Sei sulla pagina 1di 210

REPUBLIC OF ZAMBIA

Ministry of Transport, Works, Supply and Communications










ROAD DEVELOPMENT AGENCY


Bidding Document for
Procurement of Works

THE CONSTRUCTION AND UPGRADING TO BITUMINOUS
STANDARD AND RE-ALIGNMENT OF APPROXIMATELY 78 KM OF
RD54 ROAD FROM CHIEF MUKUNGULES AREA (MWALESHI
RIVER) - LUFILA-KAKOKO TO KALALANTEKWE - LOT 2

MWALESHI RIVER- KM 0+000 TO KALALANTEKWE KM 78+000 (RD54/T002)

(78KM)

IN MUCHINGA PROVINCE

Issued on: 16
th
June 2014

ONB No: RDA/CE/021/14

Employer: Road Development Agency
ZAMBIA

iii

Summary Description

This Standard Bidding Document for Procurement of Small Works and its Users Guide is to
be used when a prequalification process has not taken place before bidding and, therefore,
post-qualification applies. A brief description of these documents is given below.

SBD for Procurement of Small Works

PART 1 BIDDING PROCEDURES

Section I. Instructions to Bidders (ITB)
This Section provides relevant information to help Bidders prepare their bids.
Information is also provided on the submission, opening, and evaluation of
bids and on the award of Contracts. Section I contains provisions that are
to be used without modification.
Section II. Bid Data Sheet (BDS)
This Section consists of provisions that are specific to each procurement and
that supplement the information or requirements included in Section I,
Instructions to Bidders.
Section III. Evaluation and Qualification Criteria
This Section contains the criteria to determine the best-evaluated bid and the
qualifications of the Bidder to perform the contract.
Section IV. Bidding Forms
This Section contains the forms which are to be completed by the Bidder and
submitted as part of his Bid
Section V. Eligible Countries
This Section contains information regarding eligible countries.

PART 2 EMPLOYERSREQUIREMENTS
Section VI. Employers Requirements
This Section contains the Specification, the Drawings, and supplementary
information that describe the Plant and Installation Services to be procured.


Summary Description iv

PART 3 CONDI TI ONS OF CONTRACT AND CONTRACT FORMS
Section VII. General Conditions of Contract (GCC)
This Section contains the general clauses to be applied in all contracts. The
text of the clauses in this Section shall not be modified.
Section VIII. Particular Conditions of Contract (PCC)
This Section consists of Contract Data and Specific Provisions which contains
clauses specific to each contract. The contents of this Section modify or
supplement the General Conditions and shall be prepared by the Employer.
Section IX. Contract Forms
This Section contains forms which, once completed, will form part of the
Contract. The forms for Performance Security and Advance Payment
Security, when required, shall only be completed by the successful Bidder
after contract award.
Users Guide for SBD for Procurement of Small Works
This Guide to the Bidding Document, which is within the document, contains detailed
explanations and recommendations on how to prepare a bidding document for a specific
procurement of Small Works. The Guide is not a part of the Bidding Document.



v

P R O C U R E ME N T D O C U ME N T S

Bidding Document for
Procurement of Small Works

Procurement of:

THE CONSTRUCTION AND UPGRADING TO
BITUMINOUS STANDARD AND RE-ALIGNMENT OF
APPROXIMATELY 78 KM OF RD54 ROAD FROM
CHIEF MUKUNGULES AREA (MWALESHI RIVER)-
LUFILA-KAKOKO TO KALALANTEKWE - LOT 2
: KM 0+000 (Mwaleshi River) KM 78+000 (RD54/T002
Junction)

Issued on: 16
th
June 2014

ONB No: RDA/CE/021/14

Employer: Road Development Agency

ZAMBIA

vii
ROAD DEVELOPMENT AGENCY





INVITATION FOR BIDS (IFB)




RDA/CE/021/014: TENDER FOR THE CONSTRUCTION AND UPGRADING TO
BITUMINOUS STANDARD AND RE-ALIGNMENT OF APPROXIMATELY 78 KM
OF RD54 ROAD FROM CHIEF MUKUNGULES AREA (MWALESHI RIVER) -
LUFILA-KAKOKO TO KALALANTEKWE IN MUCHINGA PROVINCE OF
ZAMBIA-LOT 2: KM 0+000 (MWALESHI RIVER) KM 78+000 (RD54/T002
JUNCTION)


The Road Development Agency (RDA) has received financing from the Government of the
Republic of Zambia and wishes to apply a portion of these funds to cover eligible payments
for the Construction and Upgrading to Bituminous Standard and Re-alignment of
approximately 78 km of RD54 Road from Chief Mukungules area (Mwaleshi River)
to Lufila-Kakoko-Kalalantekwe in Muchinga Province of Zambia Lot 2

The Road Development Agency now invites a sealed bids from eligible Bidders for the
Construction and Upgrading to Bituminous Standard and Re-alignment of
approximately 78 km of RD54 Road from Chief Mukungules area (Mwaleshi river) -
Lufila Kakoko Kalalantekwe in Muchinga Province of Zambia- Lot 2: Km 0+000
(Mwaleshi River) To Km 78+000 (RD54/T002 Junction)

The scope of work will include among other things;

1. Drainage and Earthworks;
2. Clearing and grubbing
3. Double Surface dressing
4. Road pavement layers
5. Installation of culverts and related concrete works
6. Bridge Construction
7. Road markings and traffic signs, provision of guard rails; and
8. Ancillary works,.

This tender is open to firms that are registered in Zambia as contractors of road works with
the National Council for Construction (NCC) in Category R, Grades 1 and 2. Bidders will
also be assessed through the provisions of the Consultants and Contractors Vendor
1-viii Section 1 - Instructions to Bidders
Rating System - RDA Policy & Procedure Manual, J anuary 2013. Contractors with a
current Past Performance Rating of less than 60% shall not be considered, while Contractors
without current Past Performance Ratings will be assessed prior to award of contract through
a strict due diligence exercise conducted on the two (2) most recent projects completed using
the Consultants and Contractors Vendor Rating System - RDA Policy & Procedure
Manual, January 2013.

Bidding will be conducted through Open National Bidding (ONB) procedures.

Eligible bidders may view the bidding document from the Procurement Department at the
Road Development Agency Head Office, Plot 33, Corner of Government and Fairley
Roads, Ridgeway, Lusaka. A complete set of bidding documents may be purchased at the
above address upon payment of a non-refundable fee of ZMW1000.00 in cash or bank
certified cheque.

The contact telephone numbers are 260 211 253088 and the telefax number is 260 211
251420. HOWEVER, TELEGRAPHIC AND TELEFAX OFFERS WILL NOT BE
ACCEPTED.

All bids, in sealed envelopes Cleary marked THE CONSTRUCTION AND
UPGRADING TO BITUMINOUS STANDARD AND RE-ALIGNMENT OF
APPROXIMATELY 78 KM OF RD54 ROAD FROM CHIEF MUKUNGULES
AREA(MWALESHI RIVER) - LUFILA KAKOKO KALALANTEKWE IN
MUCHINGA PROVINCE OF ZAMBIA- LOT 2: KM 0+000 (MWALESHI RIVER)
TO KM 78+000 (RD54/T002 JUNCTION) accompanied by a bid security of 2% of
tender sum must be deposited in the tender box placed outside the Conference Room of
the Road Development Agency Head Office in Lusaka, on or before Friday, 18
th
July,
2014 at 14:30 Hours Local Time.

A Site Visit will be held on Friday 20
th
June, 2014 and bidders are requested to meet at
Road Development Agency Muchinga Regional Office in Chinsali at 09:00 hours.

Following the Site Visit, a Pre-bid meeting will be held to clarify all issues that bidders may
raise. The time and date will be agreed after the site visit. The closing date for the receipt of
bids is Friday, 18
th
July 2014 at 14:30 Hours Local Time. Bids shall be opened
immediately thereafter in Conference Room of the Road Development Agency Head
Office in Lusaka, in the presence of bidders or their representatives who choose to attend.
LATE BIDS SHALL NOT BE ACCEPTED.



Keeta Shisholeka
Director Procurement
For / Director and Chief Executive Officer
ROAD DEVELOPMENT AGENCY
Section 1 - Instructions to Bidders 1-ix
Standard Bidding Document


Table of Contents

PART 1 Bidding Procedures ............................................................................................ 1-1
Section 1 - Instructions to Bidders ...................................................................................... 1-3
Section II - Bid Data Sheet (BDS) .................................................................................... 1-27
Section III - Evaluation and Qualification Criteria ........................................................... 1-33
Section IV - Bidding Forms .............................................................................................. 1-45
Section V - Eligible Countries ............................................................................................ 1-1
PART 2 EmployersRequirements .................................................................................. 2-2
Section VI - Employers Requirements .............................................................................. 2-3
PART 3 Conditions of Contract and Contract Forms .................................................. 3-1
Section VII. General Conditions of Contract ..................................................................... 3-3
Section VIII. Particular Conditions of Contract............................................................... 3-29
Section IX - Contract Forms ............................................................................................. 3-37


1-1
PART 1 Bidding Procedures
1-3

Section 1 - Instructions to Bidders

Table of Clauses

A. General ...................................................................................................................... 1-5
1. Scope of Bid ............................................................................................................... 1-5
2. Source of Funds ......................................................................................................... 1-5
3. Fraud and Corruption ................................................................................................. 1-5
4. Eligible Bidders ......................................................................................................... 1-8
5. Eligible Materials, Equipment and Services .............................................................. 1-9
B. Contents of Bidding Document ............................................................................. 1-10
6. Sections of Bidding Document ................................................................................ 1-10
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ............................ 1-11
8. Amendment of Bidding Document .......................................................................... 1-12
C. Preparation of Bids ................................................................................................ 1-12
9. Cost of Bidding ........................................................................................................ 1-12
10. Language of Bid ....................................................................................................... 1-12
11. Documents Comprising the Bid ............................................................................... 1-12
12. Letter of Bid and Schedules ..................................................................................... 1-13
13. Alternative Bids ....................................................................................................... 1-13
14. Bid Prices and Discounts ......................................................................................... 1-14
15. Currencies of Bid and Payment ............................................................................... 1-14
16. Documents Comprising the Technical Proposal ...................................................... 1-15
17. Documents Establishing the Qualifications of the Bidder ....................................... 1-15
18. Period of Validity of Bids ........................................................................................ 1-15
19. Bid Security ............................................................................................................. 1-15
20. Format and Signing of Bid ....................................................................................... 1-17
D. Submission and Opening of Bids .......................................................................... 1-18
21. Sealing and Marking of Bids ................................................................................... 1-18
22. Deadline for Submission of Bids ............................................................................. 1-18
23. Late Bids .................................................................................................................. 1-19
24. Withdrawal, Substitution, and Modification of Bids ............................................... 1-19
25. Bid Opening ............................................................................................................. 1-19
E. Evaluation and Comparison of Bids .................................................................... 1-20
26. Confidentiality ......................................................................................................... 1-20
1-4 Section I - Instructions to Bidders
27. Clarification of Bids ................................................................................................. 1-20
28. Deviations, Reservations, and Omissions ................................................................ 1-21
29. Determination of Responsiveness ............................................................................ 1-21
30. Nonconformities, Errors, and Omissions ................................................................. 1-22
31. Correction of Arithmetical Errors ............................................................................ 1-22
32. Conversion to Single Currency ................................................................................ 1-23
33. Margin of Preference ............................................................................................... 1-23
34. Evaluation of Bids.................................................................................................... 1-23
35. Comparison of Bids ................................................................................................. 1-24
36. Qualification of the Bidder ...................................................................................... 1-24
37. Employers Right to Accept Any Bid, and to Reject Any or All Bids .................... 1-25
F. Award of Contract ................................................................................................. 1-25
38. Award Criteria ......................................................................................................... 1-25
39. Notification of Award .............................................................................................. 1-25
40. Signing of Contract .................................................................................................. 1-26
41. Performance Security ............................................................................................... 1-26
42. Adjudicator .............................................................................................................. 1-26




Section I - Instructions to Bidders 1-5
Section I - Instructions to Bidders
A. General
1. Scope of Bid 1.1 The Employer, as indicated in the BDS, issues this Bidding
Document for the procurement of the Works as specified in
Section 6 (Employers Requirements). The name, identification,
and number of contracts of this bidding are provided in the
BDS.

1.2 Throughout this Bidding Document:
(a) the term in writing means communicated in written form
and delivered against receipt;
(b) except where the context requires otherwise, words
indicating the singular also include the plural and words
indicating the plural also include the singular; and
(c) day means calendar day;
(d) the term Project Manager refers to the officer, body or
institution appointed under Section 57 of the Public
Procurement Act of 2008 as Contract Manager;
(e) Government refers to the Government of the Republic
of Zambia, any Procuring Entity or the relevant approvals
authority as defined in the Public Procurement Act of
2008; and
(f) ZPPA refers to the Zambia Public Procurement
Authority.
2. Source of Funds 2.1 The Procuring Entity indicated in the BDS has applied for or
received financing (hereinafter called funds) toward the cost of
the project or programme named in the BDS. The Employer
intends to apply a portion of the funds to eligible payments under
the contract(s) for which this Bidding Document is issued.

2.2 Payments by the Employer will be made only at the request of
the Project Manager
3. Fraud and
Corruption
3.1 It is the Governments policy to require that
Employers(including beneficiaries of the funds), as well as
bidders, suppliers, and contractors and their agents (whether
declared or not), personnel, subcontractors, sub-consultants,
service providers and suppliers, under Government-financed
contracts, observe the highest standard of ethics during the
1-6 Section I - Instructions to Bidders
procurement and execution of such contracts.
1
In pursuance of
this policy, the Government:
(a) defines, for the purposes of this provision, the terms set
forth below as follows:
(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
2
;
(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
3
;
(iii) collusive practice is an arrangement between two
or more parties
4
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
5
;
(v) "obstructive practice" is
(aa) deliberately destroying, falsifying, altering or
concealing of evidence material to the
investigation or making false statements to
investigators in order to materially impede a
Government investigation into allegations of a
corrupt, fraudulent, coercive or collusive
practice; and/or threatening, harassing or
intimidating any party to prevent it from

1
In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, agents, sub-
consultants, sub-contractors, service providers, suppliers and/or their employees to influence the
procurement process or contract execution for undue advantage is improper.
2
Another party refers to a public official acting in relation to the procurement process or contract
execution]. In this context, public official includes Government staff and employees of other
organizations taking or reviewing procurement decisions.
3
Party refers to a public official; the terms benefit and obligation relate to the procurement process
or contract execution; and the act or omission is intended to influence the procurement process or
contract execution.
4
Parties refers to participants in the procurement process (including public officials) attempting to
establish bid prices at artificial, non competitive levels.
5
Party refers to a participant in the procurement process or contract execution.
Section I - Instructions to Bidders 1-7
disclosing its knowledge of matters relevant to
the investigation or from pursuing the
investigation; or
(bb) acts intended to materially impede the exercise
of the Governments inspection and audit
rights provided for under sub-clause 3.1 (e)
below.
(b) will reject a proposal for award if it determines that the
bidder recommended for award has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, coercive
or obstructive practices in competing for the contract in
question;
(c) will cancel the funding allocated to a contract if it
determines at any time that representatives of the
Employer- engaged in corrupt, fraudulent, collusive, or
coercive practices during the procurement or the
execution of that contract, without the Employer having
taken timely and appropriate action satisfactory to the
Government to remedy the situation; and
(d) will sanction a firm or an individual, at any time, in
accordance with prevailing sanctions procedures,
including suspending or barring a bidder in accordance
with Sections sixty-five, sixty-six and sixty-seven of the
Public Procurement Act of 2008 and regulations 162 to
167 of the Public Procurement Regulations of 2011: (i) to
be awarded a Government-financed contract; and (ii) to
be a nominated
b
sub-contractor, consultant, manufacturer
or supplier, or service provider of an otherwise eligible
firm being awarded a Government-financed contract.A
bidder or supplier aggrieved by such a decision, may
appeal in accordance with Section sixty-nine of the Public
Procurement Act of 2008.
3.2 In further pursuance of this policy, Bidders shall permit the
Government to inspect any accounts and records and other
documents relating to the Bid submission and contract
performance, and to have them audited by auditors appointed
by the Government.

b
A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are
used depending on the particular bidding document) is one which either has been: (i) included by the bidder
in its pre-qualification application or bid because it brings specific and critical experience and know-how
that are accounted for in the evaluation of the bidders pre-qualification application or the bid; or (ii)
appointed by the Borrower.
1-8 Section I - Instructions to Bidders
3.3 Furthermore, bidders shall be aware of the provision stated in
GCC Sub-Clauses 22.2 and 56.2 (h).
4. Eligible Bidders


4.1 A Bidder may be a natural person, private entity, or government-
owned entitysubject to ITB 4.6or any combination of them
in the form of a joint venture, under an existing agreement, or
with the intent to constitute a legally-enforceable joint venture.
Unless otherwise stated in the BDS, all partners shall be jointly
and severally liable for the execution of the Contract in
accordance with the Contract terms.

4.2 A Bidder, and all parties constituting the Bidder, shall have the
nationality of an eligible country, in accordance with Section 5
(Eligible Countries). A Bidder shall be deemed to have the
nationality of a country if the Bidder is a citizen or is constituted,
or incorporated, and operates in conformity with the provisions
of the laws of that country. This criterion shall also apply to the
determination of the nationality of proposed subcontractors or
suppliers for any part of the Contract including related services.

4.3 A Bidder shall not have a conflict of interest. All Bidders found
to have a conflict of interest shall be disqualified. A Bidder may
be considered to have a conflict of interest with one or more
parties in this bidding process, if :
(a) they have a controlling partner in common; or
(b) they receive or have received any direct or indirect subsidy
from any of them; or
(c) they have the same legal representative for purposes of this
bid; or
(d) they have a relationship with each other directly that puts
them in a position to have access to information about or
influence on the Bid of another Bidder, or influence the
decisions of the Employer regarding this bidding process; or
(e) a Bidder participates in more than one bid in this bidding
process. Participation by a Bidder in more than one Bid will
result in the disqualification of all Bids in which the party is
involved. However, this does not limit the inclusion of the
same subcontractor in more than one bid; or
(f) a Bidder participated as a consultant in the preparation of the
design or technical specifications of the contract that is the
subject of the Bid; or
(g) a Bidder has been hired (or is proposed to be hired) by the
Section I - Instructions to Bidders 1-9
Employer as Engineer for the contract.

4.4 A Bidder that has been sanctioned by ZPPA in accordance with
the above ITB 3.1 (d), shall be ineligible to be awarded a
Government-financed contract, or benefit from a Government-
financed contract, financially or otherwise, during such period of
time as the ZPPA shall determine

4.5 A statutory corporation or body or company in which
Government has a majority or controlling interest shall be
eligible only if they meet the provisions of Section 34 of the
Public Procurement Act of 2008.To establish eligibility, the
government-owned enterprise or institution should provide all
relevant documents (including its charter) sufficient to
demonstrate that it meets the provisions of Section 34(2) of the
Public Procurement Act of 2008.

4.6 Bidders shall provide such evidence of their continued eligibility
satisfactory to the Employer, as the Employer shall reasonably
request.

4.7 In case a prequalification process has been conducted prior to the
bidding process, this bidding is open only to prequalified
Bidders.

