Bid Document PDF
Bid Document PDF
GOVERNMENT
LY
N
O
W
IE
UPGRADING OF TUNYAI NTHAARA ROAD TO BITUMEN STANDARDS
-V
20km (DESIGN BUILD)
T
EN
TENDER NO. TNCG/34/2018-2019
M
N
R
VE
O
G
TY
BID
N
U
DOCUMENT
O
IC
H
SEPTEMBER 2018
IT
N
A
AK
AR
1. Tharaka Nithi County Government intends to upgrade various roads to bitumen standards within the
LY
county. This project will be undertaken as a Design & Build Contract (FIDIC EPC/TURNEY: fixed
N
O
price) with a construction period of 36 months.
W
2. It is anticipated that the successful bidder will sign a fixed price Contract with the County Government
IE
to provide the required design and construction services.
-V
3. The EPC/Turnkey Contract approach will be adopted where the successful bidder shall undertake due
T
diligence and detailed investigations and prepare detailed engineering designs on which construction
EN
shall be based. The bidders are therefore encouraged to associate as construction firms and consultancy
M
firms to enhance their capabilities in these areas.N
4. The Design and Construction Contract is expected to be completed within a period of thirty six
R
VE
5. Interested eligible candidates may obtain further information from the county Website
TY
https://tharakanithi.go.ke/tenders/ (free of charge) and inspect the tender documents at the county
N
6. The Employer now invites sealed bids (“Bids”) from eligible entities or persons (“Bidders”) as
O
detailed in the Tender Document to provide the Design-Build referenced above (the “Works”), which
IC
7. A Bidder will be selected under the competitive bidding procedures described in the bidding
A
AK
AR
TH
2|Page
documents associated with this IFB (the “Bidding Documents”). Bidders are advised that these
procedures are governed by the Public Procurement and Asset Disposal Act, 2015
8. Please note that a mandatory pre-Bid site visit SHALL be held on the date indicated in the Tender
notice.
10. Completed tender documents are to be enclosed in plain sealed envelopes marked with tender reference number
and be deposited in the Tender Box at the County Headquarters, Kathwana or be addressed to The County
Secretary, Tharaka Nithi County Government P.O Box 10,60406 Kathwana so as to be received on or before
LY
15th October 2018 at 11.00 Am
N
O
11. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated
W
representatives who choose to attend at the address in 10 above on or before the date indicated on
IE
the tender notice.
-V
12. Further information and clarification on the bidding documents may be obtained at the county
T
EN
website https://tharakanithi.go.ke
M
N
R
Director Supply Chain Management
VE
O
G
3|Page
Section I. Instructions to Bidders I-1
SECTION I
LY
N
O
INSTRUCTIONS TO BIDDERS (ITB)
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
i|Page
Section I. Instructions to Bidders I-2
A. GENERAL ............................................................................................................................................ 3
LY
C. PREPARATION OF BIDS ................................................................................................................. 9
N
O
D. SUBMISSION AND OPENING OF BIDS ...................................................................................... 14
W
IE
-V
E. EVALUATION AND COMPARISON OF BIDS ........................................................................... 17
T
EN
F. AWARD OF CONTRACT ................................................................................................................ 22
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
2|Page
Section I. Instructions to Bidders I-3
Instructions to Bidders
A. General
1. Scope of Bid 1.1 In connection with the Invitation for Bids (IFB) number as indicated in the
IFB, the entity identified in the Bid Data Sheet (BDS) (hereinafter called
the Employer), issues these bidding documents for the procurement of
design and build of Works as specified in Section IX, Employer’s
Requirements and Section X, Drawings of Part III, Works Requirements
(these “Bidding Documents”). The name and identification number of this
procurement are provided in the BDS.
LY
N
1.2 Throughout these Bidding Documents, unless otherwise indicated,
O
capitalized terms have the meaning indicated in the form of the proposed
W
Contract set forth in Sections V and VI, provided that:
IE
(a) the term “in writing” means communicated in written form and
-V
delivered against receipt;
T
EN
(b) except where the context requires otherwise, words indicating the
singular also include the plural and words indicating the plural also
include the singular; and
M
N
R
(c) “day” means calendar day.
VE
O
2. Source of Funds 2.1 The County government of Tharaka nithi) through the Exchequer funding
G
has set aside funds for the above project under the development budget.
TY
N
U
3. Corrupt and 3.1 It is a requirement that all Bidders, suppliers, and contractors and their
O
Practices contractors, service providers and suppliers, under this Contract, observe
H
3|Page
Section I. Instructions to Bidders I-4
LY
coercive, collusive, corrupt, fraudulent, obstructive or prohibited
N
practices in competing for the Contract.
O
W
(c) The Employer has the right to require that a provision be included in
IE
the Contract requiring the Contractor to permit the Employer, or any
-V
designee of Employer, to inspect its accounts, records and other
documents relating to the submission of its Bid or performance of the
T
EN
Contract and to have such accounts, records and other documents
audited by auditors appointed by the Employer or the Government of
M
Kenya. N
R
4. Eligible Bidders
VE
(a) all members shall be jointly and severally liable for the execution of
O
(b) The association shall nominate a representative who shall have the
H
IT
authority to conduct all business for and on behalf of any and all the
N
process and, in the event the joint venture or consortium is awarded the
AK
4|Page
Section I. Instructions to Bidders I-5
suppliers, and their respective personnel and affiliates, may have the
nationality of any country, subject to the restrictions specified in the
paragraphs below. A person or entity shall be deemed to have the
nationality of a country if such person or entity is a citizen or is constituted,
incorporated, or registered in, and operates in conformity with, the
provisions of the laws of that country. This criterion shall also apply to the
determination of the nationality of proposed sub-Contractors or suppliers
for any part of the Contract including related services.
4.3 A Bidder, all parties constituting the Bidder, any sub-Contractors and
suppliers, and their respective personnel and affiliates, shall not have a
conflict of interest. All Bidders found to have a conflict of interest shall be
LY
disqualified. A person or entity may be considered to have a conflict of
N
interest with one or more parties in this bidding process, if:
O
W
(a) they have at least one controlling partner in common; or
IE
(b) they have the same legal representative for purposes of this Bid; or
-V
(c) they have a relationship with each other, directly or through common
T
third parties, that puts them in a position to have access to information
EN
about or influence on the Bid of another Bidder, or influence the
M
decisions of the Employer regarding this bidding process; or
N
R
(d) they participate in more than one Bid in this bidding process;
VE
this provision does not limit the inclusion of the same subcontractor in
TY
(e) they are, or have been associated in the past, with a person or entity
U
(f) they or any of their affiliates have been hired (or are proposed to be
A
5|Page
Section I. Instructions to Bidders I-6
autonomous, (b) operate under commercial law, and (c) are not a
dependent agency of the Employer.
4.5 Bidders shall provide such evidence of their continued eligibility, in a manner
satisfactory to the Employer, as the Employer may reasonably request.
4.6 A Bidder, all parties constituting the Bidder, any subcontractors and
suppliers, and their respective personnel and affiliates, shall not be any
person or entity under a declaration of ineligibility for engaging in
coercive, collusive, corrupt, fraudulent, obstructive or prohibited practices
in accordance with ITB 3.1 above. This would also remove from eligibility
LY
for participation in procurement any person or entity that is organized in or
N
has its principal place of business or a significant portion of its operations
O
in any country that is subject to sanction or restriction by law or policy of
W
the Government of the Republic of Kenya.
IE
-V
4.7 A Bidder, parties constituting the Bidder, any subcontractors and suppliers,
and their respective personnel and affiliates not otherwise made ineligible
T
for a reason described in ITB 4.6 shall be excluded if:
EN
(a) as a matter of law or official regulation, the Government prohibits
M
N
commercial relations with the country of the Bidder, its associates,
R
subcontractors or their respective personnel;
VE
Council taken under Chapter VII of the Charter of the United Nations,
G
the Government prohibits any import of goods from the country of the
TY
5. Eligible 5.1 The materials, equipment and services to be supplied under the Contract may
IT
Materials, have their origin in any country subject to the same restrictions specified
N
Equipment, for Bidders and their associates and personnel set forth in ITB 4. At the
A
and Services
origin of materials, equipment, and services.
AR
5.2 For purposes of ITB 5.1 above, “origin” means the place where the materials
TH
5.3 The origin of materials, equipment, and services is distinct from the
nationality of the Bidder.
6|Page
Section I. Instructions to Bidders I-7
5.4 Country of origin for major items of plant, materials, goods, and services
provided under the Contract must be indicated in the Appendix to Bid
included in Section IV.
LY
Section I. Instructions to Bidders (ITB)
N
O
Section II. Bid Data Sheet (BDS)
W
Section III. Evaluation and Qualification Criteria
IE
Section IV. Bidding Forms
-V
Part II – Conditions of Contract
T
EN
Section V. General Conditions of Contract (GCC)
M
Section VI. Conditions of Particular Application (COPA)
N
Section VII. Forms of Agreement and Security
R
VE
GCC)
N
U
Bidders in the preparation of their bids but such reports are not part of the
A
AK
Bidding Documents.
AR
6.2 The Invitation for Bids issued by the Employer is not part of the Bidding
TH
Documents.
6.3 The Employer may provide Bidders with a separate background information
document (“Supplementary Information Document”) if so indicated in the
BDS. The Supplementary Information Document, if provided, is not part
of these Bidding Documents.
6.4 The Employer is not responsible for the completeness of the Bidding
Documents and their addenda, if they were not obtained directly from the
Employer. No representation or warranty, express or implied, is made and
no responsibility of any kind is accepted by the Employer for the
7|Page
Section I. Instructions to Bidders I-8
6.5 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Documents. Each Bidder is solely responsible
for conducting its own due diligence and investigation in support of the
preparation of Bids, negotiation of agreements, and the subsequent delivery
of all services to be provided by the successful Bidder. Failure to furnish
all information or documentation required by the Bidding Documents may
result in the rejection of the Bid.
LY
7. Clarification of 7.1 A prospective Bidder requiring any clarification of the Bidding Documents
N
Bidding shall contact the Employer in writing at the Employer’s address indicated
O
Documents, Site in the BDS or raise his or her inquiries during the pre- Bid meeting if
W
Visit, Pre-Bid provided for in accordance with ITB 7.4. The Employer will respond in
IE
Meeting writing to any request for clarification, provided that such request is
-V
received no later than the number of days indicated in the BDS prior to the
deadline for submission of Bids specified in BDS 22.1. The Employer shall
T
EN
forward copies of its response within the time specified in the BDS to all
Bidders who have acquired the Bidding Documents in accordance with ITB
M
6.4, including a description of the inquiry but without identifying its source.
N
R
Should the Employer deem it necessary to amend the Bidding Documents
VE
7.2 A Site visit will be organized by the Employer if so specified in the BDS. If
TY
no Site visit is organized, the Bidder is advised to visit and examine the
N
Site of Works and its surroundings and obtain for itself on its own
U
O
responsibility all information that may be necessary for preparing the Bid
IC
and entering into a Contract for design and construction of the Works. The
costs of visiting the Site shall be at the Bidder’s own expense.
H
IT
N
7.3 If permission is required to gain access to the Site, the Bidder and any of its
A
upon the premises and lands for the purpose of such visit, but only upon
AR
the express condition that the Bidder, its personnel, and agents will release
and indemnify the Employer and its personnel and agents from and against
TH
all liability in respect thereof, and will be responsible for death or personal
injury, loss of or damage to property, and any other loss, damage, costs,
and expenses incurred as a result of the inspection.
7.5 Minutes of any pre-Bid meeting, including the text of the questions
raised, without identifying the source, and the responses given, together
8|Page
Section I. Instructions to Bidders I-9
with any responses prepared after the meeting, will be transmitted promptly
to all Bidders who attended the pre-bid meeting site in accordance with ITB
7.6. Any modification to the Bidding Documents that may become
necessary as a result of the pre-Bid meeting will be made by the Employer
exclusively through the issuance of an addendum pursuant to ITB 8 and not
through the minutes of the pre-Bid meeting.
8. Amendment of 8.1 At any time prior to the deadline for submission of Bids, the Employer
Bidding may amend the Bidding Documents by issuing addenda.
Documents
8.2 Any addendum issued shall become part of the Bidding Documents and shall
be communicated in writing to all who have obtained the Bidding
LY
Documents from the Employer.
N
O
8.3 To give prospective Bidders reasonable time in which to take an addendum
W
into account in preparing their Bids, the Employer may, at its discretion,
IE
extend the deadline for the submission of Bids, pursuant to ITB 22.2.
-V
T
EN
C. Preparation of Bids
M
N
R
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission
VE
of its Bid, and the Employer shall not be responsible or liable for those
O
10. Language of 10.1 The Bid, as well as all correspondence and documents relating to the Bid
N
U
Bid exchanged by the Bidder and the Employer, shall be written in English.
O
Supporting documents and printed literature that are part of the Bid may be
IC
11. Documents 11.1 Bidders shall submit only one Proposal comprising of:-
AK
Bid
(i) Appendix to Bid;
TH
(ii) written confirmation authorizing the signatory of the Bid to commit the
Bidder, in accordance with ITB 20.2;
(iii) documentary evidence in accordance with ITB 17 establishing the
Bidder’s qualifications to perform the Contract if its Bid is accepted;
(iv) in the case of a Bid submitted by a joint venture or other consortium, a
description indicating at least the parts of the design and construction of
9|Page
Section I. Instructions to Bidders I-10
LY
Part 2: Qualification Proposal
N
O
(i) Technical Offer (including Design Proposal), statement of work methods,
W
equipment, personnel, schedule and any other information as stipulated in
IE
the BDS and in Section IV, Bidding Forms in accordance with ITB 16;
-V
Part 3: Financial proposal
T
(i) Letter of Bid
EN
(ii) Priced Schedule of Prices and Bills of Quantities, in accordance with ITB
12 and 14;
M
N
R
Part 4: Bid Security:
VE
12. Letter of Bid 12.1 The Letter of Bid and Schedules shall be prepared using the relevant forms
N
U
and Schedules furnished in Section IV, Bidding Forms. The forms must be completed
O
except as provided under ITB 20.2. All blank spaces shall be filled in with
H
13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative Bids shall not be
A
considered.
AK
AR
13.2 When alternative times for completion are explicitly invited, a statement to
that effect will be included in the BDS, as will the method of evaluating
TH
13.3 Except as provided under ITB 13.4 below, Bidders wishing to offer technical
alternatives to the requirements of the Bidding Documents must first price
the Employer’s design if provided as described in the Bidding Documents
and shall further provide all information necessary for a complete
evaluation of the alternative by the Employer, including drawings, design
calculations, technical specifications, breakdown of prices, proposed
construction methodology and other relevant details. Only the technical
alternatives, if any, of the lowest evaluated Bidder conforming to the
10 | P a g e
Section I. Instructions to Bidders I-11
13.4 When specified in the BDS, Bidders are permitted to submit alternative
technical solutions for specified parts of the design and construction of the
Works, and such parts will be identified in the BDS, as will the method for
their evaluation, and will be described in Section IX, Employer’s
Requirements and Section X, Drawings of Part III, Works Requirements.
14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter of Bid and in
Discounts the Schedule of Prices and Bill of Quantities shall conform to the
requirements specified below.
LY
14.2 The Bidder shall design and price for all items of the design and construction
N
O
of the Works described in the Bid Document. The Bidder shall propose a
W
lump sum fixed price for all design and construction services. The Bidder
IE
shall fill in rates and prices for all the design services and construction of
-V
the Works in a Schedule of Prices and Bill of Quantities. Rates quoted in
the priced Bill of Quantities may be used when preparing for the calculation
T
of Interim Payments.
EN
M
N
R
VE
14.3 The price to be quoted in the Letter of Bid, in accordance with ITB 12.1,
O
shall be the total price of the Bid, excluding any discounts offered.
