vihiga.go.ke 064 serem... · standard tender document for procurement of small works...

229
COUNTY GOVERNMENT OF VIHIGA DEPARTMENT OF TRANSPORT AND INFRASTRUCTURE COUNTY REVENUE FUND (CRF) PROJECTS FOR FINANCIAL YEAR 2019/2020 TENDER NO: TENDER/VCG/T&I/064/2019-2020 TENDER NAME: REHABILITATION OF SEREM-MURUKWONI (LOT 1) AND BUSINGO -BUTITI (LOT 2) ROADS LOCATION: SHAMAKHOKHO WARD CHIEF OFFICER DEPARTMENT OF TRANSPORT AND INFRASTRUCTURE P.O. BOX 344-50300 MARAGOLI NOVEMBER 2019

Upload: others

Post on 11-Jul-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

COUNTY GOVERNMENT OF VIHIGA

DEPARTMENT OF TRANSPORT AND INFRASTRUCTURE

COUNTY REVENUE FUND (CRF) PROJECTS FOR

FINANCIAL YEAR 2019/2020

TENDER NO: TENDER/VCG/T&I/064/2019-2020

TENDER NAME: REHABILITATION OF SEREM-MURUKWONI (LOT 1) AND BUSINGO -BUTITI (LOT 2) ROADS

LOCATION: SHAMAKHOKHO WARD

CHIEF OFFICER

DEPARTMENT OF TRANSPORT AND INFRASTRUCTURE

P.O. BOX 344-50300 MARAGOLI

NOVEMBER 2019

Page 2: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS

(REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS)

TENDER NO: TENDER/VCG/T&I/064/2019-2020 TENDER NAME: REHABILITATION OF SEREM-MURUKWONI (LOT 1) AND BUSINGO -BUTITI (LOT 2) ROADS LOCATION: SHAMAKHOKHO WARD Section A: Invitation to Tender

Section B: Instructions to Tenderers Section C: Conditions of Contract Section D: Specifications Section E: Standard Forms

Section F: Drawings Section G: Bills of Quantities

1

Page 3: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION A INVITATION FOR TENDERS

2

Page 4: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

3

Page 5: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

COUNTY GOVERNMENT OF VIHIGA

DEPARTMENT OF TRANSPORT AND INFRASTRUCTURE

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF SMALL

WORKS

(REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS)

VOLUME I

Invitation for Tenders

NOVEMBER 2019

4

Page 6: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

CONTENTS

PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND REHABILITATION WORKS)

SECTION A: INVITATION FOR TENDERS

5

Page 7: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION A:

INVITATION FOR TENDERS

DATE: NOVEMBER 2019

Tender reference No.: TENDER/VCG/T&I/064/2019-2020

Tender Name: Rehabilitation of Serem-Murukwoni (Lot 1) and Busingo -Butiti (Lot 2) Roads 1.1 The department of Transport and Infrastructure invites sealed tenders for the Rehabilitation of

Road Maintenance Levy Fund (RMLF) projects 1.2 Interested eligible candidates may obtain further information at the office of the Chief Officer,

Department of Transport and Infrastructure, Vihiga County headquarters during normal working hours.

1.3 A complete set of tender documents may be obtained by interested candidates from the county

website www.vihiga.go.ke using the unique IFMIS negotiation numbers indicated in the tender advert.

1.4 Prices quoted should be net inclusive of all taxes, must be in Kenya shillings and shall remain valid

for 120 days from the closing date of tender. 1.5 Completed tender documents must be submitted through the IFMIS SUPPLIER PORTAL

www.supplier.treasury.go.ke as per the requirements contained in the advert and tender documents so as to be received on or before Friday, 6th December 2019 at 11.00 am.

1.6 Tenders will be opened thereafter on the IFMIS platform.

Director Supply Chain Management - Vihiga County.

For Chief Officer – Department of Transport and Infrastructure.

6

Page 8: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION B INSTRUCTIONS TO TENDERERS

7

Page 9: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION B: INSTRUCTIONS TO TENDERERS General

1.1 The Employer as defined in the Appendix to Conditions of Contract invites Tenders for the

Works Contract as described in the Tender Documents.

1.2 Tenderers shall include the following information and documents with their Tenders, unless

otherwise stated:

a) Certified Copy of Certificate of Registration/Incorporation under Companies Act.

b) Certified copies of CR 12 certificate together with National ID/passport for the

Directors. (CR12 for 2019/2020).

c) Copy of Valid KRA PIN and Tax Compliance Certificate/Exemption Certificate

issued by KRA.

d) Copy of Valid National Construction Authority (NCA) Certificate for Road Works and

Annual Practice License.

e) For AGPO contractors, the registration must be in the relevant field.

f) Dully filled, signed and stamped form of tender (attached).

g) Dully filled, signed and stamped Confidential Business Questionnaire Form

(attached).

h) Dully filled, signed and stamped Tender Questionnaire (attached).

i) Dully filled, signed and stamped Declaration Form (attached).

j) Dully filled, signed and stamped Information on current Litigation (Other

Supplementary Information Form) (attached).

k) Dully filled, signed and stamped Fraud and Corruption Form (attached).

l) Dully filled, signed and stamped Environmental and Social Commitment Form

(attached).

m) Certified single business permit for Vihiga County Government. (Attach copy of

receipt).

n) Authority for person signing the Tender (attached Power of Attorney).

o) Certificate of compliance National Hospital Insurance Fund (NHIF).

p) Certificate of compliance National Social Security Fund (NSSF).

q) Bid bond of Kshs. 100,000.00 from an approved financial institution.

r) Site visit certificate.

8

Page 10: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

s) The bid document must be serialized, signed on every page and uploaded as a

single document.

1.3 The Tenderer shall bear all costs associated with the preparation and submission of the

Tender.

1.4 The Tenderer, at the Tenderer’s own expense, responsibility and risk, shall visit and

examine the Site of the Works and its surroundings, to obtain all information that may be

necessary for the preparation of the Tender and entering into a Contract for the Works as

defined in the Specifications. Attendance at a pre-tender site meeting arranged by the

Engineer shall be mandatory for the submission of an eligible tender.

1.5 Eligible Tenderers

a) The Invitation to Tender is open to Tenderers prequalified in accordance with the

conditions of the Invitation for Bids or otherwise indicated by the Employer. Only

Tenders from qualified Tenderers will be accepted.

b) A Tenderer debarred from participating in Public Procurement by the Public

Procurement Regulatory Authority shall not be eligible to submit a Tender.

c) If the Employer has not undertaken the prequalification of Tenderers, all Tenderers

shall include the information required to satisfy the qualification criteria as

determined by the Employer.

Tender Documents 2.1 The complete set of Tender documents comprises the documents listed below and any

addenda issued in accordance with paragraph 2.4

(i) Instructions to Tenderers

(ii) Form of Tender

(iii) Conditions of Contract and Appendix to Conditions of Contract

(iv) Specifications

(v) Drawings and Road Improvement Plan

(vi) Bills of Quantities/Schedule of Rates (whichever is applicable)

(vii) Other documents/materials required by the Employer to be completed and

submitted in accordance with these Instructions and Conditions

9

Page 11: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

2.2 The Tenderer shall examine all Instructions, Forms and Specifications in the Tender

documents. Failure to furnish all information required by the Tender documents may result

in the rejection of the Tender.

2.3 A Tenderer requiring any clarification of the Tender documents may notify the Employer in

writing or by electronic means at the address indicated in the letter of Invitation to Tender.

The Employer shall respond to any request for clarification received earlier than seven days

prior to the deadline for submission of Tenders. Copies of the Employer’s response will be

forwarded to all persons issued with Tender documents, including a description of the

inquiry, but without identifying its source.

2.4 Before the deadline for submission of Tenders, the Employer may modify the Tender

documents by issuing addenda. Any addenda thus issued shall be part of the Tender

documents and shall be communicated in writing or by electronic means to all Tenderers.

Tenderers shall acknowledge receipt of each addendum in writing to the Employer.

2.5 The Employer may extend, as necessary, the deadline for submission of Tenders in

accordance with paragraph 4.5 below, to take account of any addenda issued.

2.6 The timescale given for the Completion of Works has been based on the optimum use of

labour-based construction.

Preparation of Tenders 3.1 All documents relating to the Tender and any correspondence shall be in the English

Language.

3.2 The Tender submitted shall comprise the following:-

(a) The Form of Tender;

(b) Tender Security (as instructed in the Form of Invitation to Tender)

(c) Priced Bill of Quantities initialed on each page, or Schedule of Rates (whichever is

applicable)

10

Page 12: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

(d) Any other documents/materials required by the Employer to be completed and

submitted by Tenderers.

3.3 The Tenderer shall fill in rates and prices for all items of the Works described in the Bill of

Quantities/Schedule of Rates. Items for which no rate or price is entered shall be deemed

covered by the other rates and prices in the Bill of Quantities/Schedule of Rates.

3.4 The unit rates and prices shall be in Kenya Shillings.

3.5 Tenders shall remain valid for a period of 120 days from the date of submission. However,

the Employer may request the Tenderers to extend the period of validity for a specified

additional period. Such a request and the Tenderers’ responses shall be made in writing.

3.6 The Tenderer shall prepare the Tender documents as described in these Instructions to

Tenderers.

3.7 The tender document shall be typed or written in indelible ink and shall be signed by a

person or persons duly authorized to sign on behalf of the Tenderer who shall initial all

pages of the Tender where alterations or additions have been made.

Submission of Tenders 4.1 The Tender duly completed shall;-

(a) be uploaded in the IFMIS portal and sent to the employer

(b) bear the name and identification number of the Tenderer as defined in the Invitation

to Tender.

4.2 Tenders shall be uploaded and sent to the Employer on IFMIS platform not later than the

time and date specified in the Invitation to Tender.

4.3 The Tenderer shall not submit alternative offers unless they are specifically required in the

Tender documents.

11

Page 13: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Each Tenderer may submit only one Tender. Any Tenderer who fails to comply with this requirement will

be disqualified.

4.4 The Employer may extend the deadline for submission of Tenders by issuing an

amendment in accordance with paragraph 2.5 in which case all rights and obligations of the

Employer and the Tenderers previously subject to the original deadline will then be subject

to the new deadline.

Tender Opening The Tenders shall be opened in the presence of those Tenderers’ representatives who choose to attend at

the time and in the place specified in the Invitation to tender on the IFMIS platform.

The name of the Tenderer, the total amount of each Tender and the status of the Tender Security shall be

read out and recorded in a Tender Opening register, a copy of which may on request be made available to

any Tenderer. Minutes of the Tender opening, including the information disclosed to those present shall

also be prepared by the Employer through the IFMIS system.

Tender Evaluation Information relating to the examination, clarification, evaluation and comparison of Tenders and

recommendations for the award of the Contract shall not be disclosed to Tenderers or any other persons

not officially concerned with such process until the award to the successful Tenderer through the IFMIS

system. Any effort by a Tenderer to influence the Employer’s officials, processing of Tenders or award

decisions will result in the rejection of the Tender.

Prior to the detailed evaluation of Tenders, the Employer shall determine if each tender:-

a) Meets the eligibility criteria defined in paragraphs 1.2 and 1.5.

b) Has been properly signed;

c) Is accompanied by the required Securities;

d) Is substantially responsive to the requirements of the Tender documents.

12

Page 14: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The Employer will reject any Tenders deemed to be non-responsive through the IFMIS system on the

above criteria.

A substantially responsive Tender is one which conforms to all the terms, Conditions and Specifications of

the Tender documents, without material deviation or reservation. A material deviation or reservation is the

one:-

a) which affects in any substantial way the scope, quality or performance of the Works;

b) which limits in any substantial way, inconsistent with the Tender documents, the Employer’s rights or

the Tenderer’s obligations under the Contract;

c) Whose rectification would affect unfairly the competitive position of other Tenderers presenting

substantially responsive tenders.

Post-qualification will be based on meeting all of the following minimum point scale criteria regarding the

applicant’s general and particular experience, personnel and equipment capabilities as well as financial

position. The Employer reserves the right to waive minor deviations, if they do not materially affect the

capacity of an applicant to perform the contract. Subcontractor’s experience and resources shall not be

taken into account in determining the Applicant’s compliance with qualifying criteria.

General Experience

The applicant shall meet the following minimum criteria: -

(a) Average annual turnover for the last 2 years - Kshs. 5,000,000/-.

(b) Successful completion as a prime contractor or sub-contractor in the execution

of at least three roads rehabilitation/new construction projects of a similar nature and comparable in

complexity to the proposed contract within the last three years.

Cash flow statement

The applicant should demonstrate that he has access to or has available, liquid assets, unencumbered

real assets, lines of credit, and other financial means sufficient to meet the construction cash flow for a

period of 2 months, estimated at 20% of the estimated tender sum.

Balance Sheets

Signed and stamped Audited balance sheets for the last two years should be submitted and must

demonstrate the soundness of the applicant’s financial position, availability of working capital and net

worth.

13

Page 15: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Financial position/Ratios

The applicant’s financial information will be assessed in terms of ROCE, current ratio and return on equity,

and the point scale criteria on their financial position given on this basis. Where necessary, the Employer

may make inquiries with the Applicant’s bankers.

Post-qualification criteria are as provided in the Appendix to instruction to tenderers.

Tenders determined to be substantially responsive will be checked for any arithmetic errors. Errors will be

corrected as follows:

(a) where there is a discrepancy between the amount in figures and the amount in

words, the amount in words shall prevail;

(b) Where there is a discrepancy between the arithmetically correct line item Amount,

resulting from the multiplication of the Unit Rate and the Quantity, and the Amount

entered, the latter shall prevail and the Unit Rate shall be adjusted accordingly.

(c) For Lump sum items, only the Amount will be considered, disregarding any filled in

unit rate.

(d) Where there is a discrepancy between the Tender Price as stated in the Form of

Tender and the Tender total in the main Summary of the Bills of Quantities, the

Tender Price shall prevail. The Employer shall notify the Tenderer and request that

the Tenderer agrees to the Tender Price. The Unit Rate for the Items where the

discrepancy occurs shall be adjusted by the Engineer. If the Tenderer fails to

accept the corrected figure the Tender shall be rejected and the Tender Security

shall be forfeit. Any discrepancy greater than 15% of the corrected figure shall result

in rejection of the Tender and the forfeit of the Tender Security.

The Employer at his discretion may request any Tenderer for clarification of the Tender, including a

breakdown of Unit Rates. The request for clarification and the response shall be in writing or electronic

means.

14

Page 16: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Award of Contract

7.1 The award of the Contract will be made to the Tenderer who has offered the lowest

evaluated Tender Price.

7.2 The Employer reserves the right to accept or reject any or all Tenders and to cancel the

Tendering process at any time prior to the award of the Contract without thereby incurring

any liability to the affected Tenderer or Tenderers or any obligation to inform the affected

Tenderer(s) of the grounds for the action.

7.3 The Tenderer whose Tender has been accepted will be notified of the award prior to the

expiration of the Tender validity period in writing or by electronic means. This notification

(called the “Letter of Acceptance”) will state the sum (called the “Contract Price”] which the

Employer will pay the Tenderer in consideration of the execution, completion, and

maintenance of the Works as set out in the Contract. The Letter of Acceptance will

constitute a binding Agreement, prior to the Tenderer signing the Contract Agreement.

7.4 The Contract Agreement will incorporate all agreements between the Employer and the

Tenderer. It will be signed by the Tenderer, not earlier than 14 days following the date of

the Letter of Award

15

Page 17: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

APPENDIX TO INSTRUCTIONS TO TENDERERS

Evaluation Criteria Preliminary Evaluation Mandatory Requirements

1. Certified Copy of Certificate of Registration/Incorporation under

Companies Act.

2. Certified copies of CR 12 certificate together with National ID/passport

for the Directors. (CR12 for 2019/2020).

3. Copy of Valid KRA PIN and Tax Compliance Certificate/Exemption

Certificate issued by KRA.

4. Copy of Valid National Construction Authority (NCA) Certificate for

Road Works and Annual Practice License.

5. For AGPO contractors, the registration must be in the relevant field.

6. Dully filled, signed and stamped form of tender (attached).

7. Dully filled, signed and stamped Confidential Business Questionnaire

Form (attached).

8. Dully filled, signed and stamped Tender Questionnaire (attached).

9. Dully filled, signed and stamped Declaration Form (attached).

10. Dully filled, signed and stamped Information on current Litigation (Other

Supplementary Information Form) (attached).

11. Dully filled, signed and stamped Fraud and Corruption Form (attached).

12. Dully filled, signed and stamped Environmental and Social Commitment

Form (attached).

13. Certified single business permit for Vihiga County Government. (Attach

copy of receipt).

14. Authority for person signing the Tender (attached Power of Attorney).

15. Certificate of compliance National Hospital Insurance Fund

(NHIF).

16. Certificate of compliance National Social Security Fund (NSSF).

17. Bid bond of Kshs. 100,000.00 from an approved financial institution.

18. Site visit certificate.

19. The bid document must be serialized, signed on every page and

uploaded as a single document.

16

Page 18: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Evaluation Methodology will be a YES/NO NOTE: Bidders MUST meet ALL the above requirements to proceed to technical Evaluation.

17

Page 19: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Technical Evaluation Technical Evaluation Criteria: Out of 145 for Open Category Out of 95 for AGPO Category

ITEM NO. CRITERIA SCORE 1.

KEY PERSONNEL

CVs of Key personnel (Attach Evidence)

A. Earthworks foreman/supervisor

B. Concrete works foreman/supervisor

C. (A) with Diploma in Civil Engineering

D. (B) with trade test certificate or higher

E. (A) and (B) with accreditation from National

Construction Authority (NCA)

F. Any skilled personnel with accreditation from

National Construction Authority (NCA)

Max 50

10 marks

10 marks

10 marks

5 marks

Max 10 marks

5 marks

2. FIRM’S EXPERIENCE

A. Completion certificates of Similar Works and Magnitude

i. Three certificates

ii. Two certificates

iii. One certificate

B. Completion certificates of Similar Works Lesser

Magnitude

i. Two certificates

ii. One certificate

NB: Not Applicable to AGPO registered contractors.

Max 20 Max 20 20 marks 15 marks

7.5 marks

Max 5

5 marks

2.5 marks

3. PLANT & EQUIPMENT

A. Proof of Ownership of:

i. Grader

ii. Roller

iii. Excavator

Max 30

Max 30 marks

10 marks

10 marks

5 marks

18

Page 20: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

iv. Two Dump Trucks - 2.5 marks each

B. Lease Agreement of:

i. Grader

ii. Roller

iii. Excavator

iv. Two Dump Trucks - 2.5 marks each

NB: Not Applicable to AGPO registered contractors.

5 marks

Max 20 marks

5 marks

5 marks

5 marks

5 marks

4. FINANCIAL CAPACITY

A. Open Category:

Attach copies of Audited Accounts with a minimum turnover

of fifty percent of the tender sum for the past:

i. Three years

ii. Two years

iii. One year

NB: Provide Institute of Certified Public Accountants of

Kenya (ICPAK) membership number of the Financial

Auditor.

B. AGPO Category:

Provide Certified six months’ bank statements with a

minimum average monthly turnover of at least KES One

million (KES 1,000,000).

Alternatively, provide at least one year Audited Accounts

with a minimum turnover of thirty percent of the tender sum.

NB: Provide Institute of Certified Public Accountants of

Kenya (ICPAK) membership number of the Financial

Auditor.

Max 20

Max 20 marks

20 marks

10 marks

5 marks

Max 20 marks

19

Page 21: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

5. OFFICE AND WORKSHOP FACILITIES

i. Proof attached

ii. Proof not attached

Max 10

10 marks

0 marks

6. METHODOLOGY

Proposed work methodology specific to the project site.

Max 10

7. Duly filled and complete bid document. Max 5 marks

Evaluation Methodology: tenderers must score 70% or more to proceed.

Financial Evaluation - Financial Evaluation Criteria: Out of 20 The financial proposals shall be opened by the procuring entity in the presence of the individual contractor

who chooses to attend the opening. The name of the individual contractor, the technical score and the

proposed fees shall be read out aloud and recorded. The evaluation committee shall prepare minutes of

the opening of the financial proposals.

The formulae for determining the financial score (SF) unless an alternative formula is indicated in the

appendix to the information to tenderers shall be as follows:

SF = 100 X FM/F where

SF is the financial score

FM is the lowest fees quoted and

F is the fees of the proposal under consideration.

The lowest fees quoted will be allocated the maximum score of 100

The individual contractor proposals will be ranked according to their combined technical score (ST) and

financial score (SF) using the weights indicated in the appendix to the instructions to contractor

Unless otherwise stated in the appendix to the instructions to contractors the formula for the combined

scores shall be as follows;

S = ST x T% + SF x P% Where

S, is the total combined scores of technical and financial scores

ST is the technical score

SF is the financial score

20

Page 22: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

T is the weight given to the technical proposal and

P is the weight given to the financial proposal

Note P + T will be equal to 100%

The weights for the Technical and Financial Proposals are:

T - 90 P - 10

The individual contractor achieving the highest combined technical and financial score will be invited for

negotiations.

21

Page 23: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION C:

CONDITIONS OF CONTRACT

22

Page 24: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

23

Page 25: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

24

Page 26: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

25

Page 27: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

26

Page 28: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

27

Page 29: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

28

Page 30: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

29

Page 31: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

30

Page 32: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

31

Page 33: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

32

Page 34: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

33

Page 35: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

34

Page 36: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

35

Page 37: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

36

Page 38: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

37

Page 39: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

38

Page 40: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

39

Page 41: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

40

Page 42: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

41

Page 43: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

42

Page 44: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

43

Page 45: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

44

Page 46: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

45

Page 47: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

46

Page 48: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

47

Page 49: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

48

Page 50: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

49

Page 51: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

50

Page 52: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

51

Page 53: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

52

Page 54: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

53

Page 55: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

54

Page 56: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

55

Page 57: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

56

Page 58: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

57

Page 59: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

58

Page 60: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

59

Page 61: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

60

Page 62: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

61

Page 63: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

62

Page 64: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

63

Page 65: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

64

Page 66: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

65

Page 67: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

66

Page 68: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

67

Page 69: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

A. PART I: GENERAL CONDITIONS OF CONTRACT The General Conditions of Contract are the FIDIC Short Form of Contract, First Edition, 1999, published by the International Federation of Consulting Engineers (FIDIC). The General Conditions of Contract are linked with the Conditions of Particular Application, referred to as Part II, by the consecutive numbering of the Clauses, so that Part I and II together comprise the Conditions governing the rights and obligations of the Parties. In case of any inconsistency between the Conditions contained in Part I and those in Part II, the Conditions contained in Part II shall prevail. The Tenderer is deemed to have read and fully complied with the General Conditions of Contract.

68

Page 70: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

B. PART II: CONDITIONS OF PARTICULAR APPLICATION The Conditions of Particular Application amplify the FIDIC Short Form of Contract so as to be, together, applicable to the Contract.