4.8 Firms shall be excluded if:
(a) as a matter of law or official regulation, the Government
prohibits commercial relations with that country, provided
that Cooperating Partners involved are satisfied that such
exclusion does not preclude effective competition for the
supply of goods or related services required; or
(b) by an act of compliance with a decision of the United
Nations Security Council taken under Chapter VII of the
Charter of the United Nations, Government prohibits any
import of goods or contracting of works or services from
that country or any payments to persons or entities in that
country.
5. Eligible
Materials,
Equipment and
Services
5.1 The materials, equipment and services to be supplied under the
Contract shall have their origin in eligible source countries as
defined in ITB 4.2 above and all expenditures under the Contract
will be limited to such materials, equipment, and services. At the
Employers request, Bidders may be required to provide
evidence of the origin of materials, equipment and services.
1-10 Section I - Instructions to Bidders

5.2 For purposes of ITB 5.1 above, origin means the place where
the materials and equipment are mined, grown, produced or
manufactured, and from which the services are provided.
Materials and equipment are produced when, through
manufacturing, processing, or substantial or major assembling of
components, a commercially recognized product results that
differs substantially in its basic characteristics or in purpose
orutility from its components.
B. Contents of Bidding Document
6. Sections of
Bidding
Document
6.1 The Bidding Document consist of Parts 1, 2, and3, which include
all the Sections indicated below, and should be read in
conjunction with any Addenda issued in accordance with ITB 8.
PART 1 Bidding Procedures
Section I - Instructions to Bidders (ITB)
Section II - Bid Data Sheet (BDS)
Section III - Evaluation and Qualification Criteria
Section IV - Bidding Forms
Section V - Eligible Countries
PART 2 Requirements
Section VI - Works Requirements
PART 3 Conditions of Contract and Contract Forms
Section VII - General Conditions (GC)
Section VIII - Particular Conditions (PC)
Section IX - Contract Forms

6.2 The Invitation for Bids issued by the Employer is not part of the
Bidding Document.

6.3 The Employer is not responsible for the completeness of the
Bidding Document and their Addenda, if they were not obtained
directly from the source stated by the Employer in the Invitation
for Bids.

6.4 The Bidder is expected to examine all instructions, forms, terms,
and specifications in the Bidding Document. Failure to furnish
all information or documentation required by the Bidding
Document may result in the rejection of the bid.
Section I - Instructions to Bidders 1-11
7. Clarification of
Bidding
Document, Site
Visit, Pre-Bid
Meeting
7.1 A prospective Bidder requiring any clarification of the Bidding
Document shall contact the Employer in writing at the
Employers address indicated in the BDS or raise his inquiries
during the pre-bid meeting if provided for in accordance with
ITB 7.4. The Employer will respond in writing to any request for
clarification, provided that such request is received prior to the
deadline for submission of bids, within a period given in the
BDS. The Employer shall forward copies of its response to all
Bidders who have acquired the Bidding Document in accordance
with ITB 6.3, including a description of the inquiry but without
identifying its source. Should the Employer deem it necessary to
amend the Bidding Document as a result of a request for
clarification, it shall do so following the procedure under ITB 8
and ITB 22.2.

7.2 The Bidder is encouraged to visit and examine the Site of Works
and its surroundings and obtain for itself, on its own risk and
responsibility, all information that may be necessary for
preparing the bid and entering into a contract for construction of
the Works. The costs of visiting the Site shall be at the Bidders
own expense.

7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and lands
for the purpose of such visit, but only upon the express condition
that the Bidder, its personnel, and agents will release and
indemnify the Employer and its personnel and agents from and
against all liability in respect thereof, and will be responsible for
death or personal injury, loss of or damage to property, and any
other loss, damage, costs, and expenses incurred as a result of the
inspection.

7.4 The Bidders designated representative is invited to attend a pre-
bid meeting, if provided for in the BDS. The purpose of the
meeting will be to clarify issues and to answer questions on any
matter that may be raised at that stage.

7.5 The Bidder is requested, as far as possible, to submit any
questions in writing, to reach the Employer not later than one
week before the meeting.

7.6 Minutes of the pre-bid meeting, including the text of the
questions raised, without identifying the source, and the
responses given, together with any responses prepared after the
meeting, will be transmitted promptly to all Bidders who have
acquired the Bidding Document in accordance with ITB 6.3. Any
modification to the Bidding Document that may become
necessary as a result of the pre-bid meeting shall be made by the
1-12 Section I - Instructions to Bidders
Employer exclusively through the issue of an addendum pursuant
to ITB 8 and not through the minutes of the pre-bid meeting.

7.7 Nonattendance at the pre-bid meeting will not be a cause for
disqualification of a Bidder.
8. Amendment of
Bidding
Document
8.1 At any time prior to the deadline for submission of bids, the
Employer may amend the Bidding Document by issuing
addenda.

8.2 Any addendum issued shall be part of the Bidding Document and
shall be communicated in writing to all who have obtained the
Bidding Document from the Employer in accordance with ITB
6.3.

8.3 To give prospective Bidders reasonable time in which to take an
addendum into account in preparing their bids, the Employer
may, at its discretion, extend the deadline for the submission of
bids, pursuant to ITB 22.2
C. Preparation of Bids
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation
and submission of its Bid, and the Employer shall in no case be
responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to
the bid exchanged by the Bidder and the Employer, shall be
written in the language specified in the BDS. Supporting
documents and printed literature that are part of the Bid may be
in another language provided they are accompanied by an
accurate translation of the relevant passages in the language
specified in the BDS, in which case, for purposes of
interpretation of the Bid, such translation shall govern.
11. Documents
Comprising the
Bid
11.1 The Bid shall comprise the following:
(a) Letter of Bid;
(b) completed Schedules, in accordance with ITB 12 and 14, or
as stipulated in the BDS;
(c) Bid Security or Bid Securing Declaration, in accordance
with ITB 19;
(d) alternative bids, at Bidders option and if permissible, in
accordance with ITB 13;
Section I - Instructions to Bidders 1-13
(e) written confirmation authorizing the signatory of the Bid to
commit the Bidder, in accordance with ITB 20.2;
(f) documentary evidence in accordance with ITB 17
establishing the Bidders qualifications to perform the
contract;
(g) Technical Proposal in accordance with ITB 16;
(h) In the case of a bid submitted by a joint venture (JV), the JV
agreement, or letter of intent to enter into a JVincluding a
draft agreement, indicating at least the parts of the Works to
be executed by the respective partners; and
(i) Any other document required in the BDS.
12. Letter of Bid and
Schedules
12.1 The Letter of Bid, Schedules, and all documents listed under
Clause 11, shall be prepared using the relevant forms in Section
IV(Bidding Forms), if so provided. The forms must be completed
without any alterations to the text, and no substitutes shall be
accepted. All blank spaces shall be filled in with the information
requested.
13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative bids shall not
be considered.

13.2 When alternative times for completion are explicitly invited, a
statement to that effect will be included in the BDS, as will the
method of evaluating different times for completion.

13.3 When specified in the BDS pursuant to ITB 13.1, and subject to
ITB 13.4 below, Bidders wishing to offer technical alternatives
to the requirements of the Bidding Document must first price the
Employers design as described in the Bidding Document and
shall further provide all information necessary for a complete
evaluation of the alternative by the Employer, including
drawings, design calculations, technical specifications,
breakdown of prices, and proposed construction methodology
and other relevant details. Only the technical alternatives, if any,
of the best-evaluated Bidder conforming to the basic technical
requirements shall be considered by the Employer.

13.4 When specified in the BDS, Bidders are permitted to submit
alternative technical solutions for specified parts of the Works.
Such parts will be identified in the BDS and described in
Section VI(Employers Requirements). The method for their
evaluation will be stipulated in Section III(Evaluation and
Qualification Criteria).
1-14 Section I - Instructions to Bidders
14. Bid Prices and
Discounts
14.1 The prices and discounts quoted by the Bidder in the Letter of
Bid and in the Schedules shall conform to the requirements
specified below.

14.2 The Bidder shall submit a bid for the whole of the works
described in ITB 1.1 by filling in prices for all items of the
Works, as identified in Section IV, Bidding Forms. In case of
admeasurement contracts, the Bidder shall fill in rates and prices
for all items of the Works described in the Bill of Quantities.
Items against which no rate or price is entered by the Bidder will
not be paid for by the Employer when executed and shall be
deemed covered by the rates for other items and prices in the Bill
of Quantities.

14.3 The price to be quoted in the Letter of Bid shall be the total price
of the Bid, excluding any discounts offered.

14.4 Unconditional discounts, if any, and the methodology for their
application shall be quoted in the Letter of Bid, in accordance
with ITB 12.1.
14.5 If so indicated in ITB 1.1, bids are invited for individual
contracts or for any combination of contracts (packages). Bidders
wishing to offer any price reduction for the award of more than
one Contract shall specify in their bid the price reductions
applicable to each package, or alternatively, to individual
Contracts within the package. Price reductions or discounts shall
be submitted in accordance with ITB 14.3, provided the bids for
all contracts are submitted and opened at the same time.

14.6 Unless otherwise provided in the BDS and the Conditions of
Contract, the prices quoted by the Bidder shall be fixed. If the
prices quoted by the Bidder are subject to adjustment during the
performance of the Contract in accordance with the provisions of
the Conditions of Contract, the Bidder shall furnish the indices
and weightings for the price adjustment formulae in the Schedule
of Adjustment Data in Section IV (Bidding Forms) and the
Employer may require the Bidder to justify its proposed indices
and weightings.

14.7 All duties, taxes, and other levies payable by the Contractor
under the Contract, or for any other cause, as of the date 28 days
prior to the deadline for submission of bids, shall be included in
the rates and prices and the total bid price submitted by the
Bidder.
15. Currencies of
Bid and Payment
15.1 The currency(ies) of the bid shall be as specified in the BDS.
Section I - Instructions to Bidders 1-15

15.2 Bidders may be required by the Employer to justify, to the
Employers satisfaction, their local and foreign currency
requirements, and to substantiate that the amounts included in the
prices shown in the appropriate form(s) of Section IV, in which
case a detailed breakdown of the foreign currency requirements
shall be provided by Bidders.
16. Documents
Comprising the
Technical
Proposal
16.1 The Bidder shall furnish a Technical Proposal including a
statement of work methods, equipment, personnel, schedule and
any other information as stipulated in Section IV (Bidding
Forms), in sufficient detail to demonstrate the adequacy of the
Bidders proposal to meet the work requirements and the
completion time.
17. Documents
Establishing the
Qualifications of
the Bidder
17.1 To establish its qualifications to perform the Contract in
accordance with Section III (Evaluation and Qualification
Criteria) the Bidder shall provide the information requested in
the corresponding information sheets included in Section IV
(Bidding Forms).

17.2 Domestic Bidders, individually or in joint ventures, applying for
eligibility for a 7-percent margin ofdomestic preference shall
supply all information required to satisfy the criteria for
eligibility as described in ITB 33.
18. Period of
Validity of Bids
18.1 Bids shall remain valid for the period specified in the BDS after
the bid submission deadline date prescribed by the Employer. A
bid valid for a shorter period shall be rejected by the Employer as
nonresponsive.

18.2 In exceptional circumstances, prior to the expiration of the bid
validity period, the Employer may request Bidders to extend the
period of validity of their bids. The request and the responses
shall be made in writing. If a bid security is requested in
accordance with ITB 19, it shall also be extended for a
corresponding period. A Bidder may refuse the request without
forfeiting its bid security. A Bidder granting the request shall not be
required or permitted to modify its bid.

18.3 In the case of fixed price contracts, if the award is delayed by a
period exceeding fifty-six (56) days beyond the expiry of the
initial bid validity, the Contract price shall be adjusted by a
factor specified in the request for extension. Bid evaluation shall
be based on the Bid Price without taking into consideration the
above correction.
19. Bid Security 19.1 Unless otherwise specified in the BDS, the Bidder shall furnish
as part of its bid, in original form, either a Bid Securing
1-16 Section I - Instructions to Bidders
Declaration or a bid security as specified in the BDS. In the case
of a bid security, the amount shall be as specified in the BDS.

19.2 A Bid Securing Declaration shall use the form included in
Section IV Bidding Forms.

19.3 If a bid security is specified pursuant to ITB 19.1, the bid
security shall be, at the Bidders option, in any of the following
forms:
(a) an unconditional guarantee, issued by a bank or surety;
(b) an irrevocable letter of credit;
(c) a cashiers or certified check; or
(d) another security indicated in the BDS.
from a reputable sourcefrom an eligible country. If the
unconditional guarantee is issued by an insurance company or
bonding company located outside the Employers Country, it
shall have a correspondent financial institution located in the
Employers Country. In the case of a bank guarantee, the bid
security shall be submitted either using the Bid Security Form
included in Section IV(Bidding Forms) or in another
substantially similar format approved by the Employer prior to
bid submission. In either case, the form must include the
complete name of the Bidder. The bid security shall be valid for
twenty-eight days (28) beyond the original validity period of the
bid, or beyond any period of extension if requested under ITB
18.2.

19.4 Any bid not accompanied by an enforceable and
substantiallycompliant bid security or Bid Securing Declaration,
if required in accordance with ITB 19.1, shall be rejected by the
Employer as nonresponsive.

19.5 If a bid security is specified pursuant to ITB 19.1, the bid
security of unsuccessful Bidders shall be returned as promptly as
possible upon the successful Bidders furnishing of the
performance security pursuant to ITB 41.

19.6 If a bid security is specified pursuant to ITB 19.1, the bid
security of the successful Bidder shall be returned as promptly as
possible once the successful Bidder has signed the Contract and
furnished the required performance security.

19.7 The bid security may be forfeited or the Bid Securing
Declaration executed:
Section I - Instructions to Bidders 1-17
(a) if a Bidder withdraws its bid during the period of bid
validity specified by the Bidder on the Letter of Bid,
except as provided in ITB 18.2 or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 40; or
(ii) furnish a performance security in accordance with ITB
41.

19.8 The Bid Security or the Bid Securing Declaration of a JVshall be
in the name of the JVthat submits the bid. If the JVhas not been
constituted into a legally-enforceable JV, at the time of bidding,
the Bid Security or the Bid Securing Declaration shall be in the
names of all future partners as named in the letter of intent
mentioned in ITB 4.1.
19.9 If a bid security is not required in the BDS, and
(a) if a Bidder withdraws its bid during the period of bid
validity specified by the Bidder on the Letter of Bid Form,
except as provided in ITB 18.2, or
(b) if the successful Bidder fails to: sign the Contract in
accordance with ITB 40; or furnish a performance security
in accordance with ITB 41;
the Employer may, if provided for in the BDS, declare the
Bidder disqualified to be awarded a contract by the Employer
for a period of time as stated in the BDS.
20. Format and
Signing of Bid
20.1 The Bidder shall prepare one original of the documents
comprising the bid as described in ITB 11 and clearly mark it
ORIGINAL. Alternative bids, if permitted in accordance with
ITB 13, shall be clearly marked ALTERNATIVE. In addition, the
Bidder shall submit copies of the bid in the number specified in
the BDS, and clearly mark each of them COPY. In the event of
any discrepancy between the original and the copies, the original
shall prevail.

20.2 The original and all copies of the bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to
sign on behalf of the Bidder. This authorization shall consist of a
written confirmation as specified in the BDS and shall be
attached to the bid. The name and position held by each person
signing the authorization must be typed or printed below the
signature.
1-18 Section I - Instructions to Bidders

20.3 Any amendmentssuch as interlineations, erasures, or overwriting
shall be valid only if they are signed or initialed by the person
signing the bid.
D. Submission and Opening of Bids
21. Sealing and
Marking of Bids
21.1 Bidders may always submit their bids by mail or by hand. When
so specified in the BDS, bidders shall have the option of
submitting their bids electronically. Procedures for submission,
sealing and marking are as follows:
(a) Bidders submitting bids by mail or by hand shall enclose the
original and each copy of the Bid, including alternative bids,
if permitted in accordance with ITB 13, in separate sealed
envelopes, duly marking the envelopes as ORIGINAL,
ALTERNATIVE and COPY. These envelopes containing
the original and the copies shall then be enclosed in one
single envelope. The rest of the procedure shall be in
accordance with ITB sub-Clauses 22.2 and 22.3.
(b) Bidders submitting bids electronically shall follow the
electronic bid submission procedures specified in the BDS.

21.2 The inner and outer envelopes shall:
(a) bear the name and address of the Bidder;
(b) be addressed to the Employer as provided in the BDS
pursuant to ITB 22.1;
(c) bear the specific identification of this bidding process
indicated in accordance with ITB 1.1; and
(d) bear a warning not to open before the time and date for bid
opening.

21.3 If all envelopes are not sealed and marked as required, the
Employer will assume no responsibility for the misplacement or
premature opening of the bid.
22. Deadline for
Submission of
Bids
22.1 Bids must be received by the Employer at the address and no
later than the date and time indicated in the BDS.

22.2 The Employer may, at its discretion, extend the deadline for the
submission of bids by amending the Bidding Document in
accordance with ITB 8, in which case all rights and obligations
of the Employer and Bidders previously subject to the deadline
Section I - Instructions to Bidders 1-19
shall thereafter be subject to the deadline as extended.
23. Late Bids 23.1 The Employer shall not consider any bid that arrives after the
deadline for submission of bids, in accordance with ITB 22. Any
bid received by the Employer after the deadline for submission
of bids shall be declared late, rejected, and returned unopened to
the Bidder.
24. Withdrawal,
Substitution, and
Modification of
Bids
24.1 A Bidder may withdraw, substitute, or modify its bid after it has
been submitted by sending a written notice, duly signed by an
authorized representative, and shall include a copy of the
authorization in accordance with ITB 20.2, (except that
withdrawal notices do not require copies). The corresponding
substitution or modification of the bid must accompany the
respective written notice. All notices must be:
(a) prepared and submitted in accordance with ITB 20 and ITB 21
(except that withdrawal notices do not require copies), and in
addition, the respective envelopes shall be clearly marked
WITHDRAWAL, SUBSTITUTION, MODIFICATION; and
(b) received by the Employer prior to the deadline prescribed for
submission of bids, in accordance with ITB 22.

24.2 Bids requested to be withdrawn in accordance with ITB 24.1
shall be returned unopened to the Bidders.

24.3 No bid may be withdrawn, substituted, or modified in the
interval between the deadline for submission of bids and the
expiration of the period of bid validity specified by the Bidder on
the Letter of Bid or any extension thereof.
25. Bid Opening 25.1 The Employer shall open the bids in public at the address, date
and time specified in the BDS in the presence of Bidders`
designated representatives and anyone who choose to attend.
Any specific electronic bid opening procedures required if
electronic bidding is permitted in accordance with ITB 21.1,
shall be as specified in the BDS.

25.2 First, envelopes marked WITHDRAWAL shall be opened and
read out and the envelope with the corresponding bid shall not be
opened, but returned to the Bidder. No bid withdrawal shall be
permitted unless the corresponding withdrawal notice contains a
valid authorization to request the withdrawal and is read out at
bid opening. Next, envelopes marked SUBSTITUTION shall be
opened and read out and exchanged with the corresponding bid
being substituted, and the substituted bid shall not be opened, but
returned to the Bidder. No bid substitution shall be permitted
unless the corresponding substitution notice contains a valid
1-20 Section I - Instructions to Bidders
authorization to request the substitution and is read out at bid
opening. Envelopes marked MODIFICATION shall be opened
and read out with the corresponding bid. No bid modification
shall be permitted unless the corresponding modification notice
contains a valid authorization to request the modification and is
read out at bid opening. Only envelopes that are opened and read
out at bid opening shall be considered further.

25.3 All other envelopes shall be opened one at a time, reading out:
the name of the Bidder and the Bid Price(s), including any
discounts and alternative bids and indicating whether there is a
modification; the presence of a bid security or Bid securing
Declaration, if required; and any other details as the Employer
may consider appropriate. Only discounts and alternative offers
read out at bid opening shall be considered for evaluation. No bid
shall be rejected at bid opening except for late bids, in
accordance with ITB 23.1.