G
14.4 The Bidder shall quote any unconditional discounts and the methodology
H
for their application in the Letter of Bid, in accordance with ITB 12.1.
IT
N
14.5 The Contract prices quoted by the Bidder are not subject to adjustment
A
during the initial period specified in the BDS. Beyond that initial period,
AK
Bidder shall furnish the indices and weightings for the price adjustment
formulae in the “Schedule of Adjustment Data” as given in the Appendix
TH
to Bid in Section IV, Bidding Forms, and the Employer may require the
Bidder to justify its proposed indices and weightings during negotiations.
14.6 If so indicated in the BDS, Bids are being invited for individual lots or for
any combination of lots (packages). Bidders wishing to offer any price
reduction for the award of more than one lot shall specify in their Bid the
price reductions applicable to each package, or alternatively, to individual
lots within the package. Price reductions or discounts shall be submitted in
accordance with ITB 14.4, provided the Bids for all lots are submitted
11 | P a g e
Section I. Instructions to Bidders I-12
14.7 Sub-Clause 1.13 and 14.1 of the GCC (Section VI) sets forth the tax
provisions of the Contract. Bidders should review these clauses carefully
when preparing their Bid.
15. Currencies of 15.1 The currency(ies), or combinations thereof, of the Bid and of the payments
Bid and shall be as specified in the BDS. For avoidance of doubt, all payments
Payment shall be made in Kenya Shillings (Kshs).
16. Documents 16.1 In accordance with Section III, Evaluation and Qualification Criteria, to
Comprising the demonstrate the adequacy of the Bidder’s proposal to meet the design and
LY
Technical construction requirements of the Employer’s Requirements (Section IX)
Offer and the completion time.
N
O
17. Documents 17.1 In accordance with Section III, Evaluation and Qualification Criteria, to
W
Establishing establish that the Bidder meets the qualification criteria set out in the Bid
IE
the Document.
-V
Qualifications
T
of the Bidder
EN
18. Period of 18.1 Bids shall remain valid for the period specified in the BDS after the Bid
M
Validity of Bids submission deadline date specified in the tender notice. A Bid valid for a
N
shorter period shall be rejected by the Employer as non-responsive.
R
VE
period, the Employer may request Bidders to extend the period of validity
G
of their Bids. The request and the Bidder’s responses shall be made in
TY
writing. The Bid Security shall also be extended for twenty-eight (28) days
N
beyond the deadline of the extended Bid validity period. A Bidder may
U
refuse the request without forfeiting its Bid Security. A Bidder granting the
O
request shall not be required or permitted to modify its Bid, except if the
IC
award is delayed by a period exceeding ninety (90) days beyond the expiry
H
of the initial Bid validity; in which case, the Contract price shall be the Bid
IT
19. Bid Security 19.1 The Bidder shall furnish as part of its Bid, a bid security in original form
and in the amount and currency specified in the BDS (the “Bid Security”).
AR
12 | P a g e
Section I. Instructions to Bidders I-13
the Employer prior to Bid submission. In either case, the form must include
the complete name of the Bidder. The Bid Security shall be valid for twenty-
eight (28) days beyond the original validity period of the Bid, or beyond any
period of extension if requested under ITB 18.2.
Bank Guarantee issued by the following Banks only would be accepted:
(i) Central Bank of Kenya (CBK) and its subsidiaries
(ii) Any Kenyan Nationalized Bank
(iii) Any scheduled Commercial Bank Licensed by CBK.
LY
N
19.3Any Bid not accompanied by an enforceable and compliant Bid Security
O
shall be rejected by the Employer as non-responsive.
W
IE
19.4 The Bid Security of the unsuccessful bidders will be returned within the
-V
period specified in the BDS from the date of notification of award to the
Successful Bidder. Provided however, that the bid security of the second
T
lowest Bidder as determined on the opening of the Financial Proposal shall
EN
be returned by the Authority on the expiry of the Bid Validity Period or the
M
execution of the Contract Agreement, whichever is earlier. In addition to the
N
above, the Employer will promptly release all Bid Securities in the event the
R
VE
19.5 Unopened Financial Proposals of the bidders who do not meet the
TY
period specified in the BDS from the date of notification of award to the
O
IC
Successful Bidder.
H
19.6 The Bid Security of the successful Bidder shall be returned as promptly as
IT
possible once the successful Bidder has signed the Contract and furnished
N
(a) if a Bidder withdraws its Bid during the period of Bid validity
TH
13 | P a g e
Section I. Instructions to Bidders I-14
19.8The Bid Security of a joint venture or other consortium shall be in the name
of the entity that submits the Bid. If the joint venture or other consortium has
not been legally constituted at the time of bidding, the Bid Security shall be
in the names of all future members as named in the letter of intent referred
to in ITB 4.1.
20. Format and 20.1 The Bidder shall prepare one original set of the documents comprising the
Signing of Bid Bid as described in ITB 11 and clearly mark it ORIGINAL. Alternative Bids,
if permitted in accordance with ITB 13, shall be clearly marked
ALTERNATIVE. In addition, the Bidder shall submit copies of the Bid, in
LY
the language(s) and numbers specified in the BDS, and clearly mark each
N
one COPY. In the event of any discrepancy between the original and the
O
copies, the original shall prevail.
W
IE
20.2 The original and all copies of the Bid shall be typed or written in indelible ink
-V
and shall be signed by a person duly authorized to sign on behalf of the Bidder.
This authorization shall consist of a written confirmation as specified in the
T
BDS and shall be attached to the Bid. The name and position held by each
EN
person signing the authorization must be typed or printed below the signature.
M
All pages of the Bid where entries or amendments have been made shall be
N
signed or initialled by the person signing the Bid.
R
VE
O
20.3 Any inter-lineation, erasures, or overwriting shall be valid only if they are
G
The Tenderer shall seal the original and each copy of the tender in separate envelopes,
IT
duly marking the envelopes as “ORIGINAL” and “COPY.” The envelopes shall then be
N
The inner and outer envelopes shall: a) be addressed to the following address:
AK
AR
The inner envelopes shall also indicate the name and address of the tenderer to enable the
tender to be returned unopened in case it is declared “late
The Procuring entity will open all tenders in the presence of tenderers’ representatives
who choose to attend(date as per the tender notice) and in the location specified in the
Invitation to Tender
14 | P a g e
Section I. Instructions to Bidders I-15
21.3 If all envelopes are not sealed and marked as required, the Employer will
assume no responsibility for the misplacement or premature opening of the
Bid.
22. Deadline for 22.1 Bids must be received by the Employer at the address and no later than
Submission of the date and time indicated in the tender notice.
Bids
22.2 The Employer may, at its discretion, extend the deadline for the submission
of Bids by amending the Bidding Documents in accordance with ITB 8, in
which case all rights and obligations of the Employer and Bidders
previously subject to the original deadline shall thereafter be subject to the
deadline as extended.
LY
N
23. Late Bids 23.1 The Employer will not consider any Bid that arrives after the deadline for
O
submission of Bids, in accordance with ITB 22. Any Bid received by the
W
Employer after the deadline for submission of Bids shall be declared late,
IE
rejected, and returned unopened to the Bidder.
-V
24. Withdrawal, 24.1 A Bidder may withdraw, substitute, or modify its Bid after it has been submitted
T
EN
Substitution, but before the deadline for submission by sending a written notice, duly signed
and by an authorized representative, and shall include a copy of the authorization
M
Modification of in accordance with ITB 20.2. The corresponding substitution or modification
N
R
Bids of the Bid must accompany the respective written notice. All notices,
VE
15 | P a g e
Section I. Instructions to Bidders I-16
(a) prepared and submitted in accordance with ITB 20 and ITB 21 (except
that withdrawal notices do not require copies), and in addition, the
respective envelopes shall be clearly marked “WITHDRAWAL,”
“SUBSTITUTION,” or “MODIFICATION;” and
(b) received by the Employer prior to the deadline prescribed for
submission of Bids, in accordance with ITB 22.
LY
validity specified by the Bidder in the Letter of Bid or any extension
N
thereof.
O
W
25. Bid Opening 25.1 The Employer shall open the Bids in public, in the presence of Bidders’
IE
designated representatives who choose to attend, and at the address, date
-V
and time specified in the tender notice.
T
EN
25.2. The Procuring entity will open all tenders in the presence of tenderers’
representatives who choose to attend, on the date, time and in the location
M
specified in the Invitation to Tender
N
The tenderers’ representatives who are present shall sign a register evidencing their
R
VE
attendance.
O
The tenderers’ names, tender modifications or withdrawals, tender prices, discounts and
G
the presence or absence of requisite tender security and such other details as the
TY
the opening.
U
O
IC
25.3 All other envelopes shall be opened one at a time, and the official shall read
N
aloud: the name of the Bidder and whether there is a modification; the Bid
A
Bid Security; and any other details as the Employer may consider
AR
appropriate. Only discounts and alternative offers read out at Bid opening
shall be considered for evaluation. No Bid shall be rejected at Bid opening
TH
17 | P a g e
Section I. Instructions to Bidders I-17
26.2 Any attempt by a Bidder to influence the Employer in the evaluation of the
Bids or Contract award decisions may result in the rejection of its Bid and
may subject the Bidder to the provisions of the Government’s and the
Employer’s anti-fraud and corruption policies.
26.3 Notwithstanding ITB 26.2, from the time of Bid opening to the time of
Contract award, if any Bidder wishes to contact the Employer on any matter
related to the bidding process, it may do so in writing at the address
specified in the BDS.
LY
27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of the Bids, and
Bids qualification of the Bidders, the Employer may, at its discretion, ask any
N
O
Bidder for a clarification of its Bid. Any clarification submitted by a Bidder
W
that is not in response to a request by the Employer shall not be considered.
The Employer’s request for clarification and the response shall be in
IE
-V
writing. No change in the prices or substance of the Bid shall be sought,
offered, or permitted, except to confirm the correction of arithmetic errors
T
discovered by the Employer in the evaluation of the Bids, in accordance
EN
with ITB 31.
M
N
27.2 If a Bidder does not provide clarifications of its Bid by the date and time
R
set in the Employer’s request for clarification, its Bid may be rejected.
VE
O
28. Deviations, 28.1 During the evaluation of Bids, the following definitions apply:
G
Documents; and
H
Responsiveness
TH
29.2 A substantially responsive Bid is one that meets the requirements of the
Bidding Documents without material deviation, reservation, or omission.
A material deviation, reservation, or omission is one that,
(a) if accepted, would
(i) Affect in any substantial way the scope, quality, or performance
of the design and construction of the Works specified in the
Contract; or
(ii) Limit in any substantial way, inconsistent with the Bidding
Documents, the Employer’s rights or the Bidder’s obligations under
18 | P a g e
Section I. Instructions to Bidders I-18
the Contract; or
(b) If rectified, would unfairly affect the competitive position of other
Bidders presenting substantially responsive Bids.
29.3 The Employer shall examine the technical aspects of the Bid submitted in
accordance with ITB 16, in particular, to confirm that all requirements of
Section IV, Bidding Forms, Section VIII, Schedules of Prices and Bill of
Quantities, Section IX, Employer’s Requirements, and Section X,
Drawings, and have been met without any material deviation, reservation,
or omission.
LY
Documents, it shall be rejected by the Employer and may not subsequently
N
be made responsive by correction of the material deviation, reservation, or
O
omission.
W
IE
30. Nonmaterial 30.1 Provided that a Bid is substantially responsive, the Employer may waive any
-V
Nonconformiti nonconformities in the Bid that do not constitute a material deviation,
T
es reservation or omission.
EN
30.2 Provided that a Bid is substantially responsive, the Employer may request
M
that the Bidder submit the necessary information or documentation, within
N
R
a reasonable period of time, to rectify nonmaterial nonconformities in the
VE
of the price of the Bid. Failure of the Bidder to comply with the request
TY
30.3 Provided that a Bid is substantially responsive, the Employer shall rectify
U
O
effect, the Bid price shall be adjusted, for comparison purposes only, to
H
31. Correction of 31.1 Provided that the Bid is substantially responsive, the Employer shall
AR
(a) if there is a discrepancy between the lump sum price for a line item and
the total lump sum price that is obtained by adding the lump sum prices
for all line items, the line item lump sum price shall prevail and the
total lump sum price shall be corrected, unless in the opinion of the
Employer there is an obvious misstatement of the lump sum price for
a line item, in which case the total lump sum price as quoted in the
priced Schedule of Prices shall govern and the lump sum price for the
line item shall be corrected;
(b) if there is a discrepancy between the lump sum price for a line item
and the total lump sum price that is obtained by adding the lump sum
19 | P a g e
Section I. Instructions to Bidders I-19
prices for all line items, the line item lump sum price shall prevail and
the total lump sum price shall be corrected, unless in the opinion of the
Employer there is an obvious misstatement of the lump sum price for
a line item, in which case the total lump sum price as quoted in the
priced Bills of Quantities shall govern and the lump sum price for the
line item shall be corrected
(c ) if there is an error in a total corresponding to the addition or subtraction
of subtotals, the subtotals shall prevail and the total shall be corrected;
and
(d) if there is a discrepancy between words and figures, the amount in
LY
words shall prevail, unless the amount expressed in words is related to
an arithmetic error, in which case the amount in figures shall prevail
N
O
subject to (a) to (c) above.
W
31.2 If the Bidder that submitted the lowest-evaluated Bid does not accept the
IE
correction of errors, its Bid shall be rejected and the Bid Security may be
-V
forfeited in accordance with ITB Sub-Clause 19.6.
T
EN
32. Conversion to 32.1 For evaluation and comparison purposes, the currency (ies) of the Bid
Single Currency shall be provided in a single currency as specified in the BDS.
M
N
R
33. Margin of 33.1 A margin of preference for domestic Bidders shall apply in accordance
VE
34. Evaluation 34.1 The Employer shall use the criteria and methodologies listed in Section
TY
34.2 The estimated effect of the price adjustment provisions of the Contract,
U
O
applied over the period of execution of the Contract, shall not be taken into
IC
i). The evaluation of the Bids will be carried out in three stages. The first
A
AK
ii). All Bidders are required to submit their Bids in accordance with the
guidelines set forth in this Bid Document. In order to promote
20 | P a g e
Section I. Instructions to Bidders I-20
iii). The responsive Bids found to possess minimum threshold technical and
financial capabilities will undergo a financial evaluation. On the basis
of this evaluation process, the Employer will issue a Letter of Award
to the Successful Bidder.
34.4 If the Bid, which results in the lowest evaluated Bid price, is seriously
LY
unbalanced or front loaded in the opinion of the Employer, the Employer
N
may require the Bidder to produce detailed price analyses for any or all
O
items of the Schedule of Prices and Bill of Quantities to demonstrate the
W
internal consistency of those prices with the construction methods and
IE
schedule proposed. After evaluation of the price analyses, taking into
-V
consideration the schedule of estimated Contract payments, the Employer
T
may require that the amount of the Performance Security be increased at
EN
the expense of the Bidder to a level sufficient to protect the Employer
against financial loss in the event of default of the successful Bidder under
M
the Contract. N
R
VE
34.5 At any time during the evaluation process, the Employer reserves the right
O
unreasonably low) may be a reason for rejection of the Bid at the discretion
of the Employer. The Bidder shall not be permitted to revise its Bid after
N
U
such determination.
O
IC
35. Comparison 35.1 The Employer shall compare all substantially responsive Bids to determine
H
of Bids the lowest evaluated Bid, in accordance with the Evaluation Criteria listed
IT
36. Qualification 36.1 The Employer shall determine to its satisfaction whether the Bidders meet
AK
of the Bidder the qualifying criteria specified in Section III, Evaluation and Qualification
AR
Criteria.