1 GENERAL PROVISIONS

1.1 Definitions

Add new Paragraph to sub-clause 1.1.8 1.1.8 (a) “Week” means a period of seven (7) consecutive days 1.1.8 (b) “Month” means calendar month Add new paragraph to sub-clause 1.1.20 to 1.1.25 1.1.20 “Appendix” as referred to in the Conditions of Contract means Appendix to Form of Agreement. 1.1.21 “Labour-Based Methods” means work methods whereby activities are

carried out using labour where technically and economically viable and appropriate equipment is only used when labour alone will not achieve the required standards.

1.1.22 “Task” means the amount of work to be done by one individual worker or a

gang in order to earn one day’s wage.

1.1.23 “Young Person” means an individual male or female, who has attained the age of 16 years but has not attained the age of 18 years.

1.1.24 “R2000 Strategy” means an initiative by the Government of Kenya to improve

the maintenance of the country’s Road Network by giving priority to maintenance through network approach, using appropriate technology, labour-based methods, local resources and increased usage of small-scale entrepreneurs.

1.2 Interpretation

Add sub-clause 1.2.1 as follows

1.2.1 Words having the same meaning

In the Contract Documents the Employer’s Representative is generally designated as the Engineer.

69

Page 71: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

3 EMPLOYER’S REPRESENTATIVES 3.1 Authorised Person

The Authorised person is Chief Officer, Department of Transport and Infrastructure, County government of Vihiga. 3.2 Employer’s representative 3.2.1 The Engineer

The Employer has appointed the County Roads Engineer, County Government of Vihiga as the Engineer.

3.2.2 The Engineer’s Representative The Employer has also appointed Sub-County Road Inspectors as Engineer’s Representative who will perform delegated duties under the Engineer.

3.3 Engineer’s Duties and Authority

i. Give site possession to the Contractor ii. Give approval of the Contractor’s programme of works and Site Superintendent iii. Issue site instructions to the Contractor and additional or modified drawings which may be

necessary for the execution of the Works and the remedying of any defects, all in accordance with the Contract.

iv. Supervise the execution of the works and in particular ensuring the dimensions and quality of works conforms to the specifications

v. Review the contractor’s progress regularly and give notices whenever the contractor is performing poorly or is behind the approved programme of works

vi. Receive contractor’s monthly payment certificates, evaluate and approve them vii. Organise monthly progress review meetings and taking over meetings viii. Any other duty attributable to the Engineer as specified in or necessarily to be implied from the

Contract ix. The Engineer may delegate some of his duties and authority to the Engineer’s representative

and will inform the contractor accordingly in writing. The Engineer shall obtain specific approval of the Employer before taking any of the following

actions:

(i) Consenting to the sub-contracting of any part of the Works under General Conditions of Contract clause 4.3

(ii) Issuing a variation or certifying additional cost determined under Clause 10 except in an emergency situation as reasonably determined by the Engineer.

(iii) Determining an extension of time under Clause 7.3

70

Page 72: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

4 THE CONTRACTOR 4.1. General Obligations

Add. In particular the following obligations shall apply Add the following new sub-Clauses:

4.1.1. R2000 Strategy The Works shall generally be carried out using the R2000 Strategy and work approach, with its predominant emphasis on the use of labour-based construction methods where they are technically and economically viable. Intermediate equipment, as agreed by the Engineer may be used in other appropriate circumstances.

4.1.2 Approval of Equipment

The Contractor shall submit for the Engineer’s approval within seven days prior to the commencement date a list of equipment, which is intended for use on site. He shall notify the Engineer prior to bringing in equipment and shall further obtain the Engineer’s approval prior to removing any equipment from site.

4.1.3 Recruitment of Labour 4.1.3.1 The Contractor shall ensure that there is a sufficient and suitable deployment of labour at

all times throughout the Contract. 4.1.3.2 All general workers employed by the Contractor shall, to the extent possible, be recruited

from the surrounding population. Exceptions may be made if sufficient local labour cannot be recruited and only with the approval of the Engineer. There shall be no discrimination in recruitment based on tribe, religion, political affiliation, age, disability or gender, and the recruitment system shall be fair and transparent.

4.1.3.3 The Contractor shall take particular note of the Government policy regarding the

employment of women and youth in the recruitment process and shall take all possible steps to attain the targets of 30% of the labour force for each group.

4.1.4. Employment of Young Persons and Children

The Contractor shall comply with the Employment Act Chapter CAP 226 concerning the Employment of Young Persons and Children.

4.1.5. Conditions of Employment of Labour

The Contractor shall observe and fulfil the following conditions in respect of all persons employed by him in the execution of the Contract: -

71

Page 73: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

a) Where possible, labour shall be employed on a daily task basis. The size of the daily task shall be that which can reasonably be expected of a worker during a normal working day (8 hours), and all task rates shall be approved by the Engineer.

b) The Contractor shall pay wage rates and observe hours and conditions of employment

of labour as established by Kenyan Labour Laws and by agreement between Employers or other recognized authorities and trades unions for similar trades or industries in the District where the Contract Works are to be carried out.

c) The Contractor shall recognize the freedom of employees to be members of trades

unions. The Contractor’s attention is drawn to the requirements of the Trade Unions Act (CAP 233), which states that if at least 25% of the employees are members of a particular Trade Union Organisation, then the Contractor is legally bound to recognise and negotiate with the Organisation.

4.1.6. Reporting Requirements

The Contractor shall, when required by the Engineer, submit labour returns in such form and detail and at prescribed intervals showing the staff and the number of the several classes of labour employed by the Contractor.

4.1.7. Non-payment of Wages by Contractor

(a) The Employer may demand from the Contractor reasonable proof of payment of wages to the employees.

(b) The Employer may, upon the Contractor defaulting in payment, pay the money

due, out of any funds due or which may become due to the Contractor under the Contract.

(c) In such an event, the Contractor shall co-operate with the Employer in processing

the payment of the correct amounts of money due to the labour force by submitting the relevant muster rolls, workday reports and pay-sheets, and the Contractor shall be represented at the time payments are made.

(d) Direct payment to workers by the Employer shall attract a penalty as stated in the

Appendix to cover expenses incurred in the administration of such labour payments.

4.1.8. Contract with Employees

(i) Working days The Contractor shall recognize gazetted non-working days and allow in the Works Programme for those days on which labour is not expected to work. (ii) Provision of Hand Tools

72

Page 74: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The Contractor shall provide his labour force with a sufficient number of hand tools of good quality and shall make the necessary provisions to maintain the tools in a good and safe working condition. The Engineer may instruct the Contractor to replace worn out, faulty or unsafe hand tools. (iii) Safety and Health

(a) The Contractor shall be responsible for the safety of all workers. In collaboration

with, and to the requirements of the local health authorities, the Contractor shall ensure that first aid equipment and medical stores are available on the Site at all times throughout the period of the Contract, and shall also designate a Health and Safety Officer from amongst the staff.

(b) The Contractor shall be responsible for the provision of potable water for the

workers at appropriate locations on the Site. (c) In the event of any outbreak of illness of an epidemic nature the Contractor shall

comply with and carry out such regulations, orders and requirements as may be made by the Government or the local medical or sanitary authorities for the purpose of dealing with and overcoming the same.

(iv) Contractor to Preserve Peace

The Contractor shall take all reasonable measures to ensure that all personnel on site comply with the Statutes, Ordinances, Laws, Regulations and By-Laws in force in Kenya, and to prevent accidents or any riotous or unlawful behaviour by or amongst the employees on or in connection with the Works, and for the preservation of the peace.

4.1.9. Water for the Works

The Contractor shall supply all water for the Works.

4.1.10. Environmental and Social Standards

The Contractor shall take all reasonable measures to protect the environment on the Site and to avoid damage or nuisance to persons and property. The Contractor undertakes to:

i. Comply and procure that its subcontractors, if any, comply with international environmental and labour standards consistent with applicable law and regulations in the country of implementation of the Project, including the fundamental conventions of the International Labour Organisation (ILO) and international environmental treaties;

ii.Adopt environmental and social risk mitigations measures as defined in the environmental and social management plan, refer to specifications clause 25-50-002 or the notice of environmental and social impact issued by the Employer.

73

Page 75: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

4.1.11. HIV/AIDS The Contractor shall jointly with a nominated subcontractor institute on-site HIV/AIDS awareness and prevention campaigns for the duration of the Contract. This shall include the siting of information posters, the issue of condoms and also informatory meetings on site for the employees. The subcontractor will arrange meetings with the assistance of main contractor, the local health authorities and AIDS Campaign personnel, and shall be held during working hours without loss of pay.

tttttttttttttttttttttttttttttttttttttttttttttttttttttttttttttttttt 4.2. Performance Security

Add the following at the end of this clause. The Performance Security shall be valid until the date of issue of the Employer’s notice under sub-Clause 8.2 (Taking Over Notice). The Employer shall return the Security to the Contractor within 14 days thereafter. A Performance Security in the form an Insurance Bond shall only be allowed from an Insurance Company approved by the Public Procurement Oversight Authority (PPOA) and in a Form also approved by the PPOA.

7. TIME FOR COMPLETION

7.1 Execution of the Works

Add new sub-clause to 7.1.1:

Progress Review Meetings

Regular progress review meetings between the Employer and the Contractor shall be held at times decided by the Engineer.

7.2 Programme

Add two new paragraphs under this Sub-Clause

Intended Construction Procedures, Order and Methods

The Contractor shall show in the Programme of Works, the procedure, order and methods proposed for carrying out Works with specific emphasis on the labour requirements, equipment utilisation and productivity.

Programme Updating

Within the intervals stated in the Appendix or as required by the Engineer the Contractor shall submit an updated Programme of Works.

74

Page 76: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

10. VARIATIONS AND CLAIMS Add the following sub-clauses: 10.2 Permitted Variations (d) The Engineer shall not be permitted to issue Variations to a value greater than the Tender

Sum without approval from the Procurement Entity. The limit of approved Variations shall be + 15% of the Tender Sum.

11. CONTRACT PRICE AND PAYMENT 11.1. Valuation of the Works

Add the following sub-clauses:

11.1.1. Price Adjustment

The Contract shall not normally be subject to Price Adjustment. However, in exceptional and clearly identifiable economic circumstances, the Employer may consider a request from the Contractor for Price Adjustment where taxes, duties and/or basic costs for labour and specified materials have significantly increased since the commencement of the Works, as set out below, (a) Local Labour

For the purpose of this Sub Clause: (i) “Local Labour” means skilled, semi-skilled workers of all trades engaged by

the Contractor on the Site for the purpose of or in connection with the Contract or engaged full time by the Contractor off the site for the Purpose of or in connection with the Contract (by way of illustration but not limitation: workers engaged full time in any office, store, workshop or quarry).

(ii) “Basic Rate” means the applicable basic minimum wage rate prevailing on

the date 28 days prior to the latest date for submission of Tenders, by reason of any National or State Statute or Ordinance.

(iii) “Current Rate” means the applicable basic minimum wage rate for Local

Workers by reason of any National or State Statute or Ordinance, prevailing on any date subsequent to the date 28 days prior to the latest date set for submission of Tenders.

b) Specified Materials

For the purpose of this Sub-Clause

75

Page 77: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

(i) “Specified Materials” means the basic materials required on the Site for the execution and completion of Works, which shall include fuel and lubricants; cement; aggregates; steel reinforcement; timber and gravel.

(ii) “Basic Prices” means the prices for the specified materials prevailing on

the date 28 days prior to the latest date for submission of Tenders.

The Engineer shall compile a Schedule of Basic Prices, upon which any claim for Variation shall be based, prior to the award of the Contract. The Contractor shall be entitled to a copy of the Schedule upon request to the Engineer.

(iii) “Current Prices” means the prices for the specified materials prevailing on

any date subsequent to the date 28 days prior to the latest date set for the submission of the Tenders, by reason of any National or State Statute or Ordinance,

(c) Overheads and Profits Excluded

In determining the amount of any adjustment to the Contract Price pursuant to this Sub-Clause no account shall be taken of any overheads or profits.

(d) Adjustments

The net amount of difference between the basic price and the current price payable by the Contractor when the specified services are provided or materials are bought shall, as the case may be, be paid to the Contractor.

(e) Notice and Records The Contractor shall keep such books, accounts, invoices, receipts, time sheets and other documents and records as are necessary to enable any adjustment under this Clause to be made and shall at the request of the Employer furnish these duly verified in such a manner as the Employer may require for examination and checking.

11.1.2. Exclusion of Price Adjustment for Late Completion of Works

In the event of the Contractor failing to complete the Works within the Time of Completion as defined under Clause 7, or extension of the Contract period granted, the provisions of Clause 11 shall cease to apply. Any part of the Works executed after the expiry of the Time for Completion shall be valued at a price levels prevailing at the contractual date of Completion.

11.1.3. Dayworks

76

Page 78: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The Contractor shall not execute any work on a Dayworks basis except by written order of the Engineer Unless otherwise adjusted, payments for Dayworks shall be subject to price adjustment in accordance with the provisions of Clause 11.1.1

11.2. Interim Payments

Add the following sub-clauses:

11.2.1. Advance Payment

The Employer may make Advance Payment to the Contractor on application after signing the Contract, against a Bank Guarantee, in the form set out in the Tender Documents This Advance Payment shall be up to a maximum amount stated in the Appendix.

11.2.2. Deductions for Re-payment of Advance Payment Reimbursements of Advance Payment shall be made according to the schedule as stated in the Appendix.

11.2.3. The Minimum Amount of Interim Payment.

The minimum amount of an Interim Payment shall be stated in the Appendix.

16. FRAUD AND CORRUPTION 16.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent, collusive,

coercive or obstructive practices, in competing for or in executing the Contract, then the Employer may, after giving 14 days notice to the Contractor, terminate the Contractor's employment under the Contract and expel him from the Site, and the provisions of Clause 56 shall apply as if such expulsion had been made under Sub-Clause 56.5 [Termination by Employer].

16.2 Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive, coercive, or obstructive practice during the execution of the Works, then that employee shall be removed in accordance with Clause 9.

16.3 For the purposes of this Sub-Clause:

(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party; (ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (iii) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

77

Page 79: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

(iv) “Coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party.

16.4 The Contractor declares that:

a) They did not engage in any action to influence the Project implementation process to the

detriment of the Employer, in particular no collusive practice took place nor will take place, and

b) The bidding proceedings, contract award, and execution have not and will not be subject to any corrupt practice as defined in the United Nations Convention to combat corruption dated 31 October 2003.

78

Page 80: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

FORM OF AGREEMENT This AGREEMENT is made on the -------------------------- day of --------------------- between the County

Government of Vihiga, represented by

..............................................................................................................................................................

.... of P.O. Box ............................,.......................... (Hereinafter called the Employer) on the one part

and ---------------------------------------------------------------------------- (Hereinafter called the Contractor) of

P.O. Box ------------------------------------------ of the other part.

WHEREAS the Employer is desirous of Rehabilitating and improving the section of the Road(s)

...............................to ....................................... and has accepted a Tender by the Contractor to

execute the Improvement/Rehabilitation Works on the road sections as defined,

AND Whereas the contractor represented to the employer that he has the required capacity and ability

and has agreed to execute the works and the terms and conditions set forth in this contract for the

tender sum of Kshs................................................

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the Conditions of Contract.

The following documents form part of this Agreement, viz:

(a) Letter of Acceptance;

(b) Form of Tender

(c) Appendix to the Form of Agreement

(d) Conditions of Contract; Parts I and II

(e) Specifications;

(f) Drawings;

(g) Priced Bill of Quantities;

(h) Other Documents/Materials/Conditions agreed and documented.

In consideration of the payment to be made by the Employer to the Contractor, the Contractor

covenants with the Employer to execute and complete the Works in conformity with the provisions

of the Contract.

79

Page 81: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The Employer covenants to pay the Contractor in consideration of the execution and completion of

the Works, the Contract Price or such other sum as may become payable under the Contract at the

times and in the manner prescribed by the Contract.

IN WITNESS WHEREOF the parties have caused this Agreement to be executed the day and year

first before written at..............................., Kenya

Signed and dated for and on behalf of the Employer

…………………………………………………................…Date..............………

(Chief Officer - Transport and Infrastructure)

For and on behalf of the said Employer

Signed for and on behalf of the Contractor M/s.........................................................................

……………………………………………Date…………………. Signature)

……………………………………………... (Name of the Director) In the presence of: ................................................................................................................ (Name and Designation of Witness)

……………………………………………………….. (Signature of Witness) ……………………………………………………….. (Address of witness)

80

Page 82: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

APPENDIX TO FORM OF AGREEMENT This Appendix to Form of Agreement forms part of the Agreement. (Note: with the exception of the items for which the Employer’s requirements have been inserted, the Contractor shall complete the following information before submitting his offer.)

Item Sub-clause

Data

Project description Road Names Lot 1 - Serem-Murukwoni road Length: 1.7 Km Lot 2 - Busingo -Butiti road Length: 1.5 Km Location: Shamakhokho Ward

Time for Completion 1.1.9 3 Months

Priority of Documents

1.3 The documents forming the Contract shall be interpreted in the following order of priority: • the Contract Agreement and Appendix • the Letter of Acceptance • the Form of Tender • the Conditions of Contract, Part II - Conditions of

Particular Application • the Conditions of Contract, Part I - General

Conditions of Contract • the Specifications • the Drawings, • the Priced Bill of Quantities

Law of Contract 1.4 Laws of the Republic of Kenya

Language 1.5 English

Provision of Site 2.1 On Commencement Date

Name and Address of Employer County Government of Vihiga, P.O. Box 344-50300, Maragoli

Authorised Person 3.1 Chief Officer, Department of Transport and Infrastructure, P.O. Box 344-50300 Maragoli

Name and Address of the Engineer 3.2 County Roads Engineer, Department of Transport and Infrastructure, P.O. Box 344-50300 Maragoli

81

Page 83: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Item Sub-clause

Data

Name and Address of Engineer’s Representative

3.2 Sub-County Roads Inspector, Department of Transport and Infrastructure, P.O. Box 344-50300 Maragoli

Penalty to the Contractor for Employer paying workers on his behalf

4.1.8 10% of the amount paid to the workers.

Performance Security

4.4

10% Contract Price.

Requirements of Contractors Design 5.1 Not Applicable

Programme Time of Submission

7.2

Within 14 days of Commencement Date

Form of Programme 7.2

Bar Chart

Interval Updates 7.2.2

As requested by the Engineer

Liquidated Damages Amount payable due to failure to complete

7.4 0.01% of Contract Price per Day to a limit of 1% of Contract Price.

Defects Liability Period 9.1 and 11.5

3 Months

Percentage of Retention 11.3 10% of Contract Price.

Valuation of Works

11.1.3 Re-measurements with Bills of Quantities

Minimum Amount of Interim Payment 11.2.3 Kshs. 2,000,000.00

Currency of Payment 11.7 Kenya Shillings

Rate of Interest 11.8 Simple Interest at a rate of 2% above Mean Base Lending Rate as issued by the Central Bank of Kenya.

Insurance 14.1 Required

Insurance The Works, materials plants &

fees- Contractor’s All risks Third party injury to persons

and damage to property

14.1 Amount of Cover The Contract Price stated in the Agreement +15%+replacement cost of equipment on site. Kshs. 200,000

82

Page 84: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Item Sub-clause

Data

Workers compensation (WIBA- workers’ injury benefits policy)

Other covers

As per work injury benefits act 2007 laws of Kenya .........................................**

Arbitration Rules Appointing Authority Place of Arbitration

15.3 15.3 15.3

CAP 49 of the Laws of Kenya Chairman Chartered Institute of Arbitrators, Kenya Branch. County Government of Vihiga, Headquarters

...................................** Contractor to fill as appropriate

83

Page 85: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION D:

SPECIFICATIONS

84

Page 86: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION 01: PRELIMINARY AND GENERAL ITEMS

Scope:

This section comprises those items that are required at the Commencement and Completion of the Works or that are Provisional Items applicable for the duration of the Works.

01-50- 001 Mobilisation and Establishment of the Site

The Contractor shall provide all equipment, tools, materials, temporary offices, stores and housing required to carry out the Works.

Measurement and Payment:

No separate payment shall be made for this item. The Contractor shall include the costs in the rates for other measured items.

01-50-026 Allow a prime cost sum for Engineers miscellaneous account

The Contractor maybe instructed by the Engineer to make payments of general miscellaneous accounts for such items as stationary, stores and equipment and miscellaneous supervision personnel and claims or the Engineer may direct the Contractor to purchase or pay for the above. The Contractor will be paid on a prime cost basis plus a percentage for overheads and profits.

Measurement and Payment

The prime cost Sum for this item is to be expended as instructed by the Engineer, the Contractor will be paid on a prime cost basis plus a percentage for overheads and profits

01-60- 002 Clearance on Completion

On Completion of the Works, all temporary housing, equipment, signs and tools shall be removed from the site, and the site left in good order to the satisfaction of the Engineer.

Measurement and Payment

The Lump Sum payment will be made upon approval by the Engineer that the Clearance has been satisfactorily carried out.

01-60-003 Insurance and Bonds

The Contractor shall provide Insurance and Sureties in accordance with relevant Clauses in the Conditions of Contract.

Measurement and Payment

50% of the Lump Sum payment for this item will be made upon the production of satisfactory evidence by the Contractor that Insurances and Securities have been affected. The remaining 50% will be paid when the works are completed.

85

Page 87: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

01-60-004 Quality Control Tests

The Engineer may instruct the Contractor during the progress of the Works to carry out quality control tests to check materials and standards of workmanship, against the Specifications.

Where such tests indicate defective standards the Engineer shall instruct the Contractor to rectify the defects to the Engineer’s satisfaction and at the Contractor’s expense.

Measurement and Payment

The Engineer shall include a Provisional Sum for this item to be expended only as and when the Contractor is instructed to carry out tests. The Contractor will be paid on a prime cost basis plus a percentage for overheads and profits

01-60-005 Publicity Sign Boards

The Contractor shall provide Sign Boards as specified on the Drawings C-23 or as directed by the Engineer. The Sign Boards shall be placed at the beginning and end of the road or road section covered by this Contract. The framework and steel sheet shall be prepared and painted black

The wordings and all logos shall be printed on backlit sticker paper resistant to the effects of weather using reflectorised paint or material approved by the Engineer. The sticker shall be placed on both sides of the board. The colours, fonts and heights of the letters shall be as indicated on the typical drawings and as directed by the Engineer.

Sign Boards shall be maintained for the duration of the Works, and removed on completion.

Quality Control

The Engineer shall check that Sign Boards have been erected in accordance with Drawings, instructions and Specifications.

Measurement: Number

The unit of measurement shall be number of Sign Boards erected

Payment

The unit rate shall be the full compensation for labour, tools, materials and incidental costs required for carrying out the work.

01-60-006 Drinking Water

The Contractor shall provide safe drinking water on site for workers at a reasonable distance from all work locations, for the duration of the Works.