25.4 The Employer shall prepare a record of the bid opening that shall
include, as a minimum: the name of the Bidder and whether there
is a withdrawal, substitution, or modification; the Bid Price, per
contract if applicable, including any discounts and alternative
offers; and the presence or absence of a bid security, if one was
required. The Bidders representatives who are present shall be
requested to sign the record. The omission of a Bidders
signature on the record shall not invalidate the contents and
effect of the record. A copy of the record shall be distributed to
all Bidders.
E. Evaluation and Comparison of Bids
26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison,
and post-qualification of bids and recommendation of contract
award, shall not be disclosed to Bidders or any other persons not
officially concerned with such process until information on
Contract award is communicated to all Bidders.

26.2 Any attempt by a Bidder to influence the Employer in the
evaluation of the bids or Contract award decisions may result in
the rejection of its bid.

26.3 Notwithstanding ITB 25.2, from the time of bid opening to the
time of Contract award, if any Bidder wishes to contact the
Employer on any matter related to the bidding process, it may do
so in writing.
27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of the
bids, and qualification of the Bidders, the Employer may, at its
Section I - Instructions to Bidders 1-21
Bids

discretion, ask any Bidder for a clarification of its bid. Any
clarification submitted by a Bidder that is not in response to a
request by the Employer shall not be considered. The Employers
request for clarification and the response shall be in writing. No
change in the prices or substance of the bid shall be sought,
offered, or permitted, except to confirm the correction of
arithmetic errors discovered by the Employer in the evaluation of
the bids, in accordance with ITB 31.

27.2 If a Bidder does not provide clarifications of its bid by the date
and time set in the Employers request for clarification, its bid
may be rejected.
28. Deviations,
Reservations,
and Omissions
28.1 During the evaluation of bids, the following definitions apply:
(a) Deviation is a departure from the requirements specified
in the Bidding Document;
(b) Reservation is the setting of limiting conditions or
withholding from complete acceptance of the requirements
specified in the Bidding Document; and
(c) Omission is the failure to submit part or all of the
information or documentation required in the Bidding
Document.
29. Determination of
Responsiveness
29.1 The Employers determination of a bids responsiveness is to be
based on the contents of the bid itself, as defined in ITB11.

29.2 A substantially responsive bid is one that meets the requirements
of the Bidding Document without material deviation, reservation,
or omission. A material deviation, reservation, or omission is one
that,
(a) if accepted, would:
(i) affect in any substantial way the scope, quality, or
performance of the Works specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the
Bidding Document, the Employers rights or the
Bidders obligations under the proposed Contract; or
(b) if rectified, would unfairly affect the competitive position of
other Bidders presenting substantially responsive bids.

29.3 The Employer shall examine the technical aspects of the bid
submitted in accordance with ITB 16, Technical Proposal, in
particular, to confirm that all requirements of Section 6
(Employers Requirements) have been met without any material
1-22 Section I - Instructions to Bidders
deviation, reservation or omission.

29.4 If a bid is not substantially responsive to the requirements of the
Bidding Document, it shall be rejected by the Employer and may
not subsequently be made responsive by correction of the
material deviation, reservation, or omission.
30. Nonconformities,
Errors, and
Omissions
30.1 Provided that a bid is substantially responsive, the Employer may
waive any nonconformities in the bid.

30.2 Provided that a bid is substantially responsive, the Employer may
request that the Bidder submit the necessary information or
documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities in the bid related to documentation
requirements. Requesting information or documentation on such
nonconformities shall not be related to any aspect of the price of
the bid. Failure of the Bidder to comply with the request may
result in the rejection of its bid.

30.3 Provided that a bid is substantially responsive, the Employer
shall rectify quantifiable nonmaterial nonconformities related to
the Bid Price. To this effect, the Bid Price may be adjusted, for
comparison purposes only, to reflect the price of a missing or
non-conforming item or component. The adjustment shall be
made using the methods indicated in Section III (Evaluation and
Qualification Criteria).
31. Correction of
Arithmetical
Errors
31.1 Provided that the bid is substantially responsive, the Employer
shall correct arithmetical errors on the following basis:
(a) only for unit price contracts, if there is a discrepancy
between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall
prevail and the total price shall be corrected, unless in the
opinion of the Employer there is an obvious misplacement of
the decimal point in the unit price, in which case the total
price as quoted shall govern and the unit price shall be
corrected;
(b) if there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the
total shall be corrected; and
(c) if there is a discrepancy between words and figures, the
amount in words shall prevail, unless the amount expressed
in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a) and (b) above.
Section I - Instructions to Bidders 1-23

31.2 If the Bidder that submitted the best-evaluated bid does not
accept the correction of errors, its bid shall be declared non-
responsive.
32. Conversion to
Single Currency
32.1 For evaluation and comparison purposes, the currency(ies) of the
bid shall be converted into a single currency as specified in the
BDS.
33. Margin of
Preference
33.1 A margin of preference shall not apply, unless otherwise
specified in the BDS.
33.2 Domestic bidders shall provide all evidence necessary to prove
that they meet the following criteria to be eligible for a 7
percent margin of preference in the comparison of their bids with
those of bidders who do not qualify for the preference. They
should:
(a) be registered within the country of the Employers country ;
(b) have majority ownership by nationals of the country of the
Employers country ;
(c) not subcontract more than 10 percent of the Contract Price,
excluding provisional sums, to foreign contractors.
33.3 The following procedure shall be used to apply the margin of
preference:
(a) Responsive bids shall be classified into the following
groups:
(i) Group A: bids offered by domestic bidders and joint
ventures meeting the criteria of ITB Sub-Clause 33.2;
and
(ii) Group B: all other bids.
(b) For the purpose of further evaluation and comparison of
bids only, an amount equal to 7 percent of the evaluated
Bid prices determined in accordance with ITB Sub-Clause
33.2 shall be added to all bids classified in Group B.
34. Evaluation of
Bids
34.1 The Employer shall use the criteria and methodologies listed in
this Clause. No other evaluation criteria or methodologies shall
be permitted.

34.2 To evaluate a bid, the Employer shall consider the following:
(a) the bid price, excluding Provisional Sums and the provision,
if any, for contingencies in the Summary Bill of Quantities
for admeasurement contracts or Schedule of Prices for lump
1-24 Section I - Instructions to Bidders
sum contracts, but including Daywork items, where priced
competitively;
(b) price adjustment for correction of arithmetic errors in
accordance with ITB 31.1;
(c) price adjustment due to discounts offered in accordance with
ITB 14.3;
(d) converting the amount resulting from applying (a) to (c) above,
if relevant, to a single currency in accordance with ITB 32;
(e) adjustment for nonconformities in accordance with ITB
30.3;
(f) application of all the evaluation factors indicated in Section
III (Evaluation and Qualification Criteria);

34.3 The estimated effect of the price adjustment provisions of the
Conditions of Contract, applied over the period of execution of
the Contract, shall not be taken into account in bid evaluation.

34.4 If this Bidding Document allows Bidders to quote separate prices
for different contracts, and to award multiple contracts to a single
Bidder, the methodology to determine the best-evaluated price of
the contract combinations, including any discounts offered in the
Letter of Bid, is specified in Section III (Evaluation and
Qualification Criteria).

34.5 If the bid for an admeasurement contract, which results in the
best-evaluated Bid Price, is seriously unbalanced, front loaded or
substantially below updated estimates in the opinion of the
Employer, the Employer may require the Bidder to produce
detailed price analyses for any or all items of the Bill of
Quantities, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed.
After evaluation of the price analyses, taking into consideration
the schedule of estimated Contract payments, the Employer may
require that the amount of the performance security be increased
at the expense of the Bidder to a level sufficient to protect the
Employer against financial loss in the event of default of the
successful Bidder under the Contract.
35. Comparison of
Bids
35.1 The Employer shall compare all substantially responsive bids in
accordance with ITB 34.2 to determine the best-evaluated bid.
36. Qualification of
the Bidder
36.1 The Employer shall determine to its satisfaction whether the
Bidder that is selected as having submitted the best-evaluated
and substantially responsive bid meets the qualifying criteria
Section I - Instructions to Bidders 1-25
specified in Section III (Evaluation and Qualification Criteria).

36.2 The determination shall be based upon an examination of the
documentary evidence of the Bidders qualifications submitted
by the Bidder, pursuant to ITB 17.1.

36.3 An affirmative determination of qualification shall be a
prerequisite for award of the Contract to the Bidder. A negative
determination shall result in disqualification of the bid, in which
event the Employer shall proceed to the next best-evaluated bid
to make a similar determination of that Bidders qualifications to
perform satisfactorily.
37. Employers Right
to Accept Any
Bid, and to
Reject Any or
All Bids
37.1 The Employer reserves the right to accept or reject any bid, and
to annul the bidding process and reject all bids at any time prior
to contract award, without thereby incurring any liability to
Bidders. In case of annulment, all bids submitted and
specifically, bid securities, shall be promptly returned to the
Bidders.
F. Award of Contract
38. Award Criteria 38.1 Subject to ITB 37.1, the Employer shall award the Contract to
the Bidder whose offer has been determined to be the best-
evaluated bid and is substantially responsive to the Bidding
Document, provided further that the Bidder is determined to be
qualified to perform the Contract satisfactorily.
39. Notification of
Award
39.1 Prior to the expiration of the period of bid validity, the Employer
shall notify the successful Bidder, in writing, via the Letter of
Acceptance included in the Contract Forms, that its bid has been
accepted. At the same time, the Employer shall also notify all
other Bidders of the results of the bidding, and shall publish in
UNDB online and in the dgMarketthe results identifying the bid and
lot numbers and the following information: (i) name of each Bidder
who submitted a Bid; (ii) bid prices as read out at Bid Opening; (iii)
name and evaluated prices of each Bid that was evaluated; (iv)
name of bidders whose bids were rejected and the reasons for their
rejection; and (v) name of the winning Bidder, and the Price it
offered, as well as the duration and summary scope of the contract
awarded.

39.2 Until a formal contract is prepared and executed, the notification
of award shall constitute a binding Contract.

39.3 The Employer shall promptly respond in writing to any
unsuccessful Bidder who, after notification of award in
1-26 Section I - Instructions to Bidders
accordance with ITB 39.1, requests in writing the grounds on
which its bid was not selected.
40. Signing of
Contract
40.1 Promptly upon notification, the Employer shall send the
successful Bidder the Contract Agreement.

40.2 Within twenty-eight (28) days of receipt of the Contract
Agreement, the successful Bidder shall sign, date, and return it to
the Employer.
41. Performance
Security
41.1 Within twenty-eight (28) days of the receipt of notification of
award from the Employer, the successful Bidder shall furnish the
performance security in accordance with the conditions of
contract, subject to ITB 34.5, using for that purpose the
Performance Security Form included in Section IX (Contract
Forms), or another form acceptable to the Employer. If the
performance security furnished by the successful Bidder is in the
form of a bond, it shall be issued by a bonding or insurance
company that has been determined by the successful Bidder to be
acceptable to the Employer. A foreign institution providing a
bond shall have a correspondent financial institutionlocated in the
Employers Country.

41.2 Failure of the successful Bidder to submit the above-mentioned
Performance Security or to sign the Contract Agreement shall
constitute sufficient grounds for the annulment of the award and
forfeiture of the bid security. In that event the Employer may
award the Contract to the next best-evaluated Bidder whose offer
is substantially responsive and is determined by the Employer to
be qualified to perform the Contract satisfactorily.

41.3 The above provision shall also apply to the furnishing of a
domestic preference security if so required.
42. Adjudicator 42.1 The Employer proposes the person named in the BDS to be
appointed as Adjudicator under the Contract, at the hourly fee
specified in the BDS, plus reimbursable expenses. If the Bidder
disagrees with this proposal, the Bidder should so state in his
Bid. If, in the Letter of Acceptance, the Employer does not agree
on the appointment of the Adjudicator, the Employer will request
the Appointing Authority designated in the Particular Conditions
of Contract (PCC) pursuant to Clause 23.1 of the General
Conditions of Contract (GCC), to appoint the Adjudicator.


1-27

Section II - Bid Data Sheet (BDS)
A. Introduction
ITB 1.1

The Employer is:
The Road Development Agency,
Corner of Fairley/Government Road,
P.O. Box 50003,
Lusaka.

ITB 1.1

The name of the bidding process is: The Construction and Upgrading to
Bituminous Standard and Re-alignment of approximately 78 km of
RD54 Road from Chief Mukungules area(Mwaleshi river) to Lufila
Kakoko Kalalantekwe in Muchinga Province of Zambia- Lot 2: Km
0+000 (Mwaleshi River) To Km 78+000 (RD54/T002 Junction) at
Kalalantekwe
The identification number of the bidding process is: RDA/CE/021/14
The number and identification of lots comprising this bidding process is:
N/A
ITB 2.1 The Employer is: The Road Development Agency
ITB 2.1
The name of the Project is: The Construction and Upgrading to
Bituminous Standard and Re-alignment of approximately 78 km of
RD54 Road from Chief Mukungules area(Mwaleshi river) to Lufila
Kakoko Kalalantekwe in Muchinga Province of Zambia- Lot 2: Km
0+000 (Mwaleshi River) To Km 78+000 (RD54/T002 Junction) at
Kalalantekwe
ITB 4.1(a) The individuals or firms in a JV shall be jointly and severally liable.
ITB 4.2 The tender is open to firms that are registered in Zambia as contractors of
road works with the National Council for Construction (NCC) in
Category R, Grades 1 and 2.

B. Bidding Documents
ITB 7.1
For clarification purposes only, the Employers address is:
Attention: The Director Procurement
Street Address: Road Development Agency - HQ
1-28 Section II - Bid Data Sheet
Corner of Government/Fairley Road
P.O. Box 50003
City: Lusaka
Country: Zambia
Telephone:+260-211-253088/254838/253781
Facsimile number: +260-211-253404/251420
Electronic mail address: kshisholeka@roads.gov.zm
Requests for clarification should be received by the Employer no later
than: 14 days before the closing date.
ITB 7.4 A site visit conducted by the Employer shall be organized on:
Date: Friday 20
th
June 2014
Time: 09:00 hours local time
Place: Office of the Regional Manager RDA Regional Offices,
Muchinga Region

A Pre-Bid meeting shall take place on the same day as follows:
Date: Friday 20
th
June 2014
Time: 14:30 hours local time
Place: Office of the Regional Manager RDA Regional Offices,
Muchinga Region and


C. Preparation of Bids
ITB 10.1 The language of the bid is: ENGLI SH
ITB 11.1 (b) The following schedules shall be submitted with the bid:
Priced Bill of Quantities;
Quality Assurance Plan;
Risk Management Plan; and
Work Plan and Method Statement and Site Organization.
Section II - Bid Data Sheet 1-29
ITB 11.1 (i) The Bidder shall submit with its bid the following additional documents:
A proposal to subcontract a mandatory 20% of the Contract Price to
be carried out by Zambian Citizen-Owned construction companies,
showing which works shall be subcontracted.
ITB 13.1 Alternative bids SHALL NOT BE permitted.
ITB 13.2 Alternative times for completion SHALL BE permitted.
If alternative times for completion are permitted, the evaluation method
will be as specified in Section III (Evaluation and Qualification Criteria).
ITB 13.4 Alternative technical solutions shall be permitted for the following parts of
the Works: NOT APPLI CABLE
If alternative technical solutions are permitted, the evaluation method will
be as specified in Section III (Evaluation and Qualification Criteria).
ITB 14.6 The prices quoted by the Bidder shall be subject to adjustment during the
performance of the Contract after the 18
th
month.
ITB 15.1 The prices shall be quoted by the bidder in: Zambian Kwacha
ITB 18.1 The Bid shall be valid for 150 days after the date of bid closing.
ITB 19.1

Bid shall include a Bid Security or a by a surety using the form for bid
security (Bank guarantee or bid bond) included in Section XI Security
Forms.
The bids, accompanied by a bid security of not less than 2%or equivalent
in any freely convertible currency at the prevailing exchange rate and
valid for 28 days beyond the date of bid validity.
ITB 19.3 (d) N/A
ITB 20.1 In addition to the original of the bid, the number of copies is: four (4)
Bidders shall also submit an electronic copy of their bid in pdf format
on a CD-ROM (1 copy), in addition to the hardcopies.
ITB 20.2
The written confirmation of authorization to sign on behalf of the Bidder
shall be:a Power of Attorney
In the case of Bids submitted by an existing or intended JV an undertaking
1-30 Section II - Bid Data Sheet
signed by all parties (i) stating that all parties shall be jointly and severally
liable,and (ii) nominating a Representative who shall have the authority to
conduct all business for and on behalf all the parties of the JV during the
bidding process and, in the event the JV is awarded the Contract, during
contract execution shall also be submitted.

D. Submission and Opening of Bids
ITB 21.1 NOT APPLI CABLE
ITB 21.1 (b) If bidders shall have the option of submitting their bids electronically, the
electronic bidding submission procedures shall be: NONE
ITB 22.1 For bid submission purposes only, the Employers address is:

ROAD DEVELOPMENT AGENCY,
P.O. BOX 50003, LUSAKA, PLOT 33,
GOVERNMENT/FAIRLEY ROADS, RIDGEWAY
number: +260-211-253088
City: LUSAKA
ZAMBIA
The deadline for bid submission is:
Date: Friday 18
th
July 2014
Time: 14:30 Hours Local Time
ITB 25.1
The bid opening shall take place at:

The Main Conference Room
ROAD DEVELOPMENT AGENCY,
P.O. BOX 50003, LUSAKA, PLOT 33,
GOVERNMENT/FAIRLEY ROADS, RIDGEWAY, LUSAKA
City: LUSAKA
ZAMBIA
Date: Friday 18
th
July 2014
Time: 14:30 Hours Local Time.
ITB 25.1 If electronic bid submission is permitted in accordance with ITB 21.1, the
specific bid opening procedures shall be: NOT PERMI TTED
Section II - Bid Data Sheet 1-31

E. Evaluation and Comparison of Bids
ITB 32.1

NOT APPLI CABLE
ITB 33.1
A margin of preference shall apply in accordance with The Citizen
Economic Empowerment (Preferential Procurement) Regulations, 2011 as
follows:
(a) Citizen-influenced Company -4% margin of preference
(b) Citizen-empowered Company -8% margin of preference
(c) Citizen-owned Company -12% margin of preference
Application: The applicable margin of preference shall be applied by
way of a discount to the corrected bid sums offered by citizen bidders,
for evaluation purposes only.
ITB41.1
The Standard Form of Performance Security acceptable to the Employer
shall be an Unconditional Bank Guarantee. Performance Bonds from
Insurance companies shall not be accepted.

The Bank Guarantee shall be unconditional (on demand) (see Section X:
Security Forms) and shall be in an amount not less than 10 % of the
Contract Price.
ITB 42.1 The Adjudicator proposed by the Employer is a person to be nominated by
the Zambia Association of Arbitrators.
The hourly fee for this proposed Adjudicator shall be ZMW 350.00.
The Appointing Authority is The Engineering Institution of Zambia


1-33
Section III Evaluation and Qualification Criteria

This section contains all the criteria that the Employer shall use to evaluate bids and qualify
Bidders if the bidding was not preceded by a prequalification exercise and post qualification
is applied. In accordance with ITB 34 and ITB 36, no other methods, criteria and factors shall
be used. The Bidder shall provide all the information requested in the forms included in
Section 4 (Bidding Forms).