TH
37. Employer’s 37.1 Subject to Public Procurement Regulatory Authority’s Guidelines and
Right to Accept notwithstanding ITB 38.1, the Employer reserves the right to accept or
Any Bid, and reject any Bid, and to annul the bidding process and reject all Bids at any
21 | P a g e
Section I. Instructions to Bidders I-21
to Reject Any time prior to Contract award, without thereby incurring any liability to
or All Bids Bidders or any obligation to inform the affected Bidder or Bidders of the
grounds for the Employer’s actions. In case of annulment, all Bids
submitted and specifically, Bid securities, shall be promptly returned to the
Bidders.
F. Award of Contract
38. Award Criteria 38.1 Subject to ITB 37.1, the Employer shall award the Contract to the Bidder
determined to be qualified to perform the Contract satisfactorily and whose
offer is substantially and technically responsive to the Bidding Documents
LY
and whose Bid has been determined to be the lowest evaluated Bid.
N
O
39. Notification of 39.1 Prior to the expiration of the period of Bid validity, the Employer shall notify
W
Award the successful Bidder, in writing, that its Bid has been accepted. At the
IE
same time, the Employer shall also notify all other Bidders of the results of
-V
the bidding.
T
EN
M
39.2 Until a formal Contract is prepared and executed, the Letter of
N
Acceptance shall constitute a binding Contract.
R
VE
39.3 The Employer shall promptly respond in writing to any unsuccessful Bidder
O
39.4 Any Bidder has the right to complaint and appeal, but must do so in the
N
U
manner and format as set down in the Bid challenge system specified in the
O
BDS.
IC
40. Signing of 40.1 Promptly after notification, and after providing for the time period for
H
IT
Contract receipt of Bid Challenges, the Contract shall be signed by the parties i.e the
N
41. Performance 41.1 Subject to ITB 34.4 & 39.1, the successful Bidder shall furnish the
AR
22 | P a g e
Section I. Instructions to Bidders I-22
Employer may award the Contract to the next lowest evaluated Bidder
whose offer is substantially responsive and is determined by the Employer
to be qualified to perform the Contract satisfactorily.
LY
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
23 | P a g e
Section III. Evaluation and Qualification Criteria III-24
LY
(BDS)
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
xxiv | P a g e
Section III. Evaluation and Qualification Criteria III-25
A. General… ............................................................................................................................ 1
B. Contents of Bidding Documents…....................................................................................1
LY
C. Preparation of Bids ............................................................................................................ 2
N
D. Submission and Opening of Bids… .................................................................................. 3
O
W
E. Evaluation and Comparison of Bids… ............................................................................. 4
IE
F. Award of Contract… .......................................................................................................... 4
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
25 | P a g e
Section III. Evaluation and Qualification Criteria III-26
A. GENERAL
ITB The name of the Employer is: THARAKA NITHI COUNTY
1.1
LY
UPGRADING OF TUNYAI NTHAARA ROAD TO BITUMEN STANDARDS
(DESIGN BUILD)
N
O
W
ITB The County Government of Tharaka Nithi, has set aside funds for the above project under
IE
2.1 the development budget.
-V
ITB As of the date of these Bidding Documents, the countries that are subject to sanction or
T
EN
4.6 restriction by the appropriate law. NONE
M
N
B. CONTENTS OF BIDDING DOCUMENTS
R
VE
TB A complete Set of Tender documents can be obtained from the address below, upon payment
O
6.1 of a non-refundable fee of Ksh 1,000.00 during office hours (weekdays from 0800hr to 1700hr
G
7.1
IC
26 | P a g e
Section III. Evaluation and Qualification Criteria III-27
The minimum number of days prior to the deadline for submission of Bids to receive any
request for clarification is 14 days.
The minimum number of days prior to the deadline for submission of Bids that the
Employer will respond is 7 days.
LY
N
O
ITB A Site visit shall be organized.
W
7.2
IE
The Site visit shall take place at the date, time and place indicated in the tender notice.
-V
T
ITB A pre-bid meeting shall not be held.
EN
7.4
M
N
R
C. Preparation of Bids
VE
10.1
TY
ITB The Bidder shall submit with its Bid the following additional documents:
N
11.1 “NA”
U
O
(i)
IC
13.1
IT
N
13.2
AR
13.4
1
ITB The price quoted by the Bidder shall include the following details:
14.3 1. Schedule of Price for Design Services
2. Priced Bills of quantities for construction Works
3. Aggregated lumpsum price for deisn and construction of the roads per
kilometre
ITB The prices quoted by the Bidder shall not be subject to adjustment.
1 Add reference to the Schedule of Prices and Bill of Quantities as may be appropriate.
27 | P a g e
Section III. Evaluation and Qualification Criteria III-28
14.5
ITB Bids are not being invited for lots.
14.6
ITB The currency(ies) of the Bid shall be in Kenya Shillings (Ksh)
15.1
ITB Other documents comprising the Technical Offer shall include the following:
16.1 [NONE]
ITB The Bid validity period shall be: 120 days following the Bid submission deadline.
LY
18.1
N
O
ITB The adjustment factor is: 1.01
W
18.2
IE
ITB The form, amount and currency of the Bid Security shall be 2% of the bid amount.
-V
19.1
T
ITB In addition to the original of the Bid, the number of required copies is 1 in English.
EN
20.1
M
N
D. SUBMISSION AND OPENING OF BIDS
R
VE
22.1
G
TY
Kathwana
H
ITB The Bid opening shall take place at the location below at the date and time indicated on
IT
N
28 | P a g e
Section III. Evaluation and Qualification Criteria III-29
ITB The currency that shall be used for Bid evaluation and comparison is: Kenya Shillings
32.1 (Ksh)
F. AWARD OF CONTRACT
ITB The Bid Challenge Procedure shall be within the Public Procurement and Asset Disposal
39.4 Act (2015)
LY
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
29 | P a g e
Section III. Evaluation and Qualification Criteria III-30
Section III
LY
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
30 | P a g e
Section III. Evaluation and Qualification Criteria III-31
TABLE OF CONTENTS
2. Eligibility .................................................................................................................................. 1
LY
N
4. Financial Situation ................................................................................................................... 1
O
W
5. Experience .................................................................................................................................. 1
IE
-V
6. Personal ......................................................................................................................................1
T
7. Equipment ................................................................................................................................. 1
EN
M
B. EVALUATION OF TECHNICAL OFFER.................................................................................................. 2
N
R
1. Technical Offer ......................................................................................................................... 2
VE
O
D. QUALIFICATION… ..................................................................................................................................... 5
IT
N
5 .Key Personnel.......................................................................................................................... 11
A
AK
31 | P a g e
Section III. Evaluation and Qualification Criteria III-32
This Section contains criteria that the Employer will use to assess Bidders, evaluate Technical
Offers, and financial Bids. To demonstrate its qualifications and develop its Technical Offer,
each Bidder shall provide all the information requested in the forms provided in Section IV,
Bidding Forms.
LY
1. Information on Bidders
N
O
The Employer shall first establish that the Bidders meet the eligibility and qualification criteria
W
in accordance with the eligibility and qualifications factors set out in part D of this Section III
IE
relating to:-
-V
2. Eligibility
T
EN
3. Historical Contract Non-Performance
M
N
4. Financial Situation
R
VE
5. Experience -- general, similar and specific -- as it relates to both design and construction
O
of similar projects.
G
TY
6. Personnel
N
U
O
The Bidder must demonstrate that it has the personnel for the key positions that meet the
IC
requirements:
H
IT
The Bidder shall provide details of the proposed key personnel and their experience records
N
7. Equipment
AR
The Bidder must demonstrate that it has or can get access to the key equipment listed:
TH
The Bidder shall provide further details of proposed items of equipment using the relevant
Forms in Section IV, Bidding Forms.
Submittals of Bidders found by the Employer not to continue to meet the eligibility
requirements and the financial and technical capabilities qualifications criteria shall not be
considered further.
32 | P a g e
Section III. Evaluation and Qualification Criteria III-33
1. Technical Offer
The Technical Offer shall be comprised of the Design Proposal for the Works and other forms
as called for in Section IV, Bidding Forms. The Employer, with the assistance of the Bid
Evaluation Committee, shall then consider the Technical Offers of the Bidders who have been
found qualified.
In so doing, they will examine and analyze the technical aspects of each Bid on the basis of the
information supplied by Bidders, taking into account the completeness, consistency and level
of detail provided. Consideration shall be given to the following:
LY
N
S/No. Requirement Points (%)
O
1. Adequacy of Design Proposal with Employer’s Requirements, as it 15
W
relates to the Works, in accordance with ITB 16, using Form TOF 1.1
IE
-V
2. Adequacy of proposal on Construction Works Requirements, as it 15
T
relates to the whole of the Works, in accordance with ITB 16, using
EN
Form TOF 1.2.
M
3. Adequacy of proposal on Program and schedule, as it relates to
N 10
the whole of the Works, using Form TOF 1.3.
R
VE
the whole of the Works, as submitted by the Bidder, using Form TOF
N
1.5
U
O
Each responsive proposal will be given a technical score (St). A proposal shall be rejected at
this stage if it does not respond to important aspects of the Terms of Reference or if it fails to
achieve the minimum technical score 80%.
Only those Financial Offers from bidders achieving the minimum technical score shall be
evaluated.
33 | P a g e
Section III. Evaluation and Qualification Criteria III-34
N/A
3. Technical Alternatives
N/A
4. Multiple Lots
LY
N/A
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
34 | P a g e
Section III. Evaluation and Qualification Criteria III-35
The Bid Evaluation Committee shall first determine whether the financial submissions are
complete and compliant with the Instructions to Bidders. Then, they shall examine the
following:
1. The Bid Price, excluding Provisional Sums and the provision, if any, for
contingencies in the Summary Schedule of Prices and Bill of Quantities, but
including Daywork items, where priced competitively.
LY
N
2. Price adjustment for correction of arithmetic errors in accordance with ITB 31.1.
O
W
3. Price adjustment due to discounts offered in accordance with ITB 14.4, if any.
IE
-V
4. Adjustment for nonconformities in accordance with ITB 30.3.
T
EN
As provided in the Schedule of Prices and Bill of Quantities, Bidders shall submit a lump sum
M
fixed price for the Works, including design, and construction. Subject to any adjustments
N
pursuant to the Instructions to Bidders and Conditions of Contract, the lump sum fixed price
R
shall be the Accepted Contract Amount of the successful Bidder.
VE
O
The Bid Evaluation Committee shall recommend award of the Contract to the Bidder with the
G
lowest evaluated Bid that has been determined to be eligible, qualified, and substantially and
TY
technically responsive.
N
U
O
IC
H
IT
N
A
AK
AR
TH
35 | P a g e
Section III. Evaluation and Qualification Criteria III-36
D. QUALIFICATION
Eligibility and Qualification Criteria Compliance Requirements Documentation
Submission
LY
Requirement Single Entity Joint Venture
Requirements
No. Subject
N
All Parties
Each Partner One Partner
O
Combined
W
1. Eligibility
Existing or
IE
Must meet Must meet Forms ELI – 1.1 and
1.1 Nationality Nationality in accordance with ITB Sub-Clause 4.2 intended JV must N/A
-V
requirement meet requirement requirement 1.2, with attachments
Existing or
T
Must meet Must meet Application
1.2 Conflict of Interest No conflicts of interest in ITB Sub-Clause 4.3 intended JV must N/A
EN
requirement meet requirement requirement Submission Form
Not having been declared ineligible by the Employer, as Must meet Existing JV must Must meet N/A Application
M
1.3 Eligibility
described in ITB Sub-Clause 4.6 requirement meet requirement requirement Submission Form
N
Government Owned Applicant required to meet conditions of ITA Sub- Must meet Must meet Must meet N/A Forms ELI – 1.1 and
R
1.4
Entity Clause 4.4 requirement requirement requirement 1.2, with attachments
VE
Pursuant to ITB Sub-Clause 4.5 the following shall be
O
provided;
Must meet Must meet Must meet N/A Forms ELI – 1.1 and
1.5 Tax Compliance
G
- Certified Copy of current Tax Compliance certificate
requirement requirement requirement 1.2, with attachments
from relevant tax Authority valid as of date of bid
TY
submission stated in the BDS.
Pursuant to ITB Sub-Clause 4.1 the following shall be
N
provided;
U
- Certified Copy of Certificate of incorporation to show
O
that the applicant is a registered company and legally
IC
Incorporation & Must meet Must meet Must meet Forms ELI – 1.1 and
1.6 authorized to do business in Kenya N/A
Registration requirement requirement requirement 1.2, with attachments
H
IT
36 | P a g e
Section III. Evaluation and Qualification Criteria III-37
LY
Combined
2. Historical Contract Non-Performance
N
O
Non-performance of a Contract did not occur within the
last five years prior to the deadline for application
W
submission based on all information on fully settled Must meet Must meet
History of Non-
IE
disputes or litigation. A fully settled dispute or litigation requirement by itself requirement by itself
2.1 Performing N/A N/A Form CON-2(a)
is one that has been resolved in accordance with the or as partner to past or as partner to past or
-V
Contracts
Dispute Resolution Mechanism under the respective or existing JV existing JV
Contract and where all appeal instances available to the
T
applicant have been exhausted.
EN
Failure to Sign Not being under execution of a Bid Securing Must meet Must meet Must meet
2.2 N/A Form CON-2(a)
M
Contract Declaration pursuant to Sub-Clause 4.5 for five years requirement requirement requirement
N
All pending litigation shall in total not represent more Must meet Must meet
than ten percent (10%) of the Applicant’s net worth and Form CON – 2(b)
R
requirement by itself requirement by itself
2.3 Pending Litigation N/A N/A
VE
shall be treated as resolved against the Applicant or as a partner to or as a partner to past
past or existing JV or existing JV
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
37 | P a g e
Section III. Evaluation and Qualification Criteria III-38
LY
Combined
3. Financial Situation
N
Submission of audited balance sheets or if not required
O
Financial by the law of the Applicant’s country, other financial Must meet Must meet Form FIN – 3.1(a)
W
3.1 N/A N/A
Performance statements acceptable to the Employer, for the last wo requirement requirement with attachments
IE
years to demonstrate:
(a) the current soundness of the applicant’s financial
-V
(a) Must meet (a) Must meet
position and its prospective long term profitability, and requirement (a) N/A requirement (a) N/A
(b) capacity to have a cash flow amount of (b) Must meet (b) Must meet Form FIN – 3.1(b)
T
(b) N/A (b) N/A
EN
Ksh. 100 million requirement requirement with attachments
Must meet ((100-
Minimum average annual construction turnover of Ksh. Must meet fifty
M
Average Annual 50)/(n-1))% of the
200 million calculated as total certified payments Must meet Must meet (50%) percent of Form FIN – 3.2
N
3.2 Construction requirement where
received for contracts in progress or completed, within requirement requirement the requirement
R
Turnover n= number of joint
the last five (2) years
VE
venture members
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
38 | P a g e
Section III. Evaluation and Qualification Criteria III-39
LY
Combined
N
4. Experience
O
Experience under construction contracts in the role of
General
contractor, subcontractor, or management contractor for Must meet Must meet Form EXP – 4.1
W
4.1 Construction N/A N/A
at least the last Seven [5] years prior to the application requirement requirement
IE
Experience
submission deadline.
-V
Participation as contractor, management contractor or
subcontractor, in at least three (3) Contract within the last
T
five (5) years, each with a value of at least Ksh 100 Must meet
EN
million, that have been successfully and substantially require for one
4.2 Must meet Must meet
completed and that are similar in complexity to the N/A Contract (can be a Form EXP 4.2
M
(a) requirement requirement
proposed Works. The similarity shall be based on the specialist
N
physical size, complexity, methods/technology or other subcontractor
R
Specific
characteristics as described in Section VI, Scope of
VE
Construction Works
Experience
For the above or other contracts executed during the
O
period stipulated in 4.2 (a) above, a minimum
G
construction experience in at least one (1) of:
TY
4.2 - New Construction to bitumen standards of a low Must meet Must meet Must meet
N/A Form EXP – 4.3
(b) volume seal road. requirements requirements requirement
N
- New Construction to bitumen standards of an urban
U
town road
Provide telephone and email contacts of clients forO
IC
project undertaken and the cost of each of the projects.
