer-to-the- Contract.
contract role is not included this tender but the
Consultant shall provide its cost as provisional.

Page 5 of 11
Terms of Reference
Condition Assessment and Detail Design, Levuka Wharf Rehabilitation Project

6.0 TIMELINE AND PAYMENT SCHEDULE

6.1 The Consultant shall allow for sufficient resources to achieve the following scope and
timeline and provide its payment accordingly.

Table 2 – Scope Timeline and Payment Schedule


PHASE DETAILS MILESTONE DESCRIPTION TIMELINE PAYMENT
[Consultant to
provide]

Contract Signing > Contract Signing with selected -


Consultant
Kickoff Meeting > Kickoff Meeting with FPCL via MS Within Week 1-2
Teams or Zoom or in-person if after Contract
possible. Signing.
Condition > Site Inspection and Tests (NDT or > Final Report
Assessment of DT) by the selected Consultants Key within Week 6
Levuka Wharf Personnel. after Contract
1979 Section > Presentation of Draft 1 Report Signing.
covering all items under Scope 1 for
client review.
> Incorporate Client comments and
present Final Report.
Undertake the > Stakeholder Consultation with > Detail Design
Detail Design for relevant FPCL Staff. Report within week
the fit-for- > Basis of Design Report 10 after Contract
purpose > Detail Design Report Signing.
rehabilitation of > Employers Requirements > Employers
the 1979 Levuka (Drawings in pdf and dwg. files, Bill Requirements
of Quantity, Specifications,
Wharf Section. within week 12
Supplementary Information, etc.)
after contract
> Cost Estimate with basis of
estimate. signing.
Local Authority Compilation, submission, Varies
Consents clarifications for obtaining local
authority consents.
Tender > Full Bidding Document Varies
Evaluation (Instructions to Bid, Employers
Support Requirements, etc.)
> Tender Committee Meetings of
Minutes

Page 6 of 11
Terms of Reference
Condition Assessment and Detail Design, Levuka Wharf Rehabilitation Project

> Tender Evaluation Report and


Recommendation
> Letter of Acceptance & FIDIC
Contract.
Total:

6.2 There are some additional scope of work that is unknown at this time whether it is
required or not and the consultant shall provide its provisional rate accordingly should it be
required.
Table 3 – Provisional Scope Timeline and Payment
PHASE DETAILS PROVISIONAL SCOPE PROVISIONAL PROVISIONAL
DESCRIPTION TIMELINE PAYMENT
[Consultant to
provide]

Condition > 1920 Pile Details my not be Within the


Assessment of available, thus, the consultant may condition
Levuka Wharf be required to carryout NDT or DT assessment
1979 Section Testing. After the pre-bid site visit, timeframe
the consultant shall determine and provided in Table 2
provide its methodology, timeline above.
and cost.
Non-Destructive Testing -
Destructive Testing -
Detail Design for Geotechnical Investigation may be Within the detail
the fit-for- required to obtain soil parameters design timeframe
purpose for the detail design of the provided in Table 2
rehabilitation of rehabilitation or upgrade works of above.
the 1979 Levuka the Levuka Wharf 1979 Section. For
Wharf Section. ease of bid comparison, Consultants
shall provide its cost for 3 x bore
holes and additional hole.

3 x bore hole
Additional borehole on same
deployment.

6.3 Delay Damages – The Consultant is to allow for sufficient resources to deliver the above
scope and deliverables within the submitted timelines. Delay damages shall be FJD $500 per day
or 0.1% of the bid price which ever is more and shall be set off from the Consultants milestone
payments.

Page 7 of 11
Terms of Reference
Condition Assessment and Detail Design, Levuka Wharf Rehabilitation Project

7.0 CONSULTANT ENGAGEMENT

7.1 Consultants Key Personnel

7.1.1 The port engineering consultancy company will determine the number of suitably
qualified personnel to enable the scope of services to be delivered on time and ensure
that the Consultants Key Personnel are made available at all relevant times to perform the
Services. The successful firm will demonstrate their experience working in similar
assignments and clearly explain why they are best suited to deliver the required outputs.
The qualification and experience requirements for the Consultants Key Personnel are as
follows:

▪ Port Engineer - The Port Engineer should have a relevant degree and at least 10 years
of experience in port engineering design, port/harbor development and planning,
fender and bollard system layout and design, and port operations.
▪ Structural Engineer – The Structural Engineer will have a relevant degree in structural
engineering with 10 years’ experience in maritime structures performing structural
modelling of port structures, for both new structures and rehabilitation (residual
strength).
▪ Quantity Surveyor – The Quantity Surveyor will have a relevant degree in quantity
surveying with 10 years’ experience in estimating maritime projects of similar size and
nature.
7.1.2 The consultant shall submit the Curriculum Vitae of its key personnel selected to
perform the above key roles as part of its bid submission.