Table of Criteria
1. Evaluation .................................................................................................................. 34
1.1 Adequacy of Technical Proposal .................................................................................34
1.2 Multiple Contracts .......................................................................................................34
1.3 Completion Time .........................................................................................................34
1.4 Technical Alternatives .................................................................................................34
1.5 Margin of Preference [Applicable for ONB only] .......................................................34
2. Qualification .............................................................................................................. 35
2.1 Eligibility .....................................................................................................................35
2.2 Historical Contract Non-Performance .........................................................................36
2.3 Financial Situation .......................................................................................................37
2.4 Experience....................................................................................................................39



1-34 Section III - Evaluation and Qualification Criteria

2 Evaluation
In addition to the criteria listed in ITB 34.2 (a) the following criteria shall
apply under ITB 34.2 (f):
a. Bidders will also be assessed through the provisions of the
Consultants and Contractors Vendor Rating System RDA Policy
& Procedure Manual, J anuary 2013.
b. Contractors with a current Past Performance Rating of less than 60%
shall not be considered for award of contract.
c. Contractors without current Past Performance Ratings will be assessed
prior to award of contract through a strict due diligence exercise
conducted on the two (2) most recent projects completed using the
Consultants and Contractors Vendor Rating System RDA Policy &
Procedure Manual, January 2013 and shall achieve at least 60%.
3 Adequacy of Technical Proposal
Evaluation of the Bidders Technical Proposal will include an assessment of
the Bidders technical capacity to mobilize key equipment and personnel for
the contract consistent with its proposal regarding work methods, scheduling,
and material sourcing in sufficient detail and fully in accordance with the
requirements stipulated in Section VI(Employers Requirements).
4 Multiple Contracts
Pursuant to Sub-Clause 34.4 of the Instructions to Bidders, if Works are
grouped in multiple contracts, evaluation will be as follows:
5 Completion Time
An alternative Completion Time, if permitted under ITB 13.2, will be
evaluated as follows:
a. 2% of the bid sum shall be added for each additional month beyond
the expected Completion Time stipulated, for evaluation purposes only.
1.4 Technical Alternatives
Technical alternatives, if permitted under ITB 13.4, will be evaluated as
follows:
1.5 Margin of Preference [Applicable for ONB only]
If a margin of preference shall apply under ITB 33.1, the procedure will be as
follows as:

1-35
2. Qualification
Factor
2.1 Eligibility
Sub-Factor
Criteria
Documentation
Required Requirement
Bidder
Single Entity Joint Venture, Consortium or Association
All partners
combined
Each
partner
At least one
partner
2.1.1 Nationality Nationality in accordance with ITB 4.2. Must meet
requirement
Existing or
intended JV
must meet
requirement
Must meet
requirement
N / A Form ELI 1.1 and
1.2, with attachments
2.1.2 Conflict of
Interest
No- conflicts of interests as described in ITB
4.3.
Must meet
requirement
Existing or
intended JV
must meet
requirement
Must meet
requirement
N / A Letter of Bid
2.1.3 Ineligibility Not having been declared ineligible by
ZPPA as described in ITB 4.4.
Must meet
requirement
Existing JV
must meet
requirement
Must meet
requirement
N / A Letter of Bid
2.1.4 Government
Owned Entity
Compliance with conditions of ITB 4.5 Must meet
requirement
Must meet
requirement
Must meet
requirement
N / A
Form ELI 1.1 and
1.2, with attachments
2.1.5 Ineligibility
based on a United
Nations resolution or
Zambian law
Not having been excluded as a result of the
laws of Zambia or official regulations, or by
an act of compliance with UN Security
Council resolution, in accordance with ITB
4.8
Must meet
requirement
Existing JV
must meet
requirement
Must meet
requirement
N / A
Letter of Bidder
2.1.6 NCC
Registration
Registration with NCC in accordance with
ITB 4.2
Must meet
requirement
Existing JV
must meet
requirement
Must meet
requirement
N / A
Certificate of
Registration

1-36

Factor
2.2 Historical Contract Non-Performance
Sub-Factor
Criteria
Documentation
Required
Requirement
Bidder
Single Entity
Joint Venture, Consortium or Association
All partners
combined
Each
partner
At least one
partner
2.2.1 History of non-
performing contracts
Non-performance of a contract did
not occur within the last three (3)
years prior to the deadline for
application submission, based on all
information on fully settled disputes
or litigation. A fully settled dispute
or litigation is one that has been
resolved in accordance with the
Dispute Resolution Mechanism
under the respective contract, and
where all appeal instances available
to the bidder have been exhausted.
Must meet
requirement
by itself or as
partner to
past or
existing JVA
N / A

Must meet
requirement
by itself or
as partner to
past or
existing JVA
N / A
Form CON - 2
2.2.2 Pending
Litigation
All pending litigation shall in total
not represent more than fifteen
percent (15%) of the Bidders net
worth and shall be treated as
resolved against the Bidder.
Must meet
requirement
by itself or as
partner to
past or
existing JVA
N / A
Must meet
requirement
by itself or as
partner to
past or
existing JVA
N / A
Form CON 2
1-37
Factor
2.3 Financial Situation
Sub-Factor
Criteria
Documentation
Required
Requirement
Bidder
Single Entity
Joint Venture, Consortium or Association
All partners
combined
Each
partner
At least one
partner
2.3.1 Historical
Financial
Performance
Non-performance of a
contract did not occur within
the last three (3) years prior
to the deadline for
application submission, based
on all information on fully
settled disputes or litigation.
A fully settled dispute or
litigation is one that has been
resolved in accordance with
the Dispute Resolution
Mechanism under the
respective contract, and
where all appeal instances
available to the bidder have
been exhausted.
Must meet
requirement
by itself or as
partner to past
or existing
JVA
N / A

Must meet
requirement
by itself or
as partner to
past or
existing JVA
N / A
Form FIN 3.1 with
attachments
2.3.2. Average
Annual Turnover

Minimum average annual
construction turn over in the
range of fifteen ZMW15
Million to ZMW25 Million
calculated as total certified
payments received for
contracts in progress or
completed, within the last
five (5no) years
Must meet
requirement
Must meet
requirement
Must meet
Fifty percent
(50%) of the
requirement
Must meet
Eighty
percent
(78%) of
the
requirement
Form FIN 3.2
1-38 Section III - Evaluation and Qualification Criteria

Factor
2.3 Financial Situation
Sub-Factor
Criteria
Documentation
Required
Requirement
Bidder
Single Entity
Joint Venture, Consortium or Association
All partners
combined
Each
partner
At least one
partner
2.3.3. Financial
Resources

Submission of audited
balance sheets for the last
five (5no) years to
demonstrate:
(a) the current soundness of
the applicants financial
position and its prospective
long term profitability, and
(The Bidder must demonstrate
access to, or availability of,
financial resources such as
liquid assets, unencumbered
real assets, lines of credit, and
other financial means, other
than any contractual advance
payments to meet:
(i) the following cash-flow
requirement:
Twenty Million Zambian
Kwacha, and
(ii) the overall cash flow
requirements for this contract
and its current commitments.
Must meet
requirement
Must meet
requirement
Must meet
Fifty percent
(50%) of the
requirement

Must meet
Eighty
percent
(78%) of
the
requirement

Form FIN 3.3
1-39
Factor
2.4 Experience
Sub-Factor
Criteria
Documentation
Required Requirement
Bidder
Single Entity
J oint Venture, Consortiumor Association
All partners
combined
Each
partner
At least one
partner
2.4.1 General
Experience
Experience under contracts in
the role of contractor,
subcontractor, or management
contractor for at least the last
three (3) years prior to the
applications submission
deadline, and with activity in at
least nine (9) months in each
year.
Must meet
requirement

N / A
Must meet
requirement

N / A Form EXP-4.1
2.4.2 Specific
Experience
(a Experience under construction
contracts in the role of
contractor, subcontractor, or
management contractor for at
least the last ten (10no) years
prior to the applications
submission deadline, and the
activity in at least nine (9)
months in each year. Section VI,
Employers Requirements.
Must meet
requirement
Must meet
requirements
for all
characteristics
Must meet
requirement
N/A
Form EXP 2.4.2(a)

1-40 Section III - Evaluation and Qualification Criteria

Factor
2.4 Experience
Sub-Factor
Criteria
Documentation
Required Requirement
Bidder
Single Entity
J oint Venture, Consortiumor Association
All partners
combined
Each
partner
At least one
partner
2.4.2 Specific
Experience
b) For the above or other
contracts executed during the
period stipulated in 2.4.2(a)
above, a minimum experience in
the following key activities:
1. Excavations, Grading
and other Earth
Works
2. Pavement Seals-
Double Surface
Dressing
3. Reinforced Concrete
works
4. Bridge Construction
5. Speed/Warning Road
Signage and Publicity
Signboards
Must meet
requirements

Must meet
requirements
N / A
Must meet
requirements

Form EXP-2.4.2(b)



Section III - Evaluation and Qualification Criteria 1-41 1-41


Personnel

Qualifications and experience of the following key site management and technical personnel proposed
for the Contract are required:

1. Contract Manager

He/she shall be responsible for all contract management, planning, scheduling, site
organization, quality assurance and related duties.

Minimum Qualification:
He/She shall have a Bachelors degree in Civil/Highway Engineering, with ten
(10) years professional experience of which at least eight (08) years experience as
contract Manager on similar works; and
He/She shall be a registered member of EIZ and registered to practice by the
Engineers Registration Board (E.R.B).

2. Site Engineer/Agent

He/She shall be responsible for all technical aspects of the project implementation,
measurement, quality controls and documentation.

Minimum Qualification:

He/She shall have a Bachelors degree in Civil /Highway Engineering with ten
(10) years experience on road and bridge construction projects of which five (05)
years on similar projects; and
He/She shall be a registered member of EIZ and registered to practice by the
Engineers Registration Board (E.R.B).
3. Materials Engineer
He/She shall be responsible for all aspects of quality controls including sampling/testing
and certifying the quality control (QC) for the works and maintaining proper records.

Minimum Qualification:

He/She shall have Bachelors degree Civil/Highway Engineering with eight (8)
years experience on road and bridge construction projects of which 5 years on
similar projects.
He/She shall be a registered member of a recognized professional body (EIZ) and
registered to practice by an appropriate body such as the Engineers Registration
Board (E.R.B).
1-42 Section 3 - Evaluation and Qualification Criteria

4. Surveyor

He/She shall be responsible for laying out alignment and providing /monitoring all levels
and tolerance during periodic maintenance works.

Minimum Qualification:

He/She shall have a Bachelors Degree in Geomatic/Civil Engineering with ten
(10) years work experience including specific experience as surveyor on periodic
maintenance projects with 8 years experience; and
He/She shall be a registered member of a recognized professional body (EIZ) and
registered to practice by an appropriate body such as the Surveyors Institute of
Zambia (SIZ).

5. Earthworks foreman

He/She shall be responsible for construction of embankment fill, pavement layers,
compaction control and base stabilization control.

Minimum Qualification:
Diploma in civil engineering with 8 years work experience as roadwork foreman
on roads, dam and/or bridge project
MUST be registered with EIZ

6. Sealing Foreman

He/She shall be responsible for directing and supervising all chip seal operations.

Minimum Qualifications

Diploma in civil engineering with 8 years work experience as sealing foreman on
roads, dam and/or bridge project
He/She shall have eight (08) years experience as sealing foreman on road projects
MUST be registered with EIZ

7. Laboratory Supervisor

He/She shall be responsible for carrying out all laboratory testing and on-site sampling
and testing of materials and works.

Minimum Qualifications

He/She shall have a Diploma and eight (08) years experience with concrete and
soil testing
Must be a registered with the Engineering Institute of Zambia (EIZ)

Section III - Evaluation and Qualification Criteria 1-43 1-43


All bidders shall provide details of the proposed key personnel and their experience records in
the relevant qualification information forms included in section IV.
No. Position
Total Work
Similar
Experience
(years)
In Similar Works
Experience
(years)
1 Contract Manager 10 08
3 Site Engineer/Agent 10 05
4 Materials Engineer 08 05
5 Surveyor 10 08
6 Earth works Foreman 08 08
7 Sealing Foreman 08 08
8 Laboratory Supervisor 08 08


Equipment
The minimum number of essential equipment to be made available for the Contract by the
successful Bidder shall be:

No. Equipment Type and Characteristics
Minimum
Number
required
1
Crushing and screen plant - Min. 300 t.p.h. with 4 product
screening
1
2 Calibrated weighbridge (60 Ton Capacity) 1
3 400 KVA generator 1
4 Tipper Trucks (15 m3) 15
5 Water bowser (13 000 litres) 3
6 Bulldozers 3
7 Motorized graders (Cat140H or equivalent) 3
8 steel drum vibrating rollers with 10 to 20 ton capacity 4
9 Sheep foot/grid roller (10 to 20 Ton capacity. 2
10 Pneumatic rollers (20t) 2
11 Pedestrian rollers 2
12 Plate compactors 4
13 Front-end loader with 2 to 3 m capacity 2
14 Excavators (Cat 320 or equivalent.) 2
15 T.L.B (tractor, loader, backhoe) 48Kw capacity 2
16 Bitumen distributor (9 to 12 K1 Bear cat or equivalent) 1
18 Chip spreader Self propelled 2
19 Rotary brooms with Tow Tractor or Self Propelled 2
20 Reclaimer (In-situ recycler) 1
21 Air compressor 1
22 Poker Concrete Vibrators 4
1-44 Section 3 - Evaluation and Qualification Criteria

No. Equipment Type and Characteristics
Minimum
Number
required
23 Concrete mixers (400Litre, 8Hp) 2
24 Low Bed 1
25 concrete dumpers (0.5m3 capacity) 2
26 50 KVA generator 1
27 water pumps (3minimum) & accessories 4

And any other essential equipment that the bidder may identify which is essential for the
successful execution of the project.
The Client notes that NOT all above-listed equipment shall be required at the beginning of
the project, but the requisite equipment at every stage of the project should be made available
as and when required.





1-45
Section IV - Bidding Forms

Table of Forms

Letter of Bid........................................................................................................................ 1-46
Schedules ............................................................................................................................. 1-48
Bill of Quantities/ Schedules of Prices ............................................................................. 1-48
Table(s) of Adjustment Data ............................................................................................. 1-49
Form of Bid Security (Bank Guarantee) ......................................................................... 1-50
Form ofBid Security (Bid Bond) ....................................................................................... 1-51
Form of Bid-Securing Declaration ................................................................................... 1-52
Technical Proposal ............................................................................................................. 1-53
Technical Proposal Forms ................................................................................................. 1-53
Forms for Personnel .......................................................................................................... 1-54
Forms for Equipment ........................................................................................................ 1-56
Bidders Qualification ....................................................................................................... 1-57
Bidder Information Sheet .................................................................................................. 1-58
Party to JV Information Sheet ........................................................................................... 1-59
Historical Contract Non-Performance .............................................................................. 1-60
Current Contract Commitments / Works in Progress ....................................................... 1-61
Financial Situation ............................................................................................................ 1-62
Average Annual Turnover ................................................................................................ 1-64
Financial Resources .......................................................................................................... 1-65
General Experience ........................................................................................................... 1-66
Specific Experience ........................................................................................................... 1-67
Specific Experience in Key Activities .............................................................................. 1-69


1-46 Section IV - Bidding Forms

Letter of Bid
The Bidder must prepare the Letter of Bid on stationery with its letterhead clearly showing
the Bidders complete name and address.

Note: All italicized text is for use in preparing these form and shall be deleted from the
final products.



Date: _______________
Bidding No.: _______________
Invitation for Bid No.: _______________


To:

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including
Addenda issued in accordance with Instructions to Bidders (ITB) Clause 8;
(b) We offer to execute in conformity with the Bidding Documents the following Works:
____________________________________________________________________;
(c) The total price of our Bid, excluding any discounts offered in item (d) below is:
___________________________;
(d) The discounts offered and the methodology for their application are: _____________;
(e) Our bid shall be valid for a period of ________ [insert validity period as specified in
ITB 18.1.] days from the date fixed for the bid submission deadline in accordance
with the Bidding Documents, and it shall remain binding upon us and may be
accepted at any time before the expiration of that period;
(f) If price adjustment provisions apply, the Table(s) of Adjustment Data shall be
considered part of this Bid;
6

(g) If our bid is accepted, we commit to obtain a performance security in accordance with
the Bidding Document;
(h) Our firm, including any subcontractors or suppliers for any part of the Contract, have
nationalities from eligible countries;
(i) We, including any subcontractors or suppliers for any part of the contract, do not have
any conflict of interest in accordance with ITB 4.3;

6
Include if price adjustment provisions apply in the Contract in accordance with PCC Sub-Clause 13.8
Adjustments for Changes in Cost.
Section IV - Bidding Forms 1-47


(j) We are not participating, as a Bidder or as a subcontractor, in more than one bid in
this bidding process in accordance with ITB 4.3, other than alternative offers
submitted in accordance with ITB 13;
(k) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for
any part of the contract, has not been declared ineligible by ZPPA or by an act of
compliance with a decision of the United Nations Security Council;
(l) We are not a government owned entity / We are a government owned entity but meet
the requirements of ITB 4.5;
7

(m) We have paid, or will pay the following commissions, gratuities, or fees with respect
to the bidding process or execution of the Contract:
8


Name of Recipient Address Reason Amount



(n) We understand that this bid, together with your written acceptance thereof included in
your notification of award, shall constitute a binding contract between us, until a
formal contract is prepared and executed;
(o) We understand that you are not bound to accept the best-evaluated bid or any other
bid that you may receive; and
(p) If awarded the contract, the person named below shall act as Contractors
Representative: ________________________________________________________

Name:

In the capacity of:

Signed:

Duly authorized to
sign the Bid for and on
behalf of:

Date:



7
Use one of the two options as appropriate.
8
If none has been paid or is to be paid, indicate none.
1-48 Section IV - Bidding Forms

Schedules
Bill of Quantities/ Schedules of Prices
Schedule of Payment Currencies

For ...........................insert name of Section of the Works

Separate tables may be required if the various sections of the Works (or of the Bill of
Quantities) will have substantially different foreign and local currency requirements. The
Employer should insert the names of each Section of the Works.

A B C D
Name of Payment
Currency
Amount of
Currency
Rate of
Exchange
to Local
Currency
Local Currency
Equivalent
C = A x B
Percentage of
Net Bid Price (NBP)
100xC
NBP
Local currency



1.00

Foreign Currency #1



Foreign Currency #2



Foreign Currency #3



Net Bid Price


100.00
Provisional Sums
Expressed in Local
Currency
1.00

BID PRICE





Section IV - Bidding Forms 1-49


Table(s) of Adjustment Data

Table A - Local Currency
Index
Code
Index
Description
Source of
Index
Base Value
and Date
Bidders
Local Currency
Amount
Bidders
Proposed
Weighting
Nonadjustable A:
B:
C:
D:
E:
Total 1.00



Table B - Foreign Currency
Name of Currency: _______________

If the Bidder wishes to quote in more than one foreign currency, this table should be repeated
for each foreign currency.