Experience in carrying out feasibility study,
H
39 | P a g e
Section III. Evaluation and Qualification Criteria III-40
LY
Combined
project undertaken.
N
O
W
IE
Tenderers/consortium who meet the minimum
-V
qualification criteria will be qualified only if their
available tender capacity is more than the total
T
tender value. The available tender capacity will be
EN
calculated as shown below:
M
Available Tender capacity = ( A*N*1.2 - B )
N
R
Where:
VE
A = AVERAGE Annual Construction Turnover for
civil engineering Works over the last 5 years updated to
O
2015 prices;
G
4.3 Must meet Must meet Must meet 50%
Tender Capacity N = Contract duration (years) of project for which
N/A
Form EXP – 4.3 (b)
(c) requirements requirements requirement
TY
tenders are invited. (3 yrs)
N
B = Value of existing commitments and on-going
U
Works to be completed during the next N years updated
to 2015 prices (3 yrs) O
IC
Note: The statements showing the value of existing
H
40 | P a g e
Section III. Evaluation and Qualification Criteria
5. Key Personnel
The Bidder shall make provision for suitably qualified personnel to fill the key positions listed
below at minimum as required during Contract implementation. The Bidder shall supply further
information on a candidate who shall meet the experience requirements specified below.
All the key personnel shall be fluent in the full use (i.e. the writing, reading and speaking) of the
Contract language, which is English and have the ability to communicate ideas freely and easily.
In addition, all the key staff described herein, shall be fully computer literate.
5 (a) Design/Supervision Team
Estimated Man-
Minimum Month Input Specific
academic and General work
Construction
Notification
work
No. Position professional experience
LY
Defects
Period
experienc
qualifications or (years)
e (years)
N
provide equivalent
O
W
Must possess at least
a Master’s Degree in
IE
Civil Engineering or
-V
equivalent and is a
1. Project Director Registered 3 5 10 7
T
EN
Professional
Engineer with
M
Engineers Board of
N
Kenya or equivalent
R
a Bachelor’s Degree
O
in Civil
G
Pavement/Highways Engineering
2. 24 2 8 5
Engineer
TY
N
U
O
a Bachelor’s Degree
in Civil
H
IT
Engineering
3. Materials Engineer 24 2 8 5
N
A
AK
AR
TH
41 | P a g e
Section III. Evaluation and Qualification Criteria
Estimated Man-
Minimum Month Input Specific
academic and General work
Construction
Notification
work
No. Position professional experience
Defects
Period
experienc
qualifications or (years)
e (years)
provide equivalent
LY
Must possess at least
a Bachelor’s Degree
N
in Survey &
O
Photogrammetry
5. Senior Surveyor 24 2 4 2
W
IE
-V
T
Must possess
EN
Bachelor’s Degree in
Environmental
M
Management or
N
and must be
registered as an
O
Expert (NEMA) or
G
equivalent.
TY
Must possess
Bachelor’s Degree
N
or equivalent in
U
Civil Engineering or
O
Engineer with
IT
Engineers
N
Registration Board
A
of Kenya or
AK
equivalent
AR
Submission requirement in Submission Form TOF 1.6 (a) and TOF 1.6 (b).
TH
42 | P a g e
Section III. Evaluation and Qualification Criteria
LY
Civil Engineering
2 Site Engineer 5 3
N
O
Must possess at least Higher National
W
3 Senior Foreman 8 5
Diploma (HND) in Civil Engineering
IE
-V
Must possess at least Higher National
4 Site Surveyor 5 3
Diploma (HND) in Civil Engineering
T
EN
Must possess at least Diploma (HND) in
M
5 Earthworks Foreman 5 3
Civil Engineering
N
R
VE
Civil Engineering
N
U
Civil Engineering
IC
9 Materials Technologist 4 2
IT
Civil Engineering
N
A
The Bidder shall provide further details of the proposed personnel and their experience records
AK
Bidders shall be required to indicate a schedule showing how the key design/construction team
TH
personnel will be available and engaged during the entire Contract period. Bidders should engage
Kenyan nationals as majority of their key personnel. The percentage of the KEY PERSONNEL
that should be of Kenyan nationality is at least 80%.
43 | P a g e
Section III. Evaluation and Qualification Criteria
6. Equipment Capabilities
The Bidder shall own, or have guaranteed access (through hire, lease, purchase agreement,
other commercial means, or approved subcontracting) to key items of equipment, in full
working order at minimum, as listed hereunder and must demonstrate that, based on known
commitments, they will be available for timely use in the proposed Contract.
The Bidder may also list alternative types of equipment that it would propose for use on the
Contract, together with an explanation of the proposal.
LY
the Contract Contract by the
Execution the Bidder by the Bidder Bidder
N
O
A) General Plant
W
IE
1. Steel fabrication workshop 1
-V
1
2. Concrete mixers cap 5m3 per
T
1
EN
hour M
B) Bituminous Plants
N
R
1. Bitumen Pressure
VE
2 1
distributor
O
G
C) Compactors
TY
3 1
300 mm wide
U
O
1
600 mm wide
H
D) Mobile Compressors
IT
N
1
m3/min)
5 E) Concrete Equipment
44 | P a g e
Section III. Evaluation and Qualification Criteria
3. Concrete vibrators 2
F) Transport (Tippers,
dumpers, water tankers)
1. 4X2 tippers payload 7 – 12
1
LY
tonnes
2. 6X4 tippers payload 16 – 20
N
1
O
tonnes
W
3. 8X4 tippers payload 16 – 20
1
IE
tonnes
-V
6 4. Articulated trailers 1
T
5. Dump trucks 4 EN
M
N
R
6. Flat-bed lorries 1
VE
2
G
G) Earth – Moving
Equipment
N
U
1
attachment (D6-D9 equivalent)
IC
H
2. Wheeled loaders 1
IT
N
4. Trench excavator 1
TH
45 | P a g e
Section III. Evaluation and Qualification Criteria
H) Diesel Generators
8
I) Excavators
1. Hydraulic crawler mounted
LY
(10 – 16 tonnes) – 0.40 – 0.60 2
N
m3 SAE bucket.
O
2. Hydraulic wheel mounted (7
W
– 10 tonnes) – 0.25 – 0.4 m3 2
IE
SAE bucket.
-V
9
T
EN
J) Rollers M
1. Self-propelled single drum
N
2
vibrating (various types)
R
VE
pedestrian rollers
N
Totals
U
O
IC
H
The Bidder shall provide further details of proposed items of equipment using the relevant
IT
46 | P a g e
Section IV. Bidding Forms IV-47
LY
Section IV
N
O
W
IE
Bidding Forms
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
47 | P a g e
Section IV. Bidding Forms IV-48
Table of Contents
LY
9. Average Annual Construction Turnover ................................................................................... 18
10. Financial Resources .................................................................................................................. 19
N
11. Current Contract Commitments / Works in Progress… ....................................................... 20
O
12. General Design Experience… .................................................................................................. 21
W
13. Similar Design Experience ....................................................................................................... 22
IE
14. Specific Design Experience in Key Activities .......................................................................... 23
-V
15. General Construction Experience .......................................................................................... 24
16. Similar Construction Experience............................................................................................ 25
T
17. Specific Construction Experience in Key Activities… ........................................................... 26
EN
M
C. TECHNICAL OFFER FORMS ........................................................................................ 27
N
R
48 | P a g e
Section IV. Bidding Forms IV-49
LY
N
O
A. Bid Submission Forms
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
49 | P a g e
Section IV. Bidding Forms IV-50
Name of Contract:
Upgrading of Tunyai Nthaara Road ( Design Build)
LY
Gentlemen/Ladies:
N
O
We, the undersigned, declare that:
W
IE
1. We have examined and we have no reservations to the Bidding Documents, including
-V
addenda thereto issued in accordance with the Instructions to Bidders.
T
EN
2. In accordance with the Conditions of Contract, Employer’s Requirements, Drawings, and
Schedules of Prices and Bill of Quantities, and Addenda Nos. [Insert Addenda Nos.] for the
M
N
execution of the above-named Works, we offer to design, construct and install such Works and
R
remedy any defects therein in conformity with the Conditions of Contract, Employer’s
VE
Requirements, Drawings, Schedules of Prices and Bill of Quantities, and Addenda for the sum of
O
[insert amount in numbers and words] as specified in the Appendix to Bid or such other sums
G
4. We undertake, if our Bid is accepted, to obtain a Performance Security in accordance with the
H
Bidding Documents and commence the Works as soon as is reasonably possible after the receipt
IT
of the Engineer’s notice to commence, and to complete the whole of the Works comprised in the
N
5. We agree to abide by this Bid until the date specified in ITB Clause 18 [insert date], and it
AR
shall remain binding upon us and may be accepted at any time before that date.
TH
6. Unless and until a formal Contract is prepared and executed, this Bid, together with your
written acceptance thereof, shall constitute a binding Contract between us.
7. We understand that you are not bound to accept the lowest or any Bid you may receive.
8. We certify that we, including any subcontractors and suppliers for any part of the Contract
have or will have nationalities from eligible countries in accordance with ITB 4.2.
50 | P a g e
Section IV. Bidding Forms IV-51
9. We certify that we and any subcontractors and suppliers for any part of the Contract comply
with the requirements of ITB Clauses 3 and 4 of the Bidding Documents. By that, we mean that
we, including any subcontractors or suppliers for any part of the Contract, do not have any conflict
of interest in accordance with ITB 4.3; have not been declared ineligible as described in ITB 4.6
and ITB 3.1(c); and have not been excluded as a result of the laws of Kenya or official regulations,
or by an act of compliance with a decision of the United Nations Security Council in accordance
with ITB 4.7.
10. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to
Contract execution if we are awarded the Contract, are listed below:
LY
currency or gratuity
N
O
W
IE
(if none, state “none”)
-V
T
11. We hereby certify that we have taken steps to ensure that no person acting for us or on our
behalf will engage in bribery.
EN
M
N
R
Address:
H
IT
N
Witness:
A
Address:
AK
Occupation:
AR
TH
51 | P a g e
Section IV. Bidding Forms IV-52
LY
N
Furthermore, we understand that, according to your conditions, Bids must be supported by
O
a Bid guarantee.
W
IE
At the request of the Bidder, we [name of Bank] hereby irrevocably undertake to pay you
-V
any sum or sums not exceeding in total an amount of [amount in figures] ([amount in
words]) upon receipt by us of your first demand in writing accompanied by a written
T
EN
statement stating that the Bidder is in breach of its obligation(s) under the Bid conditions,
because the Bidder:
M
N
(a) has withdrawn its Bid during the period of Bid validity specified by the Bidder in
R
VE
(b) having been notified of the acceptance of its Bid by the Employer during the period
G
of Bid validity, (i) fails or refuses to execute the Contract, or (ii) fails or refuses to
TY
This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of
IC
copies of the Contract signed by the Bidder and the Performance Security issued to you
H
upon the instruction of the Bidder; or (b) if the Bidder is not the successful Bidder, upon
IT
the earlier of (i) our receipt of a copy of your notification to the Bidder of the name of the
N
successful Bidder; or (ii) twenty-eight (28) days after the expiration of the Bidder’s Bid.
A
AK
Consequently, any demand for payment under this guarantee must be received by us at the
AR
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication
No. 458.
[Signature(s)]
52 | P a g e
Section IV. Bidding Forms IV-53
LY
N
O
B. Bidder Qualification Forms
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
53 | P a g e
Section IV. Bidding Forms IV-54
Form ELI-1.1
In case of joint
venture or other
LY
consortium, legal
N
name of each
O
member
W
IE
Bidder’s country of
-V
constitution
T
EN
M
Bidder’s year of
N
constitution
R
VE
O
Bidder’s legal
G
address in country
TY
of constitution
N
Bidder’s authorized
U
O
representative
IC
(name, address,
H
telephone numbers,
IT
address)
A
AK
❑ 1. In case of single entity, articles of incorporation or similar documents of constitution of the legal
entity named above, in accordance with ITB 4.1 and 4.2.
TH
❑ 2. Authorization to represent the Bidder named in above, in accordance with ITB 20.2.
❑ 3. In the case of joint venture or other consortium, (a) the joint venture or similar documents of
constitution and documents of registration of the joint venture or other consortium, or (b) the
letter of intent to form the joint venture or other consortium and demonstrating the joint and
several liability of all members, in accordance with ITB 4.1.
❑ 4. In the case of a government-owned entity, any additional documents not covered under 1 above
required to comply with ITB 4.4.
54 | P a g e
Section IV. Bidding Forms IV-55
Form ELI-1.2
Each member of a joint venture or other consortium making up the Bidder and each
SubContractor must fill in this form.
LY
Joint Venture Member’s
N
or SubContractor’s legal
O
W
name
IE
-V
Joint Venture Member’s
or SubContractor’s
T
EN
country of constitution M
N
or SubContractor’s year
VE
of constitution
O
G
or SubContractor’s legal
N
address in country of
U
constitution
O
IC
or SubContractor’s
IT
authorized representative
N
information
A
AK
55 | P a g e
Section IV. Bidding Forms IV-56
Each Bidder or member of a joint venture or other consortium making up a Bidder must fill in
this form.
Non-Performing Contracts
❑ No non-performance of a Contract in accordance with Sub-Factor 2.1 of Section III (Evaluation and
Qualification Criteria)
OR
❑ Non-performance of a Contract in accordance with Sub-Factor 2.1 of Section III (Evaluation and
LY
Qualification Criteria)
N
O
W
In the event of a non-performing Contract, clarify/explain your situation according to Sub-Factor 2.1 of
IE
Section III, Evaluation and Qualification Criteria.
-V
T
EN
Failure to Sign a Contract
M
N
❑ No failure to sign a Contract in accordance with Sub-Factor 2.2 of Section III (Evaluation and
R
VE
Qualification Criteria)
O
OR
G
❑ Failure to sign a Contract in accordance with Sub-Factor 2.2 of Section III (Evaluation and Qualification
TY
Criteria)
N
U
O
IC
H
IT
N
A
In the event of failure to sign a Contract, clarify/explain your situation according to Sub-Factor 2.2 of Section
AK
56 | P a g e
Section IV. Bidding Forms IV-57
Contract Performance
Each Bidder or member of a joint venture or other consortium making up a Bidder must fill in
this form.
Pending Litigation
❑ No pending litigation
LY
OR
N
❑ Pending litigation
O
W
IE
Value of
-V
Value of
Pending
Pending
Claim as a
T
Year Employer Data, Contract Identification and Matter in Dispute Claim in
EN
Percentage
Ksh.
of Net
Equivalent
M
Worth
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
57 | P a g e
Section IV. Bidding Forms IV-58
Financial Situation
Each Bidder or member of a joint venture or other consortium making up a Bidder must fill in
this form.
LY
Information from Balance Sheet
N
O
1. Total Assets
W
IE
2. Current Assets
-V
3. Bank Credit Line Value
T
4. Total Liabilities
EN
M
N
5. Current Liabilities
R
VE
❑ Attached are copies of financial statements (balance sheets including all related notes, and income
TH
statements) for the last 5 years, as indicated above, complying with the following conditions.
All such documents reflect the financial situation of the Bidder or member of a joint venture or
other consortium making up a Bidder, and not sister or parent companies.
Historic financial statements must be audited by a certified accountant.
Historic financial statements must be complete, including all notes to the financial statements.
Historic financial statements must correspond to accounting periods already completed and
audited (no statements for partial periods shall be requested or accepted).
