You are on page 1of 54

Material Sheds Drainage Rehabilitation Project

East African Portland Cement Co. Ltd

TENDER DOCUMENT
FOR

MATERIAL SHEDS DRAINAGE REHABILITATION PROJECT

TENDER No. EAPCC/MATERIAL SHEDS DRAINAGE REHABILITATION


PROJECT /************/2009

Namanga Road,
Off Nairobi Mombasa road,
Athi River Works
P.O. Box 20, 00204,
Athi River
Kenya

Page 1 of 47

Material Sheds Drainage Rehabilitation Project

CONTENTS

Section A

Tender Forms

3 of 47

Section B

Conditions of Tender And Instructions To Tenderers

9 of 47

Section C

General Conditions Of Contract Part I

19 of 47

Section D

General Conditions Of Contract Part II

20 of 47

Section E

Particular Specifications

33 of 47

Section F

Copy of tender advertisement

40 of 47

Section G

Annexure

42 of 47

Page 2 of 47

Material Sheds Drainage Rehabilitation Project

SECTION A

FORM OF TENDER
APPENDIX TO FORM OF TENDER
FORM OF BID SECURITY
FORM OF CONTRACT AGREEMENT

FORM OF TENDER
(NOTE: The Appendix to Form of Tender forms part of the bid. Bidders are required
to fill all the blank spaces in this Form of Tender and in the Appendix to Form of
Tender)
TENDER: For Material Sheds Drainage Rehabilitation.

FROM: (Name of tenderer) .

TO:
The Managing Director,
East African Portland Cement Co. ltd,
P.0. Box 20 00204.
Athi River.
Dear Sir,
We the undersigned have carefully examined and understood the Tender Documents. We hereby agree
to execute the works as described in the Bills of Quantities and schedules in conformity with the
specifications and the tender documents.
Page 3 of 47

Material Sheds Drainage Rehabilitation Project

The Total cost for the works (in Kshs, all taxes inclusive) are:PROJECT NAME

TENDER VALUE -KSHS

COMPLETION PERIOD

1. In the event our proposal is accepted, we agree to commence the Works within (14) days of
receipt of order to commence and to complete and deliver the whole of the Works within the
above specified completion period (Contract Period) calculated from the last day of aforesaid
fourteen days period. We also furnish a performance bond issued by a Bank, in the manner
acceptable to EAPCC and for the sum equal to 10 % of the contract price before the signing of
the contract.
2. We agree to abide by these tender rates, valid for the period of 120 days from the date set for
the opening of tenders, and it shall remain binding upon us and may be accepted at any time
before the expiration of that period.
3. Unless and until a formal agreement is prepared and executed, this tender together with your
written acceptance thereof shall constitute a binding contract between us.
4. We understand you are not bound to accept the lowest or any tender and may reject any
offer in whole or in part without the obligation to assign reasons for the decision.
Signature of Tenderer.Name
Designation.
Signed this.day of.200
Stamp of the firm (tenderer)..

Page 4 of 47

Material Sheds Drainage Rehabilitation Project

APPENDIX TO FORM OF TENDER


(this Appendix forms part of Bid)
CONDITIONS OF CONTRACT
Bid security (Bank Guarantee only)

CLAUSE

41.1

VALUE
Kshs 300,000.00 (three hundred
thousand Kenya shillings)
10% (ten Percent) of contract price
in the form of Unconditional Bank
Guarantee
Within 14 days from the date of
acceptance of his tender (letter of
Acceptance).
Kshs 1,000,000 per occurrence, with
the number of occurrences unlimited
14 (fourteen) days

Amount of Performance Security

10.1

Program to be submitted

14.1

Minimum amount of Third Party


Insurance
Period of commencement, from
Engineers order to commence
Time for completion
Amount of liquidated damages
Limit of liquidated damages
Defects Liability Period
Percentage
for
adjustment
of
provisional sums
Percent of Retention
Limit of Retention money
Minimum Amount of Interim Payment
Certificate
Time within which payment to be
made
after
Interim
Payment
Certificate signed by Employers
representative
Time within which payment to be
made after Final Payment Certificate
signed by employers representative
Appointment of Arbitrator
Notices to Employer

23.2

43.1
47.1
47.1
49.1
59.4 (c)

. Calendar weeks
Kshs ---------- per day
5%(five percent) of contract value
6 (six) months
..percent

60.2
60.2
60.2
60.8

10 % (ten percent)
10 % (ten percent)
Kshs 700,000.00 (seven hundred
thousand Kenya Shillings)
30 (thirty days)

60.8

90 (ninety days)

67.3
68.2

Chief justice of the republic of Kenya


The Managing Director
EAPC Co. Limited
P.O. Box 20 00204,
Athi River

Signature of Tenderer.. Date..

Page 5 of 47

Material Sheds Drainage Rehabilitation Project

FORM OF BID SECURITY

(Note: The tenderer shall provide bank Guarantee of this format.).


WHEREAS..
[Name of tenderer]
(Here in after called the tenderer ) has submitted his bid dated for the
Tender for Material Sheds Drainage Rehabilitation Project at East African Portland
Cement Company Limited Hereinafter called the Bid
KNOW ALL MEN by these presents that we [Name and address of Bank]...

of [Name of country] .
Having our registered offices at
(hereinafter called the bank) are bound unto the Managing Director, EAPCC Co Limited
(hereinafter called the Employer) in the sum of
(In words Kshs)..

(In figures Kshs) .


....
for which payment shall be well and truly made to the said Employer the Bank bids it self, its
successors and assigns by these presents.
SEALED with the common seal of the said Bank this .. day of.. 2009
THE CONDITIONS of this obligation are :1. If the bidder withdraws his Bid during the period of bid validity specified by the Bidder on the
Bid Form; or
2. If the Bidder refuses to accept the correction of errors in his bid; or
3. If the Bidder having been notified of the acceptance of the acceptance of his bid by the
Employer during the period of Bid validity,
(i) Fails or refuses to execute the form of Agreement in accordance with the instructions to
Tenderers when required or
Page 6 of 47

Material Sheds Drainage Rehabilitation Project

(ii) Fails or refuses to furnish the Performance Security, in accordance with the Instructions to
Bidders;
We undertake to pay the Employer up to the above amount upon receipt of his first written
demand, without the Employer having to substantiate his demand, provided that in his demand
the Employer will note that the amount claimed by him (employer) is due to him (employer) owing
to the occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This guarantee shall remain in force up to and including twenty-eight (28) days after the date of
expiration of the bid validity, as stated in the instructions to tenderers.
At the request of the employer, the bid validity period may be extended by mutual agreement
between the employer and the bidder and we undertake to extend the validity of this surety
accordingly without you having to inform us of such an extension of the bid validity period if
within this period the bidder has been notified of the acceptance of his bid. This surety shall
remain valid up to the time the contact agreement has been executed.

SIGNATURE AND SEAL OF THE BANK.

SIGNATURE OF THE WITNESS..

NAME OF THE WITNESS.

ADDRESS OF THE WITNESS.

Page 7 of 47

Material Sheds Drainage Rehabilitation Project

FORM OF CONTRACT AGREEMENT


THIS AGREEMENT made on the _____ day of __________ 20_____ between East African Portland
Cement Co. Ltd. of P.O Box 20 00204, Nairobi] (hereinafter called the Procuring entity) of the
one part and [name of tenderer] of. [Address of tenderer] (hereinafter
called the contractor) of the other part:
WHEREAS the Procuring entity invited tenders for Material Sheds Drainage Rehabilitation
Project Ref No...[the works ] and has accepted a tender by the tenderer for the execution of the
works in the sum of [contract price in words and figures]
(hereinafter called the Contract Price).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1.

In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the instructions to tenderers hereinafter referred to.

2.

The following documents (with their priority as listed) shall be deemed to form and be read and
construed as part of this Agreement, viz.:
(1)
The Contract Agreement (if completed)
(2)
The Letter Of acceptance;
(3)
The tender and Appendix to tender;
(4)
The Conditions of Contract Part II;
(5)
The Conditions of Contract Part I;
(6)
The Particular Specifications;
(7)
The Drawings;
(8)
The priced Bill of Quantities;
(9)
Any other document forming part of the contract.

3.

In consideration of the payments to be made by the Procuring entity to the contractor, the
contactor hereby covenants with the Procuring entity to execute, complete and to remedy defects
therein in conformity in all respects with the provisions of the Contract

4.

The Procuring entity hereby covenants to pay the contractor in consideration of the provision of
the execution, completion and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the contract at the times and in the manner
prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with
their respective laws the day and year first above written.
Signed, sealed, delivered by
(Managing Director, EAPCC Co Ltd)

________
(Date)

in the presence of_____________________________________________________________


(Name, Designation and signature of witness)
Signed, sealed, delivered by

________________
(by the said contractor)

in the presence of_______________________________________________________________


(Name,
Designation
and
signature
of
witness)
Page 8 of 47

Material Sheds Drainage Rehabilitation Project

SECTION B
INSTRUCTIONS TO TENDERERS
Article
1

Introduction

10 of 47

Definitions

10 of 47

Project Definition

10 of 47

Scope of work

10 of 47

Compliance with Employers Requirements

11 of 47

Tender Eligibility

11 of 47

Cost of Tendering

11 of 47

Confidentiality

11 of 47

Site Visit

11 of 47

10 Clarification of Tender document

12 of 47

11 Amendment to tender document

12 of 47

12 Tender Security

12 of 47

13 Currencies

13 of 47

14 Tender Price

13 of 47

15 Terms of Payment

14 of 47

16 Tender Requirements

14 of 47

17 Submission of Tenders

15 of 47

18 Format of submission of Tenders

15 of 47

19 Withdrawal of Tenders

16 of 47

20 Tender opening

16 of 47

21 Tender Evaluation

17 of 47

22 Award of contract

18 of 47

Page 9 of 47

Material Sheds Drainage Rehabilitation Project

CONDITIONS OF TENDER AND INSTRUCTIONS TO TENDERERS

1.0

INTRODUCTION
East African Portland Cement Co. Ltd, a company incorporated in Kenya, is in the process of
improving the factory global storm water drainage system at its Athi River plant. In view of this
EAPCC is inviting the tenders for material sheds drainage system rehabilitation and furnace fuel
pipes relocation