Quality Control

86

Page 88: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The Engineer shall check regularly that adequate supplies of clean water are available throughout the Site.

Measurement and Payment

A Lump Sum shall be paid on a monthly basis as a percentage of the physical progress done, upon the approval of the Engineer that adequate supplies have been provided.

01-60-007 Provision of Site Sanitation Facilities

The Contractor shall provide minimum 4 temporary toilets, 2 for male workers and 2 for female workers close to the working locations, for the duration of the Works. Each toilet shall be properly identified and marked Female or Male

The toilets shall be placed and constructed in such a manner so as to ensure that the surrounding areas (including groundwater) are not polluted and the holes excavated are properly filled after use.

Quality Control

The Engineer shall check regularly that site sanitary facilities are hygienic with adequate supply of tissue papers and water for washing hands.

Measurement and Payment

A Lumpsum shall be paid on a Monthly basis as a percentage of the physical progress done, upon the approval by the Engineer that adequate services have been provided.

87

Page 89: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION 03: SETTING OUT

Scope

This section covers the activities required in the re-establishment of the horizontal alignment of the road including setting out the centre line, cross section widths, drains and structures.

03-50-001 Setting Out the Horizontal Alignment

The Contractor shall set out the centreline to follow the existing road alignment unless instructed otherwise by the Engineer.

The minimum standards as shown in Table 2.1 shall apply

Table 2.1 Alignment Standards

Standard

Flat and Rolling Terrain

Hilly Terrain

Horizontal Curves

Desirable Minimum radius 100m

50m

The cross section details of the road shall be as shown on the Drawing or as directed by the Engineer.

Work Method

The Contractor shall use Labour methods to carry out this item.

Quality Control

o Centreline pegs shall be set at 10m intervals on straight sections and 5m on curves

o Chainage or reference pegs shall be set out and marked at 20m intervals and located at one metre outside the cleared width and on both sides of the road.

o Cross section widths shall be checked at 10m intervals and shall have maximum tolerances of +/- 25mm

Measurement Unit: m

The measurement shall be the linear metres of the road

Payment

The unit rate shall be the full compensation for labour, tools, materials and incidental costs required for carrying out the work.

88

Page 90: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION 04: SITE CLEARANCE

Scope

This section covers the clearance of bushes, shrubs, grasses, trees, stumps, boulders, stripping and grubbing of the topsoil, removal of anthills and other unsuitable materials for the specified widths of the road, quarry and borrow areas. The distinction between light and heavy bush shall be decided by the Engineer.

The minimum site clearing widths for each of the activities shall be as shown in Table 4.1

Table 4.1: Site Clearing Widths

Road Category

Running Surface

Stripping and

Grubbing

Trees,

Stumps, Boulders

Bush

Clearing

A/B/C + Secondary Roads

6.0 m

10.6 m

10.6 m

14.0 m

D/E + Minor Roads

5.4 m

10.0 m

10.0 m

13.0 m

RAR Roads

4.5 m

7.9 m

8.0 m

11.0 m

Minor / RAR roads with insufficient widths or Temporary Sections

3.5 m

6.9 m

7.0 m

9.0 m

04–50–002 Grass Cutting (Manual)

Grass shall be defined as any form of plant growth including small shrubs having a girth of not more than 100mm measured at height of 200mm above ground level.

The grass shall be cut to height of not more than 50 mm above the ground. The width limits shall be as instructed by the Engineer. All cut grass shall be removed from the carriageway, side drains, mitre drains and inlets and outlet drains of structures/culverts and deposited in approved spoil dumps

Burning of the grass shall not be allowed and care shall be taken not to damage roadside fixtures such as signs and marker posts.

This activity shall be carried out twice, each time before the rainy season or as shall be instructed by the Engineer.

Work Method

The Contractor shall use Labour to carry out this item of work.

Quality Control

89

Page 91: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The road width for grass cutting shall be measured at 50-m intervals and shall be free of grass after the operation.

Measurement: m2

The measurement shall be area of grass cut, based on the standard width and measured length of clearing.

Payment

The unit rate shall be full compensation, for labour, materials, tools, and incidental costs required to carry out the work.

04-50- 003 Bush Clearing (Heavy)

Where the Engineer designates an area as Heavy Bush ( based on the undergrowth density) the Contractor shall clear all vegetation including small trees, shrubs and undergrowth, and their root systems, and shall salvage any re-useable timber or other material by cutting into logs and stacking. Other cleared material shall be collected and disposed of off-site as directed by the Engineer.

Work Method

The Contractor shall use Labour methods for this item

Quality Control

The Engineer shall check the cleared widths at 50 metre intervals

Measurement Unit: m2

The measurement shall be the area cleared to the specified width over the length as instructed by the Engineer.

Payment:

The unit rate shall be the full compensation for all labour, tools and incidental costs required to complete the work.

04-50- 004 Bush Clearing (Light)

The Contractor shall clear all vegetation including small trees, and shrubs with their root systems. Grasses and any undergrowth shall be cut to a height of not more than 100mm. The cleared material shall be collected and disposed of away from the side drains and in a manner that causes no visibility obstruction to traffic.

Work Method

The Contractor shall use Labour methods for this item

Quality Control

90

Page 92: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The Engineer shall check the cleared widths at 50 metre intervals.

Measurement Unit: m2

The measurement shall be the area cleared to the specified width over the length as instructed by the Engineer.

Payment:

The unit rate shall be the full compensation for all labour, tools and incidental costs required to complete the work.

04-50-005 Pruning Tree Branches

Where instructed by the Engineer, the Contractor shall trim tree branches to improve visibility. Cut material shall be collected and disposed of as directed by the Engineer and burning of waste material shall not be permitted.

Work Method

The Contractor shall use Labour for this item.

Quality Control

The Engineer shall check for visibility improvement.

Measurement and Payment

A Provisional Sum shall be allowed for this item, which shall be paid under Dayworks.

04-50- 006 Trees Removal (200-450mm girth)

The contractor shall remove trees having a trunk girth of between 200-450mm at a point 600mm above the ground within the following construction widths:

i. 13m for wide section, figure C.1-2

ii. 10 to 11 m for standard cross section A, figure C.1

iii. 8m for reduced cross section B, figure C.2

The Contractor shall excavate around any trees to be removed to a depth not less than 0.5 m before cutting the roots. All holes left by the removal of trees shall be back-filled with approved material and compacted to existing ground level. Cut material and stumps shall be collected and disposed of as directed by the Engineer. Burning of waste material shall not be permitted.

Work Method

The Contractor shall use Labour methods for this item.

Quality Control

91

Page 93: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The Engineer shall approve the removal, backfilling and satisfactory disposal of all waste material.

Measurement Unit: No

The measurement shall be the number of trees removed.

Payment

The unit rate shall be the full compensation for all labour, tools and incidental costs required to complete this item.

04-50-007 Trees Removal (>450mm girth)

All the requirements of item 04-50-006 shall apply for trees and their stumps greater than 450mm girth. In addition any re-useable timber from trees removed shall be cut into logs not more than 1.5 metres long and stacked as directed by the Engineer.

Work Method

The Contractor shall use Labour methods, with appropriate sawing tools and equipment for this item.

Quality Control

The Engineer shall approve the removal, backfilling and satisfactory disposal of all waste material.

Measurement Unit: No

Measurement shall be the number of trees removed

Payment:

The unit rate shall be the full compensation for all labour, tools, equipment and incidental costs required to complete this item.

04-50-008 Stumps Removal (500 -1500mm girth)

The contractor shall remove stumps of 500 to 1500mm girth, within the following construction widths or as instructed by the Engineer:

i. 13m for wide section, figure C.1-2

ii. 10 to 11m for standard cross section A, figure C.1

iii. 8m for reduced cross section B, figure C.2

The Contractor shall excavate around any stumps to be removed to a depth not less than 0.5 m before cutting the roots. All holes left by the removal of stumps shall be back-filled with approved material and compacted to existing ground level. Cut material and stumps

92

Page 94: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

shall be collected and disposed of as directed by the Engineer. Burning of waste material shall not be permitted.

Work Method

The Contractor shall use Labour methods for this item.

Quality Control

The Engineer shall approve the removal, backfilling and satisfactory disposal of all waste material.

Measurement Unit: No

The measurement shall be the number of stumps of any size removed.

Payment

The unit rate shall be the full compensation for all labour, tools and incidental costs required to complete this item.

04-50-009 Stumps Removal (>1500mm girth)

All the requirements of item 04-50-008 shall apply for stumps greater than 1500mm girth.

Work Method

The Contractor shall use Labour methods for this item.

Quality Control

The Engineer shall approve the removal, backfilling and satisfactory disposal of all waste material.

Measurement Unit: No

The measurement shall be the number of stumps of any size removed.

Payment

The unit rate shall be the full compensation for all labour, tools and incidental costs required to complete this item.

04 -50-010 Rock/Boulder Removal

The Contractor shall remove in a manner agreed by the Engineer, rocks and boulders greater than 1.5 m girth using labour and appropriate equipment as necessary. Boulders shall be disposed of outside the road area.

Work Method

93

Page 95: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The Contractor shall use Labour and appropriate equipment methods for this item.

Quality Control

The Engineer shall approve the removal and satisfactory disposal of the boulders.

Measurement Unit: Provisional Sum

A Provisional Sum shall be included for this item

Payment:

Payment shall be made on a Dayworks basis.

04-50-011 Stripping and Grubbing

The Contractor shall remove, over the widths shown in Table 4.1, topsoil including anthills, loose boulders up to 1.5m girth and other unsuitable material and deposit the debris outside the cleared area as directed by the Engineer.

Work Method

The Contractor shall use Labour methods for this item

Quality Control

The Engineer shall approve the stripped and grubbed area and the satisfactory disposal of waste material.

Measurement Unit m2

The measurement shall be the area cleared as directed by the Engineer

Payment

The unit rate shall be the full compensation for all labour, tools and incidental expenses required to complete this item.

94

Page 96: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION O5: EARTHWORKS

Scope

This section covers the excavation of soil and the placing, watering and compaction of hard and soft material to form the road formation. The contractor is expected to supply all the control tools such as templates, camber board prior to commencing the earthworks.

05-50- 001: Re -Establishment of the Vertical Alignment

The Contractor shall re-establish the vertical alignment of the road section which includes the setting out excavation of horizontal slots marking the level road platform.

The width of the slots shall be 0.5 m and they shall be set out at 10m intervals along the straight section and 5m on the curve sections of the road. Each slot shall be compacted using hand rammers until no more imprints of the rammer on the surface of the slot can be seen. The length of each slot shall be equal to the formation width of the road.

Vertical alignment standards shall be those set out in Table 5.1

Table 5.1 Vertical Alignment Standards

Standard Flat & Rolling Terrain Hilly Terrain Gradients Desirable Minimum Desirable Maximum Absolute Maximum

2% 8% 10%

2% 10% 12%

Work method

The Contractor shall apply Labour methods to carry out this item work.

Quality Control:

o The hand rammer shall be not less than 5kg

o The level of the slot shall have a tolerance of + 50 mm

o The longitudinal profile of the road shall be checked at every third slot and shall have a maximum tolerance of + 50mm

Measurement Unit: m

The measurement shall be linear metres of road alignment set out

Payment:

95

Page 97: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The unit rate shall be the full compensation for labour, tools, materials and incidental costs required for carrying out the work.

05-50-002: Side-drain Excavation (Soft Material)

The Contractor shall excavate side drains to the profiles shown on the Drawings or as directed by the Engineer. The sequence of activities involved is:

o Ditching

o Spreading

o Second compaction

o Sloping

o Backsloping

o Camber Formation

o Final Compaction

The material from the excavations shall be used for the formation of the camber. Where additional material is required to achieve the required camber, the widths of the side drains may be increased, with the approval of the Engineer.

Locations of the side drains shall be as shown on the Drawings or as directed by the Engineer, and the Contractor shall use the appropriate ditch template to control the excavations

Work method

The Contractor shall apply Labour methods to carry out this item

Quality Control

o The dimensions of the side drains shall be checked at 50m intervals and shall have a tolerance of + 50mm

o The longitudinal profile of the side drains shall be checked at 30m intervals and shall have a tolerance of +/-50mm.

Measurement Unit m3

Measurement shall be the volume of material excavated to form the side drains, and deposited for camber formation.

Payment

The unit rate shall be the full compensation for labour, tools and incidental costs required for carrying out the work.

96

Page 98: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

05-50-003 Side-drain Excavation (Hard material)

Where, in the opinion of the Engineer, the material to be excavated to form the side drains may be classified as hard the Contractor shall carry out the excavation in accordance with 05-003 and shall be compensated under this item,

Work Method:

The Contractor shall apply Labour methods with appropriate Equipment to carry out this item.

Quality Control:

The Engineer shall measure the volume of the excavation classified as hard material

Measurement Unit: m3

The measurement shall be the volume of material excavated and deposited to form the camber

Payment:

The unit rate shall be the full compensation for all labour, tools, equipment and incidental costs required to complete the work.

05-50- 004 Excavation to Level and Compaction

The Contractor shall cut material to form the level road platform and place the excavated material as fill or in spoil areas approved by the Engineer. Where material needs to be borrowed excavation shall only be from borrow areas approved by the Engineer.

The fill layers to be compacted shall not exceed 150mm loose depth.

Compaction of the fill material shall be carried out from the edges to the centre by overlapping passes of the compaction equipment. The number of passes shall be dependent upon the equipment used and the material being compacted to ensure adequate compaction (at least dry density of 100% MDD (AASHTO T99). is achieved. Unless otherwise instructed the moisture content of the material shall be within + 2% of optimum. Where additional moisture is required water shall be applied in an even manner such that no longitudinal or transverse flow occurs.

The Engineer will not approve this activity to commence till an acceptable and working compactor has been mobilised.

The Engineer may instruct the Contractor to carry out density tests on the compacted material to ensure that an acceptable standard has been achieved.

Work Method

The Contractor shall use Labour and appropriate compaction Equipment to carry out this item of work.

97

Page 99: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Quality Control

o The width of the platform shall be checked at intervals of 50 m and shall have a tolerance of + / - 50mm.

o The level platform shall be horizontal in the transverse direction and shall have a tolerance of + / - 15 mm under a 2 metre straight edge.

o The longitudinal profile shall have a maximum tolerance of + / - 50 mm over a 30m length of gradient.

o Compaction shall show no movement of material under the roller.

o Compaction test standard shall be 100% MDD (AASHTO T99)

Measurement Unit: m3

The measurement shall be the volume of compacted fill material forming the level platform.

Payment

The unit rate shall be the full compensation for labour, tools, equipment, water and incidental costs required for carrying out the work.

05-50- 005 Spreading and Compaction for Camber Formation

The Contractor shall spread and compact the material deposited from the side drains to form the camber on the road, in accordance with the Drawings or as directed by the Engineer, and shall check the profile with the appropriate camber board.

Compaction shall be carried out from the edges to the centre line by overlapping passes of the compaction equipment. The number of passes shall be dependent upon the equipment used and the material being compacted in order to achieve dry density of 100% MDD (AASHTO T99). Unless otherwise instructed the moisture content of the material shall be within + 2% of optimum. Where additional moisture is required water shall be applied in an even manner such that no longitudinal or transverse flow occurs.

The testing will be done at intervals of 100m but the Engineer may instruct the Contractor to carry out random density tests on the compacted material to ensure that an acceptable standard has been achieved.

The activity will not commence till the Engineer has confirmed an acceptable and working compactor has been mobilised.

For sections with black cotton soil or high swelling material alignment soils, the contractor shall place wearing course material immediately after compaction and testing.

Work method

The Contractor shall use Labour and appropriate compaction Equipment to carry out this item.

98

Page 100: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Quality Control

o The width of the carriageway including the shoulders shall be checked at 50m intervals and shall have a tolerance of +50/-20 mm.

o The camber shall be checked 50m intervals and shall have a tolerance of +/- 1%.

o Compaction done till it shows no movement of material under the roller

o Compaction tests to be done at intervals of 100m

Measurement Unit m3

The measurement shall be the volume of material excavated and deposited to form the camber, according to the specified carriageway width and measured length of road.

Payment

The unit rate shall be the full compensation for all labour, tools, equipment, water and incidental costs required for carrying out the work.

05-50-006 Fill in soft material including benching of shoulders and embankments and compact to 95% MDD (AASHTO)

The contractor shall provide, haul, spread, process and compact soft material in layers in layers of 150mm as directed by the Engineer to raise the road surface or widen a narrow section of road. Selected fill for the widening and mixing with the existing gravel layer shall have the following minimum specifications:

• CBR (Mod AASHTO, T180) not less than 8% measured at 4 days soak • Swell of less than 1% • Plasticity index of less than 50%, including non-plastic gravel

No spreading of the material or compaction shall be done on dry material. The surface onto which the material is to be placed shall be dampened with water immediately prior to dumping the heaped material onto it. Work method

The Contractor shall use Labour and appropriate compaction Equipment to carry out this item.

Quality Control

o The width of the carriageway including the shoulders shall be checked at 50m intervals and shall have a tolerance of +50/-20 mm.

o The camber shall be checked 50m intervals and shall have a tolerance of +/- 1%.

o Compaction done till it shows no movement of material under the roller

99

Page 101: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

o Compaction tests to be done at intervals of 100m

Measurement Unit m3

The measurement shall be the volume of material excavated and deposited to form the camber, according to the specified carriageway width and measured length of road.

Payment

The unit rate shall be the full compensation for all labour, tools, equipment, water and incidental costs required for carrying out the work. No extra payment will be made for haulage.

100

Page 102: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION 07: EXCAVATION AND FILLING FOR STRUCTURES

Scope

This section covers all Works in connection with the excavation for concrete pipe culverts; inlet and outlet structures; drifts and drainage protection Works;

07-50- 001 Excavation for Drainage Structures

The Contractor shall excavate trenches for culverts; foundations for head walls, wing walls; inlet and outlet aprons and other drainage structures to the dimensions and levels shown on the Drawings or as directed by the Engineer. The excavations shall be kept free of water and shall be compacted with hand rammers of not less than 5kg.

The Engineer shall approve all excavations before the Contractor shall be permitted to proceed with the construction.

The Contractor shall take all necessary precautions to safeguard the stability and safety of the excavations.

Work Method

The Contractor shall apply Labour methods to carry out this item.

Quality Control

o The dimensions of the excavations shall have a tolerance of + / - 50mm

o The invert levels shall have a tolerance of + / - 50mm

o The trench bottom gradients shall have a tolerance of + / - 20mm over the length of the trench

Measurement Unit m3

The measurement shall be volume of material excavated measured net according to the Drawings.

Payment

The unit rate shall be the full compensation for labour, tools, and any incidental costs required for carrying out the work.

101

Page 103: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION 08: CULVERT AND DRAINAGE WORKS

Scope

This section covers all Works in connection with the installation of concrete pipe culverts; inlet and outlet structures; drifts and drainage protection Works; and the construction of Scour Checks

08- 50-002: Ditch Cleaning (Manual)

i. Partially silted

Partially silted drains are those that are less than half silted and require only cleaning.

All deposited material, debris, and vegetation shall be removed and the drain shaped to the original cross-section and left in a free-draining condition. Suitable material may be used to fill depressions and potholes on the carriageway. All debris and other unsuitable material removed from the side drains shall be disposed of well clear of the drainage system in approved spoil dumps where it will not cause any obstruction or be washed back.

The side drains, mitre drains and catchwater drains shall be cleaned before the onset of the rains or as directed by the Engineer.

Work Method

The Contractor shall use Labour to carry out this item of work

Quality Control

o Appropriate drain templates shall be used to check and control the dimensions of the drains.

o The longitudinal profile of the drains shall be checked using boning rods, to ensure free flow.

Measurement Unit: m

The measurement shall be the length of drain desilted or cleaned to the specified cross-section.

Payment

The unit rate shall be full compensation, for labour, tools, and incidental costs required to carry out the work.

ii. Fully silted

Fully silted drains shall be those that are greater than half-silted and require re-excavation or reshaping.

102

Page 104: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

All deposited material, debris, and vegetation shall be removed and the drain shaped to the original cross-section and left in a free-draining condition. Suitable material may be used to fill depressions and potholes on the carriageway. All debris and other unsuitable material removed from the side drains shall be disposed of well clear of the drainage system in approved spoil dumps where it will not cause any obstruction or be washed back.

The side drains shall be desilted or re-excavated before the onset of the rains, or as directed by the Engineer.

Work Method

The Contractor shall use Labour to carry out this item of work

Quality Control

o Appropriate drain templates shall be used to check and control the dimensions of the drains.

o The longitudinal profile of the drains shall be checked using boning rods, to ensure free flow.

Measurement Unit: m

The measurement shall be the length of drain re-excavated or re-shaped to the specified cross-section.

Payment

The unit rate shall be full compensation for labour, tools, and any incidental costs required to carry out the work.

08-50- 005 Ditch/ Mitre Drains/Catchwater Drains Excavation

i. Labour ii. Equipment

The Contractor shall excavate mitre drains and catchwater drains to the dimensions shown on the Drawings and at locations as directed by the Engineer. They shall be excavated in a manner to minimise erosion at the discharge point. The material excavated from the drains shall be used to form the side drain bund directing water to the mitre-drain, and a bund on the lower side of the cut-off drain, or disposed of as directed by the Engineer.

Work Method

The Contractor shall use either Labour or Equipment as directed by the Engineer to carry out this work.

Quality Control

o The longitudinal profile shall have a gradient of maximum 4%.

103

Page 105: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

o The dimensions of the mitre drains shall have maximum tolerances of +20mm

o The location of the mitre drains shall be approved by the Engineer.

Measurement Unit: m3

The measurement shall be the volume of material excavated as measured on site in approved drains.

Payment

The unit rate shall be full compensation for labour, tools, equipment and incidental costs required for carrying out the work.

08-60-001/005 Culvert Cleaning (partially blocked)

08-60-001 300mm dia

08-60-002 450mm dia

08-60-003 600mm dia

08-60-004 900mm dia

08-60-005 1200 mm dia

This activity involves the cleaning of culverts of specified sizes including pipe barrels, the outlet/inlet structures, and the outlet drains, keeping them free of all debris, weed, silt and any obstruction to ensure free passage of water at all times. The debris shall be deposited in approved spoil dumps as directed by the Engineer

Partially blocked culverts shall be those with less than half of the barrel blocked.

Correct widths and slopes of the outlet drains shall be maintained. The gradient of the outlet drain shall be not less than 2 %.

All broken culvert barrels discovered in the course carrying out this activity shall be reported to the Engineer.

This activity shall be carried out before the rains, or as directed by the Engineer.

Work Method

The Contractor shall use Labour to carry out this item of work

Quality Control

The culverts shall be checked as free of debris to the satisfaction of the Engineer.

Measurement Unit: m

104

Page 106: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The measurement shall be the length of culvert, including the outlet drain, cleaned

Payment

The unit rate shall be full compensation for labour, tools and incidental costs required to carry out the work.