58 | P a g e
Section IV. Bidding Forms IV-59
Financial Resources
Each Bidder or member of a joint venture or other consortium making up a Bidder must fill in
this form, specifying proposed sources of financing, such as liquid assets, unencumbered real
assets, lines of credit, and other financial means, net of current commitments, available to meet
the total construction cash flow demands of the subject Contract or contracts as indicated in
Section III, Evaluation and Qualification Criteria.
LY
1
N
O
2
W
IE
3
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
59 | P a g e
Section IV. Bidding Forms IV-60
Each Bidder or member of a joint venture or other consortium making up a Bidder must fill in this
form.
LY
Equivalent
N
O
Roadworks
1.
W
IE
Other civil
-V
2. Engineering
T
Works
3.
Other
EN
M
(specify)
N
R
Total
VE
4.
O
G
The information supplied should be the annual construction turnover of the Bidder or each member
IC
of a joint venture or other consortium making up a Bidder in terms of the amounts billed to clients
H
for each year for work in progress or completed, converted to [KES OR ANY OTHER
IT
60 | P a g e
Section IV. Bidding Forms IV-61
LY
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
61 | P a g e
Section IV. Bidding Forms IV-62
Contract No . . . . . . of . .
Contract Identification
....
LY
Award Date Completion Date
N
O
❑ Contractor ❑ Management ❑ SubContractor
W
Role in Contract Contractor
IE
Total Contract Amount Ksh
-V
If a member of a joint
T
venture or other
consortium making up
EN
M
the Bidder or a Percent of Total Amount
N
subcontractor, specify
R
participation of total
VE
Contract amount
O
Employer’s Name
G
Address
TY
Telephone/Fax Number
N
E-mail
U
O
62 | P a g e
Section IV. Bidding Forms IV-63
❑ Management
LY
Role in Contract ❑ Contractor Contractor ❑ SubContractor
N
O
Total Contract Amount Ksh
W
If a member of a joint
IE
venture or other
-V
consortium making up
the Bidder or a Percent of Total Amount
T
EN
subcontractor, specify
participation of total
M
Contract amount
N
Employer’s Name
R
VE
Address
O
Telephone Number
G
Fax Number
TY
E-mail
N
U
Description of the key activities in accordance with Sub-Factor 4.6 of Section III
O
IC
H
IT
N
A
AK
AR
TH
63 | P a g e
Section IV. Bidding Forms IV-64
LY
Brief Description of the Engineering
Year Year
Designs Developed by the Bidder
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
64 | P a g e
Section IV. Bidding Forms IV-65
Contract No . . . . . . of . .
Contract Identification
....
LY
N
Role in Contract ❑ Contractor ❑ Designer ❑ SubContractor
O
W
Total Contract Amount Ksh
IE
If a member of a joint
-V
venture or other
consortium making up
T
the Bidder or a Percent of Total Amount
EN
subcontractor, specify
participation of total
M
Contract amount
N
R
Employer’s Name
VE
Address
O
Telephone/Fax Number
G
E-mail
TY
N
65 | P a g e
Section IV. Bidding Forms IV-66
LY
N
O
C. Technical Offer Forms
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
66 | P a g e
Section IV. Bidding Forms IV-67
Design Proposal
The Bidder shall prepare the following documents that will form the Design Proposal:
LY
pavement structure offer with a corresponding typical road cross-section. The summary
N
page shall also highlight areas where the bidder’s engineering design offer is an
O
improvement of or departure from the concept design if provided by the Employer.
W
c) The Bidder shall provide a pavement structure offer with a corresponding typical
IE
road cross-section.
-V
d) Drawings scales shall range from 1:100 to 1:500, or as otherwise specified in the
Employer’s Requirements.
T
EN
e) For the purpose of this clause, an improvement in the concept design shall constitute
either of the following; an offer on a superior pavement structure than implied in the
M
Employer’s requirement, an offer on a superior non-motorised traffic facility than
N
R
implied in the Employer’s requirement; an offer in a superior road safety measures than
VE
available and relevant design issues for the Works, detailing how the critical requirements
will be achieved.
N
U
O
3. Comments on any errors or defects noted in the Employer’s Requirements, along with
IC
details of any exceptions taken from the Employer's Requirements. However, pursuant to
H
Clause 5.1, the Employer will not be responsible for any error, inaccuracy or omission of
IT
develop the design at key stages, including a commentary on any necessary mapping and/or
AR
survey work and the proposed design methodology for key elements of the Works.
TH
67 | P a g e
Section IV. Bidding Forms IV-68
6. Name, qualifications, and particulars of the Design Partner and designers in charge of the
design of the Works.
7. Proposed names of suppliers and details for all essential equipment items, including but
not limited to such items as [insert list as may be appropriate]. Manufacturers’ brochures
and details of the main items and equipment, especially those listed above, and indication
of availability when needed in the general project timeframe, respectively, shall accompany
specifications.
LY
8. [Insert anything else, as may be appropriate.]
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
2 For the avoidance of doubt, resettlement of any persons pursuant to the resettlement action plan shall be the responsibility of
the Employer.
68 | P a g e
Section IV. Bidding Forms IV-69
Each Bidder shall set out details of the proposed Method of construction for the Works to
demonstrate how it will meet the Employer’s objective and requirements. At a minimum, the
Method Statement shall address the following:
LY
sufficient detail to demonstrate their adequacy to achieve the requirements of the
N
Contract including completion within the Time for Completion stated in the Appendix
O
to Bid.
W
IE
(b) Site access coordination proposal outlining the arrangements, which the Bidder
-V
proposes to adopt to manage coordination of Site access.
T
EN
(c) Commentary on the geotechnical and subsurface aspects of the Works including
materials, material sources and any constraints.
M
N
R
(e) Logistics and traffic management plan proposal [as may be appropriate].
G
TY
(f) Outline of the arrangements, which the Bidder proposes to adopt to ensure
compliance with the Employer’s Requirements.
N
U
O
(g) Material testing proposal outlining the arrangements, which the Bidder proposes for
IC
testing of materials for construction and testing upon completion as called for in the
H
Employer’s Requirements.
IT
N
(h) Training of Employer’s staff proposal outlining the arrangements, which the Bidder
A
(i) Hand-over of completed Works proposal outlining the arrangements for handover,
TH
(j) Quality Assurance plan and control proposal outlining the quality assurance plans and
quality controls, including the teams to be involved.
69 | P a g e
Section IV. Bidding Forms IV-70
Each Bidder shall set out a detailed Program and Schedule for design and construction of the
Works to be undertaken, including estimated start and finish dates for individual components and
identification of major milestones and critical path. The proposed Program and Schedule shall be
developed according to Employer’s Requirements and shall address the following:
(a) Details of the proposed schedule for design of the Works, including the submission of
design documents, review, and approval of the design by the Engineer.
LY
N
(b) Details of the proposed schedule for permitting processes that may be necessary in order
O
to commence the Works, including the preparation of required studies, supporting
W
information, and applications.
IE
-V
(c) Details of the proposed timeline for carrying out the Works within the Time for
Completion, in the form of a bar chart showing notably the major milestones and the critical
T
EN
path. M
(d) Details of the proposed timeline for the testing, commissioning and handing over of the
N
R
completed Works.
VE
O
70 | P a g e
Section IV. Bidding Forms IV-71
Each Bidder shall set out details of the Cash Flow Projection indicating quarterly projected
expenditure throughout the duration of the Contract, both the percentage of the Accepted
Contract Amount and the cumulative percentage of the Accepted Contract Amount per
month. The Cash Flow Projection shall address the following, taking into consideration payment
of the Advance Payment, amortization of the Advance Payment, withholding of the Retention, and
release of the Retention:
LY
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
71 | P a g e
Section IV. Bidding Forms IV-72
Construction Equipment
The Bidder shall provide adequate information to demonstrate clearly that it has the capability to
meet the requirements for the key equipment listed in Section III, Evaluation and Qualification
Criteria. A separate form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Bidder.
Item of equipment
LY
N
Equipment Name of manufacturer Model and power rating
O
information
W
Capacity Year of manufacture
IE
-V
Current Current location
T
status
Details of current commitments EN
M
N
R
VE
Address of owner
H
IT
N
A
Fax Telex
AR
72 | P a g e
Section IV. Bidding Forms IV-73
The Bidder shall set out details of the Project Management Organization, together with
identification and Curriculum Vitae (“CV”) for each key member for each component of the
Project.
CVs are provided for the key personnel for the following positions, using the forms provided in
Form EXP 5.1 for that purpose:
LY
Total Related Work Similar Experience in Similar Designs
No. Position
N
Experience (years) and/or Works (years)
O
1
W
IE
2
-V
T
3
EN
M
4
N
R
VE
5
O
G
TY
In particular, the Bidder must provide the names and particulars of the individuals from the
N
(a) organizational chart showing lines of communications as well as communications plan for
N
(b) plans for subcontracting any parts of the Works and the services to be carried out or the Plant
AR
(c) Data management plan in accordance with the Employer’s Requirements, describing the
proposed system for storing, indexing, and accessing data such as correspondence, meeting
minutes, reports, drawings, etc.
73 | P a g e
Section IV. Bidding Forms IV-74
LY
N
Education: {List college/university or other specialized education, giving names of educational
O
institutions, dates attended, degree(s)/diploma(s) obtained}
W
IE
Employment record relevant to the assignment: {Starting with present position, list in reverse
-V
order. Please provide dates, name of employing organization, titles of positions held, types of
activities performed and location of the assignment, and contact information of previous clients
T
EN
and employing organization(s) who can be contacted for references. Past employment that is not
relevant to the assignment does not need to be included.}
M
N
performed relevant to
references the Assignment
O
G
minister]
IC
H
IT
N
A
AK
[All CVs of Key Personnel must be signed and dated by them during the Bid preparation
period.]
74 | P a g e
Section IV. Bidding Forms IV-75
The Bidder shall provide the documents below to show that it has in place sufficient environmental
and social documents and awareness to be able to perform responsibilities in accordance with the
National Environment Management Authority (NEMA) Environmental Guidelines and the
Employer’s Country’s Environmental Laws.
The successful Bidder will be required to design and carry out the Works in accordance with
NEMA Environmental Guidelines, including social and resettlement guidance, Kenyan Laws on
Gender Policy, and environmental requirements of the Employer’s Government as well as the Site-
LY
specific Environmental Management Plan (“EMP”), to be prepared by it following Contract award,
N
and approved by the Engineer. The Bidder shall demonstrate in a narrative section of its Technical
O
Offer that it possesses a high level of Environmental and Social (“E&S”) management expertise
W
and can successfully manage the E&S risks associated with the implementation of the proposed
IE
Works, as follows:
-V
T
(a) Provide examples of Site-specific E&S management plans developed by the Bidder for
similar work over the last five (5) years;
EN
M
N
by the bidder for similar work over the last five (5) years;
VE
O
(d) Describe proposed E&S staffing, roles and responsibilities, and management structure;
U
O
(e) Describe the proposed approach to managing E&S impacts during implementation of this
IC
project, including a description of the mitigation measures that will be used and
H
international E&S standards that may be applicable; provide enough detail to demonstrate
IT
(f) Provide two (2) references regarding the Bidder’s development of Site-specific EMPs and
successful implementation of E&S mitigation measures.
AR
TH
75 | P a g e
Section IV. Bidding Forms IV-76
The Bidder shall provide the documents below to show that it has in place sufficient safety policy
documents and safety awareness to be able to perform their responsibilities in a safe and competent
manner.
The successful Bidder will be required to design and carry out the Works in accordance with the
Site-specific Health and Safety Plan to be developed by it following Contract award, and approved
by the Engineer, based on the Employer’s Requirements provided in Section IX.
LY
The Bidder shall demonstrate in a narrative section of its Technical Offer that its possesses a high
N
level of Health and Safety (“H&S”) management expertise and can successfully manage the H&S
O
W
risks related to the implementation of the Works. To demonstrate, the Bidder shall provide the
IE
following:
-V
(a) Provide examples of H&S management plans developed by the Bidder for similar work
T
over the last five (5) years;
EN
M
(b) Demonstrate a successful record implementing effective H&S mitigation measures on
N
(c) Describe proposed H&S staffing, roles and responsibilities, and management structure;
O
G
(d) Describe the proposed approach to managing H&S impacts during implementation of the
TY
Works, including a summary of mitigation measures that will be used and international
N
(e) Provide two (2) references regarding the Bidder’s development of H&S plans and
H
76 | P a g e
Section IV. Bidding Forms IV-77
Quality management system, describing the basis and operation of the proposed quality
management system, including management reviews, procedural audits, checking, procedures for
monitoring, reporting and dealing with nonconformities, corrective actions, and feedback and
LY
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
77 | P a g e
Section IV. Bidding Forms IV-78
LY
N
O
W
IE
-V
T
EN
M
Part II
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
78 | P a g e
Section V. General Conditions of Contract V-79
Section V
LY
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
79 | P a g e
Section V. General Conditions of Contract V-80
The Conditions of Contract, Part 1: General Conditions shall be those forming the General
Conditions of the “Conditions of Contract for EPC/Turnkey Projects” First Edition 1999, as
prepared by the Fédération Internationale des Ingénieurs-Conseils (“FIDIC”). These General
Conditions are subject to the variations and additions set out in the section of this Contract entitled
“Conditions of Particular Application.”
LY
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
80 | P a g e
Section VI. Conditions of Particular Application VI-81
SECTION VI
LY
N
CONDITIONS OF PARTICULAR APPLICATION
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
81 | P a g e
Section VI. Conditions of Particular Application VI-82
The following Conditions of Particular Application (“COPA”), shall supplement the General
Conditions of Contract. Whenever there is a conflict, the provisions in the COPAs shall prevail
over the General Conditions of Contract.
The Conditions of Particular Application include;
1. Part A: Appendix To Tender
2. Part-II B: Particular Conditions
3. Annex A and B: Additional Provisions.
The Conditions of Contract comprise the "General Conditions", which form part of the "Conditions
of Contract for EPC/Turnkey Projects” First Edition 1999 published by the Fédération
Internationale des Ingénieurs-Conseils (FIDIC), and the following “Particular Conditions,” which
LY
include amendments and additions to such “General Conditions”.
N
O
W
The Particular Conditions are set out hereunder. The Clauses in the Particular Conditions are
IE
additional to or as amendment to the General Conditions of Contract.
-V
T
In the preparation of these Conditions of Particular Applications the document followed is
EN
Conditions of Contracts for EPC/Turnkey Projects FIDIC, 1999.
M
N
Any change, deviation, deletion or addition to Conditions of Contract for EPC/Turnkey Projects
R
FIDIC, 1999 has been recorded in the Particular Applications with same clause or sub clause
VE
reference.
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
82 | P a g e
Section VI. Conditions of Particular Application VI-83
LY
Employer's Representative name 1.1.2.4 Chief Officer
N
and address &3.1 Transport, Roads, Infrastructure and
O
Industry
W
Tharaka Nithi County Government
IE
P.O Box 10, 60406
-V
Kathwana
T
EN
M
N
Base Date 1.1.3.1 28 days prior to the latest date for submission
R
of the tender.
VE
NONE
IT
communications:
Governing Law 1.4 Laws of the Republic of Kenya
Ruling language 1.4 English
83 | P a g e
Section VI. Conditions of Particular Application VI-84
LY
the Contract Price stated in the Contract
N
Agreement payable in the currencies and
O
proportions in which the Contract Price is
W
payable.
IE
-V
Normal working hours 6.5 Normal working hours are:
Monday to Friday: 08.00 to 13.00 Hrs
T
EN
M 14.00 to 17.00 Hrs
Contractor’s Personnel 6.9 Foreign personnel deployed on the project
N
Section
G
of Works
N
U
Delay damages relating to 8.7 0.02 % of the Contract Price per week.