2.0

DEFINITIONS
(a) Employer means East African Portland Cement Company Limited (The Employer)
represented by the Managing Director.
(b) Tenderer means any eligible firm or company submitting a Tender in accordance with the
instructions, conditions and specifications as set out in this Tender document.
(c) Prospective Tenderer means any firm or company, which has purchased a tender document.
(d) Tender Notice means the published tender advertisement.
(e) Deadline for submission of tenders means the time and date specified in the tender notice
or as amended as per clause 16.3
(f) Financial submission has been used synonymously with Commercial submission and is
used to remove any ambiguity and ensure clarity of intention

3.0

PROJECT DEFINITION
During rainy seasons, a lot of storm water is generated from material sheds roof covering and
surface runoff around the sheds. The all weather road around material sheds is poorly drained
affecting production operations; storm water find its way into the sheds which is a big threat to
the materials quality.
This project shall be located within East African Portland Cement Company Ltd premises, Athi
River Works along Namanga Road. You are at liberty to ask for any further information or make
site visit if you so desire

4.0

SCOPE OF WORK
The works as laid out in the drawings shall consist of provision of all necessary labour, material
and equipment required to effectively carry out the Works involving but not limited to the
following;
3.4 Open drainage trench excavation and leveling into suitable invert levels and laying of the
drain channels and lining slabs construction into appropriate gradient as per as layout
drawings
3.5 Stabilizing the adjacent soils and stone pitching to the adjacent walling
3.6 Excavation of drainage channel along shed B and lying of concrete pipes complete with
mass concrete surround at sheds entrances
3.7 Construction of all weather road and installation of wearing course of heavy duty paving
blocks at a cross fall 2.5% per cross section drawings
3.8 Pipes trench excavation through shed A and construction of box culvert tunnel
3.9 Installation of 6offloading and 3return fuel pipes and installation of electric cable trays as
per drawing No

Page 10 of 47

Material Sheds Drainage Rehabilitation Project

3.10 Rehabilitation of the material sheds; cleaning of the roof covering, replacement of the
leaking roof sheets, repairs to the damaged cladding and installation of protective bollards at
the entrances.
3.11 Carry out commissioning and handover of the installation and the drainage works.
3.12 The drawings that shall be used for the works are J211/CC/01 & J211/CC/02.
3.13 The tenderer is required to check the number of pages and should any be found missing
or in duplicate, or figures or writing indistinct, he must inform the Employer at once and have
the same rectified. Should the tenderer be in doubt about the precise meaning of any work or
figure for any reason whatsoever, or observe any apparent/obvious omission of works or
figures he must inform the Employer in order that the correct meaning may be decided
before the submission of the tender. No liabilities whatsoever shall be admitted nor claim in
respect of errors in the contractors tender due to mistakes that should have been rectified in
the manner described above.
5.0

COMPLIANCE WITH EMPLOYERS REQUIREMENTS


The Tenderer must comply fully with the requirements of this Tender Document in order for its
tender to be retained for evaluation. A Tenderer may not submit more than one tender.

6.0

TENDERER ELIGIBILITY
6.1

7.0

This invitation to tender is open to well established Building & Civil engineering
construction companies. The Tenderer shall thus provide proof of its standing as such
and include a list of similar projects carried out in the last 5 years complete with contact
reference for these projects.

COST OF TENDERING
The Tenderer shall bear all costs associated with the preparation and submission of its
tender.

8.0

CONFIDENTIALITY
All recipients of this tender document, whether or not they submit a tender, shall treat
the
content as private and confidential. The documents are the copyright of the Employer. All
tenders and accompanying documents will be treated in the
strictest confidence and no
information shall be disclosed to any person who is not part of the tender process.

9.0

SITE VISIT
The Tenderer shall at its own expense visit the plant site for detail understanding of the client
requirements and obtain for itself all information which is deemed necessary to enable it to
submit a fully comprehensive and sufficient tender.
No claims whatsoever will be entertained arising out of the Tenderers failure to study local
conditions, specifications, drawings, documents, existing facilities etc or to obtain additional
information.
Page 11 of 47

Material Sheds Drainage Rehabilitation Project

For setting up site visits, contact the following:


Mr. Salim Daghar Tel. (office):
Mobile:
E-mail:

+254 45 22777
+254 733 242093
salim.daghar@eapcc.co.ke
OR

Mr. Jasper Ireri Tel. (office): +254 45 22777


Mobile:
+254 0722 423 689
Email:
jasper.ireri@eapcc.co.ke

9.0

CLARIFICATION OF TENDER DOCUMENT


Any request by a Tenderer for clarification or for additional information shall be submitted to the
Employer either in writing or via e-mail or facsimile. Such request shall be addressed to Mr.
Salim Daghar or Mr. Jasper Ireri at the following address.
East African Portland Cement Co Ltd
P.O. Box 20, - 00204,
Athi River,
Kenya
Fax
+254 45 20406/22378
E-mail: salim.daghar@eapcc.co.ke
jasper.ireri@eapcc.co.ke
The Employer will respond to requests received no later than twenty one (21) before deadline
for submission of tenders. Such response shall be either in writing or via e-mail or facsimile as
may be appropriate. Copies of the Employers response including the query (but without
identifying the source) will be sent to all prospective Tenderers.
All clarifications required by tenderers must reach the Employer at least 21 days
before the close of the tender

10.0 AMENDMENT TO TENDER DOCUMENT


At any time prior to the deadline for submission of tenders the Employer for any reason, whether
at its own initiative or in response to a clarification requested by a prospective Tenderer, may
modify the tender document by issuing Addenda. Such Addenda will be circulated to all
Tenderers in writing or by facsimile/e-mail, not later than fourteen (14) days from the closing
date and will be binding on them. The Tenderer must promptly confirm in writing to the Employer
receipt of such Addenda.

11.0 TENDER SECURITY


Page 12 of 47

Material Sheds Drainage Rehabilitation Project

11.1

The Tenderer shall furnish as part of his tender, a Tender Security in the
amount of Kshs 300,000.00
This unconditional Tender Security shall be in the form of a guarantee from a reputable
Bank.
The format of the Security shall be in accordance with the conditions stipulated in the
sample form of Tender Security included in the annexure.

11.2

The Tender Security shall be valid for thirty (30) days beyond the tender validity period
as specified in Clause 13.1.

11.3

The Tender Security of unsuccessful Tenderers will be returned as promptly as possible,


but not later than thirty (30) days after expiry of the tender validity period. The Tender
Security of the successful Tenderer will be returned upon the tenderer signing the
Contract Agreement and furnishing the required Performance Security.

11.4

The Tender Security may be forfeited if:


(a)
Tenderer withdraws its tender during the period of tender validity: or
(b)
Successful Tenderer fails within the specified time limit
(i)
to sign the Contract Agreement, or
(ii)
to furnish the required Performance Security

12.0 CURRENCIES
12.1

Currencies of Bid and Payment shall be priced in Kenya Shillings (Kshs) and all payable
Duties, taxes (including VAT) and other levies payable by the contractor under the
contract shall be included in the rates and prices and the total Bid Price submitted by the
bidder.

13.0 TENDER PRICE


13.1 The tender price shall be valid for a period of no less than 120 days from the deadline date
of submission of tender.
13.2

Prices accepted during the validity period stated above shall be firm and remain fixed for
the duration of the project and shall not have estimates and price escalation factors or
indexes.

13.3 The contract shall be for the whole Works as described under Clause 4, based on the
basic unit rates and prices in the bill of quantities submitted by the bidder. The bidder
shall fill in rates and prices for all items of Works described in the Bill of Quantities,
whether quantities are stated or not. Items against which no rate or price is entered by
the bidder will not be paid for by the employer when executed and shall be deemed
covered by the other rates and prices for other items in the Bill of Quantities.
13.4 The employer in no way guarantees neither completeness nor accuracy of the soil,
materials, subsurface and hydrological information made available to the contractor at
the time of tendering or at any other time during the period of the contract (if any),
and the contractor shall be responsible for ascertaining for himself all information as
aforesaid for the execution of the works and his tender shall be deemed to have been
priced accordingly.
Page 13 of 47

Material Sheds Drainage Rehabilitation Project

13

TERMS OF PAYMENT
The Tenderer shall state the terms of payment.
The Employers preferred terms of payment are,
80%
10%

15.0

No advance payment will be made under this Contract


Progress payments
On issuance of Take-Over Certificate against a bank guarantee of the same value
valid for the Defects Liability Period.

TENDER REQUIREMENTS
15.1 All documents and correspondence relating to the tender shall be in the
language.
15.2

English

The tender shall comprise the following documents:


15.2.1 Tender Security as defined in Clause 11.0. This is a mandatory requirement and
failure to provide the Tender security shall result in disqualification.
15.2.2 Tenderers eligibility documents as per Clause 5.0
15.2.3 Tenderers mandatory requirements as stipulated in clause 20.6
15.2.4 Technical information and requirements, specifications and design criteria
including, but not limited to the following:
(a)
(b)
(c)
(d)
(e)
(f)

Proposal of work method and completion schedule in


sufficient
detail to demonstrate bidders understanding and capacity to meet
technical specifications.
Test and procedures
Site management procedures to reflect minimum interference of
production operations
Schedule of key personnel Contractor proposes to deploy to direct and
execute the work together with their qualifications, experience and
position held.
Major items of reliable construction plant and equipment in good working
order for the work required that the bidder proposes to deploy on site.
Occupation Health and Safety Policy

15.2.5 Commercial conditions of the tender including, but not limited to the following:
(a)
Duly completed Form of Tender as included in the annexure
(b)
Priced bill of quantities
(c)
Evidence of access to lines of credit and availability of other financial
resources
(d)
Financial predictions for the current year and the subsequent years,
including the effect of known commitments
(e)
Work commitments acquired since prequalification
(f)
Proposed terms and conditions of payment including the Conditions of
Particular Application listed in the Appendix to form of tender . The
Tenderer shall fill the information required in the form.