08- 60 - 006/7/8/9/10 Culvert Cleaning (Fully blocked)

08 - 60 - 007 450mm dia;

08 - 60 - 008 600mm dia;

08 - 60 - 009 900mm dia;

This activity involves the cleaning of culverts of specified sizes including pipe barrels, the outlet/inlet structures, and the outlet drains, keeping them free of all debris, weed, silt and any obstruction to ensure free passage of water at all times. The debris shall be deposited in approved spoil dumps as directed by the Engineer

Fully blocked culvert shall be those with greater than half of the barrel blocked.

Correct widths and slopes of the outlet drains shall be maintained. The gradient of the outlet drain shall be not less than 2 %.

All broken culvert barrels discovered in the course of carrying out this activity shall be reported to the Engineer.

This activity should be carried out before the onset of the rains, or as directed by the Engineer.

Work Method

The Contractor shall use Labour to carry out this item of work.

Quality Control

The culverts shall be checked as free from debris, to the satisfaction of the Engineer.

Measurement Unit: m

The measurement shall be the length of culvert, including the outlet drain cleaned.

Payment

The unit rate shall be full compensation for labour, tools and incidental costs required to carry out the work.

08-60-016/035 Concrete Pipe Culverts

08-60-024 600 mm unhaunched

08-60-025 600 mm haunched (Type IV)

105

Page 107: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

08-60-026 900 mm unhaunched

08-60-027 900 mm haunched (Type IV)

The Contractor shall supply, lay and joint concrete pipes to form culverts, including the concrete bedding; haunching or surrounds; and backfilling, in accordance with the Drawings for the Type and diameter specified in the Contract or directed by the Engineer.

The pipes shall be of Class 20/20 concrete, at least 28 days cured, and manufactured on site or procured from a supplier approved by the Engineer. The pipes shall be laid on a bedding of Class 15/20 concrete of dimensions as shown on the Drawings and jointed with cement mortar 1:4.

The culvert gradient including the outlet shall be a minimum 2%.

The pipes shall be haunched or surrounded, according to the Type specified, with Class 15/20 concrete to the dimensions shown on the Drawings or as directed by the Engineer. All concrete works will be batched using gauge box made from either steel, timber or plywood with inside dimensions of 400mm by 300mm by 300mm deep, the volume of the box is 0.036m3.

Backfilling shall be carried with approved material and compacted in layers not exceeding 150 mm loose depth and placed evenly on each side of the pipe. Ramps shall be shaped to achieve a minimum overfill of 75% of the pipe diameter, and shall be tapered back on the carriageway to provide a gradual approach, as directed by the Engineer.

If the Contractor wishes to construct culverts in-site, using inflatable or collapsible forms the Engineer’s approval shall first be sought for the proposed working method.

On completion the inside of the culvert shall be smooth, without displaced joints or other obstructions and true to line and level.

Work Method

The Contractor shall use Labour and appropriate Equipment to carry out this item work

Quality Control

o Before mixing, all materials such as water, cement, sand and ballast used for concrete production and the Contractor’s working method shall be approved by the Engineer.

o the compressive strengths of concrete will be tested using cube crushing method;

o In addition, the concrete quality shall be checked for cracks, honey combing, and other defects.

o Before the pipes are laid, the gradient of the concrete bedding shall be checked and shall not be less than 2%;

o The joints shall be checked to see that they have been properly made.

106

Page 108: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Measurement Unit: m

The measurement shall be in linear metres of the installed Type and size of culvert specified, measured net according to the Drawings.

Payment

The unit rate shall be the full compensation for labour, tools, materials, equipment and any other incidentals that may be required in carrying out the work.

08- 60- 017 Head Wall Repair - Masonry

This activity involves the repairs to damaged head walls and wing walls built in masonry.

Where directed by the Engineer, the masonry walls shall be inspected and loose or missing stone re-secured or replaced. Damaged pointing shall be repaired with cement mortar 1:4 and finished flush with the stonework.

Work Method

The Contractor shall use Labour to carry out this item of work

Quality Control

The stability of the walls and the pointing shall be to the satisfaction of the Engineer.

Measurement Unit: No

The measurement shall be the number of walls repaired as directed by the Engineer.

Payment

The unit rate shall be full compensation for labour, materials, tools, and incidental costs required to carry out the work.

08-60-018 Headwall Repair - Concrete

The activity involves the repairs to damaged concrete headwalls and wingwalls, and to inlet/outlet concrete aprons. Concrete walls shall be inspected and repair works carried out as instructed by the Engineer to include breaking out and replacement of damaged concrete with similar material, and the rendering of open texture areas with cement mortar 1:4. Broken wall sections shall be re-built in 20/20 (1:2:4) concrete within formwork erected on the correct lines and levels in accordance with the Standard Drawings. Areas of new concrete and mortar shall be protected from direct sunlight and kept moist for 3 days.

Quality Control

The work shall be carried out to the satisfaction of the Engineer.

Measurement Unit: No

The measurement shall be the number of walls/aprons repaired.

107

Page 109: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Payment

The unit shall be full compensation for labour, materials, tools, and incidental costs required to carry out the work.

08-60-019 Minor Drainage Structures – Masonry

Type I/ Type 2/ Type 3(a)/Type 3(b)/ Type 4

The Contractor shall construct inlet and outlet structures for culverts including headwalls, wingwalls in stone masonry or concrete block, and aprons in concrete to the dimensions and levels shown on the Drawings or as directed by the Engineer. The walls shall be built on foundations of class 15/20 concrete and jointed with cement mortar 1:4. The aprons shall be in Class 20/20 concrete and after laying the surface shall be kept moist for 3 days.

Work Method

The Contractor shall use Labour to carry out this item.

Quality Control

o The dimensions of the structures shall have a tolerance of + / - 10mm

o The levels shall have a tolerance of + / - 10mm

o The mortar joints shall be finished flush with the face of the walls.

Measurement Unit: m3

The measurement shall be the volume of the structures constructed, in whichever material, measured net according to the Drawings.

Payment

The unit rate shall be the full compensation for labour, tools, materials and any other incidentals that may be required in carrying out the work.

08-60-018 Minor Drainage Structures – Concrete

Type I/ Type 3(a)/ Type 3(b)/ Type 4)

The Contractor shall construct inlet and outlet structures for culverts in concrete to the dimensions and levels shown on the Drawings or as directed by the Engineer.

Concrete shall be Class 20/20 unless otherwise specified. The formwork for the walls shall be erected on the concrete foundations, to the correct dimensions, and shall be approved by the Engineer before concrete is poured. Concrete shall be poured in a single lift and the top surface shall be kept moist for 3 days. Formwork may be struck after 2 days or as directed by the Engineer.

The Contractor shall use a concrete vibrator or other means approved by the Engineer to ensure full compaction of the concrete.

108

Page 110: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Work Method

The Contractor shall use both Labour and appropriate Equipment to carry out this item.

Quality Control

o The dimensions of the structures shall have a maximum tolerance of + 20mm / - 10mm

o Before mixing, all materials such as water, cement, sand and ballast used for concrete production and the Contractor’s working method shall be approved by the Engineer.

o the compressive strengths of concrete will be tested using cube crushing method;

o The workability and mix of concrete shall be checked using the slump test and shall have a slump limit as directed by the Engineer.

o In addition the concrete shall be checked for cracks, honey combing and other defects at the time of striking the formwork.

Measurement Unit: m3

The measurement shall be the volume of concrete in the completed structure, measured net in accordance with the Drawings.

Payment

The unit rate shall be the full compensation for labour, tools, materials, formwork, equipment and other incidentals that may be required in carrying out the work.

08-70- 001: Stone Pitching

The Contractor shall lay stone pitching at locations shown on the Drawings or as directed by the Engineer, which shall include levelling the area to be covered with stone pitching, collecting and laying masonry stones, applying mortar to the joints and constructing weep holes, if required.

The area to be covered with stone pitching shall be trimmed to the level and slope shown on the Drawings or as directed by the Engineer. The prepared surface shall be firm and well compacted, with hand rammers.

The stones shall have minimum dimensions of 150mm and maximum 300mm and shall be set on the flat side and securely bedded, with the largest dimensions at right angles to the flow of water, in an interlocking pattern so as to leave only a minimum of voids between the stones which shall be filled with suitably shaped and tightly wedged spalls. The top of the pitching shall be finished flush with the adjacent material.

The stones shall be placed in full contact with the surface and bedded into cement mortar 1:4 with a minimum thickness of 100 mm. The mortar shall be worked into the pitching so

109

Page 111: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

that the voids between the stones are filled to the full depth of the pitching. The mortar shall be finished flush with the surface of the stones.

Weep holes shall be provided to stone pitching on slopes as directed by the Engineer.

The surface of the stone pitching shall be protected from direct sunshine and kept moist for 2 days.

Work Method

The Contractor use Labour to carry out this item.

Quality Control

• The quality of pitching shall be checked for gaps and voids.

• The dimensions of the area of stone pitching shall have a tolerance of + / - 100mm

Measurement Unit: m2

The measurement shall be the total area of pitching calculated as the net area, measured on the slope.

Payment

The unit rate shall be full compensation, for labour, tools, materials, and incidental costs required for carrying out the work.

08- 70- 002: Stone Pitching Repair

This activity involves the repair of stone pitching on slopes, in inlet/outlet aprons and access drifts. The stone pitching shall be inspected and repairs carried out as directed by the Engineer, including the replacement and re-bedding of missing or loose stones; the repair of mortar jointing: and the cleaning out of weepholes, as required. All work shall be to the lines and levels of the original construction with new stonework and mortar being flush with the adjacent materials.

Work Method

The Contractor shall use Labour to carry out this work

Quality Control

The work shall be carried out to the satisfaction of the Engineer.

Measurement Unit: m2

The measurement shall be the net surface area of the repairs.

Payment

110

Page 112: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The unit rate shall be full compensation, for labour, tools, materials, and incidental costs required to carry out the work.

08-70- 004: Gabions installation

The Contractor shall provide and install Gabions as retaining walls and anti-erosion structures at locations shown on the Drawings or as directed by the Engineer.

Gabions shall include mattresses and boxes and for purposes of construction, measurement and payment, no distinction shall be made between them.

Gabions shall be ‘Maccaferi” boxes or ‘Reno’ matresses or equivalent approved by the Engineer.

The surfaces on which the Gabions are to be laid prior to being filled with rock shall be levelled to the depths and dimensions shown on the Drawings or as directed by the Engineer.

Gabion boxes shall be tied together with 3 mm galvanised binding wire securing all edges at 150mm intervals.

Work Method

The Contractor shall use Labour to carry out this item.

Quality Control

The placing and tying of the Gabions shall be approved by the Engineer before filling commences.

Measurement Unit: No

The measurement shall be the number of Gabion boxes installed.

Payment

The unit rate shall be the full compensation for labour, materials, and any incidental item costs necessary to carry out the work.

08-70-005: Rockfill to Gabions

The Contractor shall provide selected rock, crushed if necessary, and carry out the packing and compacting of the rock inside the Gabion boxes.

The boxes shall be filled in layers from the sides towards the middle in an interlocking stone matrix to prevent deformation and bulging. The interior and top layers of the boxes shall be hand packed with smaller stone to form a tightly compact structure and rammed in place. Care shall be taken to ensure that each layer of boxes is filled evenly and to a level surface before the next course of boxes is placed.

Work method

111

Page 113: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The Contractor shall use Labour to carry out this activity.

Quality Control

The filling and compaction of the stones in the Gabion boxes shall be approved by the Engineer.

Measurement Unit m³

Rockfill to Gabions shall be the volume of Gabions filled.

Payment

The unit rate shall be the full compensation for labour, tools, materials and incidental costs required for carrying out the work.

08–70- 006 Scour Checks (Concrete)

08-70-007 Scour Checks (Masonry)

08-70-008 Scour Checks (Wooden Stakes)

The Contractor shall construct scour checks using either masonry stones, stakes, or concrete as instructed by the Engineer.

Construction of concrete scour checks shall be in class 20/20 concrete, unless otherwise specified, and to the details shown in the Drawings.

Spacing for scour checks shall be as shown in Table 8.1, or as directed by the Engineer.

Table 8.1: Scour checks spacing

Gradient of Drain

Scour Check Spacing

Gradient of Drain

Scour Check Spacing

4% or less

not required

8%

7.5m

5%

20m

9%

6m

6%

15m

10%

5m

7%

10m

>10%

4m

Work method

The Contractor shall use Labour to carry out this item.

Quality Control

The spacing of the scour checks shall have a tolerance of + / - 0.5m

112

Page 114: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The sizes of the stakes and stones used shall be in accordance with the Drawings

The shape of the scour check shall be checked using the scour check template.

Measurement Unit: No.

The measurement shall be the number of scour checks constructed.

Payment

The unit rate shall be full compensation, for labour, tools, materials and incidental costs required for carrying out the work.

08- 70 -009: Scour Check Repair - masonry

08- 70 - 010: Scour Check Repair - wooden

08- 70 -011: Scour Check Repair - concrete

This activity involves the repair of Scour Checks using stones or wooden stakes or concrete. The construction details shall be shown in the Drawings or as instructed by the Engineer.

Scour checks shall be inspected and the repairs carried out as directed by the Engineer, which shall include replacement of missing or broken stonework and stakes; and the repair of damaged concrete, to the original lines, levels, and Specifications.

Work Method

The Contractor shall use Labour to carry out this item work.

Quality Control

The sizes of the stakes and stones used shall be as the original construction.

The shape of the scour check shall be checked using the scour check template.

Measurement: No.

The unit rate of measurement shall be the number of scour checks repaired.

Payment

The unit rate shall be full compensation, for labour, tools, materials, and incidental costs required for carrying out the work including excavations etc

08-70-012 At-level Scour Checks

The Contractor shall select and place flat stones of minimum dimensions 0.10-0.15m in gently sloping channels. The stones shall be placed in a manner to ensure minimum voids within the structure. A trench 0.2m deep by 0.2m wide shall be excavated in the invert of the channel and extended 0.2m into the slopes. Stones shall be laid up to the level of the

113

Page 115: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

invert with the middle section lower than the sides to form a spill way. The spacing of the checks shall be 1-4 metres, as directed by the Engineer.

Work Method

The Contractor shall use Labour to carry out this item.

Quality Control

The construction and spacing of the scour checks shall be checked by the Engineer.

Measurement Unit: No

The measurement shall be the number of scour checks constructed.

Payment

The unit rate shall be full compensation for labour, tools, materials and incidental costs required to carry out the work.

Gully-head Protection

08-70-013(b) Stone Chute Stabilisation

08-70-014 Stone and Post Chute Stabilisation

The Contractor shall construct gully-head protection works as directed by the Engineer to the dimensions and details shown on the Drawings C27.

The dimensions of the stones shall not be less than 200mm and the volume not less than 0.01m3 for the smaller stones and pebbles to be used as the transition layer between the stone structure and the ground. No rounded stones shall be used. Posts shall be durable hardwood minimum 900mm in length and 15mm diameter.

The gully head shall be excavated as shown on the Drawings to form a firm base for the stone layers. The initial layer shall be the small stones and gravel to a depth of 150mm after which the larger stone shall be carefully placed to form a compact matrix. Posts shall be driven a minimum of 600mm into the ground at spacing as directed by the Engineer.

Work Method

The Contractor shall use Labour to carry out this item

Quality Control

The stone dimensions and construction shall be checked by the Engineer.

Measurement Unit: No

The measurement shall be number of units constructed

114

Page 116: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Payment

The unit rate shall be full compensation for labour, tools, materials and incidental costs required to carry out the work.

08-70-015 Check Dams

08-70-016 Stone and Post Dams

The Contractor shall construct check dams in erosion gullies to the dimensions and details shown on the Drawings No. C27 and as directed by the Engineer.

The dimensions of the stones in the main structure shall not be less than 200mm and the volume not less than 0.01 m3 for the stones and pebbles for the transition layer between the stone structure and the ground. No rounded stones shall be used.

Posts shall be durable treated hardwood of minimum diameter 0.10m, of minimum length 1.6m, driven at least 600mm into the ground. Stones shall be carefully hand-packed to provide a stable structure with a minimum of voids.

The spacing of the check dams shall be as shown in the table below:

Check Dam Spacing Gradient

Height of dam spill way (m) % 0.15 0.25 0.50 0.75 1.00 5 15.0 25.0 7 5.0 8.7 17.5 25 35

10 2.5 4.2 8.4 12.6 16.8 15 1.4 2.3 4.6 6.9 9.2 20 0.9 1.6 3.2 4.8 6.4 25 1.3 2.5 3.8 5.0 30 1.0 2.0 3.0 4.0 40 1.6 2.4 3.2 50 1.2 1.8 2.0

Work Method

The Contractor shall use Labour to carry out this item

Quality Control

The Engineer shall check the workmanship and spacing of the check dams.

Measurement Unit: No

The measurement shall be the number of check dams constructed

115

Page 117: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Payment

The unit rate shall be full compensation for labour, tools, materials and incidental costs required to carry out the work, including excavations, compaction etc

08- 80-001 Access Drifts (Masonry Stones)

08-80-002 Access Drifts (Concrete)

The Contractor shall construct Access drifts in grouted masonry stone and watercourse drifts in concrete at locations, and to the dimensions, shown on the Drawings or as directed by the Engineer. This shall include the provision of stone and the levelling of the areas to be covered.

The stone pitching for Access drifts shall comply with the requirement of 08–70-016 with the addition of masonry toes at each end of the drift as shown on the Drawings.

Concrete drifts shall be constructed in Class 20/20 concrete to the lines and dimensions shown on the Drawings or as directed by the Engineer.

The area to be covered shall be trimmed to the line and slope shown on the Drawings or as directed by the Engineer, and the prepared surface compacted with hand rammers or appropriate equipment. The concrete shall be poured in bays of half road width and of length 10-15 metres, between construction joints, with steel mesh reinforcement mats laid 50mm below the finished surface level. Contraction joints if required shall correspond with the construction joints where directed by the Engineer expansion joints shall be installed at positions and to the details given by the Engineer.

The grouted stone pitching and the concrete shall be covered with wet sacking or other approved cover for not less than 4 days after laying and shall not be subject to loading until adequate strength has been developed as instructed by the Engineer.

Work Method

The Contractor shall use Labour and appropriate Equipment to carry out this item.

Quality Control

i) Stone pitching quality shall be as for 08-70-016

ii) Concrete shall be checked by slump test to the standard as directed by the Engineer.

Measurement Unit m3

The measurement shall be the volume of stone pitching or concrete laid, measured net according to the Drawings.

Payment

116

Page 118: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The unit rate shall be full compensation for labour, tools, materials, equipment and incidental costs required for carrying out the work including excavations, compaction etc

08- 80- 004 Drift Maintenance – desilting

This activity involves the removal of debris, silt and any vegetation from drifts and causeways. The debris shall be deposited away from the drift in approved spoil dumps.

This activity shall be carried before the rains, or as directed by the Engineer.

Work Method

The Contractor shall use Labour to carry out this item of work

Quality Control

The work shall be carried out to the satisfaction of the Engineer.

Measurement Unit: m3

The measurement shall be the volume of debris or silt removed calculated as the product of length, width and measured depth of the affected section of drift.

Payment

The unit rate shall be full compensation for labour, tools, and incidental costs required to carry out the work.

08-80-005 Drift Repairs – Concrete

This activity involves the repair of concrete drifts, including the removal of loose or broken concrete, cutting back damaged areas to sound surfaces and repairing with concrete of similar Class to the original.

The drift shall be inspected and necessary repairs shall be instructed by the Engineer. Holes and voids shall be cleared of debris, loose material and dust, and shall be well watered before the new concrete is placed. The new concrete shall be firmly rammed against the existing surfaces and finished flush with the surrounding materials. The surface of the repair shall be protected from direct sunlight and kept moist for 3 days. Concrete shall be Class 20/20 unless otherwise directed by the Engineer.

Quality Control

The work shall be carried out to the satisfaction of the Engineer.

Measurement Unit: m3

The measurement shall be the volume of concrete used for the repair.

Payment:

117

Page 119: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The unit rate shall be the full compensation for labour, tools, materials and incidental costs required to carry out the work.

118

Page 120: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION 9: PASSAGE OF TRAFFIC

09-50- 004 Traffic Control

The Contractor shall provide warning signs, fences, barriers, detours, which shall be properly positioned in advance of the Works to ensure that traffic is well and safely accommodated for the duration of the Works.

Traffic signs and other traffic control facilities shall be kept in good condition and located in positions where they are visible to road users.

The contractor is directly responsible for the safety of the workers and road users. Whenever work is being carried out on or close to the carriageway, adequate measures have to be taken to warn and protect both road users and workers by ensuring that:

• The necessary temporary traffic signs and protection are provided and correctly located on site for the duration of the work;

• All equipment and vehicles are parked off the carriageway or behind protective barriers and signs, when not in use;

• No material is left in a dangerous location and that the road adjacent to the work site is kept clean and swept of any debris arising from the work;

• All excavations are protected for the benefit of all road users, equipment and workers;

• All operators are trained in the operation of their equipment;

• Operators and labourers are informed of the potential risks of and procedures for working with or close to machinery;

• Traffic control operations are carried out properly and that road users are not unnecessarily delayed;

• Where work on the carriageway or shoulder remains unfinished overnight, then proper warning lights re to be arranged and, if necessary protected;

• All sites are to be left tidy and cleared of debris when the work is completed.

Drawing No. C22 shows the type of signs to be availed for traffic control on site

Where a diversion has been provided: After the construction of diversion has been completed and before work starts, warning signs, barriers and cones must be placed around the work area. Signs must be placed in the following order:

o ¨Men Working¨ signs should be placed 200 metres in front of the work area.

o ¨Turn Left/Right¨ arrows should be placed 100 metres in front of the work area.

o Cones should be placed diagonally across the road to lead into the diversion.

119

Page 121: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

o ¨Keep Left/Right¨ arrows should be placed at the ends of the lines of cones.

o Barriers should be placed behind the lines of cones.

o ¨End of Restriction¨ signs should be placed beyond the ends of the diversion

o At night yellow lamps should also be used to mark the extent of the work at the

diversions.

Drawing No.C24 shows sign posting for diversions

Where no diversion has been provided and the works are supposed to be carried out on one side of the road at same time allowing traffic to pass on the other.

Before work starts, warning signs, barriers and cones must be placed around the work area in the following order:

o “Men Working” signs should be placed 200 metres in front of the work area,

o “Road Narrows” signs should be placed 100 metres in front of the work area,

o “Speed Limit” signs should be placed at the start of the work area,

o Barriers should be placed at each end of the work area

o Cones should be placed in a taper at the approaches to the work area and at a maximum spacing of 10 metres along the middle of the road next to the work area.

o “End of Restriction” signs should be placed 50 metres beyond the work area.

Drawing No.C-25 shows sign posting for diversions of traffic to one site of the road

Quality Control

The Engineer shall check regularly that traffic control measures are satisfactory.