O
damages
A
AK
Currencies for payment of 13.4 & Payments shall be made in Kenya Shillings
Contract Price 14.15 ONLY
AR
TH
84 | P a g e
Section VI. Conditions of Particular Application VI-85
LY
processed as per the Table: Schedule of
Payments below. (To be filled by the
N
O
Tenderers)
W
Plant and Materials If Sub-Clause 14.5 applies:
IE
14.5 Plant and Materials for payment when
-V
shipped en route to the Site not applicable.
T
EN
14.5 Plant and Materials for payment when
delivered to the Site not applicable.
M
N
18.2(a) None
AK
Insurance for Works ( amount 18.2 Full reinstatement cost including the costs of
TH
85 | P a g e
Section VI. Conditions of Particular Application VI-86
LY
The DAB shall comprise 20.3 Three Members
N
Appointing entity (official) for 20.4 Chairman of Chartered Institute of
O
DAB members, if not agreed. Arbitrators - Kenya Chapter
W
IE
-V
.
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
86 | P a g e
Section VI. Conditions of Particular Application VI-87
SCHEDULE OF PAYMENTS (To be provided by the Tenderer and negotiated with the
Employer upon approval of the detailed engineering design)
Interim Percentage of the Progress (Milestones) achieved for Target due
Certificate Contract Price Permanent Works against which the date
No. interim payment Certificate is to be (Months)
processed.
LY
-
N
-
O
nth All Works Completed as per the 36th Month
W
Contract
IE
-V
NOTE: This is a milestone based project and payment will be effected to a minimum value of physical
T
works complete of a kilometer or more. Minimum milestone is 1 km
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
87 | P a g e
Section VI. Conditions of Particular Application VI-88
1. GENERAL PROVISIONS
Definitions Clause
The Contract 1.1.1.1 Amend the clause by adding the following at the end:
“The words ‘Agreement’ and ‘Contract’ are used interchangeably.”
LY
with ‘Appendix to Bid,’ and the words ‘tender documents’ with
N
‘Bidding Documents.’”
O
W
1.1.2.3 Amend the clause by adding the following at the end:
IE
-V
"Contractor" means the Successful Bidder and its legal successors
and permitted assigns.
T
EN
Add the following sub-clauses defined terms to read as follows
M
N
Periods and
Completion
O
1.1.3.7 The Defects Notification Period for the Works shall be 12 calendar
G
Works and 1.1.5.4 Permanent Works are the Works awarded to and executed by the
H
Goods. Contractor.
IT
Other 1.1.6.9 "Public Utilities" means pipes for water supply, gas/oil and sewage:
N
88 | P a g e
Section VI. Conditions of Particular Application VI-89
LY
Contract Amend the clause as follows;
N
Documents The documents forming the Contract are to be taken as mutually
O
explanatory of one another. For the purposes of interpretation, the
W
priority of documents shall be in accordance with the following
IE
sequence.
-V
The Contract Agreement;
T
The Letter of Award;
EN
The Conditions of Contract for EPC/Turnkey Projects Part-II,
M
Particular Conditions, FIDIC 1999;
N
The Tender, and any other documents forming part of the Contract,
G
and
TY
particulars of the design and of the Works prepared by the other Party
AR
89 | P a g e
Section VI. Conditions of Particular Application VI-90
LY
associate, broker, contractor, director, promoter, shareholder,
N
sponsor or subsidiary, any commission, gratification, bribe,
O
finder's fee or kickback, whether described as consultation fee
W
or otherwise, with the object of obtaining or inducing the
IE
procurement of a Contract, right, interest, privilege or other
-V
obligation or benefit in whatsoever form from TNCG, except
T
that which has been expressly declared pursuant hereto.
EN
Contractor certifies that he has made and will make full
M
disclosure of all agreements and arrangements with all persons
N
taken any action or will not take any action to circumvent the
VE
90 | P a g e
Section VI. Conditions of Particular Application VI-91
Joint and 1.14 Add the following paragraph at the end of sub-clause (c)
Several “Each member of the Joint venture, consortium or other
Liability unincorporated grouping of two or more persons shall produce a
parent company guarantee.
LY
The members of the parties involved shall appoint the leader of the
N
Joint venture, consortium or other unincorporated grouping of two
O
or more persons at the time of tendering providing a single point of
W
contact thereafter.
IE
The Employer shall not wish to be involved in a dispute between
-V
the members of the Joint venture, consortium or other
T
unincorporated grouping of two or more persons.”
EN
M
2. THE EMPLOYER
N
R
Access to
O
the Site "The Employer shall assist the Contractor in obtaining documents in
G
relation any encumbrances and utility lines within the ROW in advance
TY
License or (iii) "for the import and export of Contractor's equipment when it is
Approvals entering into or removed from the site.
H
IT
N
2.2 (c) The Employer to provide details of width of ROW available along the
A
alignment.
AK
Employer's 3.1 With reference to Clause 3.1, the following provision shall also apply:
TH
Duties and
Authority Where used in the Contract the word ‘Engineer’ shall also refer to the
Employer’s Representative.
An Employer's Representative shall be appointed by the Employer
through a separate communication. The Employer's Representative
through his assistants may review progress and other assigned functions
like approvals and certification etc. as shall be required from time to
time.
4. THE CONTRACTOR
Performanc 4.2 Add new paragraph at end of Sub-Clause 4.2
91 | P a g e
Section VI. Conditions of Particular Application VI-92
e Security The Contractor shall provide performance security for his proper
performance of the Contract to the Employer within 28 days of
notification of award.
LY
Contract Price as a result of a change in cost and/or legislation or as a
N
result of a variation amounting to more than 25 percent of the portion
O
of the Contract Price, the Contractor, at the Employer's
W
Representative's written request, shall promptly increase the value of
IE
the Performance Security by an equal percentage.
-V
T
Subcontrac 4.4 The Contractor shall not Subcontract any part of Works without
tors
EN
issuing relevant notice and obtaining prior approval of the Employer.
M
Safety 4.8 Add the following paragraph at the end of sub-clause (e);
N
Procedure The Contractor shall notify the Employer within 48 hours or as soon as
R
thereof.
U
O
IC
Quality 4.9 Add the following paragraph at the end of paragraph two;
Assurance The Employer or Employer’s representatives and their assistants shall
H
IT
Protection 4.18 Add the following paragraph at the end of paragraph two;
of the The Contractor shall apply the recommendations of the Environmental
TH
92 | P a g e
Section VI. Conditions of Particular Application VI-93
LY
standards apply to the Sub-Contractor’s environmental and social
N
impacts management systems and environmental and social impacts
O
performance.
W
IE
The Contractor’s program shall demonstrate clearly the procedures and
-V
methods of working that the Contractor and its Sub-Contractors will
T
adopt to comply with the environmental and social impacts
requirements of this Sub-Clause.
EN
M
N
excavation wastes.
VE
O
Works.”
N
U
Progress 4.21 Monthly progress reports shall be prepared by the Contractor and
O
IC
Report submitted to the Employer three (3 No.) copies in spiral bound form
and 10 No. CD soft copies in MS Windows editable format unless
H
5. DESIGN
A
5.1
AK
General Add at the end of sub-clause 5.1 (General Design Obligation) the
Design following paragraph
AR
93 | P a g e
Section VI. Conditions of Particular Application VI-94
LY
Three (3 No.) hard copies
N
1. Programme of Work within period stated in Appendix to Tender.
O
2. Design Report
W
3. Final Drawings
IE
4. Monthly & Quarterly Progress Report
-V
5. EIA Report
T
6. Preliminary Materials Investigation Report
EN
7. As-built Drawings, including cross-sections and cross drainage
M
structures
N
Manuals
VE
No extra cost will be paid to the Contractor for detailed design drawings
TY
Technical 5.4 Add the following paragraph at the end of paragraph two;
H
Standards
IT
N
and The design, construction and tests shall comply with relevant technical
A
accordance with the latest standards and design guidance issued by the
Ministry responsible for Roads in Kenya as listed below, and any other
material stated elsewhere in the Contract especially under the
Employer’s requirements:
• Road Design Manual, Part I; “Geometric Design of Rural
Roads”, January 1979
• Road Design Manual, Part III; “Materials and Pavement Design
for New Roads”, August 1987
• Road Design Manual, Part IV; “Bridge Design”, August 1993
• Proposed Manual for Traffic Signs in Kenya,
94 | P a g e
Section VI. Conditions of Particular Application VI-95
LY
Audit) Regulations, 2002.
N
O
The safety audit shall be carried out in accordance with the Road Safety
W
Audit Manual/guidelines of the Government of Kenya and any other
IE
internationally accepted standards and as agreed with the Employer.
-V
T
EN
M
N
R
VE
O
Working 6.5 Add the following paragraphs at the end of sub-clause (c)
Hours If the Contractor requests permission to work on locally recognized days
N
U
of rest, or outside normal working hours, then if the Employer shall grant
O
payments for so doing. All such work shall be carried out without
H
indemnify the Employer from and against any liability for damages on
N
such work and from and against all claims, demands, proceedings, costs,
AK
Health and 6.7 Add the following paragraphs at the end of paragraph three;
Safety The Contractor shall conduct an HIV-AIDS awareness program in the
95 | P a g e
Section VI. Conditions of Particular Application VI-96
The Contractor shall at all times take the necessary precautions to protect
all staff and labour employed on the Site from insect nuisance, rats, and
other pests and reduce the dangers to health and the general nuisance
caused by the same. The Contractor shall provide his staff and labour with
suitable prophylactics for the prevention of malaria and shall take steps
to prevent the formation of stagnant pools of water. He shall comply with
all the regulations of the local health authorities in these respects and shall
LY
in particular arrange to spray thoroughly with approved insecticide all
N
buildings erected on the Site.
O
Such treatment shall be carried out at least twice a year or as instructed
W
by the Employer's Representative. The Contractor shall warn his staff and
IE
labour of the dangers of bilharzia and wild animals.
-V
T
In the event of any outbreak of illness of an epidemic nature, the
EN
Contractor shall comply with and carry out such regulations, orders, and
M
requirements as may be made by the government or the local medical or
N
sanitary authorities for the purpose of dealing with and overcoming the
R
same.
VE
O
G
Contractor’ 6.8 Add the following paragraphs at the end of paragraph two;
TY
Superinten English.
U
dence
O
Contractor’ 6.9
IC
bring in to the Country any foreign personnel who are necessary for the
IT
N
shall not exceed twenty percent of his key personnel. The Contractor shall
AK
ensure that these personnel are provided with the required visas and work
AR
permits. The Employer will, if requested by the Contractor, use his best
endeavours in a timely and expeditious manner to assist the Contractor in
TH
The Contractor shall not employ any child to perform any work that is
economically exploitative, or is likely to be hazardous to, or to interfere
with, the child's education, or to be harmful to the child's health or
96 | P a g e
Section VI. Conditions of Particular Application VI-97
LY
the Dead Any employee, who has died while working on site or met a fatal accident
N
while engaged upon the Works, shall be provided all necessary facilities
O
for burial as per the applicable Laws.
W
IE
Outbreak 6.13 Add new Sub-Clause 6.13
-V
of In the event of any outbreak of illness of an epidemic nature, the
T
Epidemics Contractor shall comply with and carry out such regulations, orders, and
EN
requirements as may be made by the government or the local medical or
M
sanitary authorities for the purpose of dealing with and overcoming the
N
same.
R
VE
Drugs The Contractor shall not, otherwise than in accordance with the Statutes,
G
permit or suffer any such importation, sale, gift, barter, or disposal by his
U
Ammunitio The Contractor shall not give, barter, or otherwise dispose of, to any
N
and The Contractor shall, in all dealings with his staff and labour, have due
Religious regard to all recognized festivals, days of rest, and religious and other
TH
Customs customs.
97 | P a g e
Section VI. Conditions of Particular Application VI-98
LY
N
10. EMPLOYER’S TAKING OVER
O
W
Taking 10.2 For the purpose of this sub-clause, the Works shall not be taken over in
IE
Over of parts or sections and passage of traffic through completed section of the
-V
Parts of the Works before Test on Completion are carried out as per clause 10 (Test on
Works Completion) and taking over certificate issued as per sub-clause 10.1
T
(Taking Over of Works and Sections) shall not constitute the use of Works
EN
by the Employer and by extension Employers taking over the Works.
M
N
R
VE
Performanc 11.9 Add the following paragraph after the first paragraph and delete
G
e subsequent paragraphs.
TY
Certificate
N
deemed to have been issued in twenty eight (28) days on the expiry the
Defect Notification Period.
TH
Daywork 13.6 The Contractor shall provide a daywork schedule which shall be
included in the Contract.
98 | P a g e
Section VI. Conditions of Particular Application VI-99
Adjustment 13.7 Delete the Sub-Clause 13.7 and replace with the following
for changes If, after the Base Date, there occur in Kenya changes to any National or
in State Statute, Ordinance, Decree or other law or any regulation or by-
Legislation law of any local or other duly constituted authority, or the introduction
of any such State Statute, Ordinance, Decree, Law, regulation or by-law
which causes additional or reduced cost, to the Contractor, other than
under sub clause 13.8 hereof in the execution of the Contract, such
additional or reduced cost shall, after due consultation with both sides,
be assessed and be paid by or credited to the Employer and the Contract
Price adjusted accordingly.
Adjustment 13.8 In this Sub-Clause, “table of adjustment data” means the completed table
s for of adjustment data included in the Appendix to tender. If there is no such
LY
changes in table of adjustment data, this Sub-Clause shall not apply.
N
costs
O
If this Sub-Clause applies, the amounts payable to the Contractor shall
W
be adjusted for rises or falls in the cost of labour, Goods and other inputs
IE
to the Works, by the addition or deduction of the amounts determined by
-V
the formulae prescribed in this Sub-Clause. To the extent that full
T
compensation for any rise or fall in Costs is not covered by the provisions
EN
of this or other Clauses, the Contract Price shall be deemed to have
M
included amounts to cover the contingency or other rises and falls in
N
costs.
R
Pn = a + b Ln + c En + d Mn + …………
H
Lo Eo Mo
IT
N
A
Where:
AK
period “n” this period being a month unless otherwise stated in the
Appendix to Tender;
99 | P a g e
Section VI. Conditions of Particular Application VI-100
“Ln”, “En” , “Mn” , …are the current cost indices on reference prices
for period “n”, expressed in the relevant currency of payment, each of
which is applicable to the relevant tabulated cost element on the date
49 days prior to the last day of the period (to which the particular
Payment Certificate relates); and
The cost indices or reference prices stated in the table of adjustment data
LY
shall be used. If their source is in doubt, it shall be determined by the
N
Employer. For this purpose, reference shall be made to the values of the
O
indices at stated dates (quoted in the fourth and fifth columns respectively
W
of the table) for the purposes of clarification of the source; although these
IE
dates (and thus these values) may not correspond to the base cost indices.
-V
T
In cases where the “Currency of index” (stated in the table) is not the
EN
relevant currency of payment, each index shall be converted to the
M
relevant currency of payment at the selling rate, established by the central
N
bank of the Country, of this relevant currency on the above date for which
R
Until such time as each current cost index is available, the Employer shall
G
be calculated accordingly.
U
O
If the contractor fails to complete the Works within the time for
IC
(i) each index or price applicable on the date 49 days prior to the expiry
IT
N
of the Time for Completion of the Works, or (ii) the current index or
price: whichever is more favourable to the Employer.
A
AK
The weightings (coefficients) for each of the factors of cost stated in the
AR
100 | P a g e
Section VI. Conditions of Particular Application VI-101
Advance 14.2 For the purpose of this sub-clause, the amount of the advance payment
Payment shall be ten percent (10%) of the Contract Price stated in the Contract
Agreement payable in not more than four (4) instalments in the
currencies and proportions in which the Contract Price in payable unless
otherwise stated in the Appendix to Tender.
LY
total of all certified interim payment (excluding the advance payment
N
and deductions and repayments of retention) exceeds ten percent
O
(10%) of the Contract Price stated in the Contract Agreement less
W
provisional sum; and
IE
(b) Deductions shall be made at the amortization rate of one quarter
-V
(25%) of the amount of each Payment Certificate (excluding the
T
advance payment and deductions and repayments of retention) in the
EN
currencies and proportions of the advance payment, until such time
M
as the advance payment has been repaid.