Page 14 of 47

Material Sheds Drainage Rehabilitation Project

15.3

The tenderer shall submit an offer, which complies fully with the requirements of the
tender documents. No alternative offers shall be allowed. Each tenderer may submit only
one tender

15.4

The tenderer shall not attach any conditions of his own to his tender and the tender price
must be based on the tender documents. Any tenderer who fails to comply with this
clause will be disqualified

Note:
It is the responsibility of the Tenderer to ensure that the tender is correct and fully reflects the
prospective Tenderers intentions. In the event of obvious errors being discovered, the Employer
shall refer such errors to the Tenderer for clarification. The Employer shall not be bound to
accept any responsibility or increase in costs that may result from such errors.
16.0

SUBMISSION OF TENDERS
16.1

Tenders shall be submitted in plain sealed envelopes (outer envelope) bearing no


identification of the Tenderer but including a warning not to open before the deadline for
submission of tenders, marked TENDER NO. EAPCC/MATERIAL SHEDS DRAINAGE
REHABILITATION /***/2009 and forwarded to the Managing Directors , East African
Portland Cement Co. Ltd, P.O. Box 20, - 00204, Athi River Kenya or be deposited in the
Tender box located at the main entrance of the Head Office, Athi River, off Namanga
Road.

16.2

The tender must be delivered before the deadline for submission of tenders as stipulated
in the tender notice or as amended as per clause 16.3.

16.3

The Employer may, at his discretion, extend the deadline for the submission of tenders
through the issue of an Addendum in accordance with Clause10.0

16.4

Any tender received by the Employer after the deadline for submission of tender will be
returned to the Tenderer unopened.

17.0 FORMAT OF SUBMISSION OF TENDERS


17.1 The outer envelope as described under Clause 16.1 shall contain two
Envelope A and Envelope B.
17.2

envelopes

Envelope A shall be clearly marked Envelope A Technical Submission and shall


contain the documents listed in Clauses 15.2.1, 15.2.2, 15.2.3 and 15.2.4
Note:
It shall not contain any indication of the tender price or of any other commercial terms
and conditions.
Envelope B shall be clearly marked Envelope B Financial Submission and shall
contain the documents listed in Clause 15.2.5.

17.3

Both envelopes A and B shall be sealed, bear the name and address of the Tenderer, be
addressed to the Employer at the address provided in the Tender Notice, bear the name
and identification number of the Tender as given in the Tender Notice.
Page 15 of 47

Material Sheds Drainage Rehabilitation Project

17.4

18.0

A Tenderer may modify its tender before the deadline for submission of tenders. Such
tender modifications shall be prepared, sealed, marked and delivered in accordance with
Clauses 16.0, 17.1, 17.2 and 17.3 but with outer and inner envelopes additionally
marked MATERIAL SHEDS DRAINAGE REHABILITATION PROJECT.

WITHDRAWAL OF TENDERS
18.1 A Tenderer may withdraw its tender before the deadline for submission of tenders by
submitting a notice of withdrawal to the Employer. Such withdrawal notice shall be
addressed and delivered to the Managing Director before the deadline for submission of
tenders.
18.2 No tender may be withdrawn in the interval between the deadline for submission of tenders
and the period of tender validity specified in the Form of Tender. Withdrawal of a tender
during this interval will result in the forfeiture of the Tender Security.
18.3

19.0

After the expiry of the tender validity period specified in the Form of Tender, the
Tenderer may withdraw its tender without risk of forfeiture of the Tender Security if the
Tenderer
(a) Has not received notice of the award of the Contract or
(b) Does not intend to conform to a request by the Employer to extend the
period of tender validity.

TENDER OPENING
19.1

The Employer will open the tenders in the presence of the Tenderers
representatives who choose to attend at the time and location specified in the
tender notice. The Tenderers representatives who are present shall sign a register
evidencing their attendance. The Employer shall prepare minutes of the tender
opening including the information disclosed to those present.

19.2

The outer Envelope of each tender will be opened first and the names of the
corresponding Tenderer announced and recorded along with confirmation of
the
presence of Envelopes A and B. Tenders that do not conform to the two envelope format
shall be recorded as such and returned to the Tenderer.

19.3 Tenders for which withdrawal notice has been received will be announced and recorded
as such and Envelopes A and B shall be returned to the Tenderer unopened.
19.4

Envelopes A (original and modification if any) will then be opened to establish the
presence of the Tender Security whose value and validity will be announced. Envelope B
(original and modification if any) will be kept unopened pending evaluation of the content
of Envelope A as per Clause 20.4.

19.5 Tenders not opened and read out at the tender opening shall not be considered further for
evaluation, irrespective of the circumstances.

Page 16 of 47

Material Sheds Drainage Rehabilitation Project

20.0 TENDER EVALUATION


20.1 After the public opening of tenders, information relating to the examination, clarification,
evaluation and comparisons of tenders and recommendations
concerning the award
of Contract shall not be disclosed to Tenderers or other persons not officially concerned
with such process until the award of
Contract is announced.
20.2 Any effort by a Tenderer to influence the Employer in the process of examination,
evaluation and comparison of tenders and decisions concerning award of Contract may
result in the rejection of the Tenderers tender.
20.3 To assist in the examination, evaluation and comparison of tenders, the Employer may ask
Tenderers individually for clarification of their tenders. The request for clarification and
the response shall be via e-mail or facsimile and confirmed in writing, but no change in
the price or substance of the tender shall be sought, offered or permitted except as
required to confirm the correction of arithmetical errors discovered by the employer
during the evaluation of the tenders.
20.4 The evaluation will be carried out in four phases. First the preliminary evaluation will be
carried out to determine the Tenderers eligibility followed by evaluation of mandatory
requirements. Detailed evaluation of the technical and commercial submissions will then
follow as stipulated in Clauses 20.7, 20.8 and 20.9.
20.5 The evaluation for Tender eligibility as stipulated in Clause 5.0
20.6 Mandatory requirements
20.6.1
20.6.2
20.6.3
20.6.4

Provision of the Tax compliance certificate and three years audited accounts.
Conformity of the Tender Security with stipulations of Clause 11.0.
Signing of the Tender by the person lawfully authorised to do so.
The Tender is valid for a period of no less than 120 days from the date of
submission of tender.

20.7 Tenderers who pass the eligibility and mandatory evaluation criteria will be retained for
technical evaluation. The Tenderers who do not pass the eligibility and mandatory
evaluation criteria shall be informed accordingly in writing and envelope B of their tender
returned to them un-opened.
20.8

The technical evaluation criteria shall determine the Technical responsiveness as


measured by;
20.8.1 Technical information and requirements submitted as stipulated in clause 15.2.4
20.8.2 Project Implementation schedule.
Note:
Prior to confirmation of technical qualification of a tender, visit to the Tenderers facility
may be required; the employer shall bear the cost of the visit.

20.9

The Tenderers whose tender do not meet the technical evaluation criteria shall be
informed accordingly in writing and envelope B of their tender returned to them unopened. Tenderers whose technical submissions meet the evaluation criteria and may
choose to attend, will be informed of the date, time and place of opening of envelopes B.
At the opening of envelopes B, the tender price specified on the Form of Tender shall
Page 17 of 47

Material Sheds Drainage Rehabilitation Project

be announced. Signature of attendance register and minutes taking shall be as for the
tender opening as stated in Clause 19.1.
20.10 The commercial evaluation criteria shall be based on the following key criteria:
20.10.1 Validity and feasibility of all prices as determined by comparison between the
various tenders
20.10.2 Total tendered price of the project
20.10.3 Conditions of price (firm and fixed for the total duration of the project)
20.10.4 Potential additional costs not included in the tendered price
20.10.5 Terms of payment
20.10.6 Opportunity cost based on project schedule variations

21.0 AWARD OF CONTRACT


21.1

The Employer reserves the right to accept or reject any tender, and to annul the
tendering process and reject all tenders, at any time prior to award of Contract, without
thereby incurring any liability to the affected Tenderers or any obligation to inform the
affected Tenderers of the grounds for the Employers action.

21.2

The Employer will award the Contract to the lowest evaluated bidder.

21.3

Prior to the expiry of the tender validity period, the Employer will notify the successful
Tenderer via e-mail or facsimile and confirm in writing by registered letter that his tender
has been accepted. This letter (hereinafter and in all Contract documents called Letter
of Acceptance) shall state the sum (hereinafter and in all Contract documents called
the Contract Price) which the Employer will pay to the Tenderer in consideration of the
execution and completion of the Works as prescribed by the Contract. Simultaneously
with the issuance of the Letter of Acceptance, the unsuccessful Tenderers will be
notified by the Employer in writing that their tenders have been unsuccessful.
Subsequently their tender securities shall be returned as promptly as possible.

21.4

The notification of award shall constitute the formation of a contract between the parties.
Such Contract shall be confirmed through a Contract document incorporating all
agreements between the parties and signed by the duly authorised representative of the
Employer and the successful Tenderer. This shall be done before the expiry of the
tender validity period.

21.5

Within twenty eight (28) days from receipt of the notification of award from the Employer,
the successful Tenderer shall furnish the Employer with a Performance Security in the
amount of 10% of the Contract Price.