Measurement and Payment

Measurement Unit: months as a percentage of the physical progress done monthly, upon the approval of the Engineer that satisfactory control measures are in place.

120

Page 122: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION 10: GRADING AND GRAVELLING

Scope:

Grading covers the work of the reinstating of the road carriageway to the correct camber by removing the high points and filling gullies, corrugations, and wheel ruts to restore a smooth running surface.

Gravelling consists of the excavation, loading, hauling, dumping and spreading of gravel wearing course material on the formation of the road carriageway. Gravel shall include lateritic gravel, quartzitic gravel, calcareous gravel, decomposed rock, soft stone coral rag, clayey sand and crushed rock.

The material may be obtained from quarries, borrow pits or excavation in cuttings as directed by the Engineer. Gravel material shall conform to the requirement given in Table 10.1

Table 10.1: Requirement for Gravel Wearing Course

GRADING REQUIREMENTS PLASTICITY INDEX REQUIREMENTS PI

Sieve (mm)

% by Weight Passing

Zone Min Max

40 100 WET: Mean annual rainfall > 500

5

20 28 95 - 100

20 85 - 100 DRY: Mean annual rainfall

10

30 14 65 - 100

10 55 - 100 5 35 - 92 BEARING STRENGTH REQUIREMENTS 2 23 - 77 Traffic

DCP

1 18 - 62 VPD CBR Equivalent 0.425 14 - 50 mm/Blow 0.075 10 - 40 >15 20 11

<15 15 14

For “Quarry Waste” gravel stones of maximum dimension 80mm may be permitted

CBR at 95 % MDD, Modified AASHTO and 4 days soaking

Lower quality material (CBR 15) may be accepted if no better material can be found

The Contractor shall be responsible for the acquisition of the quarry rights and shall conduct respective negotiations with landowners and affected communities. The Engineer shall approve quarries and the extent of their exploitation.

121

Page 123: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Alternative sources of gravel material whose quality can be shown to be in compliance with the specification requirements may be used, with the approval of the Engineer and at no extra cost to the Employer. The Contractor is deemed to have included in his rates for the provision of the gravel material.

10-50-001 Carriageway Grading – Heavy Grading

The Contractor shall scarify the existing carriageway surface, cutting high spots and moving materials to fill potholes, corrugations and wheel ruts and reshape the surface to the specified camber, using a Motor grader unless otherwise directed by the Engineer. All loose rocks, roots and grasses shall be removed and disposed of well clear of the drains.

Pegs 300 to 400mm long shall be placed at 20 m intervals to mark edge of the carriageway.

The material shall be bladed toward the centre of the road starting from both edges until the specified camber is achieved. Suitable material from the side drains may be used as additional material. Any further material needed to achieve the correct camber shall be from an approved source. Compaction shall be carried out using appropriate equipment approved by the Engineer, from the carriageway edges to the centerline in overlapping passes.

No grading shall be carried out in dry conditions. Where additional moisture is required to achieve compaction it shall be added in an even manner without transverse or longitudinal flow.

Work Method

The Contractor shall use Equipment to carry out this item.

Quality Control

• The width of the carriageway shall be checked at every 50m intervals and have a tolerance of + 50mm or 20mm.

• The camber shall be checked with a camber board at 25m intervals and shall have a tolerance of +/- 1%

Measurement Unit: m2

The measurement shall be the area of carriageway graded, measured net according to the specified width and measured length graded.

Payment

The unit rate shall be the full compensation for labour, tools, equipment and incidental costs required for carrying out the work.

10-50- 003: Carriageway Grading - Light Grading

The Contractor shall grade the carriageway to control roughness and corrugations using either a Towed or a Motor grader. The width of the carriageway shall be as specified for the Road Class.

122

Page 124: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Pegs 200 to 300mm long shall be placed at 20 m intervals to mark edge of the carriageway

The material shall be bladed toward the centre of the road, starting from both edges, to the specified camber. Where instructed by the Engineer, suitable materials from the side drains may be used to fill potholes and gullies in the carriageway. Any further material needed to re-form the camber shall be from an approved source. Compaction shall be achieved using the wheels of the equipment, tracked evenly over the full surface, or by other approved means. No grading shall be carried out in dry conditions.

Work Method

The Contractor shall use Equipment to carry out this item.

Quality Control

• The width of the carriageway shall be checked at every 50m intervals and have a tolerance of +50mm or -20mm

The camber shall be checked with a camber board at 25m intervals and shall have a tolerance of +/- 1%

Measurement Unit: m2

The measurement shall be the area of carriageway graded, measured net according to the specified width and measured length graded.

Payment

The unit rate shall be the full compensation for labour, tools, equipment and incidental costs required for carrying out the work.

10-60-001 Excavation, Free haul, Spreading and Compaction of Gravel - Labour/Equipment

i. Excavation: Gravel shall be excavated from quarries approved by the Engineer, and the Contractor shall inform the Engineer if the quality/availability of the gravel changes during the course of excavation.

Stones and boulders with one dimension greater than 80mm shall be removed from the excavated gravel and deposited outside the quarry at locations approved by the Engineer. Such stones and boulders may be reused in other parts of Works with the approval of the Engineer.

ii. Haulage: The Contractor shall load the excavated gravel, haul by appropriate equipment and off-load on the road as directed by the Engineer. Where the quantity delivered in any load falls short of the equipment capacity, off-loading shall only be permitted after the agreed spacing is adjusted accordingly.

No vehicle with a capacity of greater than 10 tonnes shall be permitted to off-load gravel directly on the prepared formation. Any greater loads shall be dumped in stockpiles off-road and transported to the formation areas by appropriate means.

123

Page 125: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Where loads supplied are found to contain material other than from the approved quarry and are of unacceptable quality, the Contractor shall remove them from site at the Contractor's expense.

iii. Control of Heaps along the Road: The spacing of the gravel heaps delivered by the trucks shall be such that the traffic flow is not unduly interrupted. The spacing for each heap shall be demarcated and enough material be placed to cover 60-80m half width pavement. Any greater loads shall be dumped in stockpiles off-road and transported to the formation areas by appropriate means.

iv. Where loads supplied are found to contain material other than from the approved quarry and are of unacceptable quality, the Contractor shall remove them from site at the Contractor's expense.

v. Unless otherwise instructed the moisture content of the material shall be within + 2% of optimum. Where additional moisture is required water, it shall be applied in an even manner and the rate of application shall be such that no transverse or longitudinal flows occur.

vi. Placing of Shutters (ref. standard drawings C-29): The contractor shall provide vertical shutters with the sufficient height to achieve compacted thickness instructed by the Engineer on either side of the material being compacted. The quantity of shutters supplied shall be sufficient for one day’s work. Care shall be taken when fixing the shutters to ensure that no bumps are built into the surface and that a smooth vertical and horizontal alignment is obtained. The shutters shall be firmly anchored and supported using steel pins to ensure they are not displaced laterally during the compaction; in addition they should be correctly placed to comply with specified dimensions, lines and levels of the road, subject to the approval of the Engineer’s Representative. The shutters shall be made using steel, timber or both.

The Contractor shall spread and compact gravel material, in a manner to ensure a uniform thickness of the layer across the full width of the carriageway and shaped to the specified camber. Spreading also includes the removal of any oversized stones or boulders, which cannot be broken down to the required size, to spoil dumps. Gravel shall be spread within 24 hours of off-loading. The compacted thickness of any layer laid and compacted shall not exceed 120mm. once the shutters are removed, the contractor shall and provide and compact soft material to support the vertical edges of gravel layer.

vii. Compaction: Compaction of the gravel material shall be carried out from the carriageway edges to the centerline by overlapping passes of the compaction equipment. Any corrections to ensure lateral and longitudinal level finish is achieved shall be done immediately. The number of passes shall be dependent upon the equipment used and the material being compacted to achieve dry density of at least 95% MDD (AASHTO T180). The density tests will be carried out at 100m intervals along the road on the compacted material. The Engineer may instruct the Contractor to test any section of the road at random to ascertain the compaction.

124

Page 126: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Work Method:

The Contractor shall use both Labour and appropriate Equipment as instructed by the Engineer to carry out this item.

Quality Control:

o The contractor will test the compaction of formation and seek the approval prior to dumping gravel.

o Oversize stones (more than 80mm) and boulders shall not be loaded for haulage to the road.

o Areas containing deleterious material shall not be excavated

o No haulage equipment shall be used until its capacity has been ascertained by the Engineer

o The quantity of material delivered in each load shall be checked before dumping is allowed

o The quality of gravel dumped on the road shall be according to the Specifications. Testing of dumped material on site might be required as per the Engineer’s instructions

o The distance between the stacks shall be checked to ensure the sufficient material is available to fill the gravel shutters to the top.

o The gravel surface width shall be checked at 100m intervals and shall have a tolerance of + / - 50mm

o The compacted gravel will tested at intervals of 100m along the road, all compacted sections must achieve dry density of at least 95% MDD (AASHTO T180)

o Trial holes shall be dug as directed by the Engineer to check the gravel thickness and shall have a tolerance of + 5mm / - 0mm

o The camber with a cross-fall of 8% (compacted) shall be checked at 50m intervals and the maximum tolerance shall be + / - 1 %

o The longitudinal profile shall be checked after the compaction of each load to ensure a smooth surface with no corrugations or depressions

Measurement Unit: m3

o The measurement shall be the volume of compacted gravel surfacing measured net according to the drawings and shall include the excavation and the cost of a 1.5km ‘free’ haul distance, measured from centre of volume of the source of material.

Payment

125

Page 127: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

o The unit rate shall be the full compensation for labour, tools, equipment and incidental costs required for carrying out the work.

10–60- 002 Haulage (Overhaul beyond 1.5km)

The Contractor shall load the excavated gravel, haul by appropriate equipment and off-load on the road as directed by the Engineer. Where the quantity delivered in any load falls short of the equipment capacity, off-loading shall only be permitted after the agreed spacing is adjusted accordingly.

No vehicle with a capacity of greater than 10 tonnes shall be permitted to off-load gravel directly on the prepared formation. Any greater loads shall be dumped in stockpiles off-road and transported to the formation areas by appropriate means.

Where loads supplied are found to contain material other than from the approved quarry and are of unacceptable quality, the Contractor shall remove them from site at the Contractor's expense.

Work Method:

The Contractor shall use both Labour and Equipment as instructed by the Engineer to carry out this Item.

Quality Control:

o No haulage equipment shall be used until its capacity has been ascertained by the Engineer

o The quality of gravel dumped on the road shall be according to the Specifications. Testing of dumped material on site might be required as per the Engineer’s instructions

o The distance between the stacks shall be checked to ensure the sufficient material is available to fill the gravel shutters to the top.

Measurement Unit: m3km (Overhaul)

The ‘overhaul’ shall be the distance, greater than 1.5km, to the centre point of the section where the gravel is being dumped and processed, measured along the shortest route as determined by the Engineer.

The measurement of overhaul shall be the product of the volume of the gravel compacted

and the distance to the centre point as indicated above.

Payment

The unit rate shall include full compensation for labour, tools, equipment, and incidental

costs necessary to carry out the work.

126

Page 128: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

10-80- 002 (a) Removal of Overburden - Labour

10-80- 002 (b) - Equipment

The Contractor shall remove overburden from quarries and borrow pits, which includes loading, hauling and stockpiling at approved locations. The thickness of the overburden layer to be removed shall be determined from trial pits dug on a 30 metre grid within the quarry area.

The overburden shall be deposited neatly for re-use to reinstate the quarry on completion of the Works, as directed by the Engineer.

Work Method:

The Contractor shall use Labour and appropriate Equipment to carry out this item

Quality Control

• The location and manner of stock piling of the overburden for the reinstatement of the quarry shall be to the approval of the Engineer.

Measurement Unit: m3

The measurement shall be the volume of overburden removed as calculated from the cleared area and the mean depth indicated from the trial pits.

Payment

The unit rate shall include full compensation for labour, tools materials and equipment, haulage, stockpiling and incidental costs required for carrying out the work

10-80-003 Restoration of Quarries and Borrow Pits

The Contractor shall level the ground, return the topsoil from the stockpiles, and uniformly spread the material over the full excavation area.

Adequate drainage provisions shall be made to protect the excavation areas, and where necessary appropriate protection measures shall be taken to avoid erosion of the spread topsoil layer. Grass and trees shall be replanted as directed by the Engineer.

Work Method

The Contractor shall use Labour and/or Equipment to carry out this item as agreed by the Engineer.

Quality Control

The Engineer shall check that the required measures have been satisfactorily taken.

Measurement and Payment: Provisional Sum

127

Page 129: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Payment shall be made on a Dayworks basis for the labour and equipment as directed by the Engineer

128

Page 130: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION 12: NATURAL MATERIAL BASES

12-50-001 Hand Packed Stone Paving

The Contractor shall construct the hand packed building stones paving on the shaped and compacted road formation which has been approved by the Engineer.

Pegs shall be placed at 5 metre centres at the edge of the carriageway with the tops of the pegs at the desired finished road level.

A kerb of larger stones (300-400 mm) shall be placed in an edge trench so that the tops of the stones correspond to the finished road surface level. The trench shall be backfilled and compacted to secure the kerb stones in place. Stones shall not be lesser than 150mm, they shall be placed tightly together on the road formation between the kerbs with the greater dimension vertical, and the tops approximately at the finished surface level.

The gaps between the base stones shall then be filled with smaller stones and hammered into place. Angular chippings from the breaking of larger stones, and other smaller stones shall be wedged into the gaps to form a close matrix.

The surface shall then be blinded to finished road profile level with quarry dust (0-6mm), water will be sprinkled to ensure the fines have filled all the voids and compacted until no movement is observed as per drawings C21 or directed by the Engineer.

Work Method

The Contractor shall use Labour and Equipment to carry out this item

Quality Control

The contractor will seek approval of the compacting equipment

The passage of the compaction equipment shall show no movement within the paving. The finished surface shall be dense and firm.

Measurement Unit: m3

The measurement shall be the volume of paving in place measured net according to the Drawings.

Payment

The unit rate shall include full compensation for labour, tools, materials, equipment and incidental costs necessary to carry out the work

129

Page 131: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION 17: CONCRETE WORKS

17-80-001 to 006: Bridge’s Structural Concrete

Refer to chapter 17 of the Standard Specifications for Roads and Bridge Construction

17-70-003 Concrete Road Section

The Contractor shall construct the concrete road carriageway on the prepared, shaped and compacted road formation as approved by the Engineer.

Concrete shall be class 20/20 and may be batched by volume, but shall be mixed in a mechanical mixer. The mix shall be as shown below.

Concrete Class

Nominal Mix by Volume

Batch with 1 bag Cement

No. of boxes

Fine Coarse Yield (approx)

20/20

1:2:4 (20mm

max aggregate)

2

4

0.16m3

The water added shall be the minimum necessary to give sufficient workability for efficient consolidation of the concrete. For concrete placed by hand this shall be 23-27 litres per bag of cement. For mechanical mixing and compacting (poker vibrator) the water content shall be reduced to 20 litres per bag of cement.

The concrete shall be placed in formwork which is clean, smooth faced and secure from movement and leakage to the full depth of the carriageway (150mm) in clearly marked out bays. Steel reinforcing mesh mats (6mm) shall be laid at a depth 50mm below the finished surface as the concrete is being poured. Compaction of the concrete shall be by hand ramming or poker vibrator. The surface shall be tamped with a timber tamping bar to produce a uniform, transverse ridged surface.

Concrete pours shall normally be over half the carriageway width and in lengths between construction joints as directed by the Engineer, of 10-15 metres. Contraction joints if required shall correspond with the construction joints.

Where directed by the Engineer expansion joints shall be formed in positions and in accordance with the details provided by the Engineer.

The surface of the concrete shall be covered and kept moist for at least 4 days to allow adequate curing.

The Contractor shall make cubes for testing as directed by the Engineer.

All materials used for concrete production and the Contractor’s working method shall be approved by the Engineer before concreting is permitted.

Work Method

130

Page 132: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The Contractor shall use Labour and Equipment to carry out this item.

Quality Control

Slump test shall be to the standard specified by the Engineer in the range of 25-100mm. Cube strength shall be 27.5 N/mm2 at 28 days on an average of 4 cubes

Measurement Unit: m3

The measurement shall be the volume of concrete measured net according to the Drawings

Payment

The unit rate shall include full compensation for labour, tools, equipment, materials and incidental costs necessary to carry out the work.

131

Page 133: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION 20: ROAD FURNITURE

Scope:

This section comprises those items of Road Furniture to be erected and maintained as aids to road safety, including traffic signs and guardrails.

20-50- 001 Traffic Sign Maintenance

This activity involves all the tasks required to ensure that the road signs and signposts are in a clean, properly aligned, vertical and secure condition; the replacement of missing or broken bolts, nuts or other fixings and the tightening of the same. The maintenance shall also extend to securing any loose posts by the re-compacting or removal of any unsuitable material surrounding the posts, importing and compacting of suitable material to render the post secure.

Work Method

The Contractor shall use Labour to carry out this item.

Quality Control

• The signs shall be clean and in vertical position

• The fixings shall be hand checked to be tight

Measurement Unit: No.

The measurement shall be number of signs maintained.

Payment

The unit rate shall be the full compensation for labour, tools, material and incidental costs required to carry out the work.

20- 50- 004: Marker Posts Replacement

This activity involves the replacement of kilometre stones and culvert marker posts

The Engineer shall determine the location of the marker stones and posts. They shall be set in a simple excavation and backfilled with soil. The depth of the excavation shall be determined on the site, depending on the size and shape of the marker stone or post.

Work Method

The Contractor shall use Labour to carry out this item.

Quality Control

• The posts shall be vertical and firmly bedded to the approval of the Engineer

Measurement Unit: No

132

Page 134: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The measurement shall be in number of marker posts.

Payment

The unit rate shall be the full compensation for labour, tools, posts, materials and incidental costs required to carry out the work.

20-50-005 Traffic Signs

The Contractor shall erect traffic signs of the type and at locations as directed by the Engineer. The signs materials and quality are shown on the Drawings. The signs shall be bedded in concrete Class 15/20 and shall be supported vertically until the concrete is set.

Work Method.

The Contractor shall use Labour to carry out this item

Quality Control.

The Engineer shall check the sign position before concrete is backfilled.

Measurement Unit: No

The measurement shall be the number of signs erected.

Payment

The unit rate shall be the full compensation for labour, tools, materials and incidental costs required for carrying out the work.

20-50- 008: Guardrail Repair

This activity involves the repair of Guardrails (including rails, posts and fixings) to a properly aligned, vertical and secure condition. The repair shall include securing any loose posts by re-compaction or removal of any unsuitable material surrounding the post, importing and compaction of suitable materials to render the posts secure, and the re-fixing of the rails.

Work Method

The Contractor shall use Labour to carry out this item.

Quality Control

• The guardrails shall be checked as being properly aligned secure and in a vertical position

• The fixings shall be hand checked to be firmly fixed

133

Page 135: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Measurement Unit: m

The measurement shall be the length of Guardrail repaired

Payment

The unit rate shall be the full compensation for labour, material, tools, and incidental costs required to carry out the work.

20-50-010. Installation of Guard Rails

The Contractor shall erect guardrails at locations shown on the Drawings or as directed by the Engineer. The guardrails shall comply with the requirements of the Road Authority and shall be erected on timber posts of top diameter not less than 150mm.

Posts shall be drilled and shaped as shown on the Drawings and provided with the necessary bolts, nuts, washers and spacer blocks.

Holes excavated for the timber posts shall be spaced to suit the standard length of guardrail supplied, and shall be of sufficient size to permit the proper setting of the posts and to allow room for backfilling and compacting. At least 1 metre of a post shall be embedded in the ground. The backfilling shall be with 12:1 soil cement mixture, or as otherwise directed by the Engineer, after the erected rails have been approved by the Engineer.

Work Method

The Contractor shall use Labour to carry out this item.

Quality Control.

The Engineer shall check the post and rail erection before final backfilling.

Measurement Unit: m

The measurement shall be the length of Guardrail erected.

Payment

The unit rate shall be the full compensation for labour, tools, materials and incidental costs required for carrying out the work.

134

Page 136: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION 22: DAYWORKS

A Provisional Sum shall be included in the Bills of Quantities to cover the payment of equipment, labour and materials for work instructed by the Engineer on a Dayworks basis.

The Contractor shall include prices for all items in the Schedule of Rates, in the Dayworks Bill, and shall carry out work using these rates only if directed by the Engineer.

Measurement and Payment

a. Equipment:

Payment for equipment shall only be made for the time each item of equipment is working. Idle time due to breakdown or incompleteness of the equipment shall not be paid. The rate of equipment shall include for the cost of the following:-

i. Transport of the equipment to the site

ii. Operators , drivers and assistants including their overtime

iii. Fuels and lubricants

iv. Maintenance, spare parts and all costs of repairs

v. Depreciation, insurance, overheads and profits.

b. Labour

Payment shall only be made for the time each of worker working on the Dayworks as instructed by the Engineer. The rate for labour shall include the cost of,

i. All wages, allowances and other payments due to the worker

ii. Provision of small tools used on Dayworks activities by labourers and tradesmen.

iii. Insurance, overheads and profit.

c. Materials

Payment shall only be made for materials instructed by the Engineer for use in Dayworks activities. The rate for materials shall include for the cost of provision of the material, transport to site, storage, handling, overheads and profits.

d. Schedule of Dayworks

The Engineer shall compile a Schedule of the Equipment, Labour and Materials which may apply to Dayworks activities, to be included in the Dayworks Bill.

135

Page 137: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION 25: CROSS CUTTING ISSUES

Scope

Crosscutting issues are those that are too complex to be solved by a single action from just one of the many partners who are involved in a roadwork project or programme. In most cases the Engineer will require the assistance and cooperation of the local communities, local NGOs and other government departments who are dealing with such issues. The following have been identified as cross cutting issues in the programme:

o HIV / AIDS Awareness & Prevention Campaign

o Soil Erosion mitigation measures

o Safety and Health Measures on Site

o Gender Equality

o Labour Standards

25-50-001 HIV / AIDS Awareness & Prevention Campaigns

Scope:

This section sets out the Contractors obligations with regard to on-site HIV / AIDS

awareness campaign and preventive measures that are to be instituted.

25-50-001(a) HIV / AIDS Awareness Campaign

The Contractor shall institute an HIV / AIDS awareness campaign amongst his workers for

the duration of the Contract.

The Contractor shall display AIDS awareness posters in all buildings frequented by workers

employed on the Contract, where such buildings fall under the control of the Contractor.

In addition at least two of the Contractors vehicles regularly used on site shall display HIV /

AIDS awareness posters. The posters shall be printed on gloss paper and shall be at least

A1 size on buildings and A3 size or other approved size on vehicles. The message on the

posters shall be supplied by the Employer through the Engineer.