N
R
14.3 For the purpose of sub-clause (c) the amount to be deducted for Retention
VE
Applicatio shall be five percent (5%) of the amount of each payment certificate
O
Interim Percent (10%) of the Contract price indicated in the Contract Agreement
TY
Payments in the currencies and proportions in which the Contract Price is payable
N
Schedule 14.4 For the purpose of this sub-clause, the Contractor shall include in the
of Appendix to Tender a schedule of payments specifying the instalments
101 | P a g e
Section VI. Conditions of Particular Application VI-102
Payments in which the Contact Price shall be paid against set milestones or based
on the plan work progress.
The amount of retention shall be stated in Appendix to Tender
Plant and 14.5 For the purpose of this sub-clause, the Contractor shall not be entitled to
Materials an interim payment for Plants and Materials intended for the Works
Intended which are not yet on site.
for the
Work
LY
of the Contract, shall, subject to Clause 8.7, be paid by the Employer to
N
the Contractor as follows:
O
(A) in the case of Interim Payment Certificates, within 90 days
W
after the Contractor's interim statement has been submitted to
IE
the Employer's Representative.
-V
(B) in the case of the Final Payment Certificate pursuant to Sub-
T
Clause 14.11, within 90 days after the Final Statement and
EN
written discharge have been submitted to the Employer's
M
Representative for certification.
N
within 14 days.
G
Currencies 14.15 Unless otherwise stated in the Appendix to Tender, The currency of
TY
of Payment account shall be the Local Currency (Kenya shillings) and all payments
N
Shillings).
O
IC
Limitation 17.6 For the purposes of this sub-clause, the limit of liability shall not exceed
IT
of Liability the Contract Price unless otherwise stated in the Appendix to tender.
N
18. INSURANCE
A
AK
Insurance The Contractor is required to place all insurance relating to the Contract
(the insurance referred to in Clauses 18.2, 18.3, and 18.4) with insurers
TH
102 | P a g e
Section VI. Conditions of Particular Application VI-103
Insurance
Insurance 18.2 Add following new paragraph at the end of Sub-Clause 18.2
for Works
and The insurances shall indemnify
Contractor' a) the Employer and the Contractor against loss or damage as provided
s in the details of insurance annexed to these Conditions from the first
Equipment working day after the Date of Commencement until the date of issue
of the Taking Over Certificate in respect of the Works or any sections
or a part thereof as the case may be; and
LY
Notification Period.
N
O
ii) caused by the Contractor in the course of any operations carried
out by him for the purpose of complying with his obligations
W
IE
under Defects Liability Period.
-V
It is the responsibility of the Contractor to notify the insurance company
T
of any changes in the nature and extent of the Works and to ensure the
EN
adequacy of the insurance coverage at all times during the period of the
M
Contract.
N
R
VE
Appointment 20.2 The DAB shall comprise of three suitably qualified Dispute
TY
of Dispute Adjudicators. Each member of the DAB shall be fluent in the language
N
Adjudication for communication defined in sub-clause 1.4 (Law and Language) and
U
Failure to 20.3 The appointing entity shall be Chartered Institute of Arbitrators (Kenya)
A
Agree
AK
Dispute
AR
Adjudication
Board
TH
Arbitration 20.6 Sub-Clause 20.6 items a, b and c after third line are deleted and
replaced with following wording:
103 | P a g e
Section VI. Conditions of Particular Application VI-104
LY
by ICC court which is normally in a neutral
N
O
country (that is neither the Claimant's nor
W
the respondent's country.)
IE
For Small disputes, ICC's "Guidelines for arbitrating small claims" shall
-V
be followed. This stipulates under Article 14(2), 15.1 & 32.1 of ICC rules
T
to conduct any discussion of procedural issues by correspondence or
EN
electronically without a hearing thereby eliminating travel time and costs
M
under one arbitrator appointed by ICC court.
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
104 | P a g e
Section VI. Conditions of Particular Application VI-105
A) General Provisions
Capitalized terms that are used but not defined in this Annex shall have the meaning given to them
in the GCC.
B) Insurance
The Contractor shall obtain insurance, performance bonds, guarantees or other protections
appropriate to cover against risks or liabilities associated with performance of this Contract. The
Contractor shall be named as payee on any such insurance and the beneficiary of any such
LY
performance bonds and guarantees. The Employer shall be named as additional insured on any
such insurance or other guarantee, to the extent permissible under applicable Laws. The Contractor
N
O
shall ensure that any proceeds from claims paid under such insurance or any other form of
W
guarantee shall be used to replace or repair any loss or to pursue the procurement of the covered
IE
goods, Works and services; provided, however, such proceeds shall be deposited in an account as
-V
designated by the Employer.
T
C) Conflict of Interest
EN
M
The Contractor shall ensure that none of its officers, directors, employees, affiliates, Contractors,
N
subcontractors, agents, advisors or representatives engage in any activity which is, or gives the
R
VE
appearance of being, a conflict of interest in connection with this Contract. Without limiting the
foregoing, the Contractor shall comply, and ensure compliance, with the applicable conflicts of
O
interest and ethics policies of the Employer as provided by the Employer to the Contractor.
G
TY
N
a) Other Provisions
U
O
IC
The Contractor shall abide by such other terms or conditions as may be specified by the
Employer in connection with this Contract.
H
IT
N
A
b) Flow-Through Provisions
AK
AR
In any subcontract or sub award entered into by the Contractor, as permitted by this
Contract, the Contractor shall ensure the inclusion of all the provisions contained in paragraph
TH
(a) above.
105 | P a g e
Section VI. Conditions of Particular Application VI-106
The Conditions of Particular Application, including Annex A and this Annex B, shall supplement
the General Conditions of Contract. Whenever there is a conflict, the provisions in these
Conditions of Particular Application shall prevail over the General Conditions of Contract.
LY
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
106 | P a g e
Section VII. Forms of Agreement and Security VII-107
SECTION VII
LY
N
FORMS OF AGREEMENT, PERFORMANCE SECURITY, AND
O
ADVANCE PAYMENT GUARANTEE
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
107 | P a g e
Section VII. Forms of Agreement and Security VII-108
Letter of Acceptance
[letter head paper of the Employer]
[date]
LY
This is to notify you that your Bid dated [date] for execution of the [name of the Contract and
identification number, as given in the Bidding Documents] for the Accepted Contract Amount
N
O
of the equivalent of3 [amount in words and numbers] [name of currency], as corrected and
W
modified in accordance with the Instructions to Bidders, is hereby accepted by us in our capacity
IE
as Employer under the Contract.
-V
Within 28 days of your receipt of this Letter of Acceptance you are hereby instructed to forward
the Performance Security in accordance with sub-Clause 4.2 of the General Conditions of Contract,
T
using for that purpose the Form of Performance Bank Guarantee included in Section VII, of the
EN
Bidding Documents.
M
N
R
VE
O
Authorized Signature:
G
TY
3 Delete “the equivalent of” if the Accepted Contract Amount is expressed wholly in one currency.
108 | P a g e
Section VII. Forms of Agreement and Security VII-109
Samples of acceptable forms of the Performance Security and the advance payment guarantee
follow. Bidders should not complete these forms at this time. Only the successful Bidder will be
required to provide Performance Security and a bank guarantee for advance payment in accordance
with the samples, or in similar forms acceptable to the Employer.
LY
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
109 | P a g e
Section VII. Forms of Agreement and Security VII-110
Date:
LY
N
O
PERFORMANCE GUARANTEE No.:
W
IE
-V
We have been informed that [name of Contractor] (hereinafter called the “Contractor”) has
entered into Contract No. [insert reference number of the Contract] dated [insert date] with
T
EN
you, for the execution of [name of Contract and brief description of Works] (hereinafter called
the “Contract”).
M
N
R
Furthermore, we understand that, according to the conditions of the Contract, a performance
VE
guarantee is required.
O
G
At the request of the Contractor, we [name of Bank] hereby irrevocably undertake to pay you any
TY
sum or sums not exceeding in total an amount of [amount in figures] [amount in words], such
sum being payable in the currency in which the Contract Price is payable, upon receipt by us of
N
your first demand in writing accompanied by a written statement stating that the Contractor is in
U
O
breach of its obligation(s) under the Contract, without your needing to prove or to show grounds
IC
This guarantee shall expire no later than twenty-eight (28) days from the date of issuance of the
N
Performance Certificate, calculated based on a copy of such Certificate which shall be provided to
A
us, or on the day of , 2 , whichever occurs first. Consequently, any demand for
AK
payment under this guarantee must be received by us at this office on or before that date.
AR
TH
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458,
except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.
[signature(s)]
110 | P a g e
VII-111
Date:
LY
We have been informed that [name of Contractor] (hereinafter called the “Contractor”) has
N
O
entered into Contract No. [insert reference number of the Contract] dated [insert date] with
W
you, for the execution of [name of Contract and brief description of Works] (hereinafter called
IE
the “Contract”).
-V
Furthermore, we understand that, according to the conditions of the Contract, an advance payment
T
EN
in the sum [amount in figures] [amount in words] is to be made against an advance payment
guarantee.
M
N
R
At the request of the Contractor, we [name of Bank] hereby irrevocably undertake to pay you any
VE
sum or sums not exceeding in total an amount of [amount in figures] [amount in words] upon
receipt by us of your first demand in writing accompanied by a written statement stating that the
O
G
Contractor is in breach of its obligation under the Contract because the Contractor used the advance
TY
payment for purposes other than the costs of mobilization in respect of the Works.
N
It is a condition for any claim and payment under this guarantee to be made that the advance
U
O
payment referred to above must have been received by the Contractor on its account number
IC
The maximum amount of this guarantee shall be progressively reduced by the amount of the
N
advance payment repaid by the Contractor as indicated in copies of interim statements or payment
A
certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our
AK
receipt of a copy of the Interim Payment Certificate indicating that [ ]4 percent of the Contract
AR
Price has been certified for payment, or on the day of ,2 , whichever is earlier.
TH
Consequently, any demand for payment under this guarantee must be received by us at this office
on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.
[signature(s)]
4 Thepercentage shown in the form of the advance payment guarantee shall match the percentage inserted in Sub- Clause 14.2 of
the Appendix to Bid.
111 | P a g e
VII-111
SECTION VIII
EMPLOYER’S REQUIREMENTS
TERMS OF REFERENCE
1.0 Introduction
1.1 General
The County Government of Tharaka Nithi has earmarked funds through the Development Vote for use in the
upgrading of various roads to bitumen standards
Tharaka Nithi County Government shall require the design build contractor all technical and construction services
to ensure successful completion of the works.
LY
N
The requirements and recommendations of the Kenyan Roads Design Manuals relevant to the works form an
O
integral part of these Terms of Reference.
W
IE
1.2 Project Location
-V
The proposed Road is located within Tharaka-Nithi County. The proposed road is:
T
• Tunyai Nthaara road – 20 km
EN
The bidders are advised to visit site, ascertain actual site conditions, assess and propose the required intervention and
M
make necessary comments to the TOR before submitting their bids.
N
The roads are critical to promote and facilitate traffic movement within and around the target areas. The roads are
meant to increase mobility, improve access to goods/passenger transport services and reduce transport costs along
O
the routes, improve access to social and economic development opportunities along the routes by providing high
G
capacity infrastructure and to ensure no roadside communities become worse off as a result of the road up grading
TY
works.
N
U
The study will provide the decision makers in the County Government of Tharaka Nithi, with sufficient information
O
3.1 General
N
The Contractor shall perform all work necessary as called for in these Terms of Reference including all technical
A
studies, field investigations and related services. In carrying their work, the Contractor shall co-operate fully with the
AK
concerned agencies of the Government of Kenya, in particular the Tharaka Nithi County Government, Department of
AR
Transport and Infrastructure, Provincial Administration, Ministry of Lands and Kenya Urban Roads Authority
amongst others. The Contractor shall provide the necessary support services related to and necessary for the
TH
completion of the assignment. The work shall cover but not be limited to the aspects outlined in these Terms of
Reference.
112 | P a g e
The Contractor shall be required to carry out Works in three distinctive phases as follows:
(i) Feasibility Study and Preliminary Design;
VII-111
Description
LY
b) Collection of social, environmental, and physical data that is necessary to assist in the design of the project road;
N
c) Preliminary Materials Investigations for Pavement Design using relevant design standards including preliminary
O
costs estimates and implementation schedule;
W
d) Preliminary Engineering survey and design work for the optimum alignment and design standards including
IE
preliminary costs estimates and implementation schedule;
-V
e) Carrying out an environmental and social impact assessment study of the project area in relation to the proposed
T
project.
3.3 Stage 2 – Detailed Engineering Design EN
M
N
After comments and approval of the preliminary design by the County Government (Department of Roads and
R
Infrastructure), the Contractor shall carry out a detailed engineering survey and design including engineering cost
VE
estimates, materials investigations and tender documents for the selected alignment and design standards for the
O
roads.
G
TY
4.1 General
U
O
4.1.1 The Contractor shall perform all engineering and environmental analyses and related work as described
IC
4.1.2 The overall responsibility for administrative and coordination of the study rests with the County
N
Government of Tharaka Nithi (Department of Roads and Infrastructure). The execution of the study will be the
A
4.1.3 In the conduct of his work, the Contractor shall cooperate fully with the Department of Roads and
AR
Infrastructure of the County Government, Ministry of Transport, Infrastructure, Housing and Urban Development
TH
(MoTIHUD), County and National Governments, Ministry of Lands amongst others. The Contractor shall be
responsible for the analysis and interpretation of all data received, and the conclusions and recommendations in his
report.
4.1.4 As the design progresses, the Contractor shall maintain close liaison with County Government of Tharaka
Nithi and shall submit for approval from time to time, according to the work programme, draft design proposals for
alignment, earthworks, pavement, structures, and other technical aspects of the design prior to proceeding with the
detailed design drawings.
LY
4.2.3 The Contractor shall provide a topographical description of the area traversed by the road, including the
N
effects of relief on the vertical alignment.
O
4.2.4 A catalogue of the relevant geological features of the study area including a description of the soils and
W
rocks along the road’s alignment and their effect and influence on such factors as route location and design shall
IE
be compiled by the Contractor. The influence of geology and the availability of road construction materials and
-V
water are to be regarded as of great importance by the Contractor. The Contractor shall provide, as far as
possible, the information on the quantities, quality and potential sources of water required for construction
T
purposes. Basic water abstraction requirements as per Ministry of Water and NEMA should be adhered to.
EN
4.2.5 A description of the type and density of the vegetation as well as existing and potential agricultural land
M
use within the study area, shall be provided by the Contractor.
N
R
VE
4.2.6 The Contractor shall provide a complete description of the hydrological features of the area, including:
G
information about soils drainage along the alignments, such as sub-soils drains ability, drainage impedance,
TY
4.2.7 Sufficient information shall be obtained by the Contractor based upon the guidelines provided in the Road
U
O
Design Manuals and Supplemented by other relevant sources of information to justify, and provide the basis for
IC
the preliminary engineering design of all drainage systems and structures, and for preliminary costing purposes.
H
The Contractor shall be fully responsible for obtaining all the data and information necessary for him to carry
IT
Drainage Structures
AK
4.2.8.1 The Contractor shall provide complete inventory and condition survey of all existing structures within
AR
the alignment. The information shall include the type of structure, whether a bridge, a box culvert, Armco
TH
4.2.8.2 Sufficient details on the condition survey on the existing drainage structures shall be provided; that
includes crack width and the distribution, condition of bridge bearings and any other structural deterioration.
The Contractor shall carry out flood estimate to ascertain the capacity of the existing structures and advice
whether there is need for any replacement.