Page 18 of 47

Material Sheds Drainage Rehabilitation Project

SECTION C

GENERAL CONDITIONS OF CONTRACT PART I

The Conditions of General Part 1 General Conditions shall be those forming Part 1 of the Conditions of
Contract for Works of Civil Engineering Construction (4Th edition 1987), prepared by the Federation
Internationale des Ingenieurs-Conseils (FIDIC) and reprinted in 1988 with further amendments.
These conditions shall be read together with the Conditions of Particular Application stipulated
hereafter. Copies of the FIDIC Conditions of Contract can be obtained from:
FIDIC Secretariat,
P.O. Box 86,
1000 Lausanne 12,
SWITZERLAND
Fax:

+41 21 653 5532

Telephone:

+41 21 653 5003

Page 19 of 47

Material Sheds Drainage Rehabilitation Project

SECTION D

GENERAL CONDITIONS OF CONTRACT PART II


(CONDITIONS OF PARTICULAR APPLICATIION)
The following Conditions of Particular Application shall supplement the General Conditions of Contract.
Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of
Contract. The Particular Condition is preceded by the corresponding clause number of the General
Condition to which it relates.

Sub-Clause1.1
Definitions

Amend this sub-clause as follows:


a) i) Employer

East African Portland Cement Co. Ltd,


P.O. Box 40101,00100
Nairobi,
Employers representative shall be The
Managing Director, East African Portland
Cement Co. Ltd, or any other competent
person appointed by the Employer in charge
of projects in writing, and / or notified to the
Contractor to act in replacement
appropriately

a) (iv) Engineer

b) i)

Baseplan Associates
Consulting Engineers
P. O. Box 66154 00800
Nairobi
Insert in line 2 after the Bills of Quantities, the following,
the rates entered by the Contractor (whether or not such
rates be employed in computation of the Contract Price),
Amend subparagraph (b) (v) by adding the following works at
the end:

The word tender tender is synonymous with bid and the


word Appendix to Tender with Appendix to Bid and the
tender documents with bidding documents.
Add the following at the end of this sub Clause:
(h) (I) Materials means materials and other things intended
to form or forming part of the Permanent Works.

Page 20 of 47

Material Sheds Drainage Rehabilitation Project

Sub Clause 5.1


Language and Law

Sub Clause 5.2


Priority of contract
documents

(a)

The Contract document shall be drawn up in the ENGLISH


LANGUAGE, Communication between the Contractor
and the Engineers Representatives shall be in this
given language.

(b)

The Laws applicable to this Contract shall be the Laws of the


Republic of Kenya

Delete the following listed 1-6 and substitute:


(10)
(11)
(12)
(13)
(14)
(15)
(16)
(17)
(18)

Sub Clause 10.2


Validity of
Performance
security

Sub Clause 10.3


Claims under
performance
security
Sub Clause 10.4
Cost of
Performance
Security

The Contract Agreement (if completed)


The Letter Of acceptance;
The tender and Appendix to tender;
The Conditions of Contract Part II;
The Conditions of Contract Part I;
The Particular Specifications;
The Drawings;
The priced Bill of Quantities;
Any other document forming part of the contract.

The Performance Security shall be valid until a date 28 days after the
date of issue of the Defects Liability Certificate. The security shall be
returned to the Contractor within 14 days of expiration.

Delete the entire sub-clause 10.3.

The cost of complying with the requirements of this clause shall be


borne by the Contractor.

Page 21 of 47

Material Sheds Drainage Rehabilitation Project

Sub Clause 14.1


Program to be
Submitted

The time within which the program shall be submitted shall be


specified in the Appendix to the Form of Bid.
This detailed program shall be based upon the program submitted by
the Contractor as part of his tender, where this was required, and
shall in no material manner deviate from the said program.
The program shall be in the form of a Critical Path Method Network
(CPM Network) showing the order of procedure and a description of
the construction methods and arrangements by which the Contractor
proposed to carry out the works. It should also be supplemented by a
time-bar chart of the same program.
The Contractor shall allow in his program for the following public
holidays per calendar year during which the Contractor shall not be
permitted to work.

New Years Day (1st January)


Good Friday (Not fixed)
Easter Monday (Not fixed)
Labour day(1st May)
Madaraka Day (1st June)
Idd Ul Fitr (Not fixed)
Kenyatta Day (20th October)
Jamhuri Day (12th December)
Christmas Day (25th December)
Boxing Day (26th December)

The Contractor shall also allow per calendar year for a further 2
unspecified public holidays which may be announced by the
Government of Kenya with no prior notification upon which he shall
not be permitted to work.

Page 22 of 47

Material Sheds Drainage Rehabilitation Project

Sub Clause 15.1


Qualification and
The Contractors superintending staff shall meet the following
minimum qualifications:
language ability of
superintending staff
(a) Should have a working knowledge of English or
Kiswahili.
(b) Must have the following minimum qualification certificates
from the Kenya Polytechnic or equivalent institutions
approved by the Engineer:

Senior Foremen Higher National Diploma


Surveyor - Higher National Diploma
Survey Assistant Ordinary Diploma
Other Foremen Ordinary Diploma

(c) Must have the following minimum experience

Senior Foremen 10 years


Surveyor 5 years
Survey Assistant 5 years
Other Foremen 5 years

(d) Qualifications as above shall be subject to verification


and approval on site by the Employers representative on
site before deployment of the said staff to the works.

Sub Clause 16.1


Contractors
employees

Sub Clause 19.1


Safey

The Contractor is encouraged to the extent practicable and


reasonable, to employ staff and labour with appropriate qualifications
and experience who are Kenya citizens.
Substitute (b) with the following
Provide and maintain

Page 23 of 47

Material Sheds Drainage Rehabilitation Project

Sub Clause 45.1


Restriction on
working hours

Add at the end of Sub Clause 45.1 the following:


If the Contractor requests permission to work by night as
well as by day, then if the Engineer shall grant such
permission the Contractor shall not be entitled to any
additional payments for so doing. All such work at night shall
be carried out unreasonable noise or other disturbance and
the Contractor shall indemnify the Employer from and against
all claims, demands, proceedings, costs, charges and
expenses whatsoever in regard or in relation to such liability.
In addition the Contractor will be required to provide, for any
work carried out at night or recognized days of rest, adequate
lighting and other facilities so that the work is carried out at
safely and properly.

Sub Clause 47.2


Reduction of
liquidated damages

Deleted paragraph 1 of Clause 47.2 and substitute the following.


There shall be no reduction in the amount of liquidated damages in
the event that a part or a section of the works within the Contract is
certified as completed before the whole of the works comprising that
contract.
The Employer shall pay no bonus for early completion of the works to
the Contractor.

Sub Clause 52.4


Daywork

Add the following at the end of Sub-Clause 52.4:


The work so ordered shall immediately become part of the works
under the contract. The Contractor shall, as soon as practicable after
receiving the Dayworks order from the Employers representative
undertake the necessary steps for due execution such works. Prior to
commencement of any work to be done on a Dayworks basis, the
Contractor shall give and advance notice to the Employers
representative stating the exact time of such commencement.

Clause 60 of the General Conditions is deleted and substituted with


the following:

Page 24 of 47

Material Sheds Drainage Rehabilitation Project

Sub Clause 60.1


Monthly statements

The contractor shall submit to the employers representative after the


end of each month for checking and certification of statement showing
the estimated value of the permanent work executed up to the end of
the month (if such work shall justify the issue of an interim certificate).
The contractor will be paid monthly on the certificate of employers
representative the amount due to him on the account of
a) estimated value of permanent work executed up to the
previous month together with;
b) the cost (not exceeding 75 percent of the value) of materials
for permanent work delivered by the contractor on the site
and approved by the employers representative
c) such amounts as the employers representative may consider
fair and reasonable for temporary works for which separate
amounts, if any, are provided in the Bill of Quantities
d) any retention as specified in the appendix to Form of Tender.
e) Any other sum to which the Contractor may be entitled under
the Contract
In cases where there is difference in opinion as to the value of any
item, the Employers representative view shall prevail,

Sub Clause 60.2


Interim Payment
Certificate

The Contractor shall forward to the Interim Payment Certificate based


on the above and, should it be necessary in the Employers
representative opinion warrant amendments, such further
amendments and corrections to the Interim Payment Certificate shall
be made and the contractor further informed.
The Employers representative shall not unreasonably withhold
certifying an Interim Payment Certificate and in case of likely delay in
establishing the value of an item, such item may be set aside and the
remainder certified for payment.
Within 28 days after receipt of the Interim Payment Certificate and
subject to the Contractor having made such further amendments and
corrections as the Employers representative may require, the
certified Interim Payment Certificate will be forwarded for payment.
Employers representative shall not be bound to certify any payment
under this clause if the net amount thereof, after all retentions and
deductions, would be less than the minimum mount of Interim
Payment Certificates stated in the Appendix to Form of Bid. However
in such a case, the uncertified amount will be added to the next
interim payment, and the cumulative unpaid certified amount will be
compared to the minimum amount of interim payment.

Page 25 of 47

Material Sheds Drainage Rehabilitation Project

Sub Clause 60.3


Materials for
Permanent Works

With respect to materials brought by the Contractor to the site for


incorporation into the permanent works, the Contractor shall:
(a)
(b)

Receive a credit in the month in which these materials are


brought to site.
Be charged a debit in the month in which these materials are
incorporated in the permanent works. The Employers
representative in accordance with the following previsions
shall determine both such credit and debit.
(a)
No credit shall be given unless the following
conditions shall have been met to the satisfaction.
(i)
The materials are in accordance with the
specifications for the works;
(ii)
The materials have been delivered to site
and are properly stored and protected
against loss, damage or deterioration;
(iii)
The Contractors record of the requirements,
orders receipts and use of materials are kept
in a form approved by the Employers
representative, and such records are
available for inspection by the Employers
representative;
(iv)
The Contractor has submitted a statement of
his cost of acquiring and delivering the
materials and plant to the Site, together with
such documents as may be required for the
purpose of evidencing such cost;
(v)
The materials are to be used within a
reasonable time.
(b)

The amount to be credited to the Contractor shall be


75% of the Contractors reasonable cost of the
materials delivered to site, as determined by the
Employers representative after review of the
documents listed in subparagraph (a) (iv) above;

The amount to be debited to the Contractor for any materials


incorporated into the works shall be equivalent to the credit previously
granted to the Contractor for such materials pursuant to Clause (b)
above as determined by the Employers representative.
Sub Clause 60.4
Currency of
Payment

The Contract Price shall be designated in Kenyan Currency.