Index
Code
Index
Description
Source of
Index
Base Value
and Date
Bidders
Currency in
Type/Amount
Equivalent in
FC1
Bidders
Proposed
Weighting
Nonadjustable A:
B:
C:
D:
E:
Total 1.00


1-50 Section IV - Bidding Forms

Form of Bid Security (Bank Guarantee)

__________________________ [Banks Name, and Address of Issuing Branch or Office]
Beneficiary: __________________________ [Name and Address of Employer]
Date: __________________________
BID GUARANTEE No.: __________________________
We have been informed that __________________________ [name of the Bidder]
(hereinafter called "the Bidder") has submitted to you its bid dated ___________ (hereinafter
called "the Bid") for the execution of ________________ [name of contract] under
Invitation for Bids No. ___________ (the IFB).
Furthermore, we understand that, according to your conditions, bids must be supported by a
bid guarantee.
At the request of the Bidder, we ____________________ [name of Bank] hereby irrevocably
undertake to pay you any sum or sums not exceeding in total an amount of ___________
[amount in figures] (____________) [amount in words] upon receipt by us of your first
demand in writing accompanied by a written statement stating that the Bidder is in breach of
its obligation(s) under the bid conditions, because the Bidder:
(a) has withdrawn its Bid during the period of bid validity specified by the
Bidder in the Form of Bid; or
(b) having been notified of the acceptance of its Bid by the Employer during
the period of bid validity, (i) fails or refuses to execute the Contract
Form, if required, or (ii) fails or refuses to furnish the performance
security, in accordance with the ITB.
This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of
copies of the contract signed by the Bidder and the performance security issued to you upon
the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the
earlier of (i) our receipt of a copy your notification to the Bidder of the name of the
successful Bidder; or (ii) twenty-eight days after the expiration of the Bidders bid.
Consequently, any demand for payment under this guarantee must be received by us at the
office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458.
_____________________________
[signature(s)]
Section IV - Bidding Forms 1-51


Form of Bid Security (Bid Bond)
BOND NO. ______________________
BY THIS BOND [name of Bidder] as Principal (hereinafter called the Principal), and
[name, legal title, and address of surety],authorized to transact business in [name of
country of Employer], as Surety (hereinafter called the Surety), are held and firmly bound
unto [name of Employer] as Obligee (hereinafter called the Employer) in the sum of
[amount of Bond]
9
[amount in words], for the payment of which sum, well and truly to be
made, we, the said Principal and Surety, bind ourselves, our successors and assigns, jointly
and severally, firmly by these presents.
WHEREAS the Principal has submitted a written Bid to the Employer dated the ___ day of
______, 20__, for the construction of [name of Contract] (hereinafter called the Bid).
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the
Principal:
(a) withdraws its Bid during the period of bid validity specified in the Form of Bid;
or
(b) having been notified of the acceptance of its Bid by the Employer during the
period of Bid validity; (i) fails or refuses to execute the Contract Form, if
required; or (ii) fails or refuses to furnish the Performance Security in
accordance with the Instructions to Bidders;
then the Surety undertakes to immediately pay to the Employer up to the above amount upon
receipt of the Employers first written demand, without the Employer having to substantiate
its demand, provided that in its demand the Employer shall state that the demand arises from
the occurrence of any of the above events, specifying which event(s) has occurred.
The Surety hereby agrees that its obligation will remain in full force and effect up to and
including the date 28 days after the date of expiration of the Bid validity as stated in the
Invitation to Bid or extended by the Employer at any time prior to this date, notice of which
extension(s) to the Surety being hereby waived.
IN TESTIMONY WHEREOF, the Principal and the Surety have caused these presents to be
executed in their respective names this ____ day of ____________ 20__.
Principal: _______________________ Surety: _____________________________
Corporate Seal (where appropriate)
_______________________________ ____________________________________
(Signature) (Signature)
(Printed name and title) (Printed name and title)

9
The amount of the Bond shall be denominated in the currency of the Employers country or the equivalent
amount in a freely convertible currency.
1-52 Section IV - Bidding Forms

Form of Bid-Securing Declaration

Date: [insert date (as day, month and year)]
Bid No.: [insert number of bidding process]
Alternative No.: [insert identification No if this is a Bid for an alternative]


To: [insert complete name of Employer]
We, the undersigned, declare that:
We understand that, according to your conditions, bids must be supported by a Bid-Securing
Declaration.
We accept that we will automatically be suspended from being eligible for bidding in any
contract with Government for the period of time of [insert number of months or years]
starting on [insert date], if we are in breach of our obligation(s) under the bid conditions,
because we:
(a) have withdrawn our Bid during the period of bid validity specified in the Letter of Bid;
or
(b) having been notified of the acceptance of our Bid by the Employer during the period of
bid validity, (i) fail or refuse to execute the Contract, if required, or (ii) fail or refuse to
furnish the Performance Security, in accordance with the ITB.
We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder,
upon the earlier of (i) our receipt of your notification to us of the name of the successful
Bidder; or (ii) twenty-eight days after the expiration of our Bid.
Signed: [insert signature of person whose name and capacity are shown]
In the capacity of [insert legal capacity of person signing the Bid-Securing Declaration]
Name: [insert complete name of person signing the Bid-Securing Declaration]
Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
Corporate Seal (where appropriate)
[Note: In case of a Joint Venture, the Bid-Securing Declaration must be in the name of all
partners to the Joint Venture that submits the bid.]


Section IV - Bidding Forms 1-53


Technical Proposal
Technical Proposal Forms

Personnel


Equipment


Site Organization


Method Statement


Mobilization Schedule


Construction Schedule


Others
1-54 Section IV - Bidding Forms

Forms for Personnel

Form PER 1: Proposed Personnel

Bidders should provide the names of suitably qualified personnel to meet the specified
requirements for each of the positions listed in Section III (Evaluation and Qualification
Criteria). The data on their experience should be supplied using the Form below for each
candidate.

1. Title of position
Name
2. Title of position
Name
3. Title of position
Name
4. Title of position
Name
5. Title of position
Name
6. Title of position
Name
etc. Title of position
Name



Section IV - Bidding Forms 1-55


Form PER 2: Resume of Proposed Personnel

The Bidder shall provide all the information requested below. Fields with asterix (*) shall be
used for evaluation.


Position*

Personnel
information
Name *

Date of birth
Professional qualifications

Present
employment
Name of Employer

Address of Employer

Telephone

Contact (manager / personnel
officer)
Fax

E-mail
Job title

Years with present Employer


Summarize professional experience in reverse chronological order. Indicate particular technical
and managerial experience relevant to the project.

From* To* Company, Project , Position, and Relevant Technical and Management
Experience*














1-56 Section IV - Bidding Forms

Forms for Equipment
The Bidder shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment listed in Section III (Evaluation and
Qualification Criteria). A separate Form shall be prepared for each item of equipment listed, or
for alternative equipment proposed by the Bidder. The Bidder shall provide all the information
requested below, to the extent possible. Fields with asterisk (*) shall be used for evaluation.

Type of Equipment*

Equipment
Information
Name of manufacturer


Model and power rating
Capacity*


Year of manufacture*
Current
Status
Current location


Details of current commitments


Source Indicate source of the equipment
Owned Rented Leased Specially manufactured


The following information shall be provided only for equipment not owned by the Bidder.

Owner Name of owner

Address of owner


Telephone

Contact name and title
Fax

Telex
Agreements Details of rental / lease / manufacture agreements specific to the project




Section IV - Bidding Forms 1-57


Bidders Qualification
To establish its qualifications to perform the contract in accordance with Section III
(Evaluation and Qualification Criteria) the Bidder shall provide the information requested in
the corresponding Information Sheets included hereunder

1-58 Section IV - Bidding Forms

Form ELI 1.1
Bidder Information Sheet
Date: ______________________
Bidding No.: ________________
Invitation for Bid No.: ________
Page ________ of _______ pages

1. Bidders Legal Name

2. In case of JV, legal name of each party:

3. Bidders actual or intended Country of Registration:
4. Bidders Year of Registration:
5. Bidders Legal Address in Country of Registration:

6. Bidders Authorized Representative Information
Name:
Address:
Telephone/Fax numbers:
Email Address:

7. Attached are copies of original documents of:
Articles of Incorporation or Registration of firm named in 1, above, in accordance with
ITB Sub-Clauses 4.1 and 4.2.
In case of JV, letter of intent to form JV including a draft agreement, or JV agreement, in
accordance with ITB Sub-Clauses 4.1
In case of government owned entity from the Employers country, documents establishing
legal and financial autonomy and compliance with the principles of commercial law, in
accordance with ITB Sub-Clause 4.5.


Section IV - Bidding Forms 1-59


Form ELI 1.2
Party to JV Information Sheet

Date: ______________________
Bidding No.: ___________________
Invitation for Bid No.:_________
Page ________ of_ ______ pages


1. Bidders Legal Name:

2. JVs Party legal name:
3. JVs Party Country of Registration:
4. JVs Party Year of Registration:

5. JVs Party Legal Address in Country of Registration:

6. JVs Party Authorized Representative Information
Name:
Address:
Telephone/Fax numbers:
Email Address:

7. Attached are copies of original documents of:
Articles of Incorporation or Registration of firm named in 1, above, in accordance
with ITB Sub-Clauses 4.1 and 4.2.
In case of government owned entity from the Purchasers country, documents
establishing legal and financial autonomy and compliance with the principles of
commercial law, in accordance with ITB Sub-Clause 4.5.


1-60 Section IV - Bidding Forms

Form CON 2
Historical Contract Non-Performance

Bidders Legal Name: _______________________ Date: _____________________
JV Partner Legal Name: _______________________ ___________________
Bidding No.: __________________
Page _______ of _______ pages

Non-Performing Contracts in accordance with (Evaluation and Qualification Criteria)
Contract non-performance did not occur during the stipulated period, in accordance with
Sub-Factor 2.2.1 of Section III (Evaluation and Qualification Criteria)
Contract non-performance during the stipulated period, in accordance with Sub-Factor
2.2.1 of Section III(Evaluation and Qualification Criteria).

Year Outcome as
Percent of
Total Assets

Contract Identification

Total Contract
Amount (current
value, US$
equivalent)

______

______
Contract Identification:
Name of Employer:
Address of Employer:
Matter in dispute:

___________

Pending Litigation, in accordance with Section III (Evaluation and Qualification Criteria)
No pending litigation in accordance with Sub-Factor 2.2.2 of Section III(Evaluation and
Qualification Criteria)
Pending litigation in accordance with Sub-Factor 2.2.2 of Section III(Evaluation and
Qualification Criteria), as indicated below
Year Outcome as
Percent of
Total Assets

Contract Identification

Total Contract
Amount (current
value, US$
equivalent)

______

______
Contract Identification:
Name of Employer:
Address of Employer:
Matter in dispute:

___________


______

______
Contract Identification:
Name of Employer:
Address of Employer:
Matter in dispute:

___________



Section IV - Bidding Forms 1-61


Form CCC
Current Contract Commitments / Works in Progress


Bidders and each partner to a JV should provide information on their current commitments on
all contracts that have been awarded, or for which a letter of intent or acceptance has been
received, or for contracts approaching completion, but for which an unqualified, full
completion certificate has yet to be issued.




Name of contract Employer,
contact
address/tel/fax
Value of
outstanding work
(current US$
equivalent)
Estimated
completion date
Average monthly
invoicing over
last six months
(US$/month)
1.


2.


3.


4.


5.


etc.



1-62 Section IV - Bidding Forms

Financial Situation
Historical Financial Performance

Bidders Legal Name: _______________________ Date: _____________________
JV Partner Legal Name: _______________________ Bidding No.: __________________
Page _______ of _______ pages

To be completed by the Bidder and, if JV, by each partner

Financial
information in
US$
equivalent
Historic information for previous ______ (__) years
(US$ equivalent in 000s)
Year 1 Year 2 Year 3 Year Year n Avg. Avg.
Ratio
Information from Balance Sheet
Total Assets
(TA)

Total
Liabilities
(TL)

Net Worth
(NW)

Current
Assets (CA)

Current
Liabilities
(CL)

Information from Income Statement
Total
Revenue (TR)




Profits Before
Taxes (PBT)








Section IV - Bidding Forms 1-63






Attached are copies of financial statements (balance sheets, including all related notes,
and income statements) for the years required above complying with the following
conditions:
Must reflect the financial situation of the Bidder or partner to a JV, and not sister or
parent companies
Historic financial statements must be audited by a certified accountant
Historic financial statements must be complete, including all notes to the financial
statements
Historic financial statements must correspond to accounting periods already
completed and audited (no statements for partial periods shall be requested or
accepted)



1-64 Section IV - Bidding Forms

Form FIN 3.2
Average Annual Turnover

Bidders Legal Name: ___________________________ Date: _____________________
JV Partner Legal Name: ____________________________ Bidding No.: ______________
Page _______ of _______ pages


Annual turnover data (construction only)
Year Amount and Currency US$ equivalent

_________________________________________ ____________________

_________________________________________ ____________________

_________________________________________ ____________________

_________________________________________ ____________________

_________________________________________ ____________________
*Average
Annual
Construction
Turnover
_________________________________________ ____________________

*Average annual turnover calculated as total certified payments received for work in
progress or completed over the number of years specified in Section III(Evaluation and
Qualification Criteria), Sub-Factor 2.3.2, divided by that same number of years.

Section IV - Bidding Forms 1-65


Form FIN3.3
Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of
credit, and other financial means, net of current commitments, available to meet the total
construction cash flow demands of the subject contract or contracts as indicated in Section III
(Evaluation and Qualification Criteria)
Source of financing Amount (US$ equivalent)
1.


2.


3.


4.



1-66 Section IV - Bidding Forms

Experience
General Experience

Bidders Legal Name: ____________________________ Date: _____________________
JV Partner Legal Name: ____________________________ Bidding No.: ________________
Page _______ of _______ pages


Starting
Month /
Year
Ending
Month /
Year


Years*
Contract Identification

Role of
Bidder

______

______
Contract name:
Brief Description of the Works performed by the
Bidder:
Name of Employer:
Address:

_________


______

______
Contract name:
Brief Description of the Works performed by the
Bidder:
Name of Employer:
Address:

_________


______

______
Contract name:
Brief Description of the Works performed by the
Bidder:
Name of Employer:
Address:

_________


______

______
Contract name:
Brief Description of the Works performed by the
Bidder:
Name of Employer:
Address:

_________


______

______
Contract name:
Brief Description of the Works performed by the
Bidder:
Name of Employer:
Address:

_________


______

______
Contract name:
Brief Description of the Works performed by the
Bidder:
Name of Employer:
Address:

_________


*List calendar year for years with contracts with at least nine (9) months activity per year starting with the
earliest year
Section IV - Bidding Forms 1-67


Form EXP 2.4.2(a)
Specific Experience
Bidders Legal Name: ___________________________ Date: _____________________
JV Partner Legal Name: _________________________ Bidding No.: __________________
Page _______ of _______ pages

Similar Contract Number: ___ [insert
specific number] of ___[insert total
number of contracts required.
Information
Contract Identification _______________________________________
Award date
Completion date
_______________________________________
_______________________________________

Role in Contract

Contractor

Management
Contractor

Subcontractor

Total contract amount __________________________
__
US$_______
___
If partner in a JV or subcontractor,
specify participation of total contract
amount

__________%

_____________

US$_______
Employers Name: _______________________________________
Address:

Telephone/fax number:
E-mail:
_______________________________________
_______________________________________
_______________________________________
_______________________________________


1-68 Section IV - Bidding Forms

Form EXP 2.4.2(a) (cont.)
Specific Experience (cont.)

Bidders Legal Name: ___________________________ Page _______ of _______ pages
JV Partner Legal Name: ___________________________



Similar Contract No. __[insert specific
number] of ___[insert total number of
contracts] required
Information
Description of the similarity in
accordance with Sub-Factor 2.4.2a) of
Section III (Evaluation and Qualification
Criteria):

Amount _________________________________
Physical size _________________________________
Complexity _________________________________
Methods/Technology _________________________________
Physical Production Rate

_________________________________



Section IV - Bidding Forms 1-69


Form EXP 2.4.2(b)
Specific Experience in Key Activities
Bidders Legal Name: ___________________________ Date: _____________________
JV Partner Legal Name: _________________________ Bidding No.: __________________
Subcontractors Legal Name: ______________ Page _______ of _______ pages

Information
Contract Identification _______________________________________
Award date
Completion date
_______________________________________
_______________________________________
Role in Contract

Contractor

Management
Contractor

Subcontractor

Total contract amount _________________________ US$________
If partner in a JV or subcontractor,
specify participation of total contract
amount

__________%

_____________

US$________
Employers Name: _______________________________________
Address:

Telephone/fax number:
E-mail:
_______________________________________
_______________________________________
_______________________________________
_______________________________________


1-70 Section IV - Bidding Forms

Form EXP 2.4.2 (b)(cont.)
Specific Experience in Key Activities (cont.)

Bidders Legal Name: ___________________________ Page _______ of _______ pages
JV Partner Legal Name: ___________________________
Subcontractors Legal Name: __________________________




Information
Description of the key activities in
accordance with Sub-Factor 2.4.2b) of
Section III (Evaluation and Qualification
Criteria):














2-1
Section V - Eligible Countries


Eligibility for the Provision of Goods, Works and Services in Bank-Financed
Procurement



1.In accordance with Section 61 of the Public Procurement Act No. 12 of 2008 and Clause
155 of the Public Procurement Regulations of 2011, the Government permits firms and
individuals from all countries to offer goods, works and services for Government-financed
projects. As an exception, firms of a Country or goods manufactured in a Country may be
excluded if:

(i): as a matter of law or official regulation, Government prohibits commercial
relations with that Country, provided that Cooperating Partners involved are satisfied
that such exclusion does not preclude effective competition for the supply of the
Goods or Works required, or

(ii): by an Act of Compliance with a Decision of the United Nations Security Council
taken under Chapter VII of the Charter of the United Nations, the Government
prohibits any import of goods from that Country or any payments to persons or
entities in that Country.

2.For the information of bidders, at the present time firms, goods and services from the
following countries are excluded from this bidding:

_________________________
_________________________

_________________________
_________________________


1-2 Section IV - Bidding Forms

PART 2 Employers Requirements


2-3

Section VI - Employers Requirements


Table of Contents
Specifications ........................................................................................................................ 2-4
Drawings ............................................................................................................................... 2-6
Supplementary Information ............................................................................................... 2-7

2-4 Section VI Employers Requirements

Specifications
A set of precise and clear Specifications is a prerequisite for bidders to respond realistically
and competitively to the requirements of the Employer without qualifying or conditioning
their bids. In the context of international competitive bidding, the Specifications must be
drafted to permit the widest possible competition and, at the same time, present a clear
statement of the required standards of workmanship, materials, and performance of the goods
and services to be procured. Only if this is done shall the objectives of economy, efficiency,
and fairness in procurement be realized, responsiveness of bids be ensured, and the
subsequent task of Bid evaluation facilitated. The Specifications should require that all
goods and materials to be incorporated in the Works be new, unused, of the most recent or
current models, and incorporate all recent improvements in design and materials unless
provided otherwise in the Contract.
Samples of Specifications from previous similar projects in the same country are useful in to
prepare Specifications. The use of metric units is encouraged by the Government. Most
Specifications are normally written specially by the Employer or Project Manager to suit the
Contract Works in hand. There is no standard set of Specifications for universal application
in all sectors in all countries, but there are established principles and practices, which are
reflected in these documents.
There are considerable advantages in standardizing General Specifications for repetitive
Works in recognized public sectors, such as highways, ports, railways, urban housing,
irrigation, and water supply, in the same country or region where similar conditions prevail.
The General Specifications should cover all classes of workmanship, materials, and
equipment commonly involved in construction, although not necessarily to be used in a
particular Works Contract. Deletions or addendums should then adapt the General
Specifications to apply them to the particular Works.
Care must be taken in drafting Specifications to ensure that they are not restrictive. In the
Specifications of standards for goods, materials, and workmanship, recognized international
standards should be used as much as possible. Where other particular standards are used,
whether Zambianstandards or other standards, the Specifications should state that goods,
materials, and workmanship that meet other authoritative standards, and which ensure
substantially equal or higher quality than the standards mentioned, shall also be acceptable.
To that effect, the following sample clause may be inserted in the Special Conditions or
Specifications.
Equivalency of Standards and Codes
Wherever reference is made in the Contract to specific standards and codes to be met by the
goods and materials to be furnished, and work performed or tested, the provisions of the
latest current edition or revision of the relevant standards and codes in effect shall apply,
unless otherwise expressly stated in the Contract. Where such standards and codes are
national, or relate to a particular country or region, other authoritative standards that ensure a
substantially equal or higher quality than the standards and codes specified shall be accepted
subject to the Project Managers prior review and written consent. Differences between the
Section 6 Employers Requirements 2-5


standards specified and the proposed alternative standards shall be fully described in writing
by the Contractor and submitted to the Project Manager at least 28 days prior to the date
when the Contractor desires the Project Managers consent. In the event the Project Manager
determines that such proposed deviations do not ensure substantially equal or higher quality,
the Contractor shall comply with the standards specified in the documents.
These Notes for Preparing Specifications are intended only as information for the Employer
or the person drafting the bidding documents. They should not be included in the final
documents.