The Contractor shall carry out materials test on the existing structures and compute durability index that will
enable the Client make a decision on whether or not to replace the structure with a new one.
The details required to facilitate the decision making on the existing structures shall be submitted at Preliminary
design stage.
114 | P a g e
VII-111
Traffic Analysis
4.2.9 The Contractor shall determine the type and volume of the existing traffic for the road by analyzing all
existing statistical data, and by conducting and analysing such traffic counts and origin-destination studies as are
required to determine the nature of the traffic and the present volume of freight and passenger movements on the
road. Other field investigations shall be undertaken by the Contractor as required.
Traffic surveys, shall be done for one week duration comprising day counts with at least two night counts.
i. detailed annual traffic forecasts for a period of ten years after the completion of the road; and
ii. more general projections of future traffic for the following 10 years.
Although greater emphasis is given to accurate forecasting in the earlier part of the project’s life, all traffic
LY
forecasts shall be given at three growth rates, namely low, medium and high. The Contractor shall select one of
the three levels of forecasts for use in the final evaluation of the project, indicating the reasons for the selection,
N
O
and shall also use the other two levels in the sensitivity analysis.
W
Preliminary Soil Investigation and Pavement Evaluation
IE
-V
4.2.11 The Contractor shall undertake all preliminary soil investigations and tests and identify type and sources
of construction materials necessary for preliminary design, detailed design, and construction phases of the
T
project. These sources should be taken into account when selecting final alignments.
EN
M
The Contractor shall carryout an evaluation of the existing pavement, if any, and determine appropriate
N
intervention measures.
R
VE
4.2.12 The availability of suitable conventional road construction materials and the appropriate and economic
use of the same are viewed as key factors influencing the choice of alignment, pavement and wearing surface
O
design. The possibility for specific problems arising from the use of proposed materials which may be particular
G
to the area under study shall be assessed, quantified and appropriate countermeasures shall be recommended.
TY
The contractor shall identify possible material sites near and along the project road, preferably not more than
N
5km apart.
U
O
Design Standards
IC
4.2.13 The Design shall, unless otherwise agreed, be carried out in conformity with the standards as contained in
H
IT
the Roads Design Manuals Part I, III, IV, V, Pavement Design Guidelines PDG1 for Low Volume Sealed Roads
N
and the Standard Specification for Road & Bridge Construction. The Contractor shall be responsible for the
A
design details within this framework. The methodologies used in the design of pavements, earthworks drainage
AK
and structures, shall conform to the latest techniques while ensuring the use of available materials. At all times
balance must be made between capital and maintenance costs.
AR
4.2.14 The metric S.I. system shall be used throughout. The standards for design of different types of roads and
TH
bridges as stipulated in the relevant Roads Design Manuals and specifications shall be adhered to where
possible, and adequate explanations given where different standards are recommended.
4.2.15 The Contractor shall investigate alternative alignments, pavement and structural proposals with a view to
obtaining the optimum solution complying with the Road Design manuals, topography, climate, aesthetics and
costs. Further the Contractor shall suggest ways and means of resolving any unusual problem that might arise
and not covered by above mentioned manuals in the light of conditions revealed during the preliminary design
work.
115 | P a g e
VII-111
4.2.16 Based on Traffic Studies and projections, and geotechnical tests, the Contractor shall develop preliminary
design standards for the road project, and shall ascertain the merits and drawbacks of each to determine the final
standard to be adopted for the road, whose design life should be taken as 15 years. It will be necessary for the
Contractor to provide comparative data for construction and maintenance costs for the different design standards
considered, in order to support the final designs adopted for the project road.
4.2.17 The Contractor shall prepare during this design stage preliminary proposals for the road alignment,
pavements and structural work including all waterway dimensions for the approval of the Chief Officer (Roads
and Infrastructure). The Draft Design work shall include but not be limited to: -
• Preparation of maps showing the alignment alternatives. The maps shall be prepared in scale 1:5000/1:500
and critical cross-section drawings to scale 1:200. Accuracies shall comply with the road design manual.
• An analysis of land usage proposals or other likely developments that may take place along the road
alignment, which may affect the layout of the road. The usage shall be considered by the Contractor in preparing
LY
his preliminary report.
N
4.2.18 The metric S.I. system shall be used throughout. The standards for design of different types of roads and
O
bridges as stipulated in the relevant Roads Design Manuals and specifications shall be adhered to where
W
possible, and adequate explanations given where different standards are recommended.
IE
-V
Environmental and Social Impact Assessment
T
4.2.21 The Contractor shall conduct analyses which shall detail the positive and negative effects of the
EN
development of the project on the environment, and prepare an ESIA report recommending appropriate solutions
to minimize any undesirable effects resulting from improvements of the road. The analyses shall include, but not
M
limited to the following:
N
R
VE
a) The role of the project in the development plans at national and regional level;
O
c) Preservation of areas and land use of particular value including agricultural and, natural conservation areas,
forests and other important natural resources, cultural and historic sites, etc;
N
U
d) Assessment of direct impact on agriculture and forestry, particularly the utilization of the fuel wood and
O
water;
IC
H
g) The presentation of health hazards arising from ponding water and pollution of water courses and/or sources;
AR
h) Measures for the rehabilitation of construction materials, borrow pits and quarries;
TH
j) Assessment of the impact on demographic factors including the prevention of undesirable roadside
developments and recommend regulations and measures to limit negative impact on adjacent communities and
areas.
k) Identify potential environmental impacts that could result from the project
m) Carry out public participation and consultations on the positive and negative impacts of the project
116 | P a g e
VII-111
The Environmental Impact Assessment (EIA) study will be in accordance with the Environmental Management and
Co-ordination Act (EMCA), 1999 and the Environmental (Impact Assessment and Audit) Regulations, 2002.
The contractor will assist the client in following up and obtaining the approval and the NEMA licence.
LY
limited to:
N
a) Staking out in the field the approved alignment: field survey of cross sections at regular 20 metres intervals
O
or 10 metres where the terrain is difficult and as the Chief Officer Roads and Infrastructure so directs. If this
W
field survey proves the necessity of amendments in the alignment, the Contractor shall propose such
IE
amendment and re-stake the centerline.
-V
b) Preparation of plan and profile drawings containing the approved alignment done to an appropriate scales
T
whose original and design levels are legible. Contour lines shall be at 2m vertical intervals. The accuracy
shall comply with the Road Design Manual.
EN
M
c) Tacheometry survey and preparation of site plans of all major structures and major junctions to the scale
N
d) The coordinates of all intersection points shall be tied to the National Survey Grid, (UTM) and levels related
O
e) Field survey and laboratory investigation of the materials along the proposed alignment in order to determine
TY
the suitability of these materials for road formation and/or pavement construction. Further survey and
N
investigation of potential borrow pits and quarries for earthworks and pavement construction as specified in
U
the Road Design Manual Part III. Preparation of a Materials Report with sufficient detailed information and
O
test results from the above and including pavement design and appropriate recommendations.
IC
Field surveys.
H
IT
4.3.2 The Contractor shall carry out the necessary surveys in order to establish the specific alignment and to
N
determine the accurate centerline for a corridor. No major deviations from the alignment recommended in the
A
preliminary engineering study shall be made without the approval of the Chief Officer. The contractor shall be
AK
responsible for the accuracy of all survey data and established benchmarks.
AR
4.3.3 The alignment shall be connected to the National Grid System (U.T.M) by establishing a trigonometric and
polygon network along the proposed road. This network shall be connected to the Survey of Kenya data, preferably
TH
data of the first order. To this end a secondary network of trigonometrical points (T.P) shall be established with side
lengths of approximately 150 metres to the primary network.
4.3.4 The Contractor shall then carry out all the works necessary for the detailed design of the proposed works,
for the estimation of quantities to an accuracy of +/- 10% of final quantities as measured on completion of the
works, excluding any approved variations of the contract, and preparation of bidding documents suitable for
competitive bidding.
117 | P a g e
VII-111
LY
Soils and Materials Investigation
N
O
4.3.6 A review shall be made of all existing relevant data followed by a general Study of the soils and materials
W
along the route. The Contractor shall make detailed soils investigations along the road alignment in accordance with
IE
the Road Design Manual Part III.
-V
4.3.7 Boring (or any similar methods) shall be carried out along the proposed alignment to determine rock surface
levels.
T
EN
4.3.8 At bridge sites and for other major structures, sub-surface conditions shall be investigated by trenching, hand
M
auguring, and/or drilling as required including the taking of undisturbed samples. Seismic investigation shall be
N
carried out if considered necessary by the Contractor. Allowable bearing pressures of sub-surface stratum shall be
R
4.3.9 Investigation for sources of construction materials for pavement structures shall also be carried out, and sites
O
of suitable materials surveyed and shown in the engineering plans. Analysis and testing shall be carried out as
G
required on the construction materials, in accordance with the Road Design Manual part III.
TY
4.3.10 Construction samples shall be tested as per Road Design Manual Part III.
N
U
4.3.11 Soil and materials borrow areas shall be prepared showing exact locations of all construction materials
O
4.3.12 Hydrological studies shall be carried out on all drainage structures by use of available maps and field
H
investigation.
IT
N
4.3.13 The catchment area, run-off coefficient, hydraulic slope and Design flood discharge for the appropriate
AK
return period shall be determined for each drainage structure, and the corresponding water level established.
AR
4.3.14 Cross-sections and gradients of water courses shall be surveyed to determine the design of proper drainage
TH
4.3.15 The horizontal alignment of the road centreline shall be determined by study of the optimum alignment
between control points specified as a result of the engineering investigations. Points at even increments of lengths
of 20 metres along the centreline, tangent points, and such other critical points as shall be required, shall be fully
defined relative to stations on the baseline by coordinates and offsets suitable for setting out the centreline. All
points shall be coordinated to the National Survey Grid System (UTM) to which the road shall be referenced.
Cross-sections shall be taken along the length of the road centreline and levelled at each 20 metres and at any local
abnormalities in topography.
118 | P a g e
VII-111
4.3.16 The vertical alignment shall take into account the design standard adopted, while optimizing the earth works
involved. There shall be coordination between horizontal and vertical alignments to the extent possible. Due
consideration shall be given to road safety standards in carrying out these designs, e.g. excessively long straights in
the design of the horizontal alignment and ensuring balanced design between horizontal and vertical curves.
4.3.17 The design shall incorporate all the environmental aspects identified in the preliminary design and the
Contractor shall investigate whether there might be any possible impact on the environment, and make proposals
for remedial measures.
Earthworks and pavements
4.3.18 Engineering analysis shall be undertaken using the results of the soils and the materials tests, to determine
the gradients of the slopes, compaction requirements, pavement design, and other engineering treatment dictated by
the natural materials.
Construction Water
The Contractor shall review existing sources and shall identify additional supplies of construction water and on this
LY
basis shall provide information on the quantities and quality of the water required and available for construction.
N
When it is determined that surface water is unavailable, the contractor shall carryout ground water surveys
O
W
Engineering Plans
IE
The Contractor shall prepare the following engineering plans for the project, using a format and title sheets as
-V
required by the C O Roads and Infrastructure the originals becoming the property of the Government:
a. Plan and Profile, scales, 1:2,500 and 1:250 showing natural ground levels; horizontal and vertical curve
T
details; running chainages; cross-section chainages; side drain location; description and reference to all
EN
drainage and bridge works location of benchmarks; location of road furniture; contour lines superimposed on
M
plans; any other relevant information approved by the C O Roads and Infrastructure
N
b. Typical cross-sections, scales 1:25 showing: all details of road cross-sections in cut and fills; side drains;
R
c. Cross-section, scale 1:50 showing: natural ground levels superimposed with the road prism at selected
O
d. Major structures: detailed engineering design plans shall be produced at appropriate scales for all bridge
TY
structures, including, inter-alia, contoured site plans, sub-structure and foundation details, protective or
ancillary works, and bar bending schedule.
N
U
Construction Quantities
O
IC
The calculated quantities for the items of construction shall be based on the final design drawings. The earth works
quantities shall be derived from calculations based on the field cross-sections taken along centreline and is in
H
IT
accordance with accepted methods of measurement, which shall be agreed with the CO Roads and Infrastructure.
N
A detailed Bills of Quantities shall be prepared generally corresponding to the relevant sections of the Standard
A
In order to assist in evaluating the required construction period and forward budget needs, the Contractor shall
AR
prepare a construction schedule for the proposed construction contract showing the anticipated annual expenditure.
TH
Due account shall be taken of the climatic and other conditions of the area which may have an influence on the
REPORT AND TIME SCHEDULE
Commencement
The Contractor shall commence the works as specified in the conditions of contract.
Reports
The Contractor shall prepare and submit to the C O Roads and Infrastructure the following reports. All reports shall
be in English and prepared on A4 metric size paper and be submitted together with soft copies on CDROM.
Stage 1: Preliminary Design
a) Inception Report: – 10 copies.
119 | summarize
This shall Page initial findings and give proposals covering methodologies of the preliminary engineering
studies, and the detailed work plan for the contract of the preliminary design.
b) Preliminary Design Report– 10 copies
VII-111
This shall incorporate all revisions deemed necessary arising from comments received from the Chief Officer
following discussions and agreement between him and the Contractor from time to time. It shall include a concise
executive summary in which the project design standards and cost estimates shall be shown clearly.
Stage 2: Detailed Engineering Design
a) Draft Final Report:
This shall summarize the findings, analyses, results and recommendations of the detailed engineering design, and
shall contain all supporting material.
The following draft documents shall be submitted to the C O for his approval, prior to the production of
Final Documentation:
Draft Final engineering Report 10 Copies
Draft Final Materials Report, 10 Copies
Draft Final Book of drawings (A3 size), 10 Copies
LY
Draft Tender Documents, 10 Copies
N
O
All Draft documents shall be clearly marked as such, preferably in red on the cover of each document and on each
W
separate drawing. The date of submission shall also be printed on the cover.
IE
b) Final Report:
-V
This shall incorporate all revisions deemed necessary arising from comments received from the chief officer
T
following discussions and agreement between him and the Contractor.
EN
Preparation of the final documentation shall include the following numbers of reports and drawings, which shall be
M
submitted to the Employer:
N
R
- Tender Document including Bills of Quantities, Special Specifications, Conditions of Contract, Instructions to
Tenderers and Conditions of Tender, all as necessary for the proper solicitation of tenders 5 copies
N
U
All documents must be submitted with 2 copies of CD/DVD-Rom, and the data must be in the original editable
N
format of the computer programme/software which created it or any other form that shall be requested by the
A
Client.
AK
AR
TH
120 | P a g e
VII-111
LY
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
121 | P a g e
VII-111
Provisional Sums
The following provisional sums shall be included in the financial bid:
S.No. Provisional Sum Amount ( Ksh.)
1. Allow Prime Cost (P.C.) sum of KES 5,000,000 for off-road 500,000
environmental mitigation measures to be used as directed by the
Engineer
2. Allow a Prime Cost (P.C) sum for Employer’s Representative Staff 500,000
training.
3. Allow a Prime Cost (P.C) sum for relocation of Services 1,000,000
LY
4. Provisional Sum for Employer’s Nominated Service Provider for 500,000
N
provision of HIV/AIDS programme and gender sensitisation
O
awareness and monitoring
W
5 Allow a prime cost sum for attendance to the employers representatives 1,000,000
IE
Including overtime and allowances
-V
6 Allow a prime cost sum for Employers miscellaneous account 500,000
T
Total EN
M
N
4,000,000
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
122 | P a g e
VII-111
6.1.1 Dayworks
The Contractor shall provide a Daywork schedule as per the General Conditions of the Contract and
any amendments thereof in the Condition of Particular Application. The day work schedule shall
form part of the Contract.
LY
N
O
W
IE
-V
T
EN
M
N
R
VE
O
G
TY
N
U
O
IC
H
IT
N
A
AK
AR
TH
114 | P a g e