All work performed by the Contractor under the Contract shall be
valued in Kenya Shillings using the rates and prices enter in the Bills
of Quantities together with such other increases to the Contract Price,
except for variation of price payments in accordance with Clause
70.1.

Page 26 of 47

Material Sheds Drainage Rehabilitation Project

Sub Clause 60.5


Retention Money

A retention amounting to the percentage stipulated in the Appendix to


Bid shall be made by the Employers representative in the first and
following Interim Payment Certificates until the amount retained shall
reach the Limit of Retention Money named in the Appendix to Form
of Tender.

Sub Clause 60.6


Payment of
Retention Money

Upon the issue to the Taking-Over Certificate, with respect to the


whole of the works one half of the retention money shall become due
and shall be paid to the Contractor when the Employers
representative shall certify in writing that the last section of the whole
works has been substantially completed.
Upon expiration of the Defects Liability Period for the works, the other
half of the Retention Money shall be certified by the Employers
representative for payment to the Contractor.
Provided also that if at such time, there remains to be executed by the
Contractor any work instructed, pursuant to Clause 49 and 50, in
respect of the works, the Employers representative shall be entitled
to withhold certification until completion any such work or so much of
the balance of the Retention money as shall in the opinion of the
Employers representative, represents the cost of the remaining work
to be executed.

Sub Clause 60.7


Advance Payment
Sub Clause 60.8
Time for Payment

No advance payment will be made under this Contract


(a) The amount due to the Contractor under any Interim Payment
Certificate or Final Payment Certificate issued pursuant to this
Clause or to any other terms of the Contract, shall, subject to
Clause 47, be paid by the Employer to the Contractor as follows:
(i)

(ii)

(iii)

In the case of Interim Payment Certificate, within the


time stated in the Appendix to Form of Bid, after the
Employers representative has signed the Interim
Payment Certificate.
In case of the Final Payment Certificate pursuant to
Clause 60.13, within the time stated in the Appendix
to Form of Bid, after the Employers representative
has signed the Final Payment Certificate.
In the event of the failure of the Employer to make
payment within the times stated, the Employer shall
make payment to the Contractor of simple interest at
a rate equal to two percentage points above the
averaged Base Lending Rate of three reputable
commercial banks incorporated in Kenya. The
provisions of this sub clause are without prejudice to
the Contractors entitlements under Clause 69 or
otherwise.
Page 27 of 47

Material Sheds Drainage Rehabilitation Project

Sub Clause 60.9


Correction of
Certificates

Sub Clause 60.10


Statement at
Completion

The Employers representative may in any interim Payment Certificate


make any correction of modification to any pervious Interim Payment
Certificate signed by him and shall have authority, if any work is not
being carried out to his satisfaction to omit or reduce the value of
such work in any interim Payment Certificate.
Not later than 84 days after the issuer of the Taking-Over Certificate
in respect of the whole of the works, the Contractor shall submit to the
Employers representative a statement at completion showing in
detail;
(a)
(b)
(c)

The final value of all work done in accordance with the


Contract up to the date stated in such Taking-Over
Certificate.
Any further sums which the Contractor considers to be due;
and
An estimate of amounts that the Contractor considers will
become due to him under the Contract.

Estimate amounts shall be shown separately in the Statement at


Completion. The Contractor shall amend and correct the Statement
as directed by the Employers representative and submit a Certificate
at Completion to be processed as in Sub-Clause 60.2.
Sub Clause 60.11

Final Statement

Not later than 56 days after the issuer of the Defects Liability Periods
pursuant to Sub-Clause 62.1, the Contractor shall submit to the
Engineer for consideration a draft final statement with supporting
documents showing in detail;
(a)
(b)

The final value of all work done in accordance with the


Contract;
Any further sums which the Contractor considers to be due to
him.

If the Employers representative disagrees with or cannot verify any


part of the draft final statement, the Contractor shall submit such
further information as the Employers representative may reasonably
require and shall make such changes in the draft as may be required.
Sub Clause 60.12
Discharge

Upon submission of the Final Statement, the Contractor shall give to


the Employer a written discharge confirming that the total of the Final
statement represents full and final settlement of all monies due to the
Contractor arising out of or in respect of the Contract. Provided that
such discharge shall become effective only after payment under the
Final Payment Certificate issued pursuant to Sub Clause 60.13 has
been made and the Performance Security referred to in sub-Clause
10.1 has been returned to the Contractor.
Page 28 of 47

Material Sheds Drainage Rehabilitation Project

Sub Clause 60.13


Final Payment
Certificate

Upon acceptance of the final Statement by the Employers


representative as given in Sub-Clause 60.11, the Contractor shall
prepare a final Payment Certificate stating:
(a)
(b)

the final value of all work done in accordance with the


Contract;
After giving credit to the Employer for all amounts
previously paid by the Employer, the balance, if any,
due from the Employer to the Contractor or the
Contractor to the Employer.

Final Certificate shall be issued for any sum due to the Contractor
even if such is less than the sum said named in the Appendix to the
Form of Tender.

Sub Clause 60.14


Cessation of
Employers Liability

Sub Clause 67.3


Arbitration

Within fourteen days of delivery without objections, the Final


Certificate shall be deemed to represent the total Contract Price as
set out in the Final Certificate and as a full settlement for all work
done under the Contract including any variations and omissions
thereof but excluding any variations and claims previously made in
writing.
Delete all the words from line 6 onwards beginning with the words
unless otherwise up to line 8 ending with the words under such
rules , and substitute with the following:
by an arbitrator to be agreed upon between the parties within
the meaning of the Arbitration Laws of the Republic of Kenya.

Sub Clause 69
Default of employer

Delete in Sub-Clause 69.1 (a) the words (28 days) and inset the
words sixty (60) days.
Delete in Sub-Clause 69.4 line 4 the words (28 days) and inset the
words sixty (60) days.
Delete in Sub-Clause 69.1 (d) the words for unforeseen reasons, due
to economic dislocation
In Sub-Clause 69.1, 69.4, 69.5 substitute Sub-Clause 60.8 for SubClause 60.10

Page 29 of 47

Material Sheds Drainage Rehabilitation Project

Sub Clause 70.1


Changes on cost
and legislation

Delete Sub-Clause 70.1part 1 in its entirety and substitute the following;

The Contract Sum shall be deemed to have been calculated


based on all duties on materials to be incorporated into the
finished works at the date of tender pricing. If at any time
during the period of the contract the duties shall be varied by
an Act, Statue, Decree, regulation and the like after the said
date of tender pricing and in the opinion of the Employers
representative this shall affect the cost to the Contractor of
such materials, then the Employers representative after due
consultation shall ascertain the net difference in cost of such
materials. Any amount from time to time so ascertained shall
be added or deducted from the Contract Sum as the case
may be.
For the purpose of this clause, duties shall include all
customs and excise charges, tariffs, taxes and other duties
imposed by statutory or other authority in the country where
the Works are being carried out.

Sub Clause 72
Rates of exchange
cost

Delete clause 72 in its entirety and substitute the following;


The currency of Tender and payments is Kenya shillings and rates of
exchange requirements are not applicable.

Add new Clause 73.1:

Sub Clause 73

Page 30 of 47

Material Sheds Drainage Rehabilitation Project

Bribery and
collision

The Contractor shall not:


(a)

(b)

Offer or give or agree to give to any person in the service of


the EAPC Co. Ltd. any gift or consideration or any kind as an
inducement or reward for doing or forbearing to do or for
having done or forborne to do any act in relation to the
obtaining or execution of this or any other contract to which
the EAPC Co. Ltd is a party or for showing or forbearing to
show favour or disfavour to any person in relation to this or
any other contract for the EAPC Co. Ltd.
Enter into this or any other contract with the EAPC Co. Ltd. in
connection with which commission has been paid or agreed
to be paid by or on this behalf or to his knowledge, unless
before the contract or made particulars of any such
commission and of the terms and conditions of any
agreement for the payment thereof have been disclosed in
writing to the Employer.

Any breach of this condition by the Contractor or by anyone employed


by him or acting on his behalf (whether with or without the knowledge
of the Contractor) or by anyone employed by him or acting on his
behalf in relation to this or any other contract to which the EAPC Co
Ltd. is a party shall entitle the Employer to determine the Contract
(See Condition 63 hereof) and/or to recover from the Contractor the
amount or value of any such gift, consideration or commission.
Any dispute or difference of opinion arising in respect of either the
interpretation, effect or application of this conation or of the amount
recoverable hereunder by the Employer from the Contractor shall be
decided by the Employer, whose decision shall be final and
conclusive.
Add new Clause 74.1:

Sub Clause 74
Contract
Confidential

The Contractor shall treat the details of this Contract as Private and
Confidential and shall not publish or disclose the same or any
particulars thereof in any trade or technical paper or elsewhere (save
in so far as may be necessary for the purpose thereof) without the
previous consent in writing of the Employer.
Add new Clause 75.1:

Sub Clause 75
Joint Venture

If the Contractor is a joint venture, all partners of the joint venture


shall be jointly and severally liable to the Employer for the execution
of the entire Contract in accordance with its terms.
Add new Clause 76.1:

Sub Clause 77

Page 31 of 47

Material Sheds Drainage Rehabilitation Project

Clams for Idle Time

Delete Clause 69.4(b) of General Conditions of Contract Part 1 insert---the amount of such cost which shall be added to Contract Price
shall exclude any cost due to idle time for equipment, plants and
labour etc.