2-6 Section VI Employers Requirements

Drawings
Insert here a list of Drawings. The actual Drawings, including site plans, should be attached
to this section or annexed in a separate folder.

Section 6 Employers Requirements 2-7


Supplementary Information

3-1
PART 3 Conditions of Contract and
Contract Forms
3-3
Section VII. General Conditions of Contract



These General Conditions of Contract (GCC), read in conjunction with the Particular
Conditions of Contract(PCC) and other documents listed therein, should be a complete
document expressing fairly the rights and obligations of both parties.

These General Conditions of Contract have been developed on the basis of considerable
international experience in the drafting and management of contracts, bearing in mind a trend
in the construction industry towards simpler, more straightforward language.

The GCC can be used for both smaller admeasurement contracts and lump sum contracts.



3-4 Section VII General Conditions of Contract

Table of Clauses

A. General ............................................................................................................................... 6
1. Definitions......................................................................................................................6
2. Interpretation ..................................................................................................................8
3. Language and Law .........................................................................................................9
4. Project Managers Decisions .........................................................................................9
5. Delegation ......................................................................................................................9
6. Communications ............................................................................................................9
7. Subcontracting ...............................................................................................................9
8. Other Contractors ...........................................................................................................9
9. Personnel and Equipment ............................................................................................10
10. Employers and Contractors Risks .............................................................................10
11. Employers Risks .........................................................................................................10
12. Contractors Risks ........................................................................................................11
13. Insurance ......................................................................................................................11
14. Site Data .......................................................................................................................11
15. Contractor to Construct the Works ..............................................................................12
16. The Works to Be Completed by the Intended Completion Date .................................12
17. Approval by the Project Manager ................................................................................12
18. Safety 12
19. Discoveries ...................................................................................................................12
20. Possession of the Site ...................................................................................................12
21. Access to the Site .........................................................................................................12
22. Instructions, Inspections and Audits ............................................................................13
23. Appointment of the Adjudicator ..................................................................................13
24. Procedure for Disputes .................................................................................................13
B. Time Control .................................................................................................................... 14
25. Program ........................................................................................................................14
26. Extension of the Intended Completion Date ................................................................14
27. Acceleration .................................................................................................................15
28. Delays Ordered by the Project Manager ......................................................................15
29. Management Meetings .................................................................................................15
30. Early Warning ..............................................................................................................15
C. Quality Control ............................................................................................................... 16
31. Identifying Defects.......................................................................................................16
32. Tests 16
33. Correction of Defects ...................................................................................................16
34. Uncorrected Defects.....................................................................................................16
D. Cost Control..................................................................................................................... 16
Section VII General Conditions of Contract 3-5


35. Contract Price...............................................................................................................16
36. Changes in the Contract Price ......................................................................................17
37. Variations .....................................................................................................................17
38. Cash Flow Forecasts ....................................................................................................18
39. Payment Certificates ....................................................................................................18
40. Payments ......................................................................................................................19
41. Compensation Events...................................................................................................19
42. Tax 21
43. Currencies ....................................................................................................................21
44. Price Adjustment ..........................................................................................................21
45. Retention ......................................................................................................................22
46. Liquidated Damages ....................................................................................................22
47. Bonus 22
48. Advance Payment ........................................................................................................22
49. Securities ......................................................................................................................23
50. Dayworks .....................................................................................................................23
51. Cost of Repairs .............................................................................................................23
E. Finishing the Contract .................................................................................................... 23
52. Completion ...................................................................................................................24
53. Taking Over .................................................................................................................24
54. Final Account ...............................................................................................................24
55. Operating and Maintenance Manuals ..........................................................................24
56. Termination ..................................................................................................................24
57. Fraud and Corruption ...................................................................................................25
58. Payment upon Termination ..........................................................................................26
59. Property ........................................................................................................................27
60. Release from Performance ...........................................................................................27
61. Suspension of Contractor .............................................................................................27


3-6 Section VII General Conditions of Contract

General Conditions of Contract
A. General
1. Definitions 1.1 Boldface type is used to identify defined terms.
(a) The Accepted Contract Amount means the amount
accepted in the Letter of Acceptance for the execution
and completion of the Works and the remedying of any
defects.
(b) The Activity Schedule is a schedule of the activities
comprising the construction, installation, testing, and
commissioning of the Works in a lump sum contract. It
includes a lump sum price for each activity, which is used
for valuations and for assessing the effects of Variations
and Compensation Events.
(c) The Adjudicator is the person appointed jointly by the
Employer and the Contractor to resolve disputes in the
first instance, as provided for in GCC 23.
(d) Bill of Quantities means the priced and completed Bill of
Quantities forming part of the Bid.
(e) Compensation Events are those defined in GCC Clause
41 hereunder.
(f) The Completion Date is the date of completion of the
Works as certified by the Project Manager, in accordance
with GCC Sub-Clause 52.1.
(g) The Contract is the Contract between the Employer and
the Contractor to execute, complete, and maintain the
Works. It consists of the documents listed in GCC Sub-
Clause 2.3 below.
(h) The Contractor is the party whose Bid to carry out the
Works has been accepted by the Employer.
(i) The Contractors Bid is the completed bidding document
submitted by the Contractor to the Employer.
(j) The Contract Price is the Accepted Contract Amount
stated in the Letter of Acceptance and thereafter as
adjusted in accordance with the Contract.
(k) Days are calendar days; months are calendar months.
(l) Dayworks are varied work inputs subject to payment on a
time basis for the Contractors employees and
Equipment, in addition to payments for associated
Section VII General Conditions of Contract 3-7


Materials and Plant.
(m) A Defect is any part of the Works not completed in
accordance with the Contract.
(n) The Defects Liability Certificate is the certificate issued
by Project Manager upon correction of defects by the
Contractor.
(o) The Defects Liability Period is the period named in the
PCC pursuant to Sub-Clause 33.1 and calculated from
the Completion Date.
(p) Adjudicator means the single person appointed under
Clause 23.
(q) Drawings means the drawings of the Works, as included
in the Contract, and any additional and modified
drawings issued by (or on behalf of) the Employer in
accordance with the Contract, include calculations and
other information provided or approved by the Project
Manager for the execution of the Contract.
(r) The Employer is the party who employs the Contractor to
carry out the Works, as specified in the PCC.
(s) Equipment is the Contractors machinery and vehicles
brought temporarily to the Site to construct the Works.
(t) In writing or written means hand-written, type-
written, printed or electronically made, and resulting in a
permanent record;
(u) The Initial Contract Price is the Contract Price listed in
the Employers Letter of Acceptance.
(v) The Intended Completion Date is the date on which it is
intended that the Contractor shall complete the Works.
The Intended Completion Date is specified in the PCC.
The Intended Completion Date may be revised only by
the Project Manager by issuing an extension of time or an
acceleration order.
(w) Materials are all supplies, including consumables, used
by the Contractor for incorporation in the Works.
(x) Plant is any integral part of the Works that shall have a
mechanical, electrical, chemical, or biological function.
(y) The Project Manager is the person named in the PCC
(or any other competent person appointed by the
Employer and notified to the Contractor, to act in
3-8 Section VII General Conditions of Contract

replacement of the Project Manager) who is responsible
for supervising the execution of the Works and
administering the Contract.
(z) PCC means Particular Conditions of Contract
(aa) The Site is the area defined as such in the PCC.
(bb) Site Investigation Reports are those that were included in
the bidding documents and are factual and interpretative
reports about the surface and subsurface conditions at the
Site.
(cc) Specification means the Specification of the Works
included in the Contract and any modification or addition
made or approved by the Project Manager.
(dd) The Start Date is given in the PCC. It is the latest date
when the Contractor shall commence execution of the
Works. It does not necessarily coincide with any of the
Site Possession Dates.
(ee) A Subcontractor is a person or corporate body who has a
Contract with the Contractor to carry out a part of the
work in the Contract, which includes work on the Site.
(ff) Temporary Works are works designed, constructed,
installed, and removed by the Contractor that are needed
for construction or installation of the Works.
(gg) A Variation is an instruction given by the Project
Manager which varies the Works.
(hh) The Works are what the Contract requires the Contractor
to construct, install, and turn over to the Employer, as
defined in the PCC.
2. Interpretation 2.1 In interpreting these GCC, words indicating one gender include
all genders. Words indicating the singular also include the plural
and words indicating the plural also include the singular.
Headings have no significance. Words have their normal
meaning under the language of the Contract unless specifically
defined. The Project Manager shall provide instructions
clarifying queries about these GCC.
2.2 If sectional completion is specified in the PCC, references in the
GCC to the Works, the Completion Date, and the Intended
Completion Date apply to any Section of the Works (other than
references to the Completion Date and Intended Completion
Date for the whole of the Works).
2.3 The documents forming the Contract shall be interpreted in the
Section VII General Conditions of Contract 3-9


following order of priority:
(a) Agreement,
(b) Letter of Acceptance,
(c) Contractors Bid,
(d) Particular Conditions of Contract,
(e) General Conditions of Contract,
(f) Specifications,
(g) Drawings,
(h) Bill of Quantities,
10
and
(i) Any other document listed in the PCC as forming part of
the Contract.
3. Language and
Law
3.1 The language of the Contract and the law governing the Contract
are stated in the PCC.
4. Project
Managers
Decisions
4.1 Except where otherwise specifically stated, the Project Manager
shall decide contractual matters between the Employer and the
Contractor in the role representing the Employer.
5. Delegation 5.1 Otherwise specified in the PCC, the Project Manager may
delegate any of his duties and responsibilities to other people,
except to the Adjudicator, after notifying the Contractor, and
may revoke any delegation after notifying the Contractor.
6. Communica-
tions
6.1 Communications between parties that are referred to in the
Conditions shall be effective only when in writing. A notice
shall be effective only when it is delivered.
7. Subcontracting 7.1 The Contractor may subcontract with the approval of the Project
Manager, but may not assign the Contract without the approval
of the Employer in writing. Subcontracting shall not alter the
Contractors obligations.
8. Other
Contractors
8.1 The Contractor shall cooperate and share the Site with other
contractors, public authorities, utilities, and the Employer
between the dates given in the Schedule of Other Contractors, as
referred to in the PCC. The Contractor shall also provide
facilities and services for them as described in the Schedule. The
Employer may modify the Schedule of Other Contractors, and

10
In lump sum contracts, delete Bill of Quantities and replace with Activity Schedule.
3-10 Section VII General Conditions of Contract

shall notify the Contractor of any such modification.
9. Personnel and
Equipment
9.1 The Contractor shall employ the key personnel and use the
equipment identified in its Bid, to carry out the Works or other
personnel and equipment approved by the Project Manager. The
Project Manager shall approve any proposed replacement of key
personnel and equipment only if their relevant qualifications or
characteristics are substantially equal to or better than those
proposed in the Bid.
9.2 If the Project Manager asks the Contractor to remove a person
who is a member of the Contractors staff or work force, stating
the reasons, the Contractor shall ensure that the person leaves the
Site within seven days and has no further connection with the
work in the Contract.
10. Employers
and
Contractors
Risks
10.1 The Employer carries the risks which this Contract states are
Employers risks, and the Contractor carries the risks which this
Contract states are Contractors risks.
11. Employers
Risks
11.1 From the Start Date until the Defects Liability Certificate has
been issued, the following are Employers risks:
(a) The risk of personal injury, death, or loss of or damage to
property (excluding the Works, Plant, Materials, and
Equipment), which are due to
(i) use or occupation of the Site by the Works or for the
purpose of the Works, which is the unavoidable result
of the Works or
(ii) negligence, breach of statutory duty, or interference
with any legal right by the Employer or by any person
employed by or contracted to him except the
Contractor.
(b) The risk of damage to the Works, Plant, Materials, and
Equipment to the extent that it is due to a fault of the
Employer or in the Employers design, or due to war or
radioactive contamination directly affecting the country
where the Works are to be executed.
11.2 From the Completion Date until the Defects Liability Certificate
has been issued, the risk of loss of or damage to the Works,
Plant, and Materials is an Employers risk except loss or damage
due to
Section VII General Conditions of Contract 3-11


(a) a Defect which existed on the Completion Date,
(b) an event occurring before the Completion Date, which was
not itself an Employers risk, or
(c) the activities of the Contractor on the Site after the
Completion Date.
12. Contractors
Risks
12.1 From the Starting Date until the Defects Liability Certificate has
been issued, the risks of personal injury, death, and loss of or
damage to property (including, without limitation, the Works,
Plant, Materials, and Equipment) which are not Employers risks
are Contractors risks.
13. Insurance 13.1 The Contractor shall provide, in the joint names of the Employer
and the Contractor, insurance cover from the Start Date to the
end of the Defects Liability Period, in the amounts and
deductibles stated in the PCC for the following events which
are due to the Contractors risks:
(a) loss of or damage to the Works, Plant, and Materials;
(b) loss of or damage to Equipment;
(c) loss of or damage to property (except the Works, Plant,
Materials, and Equipment) in connection with the Contract;
and
(d) personal injury or death.
13.2 Policies and certificates for insurance shall be delivered by the
Contractor to the Project Manager for the Project Managers
approval before the Start Date. All such insurance shall provide
for compensation to be payable in the types and proportions of
currencies required to rectify the loss or damage incurred.
13.3 If the Contractor does not provide any of the policies and
certificates required, the Employer may effect the insurance
which the Contractor should have provided and recover the
premiums the Employer has paid from payments otherwise due
to the Contractor or, if no payment is due, the payment of the
premiums shall be a debt due.
13.4 Alterations to the terms of an insurance shall not be made
without the approval of the Project Manager.
13.5 Both parties shall comply with any conditions of the insurance
policies.
14. Site Data 14.1 The Contractor shall be deemed to have examined any Site Data
3-12 Section VII General Conditions of Contract

referred to in the PCC, supplemented by any information
available to the Contractor.
15. Contractor to
Construct the
Works
15.1 The Contractor shall construct and install the Works in
accordance with the Specifications and Drawings.
16. The Works to
Be Completed
by the
Intended
Completion
Date
16.1 The Contractor may commence execution of the Works on the
Start Date and shall carry out the Works in accordance with the
Program submitted by the Contractor, as updated with the
approval of the Project Manager, and complete them by the
Intended Completion Date.
17. Approval by
the Project
Manager
17.1 The Contractor shall submit Specifications and Drawings
showing the proposed Temporary Works to the Project Manager,
for his approval.
17.2 The Contractor shall be responsible for design of Temporary
Works.
17.3 The Project Managers approval shall not alter the Contractors
responsibility for design of the Temporary Works.
17.4 The Contractor shall obtain approval of third parties to the design
of the Temporary Works, where required.
17.5 All Drawings prepared by the Contractor for the execution of the
temporary or permanent Works, are subject to prior approval by
the Project Manager before this use.
18. Safety 18.1 The Contractor shall be responsible for the safety of all activities
on the Site.
19. Discoveries 19.1 Anything of historical or other interest or of significant value
unexpectedly discovered on the Site shall be the property of the
Employer. The Contractor shall notify the Project Manager of
such discoveries and carry out the Project Managers instructions
for dealing with them.
20. Possession of
the Site
20.1 The Employer shall give possession of all parts of the Site to the
Contractor. If possession of a part is not given by the date stated
in the PCC, the Employer shall be deemed to have delayed the
start of the relevant activities, and this shall be a Compensation
Event.
21. Access to the
Site
21.1 The Contractor shall allow the Project Manager and any person
authorized by the Project Manager access to the Site and to any
place where work in connection with the Contract is being
Section VII General Conditions of Contract 3-13


carried out or is intended to be carried out.
22. Instructions,
Inspections
and Audits
22.1 The Contractor shall carry out all instructions of the Project
Manager which comply with the applicable laws where the Site
is located.
22.2 The Contractor shall permit, and shall cause its Subcontractors
and subconsultants to permit, the Government and/or persons
appointed by the Government to inspect the Site and/or the
accounts and records of the Contractor and its sub-contractors
relating to the performance of the Contract and the submission of
the bid, and to have such accounts and records audited by
auditors appointed by the Government if requested by the
Government. The Contractors and its Subcontractors and
subconsultants attention is drawn to Sub-Clause 57.1 which
provides, inter alia, that acts intended to materially impede the
exercise of the Governments inspection and audit rights
provided for under Sub-Clause 22.2constitute a prohibited
practice subject to contract termination (as well as to a
determination of ineligibility pursuant to ZPPAs prevailing
sanctions procedures).
23. Appointment
of the
Adjudicator
23.1 The Adjudicator shall be appointed jointly by the Employer and
the Contractor, at the time of the Employers issuance of the
Letter of Acceptance. If, in the Letter of Acceptance, the
Employer does not agree on the appointment of the Adjudicator,
the Employer will request the Appointing Authority designated
in the PCC, to appoint the Adjudicator within 14 days of receipt
of such request.
23.2 Should the Adjudicator resign or die, or should the Employer and
the Contractor agree that the Adjudicator is not functioning in
accordance with the provisions of the Contract, a new
Adjudicator shall be jointly appointed by the Employer and the
Contractor. In case of disagreement between the Employer and
the Contractor, within 30 days, the Adjudicator shall be
designated by the Appointing Authority designated in the PCC
at the request of either party, within 14 days of receipt of such
request.
24. Procedure for
Disputes
24.1 If the Contractor believes that a decision taken by the Project
Manager was either outside the authority given to the Project
Manager by the Contract or that the decision was wrongly taken,
the decision shall be referred to the Adjudicator within 14 days
of the notification of the Project Managers decision.
24.2 The Adjudicator shall give a decision in writing within 28 days
3-14 Section VII General Conditions of Contract

of receipt of a notification of a dispute.
24.3 The Adjudicator shall be paid by the hour at the rate specified in
thePCC, together with reimbursable expenses of the types
specified in the PCC, and the cost shall be divided equally
between the Employer and the Contractor, whatever decision is
reached by the Adjudicator. Either party may refer a decision of
the Adjudicator to an Arbitrator within 28 days of the
Adjudicators written decision. If neither party refers the dispute
to arbitration within the above 28 days, the Adjudicators
decision shall be final and binding.
24.4 The arbitration shall be conducted in accordance with the
arbitration procedures published by the institution named and in
the place specified in the PCC.
B. Time Control
25. Program

25.1 Within the time stated in the PCC, after the date of the Letter of
Acceptance, the Contractor shall submit to the Project Manager
for approval a Program showing the general methods,
arrangements, order, and timing for all the activities in the
Works. In the case of a lump sum contract, the activities in the
Program shall be consistent with those in the Activity Schedule.
25.2 An update of the Program shall be a program showing the actual
progress achieved on each activity and the effect of the progress
achieved on the timing of the remaining work, including any
changes to the sequence of the activities.
25.3 The Contractor shall submit to the Project Manager for approval
an updated Program at intervals no longer than the period stated
in the PCC. If the Contractor does not submit an updated
Program within this period, the Project Manager may withhold
the amount stated in the PCC from the next payment certificate
and continue to withhold this amount until the next payment after
the date on which the overdue Program has been submitted. In
the case of a lump sum contract, the Contractor shall provide an
updated Activity Schedule within 14 days of being instructed to
by the Project Manager.
25.4 The Project Managers approval of the Program shall not alter
the Contractors obligations. The Contractor may revise the
Program and submit it to the Project Manager again at any time.
A revised Program shall show the effect of Variations and
Compensation Events.
26. Extension of 26.1 The Project Manager shall extend the Intended Completion Date
Section VII General Conditions of Contract 3-15


the Intended
Completion
Date
if a Compensation Event occurs or a Variation is issued which
makes it impossible for Completion to be achieved by the
Intended Completion Date without the Contractor taking steps to
accelerate the remaining work, which would cause the Contractor
to incur additional cost.
26.2 The Project Manager shall decide whether and by how much to
extend the Intended Completion Date within 21 days of the
Contractor asking the Project Manager for a decision upon the
effect of a Compensation Event or Variation and submitting full
supporting information. If the Contractor has failed to give early
warning of a delay or has failed to cooperate in dealing with a
delay, the delay by this failure shall not be considered in
assessing the new Intended Completion Date.
27. Acceleration 27.1 When the Employer wants the Contractor to finish before the
Intended Completion Date, the Project Manager shall obtain
priced proposals for achieving the necessary acceleration from
the Contractor. If the Employer accepts these proposals, the
Intended Completion Date shall be adjusted accordingly and
confirmed by both the Employer and the Contractor.
27.2 If the Contractors priced proposals for an acceleration are
accepted by the Employer, they are incorporated in the Contract
Price and treated as a Variation.
28. Delays
Ordered by the
Project
Manager