Aids awareness shall also be included in the orientation process of all workers employed on

the Contract.

According to ILO and Government of Kenya, the contractor shall not allow discrimination

against persons infected or affected by HIV/AIDS and screening is not a requirement for job

applications.

136

Page 138: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Measurement Unit: month

The measurement shall be the month expressed as a percentage of the physical progress

done or part thereof, measured over the duration of the campaign.

Payment:

The rate shall include full compensation for equipment; labour and material required for the

provision of the item.

25-50-001(b) AIDS Prevention Campaign

The subcontractor jointly with main contractor shall institute an HIV / AIDS prevention campaign amongst the workers for the duration of the Contract.

As part of the campaign the subcontractor will be required to make condoms available to the workers. The subcontractor will be expected to contract some health professionals and NGOs who have the capacity to carry out adequate prevention campaigns and provide counselling services.

Measurement and Payment-Sub contractor

Measurement Unit: month

The measurement shall be the month, measured over the duration of the campaign. Physical evidence in form of photos, minutes of the meetings, video shows to be attached as measurement sheets.

.

Measurement and Payment-Main contractor

The Engineer shall include a Prime Cost Sum for this item to be availed to the Engineer as instructed. The Contractor will be paid on a prime cost basis plus a percentage for overheads and profits

25-50-002 Environmental Mitigation measures

In order to minimise the negative effects on the environment during construction phase, the following issues and the corresponding mitigation measures have been recommended:

25-50-002-1 Borrow pits and Quarries

Possible sources of materials will be identified and the sites investigated for material extraction. Materials sites (borrow bit areas) if not reinstated and rehabilitated after project

137

Page 139: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

completion, cause landscape scarring, dangers of overhanging cliffs and falling rocks which creates environmental, health and safety hazards, stagnant water pits where children and animals drown.

Land will be acquired for obtaining construction materials i.e. borrow pits and quarries.

Mitigation Measures

The Contractor is required to do the following:

1. Ensure that appropriate authorisation to use the proposed borrows pits has been obtained before commencing activities by seeking approval from the National Environmental Management Authority before use of any active quarry site;

2. Carry out inspection of each of the site’s soil stability before excavation;

3. All borrow pits sites shall be clearly indicated on a plan and approved by the Regional Manager;

4. Borrow pits and quarries shall be located more than 20 meters from watercourses in a position that will facilitate the prevention of stormwater runoff from the site from entering the watercourse;

5. The Contractor shall give 14 days’ notice to nearby communities of his intention to begin excavation in the borrow pits or quarries;

6. Prepare health and safety plan before any work on the quarries is commenced;

7. Cordon off the quarry and borrow areas to keep livestock and children off;

8. Maintain fences and “make good” of the sites afterwards.

9. The Contractor shall prepare and implement borrow pit plans and borrow pit rehabilitation plans, which would minimise the risk of erosion.

10. Topsoil shall be stripped prior to removal of borrow and stockpiled on site. This soil shall be replaced on the disturbed once the operation of the borrow site or quarry is complete;

11. The use of borrow pits or quarries for material spoil sites may be approved by the Regional manager (and/or with the appropriate consent of the “landowner”). Where this occurs, the materials spoiled in the borrow pit shall be profiled to fit into the surrounding landscape and covered with topsoil;

12. Decommission the borrow pits and quarries upon completion of the Contract and reinstate the land to its natural condition by grading excavations and planting suitable saplings.

Measurement and Payments

Restoration of Quarries and Borrow Pits will be paid under item No. 10-80-003, No

138

Page 140: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

separate payment shall be made for the other items. The Contractor shall include the costs in the rates for other measured items.

25-50-002-2 Air pollution

During construction there is going to be dust generated in these areas. Other possible sources of air pollution will arise from exhaust and engine emissions and construction machinery.

Air emissions including dust, is regarded as a nuisance when it reduces visibility, soils private property, is aesthetically displeasing or affects palatability of grazing. Dust generated by construction related activities must be minimised.

Mitigation Measures

a) Workers shall be trained on management of air pollution from vehicles and machinery. All construction machinery shall be maintained and serviced in accordance with the contractor’s specifications;

b) Workers shall be trained on dust minimisation techniques;

c) The removal of vegetation shall be avoided until such time as clearance is required and exposed surfaces shall be re-vegetated or stabilised as soon as practically possible;

d) Do not carry out dust generating activities (excavation, handling and transport of soils) during times of strong winds. The Regional manager shall suspend earthworks operations wherever visible dust is affecting properties adjoining the road;

e) Water sprays shall be used on all earthworks areas within 200 metres of human settlement. Water shall be applied whenever dust emissions (from vehicle movements or wind) are visible at the site in the opinion of the Regional manager;

f) Vehicles delivering soil materials shall be covered to reduce spills and windblown dust;

g) Vehicle speeds shall be limited to minimise the generation of dust on site and on diversion and access roads;

h) Any complaints received by the Contractor regarding dust will be recorded and communicated to the Regional manager;

i) Plants and all construction works should be undertaken strictly during business hours;

j) NEMA and the Ministry of Transport has published regulatory measures related to vehicle air pollution. It is anticipated that these measures will be adhered to and the law enforcers will take control;

k) Project-specific design improvements to limit motor vehicle air pollution impacts include:

139

Page 141: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

i) The carriage way provides sufficient capacity to avoid traffic congestion, with projected increases in traffic flow;

ii) Avoiding steep grades and sharp curves which would promote deceleration, acceleration and shifting wherever possible;

iii) Planting tall, leafy, and dense vegetation along the road to filter pollutants.

Measurement and Payments

No separate payment shall be made for this item. The Contractor shall include the costs in the rates for other measured items.

25-50-002-3 Noise pollution

Road constructions generally require the use of machinery, and although these activities may be intermittent and localized, they nevertheless contribute tremendous amounts of sustained noise during equipment operation. These can degrade the human welfare and by disrupting noise sensitive areas like schools and hospitals.

Mitigation Measures

1. The Contractor shall keep noise level within acceptable limits and construction activities shall, where possible, be confined to normal working hours in the residential areas;

2. Schools, hospitals and other noise sensitive areas shall be notified by the Contractor at least 5 days before construction is due to commence in their vicinity. Any excessively noisy activity shall be conducted outside of school hours, where approved by the Regional manager;

3. Construction workers will be required to wear ear muffs in areas exposed to excessive noise levels;

4. Equipment should be maintained regularly to reduce noise resulting from friction;

5. No unnecessary hooting by project and resident vehicles;

6. Any complaints received by the Contractor regarding noise will be recorded and communicated to the Regional manager.

Measurement and Payments

No separate payment shall be made for this item. The Contractor shall include the costs in the rates for other measured items.

140

Page 142: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

25-50-002-4 Vegetation Loss

The proposed project roads will follow the old roads alignment during construction, only vegetation which, has encroached into the road reserve will be cleared to give way for the proposed road.

Mitigation Measures

1. Except to the extent necessary for establishing the construction site and carrying out the construction works, vegetation shall not be removed, damaged or disturbed nor should any unauthorised planting of vegetation take place;

2. The clearance of the site for construction purposes shall be kept to a minimum.

3. Areas to be cleared should be agreed and demarcated before the start of the clearing operations;

4. Clearing and removal of vegetation, especially at borrow sites must be carried out in such a way that damage to adjacent areas is prevented or minimised;

5. All vegetation encroaching into the road reserve must be cleared to give room for visibility;

6. Areas with dense indigenous vegetation are not to be disturbed unless required for construction purposes.

Measurement and Payments

No separate payment shall be made for this item. The Contractor shall include the costs in the rates for other measured items

25-50-002- 5 Impacts on soils and drainage

a. Storm water and Soil Erosion

It is expected on a properly improved road, there should be no problems of erosion or sedimentation because side drains, mitre drains, culverts and drifts are installed to effectively drain away any water.

Soil erosion is attributed to:

1. Run-off from unprotected steep slopes in the hilly areas;

2. Run-off from blockage of culverts or lack of drainage facilities;

3. Lack of scour checks on the side drains;

4. Poor drains in feeder roads.

141

Page 143: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Construction activities such as excavation and hauling of material from borrow pits and cuts for construction of embankments may also result in soil erosion.

Environmental protection measures on road works has two main benefits:

o It protects the road, thereby cutting maintenance costs, and

o It prevents off-road damage.

In terms of roadwork implementation, the contractor is responsible for ensuring that the protection measures as stipulated in the contract are carried out and that the required quality of work is provided.

Particular care is required where slopes have to be cut, fills made and drainage systems constructed. It is the contractor’s obligation to protect slopes from erosion and to ensure that drainage outlets do not cause erosion

Mitigation Measures

1. Earthworks should be controlled so that land that is not required for the road works is not disturbed;

2. Wherever possible, earthworks should be carried out during the dry season to prevent soil from being washed away by the rain;

3. Excavated materials and excess earth should be kept at appropriate sites approved by the Supervising Engineer;

4. The earth dumping sites should be designed in such a manner as to facilitate natural water discharge;

5. The contractor should adhere to specified cut and fill gradients and planting embankments with shrubs and grass to reduce erosion and take care of stability problems of road embankments. Areas cleared for improving sight distance should be planted with grass to reduce erosion

6. The Contractor shall protect areas susceptible to erosion by installing necessary temporary and permanent drainage works as soon as possible and by taking measures to prevent the surface water from being concentrated in drainage channels or streams and from scouring slopes, use of check dams, soak pits and gabions;

7. Areas affected by construction related activities and/or susceptible to erosion must be monitored regularly for evidence of erosion.

8. On any areas where the risk of erosion is evident, special measures may be necessary to stabilise the areas and prevent erosion. These may include, but not be limited to:

142

Page 144: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

i. Confining construction activities;

ii. Using cut off drains;

iii. Using mechanical cover or packing structures such as geofabric to stabilise steep slopes or hessian, gabions and mattress and retaining walls;

iv. Mulch or chip cover;

v. Constructing anti-erosion berms;

vi. Where erosion does occur on any completed work/working areas, the Contractor shall reinstate such areas and areas damaged by the erosion at his own cost and to the satisfaction of the Regional manager

b. Drainage

Bridges (Reinforced Concrete, Composite) and pipe culverts are the only drainage structures existing on the project road.

The project design has catered for the following to mitigate against drainage problems:

1. Cross drains will be used to replace some broken or damaged cross pipe culverts that by visual inspection appeared to overtop during floods.

2. Depending on the structural integrity some bridges/box culverts may be retained but extended.

Mitigation Measures

1. Where new culverts are to be installed, consultation with people settled there will be required to avoid possible conflicts that may arise due to channelling of water;

2. The Contractor shall ensure that provision is made to facilitate continuity of base water flow at all times during construction of these features across streams, rivers, lagoons and flood plains;

3. Reduction of baseline water quality through construction actions / activities shall be prevented (for example coffer dams, silt traps);

4. The Contractor shall not divert a dam or modify any watercourse without the approval of the Regional manager and relevant authorities as required by the law.

Measurement and Payments

The Engineer will instruct the permanent works related to this clause such as soil erosion measures and pay under the relevant bill items. No separate payment shall be made for the other items as the Contractor shall include their costs in the rates for other measured items

143

Page 145: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

25-50-002-6 Impacts on water resources

a. Reduced water supply to local community

While the water sources within the project area are sufficient for the construction works, livestock and community domestic use, the concern is the water quality due to abstraction by the project works and its associated waste water management.

Mitigation Measures

1. The contractor should consult the community on partitioning of access to this resource for construction purposes;

2. The Contractor must adhere to water quality regulations described in Legal Notice No. 120 of the Kenya Gazette Supplement No. 68 of September 2006.

3. Abstractions shall be approved by the Water Resources Management Authority.

b. Water contamination

This impact will only apply where the contractor will supplement labour based methods with substantial machinery for construction and where the contractor is to set up camp. Construction equipment generates large amounts of waste oil and its proper handling is critical. Haphazard storage and leakage can result in the contamination of soils, surface and ground waters.

Pollution of water resources by oil-based pollutants from lorries and construction machinery during construction works could cause health problems for the population. Moreover it is a common practice for vehicles to be washed along the rivers and streams.

Mitigation Measures

1. The contractor should construct machinery and vehicle maintenance areas as well as sealed areas for the storage of pollutants so as to avoid any accidental discharge that would pollute water resources

2. Measures should be taken to ensure proper storage of fuel, oil and bitumen. Oil-water interceptors or sumps should be constructed to capture discharge of oils, fats and other polluting liquids from maintenance workshops, vehicle and equipment washing bays.

3. A safety and emergency response plan will need to be developed for all operations with emphasis on the protection of the environment prior to start up.

c. Water Sources and Springs

Riparian areas and other water sources along the rivers and streams along the road may be contaminated during construction of the roads.

Mitigation measures

144

Page 146: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

1. Rehabilitation of the existing water points, use of soak pits, stone pitching and check dams as velocity and siltation reducing measures of this water sources and springs

2. No construction materials shall be stockpiled within areas that are at risk of flooding;

3. The Contractor shall ensure that all construction activities at the seasonal river crossings are commenced and completed during the dry seasons (as far as possible);

4. All temporary and permanent fill used adjacent to, or within, the perennial river bed shall be of clean and or larger particles. Silts and clays shall not be permitted in the fill;

5. Plastic sheeting, sandbags or geofabric approved by the RE shall be used to prevent the migration of fines through the edges of the fill into the river;

6. The Contractor shall not modify the banks or bed of a watercourse other than necessary to complete the specified works. If such unapproved modification occurs, the Contractor shall restore the affected areas to their original profile;

7. The Contractor shall preserve all riparian vegetation;

8. The Contractor shall not pollute the watercourse or sources through any construction activities.

Measurement and Payments

No separate payment shall be made for this item. The Contractor shall include the costs in the rates for other measured items

25-50-002-7 Contractor’s camp site

The construction contractor will need to establish camps including site offices, workshops, stores, vehicle parking.

Mitigation Measures

The mitigation measures have been divided according to the different components of the contractor’s camp.

General

1. The site for the Contractor’s Camp shall be determined in collaboration with the RE taking into consideration the following:

i. The security situation in the area.

145

Page 147: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

ii. The local administration shall be involved in the site location to avoid destruction of any cultural sites or any other conflict;

iii. The Contractor’s Camp layout shall take into account availability of access for deliveries and services and any future works;

iv. The Contractor’s Camp should also be of sufficient size to accommodate the needs of all sub-contractors that may work on the project.

v. Decommission the camps and reinstate the land to its natural condition by filling excavations and planting suitable saplings.

Sanitation

1. The Contractor shall comply with all laws and any by-laws relating to public health and sanitation;

Workshops

1. Where practical, all maintenance of equipment and vehicles on site shall be performed in the workshop.

2. If it is necessary to do maintenance on site, but outside of the workshop area, the Contractor shall obtain the approval of the Regional manager prior to commencing activities;

3. The Contractor shall ensure that there is no contamination of the soil, vegetation or surface water in his workshop and other plant or emergency maintenance facilities.

4. The workshop shall be kept tidy at all times and shall have the following as a minimum:

i. A smooth impermeable floor either constructed of concrete or suitable plastic covered with sufficient gravel to protect the plastic from damage;

ii. the floor shall be bounded and sloped towards an oil trap or sump to contain any spillages of substances (e.g. oil);

iii. Drip trays shall be used to collect the waste oil and lubricants during servicing and shall also be provided in construction areas for stationary plant (such as compressors);

iv. The drip trays shall be inspected and emptied daily;

v. Drip trays shall be closely monitored during wet weather to ensure that they do not overflow.

General Materials Handling and Storage

1. All materials shall be stored within the Contractor’s camp unless otherwise approved by the Regional manager;

146

Page 148: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

2. All imported fill, soil and/or sand materials shall be free of weeds, litter and contaminants. Sources of imported materials shall be listed and approved by the Regional manager

3. The Contractor shall ensure that delivery drivers are informed of all procedures and restrictions (including ‘No go’ areas) required;

4. Any electrical or petrol driven pumps shall be equipped and positioned so as not to cause any danger of ignition of the stored product;

5. Collection containers (e.g. drip trays) shall be placed under all dispensing mechanisms for hydrocarbons or hazardous liquid substances to ensure contamination from any leaks is reduced;

6. Regular checks shall be conducted by the Contractor on the dispensing mechanisms for all above ground storage tanks to ensure faulty equipment is identified and replaced in timely manner;

7. Only empty and externally clean tanks may be stored on bare ground. All empty and externally dirty tanks shall be sealed and stored on an area where the ground has been protected.

Measurement and Payments

No separate payment shall be made for this item. The Contractor shall include the costs in the rates for other measured items

25-50-002-8 Solid Waste

Construction will result in the creation of various solid wastes, principally surplus earth (spoil) and rock (soil debris), office wastes including.

Mitigation Measures

1. The contractor should develop a waste management plan;

2. All personnel shall be instructed to dispose of all waste in a proper manner;

3. At all places of work the contractor shall provide litter collection facilities;

4. The final disposal of the site waste shall be done at the location that shall be approved by the Regional manager, after consultation with local administration and local leaders;

5. The provision of sufficient bins (preferably vermin and weatherproof) at the camp and work sites to store the solid waste produced on a daily basis;

6. Wherever possible, materials used or generated by construction shall be recycled;

147

Page 149: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

7. Provision for responsible management of any hazardous waste generated during the construction works;

8. Dispose of surplus material ("spoil") only at designated sites and by approved methods.

9. The spoil area should preferably be located on land already cleared wherever possible. Communities shall be involved in the site location to avoid destruction of any ritual site or any other conflict;

10. The development and rehabilitation of spoil areas.

Measurement and Payments

No separate payment shall be made for this item. The Contractor shall include the costs in the rates for other measured items

25-50-002-9 Liquid wastes

a. Wastewater and Contaminated Water Management

During the construction phase, various liquid wastes including grey and black water (respectively washing water and sewage), concrete washings, runoff from camp and workshop areas, and various liquid waste streams from washing construction vehicle and equipment washing will be generated.

Mitigation Measures

1. No grey water runoff or uncontrolled discharges from the site/working areas

2. Water containing such pollutants as cements, concrete, lime, chemicals and fuels shall be discharged into a conservancy tank for removal from site.

3. The Contractor shall also prevent runoff loaded with sediment and other suspended materials from the site/working areas

4. Potential pollutants of any kind and in any form shall be kept, stored and used in such a manner that any escape can be contained and the water table not endangered;

5. Wash areas shall be placed and constructed in such a manner so as to ensure that the surrounding areas (including groundwater) are not polluted;

6. The Contractor shall notify the Regional manager of any pollution incidents on site.

b. Fuels, Oils, Hazardous Substances and other Liquid Pollutants

148

Page 150: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

The construction phase will involve the use of stationary and mobile plant and equipment requiring refuelling and the construction of permanent and temporary fuel storage facilities.

Mitigation Measures

1. Hazardous materials shall not be stored within 2 kilometres of the top water level of public water supply reservoirs;

2. Hazardous materials shall be stored above flood level and at least 20 metres from any watercourse;

3. Areas for the storage of fuel and other flammable materials shall comply with standard fire safety regulations;

4. Chemicals and fuel shall be stored in storage tanks within a secure compound.

5. Storage areas or secondary containment shall be constructed of waterproof reinforced concrete or approved equivalent

6. The minimum volume for secondary containment shall be 110% of the capacity of the largest tank system, plus 10% of the total capacity of all other separate tanks and containers within the bund wall with closed valves for controlled draining during rains;

7. Tank equipment such as dispensing hoses, valves, meters, pumps, and gauges shall be located within the containment or provided with own containment;

8. Fence of the tank compound with locks or other adequate security controls at the site;

9. Locks on unattended dispensing hoses;

10. Appropriate training for the handling and use of fuels and hazardous material

11. Extreme care will be taken when transferring chemicals and fuels from storage vessels to equipment and machinery on an impervious sealed area which is kerbed and graded to prevent run-off

12. All chemicals stored within the bunded areas shall be clearly labelled detailing the nature and quantity of chemicals within individual containers;

13. Any chemical or fuel spills shall be cleaned up immediately. The spilt liquid and clean-up material shall be removed, treated and transported to an appropriate site licensed for its disposal;

14. Stormwater shall be diverted away from the fuel handling and storage areas. An oil water interceptor shall be provided to treat any rainwater from fuel storage and handling areas.

c. Concrete Batching (Where applicable)

149

Page 151: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

This is principally a labour based gravel surfaced works and concreting works may be required, e.g. for drainage structures

Mitigation Measures

1. Concrete batching plant shall be located more than 20 m from the nearest stream/river channel;

2. Topsoil shall be removed from the batching plant site and stockpiled;

3. Concrete shall not be mixed directly on the ground;

4. The concrete batching works shall be kept neat and clean at all times;

5. Contaminated stormwater and wastewater runoff from the batching area and aggregate stockpiles shall not be permitted to enter streams but shall be led to a pit where the water can soak away;

6. Unused cement bags are to be stored so as not to be effected by rain or runoff events;

7. Used bags shall be stored and disposed of in a manner which prevents pollution of the surrounding environment (e.g. via wind blown dust);

8. Concrete transportation shall not result in spillage;

9. Cleaning of equipment and flushing of mixers shall not result in pollution of the surrounding environment;

10. Suitable screening and containment shall be in place to prevent wind blown contamination associated with any bulk cement silos, loading and batching;

11. Waste concrete and cement sludge shall be scraped off the site of the batching plant and removed to an approved disposal site;

12. All visible remains of excess concrete shall be physically removed on completion of the plaster or concrete and disposed at an approved disposal site. Washing the remains into the ground is not acceptable;

13. All excess aggregate and sand shall be removed

Measurement and Payments

No separate payment shall be made for this item. The Contractor shall include the costs in the rates for other measured items

25-50-002-10 Disruption of Access to Property

The road construction may lead to disruption of access to property.

150

Page 152: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Mitigation Measures

Disruption of access to property must be kept to a minimum at all times. Where such disruption is unavoidable, the Contractor shall advise the affected parties and the Regional Manager at least seven working days in advance of such disruption.

25-50-002-11 Relocation of public utilities

Road construction could lead to disruption of existing utilities. This includes water pipes and electricity lines. However, this will be temporary as the contractor will relocate the services to the edge of the road reserve. These interruptions will be of a short time but may lead to disturbances and inconveniences.

Mitigation Measures

1. Notice should be given to the utility users prior to any interruption in supply;

2. Liaise with relevant parties which include water service institutions and KPLC.

25-50-002-12 Delays in transportation

During construction phase, the road traffic will be controlled and in some cases complete road closure will be necessary. This will entail disruption to traffic flows resulting in delay to transport of people and goods.

Mitigation Measures

1. To avoid delays to road users, the contractor will be required to plan itineraries for site traffic on a daily basis. Traffic management and control is mandatory throughout the project;

2. Temporary road signs that are visible both during the day and at night indicating road works and restrictions will be required, as detailed in section 9 of the specifications;

3. The contractor should also set aside footpaths, cycle lanes and parking bays for heavy goods vehicles and public transport vehicles;

4. Areas where construction is taking place should have clearly marked speed reduction signage.

Measurement and Payments

Traffic Control will be paid under item 09-50- 004, No separate payment shall be made for the other items. The Contractor shall include the costs in the rates for other measured items.