Page 32 of 47

Material Sheds Drainage Rehabilitation Project

SECTION E
PARTICULAR SPECIFICATIONS

1.0

General

34

2.0

Excavations

34

3.0

Tolerances

37

4.0

Concrete

37

5.0

Laying of the concrete side slabs

39

6.0

Manhole chambers

39

7.0

Back filling

39

8.0

Concrete Pipes laying

39

Page 33 of 47

Material Sheds Drainage Rehabilitation Project

1.0

GENERAL

The following apply to all sections hereafter,


1.1

Standards

Where commodities or workmanship are specified by reference to British Standards (B.S.) or


Codes of Practice (C,P.) or International (I.S.O) or other Standards, such standards are deemed to
be the latest published at the time of tendering. The Contractor will be deemed to have read and
understood the standards specified, and no claim for want of knowledge will be allowed. The
substitution of commodities or standards of workmanship complying with other standards may be
allowed at the discretion of EAPCC, but application for permission for such substitution must be
made in writing in sufficient time to allow adequate investigation.
2.0

EXCAVATIONS

ROCK
Definition
Rock is defined as any material met within the excavations which is of such size or position that it
can only be removed by means of wedges, compressed air plant, or other special plant and the
Architects opinion shall be final.
Other materials to be taken with normal excavations
Excavations in any other material such as compacted murram, soft tuff, stiff clay or similar
materials which in the opinion of the Architect can reasonably be removed by pick, traxcavator
or similar means will be deemed to be included in the prices of normal excavation.
Formation Level
Formation level on embankments and in cuttings shall be the surface level of the ground obtained
after completion of the earthworks, i.e. the underside of the sub-base, or where no sub-case is
specified, the underside of the base. Any excess depth unnecessarily excavated below formation
level shall be backfilled with material acceptable for construction and compacted as directed by the
Engineer and no payment shall be made for the excess excavation or for the filling and compacting.
The levels and tolerance of irregularity of the surface of the course shall be within the specified
limits.
Surface Soil
Unless otherwise directed by the Engineer, all surface soil shall be removed from the area to be
used for cuttings and embankments and stockpiled for re-use and for any purpose such as the
soiling of slopes of cuttings and embankments, herms, verges, central reserve and the preparation
of beds for the cultivation of trees and shrubs.
Surface soil shall be regarded as soil which on visual examination can be seen to have been
broken down by agricultural cultivation and/or is seen to be capable of supporting vegetable growth.

Page 34 of 47

Material Sheds Drainage Rehabilitation Project

Surface soil shall be removed to an average depth as shown on the Drawings or specified in the
Bills of Quantities.
The Contractor shall make his own arrangements for temporary storage sites for heaps of surface
soil either inside or outside the Site of the Works to suit his convenience. The cost of all operations
needed in excavating, loading, carting, depositing and stacking together with arranging for the
storage sites, the hire or purchase of land therefore and all necessary access roads for this
purpose is to be included in the item in the Bills of Quantities for stripping surface soil and is to be
quoted whatever the nature of the underlying sub-soil.
All unsuitable soil comprising of cement waste or dust shall be excavated and run to spoil.
Excavation for Cut-off Walls
The rate for excavation of trenches for cut-off walls shall include for cutting one face of the
excavation true to receive concrete and for any extra concrete of the appropriate Class specified for
the cut-off walls which is required to fill up over excavation on this face.
Provision of Spoil Heaps
The Contractor shall provide spoil heaps at his own expense for the disposal of surplus materials
and all rubbish collected when clearing the Site and during the Construction of the Works. The sites
for these shall be approved by an Engineer.
Stone Pitching
Stone pitching shall be hand placed and bedded on a 50mm thick layer of Grade 15 concrete. The
stones shall be roughly 150mm x 200mm x 150mm thick and rough hammer dressed on the face
and sides. The stones shall be jointed in 1:3 cement/sand mortars.

2.1 Examine the site


The Contractor is assumed to have examined the Site carefully and ascertained for himself its
nature and the kind of materials to be excavated. For guidance only, it is expected that material for
excavation shall be common excavation and rock not above class A classification
2.2 Trenches of greater width and depth than necessary
The contractor shall not be entitled to payment in respect of excavation to any greater extent,
whether horizontally or vertically, than is necessary to receive any structure for which the
excavation is intended. Excavations shall be to the widths and depths indicated on the Drawings or
to such lesser or greater depths as the Employer or his representative may deem necessary and so
instruct the Contractor in order to obtain satisfactory foundations for the drainage works and the
pipes tunnel.
If the Contractor excavates to any greater depths or widths than are shown on the Drawings or
directed, then the Contractor shall, at his own expense, satisfactorily fill in such extra depth and
width with concrete similar to that described for foundations.
2.3 Bottoms of excavations to receive foundations

Page 35 of 47

Material Sheds Drainage Rehabilitation Project

The Contractor shall report when secure bottoms to the excavations have been obtained. Any
concrete or other work executed before the excavations have been inspected and approved shall, if
so directed, be removed and new work substituted after the excavations have been approved, all at
the Contractors expense.
The surface of the bottoms to excavations to receive foundations shall be leveled or graded to falls
as required.
2.4 Filling obtained from excavations.
Filling obtained from surplus excavated materials will only be incorporated if suitable material arises
and is to be free from all weeds, roots, vegetable soil or other unstable materials.

Page 36 of 47

Material Sheds Drainage Rehabilitation Project

3.0 TOLERANCES
On all setting out dimensions of 5 meters and over a maximum non-accumulative tolerance of plus
or minus 5 millimeters will be allowed. On all setting out dimensions under 5 meters a maximum
non-accumulative tolerance of plus or minus 3 millimeters will be allowed, On the cross sectional
dimensions, unless otherwise required by the Drawings, a maximum tolerance of plus or minus 3
millimeters will be permitted.
Reinforcement shall be securely fixed in position within a dimensional tolerance of 20mm in any
direction parallel to a concrete face and within a tolerance of 5mm at right angles to the face and
the cover shall not be less than 15mm or the diameter of the bar whichever is the greater.
4.0 CONCRETE
4.1 Code of practice
All workmanship, materials, tests and performances in connection with the reinforced concrete work
are to be in conformity with the latest edition of the British Standard (BS 8110 for The Structural
Use of Concrete) where not inconsistent with these Preambles.
The concrete mix design for all structural and non structural concrete is shown on the drawing.
4.2 Fixing rod reinforcement
Reinforcement shall be accurately bent to the shapes and dimensions shown on
the Drawings and Schedules and in accordance with BS. 4449. Reinforcement must be cut and
bent cold and no welded joints will be permitted unless so detailed.
Reinforcement shall be accurately placed in position as shown on the Drawings, and before and
during concreting, shall be secured against displacement by using No. 16 S.W.G. annealed binding
wire(1.5`mm diameter) or suitable clips at intersections, and shall be supported by concrete or
metal supports, spacers or metal hangers to ensure the correct position and cover.
No concreting shall be commenced until Employers Representative has inspected the
reinforcement in position and until his approval has been obtained and the Contractor shall give two
clear days notice of his intention to concrete.
The Contractor is responsible for maintaining the reinforcement in its correct position, according to
the Drawings, before and during concreting.
4.3 Formwork
Formwork shall be substantially and rigidly constructed of timber. All formwork
shall be of sufficient thickness and with joints close enough to prevent undue leakage of liquid from
the concrete and fixed to proper alignment, level and plumb and supported on sufficiently strong
bearers, shores, braces, plates, etc., property held together by bolts or other fastenings to prevent
displacement, vibration or movement by the weight of materials, men and plant on same and so
wedged and clamped as to permit of easing and removal of the formwork without Jarring the
concrete,
Page 37 of 47

Material Sheds Drainage Rehabilitation Project

Great care shall be taken to make and maintain all joints in the formwork as tight as possible, to
prevent the leakage of grout during vibration. The formwork shall be sufficiently rigid to ensure that
no distortion or bulging occurs under the effects of vibration.
4.4 Mixing and placing Concrete
All structural concrete shall be mixed with appropriate power driven mixers of a type and capacity
suitable for the work and all mixing operations done under control of an experienced supervisor.
Cement and aggregate shall be batched by weight. Water may be measured by weight or volume
For all non-structural concrete if hand mixed shall be done on a hard impermeable surface until a
mixture of uniform consistency is obtained.
All concrete must be efficiently handled and used in the works within twenty (20) minutes of mixing.
It shall be discharged from the mixer directly into receptacles or burrows and shall be distributed by
approved means, which do not cause separation or otherwise impair the quality of the concrete.
Care shall be taken that the concrete is not disturbed or subjected to vibration and shocks during
the setting period.
Where concrete is laid on hardcore or other absorbent materials, the base shall be suitable and
sufficiently wetted before concrete is deposited.
At all times during which concrete is being placed, the contractor shall provide adequate, trained
and experienced labor to ensure that the concrete is satisfactorily compacted.
4.5 Cement
Cement shall be East African Portland Cement Co. Ltds Pozzolanic Cement delivered in bags
4.6 Curing and protection of concrete
Care must be taken that no concrete is allowed to become prematurely dry and the fresh concrete
must be carefully protected within two hours of placing from rain, sun and wind by means of
hessian sacking, polythene sheeting, or other approved means. This protective layer and the
concrete itself must be kept continuously damp for at least seven days after the concrete has been
placed. The Contractor will be required to provide complete coverage of all fresh concrete for a
period of 7 days.
Concrete in foundations and other underground work shall be protected from mixing with falling
earth during and after placing. Traffic or loading must not be allowed on the concrete until the
concrete is sufficiently cured.
4.7 Stripping of formwork
All formwork shall be removed without undue vibration or shock and without damage to the
concrete. No formwork shall be removed without the prior consent of the Employers
Representative.