28.1 The Project Manager may instruct the Contractor to delay the
start or progress of any activity within the Works.
29. Management
Meetings
29.1 Either the Project Manager or the Contractor may require the
other to attend a management meeting. The business of a
management meeting shall be to review the plans for remaining
work and to deal with matters raised in accordance with the early
warning procedure.
29.2 The Project Manager shall record the business of management
meetings and provide copies of the record to those attending the
meeting and to the Employer. The responsibility of the parties
for actions to be taken shall be decided by the Project Manager
either at the management meeting or after the management
meeting and stated in writing to all who attended the meeting.
30. Early Warning 30.1 The Contractor shall warn the Project Manager at the earliest
opportunity of specific likely future events or circumstances that
may adversely affect the quality of the work, increase the
Contract Price, or delay the execution of the Works. The Project
3-16 Section VII General Conditions of Contract

Manager may require the Contractor to provide an estimate of
the expected effect of the future event or circumstance on the
Contract Price and Completion Date. The estimate shall be
provided by the Contractor as soon as reasonably possible.
30.2 The Contractor shall cooperate with the Project Manager in
making and considering proposals for how the effect of such an
event or circumstance can be avoided or reduced by anyone
involved in the work and in carrying out any resulting instruction
of the Project Manager.
C. Quality Control
31. Identifying
Defects
31.1 The Project Manager shall check the Contractors work and
notify the Contractor of any Defects that are found. Such
checking shall not affect the Contractors responsibilities. The
Project Manager may instruct the Contractor to search for a
Defect and to uncover and test any work that the Project
Manager considers may have a Defect.
32. Tests 32.1 If the Project Manager instructs the Contractor to carry out a test
not specified in the Specification to check whether any work has
a Defect and the test shows that it does, the Contractor shall pay
for the test and any samples. If there is no Defect, the test shall
be a Compensation Event.
33. Correction of
Defects
33.1 The Project Manager shall give notice to the Contractor of any
Defects before the end of the Defects Liability Period, which
begins at Completion, and is defined in the PCC. The Defects
Liability Period shall be extended for as long as Defects remain
to be corrected.
33.2 Every time notice of a Defect is given, the Contractor shall
correct the notified Defect within the length of time specified by
the Project Managers notice.
34. Uncorrected
Defects
34.1 If the Contractor has not corrected a Defect within the time
specified in the Project Managers notice, the Project Manager
shall assess the cost of having the Defect corrected, and the
Contractor shall pay this amount.
D. Cost Control
35. Contract Price 35.1 In the case of an admeasurement contract, the Bill of Quantities
shall contain priced items for the Works to be performed by the
Contractor. The Bill of Quantities is used to calculate the
Contract Price. The Contractor will be paid for the quantity of
the work accomplished at the rate in the Bill of Quantities for
Section VII General Conditions of Contract 3-17


each item.
35.2 In the case of a lump sum contract, the Activity Schedule shall
contain the priced activities for the Works to be performed by the
Contractor. The Activity Schedule is used to monitor and control
the performance of activities on which basis the Contractor will
be paid. If payment for Materials on Site shall be made
separately, the Contractor shall show delivery of Materials to the
Site separately on the Activity Schedule.
36. Changes in the
Contract Price
36.1 In the case of an admeasurement contract:
(a) If the final quantity of the work done differs from the
quantity in the Bill of Quantities for the particular item by
more than 25 percent, provided the change exceeds 1
percent of the Initial Contract Price, the Project Manager
shall adjust the rate to allow for the change.
(b) The Project Manager shall not adjust rates from changes in
quantities if thereby the Initial Contract Price is exceeded
by more than 15 percent, except with the prior approval of
the Employer.
(c) If requested by the Project Manager, the Contractor shall
provide the Project Manager with a detailed cost
breakdown of any rate in the Bill of Quantities.
36.2 In the case of a lump sum contract, the Activity Schedule shall be
amended by the Contractor to accommodate changes of Program
or method of working made at the Contractors own discretion.
Prices in the Activity Schedule shall not be altered when the
Contractor makes such changes to the Activity Schedule.
37. Variations

37.1 All Variations shall be included in updated Programs, and, in the
case of a lump sum contract, also in the Activity Schedule,
produced by the Contractor.
37.2 The Contractor shall provide the Project Manager with a
quotation for carrying out the Variation when requested to do so
by the Project Manager. The Project Manager shall assess the
quotation, which shall be given within seven (7) days of the
request or within any longer period stated by the Project
Manager and before the Variation is ordered.
37.3 If the Contractors quotation is unreasonable, the Project
Manager may order the Variation and make a change to the
Contract Price, which shall be based on the Project Managers
own forecast of the effects of the Variation on the Contractors
costs.
3-18 Section VII General Conditions of Contract

37.4 If the Project Manager decides that the urgency of varying the
work would prevent a quotation being given and considered
without delaying the work, no quotation shall be given and the
Variation shall be treated as a Compensation Event.
37.5 The Contractor shall not be entitled to additional payment for
costs that could have been avoided by giving early warning.
37.6 In the case of an admeasurement contract, if the work in the
Variation corresponds to an item description in the Bill of
Quantities and if, in the opinion of the Project Manager, the
quantity of work above the limit stated in Sub-Clause 38.1 or the
timing of its execution do not cause the cost per unit of quantity
to change, the rate in the Bill of Quantities shall be used to
calculate the value of the Variation. If the cost per unit of
quantity changes, or if the nature or timing of the work in the
Variation does not correspond with items in the Bill of
Quantities, the quotation by the Contractor shall be in the form of
new rates for the relevant items of work.
38. Cash Flow
Forecasts
38.1 When the Program, or, in the case of a lump sum contract, the
Activity Schedule, is updated, the Contractor shall provide the
Project Manager with an updated cash flow forecast. The cash
flow forecast shall include different currencies, as defined in the
Contract, converted as necessary using the Contract exchange
rates.
39. Payment
Certificates
39.1 The Contractor shall submit to the Project Manager monthly
statements of the estimated value of the work executed less the
cumulative amount certified previously.
39.2 The Project Manager shall check the Contractors monthly
statement and certify the amount to be paid to the Contractor.
39.3 The value of work executed shall be determined by the Project
Manager.
39.4 The value of work executed shall comprise:
(a) In the case of an admeasurement contract, the value of the
quantities of work in the Bill of Quantities that have been
completed; or
(b) In the case of a lump sum contract, the value of work
executed shall comprise the value of completed activities in
the Activity Schedule.
39.5 The value of work executed shall include the valuation of
Section VII General Conditions of Contract 3-19


Variations and Compensation Events.
39.6 The Project Manager may exclude any item certified in a
previous certificate or reduce the proportion of any item
previously certified in any certificate in the light of later
information.
40. Payments 40.1 Payments shall be adjusted for deductions for advance payments
and retention. The Employer shall pay the Contractor the
amounts certified by the Project Manager within 28 days of the
date of each certificate. If the Employer makes a late payment,
the Contractor shall be paid interest on the late payment in the
next payment. Interest shall be calculated from the date by
which the payment should have been made up to the date when
the late payment is made at the prevailing rate of interest for
commercial borrowing for each of the currencies in which
payments are made.
40.2 If an amount certified is increased in a later certificate or as a
result of an award by the Adjudicator or an Arbitrator, the
Contractor shall be paid interest upon the delayed payment as set
out in this clause. Interest shall be calculated from the date upon
which the increased amount would have been certified in the
absence of dispute.
40.3 Unless otherwise stated, all payments and deductions shall be
paid or charged in the proportions of currencies comprising the
Contract Price.
40.4 Items of the Works for which no rate or price has been entered in
shall not be paid for by the Employer and shall be deemed
covered by other rates and prices in the Contract.
41. Compensation
Events
41.1 The following shall be Compensation Events:
(a) The Employer does not give access to a part of the Site by
the Site Possession Date pursuant to GCC Sub-Clause 20.1.
(b) The Employer modifies the Schedule of Other Contractors
in a way that affects the work of the Contractor under the
Contract.
(c) The Project Manager orders a delay or does not issue
Drawings, Specifications, or instructions required for
execution of the Works on time.
(d) The Project Manager instructs the Contractor to uncover or
to carry out additional tests upon work, which is then found
3-20 Section VII General Conditions of Contract

to have no Defects.
(e) The Project Manager unreasonably does not approve a
subcontract to be let.
(f) Ground conditions are substantially more adverse than
could reasonably have been assumed before issuance of the
Letter of Acceptance from the information issued to bidders
(including the Site Investigation Reports), from information
available publicly and from a visual inspection of the Site.
(g) The Project Manager gives an instruction for dealing with
an unforeseen condition, caused by the Employer, or
additional work required for safety or other reasons.
(h) Other contractors, public authorities, utilities, or the
Employer does not work within the dates and other
constraints stated in the Contract, and they cause delay or
extra cost to the Contractor.
(i) The advance payment is delayed.
(j) The effects on the Contractor of any of the Employers
Risks.
(k) The Project Manager unreasonably delays issuing a
Certificate of Completion.
41.2 If a Compensation Event would cause additional cost or would
prevent the work being completed before the Intended
Completion Date, the Contract Price shall be increased and/or the
Intended Completion Date shall be extended. The Project
Manager shall decide whether and by how much the Contract
Price shall be increased and whether and by how much the
Intended Completion Date shall be extended.
41.3 As soon as information demonstrating the effect of each
Compensation Event upon the Contractors forecast cost has
been provided by the Contractor, it shall be assessed by the
Project Manager, and the Contract Price shall be adjusted
accordingly. If the Contractors forecast is deemed
unreasonable, the Project Manager shall adjust the Contract Price
based on the Project Managers own forecast. The Project
Manager shall assume that the Contractor shall react competently
and promptly to the event.
41.4 The Contractor shall not be entitled to compensation to the extent
that the Employers interests are adversely affected by the
Section VII General Conditions of Contract 3-21


Contractors not having given early warning or not having
cooperated with the Project Manager.
42. Tax 42.1 The Project Manager shall adjust the Contract Price if taxes,
duties, and other levies are changed between the date 28 days
before the submission of bids for the Contract and the date of the
last Completion certificate. The adjustment shall be the change
in the amount of tax payable by the Contractor, provided such
changes are not already reflected in the Contract Price or are a
result of GCC Clause 44.
43. Currencies 43.1 Where payments are made in currencies other than the currency
of the Employers country specified in the PCC, the exchange
rates used for calculating the amounts to be paid shall be the
exchange rates stated in the Contractors Bid.
44. Price
Adjustment
44.1 Prices shall be adjusted for fluctuations in the cost of inputs only
if provided for in the PCC. If so provided, the amounts
certified in each payment certificate, before deducting for
Advance Payment, shall be adjusted by applying the respective
price adjustment factor to the payment amounts due in each
currency. A separate formula of the type indicated below applies
to each Contract currency:
P
c
= A
c
+ B
c
Imc/Ioc
where:
P
c
is the adjustment factor for the portion of the Contract
Price payable in a specific currency c.
A
c
and B
c
are coefficients
11
specified in the PCC,
representing the nonadjustable and adjustable portions,
respectively, of the Contract Price payable in that specific
currency c; and
Imc is the index prevailing at the end of the month being
invoiced and Ioc is the index prevailing 28 days before Bid
opening for inputs payable; both in the specific currency c.
44.2 If the value of the index is changed after it has been used in a
calculation, the calculation shall be corrected and an adjustment
made in the next payment certificate. The index value shall be
deemed to take account of all changes in cost due to fluctuations

11
The sum of the two coefficients A
c
and B
c
should be 1 (one) in the formula for each currency. Normally,
both coefficients shall be the same in the formulae for all currencies, since coefficient A, for the
nonadjustable portion of the payments, is a very approximate figure (usually 0.15) to take account of fixed
cost elements or other nonadjustable components. The sum of the adjustments for each currency are added
to the Contract Price. [To be transferred to the User Guide]
3-22 Section VII General Conditions of Contract

in costs.
45. Retention 45.1 The Employer shall retain from each payment due to the
Contractor the proportion stated in the PCC until Completion of
the whole of the Works.
45.2 Upon the issue of a Certificate of Completion of the Works by
the Project Manager, in accordance with GCC 51.1, half the total
amount retained shall be repaid to the Contractor and half when
the Defects Liability Period has passed and the Project Manager
has certified that all Defects notified by the Project Manager to
the Contractor before the end of this period have been corrected.
The Contractor may substitute retention money with an on
demand Bank guarantee.
46. Liquidated
Damages
46.1 The Contractor shall pay liquidated damages to the Employer at
the rate per day stated in the PCC for each day that the
Completion Date is later than the Intended Completion Date.
The total amount of liquidated damages shall not exceed the
amount defined in the PCC. The Employer may deduct
liquidated damages from payments due to the Contractor.
Payment of liquidated damages shall not affect the Contractors
liabilities.
46.2 If the Intended Completion Date is extended after liquidated
damages have been paid, the Project Manager shall correct any
overpayment of liquidated damages by the Contractor by
adjusting the next payment certificate. The Contractor shall be
paid interest on the overpayment, calculated from the date of
payment to the date of repayment, at the rates specified in GCC
Sub-Clause 40.1.
47. Bonus 47.1 The Contractor shall be paid a Bonus calculated at the rate per
calendar day stated in the PCC for each day (less any days for
which the Contractor is paid for acceleration) that the
Completion is earlier than the Intended Completion Date. The
Project Manager shall certify that the Works are complete,
although they may not be due to be complete.
48. Advance
Payment
48.1 The Employer shall make advance payment to the Contractor of
the amounts stated in the PCC by the date stated in the PCC,
against provision by the Contractor of an Unconditional Bank
Guarantee in a form and by a bank acceptable to the Employer in
amounts and currencies equal to the advance payment. The
Guarantee shall remain effective until the advance payment has
been repaid, but the amount of the Guarantee shall be
progressively reduced by the amounts repaid by the Contractor.
Section VII General Conditions of Contract 3-23


Interest shall not be charged on the advance payment.
48.2 The Contractor is to use the advance payment only to pay for
Equipment, Plant, Materials, and mobilization expenses required
specifically for execution of the Contract. The Contractor shall
demonstrate that advance payment has been used in this way by
supplying copies of invoices or other documents to the Project
Manager.
48.3 The advance payment shall be repaid by deducting proportionate
amounts from payments otherwise due to the Contractor,
following the schedule of completed percentages of the Works
on a payment basis. No account shall be taken of the advance
payment or its repayment in assessing valuations of work done,
Variations, price adjustments, Compensation Events, Bonuses, or
Liquidated Damages.
49. Securities 49.1 The Performance Security shall be provided to the Employer no
later than the date specified in the Letter of Acceptance and shall
be issued in an amount specified in the PCC, by a bank or
surety acceptable to the Employer, and denominated in the types
and proportions of the currencies in which the Contract Price is
payable. The Performance Security shall be valid until a date 28
days from the date of issue of the Certificate of Completion in
the case of a Bank Guarantee, and until one year from the date of
issue of the Completion Certificate in the case of a Performance
Bond.
50. Dayworks 50.1 If applicable, the Dayworks rates in the Contractors Bid shall be
used only when the Project Manager has given written
instructions in advance for additional work to be paid for in that
way.
50.2 All work to be paid for as Dayworks shall be recorded by the
Contractor on forms approved by the Project Manager. Each
completed form shall be verified and signed by the Project
Manager within two days of the work being done.
50.3 The Contractor shall be paid for Dayworks subject to obtaining
signed Dayworks forms.
51. Cost of
Repairs
51.1 Loss or damage to the Works or Materials to be incorporated in
the Works between the Start Date and the end of the Defects
Correction periods shall be remedied by the Contractor at the
Contractors cost if the loss or damage arises from the
Contractors acts or omissions.
E. Finishing the Contract
3-24 Section VII General Conditions of Contract

52. Completion 52.1 The Contractor shall request the Project Manager to issue a
Certificate of Completion of the Works, and the Project Manager
shall do so upon deciding that the whole of the Works is
completed.
53. Taking Over 53.1 The Employer shall take over the Site and the Works within seven
days of the Project Managers issuing a certificate of Completion.
54. Final Account 54.1 The Contractor shall supply the Project Manager with a detailed
account of the total amount that the Contractor considers payable
under the Contract before the end of the Defects Liability Period.
The Project Manager shall issue a Defects Liability Certificate and
certify any final payment that is due to the Contractor within 56
days of receiving the Contractors account if it is correct and
complete. If it is not, the Project Manager shall issue within 56
days a schedule that states the scope of the corrections or additions
that are necessary. If the Final Account is still unsatisfactory after
it has been resubmitted, the Project Manager shall decide on the
amount payable to the Contractor and issue a payment certificate.
55. Operating and
Maintenance
Manuals
55.1 If as built Drawings and/or operating and maintenance manuals
are required, the Contractor shall supply them by the dates stated
in the PCC.
55.2 If the Contractor does not supply the Drawings and/or manuals by
the dates stated in the PCC pursuant to GCC Sub-Clause 55.1, or
they do not receive the Project Managers approval, the Project
Manager shall withhold the amount stated in the PCC from
payments due to the Contractor.
56. Termination 56.1 The Employer or the Contractor may terminate the Contract if the
other party causes a fundamental breach of the Contract.
56.2 Fundamental breaches of Contract shall include, but shall not be
limited to, the following:
(a) the Contractor stops work for 28 days when no stoppage of
work is shown on the current Program and the stoppage has
not been authorized by the Project Manager;
(b) the Project Manager instructs the Contractor to delay the
progress of the Works, and the instruction is not withdrawn
within 28 days;
(c) the Employer or the Contractor is made bankrupt or goes
into liquidation other than for a reconstruction or
amalgamation;
(d) a payment certified by the Project Manager is not paid by the
Section VII General Conditions of Contract 3-25


Employer to the Contractor within 84 days of the date of the
Project Managers certificate;
(e) the Project Manager gives Notice that failure to correct a
particular Defect is a fundamental breach of Contract and the
Contractor fails to correct it within a reasonable period of
time determined by the Project Manager;
(f) the Contractor does not maintain a Security, which is required;
(g) the Contractor has delayed the completion of the Works by
the number of days for which the maximum amount of
liquidated damages can be paid, as defined in the PCC; or
(h) if the Contractor, in the judgment of the Employer, has
engaged in corrupt or fraudulent practices in competing for
or in executing the Contract, pursuant to GCC Clause 57.1.
56.3 When either party to the Contract gives notice of a breach of
Contract to the Project Manager for a cause other than those listed
under GCC Sub-Clause 56.2 above, the Project Manager shall
decide whether the breach is fundamental or not.
56.4 Notwithstanding the above, the Employer may terminate the
Contract for convenience.
56.5 If the Contract is terminated, the Contractor shall stop work
immediately, make the Site safe and secure, and leave the Site as
soon as reasonably possible.
57. Fraud and
Corruption
57.1 If the Employer determines that the Contractor and/or any of its
personnel, or its agents, or its Subcontractors, subconsultants,
services providers, suppliers and/or their employees 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].
57.2 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.
57.3 For the purposes of this Sub-Clause:
(i) corrupt practice is the offering, giving, receiving or
3-26 Section VII General Conditions of Contract

soliciting, directly or indirectly, of anything of value to
influence improperly the actions of another party
12
;
(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
13
;
(iii) collusive practice is an arrangement between two or more
parties
14
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
15
;
(v) obstructive practiceis
(aa) deliberately destroying, falsifying, altering or
concealing of evidence material to the investigation or
making false statements to investigators in order to
materially impede a Government investigation into
allegations of a corrupt, fraudulent, coercive or
collusive practice; and/or threatening, harassing or
intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or
from pursuing the investigation; or
(bb) acts intended to materially impede the exercise of the
Governments inspection and audit rights provided for
under Sub-Clause22.2.
58. Payment upon
Termination
58.1 If the Contract is terminated because of a fundamental breach of
Contract by the Contractor, the Project Manager shall issue a
certificate for the value of the work done and Materials ordered
less advance payments received up to the date of the issue of the
certificate and less the percentage to apply to the value of the work
not completed, as indicated in the PCC. Additional Liquidated
Damages shall not apply. If the total amount due to the Employer
exceeds any payment due to the Contractor, the difference shall be