151

Page 153: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

25-50-002-13 Disruption of Community

All construction activities may cause disturbance to the community around the area. Managing the welfare of a significant number of workers is inevitably a major challenge, and the co-existence of multiple contractor crews of workers from diverse ethnic and geographic backgrounds can be problematic.

Mitigation Measures

1. The Regional manager is to establish a formal grievance and redress mechanisms.

2. The Contractor will be required to minimise the risk of grievances with the local communities.

3. Where grievances occur, the Contractor will be required to assist in the process to investigate and resolve the grievance as effectively and quickly as reasonable;

4. The Contractors shall keep a ‘Complaints register’ on Site. The register shall contain:

i. All contact details of the person who made the complaint and information regarding the complaint itself;

ii. The investigations undertaken and response provided;

iii. Actions taken and by whom;

iv. Any follow-up actions taken.

5. Copies of complaints received are to be copied to the Regional manager, and where pertinent.

Measurement and Payments

No separate payment shall be made for this item. The Contractor shall include the costs in the rates for other measured items

25-50-002-14 Site Security

It is expected that the Contractor will make arrangements for security of its properties, equipment and worker’s

Mitigation Measures

1. The Supervising Engineer and Contractor in liaison with the security organs must create awareness to the security situation on the ground all the times;

2. Appropriate fencing, security gates, shelter and security guards are to be provided at the Construction

152

Page 154: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

3. The Contractor must ensure that good relations are maintained with local communities and their leaders to help reduce the risk of vandalism and theft;

4. Site staff that are found to be involved in incidences of theft or pose other security risks to the local community are to be dismissed and reported to the authorities.

Measurement and Payments

No separate payment shall be made for this item. The Contractor shall include the costs in the rates for other measured items

25-50-002-15 Fire Incidences

Fire is an inherent risk in any construction which might lead to loss of property and sometimes loss of life.

Mitigation Measures

1. The Contractor shall ensure there is control of potential fire ignition points;

2. The Contractor shall ensure that there is basic fire-fighting equipment available on site;

3. Flammable materials should be stored in approved conditions

4. Smoking shall not be permitted in those areas where there is a fire hazard.

5. The Contractor shall ensure that all site personnel are aware of the fire risks and how to deal with any fires that occur.

Measurement and Payments

No separate payment shall be made for this item. The Contractor shall include the costs in the rates for other measured items

25-50-003 Health and Safety Measures on Site

The Contractor shall ensure that all possible means of protection are given to the labour force at all times. Such protection shall include provision of high visibility clothing or vests, goggles and masks for workers in potentially dangerous locations or dealing with potentially harmful materials.

The following Safety Measures should be adhered to:

153

Page 155: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

o First aid kits must be available on site, a qualified first aider should be on site during the working time and the Site Supervisor should also be conversant with first aid procedures. The Contractor shall maintain first aid kits with a minimum of the following items:-

Non Stick wound dressing Selection of plaster/band aids Crepe bandages Gauze and cotton wool Antiseptic solution (washing wounds) Antiseptic cream – Betadine, Burnol Pain killers Panadol, Disprin Anti diarrhoea – Immodium, Diadis, Charcoal Anti histamine – Piriton, Triludan Anti nausea – Stemetil Eye ointment Oral re-hydration sachets Surgical gloves

o Protective goggles for stone cutting, chiselling, grinding, and welding.

o Face masks when working in dust and smouldering waste.

o Helmets when working on sites where there is a danger of falling objects, e.g. in deep drains, digging pit latrines, work in quarries, etc.

o The Site Supervisor should also know where the nearest hospital / clinic is and where an ambulance or quick transport can be found.

o Special safety measures are required when deep trenches have to be dug, for example for culverts or structures. Depending on the material (natural soil slope) and the depth of the trench, strutting will be required to avoid collapsing trench sides. The construction of strutting has to be done carefully and requires an experienced builder.

o No alcoholic drinks or drugs during work.

Quality Control

No worker will be assigned works without protective clothing; a percentage of the payment will be deducted whenever the Engineer or his representative finds a worker without protective gear.

154

Page 156: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Payment

50% of the Lump Sum payment for this item will be made when the contractor mobilises and provides all items as required by this clause, 25% will be paid when the works are 50% complete and the remaining 25% upon final completion.

25-50-004 Gender Equality

According to constitutional law of the Government of Kenya, women and men have the same rights and responsibilities which are to be ensured at all levels and in all aspects of daily life.

It is therefore the obligation of Contractor to ensure that gender equalisation is achieved in all aspects of contract works. That means women should get equal opportunities with men and the recruitment process must clearly demonstrate this. Opportunities for employment should also be offered to disabled people. Special activities that they can carry out have to be identified and allocated to them.

Measurement & Payments

No separate payment shall be made for this item but the Contractor will be expected to comply fully with the requirements of this clause.

25-50-005 Labour Standards

It is an obligatory duty of the construction sector to maintain the international labour standards, as Kenya is one of the signatories of the International Labour Conventions of the International Labour Organisation (ILO). The contractor should observe the following requirements:

Equality:

• Men and women should receive equal pay for work of equal value.

• Persons should be given equal opportunity and treatment in employment;

There should be no discrimination against persons in their employment and occupation on the basis of their race, colour, sex, religion, political opinion, national extraction or social origin, or on any other basis set out in new constitution.

Freedom from forced labour:

• Work or service should not be exacted from any person under the menace of penalty or under circumstances where the person has not offered himself or herself voluntarily.

• Work or service should not be exacted from any person:

- As a means of political coercion;

155

Page 157: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

- As a method of mobilising and using labour for purposes of economic development;

- As a means of labour discipline;

- As a punishment for having participated in strikes

- As a means of racial origin,

- Social, national or religious discrimination.

Freedom of association:

All steps to be taken to protect, respect and promote workers and community’s rights of association

Minimum age:

No person under the age of 18 years should be employed or work

Minimum wages:

Minimum wages should be established for groups of wage earner, in consultation with employers and Labour Department and workers organizations;

Protection of wages:

Wages should be paid in cash money. Workers should be informed of any deduction made from wages, and national regulations should set down condition for deductions from wages. Wages should be paid regularly at or near the place of work.

Before recruitment, adequate notice should be given and the notices posted in public places such as schools, chief’s office and churches in order to reach as many people as possible.

During recruitment, the information on the number of jobs available and terms of employment (pay rates, timing and arrangements for payment including first payment date), should be disclosed openly. The recruitment process should be conducted in transparent manner without biases or any discrimination.

The unskilled labour is supposed to be sourced from the project area apart from specialised personnel like craftsmen and technicians who may be hired from elsewhere if they cannot be found in the project area.

Measurement & Payment

No separate payment shall be made for this item; the Contractor will be expected to comply fully with the requirements of this clause.

156

Page 158: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION E:

STANDARD FORMS

157

Page 159: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

158

Page 160: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

FORM OF INVITATION FOR TENDERS

_______________________[Date]

To: _____________________________________ [Name of Contractor]

_____________________________________[Address]

_____________________________________

_____________________________________

Dear Sirs: Reference:______________________________________________[Contract Name] You are qualified to tender for the above Contract. We hereby invite you and other qualified Tenderers to submit a Tender for the execution and completion of the Works. A complete set of Tender documents may be purchased from ____ ________________________________________________________________________ [Mailing address, cable/telex/facsimile numbers]. Upon payment of a non-refundable fee of Kshs__________________________ All Tenders shall be accompanied by ....................number of copies of the same and a Tender Security in the form and amount of Kshs…………. and shall be delivered to: ________________________________________________________________________ [Address and location] at or before _______________________(time and date). Tenders will be opened immediately thereafter, in the presence of those Tenderers’ representatives who choose to attend. Please confirm receipt of this letter and your intention to Tender in writing. Yours faithfully, _____________________________________ Authorised Signature _____________________________________ Name and Title

159

Page 161: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

FORM OF TENDER

TO: ___________________________________________[Name of Employer) ___________[Date] ____________________________________________________[Name of Contract] Dear Sir, 1. In accordance with the Conditions of Contract, Specifications, Drawings and Bills of

Quantities/Schedule of Rates for the execution of the above Works, We, the undersigned offer

to construct, install and complete such Works and remedy any defects therein for the sum of

Kshs._____________________________[Amount in figures]Kenya

Shillings____________________________________________________________________

_______________________[Amount in words]

2. We undertake, if our Tender is accepted, to commence the Works on the commencement

date and to complete the whole of the Works comprised in the Contract within the time stated in the Appendix.

3. We agree to abide by this Tender until ___________________[Insert date], and it shall remain

binding upon us and may be accepted at any time before that date. 4. Unless and until a formal Agreement is prepared and executed this Tender together with your

written acceptance thereof, shall constitute a binding Contract between us. 4. We understand that you are not bound to accept the lowest or any Tender you may receive.

Dated this ____________________ day of _______20________________ Signature __________________in the capacity of___________________ duly authorized to sign Tenders for and on behalf of ________________________________________[Name of Tenderer] of _______________________________[Address of Tenderer] Witness: Name______________________________________ Address_____________________________________ Signature___________________________________ Date_______________________________________

160

Page 162: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

LETTER OF AWARD [Letterhead paper of the Employer] _______________________[Date] To: _________________________________________ [Name of the Contractor] _______________________________________ [Address of the Contractor] Dear Sir, This is to notify you that your Tender dated ___________________________

for the execution of ________________________________________________

[name of the Contract and identification number,as given in the Tender documents] for the Contract

Price of Kshs. __________________________ [amount in figures][Kenya

Shillings______________________________(amount in words) ] in accordance with the Instructions

to Tenderers is hereby accepted.

You are hereby instructed to proceed with the execution of the said Works in accordance with the

Contract documents.

Authorized Signature …………………………………………………………………

Name and Title of Signatory …………………………………………………………

Attachment :

161

Page 163: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

FORM OF TENDER SECURITY

WHEREAS ………………………………………..(hereinafter called “the Tenderer”) has submitted a Tender dated ………………………… for the Rehabilitation/Spot Improvement of ……………………………………………………………………… …………………… (Name of Contract) KNOW ALL PEOPLE by these presents that WE ……………………… having our registered office at ………………(hereinafter called “the Bank”), are bound unto ……………………………(hereinafter called “the Employer”) in the sum of Kshs.……………………… for which payment well and truly to be made to the said Employer, the Bank binds itself, its successors and assigns by these presents sealed with the Common Seal of the said Bank this ……………. Day of ………20………… THE CONDITIONS of this obligation are: 1. If after Tender opening the Tenderer withdraws his Tender during the period of Tender validity

specified in the Instructions to Tenderers Or

2. If the Tenderer, having been notified of the acceptance of his Tender by the Employer during the Period of Tender validity:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions

to Tenderers, if required; or (b) fails or refuses to furnish the Performance Security, in accordance with the

Instructions to Tenderers;

We undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including thirty (30) days after the Period of Tender validity, and any demand in respect thereof should reach the Bank not later than the said date.

___________________________ ______________________________ [Date [Signature of the Bank] ___________________________ ______________________________ [Witness] [Seal]

162

Page 164: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

PERFORMANCE BANK GUARANTEE

To: _________________________(Name of Employer) ___________(Date) __________________________(Address of Employer) Dear Sir, WHEREAS ______________________(hereinafter called “the Contractor”) has undertaken, in

pursuance of Contract No. _____________ dated _________ to execute _______________

(hereinafter called “the Works”);

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you

with a Bank Guarantee by a recognised bank for the sum specified therein as security for compliance

with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of Kshs. ________________ (amount of Guarantee in figures) Kenya Shillings__________________________________________ (amount of Guarantee in words), and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of Kenya Shillings _________________________ (amount of Guarantee in words) as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change, addition or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any change, addition, or modification. This Guarantee shall be valid until the date of issue of the Employer’s notice under Sub-Clause 8.2 (Taking-Over Notice), of the Conditions of Contract.

SIGNATURE AND SEAL OF THE GUARANTOR ___________________ Name of Bank ____________________________________________

Address ________________________________________________

Date ______________________________________________________

163

Page 165: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

BANK GUARANTEE FOR ADVANCE PAYMENT

To: ________________________ [Name of Employer] ___________(Date)

________________________[Address of Employer]

Gentlemen, Ref: _______________________________________________[name of Contract] In accordance with the provisions of the Conditions of Contract of the above-mentioned Contract,

We,_______________________________________[name and Address of Contractor] (hereinafter

called “the Contractor”) shall furnish you with a Bank guarantee by a recognised Bank for the sum

specified therein as a security for compliance with his obligations in accordance with the Contract in an

amount of Kshs._____________[amount of Guarantee in figurers] Kenya

Shillings_____________________________________[amount of Guarantee in words].

We, the ______________[bank or financial institution], as instructed by the Contractor, agree

unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the

payment to ___________________________[name of Employer] on his first demand without

whatsoever right of objection on our part and without his first claim to the Contractor, in the amount not

exceeding Kshs________________________[amount of Guarantee in figures]Kenya Shillings

_________________________________________________[amount of Guarantee in words].

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between ________________________[name of Employer] and the Contractor, shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any such change, addition or modification. This Guarantee shall remain valid and in full effect from the date of the Advance Payment under the Contract until _____________________________(name of Employer) receives full payment of the same amount from the Contract. Yours faithfully, Signature and Seal __________________________________________________ Name of the Bank or financial institution ______________________________ Address ______________________________________________________________ Date _________________________________________________________________ Witness: Name: ____________________________________________________ Address: __________________________________________________ Signature: ________________________________________________ Date: _____________________________________________________

164

Page 166: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

QUALIFICATION INFORMATION

TENDER QUESTIONNAIRE

Please fill in block letters. 1. Full name of Tenderer;

……………………………………………………………………………………… 2. Full address of Tenderer to which Tender correspondence is to be sent (unless an agent has

been appointed below);

……………………………………………………………………………………… 3. Telephone number (s) of Tenderer;

……………………………………………………………………………………… 4. Facsimile of Tenderer;

……………………………………………………………………………………… 5. Name of Tenderer’s representative to be contacted on matters of the Tender during the

Tender period; ………………………………………………………………………………………

6. Details of Tenderer’s nominated agent (if any) to receive Tender notices (name, address,

telephone, telefax);

……………………………………………………………………………………… ……………………………………………………………………………………… _______________________ Signature of Tenderer Make copy and deliver to:_____________________(Name of Employer) ( The Tenderer shall leave one copy at the time of purchase of the Tender documents)

165

Page 167: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

CONFIDENTIAL BUSINESS QUESTIONNAIRE You are requested to give the particulars indicated in Part 1 and either Part 2 (a) or 2 (b) whichever applies to your type of business. You are advised that it is a serious offence to give false information on this Form. Part 1 – General Business Name ……………………………………………………………………… Location of business premises; Country/Town………………………….…. Plot No……………………………………… Street/Road ………………………… Postal Address……………………………… Tel No……………………………….. Nature of Business………………………………………………………………..….. Current Trade Licensee No…………………… Expiring date……………….…… Maximum value of business which you can handle at any time: Kshs ………… Name of your Bankers……………………………………………………………..… Branch……………………………………………………………………………….… Part 2 (b) – Partnership Give details of partners as follows: Name in full Nationality Citizenship Details Shares 1……………………………………………………………………………………

2……………………………………………………………………………………

3……………………………………………………………………………………

Part 2(c) – Registered Company: Private or public………………………………………………………….............… State the nominal and issued capital of the Company- Nominal Kshs…………………………………………………………….........…… Issued Kshs…………………………………………………………………........… Give details of all directors as follows: Name in full . Nationality. Citizenship Details*. Shares. 1.………………………………………………………………………………….…......…

2.………………………………………………………………………………….….......…

3.…………………………………………………………………………………….......…

4.……………………………………………………………………………………........…

166

Page 168: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Part 2(d) – Interest in the Firm: Is there any person / persons in …………… ……… (Name of Employer) who has interest in this firm? Yes/No……………………… (Delete as necessary) I certify that the information given above is correct. ……………………… ……………………… ………………............................… (Title) (Signature) (Date)

* Attach proof of citizenship

167

Page 169: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SCHEDULE OF LABOUR: - BASIC RATES

(Reference: Clause 4 of Conditions of Particular Application)

LABOUR CATEGORY

UNIT (MONTH/SHIFT/HOUR)

RATES

Categories to be generally in accordance with those used by the Kenya Building Construction and Engineering and Allied Trades Workers’ Union.

I certify that the above information is correct. …………………………… ………………………… ……………………

(Title) (Signature) (Date)

168

Page 170: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

CERTIFICATE OF TENDERER’S VISIT TO SITE

This is to certify that [Name/s]…………………………………………………………………… ………………………………………………………………………………… Being the authorized representative/Agent of [Name of Tenderer] …………………………………………………………………………………… …………………………………………………………………………………… participated in the organized inspection visit of the site of the works for the (participated in the

organised inspection visit of the site of the work….……………………………………………….. (……KM ) held on ……………………………………… day of………………………20…………… Signed……………………………………………………………………………… (Employer’s Representative) ……………………………………………………………………………………… NOTE: The tenderer shall make own arrangements with the County Roads Engineer to visit the proposed site.

169

Page 171: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

FORM OF WRITTEN POWER-OF-ATTORNEY

The Tenderer consisting of a joint venture shall state here below the name and address of his

representative who is authorised to receive on his behalf correspondence in connection with the

Tender.

………………………………………………………………

(Name of Tenderer’s Representative in block letters)

………………………………………………………………

(Address of Tenderer’s Representative)

………………………………………………………………

(Signature of Tenderer’s Representative)

170

Page 172: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

KEY PERSONNEL DESIGNATION NAME NATIONALITY SUMMARY OF

QUALIFICATIONS AND EXPERIENCE

Headquarters: 1. Managing Director

2.

3.

4.

5.

etc.

Site Office: 1. Site Supervisor

2.

3.

4.

5.

6

I certify that the above information is correct. ………………………… …………………… ……………….. (Title) (Signature) (Date)

171

Page 173: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SCHEDULE OF THE PROPOSED APPROPRIATE EQUIPMENT

Mandatory minimum number of equipment required by the Employer for the execution of the project that the bidder must make available for the Contract

Item No.

Equipment Details Minimum Number Required

No of Equipment Owned by the Bidder

No. of equipment to be hired

1 Motor Grader 1 2 Self-propelled single drum

vibrating (10Tons) 1

3 Mobile concrete mixers 1 4 Excavator/loader 1

5 Concrete vibrators 1 6 Tippers payload 7 – 10 tonnes 2 7 Flat bed lorries 1 8 Water tankers (10,000 litres

capacity) 1

9 Water tankers (10,000 litres

capacity) 1

The Bidder must attach certified copies of log books or lease agreement of the following

I certify that the above information is correct. ………………………… …………………… ……………….. (Title) (Signature) (Date)

172

Page 174: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SCHEDULE OF COMPLETED CIVIL WORKS CARRIED OUT IN THE PREVIOUS YEARS

DESCRIPTION OF WORKS AND CLIENT

TOTAL VALUE OF WORKS (KSHS)

CONTRACT PERIOD (YEARS)

YEAR COMPLETED

I certify that the above Civil Works were successfully carried out and completed by ourselves. ………………………… ………………………… ……………… (Title) (Signature) (Date)

173

Page 175: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SCHEDULE OF ONGOING PROJECTS

DESCRIPTION OF WORK AND CLIENT

CONTRACT PERIOD

DATE OF COMMEN-CEMENT

DATE OF COMPLETION

TOTAL VALUE OF WORKS (KSHS.)

% COMPLETED TODATE

I certify that the above Civil Works are being carried out by ourselves and that the above information is correct. …………………… …………………… …………………… (Title) (Signature) (Date)

174

Page 176: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

OTHER SUPPLEMENTARY INFORMATION 1. Financial reports for the last three years, balance sheets, profit and loss statements,

auditors’ reports etc. List them below and attach copies.

………………………………………………………………………

………………………………………………………………………

………………………………………………………………………

2. Evidence of access to financial resources to meet the qualification requirements.

Cash in hand, lines of credit etc. List below and attach copies of supporting

documents

………………………………………………………………………

………………………………………………………………………

………………………………………………………………………

3. Name, address , telephone, telex, fax numbers of the Tenderer’s Bankers who may

provide reference if contacted by the Employer.

…………………………………………………………………………

…………………………………………………………………………

…………………………………………………………………………

4. Information on current litigation in which the Tenderer is involved.

OTHER PARTY (IES) CAUSE OF DISPUTE AMOUNT INVOLVED (KSHS)

I certify that the above information is correct. …………………… ……………………… ……………………… Title Signature Date

175

Page 177: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

ADJUDICATOR’S AGREEMENT Identification of Project: ………………………………………………………………………………………………… (the “Project”) Name and address of the Employer: ……………………………………………………………………………………………….. (the “Employer”) Name and address of the Contractor: ……………………………………………………………………………………………….. (the “Contractor”) Name and address of the Adjudicator: ……………………………………………………………………………………………….. (the “Adjudicator”) Whereas the Employer and the Contractor have entered into a Contract (“the Contract”) for the execution of the Project and wish to appoint the Adjudicator to act as adjudicator in accordance with the Rules for Adjudication [“the Rules”]. The Employer, Contractor and Adjudicator agree as follows: 1. The Rules and dispute provisions of the Contract shall form part of this Agreement. 2. The Adjudicator shall be paid:

A retainer fee of ………………………………………………...………….. per calendar month(where applicable) A daily fee of ………………………………………………..… Expenses (including the cost of telephone calls, courier charges, faxes and telexes incurred in connection with his duties; all reasonable and necessary travel expenses, hotel accommodation and subsistence and other direct travel expenses). Receipts will be required for all expenses.

3. The Adjudicator agrees to act as Adjudicator in accordance with the Rules and has

disclosed to the Parties any previous or existing relationship with the Parties or others concerned with the Project.

4. This Agreement shall be governed by the laws of…………………………………

5. The Language of this Agreement shall be ………………………………………..

176

Page 178: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SIGNED BY ……………………………….………………………… For and on behalf of the Employer in the presence of Witness ……………………………………………………………... Name ……………………………………………………………... Address ……………………………………………………………... Date ……………………………………………………………... SIGNED BY ……………………………….………………………… For and on behalf of the Contractor in the presence of Witness ……………………………………………………………... Name ……………………………………………………………... Address ……………………………………………………………... Date ……………………………………………………………... SIGNED BY ……………………………….………………………… For and on behalf of the Adjudicator in the presence of Witness ……………………………………………………………... Name ……………………………………………………………... Address ……………………………………………………………... Date ……………………………………………………………...

177

Page 179: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

FRAUD & CORRUPTION

1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent, collusive,

coercive or obstructive practices, in competing for or in executing the Contract, then the

Employer may, after giving 14 days notice to the Contractor, terminate the Contractor's

employment under the Contract and expel him from the Site.