Page 38 of 47

Material Sheds Drainage Rehabilitation Project

5.0 CONRETE PIPES LYING


Concrete pipes shall meet the requirements of M.O.P.W standards.
Pipes shall not be laid unless the whole of the trench length has been excavated
The contractor shall adopt such measures to ensure that every newly laid concrete pipe is
concentric with previously laid pipes with which it joints.
6.0 MANHOLE CHAMBERS
Manholes shall be constructed as specified on the drawings with standard step irons built 300mm
apart staggered vertically.
Pre-cast manhole covers shall be placed and so set that the tops of the covers shall be flush at all
points with the surrounding general ground surface.
7.0 BACKFILLING
Trenches shall be backfilled with suitable excavated materials only after the work has been
approved the Employers Representative.
All fillings shall be deposited and compacted in layers not exceeding 250 mm finished thickness
and each layer to be well wetted and consolidated.
Backfilling of trenches in open space shall be left 75mm proud of the general ground level.
8.0 PRE CAST CONCRETE UNITS
Pre-cast concrete side slabs, channels or road kerbs for use in the works, ether instructed under
the contract or proposed by the Contractor;
a) Moulds shall be so constructed that they do not suffer distortion or dimensional changes
during use and are tight against loss of cement grout of fines from concrete,
b) Moulds shall be set up on firm foundations so that no settlement occurs under the weight of
the fresh concrete.
c) Moulds should be constructed so that units may be removed from the without sustaining any
damage.
d) Release agents used for demoulding shall not stain the concrete or affect its properties.

Page 39 of 47

Material Sheds Drainage Rehabilitation Project

SECTION F
COPY OF TENDER ADVERTISEMENT
INVITATION TO TENDER
EAST AFRICAN PORTLAND CEMENT COMPANY LIMITED

The East African Portland Cement Company Limited invites sealed Tenders from interested and eligible
firms for the following items:TENDER NO
EAPCC/**/2009

DESCRIPTION
MATERIAL SHEDS
DRAINAGE
REHABILITATION AND
FURNICE FUEL PIPES
RELOCATION

NATURE
OPEN
TENDER

TENDER
DOCUMENT
FEE (KSHS)

BID BOND
FEE (USD )

CLOSING DATE

Tender document may be obtained from:


THE PROCUREMENT MANAGERS OFFICE,
EAST AFRICAN PORTLAND CEMENT COMPANY LTD,
P.O. BOX 20-00204, ATHI RIVER.
EMAIL: info@eapcc.co.ke
Upon payment of non-refundable tender fee of Kshs 5,000 paid in cash or by a bankers cheque payable
to East African Portland Cement Co. Ltd.
Completed Tender documents enclosed in plain, sealed envelopes, clearly marked Tender number,
EAPCC/ MATERIAL SHEDS DRAINAGE REHABILITATION AND FURNICE FUEL PIPES
RELOCATION /**/2009, should be addressed and sent to:
THE MANAGING DIRECTOR
EAST AFRICAN PORTLAND CEMENT COMPANY LTD
P.O. BOX 20-00204,
ATHI RIVER KENYA.
or be deposited in the Tender Box in the reception Area of East African Portland Cement Company
Headquarters Main Building, at Athi River off Namanga Road, so as to reach on or before ******* 2009 at
11.00 A.M local time.
Tenderers are required to submit together with the Tender, Kshs.300,000 Bid Bond issued by a reputable
local or international bank or insurance firms approved by Public Procurement Oversight Authority
(PPOA) of Kenya. Tenders and bid Bonds should remain valid for 90 days from the closing date of the
Tender. Tenderers or their representatives are free to attend the tender opening at the East African
Portland Cement Company Limited Head Office, in the Conference Room immediately after closing at
11.00 A.M on the closing date of the Tenders, i.e.********

Page 40 of 47

Material Sheds Drainage Rehabilitation Project

MANAGING DIRECTOR

EAST AFRICAN PORTLAND CEMENT COMPANY LTD


TENDER NOTICE
TENDER NO. EAPCC/ MATERIAL SHEDS DRAINAGE REHABILITATION PROJECT /**/2009
East African Portland Cement Company Limited (EAPCC), one of the leading cement
Manufacturing companies in Kenya, invites Tenders for the Material sheds Drainage Rehabilitation
Project. Interested Tenderers must be well established building and civil engineering construction
companies and have done similar constructions in the last 5 years.
Tender documents can be obtained during normal working hours from;
The Procurement Manager, East African Portland Cement Company Limited, P.O.
Box 20, - 00204, Athi River, Kenya (e-mail info@eapcc.co.ke) on payment of a nonRefundable fee of Kenya shillings five thousand only (KShs.5, 000) per set of
Documents.
All tenders must be accompanied by a Tender Security in the specified form in the
Amount of Kshs. 300,000
The duly completed tender documents shall be forwarded to;
The Managing Director, East African Portland Cement Co. Ltd, P.O. Box 20, 00204,
Athi River Kenya or be deposited in the Tender box located at the main entrance of
Head Office, Athi River, Off Namanga Road, by; 11.00 am local time on
Tenders will be opened immediately thereafter in the Companys conference room in the
presence of the Tenderers representatives who choose to attend.
This is a two-envelope tender system whereby the Tenderer is required to enclose two
Marked and sealed Envelopes - A and B. Envelope A will contain the technical
Submission whereas Envelope B will contain the financial submission. Envelope A will be
Opened at the Tender opening whereas Envelope B will remain sealed until after
Technical evaluation. The two Envelopes shall be enclosed in an outer Envelope that
Shall bear no identification of the Tenderer and shall be marked: TENDER NO. EAPCC/ MATERIAL
SHEDS DRAINAGE REHABILITATION PROJECT /**/2009. A tender submitted in any format other
than the above will not be accepted.
Any canvassing of whatever nature will lead to automatic disqualification.

Managing Director
East African Portland Cement Company Ltd

Page 41 of 47

Material Sheds Drainage Rehabilitation Project

SECTION G
ANNEXURE
1. Letter of acceptance format
2. Performance Bank Guarantee
3. Bank guarantee for advance payment
4. Bill of Quantities

Page 42 of 47

Material Sheds Drainage Rehabilitation Project

LETTER OF ACCEPTANCE FORMAT


______________[date]

To: _______________________
[name and address of the Tenderer]

Dear Sir,
This is to notify you that your Tender dated ___________________________
For the Design, Supply, supervision of erection and commission of a TENDER NO. EAPCC/ MATERIAL
SHEDS DRAINAGE REHABILITATION PROJECT /**/2009 for the Contract Price of
_____________________________
(Amount in figures)
_______________________________________________________________
__________________________[Amount in words] for the foreign portion and
Kshs._____________________________
(Amount in figures)
_______________________________________________________________
__________________________ [Amount in words] for the local portion.
In accordance with the Instructions to Tenderers is hereby accepted.
This Letter of Acceptance shall constitute the formation of a contract between the parties. Such Contract
shall be confirmed through a Contract document incorporating all agreements between the parties and
signed by the duly authorised representative of the Employer and the successful Tenderer.
Authorized Signature
Name
Title of Signatory

Page 43 of 47

Material Sheds Drainage Rehabilitation Project

To:

PERFORMANCE BANK GUARANTEE (UNCONDITIONAL)


East African Portland Cement Company Ltd,
P.o.Box 20- 00204,
Athi River,
Kenya.

Dear Sir,
WHEREAS ______________________(hereinafter called the Contractor) has undertaken, in
pursuance of Contract No. _____________ dated _________ to execute _______________ (hereinafter
called the Works);
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you
with a Bank Guarantee by a recognised bank for the sum specified therein as Security for compliance
with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the
Contractor, up to a total of USD. ________________ (amount of Guarantee in figures) USD
__________________________________________ (amount of Guarantee in words), and we undertake
to pay you, upon your first written demand and without cavil or argument, any sum or sums within the
limits of UD Dollars _________________________ (amount of Guarantee in words) as aforesaid without
your needing to prove or to show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before presenting
us with the demand.
We further agree that no change, addition or other modification of the terms of the Contract or of the
Works to be performed there under or of any of the Contract documents which may be made between
you and the Contractor shall in any way release us from any liability under this Guarantee, and we
hereby waive notice of any change, addition, or modification.
This guarantee shall be valid until the date of issue of the Certificate of Completion.
SIGNATURE AND SEAL OF THE GUARANTOR ___________________
Name of Bank ____________________________________________
Address ________________________________________________
Date ______________________________________________________

Page 44 of 47

Material Sheds Drainage Rehabilitation Project

BANK GUARANTEE FOR ADVANCE PAYMENT


To:

East African Portland Cement Company Ltd,


P.o.Box 20- 00204,
Athi River,
Kenya.

___________(Date)

Gentlemen,
Ref:

MATERIAL SHEDS DRAINAGE REHABILITATION PROJECT

In accordance with the provisions of the Conditions of Contract of the above-mentioned Contract, We,
_______________________________________[name and Address of Contractor] (hereinafter called
the Contractor) shall deposit with East African Portland Cement Company Ltd a bank guarantee to
guarantee his proper and faithful performance under the said Contract in an amount of
_____________[amount of Guarantee in figurers] _____________________________________[amount
of Guarantee in words].
We, ________________[bank or financial institution], as instructed by the Contractor, agree
unconditionally and irrevocably to guarantee as primary obligator and not as Security merely, the
payment to East African Portland Cement Company Ltd on his first demand without whatsoever right
of objection on our part and without his first claim to the Contractor, in the amount not exceeding
________________________[amount of Guarantee in figures]
______________________________________________[amount of Guarantee in words], such amount
to be reduced periodically by the amounts recovered by you from the proceeds of the Contract.
We further agree that no change or addition to or other modification of the terms of the Contract or of the
Works to be performed there under or of any of the Contract documents which may be made between
East African Portland Cement Company Ltd and the Contractor, shall in any way release us from any
liability under this guarantee, and we hereby waive notice of any such change, addition or modification.
No drawing may be made by you under this guarantee until we have received notice in writing from you
that an advance payment of the amount listed above has been paid to the Contractor pursuant to the
Contract.
This guarantee shall remain valid and in full effect from the date of the
Advance payment under the Contract until East African Portland Cement Company Ltd receives full
payment of the same amount from the Contract.
Yours faithfully,
Signature and Seal __________________________________________________
Name of the Bank or financial institution ______________________________
Address ______________________________________________________________
Date _________________________________________________________________
Witness:
Name: ____________________________________________________
Address: __________________________________________________
Signature: ________________________________________________
Date: _____________________________________________________

Page 45 of 47

Material Sheds Drainage Rehabilitation Project

MATERIAL SHEDS DRAINAGE REHABILITATION PROJECT


SCORES

No

DESCRIPTION OF CRITERIA

ELEGIBILITY EVALUATION
01

i.
ii.