7.2 Proposal

Bidders’ financial proposal shall include all costs to deliver the deliverables by the completion
dates. Bidders to note that FPCL may cancel the detail design phase if the condition assessment
declares the existing structure not viable to rehabilitate. Bidders’ financial proposals shall include:
▪ Mobilization and demobilization costs of all experts and the consultant’s personnel,
including travel, ground transportation, accommodation, per diems and other
expenses.
▪ All surveys and investigations.
▪ Costs for workshops.
▪ Costs for sub-consultants (if necessary).
▪ Corporate overheads, including insurances.

Page 8 of 11
Terms of Reference
Condition Assessment and Detail Design, Levuka Wharf Rehabilitation Project

7.3 Pre-Bid Site Meeting

A pre-bid site meeting will be held on Friday, 17 June 2022 at Levuka Wharf at 11am.
Nonattendance of the site meeting does not disqualify bidders. Consultant shall bear the cost and
liability of attendance to the site meeting.

7.4 Requirements to Be Part of Submission

Interested bidder shall submit the following:


▪ Project Proposal
▪ Methodology & Task Appreciation Work Programme & Fee Proposal
▪ Company Profile and Capabilities including organization Structure
▪ Key Personnel & Resources (staff & equipment)
▪ Past Project Experience of Similar Value and Nature & Current Commitments
▪ Compliance & Completeness:
o Business Registration Certificate
o Business License
o Tax Compliance Letter
o FNPF Compliance Letter
o OHS Compliance Certificate.
o FNPF Compliance Certificate
▪ Professional Indemnity Insurance – If selected and prior to commencing any of the
work, the Consultant shall at its own expense take out and maintain a professional
indemnity insurance (PI Insurance) in respect of all professional services provided by
the Consultant under or in relation to this agreement (including relating to the
Services), for an amount of FJD5,000,000 for anyone claim and FJD$10,000,00 in the
aggregate; and
▪ Public Liability Insurance.

7.5 No Contractual Obligations

This TOR is not to be constructed as a contract between FPCL and the prospective bidder. Nothing
in this TOR or in any submission document is to be viewed to give rise to any contractual
obligations related, expressed, or implied.

7.6 Conflict of Interest

Bidders and their personnel must not place themselves in a position that may create a Conflict of
Interest concerning this TOR. Any potential or actual Conflict of Interest that may arise in the
performance of their obligations under the TOR must be fully disclosed. Identification of a
potential or actual Conflict of Interest does not necessarily preclude a bidder’s submission from

Page 9 of 11
Terms of Reference
Condition Assessment and Detail Design, Levuka Wharf Rehabilitation Project

consideration. However, FPCL will carefully consider the circumstances surrounding the conflict
of interest to determine whether it will compromise the outcome of this, and if so, bidder will be
notified.

7.7 Enquiries by Bidder

7.7.1 All enquiries by potential bidders for information should be addressed only to:
Mrs. Anasimeci Qoro
Procurement Coordinator
Fiji Ports Corporation Limited
Email: procurement@fijiports.com.fj; Phone: 9986494

7.7.2 Where, in the opinion of FPCL that there is a need to disseminate additional
information to a bidder, the same information will be provided to other bidders. Such
information will be given the same distribution as in the original RFP.

7.8 Submission Content

Should a potential bidder find any discrepancy, ambiguity, inconsistency, error or omission in this
TOR document, they should notify FPCL in writing as a soon as possible. In any such case this
needs to be done before the closing date so that FPCL may take any corrective action it considers
necessary.

7.9 Lodgment of Submission

Submissions must be lodged via the FPCL Tenderlink by 4:00pm Fiji Time on Friday 1st July 2022.
There is no other means of bid submission apart from the FPCL Tenderlink Portal.

FPCL reserves the right not to accept submission from any other forms of submission apart from
the above.

7.10 Late Submissions

Submissions lodged after the submission closing time shall be deemed late and will not be
considered.

7.11 Acceptance of Submissions

Page 10 of 11
Terms of Reference
Condition Assessment and Detail Design, Levuka Wharf Rehabilitation Project

FPCL is not bound to accept the lowest priced submission. Bidders whose submissions are not
accepted will be notified. FPCL Tender Committee reserves the right to negotiate with other
bidders if a contract cannot be successfully negotiated between FPCL and the preferred Bidder.

7.12 Collusive Activities

Bidders and their personnel must not engage in any collusive bidding, anti-competitive conduct
or any similar conduct with any other bidder or other person in preparing or lodging a submission
or to involve themselves in sort of collusive activities related to the tender.

7.13 Shortlisting

FPCL Tender Committee reserves in its absolute discretion, to make a shortlist of any bidders and
seek further information from those bidders before choosing a preferred bidder. In the event of
a shortlist being compiled by FPCL, bidders that are not shortlisted will be advised as soon as
possible.

Page 11 of 11

You might also like