2 Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent,

collusive, coercive, or obstructive practice during the execution of the Works, then that employee

shall be removed.

3 For the purposes of this Sub-Clause:

(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything

of value to influence improperly the actions of another party;

(ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or

recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to

avoid an obligation;

(iii) “collusive practice” is an arrangement between two or more parties designed to achieve an

improper purpose, including to influence improperly the actions of another party;

(iv) “Coercive practice” is impairing or harming, or threatening to impair or harm, directly or

indirectly, any party or the property of the party to influence improperly the actions of a party.

4 The Contractor declares that:

a) They did not engage in any action to influence the Project implementation process to the

detriment of the Employer, in particular no collusive practice took place nor will take place, and

The bidding proceedings, contract award, and execution have not and will not be subject to any

corrupt practice as defined in the United Nations Convention to combat corruption dated 31

October 2003.

Dated this ____________________ day of _______20________________ Signature __________________in the capacity of___________________ duly authorized to sign Tenders for and on behalf of ________________________________________[Name of Tenderer] of _______________________________[Address of Tenderer] _______________________________[Seal or Stamp of Tenderer]

178

Page 180: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

ENVIRONMENTAL AND SOCIAL COMMITMENT I have taken due note of the importance to comply with environmental and social standards

and regulations.

I, the undersigned, [………….] acting as the duly authorized representative of

[…………….],

With respect to the submission of a bid for [………] in accordance with the invitation to

tender No [………….], I undertake to comply, and ensure that our subcontractors, if any,

comply with international environmental and labour standards consistent with applicable

law and regulations in the country of implementation of the Project, including the

fundamental conventions of the International Labour Organisation (ILO) and international

environmental treaties

In addition, I also undertake to adopt any environmental and social risk mitigation

measures as defined in the environmental and social management plan or the notice of

environmental and social impact issued by the Employer.

Dated this ____________________ day of _______20________________

Signature __________________in the capacity of___________________

duly authorized to sign Tenders for and on behalf of

________________________________________[Name of Tenderer] of

_______________________________[Address of Tenderer]

_______________________________[Seal or Stamp of Tenderer]

179

Page 181: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

FORM RB 1 REPUBLIC OF KENYA

PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD

APPLICATION NO…………….OF……….….20……...

BETWEEN …………………………………………….APPLICANT

AND

…………………………………RESPONDENT (Procuring Entity)

Request for review of the decision of the…………… (Name of the Procuring Entity) of ……………dated the…day of ………….20……….in the matter of Tender No………..…of …………..20…

REQUEST FOR REVIEW I/We……………………………,the above named Applicant(s), of address: Physical

address…………….Fax No……Tel. No……..Email ……………, hereby request the Public

Procurement Administrative Review Board to review the whole/part of the above mentioned decision

on the following grounds , namely:-

1. 2. etc. By this memorandum, the Applicant requests the Board for an order/orders that: - 1. 2. etc SIGNED ……………….(Applicant) Dated on…………….day of ……………/…20… FOR OFFICIAL USE ONLY Lodged with the Secretary Public Procurement Administrative Review Board on ………… day of ………....20….……… SIGNED Board Secretary

180

Page 182: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

181

Page 183: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

182

Page 184: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

DECLARATION FORM

Date

To

The tenderer i.e. (Name and address)

declare the following:

a) Has not been debarred from participating in public procurement.

b) Has not been involved in and will not be involved in corrupt and fraudulent

practices regarding public procurement.

Title Signature Date

(To be signed by authorized representative and officially stamped)

183

Page 185: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION F:

DRAWINGS

184

Page 186: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

185

Page 187: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

CONTENTS:

CONTRACT DRAWINGS

FIGURE C.1 - CROSS SECTION A (MINOR STANDARD CROSS-SECTION) ......................... C-1

FIGURE C.1/2 - WIDE CROSS SECTION (LOW COST SEALING).................................................. C-1/2

FIGURE C.2 - CROSS SECTION B (REDUCED CROSS-SECTION) ........................................... C-2

FIGURE C.3 - MITRE DRAINS ........................................................................................................ C-3

FIGURE C.4 - SCOUR CHECKS ...................................................................................................... C-4

FIGURE C.5 - DIMENSIONS OF CHECKS FOR STANDARD DRAIN ...................................... C-5

FIGURE C.6 - MASONRY SCOUR CHECKS ................................................................................. C-6

FIGURE C.7 - CULVERT ENTRY / EXIT STRUCTURE TYPES ................................................ C-7

FIGURE C.8 - HEADWALL TYPE 1 (HEAD AND WINGWALLS) ............................................. C-8

FIGURE C.9 - HEADWALL TYPE 2 (DROP INLET) .................................................................... C-9

FIGURE C.10 - HEADWALL TYPE 3A (CONCRETE BLOCK HEADWALLS) ..................... C-10

FIGURE C.11 - HEADWALL TYPE 3B (STONE MASONRY HEADWALLS) ..........................C-11

FIGURE C.11/2- HEADWALL TYPE1 MULTIPLE LINES .....................................................................C11/2

FIGURE C.12 - HEADWALL TYPE 4 (ACCESS CULVERT) .................................................... C-12

FIGURE C.13 - BEDDING AND HAUNCH PROFILES TYPES I & II ....................................... C-13

FIGURE C.14 - BEDDING AND HAUNCH PROFILES TYPES III & IV ................................... C-14

FIGURE C.15 - ACCESS DRIFT ..................................................................................................... C-15

FIGURE C.16 - TRAFFIC SIGNS .................................................................................................... C-16

FIGURE C.17 - BILLBOARD .......................................................................................................... C-17

FIGURE C.18 - ACCESS DRIFT ........................................................................................................... C-18

FIGURE C.19 - LEVEL DRIFT ............................................................................................................. C-19

FIGURE C.20 - VENT DRIFT ............................................................................................................... C-20

FIGURE C.21 - DRESSED BUILDING STONES PAVEMENT-6'' PAGE//2.............................. C-21

FIGURE C.21 - DRESSED BUILDING STONES PAVEMENT -6''PAGE2/2 ............................. C-21

FIGURE C.22 - TRAFFIC SIGNS ................................................................................................... C-22

FIGURE C.23 - PUBLICITY BOARD .................................................................................................... C-23

FIGURE C.24- TEMPORARY SIGNS.................................................................................................C-24

FIGURE C.25- SIGN POSTING FOR DIVERSIONS ...................................................................................C-25

FIGURE C.26- SIGN POSTING FOR DIVERSIONS OF TRAFFIC TO ONE SITE OF THE ROAD ..................C-26

FIGURE C.27- CHECK DAMS ................................................................................................................C-27

FIGURE C.28- GULLEY HEAD SHAPING AND STONE LINING ..............................................................C-28

FIGURE C.29- INSTALLATION OF GABION BOXES........................................................................C-29

FIGURE C.30- SHUTTER DETAILS FOR GRAVEL / ETB COURSES.........................................................C-30

FIGURE C.31- MEASURING AND CONTROL INSTRUMENTS..................................................................C-31

186

Page 188: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

187

Page 189: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

FIGURE C-1/2

188

Page 190: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

189

Page 191: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

190

Page 192: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

191

Page 193: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

192

Page 194: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

193

Page 195: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

194

Page 196: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

195

Page 197: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

196

Page 198: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

197

Page 199: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

198

Page 200: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

199

Page 201: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

200

Page 202: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

201

Page 203: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

202

Page 204: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

203

Page 205: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

204

Page 206: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

205

Page 207: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

206

Page 208: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

207

Page 209: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

208

Page 210: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

209

Page 211: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

210

Page 212: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

211

Page 213: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

EN

GIN

EE

RR

EG

IO

NA

L M

AN

AG

ER

-

XX

XX

XX

C

OU

NT

Y

KE

NY

A R

UR

AL

R

OA

DS

AU

TH

OR

IT

Y

212

Page 214: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Fig

ure

C2

4: T

he fo

llow

ing s

ign

s s

ho

uld

be

ava

ilab

le fo

r traffic

co

ntro

l on

site

:

2 N

o. “M

en W

ork

ing

” 2 N

o. “R

oad n

arro

ws o

n R

ight 2

No. “T

urn

Left” (d

irectio

n o

f A

head”(s

ign m

ay b

e re

vers

ed) a

rrow

may b

e re

vers

ed)

2 N

o. “K

eep L

eft” (d

irectio

n o

f A

rrow

may b

e re

vers

ed) 2

No. “R

oad C

lear” 2

No. “S

peed L

imit”

2 N

o. “N

o O

verta

kin

g” 2

No. re

vers

ible

sto

p/g

o s

igns 2

No. “N

o O

verta

kin

g” 2

0 N

o. tra

ffic c

ones

2

lan

e c

losu

re b

arrie

rs

213

Page 215: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Fig

ure

C-2

5: S

ign

po

stin

g fo

r div

ers

ion

s:

214

Page 216: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Fig

ure

C- 2

6: S

ign

po

stin

g fo

r div

ers

ion

s o

f traffic

to o

ne

site

of th

e ro

ad

215

Page 217: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Fig

ure

C-2

7: C

he

ck

Da

ms

216

Page 218: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Fig

ure

C-2

8: G

ulle

y H

ea

d s

ha

pin

g a

nd

Sto

ne

linin

g

217

Page 219: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Fig

ure

C-2

9: G

ab

ion

Bo

xe

s

�218

Page 220: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Fig

ure

C-3

0: S

hu

tter d

eta

ils fo

r gra

ve

l / ET

B c

ou

rse

s

Tim

be

r Sh

utte

r with

An

gle

Iron

: Sh

utte

r de

tails

for g

rave

l / ET

B c

ou

rse

s

An

gle

Iron

Re

info

rcem

en

t

219

Page 221: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Fig

ure

C-3

1: M

eas

urin

g a

nd

Co

ntro

l Ins

trum

en

ts

Ran

gin

g R

od

s:

Rang

ing

rods a

re ro

und p

ole

s, u

sually

2m

long

with

a

dia

mete

r of a

ppro

xim

ate

ly 2

.5cm

. They a

re m

ade o

f vario

us m

ate

rials

(meta

l, hard

pla

stic

, wood) a

nd a

re

pro

vid

ed w

ith a

poin

ted m

eta

l end. T

hey a

re p

ain

ted

red/w

hite

sectio

ns

of

50cm

each

with

a

bla

ck

mark

ing

at th

e 1

mete

r poin

t.

As a

cheaper a

ltern

ativ

e a

hard

wood la

th (m

ust b

e

stra

ight),

whic

h is

poin

ted at

one end can als

o be

used a

s a

rang

ing ro

d.

Bo

nin

g R

od

s (a

lso c

alle

d T

ravelle

rs):

Bonin

g ro

ds a

re T

-shaped a

nd o

f a u

nifo

rm h

eig

ht.

They

can

easily

be

manufa

ctu

red

by

nailin

g

a

wooden

pla

nk o

f 80 c

m le

ngth

and 1

0 c

m h

eig

ht o

n

anoth

er p

lank o

f 130 c

m le

ng

th a

nd 1

0 c

m w

idth

so

that th

e e

nd-re

sult lo

oks lik

e a

¨T¨. T

he h

oriz

onta

l pla

nks s

hould

be p

ain

ted in

cle

arly

vis

ible

co

lou

rs.

Bonin

g ro

ds h

ave to

be u

sed in

a s

et o

f thre

e.

Pro

file B

oard

s:

A p

rofile

board

is d

esig

ned in

such a

way th

at it c

an

be

atta

ched

to

a

rang

ing

ro

d.

It has

a

scre

w

mechanis

m th

at e

nable

s th

e p

rofile

board

to s

lide u

p

and d

ow

n o

n th

e ra

ng

ing

rod a

nd b

e fix

ed a

t any

desire

d p

oin

t sim

ply

by tig

hte

nin

g th

e s

cre

w. A

long

lastin

g p

rofile

board

is th

e o

ne m

ade fro

m th

in s

teel

pla

te (4

0 c

m x

10 c

m) w

eld

ed to

a s

hort le

ng

th o

f m

eta

l tubin

g th

at c

an s

lide u

p a

nd d

ow

n a

nd c

an b

e

cla

mped to

the m

eta

l rod.

Alte

rnativ

ely

wooden p

rofile

board

s c

an b

e a

ttached

to a

hard

wood ro

d a

nd

fixed w

ith a

wedg

e p

ushed

into

the w

ooden c

lam

p.

220

Page 222: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Tem

pla

tes:

Tem

pla

tes a

re u

sed to

contro

l certa

in s

hapes o

f the ro

ad. T

em

any la

boure

r can s

ee th

e e

xact s

ize a

nd

usually

made o

f wood a

nd ta

ilor

measure

ments

(refe

r to s

pecific

atio

ns a

nd re

fere

nce ta

ble

s fo

r ea

������

�����

���� ��

����

���

������

��� �

���� �� �����

�����

���

������

��������

����������

���

������

�������

���������

����

���

������

���������

���� ���

are

used to

contro

l certa

in s

hapes o

f the ro

ad. T

em

pla

tes a

re v

ery

usefu

l contro

l aid

s a

s

any la

boure

r can s

ee th

e e

xact s

ize a

nd s

hape o

f the w

ork

she/h

e is

req

uire

d to

carry

out.

usually

made o

f wood a

nd ta

ilor-m

ade fo

r each p

artic

ula

r pro

ject in

accord

ance w

ithre

fer to

specific

atio

ns a

nd re

fere

nce ta

ble

s fo

r each te

mpla

te a

s s

how

n b

elo

w

Dim

en

sio

ns fo

r Ditc

h T

em

pla

te

������

�����

���� ��

�����

��������

���

���

����

���

������

��� �

���� �� �����

�����

����

���

������

��������

����������

����

���

������

�������

���������

����������

����

���

������

���������

���� �����

�����

����

Dim

en

sio

ns fo

r Ditc

h T

em

pla

te�

���� ��

�����

����

� ���������

�������

����

���������

������

������ ��

����

������

��

�� ���

���!���

��

������

��"��

�������

��

��#�$�����

��%!�$�"��

���� ����

����������

��

�� ���

���!���

pla

tes a

re v

ery

usefu

l contro

l aid

s a

s

shape o

f the w

ork

she/h

e is

req

uire

d to

carry

out. T

hey a

re

made fo

r each p

artic

ula

r pro

ject in

accord

ance w

ith th

e s

tandard

ch te

mpla

te a

s s

how

n b

elo

w).

men

sio

ns fo

r Ditc

h T

em

pla

te

��������

���

���

�����

&���&�������

����

����

'����

�����

%����

�����

"�����

����

'����

���������

������

������ ��

�����

��������

������

��

� �������

��!����

"����

�"���

"����

�%!�$�"���

"����

��!����

"����

221

Page 223: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

������

�����

���� ��

����

���

������

��� �

���� �� ����

���

������

��������

����������

���

������

�������

���������

���

���

������

���������

���� ���

Ad

justa

ble

Cam

ber-S

lop

e-D

itch

Tem

pla

te (A

CS

DT

)

The p

artia

l rehabilita

tion m

eth

od u

sin

g la

bour re

qu

Tem

pla

te (A

CS

DT

). This

tem

pla

te re

pre

sents

be a

dju

ste

d to

the d

iffere

nt c

ross

ditc

h o

f 0.6

0m

. The te

mpla

te c

an b

e lo

cally

fabric

a

The te

mpla

te is

used to

esta

blis

h th

e

by s

lots

exte

ndin

g a

cro

ss th

e w

hole

cro

ss

constru

cte

d to

genera

lly b

ala

nce th

e a

mount o

f cut

will th

en g

uid

e th

e la

bour g

ang

s o

n h

ow

much m

ate

rias fill b

etw

een th

e s

lots

. In th

is w

ay th

e n

eed to

w

ork

day re

quire

ments

sig

nific

antly

.

Dim

en

sio

ns fo

r Ditc

h

���� ��

�����

�������

����

��������

����

������

�������

"(���

�����

������

"%���

�����

������

���� �����

�����

� ����

����

���� ����

����������

"(���

�����

Ditc

h T

em

pla

te (A

CS

DT

)

The p

artia

l rehabilita

tion m

eth

od u

sin

g la

bour re

quire

s th

e u

se o

f an A

dju

sta

ble

Cam

ber

Tem

pla

te (A

CS

DT

). This

tem

pla

te re

pre

sents

the fin

ished p

rofile

of h

alf o

f the ro

ad. T

he te

mpl

be a

dju

ste

d to

the d

iffere

nt c

ross-s

ectio

ns (c

arria

gew

ay w

idth

), but h

as a

sta

ndard

sl

ditc

h o

f 0.6

0m

. The te

mpla

te c

an b

e lo

cally

fabric

ate

d.

The te

mpla

te is

used to

esta

blis

h th

e c

am

ber le

vels

at 1

0m

inte

rvals

alo

ng

the ro

ad. T

he

by s

lots

exte

ndin

g a

cro

ss th

e w

hole

cro

ss-s

ectio

n (fro

m b

ack o

f ditc

h to

back o

f ditc

h). T

he

constru

cte

d to

genera

lly b

ala

nce th

e a

mount o

f cut a

nd fill a

t each 1

0 m

etre

cro

ss s

ect

will th

en g

uid

e th

e la

bour g

ang

s o

n h

ow

much m

ate

rial h

as to

be e

xca

vate

d fro

m th

e d

itch a

nd u

sed

as fill b

etw

een th

e s

lots

. In th

is w

ay th

e n

eed to

excavate

to le

ve

l can b

e a

vo

ided w

hic

h re

duces th

e

work

day re

quire

ments

sig

nific

antly

.

Dim

en

sio

ns fo

r Ditc

h T

em

pla

te

��������

����

������

�&���&�������

����

����

'����

�����

%����

�����

"�����

����

'����

ires th

e u

se o

f an A

dju

sta

ble

Cam

ber-S

lope-D

itch

the fin

ished p

rofile

of h

alf o

f the ro

ad. T

he te

mpla

te c

an

sectio

ns (c

arria

gew

ay w

idth

), but h

as a

sta

ndard

slo

pe o

f 1.2

0m

and

cam

ber le

vels

at 1

0m

inte

rvals

alo

ng

the ro

ad. T

he le

vels

are

set

sectio

n (fro

m b

ack o

f ditc

h to

back o

f ditc

h). T

he s

lots

are

and fill a

t each 1

0 m

etre

cro

ss s

ectio

n. T

he s

lots

al h

as to

be e

xca

vate

d fro

m th

e d

itch a

nd u

sed

avo

ided w

hic

h re

duces th

e

222

Page 224: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

SECTION G:

BILL OF QUANTITIES

223

Page 225: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

224

Page 226: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

PREAMBLE TO BILLS OF QUANTITIES 1. The Bills of Quantities form part of the Contract Documents and are to be read in

conjunction with the Instructions to Tenderers and these Documents. 2. The prices and rates to be inserted in the Bills of Quantities are to be the full,

inclusive value of the work described under the several items including all costs and expenses which may be required in and for the execution of the work described and for the Contractor’s overheads and profits. The rates shall be VAT exclusive but include all other taxes, levies and fees applicable. The VAT shall be added at the end to the subtotal to make the total amount to be carried forward to the form of tender.

3. Each item in the Bills of Quantities contains only a brief description of the required

work. Fuller details and descriptions of the work to be done, the materials to be used, the standards of workmanship, methods of measurement and payment are to be found in the various sections of the Specifications and on the Drawings.

4. The Quantities set out in the Bills of Quantities are estimated and represent

substantially the work to be carried out. There is no guarantee that the Contractor will be required to carry out all the quantity of work indicated under any one particular item or group of items in the Bills of Quantities. The basis of payment shall be the Contractor’s rates and the quantities of measured work done in fulfilment of the obligations under the Contract.

5. Work shall be carried out under Dayworks items only at the direction, and with the

approval, of the Engineer. The Contractor shall enter rates in the Dayworks Schedule of Rates, which shall reflect the realistic costs, including overheads and profit, of each item. If, in the opinion of the Engineer, a rate is unreasonably high or low, the Contractor may be required to amend the rate to the satisfaction of the Engineer.

225

Page 227: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Road Name Serem-Murukwoni road 1.7 km - Lot 1 Vihiga

BILL OF QUANTITIES 2019-20

Activity Group Title Road Code U/Classified

Section Name

Bill No. ITEM CODEDESCRIPTION Quantity

1 01-50-026 Engineer's Miscellaneous PC Sum1 31,500.00 31,500.00

1 01-60-005 Publicity Sign Boards NO 2

4 04-50-003 Heavy Bush Clearing M² 6,800

8 08-60-025 Culvert Installation 600 mm with surround M 25

8 08-70-006 Construction Of scour checks (concrete) NO 20

10 10-50-001 Heavy grading without watering or compaction instructed by the Engineer M2 10,200

10 10-60-001 Provide gravel wearing course-excavation,free haul, spread, water and compact gravel to specifications M3 446

22 22-60-063 Crawler Tractor D8 Hrs 22

25 25-50-003Environmental and Social Mitigation Measures

PC Sum 1 31,500.0031,500.00

Sub Total

Add 16% VAT

Sub Total Lot 1

UNIT Unit Bid Rate (KShs)

Bill Item Cost (KSHs)

226

Page 228: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Road Name Busingo -Butiti road 1.5 km - Lot 2 Vihiga

BILL OF QUANTITIES 2019-20

Activity Group Title Road Code U/Classified

Section Name

Bill No. ITEM CODEDESCRIPTION Quantity

1 01-50-026 Engineer's Miscellaneous PC Sum1 15,000.00 15,000.00

1 01-60-005 Publicity Sign Boards NO 2

4 04-50-003 Heavy Bush Clearing M² 6,000

8 08-60-018 Headwall Repair NO 3

8 08-60-025 Culvert Installation 600 mm with surround M 24

8 08-70-006 Construction Of scour checks (concrete) NO 32

10 10-50-003 Light grading without watering or compaction instructed by the Engineer M2 9,000

10 10-60-001 Provide gravel wearing course-excavation,free haul, spread, water and compact gravel to specifications M3 162

25 25-50-003Environmental and Social Mitigation Measures

PC Sum 1 15,000.0015,000.00

Sub Total

Add 16% VAT

Sub Total Lot 2

UNIT Unit Bid Rate (KShs)

Bill Item Cost (KSHs)

227

Page 229: vihiga.go.ke 064 Serem... · STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SMALL WORKS (REHABILITATION, IMPROVEMENT AND ROUTINE MAINTENANCE WORKS) TENDER NO: …

Vihiga

SUMMARY PAGE 2019-20

Item No. LOT Length (Km) Amount (Kshs)

1 Serem-Murukwoni road - Lot 1 1.7

2 Busingo -Butiti road - Lot 2 1.5

Sub Total 3.2

Carried to Form of Tender

Contract Name: Rehabilitation of Serem-Murukwoni and Busingo -Butiti Roads

228