04

01

The Tenderer shall Provide Proof of being Building


& Civil engineering construction companies
List of similar projects carried out in the last 5
years complete with contact reference for these
projects.

MANDATORY REQUIREMENTS
i. Provision of the Tax compliance certificate and
three years audited accounts.
ii. Conformity of the Tender Security with
stipulations of Clause 11.0.
iii. Signing of the Tender by the person lawfully
authorised to do so.
DETAILED TECHNICAL EVALUATION
Technical information and requirements submitted as
stipulated in clause 15.2.4
Major items of reliable construction plant and equipment in
good working order for the work required that the bidder
proposes to deploy on site.

02

Proposal of work method and completion schedule in


sufficient detail to demonstrate bidders understanding and
capacity to meet technical specifications.

03

Proposed Tests and procedures

04

Site management procedures to


interference of production operations

05

Schedule of key personnel Contractor proposes to deploy


to direct and execute the work together with their
qualifications, experience and position held.

06

Project Implementation schedule

06

Occupational health and safety Policy

reflect

minimum

Page 46 of 47

Material Sheds Drainage Rehabilitation Project

COMMERCIAL EVALUATION
01

Validity and feasibility of all prices as determined by comparison


between the various tenders

02

Total tendered price of the project in accordance to required


bidding document.

03

Conditions of price (firm and fixed for the total duration of the
project)

04

Potential additional costs not included in the tendered price

05

Terms of payment

06

Opportunity cost based on schedule


Marks Awarded
Total Marks Awarded

Page 47 of 47

EAPCC ATHI RIVER MATERIAL SHEDS DRAINAGE REHABILITATION PROJECT

BILLS OF QUANTITIES

Item

Description

Unit

Quantity

Rate

BILL No. 1
PRELIMINARIES AND GENERAL
ITEMS
General

1.01

The contractor should in this item allow Item


for the plant, insurance's, stores
contractors camp, etc and all items
necessary for the performance of the
work as described in this bill or as shown
on the drawings and as directed by the
Engineer.

1.02

The contractor is to describe and price


here for obligations or things which he
may deem necessary but have been
omitted in this bill which will be required
to complete the works as indicated and
shown on the drawings

1.03

Allow for material testing and setting out Lump sum

Carried forward to Summary

Sum

Sum

Amount

EAPCC ATHI RIVER MATERIAL SHEDS DRAINAGE REHABILITATION PROJECT

Item

Description

Unit

Quantity

ha.

1.00

BILL No. 2
SITE CLEARANCE AND TOP SOIL
STRIPPING

2.01

2.02

2.03

Site clearance, including removal of


hedges, bushes, trees (except those
designated to remain) and other
vegetation and objectionable materials.
Removal of topsoil including cement
waste/dust and silt not exceeding
200mm depth to spoil as directed
dispose off as directed.

1,600

1,200

As item 2.02 but exceeding 200mm


depth

Carried forward to Summary

Rate

Amount

EAPCC ATHI RIVER MATERIAL SHEDS DRAINAGE REHABILITATION PROJECT

Item

Description

Unit

Quantity

m3

3,000

m3

2,000

BILL No. 3
EARTHWORKS
3.01

3.02

Fill in normal material and compact to at


least 95% MDD (AASHTO T99)
Extra over Item 3.01 for compaction of
top 300mm to 100% MDD (AASHTO
T99)

300

3.03

Fill in hard material (rock) (provisional).

3.04

Cut in normal material to spoil as


directed by the Engineer.

m3

3,000

m3

500

m3

1,300

m3

1,800

3.05

3.06

3.07

Cut in rock and stockpile for reuse

Compaction of existing ground below fills


to at least 95% MDD (AASHTO T.99)
including all necessary scarifying and
water to a depth of 150mm below
ground level.
Excavate, scarify, water, mix and
compact 200mm insitu soil subgrade to
100% MDD (AASHTO T99)

Carried forward to Summary

Rate

Amount

EAPCC ATHI RIVER MATERIAL SHEDS DRAINAGE REHABILITATION PROJECT

Item

Description

Unit

Quantity

m3

2,100

As Items 4.01 but for excavation in hard


material

m3

400

Provide and lay 600 mm dia. ogee


jointed precast concrete pipes

nil

45

nil

nil

m3

20

m3

Provide, lay and joint 450mm x 225mm


Invert Block Drains (IBD).

500

Provide, lay and joint 75mm thick side


slabs.

m2

850

BILL No. 4:CULVERTS AND


DRAINAGE WORK
4.01

4.02
4.03

Excavate in soft material for pipe


culverts, piped drains, cut-off drains,
inlet and outlet drains, invert block
drains and catchwater drains in soft
material including support of trench
sides, dewatering and carting away
surplus material to spoil.

4.04

As Item 4.03 but 450 mm dia.

4.05

As Item 4.03 but 300 mm dia.

4.06

As Item 4.03 but 150 mm diameter pipe


sleeves.

4.07

4.08

4.09

4.10

Provide, place and compact concrete


class 15/20 for bed and haunch to
concrete pipes
Provide, place and compact concrete
class 20/20 to headwalls,wingwalls
aprons and other minor drainage
structures (including formwork) as
shown on the drawings or as directed by
the Engineer

Carried forward to next page

Rate

Amount

EAPCC ATHI RIVER MATERIAL SHEDS DRAINAGE REHABILITATION PROJECT

Item

Description

Unit

Quantity

Rate

BF from Previous Page

4.11
4.12

4.13

4.14

4.15

4.16

4.17

4.18

4.19
4.20
4.21

Material shed B wall


Provide, place and compact concrete
class 25 including formwork
Provide fabric mesh ref. A142 weighing
2.22kg per square metre for the
concrete wall

m3

370

m2

290

Supply and fix 600mm x 600mm x


50mm thick jointed in cement mortar
and including bedding in 50mm thick
sand bed
Prepare ground as necessary, provide
all materials and construct grouted stone
pitching to side slopes of channels,
natural ground faces, inlets and outlets
of culverts and drainage pipes, side
drains including carting away any excess
material to spoil.

50

2,500

m2

2,500

Provide all materials and construct


200mm thick fine dressed stone
masonry headwalls and wingwalls

m2

20

Provide, place and compact concrete


class 25 for concrete tunnel

m3

kg

700

Prepare ground as necessary, provide


all materials and construct grouted stone
pitching to side slopes of channels,
natural ground faces, inlets and outlets
of culverts and drainage pipes, side
drains including carting away any excess
material to spoil.

High tensile steel reinforcement to BS


4461 in structural concrete work for the
concrete tunnel
10mm Diameter bars
Existing drain
Allow for demolition of the existing drain

Provide, lay and joint 450mm x 225mm


Invert Block Drains (IBD).
Provide, lay and joint 75mm thick side
slabs.

Carried forward to Summary

50

74

m2

120

Amount

EAPCC ATHI RIVER MATERIAL SHEDS DRAINAGE REHABILITATION PROJECT

Item

Description

Unit

Quantity

BILL No. 5
ROAD PAVEMENT

5.01

5.02

5.03

Provide, lay and compact natural


material (gravel) for subbase for
pavement, shoulders and footpaths as
directed. Rate to include haulage,
access to material site, payments to
local authority and compliance with
environmental issues.

1,500

m3

1,500

m2

5,000

Supply all materials and lay Hand


Packed Stone Base. Rate to include
quarry dust,levelling and watering to seal
the surface. Rate also to include
haulage, access to quarry, any payment
to local authority and compliance with
environmental issues.
Provide all materials and lay 80mm thick
heavy duty interlocking block paving,
including base preparation, laying of
sand bed, watering and compaction
(provisional).

Carried forward to Summary

Rate

Amount

EAPCC ATHI RIVER MATERIAL SHEDS DRAINAGE REHABILITATION PROJECT

Item

Description

Unit

Quantity

no.

no.

10

no.

no.

BILL No. 6
ROAD FURNITURE
6.01

Warning signs - 750mm size provisional

6.02

Priority signs - 600mm size

6.03

Prohibitory signs - 600mm size

6.04

Informatory Signs -

6.05

Road marking in internally reflectorised


thermoplatic yellow paint, all widths

6.06

6.07

6.08
6.09

6.10

6.11
6.12

nil

m2

nil

Provide materials and construct speed


bumps - provisional

Provide materials and construct 150 mm


dia concrete bollards

no.

200

400

As Item 6.09 but Kerbs to radii between


1m-12m

300

As Item 6.09 but Quadrants of radius


less than 1.0m

no.

Provide, lay and joint 125 x 100mm


concrete channel blocks to roads,
footpaths and shoulders. Rate to
include concrete bed and haunch

Road marking in internally reflectorised


thermoplatic white paint, all widths

Excavate for, provide, lay and joint


125mm x 250mm half-battered stone
kerbs, to straight and radii greater than
12m. Rate to include concrete (1:3:6
mix) bed and haunch

Carried forward to Summary

900

Rate

Amount

You might also like