12
Another party refers to a public official acting in relation to the procurement process or contract
execution]. In this context, public official includes Government staff and employees of other
organizations taking or reviewing procurement decisions.
13
Party refers to a public official; the terms benefit and obligation relate to the procurement process or
contract execution; and the act or omission is intended to influence the procurement process or contract
execution.
14
Parties refers to participants in the procurement process (including public officials) attempting to
establish bid prices at artificial, non competitive levels.
15
Party refers to a participant in the procurement process or contract execution.
Section VII General Conditions of Contract 3-27


a debt payable to the Employer.
58.2 If the Contract is terminated for the Employers convenience or
because of a fundamental breach of Contract by the Employer, the
Project Manager shall issue a certificate for the value of the work
done, Materials ordered, the reasonable cost of removal of
Equipment, repatriation of the Contractors personnel employed
solely on the Works, and the Contractors costs of protecting and
securing the Works, and less advance payments received up to the
date of the certificate.
59. Property 59.1 All Materials on the Site, Plant, Equipment, Temporary Works,
and Works shall be deemed to be the property of the Employer if
the Contract is terminated because of the Contractors default.
60. Release from
Performance
60.1 If the Contract is frustrated by the outbreak of war or by any other
event entirely outside the control of either the Employer or the
Contractor, the Project Manager shall certify that the Contract has
been frustrated. The Contractor shall make the Site safe and stop
work as quickly as possible after receiving this certificate and shall
be paid for all work carried out before receiving it and for any
work carried out afterwards to which a commitment was made.
61. Suspension of
Contractor
61.1 In the event that ZPPA suspends the Contractor pursuant to the
Public Procurement Act of 2008:
(a) The Employer is obligated to notify the Contractor of such
suspension within 7 days of having received ZPPAs suspension
notice.
(b) If the Contractor has not received sums due it within the 28 days
for payment provided for in Sub-Clause 40.1, the Contractor
may immediately issue a 14-day termination notice.



3-29 Section IX - Contract Forms
Section VIII. Particular Conditions of Contract

Except where otherwise indicated, all PCC should be filled in by the Employer prior to
issuance of the Bidding Documents. Schedules and reports to be provided by the Employer
should be annexed.


A. General
GCC 1.1 (r) The Employer is THE ROAD DEVELOPMENT AGENCY
GCC 1.1 (v) The Intended Completion Date for the whole of the Works shall be: 24
months after the start date. The Bidders shall price the time-related items in
the P &Gs based on the duration provided.
However, the bidders are free to propose an alternative duration in their
form of bid, which the Employer may consider.
[To be inserted by the bidder and this shall be part of the evaluation
criteria]
GCC 1.1 (y) The Project Manager is The Director and Chief Executive Officer (CEO)
of the Road Development Agency or any other RDA officer duly
appointed by the CEO
GCC 1.1 (aa) The Site is located in Muchinga Province of Zambia. The project is for
the Construction and Upgrading to Bituminous Standard and Re-
alignment of approximately 78 km of RD54 Road from Chief
Mukungules area(Mwaleshi river) - Lufila Kakoko to Kalalantekwe
in Muchinga Province of Zambia- Lot 2: Km 0+000 (Mwaleshi River)
To Km 78+000 (RD54/T002 Junction) at Kalalantekwe
GCC 1.1 (dd) The Start Date shall be 14 days from the date of signing of the contract
GCC 1.1 (hh) The Works consist of the Construction and Upgrading to Bituminous
Standard and Re-alignment of approximately 78 km of RD54 Road
from Chief Mukungules area(Mwaleshi river) - Lufila Kakoko to
Kalalantekwe in Muchinga Province of Zambia- Lot 2: Km 0+000
(Mwaleshi River) To Km 78+000 (RD54/T002 Junction) at
Kalalantekwe
GCC 2.2 Sectional Completions are: [N/A]
GCC 2.3(i) The following documents also form part of the Contract:
Joint venture agreement (in case of joint venture of firms)
3-30 Section VIII Particular Conditions of Contract

Minutes of contract negotiation meeting
Detailed design drawings

Vendor Rating System documentations:
1. Consultants and Contractors Vendor Rating System RDA Policy
and Procedures Manual January 2013
2. Works Contractor Performance Rating Tool kit January 2013
volume 3
3. Design Consultant Performance Rating Tool Kit January 2013.
Volume 1
GCC 3.1 The language of the contract is English.
The law that applies to the Contract is the law of Zambia.
GCC 5.1 The Project manager may delegate any of his duties and responsibilities.
GCC 7.1 The Maximum sub-contracting shall not exceed 20% of the contract price
and is MANDATORY.
The sub-contractors shall be appointed by the Main Contractor after
award of contract and shall be approved by the Client using a criterion
to be provided by the Client.
GCC 8.1 Schedule of other contractors (if applicable): required
GCC 9.1 Qualifications and experience of the following key site management and
technical personnel proposed for the Contract are required:

1. Contract Manager
He/she shall be responsible for all contract management, planning,
scheduling, site organization, quality assurance and related duties.

Minimum Qualification:
8. He/She shall have a Bachelors degree in Civil/Highway Engineering,
with ten (10) years professional experience of which at least eight (08)
years experience as contract Manager on similar works; and
9. He/She shall be a registered member of EIZ and registered to practice by
the Engineers Registration Board (E.R.B).

2. Site Engineer/Agent

He/She shall be responsible for all technical aspects of the project
implementation, measurement, quality controls and documentation.

Minimum Qualification:
He/She shall have a Bachelors degree in Civil /Highway
Engineering with ten (10) years experience on road and bridge
Section VIII Particular Conditions of Contract 3-31


construction projects of which five (05) years on similar projects;
and
He/She shall be a registered member of EIZ and registered to
practice by the Engineers Registration Board (E.R.B).

3. Materials Engineer

He/She shall be responsible for all aspects of quality controls including
sampling/testing and certifying the quality control (QC) for the works and
maintaining proper records.

Minimum Qualification:

He/She shall have Bachelors degree Civil/Highway Engineering
with eight (8) years experience on road and bridge construction
projects of which 5 years on similar projects.
He/She shall be a registered member of a recognized professional
body (EIZ) and registered to practice by an appropriate body such
as the Engineers Registration Board (E.R.B).
4. Surveyor

He/She shall be responsible for laying out alignment and providing
/monitoring all levels and tolerance during periodic maintenance works.

Minimum Qualification:

He/She shall have a Bachelors Degree in Geomatic/Civil
Engineering with ten (10) years work experience including
specific experience as surveyor on periodic maintenance projects
with 8 years experience; and
He/She shall be a registered member of a recognized professional
body and registered to practice by an appropriate body such as the
Surveyors Institute of Zambia (SIZ).

5. Earthworks foreman

He/She shall be responsible for construction of embankment fill,
pavement layers, compaction control and base stabilization control.

Minimum Qualification:
Diploma in civil engineering with 8 years work experience as
roadwork foreman on roads, dam and/or bridge project

6. Sealing Foreman
3-32 Section VIII Particular Conditions of Contract


He/She shall be responsible for directing and supervising all chip seal
operations.

Minimum Qualifications

Diploma in civil engineering with 8 years work experience as
sealing foreman on roads, dam and/or bridge project
He/She shall have eight (08) years experience as sealing foreman
on road projects
MUST be registered with EIZ

7. Laboratory Supervisor

He/She shall be responsible for carrying out all laboratory testing and on-
site sampling and testing of materials and works.

Minimum Qualifications

He/She shall have a Diploma and eight (08) years experience with
concrete and soil testing

All bidders shall provide details of the proposed key personnel and their
experience records in the relevant qualification information forms included in
section IV.

GCC 13.1 The minimum insurance amounts and deductibles shall be:

(a) for the works, Plant and Materials minimum insurance amount is
ZMW55,000,000.00
(b) the maximum amount deductible for the insurance of Works,
Plant and Materials is ZMW165,000.00
(c) For loss or damage to equipment: minimum insurance amount is
the value of equipment
(d) The maximum amount deductible for insurance of equipment is
ZMW82,000.00
(e) For loss or damage to property (except the Works, Plant,
Materials and Equipment) in connection with the contract is
ZMW16,500,000.00
(f) the maximum amount deductible for loss or damage to property
(except the Works, Plant, Materials and Equipment) in connection
with the contract is ZMW110,000.00
(a) The minimum insurance cover for personal injury or death:
(i) for the Contractors employees is, ZMW550,000.00; and
(ii) for other people is ZMW550,000.00
Section VIII Particular Conditions of Contract 3-33



GCC 14.1 Site Investigation Reports are: None
GCC 19.1 (a) Notwithstanding General Conditions of Contract Clause 19.1, the
contractor shall execute the Works in accordance with the Environmental
Management Plan (EMP) prepared for the particular Works. Where an EMP
does not exist, the clauses contained herein shall form the basis of a
management plan.

(b) Notwithstanding the contractors obligation under the above clause (a)
the Contractor shall:

i) Implement all measures necessary to conserve and reduce negative
impacts on the existing environment.
ii) Carry out all necessary works to restore the Site as far as practicable
to its original condition or to the approval of the Project Manager.
iii) Abide by environmental performance indicators as specified in the
National Standard Regulations/Guidelines and clarified necessary by
the Project Manager; and measure progress towards achieving
environmental objectives during execution and upon completion of
the Works.
iv) Adhere to the activity implementation schedule agreed upon with the
Project Manager to facilitate monitoring activities and adapt impact
management to changing and unforeseen conditions.

(c) If the Contractor fails to implement the approved Environmental
Management Plan or contravenes any order as instructed by the Project
Manager, the Employer shall be entitled to seek legal redress through ZEMA
and appropriate penalties may be instituted in accordance with the provisions
of the EPPCA of 1990 specified under item 34 (d, e, and g,) and under item
35 (1) and (2) of Statutory Instrument No. 28 of 1997 or under any other
appropriate legislation.
NOTE:
Should the Contractor fail to adhere to safety requirements while
carrying out the works with respect to installation of sufficient traffic
warning signs (cones, sign posts, chevrons etc) shall be deducted an
amount equivalent to the amount specified in the Bills of Quantities for
that pay item.
GCC 20.1 The Site Possession Date(s) shall be: 14 DAYS AFTER CONTRACT
SIGNING
GCC21.1 Notwithstanding clause 22.1, the Contractor shall allow full access to the
Site and cooperate with representatives of the Employer, for monitoring
implementation of the environmental impact mitigation measures, who
3-34 Section VIII Particular Conditions of Contract

will report their findings to the Project Manager for any action.
GCC 23.1 &
GCC 23.2
Appointing Authority for the Adjudicator: Zambia Association of
Arbitrators
GCC 24.3 Hourly rate and types of reimbursable expenses to be paid to the Adjudicator:
ZMW 350/hour
GCC 24.4 Institution whose arbitration procedures shall be used:
Zambia Association of Arbitrators.
The place of arbitration shall be: Lusaka, Zambia
The governing rules shall comply with the Arbitration ACT No. 19 of 2009
B. Time Control
GCC 25.1 The Contractor shall submit for approval a Program for the Works within
30 days from the date of the Letter of Acceptance.
GCC 25.3 The period between Program updates is 30 calendar days.
The amount to be withheld for late submission of an updated Program is
ZMW200 Thousand
C. Quality Control
GCC 32.1 The costs of testing undertaken by the contractor in terms of his obligations
to execute the works on all materials and process control, labour, materials
etc shall be included in the rates tendered for the various items of work
except when stated otherwise. All calculations and test results of material
and process control shall be submitted to the Project Manager along with
the request for approval.
GCC 33.1 The Defects Liability Period is: 365 days.
D. Cost Control
GCC 40.1 The Employer shall pay the contractor the amount certified by the Project
Manager within 28 days of the date of each certificate. Late payment will
attract simple interest.The interest rate is: Simple Interest at the prevailing Bank
of Zambia lending Rate
Interest shall only be chargeable after 56 days beyond the due date.
GCC 43.1 The currency of the Employers country is: Zambian Kwacha
Section VIII Particular Conditions of Contract 3-35


GCC 44.1 N/A
GCC 45.1 The proportion of payments retained is: 10 percent
GCC 46.1 The liquidated damages for the whole of the Works are 0.1 percent of the
Contract Price per day. The maximum amount of liquidated damages for the
whole of the Works is 10 percent of the final Contract Price. Once the
maximum value of 10% is attained, the contract shall be terminated.
NOTE:
Termination of the Contract under these conditions MAY result in the
blacklisting the Contractor on future RDA Tenders.
GCC 47.1 The Bonus for the whole of the Works is none. The maximum amount of
Bonus for the whole of the Works is Nil.
GCC 48.1 The Advance Payment shall be: Maximum of 15% of contract sum, upon
submission of an acceptable Bank Guarantee of equal amount.
Repayment of Advance Payment
The advance payment shall be recovered in 14 equal installments
commencing when the physical progress has reached 20 per cent and fully
recovered when the certified works have reached 78 per cent
GCC 49.1 The Performance Security shall be:
(i) an Unconditional Bank Guarantee in the amount of 10% of the
Contract Price
(ii) Performance Bond in the amount of 15% of the Contract Price
from any LOCAL insurance companies The Performance Security
shall be in the currency of the contract.
E. Finishing the Contract
GCC 55.1 A complete set of As-built drawings are required 15 days after
Completion of the Works.
GCC 55.2 The amount to be withheld for failing to produce as built drawings and/or
operating and maintenance manuals by the date required in GCC 58.1 is
ZMW20 Thousand per day.
GCC 56.2 (g) The maximum number of days is: 100 days
GCC 58.1 The percentage to apply to the value of the work not completed, representing
the Employers additional cost for completing the Works, is 15% of the
value of the works not completed.
3-36 Section VIII Particular Conditions of Contract

GCC 61.1 This clause is not applicable to this contract as the project is 100% financed
by the Government of the Republic of Zambia.




3-37 Section IX - Contract Forms

Section IX - Contract Forms

This Section contains forms which, once completed, will form part of the Contract. The
forms for Performance Security and Advance Payment Security, when required, shall only be
completed by the successful Bidder after contract award.

Table of Forms
Letter of Acceptance .......................................................................................................... 3-38
Contract Agreement .......................................................................................................... 3-39
Performance Security ........................................................................................................ 3-41
Advance Payment Security ............................................................................................... 3-43


3-38 Section IX - Contract Forms

Letter of Acceptance


[ on letterhead paper of the Employer]

. . . . . . . [date]. . . . . . .

To: . . . . . . . . . .[name and address of the Contractor] . . . . . . . . . .

Subject: . . . . . . . . . .[Notification of Award Contract No]. . . . . . . . . . .


This is to notify you that your Bid dated . . . . [insert date] . . . . for execution of the . . . . .
. . . . .[insert name of the contract and identification number, as given in the Appendix to Bid]. . . . . . .
. . . for the Accepted Contract Amount of the equivalent of . . . . . . . . .[insertamount in
numbers and words and name of currency], as corrected and modified in accordance with the
Instructions to Bidders is hereby accepted by our Agency.

You are requested to furnish the Performance Security within 28 days in accordance
with the Conditions of Contract, using for that purpose the of the Performance Security
Form included in Section IX (Contract Forms) of the Bidding Document.

[Choose one of the following statements:]

We accept that __________________________[insert the name of Adjudicator proposed by
the Bidder] be appointed as the Adjudicator.

[or]

We do not accept that _______________________[insert the name of the Adjudicator
proposed by the Bidder] be appointed as the Adjudicator, and by sending a copy of this
Letter of Acceptance to ________________________________________[insert name of
the Appointing Authority], the Appointing Authority, we are hereby requesting such
Authority to appoint the Adjudicator in accordance with ITB 42.1 and GCC 23.1.



Authorized Signature: ...................................................................................................................


Name and Title of Signatory: ........................................................................................................


Name of Agency: ..........................................................................................................................

Attachment: Contract Agreement
Section IX - Contract Forms 3-39


Contract Agreement

THIS AGREEMENT made the . . . . . .day of . . . . . . . . . . . . . . . . ., . . . . . . ., between . . . .
. [name of the Employer]. . . . .. . . . . (hereinafter the Employer), of the one part, and . . . . .
[name of the Contractor]. . . . .(hereinafter the Contractor), of the other part:

WHEREAS the Employer desires that the Works known as . . . . .[name of the Contract]. . . .
.should be executed by the Contractor, and has accepted a Bid by the Contractor for the
execution and completion of these Works and the remedying of any defects therein,

The Employer and the Contractor agree as follows:
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Contract documents referred to.
2. The following documents shall be deemed to form and be read and construed as
part of this Agreement. This Agreement shall prevail over all other Contract documents.
(a) the Letter of Acceptance
(b) the Bid
(c) the Addenda Nos . . . . . [insert addenda numbers if any]. . . . .
(d) the Particular Conditions
(e) the General Conditions;
(f) the Specification
(g) the Drawings; and
(h) the completed Schedules,
3. In consideration of the payments to be made by the Employer to the Contractor as
indicated in this Agreement, the Contractor hereby covenants with the Employer to
execute the Works and to remedy defects therein in conformity in all respects with the
provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the
execution and completion of the Works and the remedying of defects therein, the Contract
Price or such other sum as may become payable under the provisions of the Contract at
the times and in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be
executed in accordance with the laws of . . . . . [name of the borrowing country]. . . . .on
the day, month and year indicated above.
3-40 Section IX - Contract Forms



Signed by: Signed by:

for and on behalf of the Employer for and on behalf the Contractor
in the
presence of:
in the
presence of:

Witness, Name, Signature, Address, Date Witness, Name, Signature, Address, Date


Section IX - Contract Forms 3-41


Performance Security

[Banks Name, and Address of Issuing Branch or Office]

Beneficiary: ....................................... [Name and Address of Employer]...........................................
Date: ............................................................................................................................................
Performance Guarantee No.: ....................................................................................................

We have been informed that . . . . . [name of the Contractor]. . . . . (hereinafter called the
Contractor) has entered into Contract No. . . . . . [reference number of the Contract]. . . . . dated .
. . . . . . .with you, for the execution of . . . . . . [name of contract and brief description of Works]. . . .
. (hereinafter called the Contract).
Furthermore, we understand that, according to the conditions of the Contract, a performance
guarantee is required.
At the request of the Contractor, we . . . . . [name of the Bank]. . . . . hereby irrevocably
undertake to pay you any sum or sums not exceeding in total an amount of . . . . . . . . . [name
of the currency and amount in figures]
1
. . . . . . (. . . . . [amount in words]. . . . . ) such sum being
payable in the types and proportions of currencies in which the Contract Price is payable,
upon receipt by us of your first demand in writing accompanied by a written statement
stating that the Contractor is in breach of its obligation(s) under the Contract, without your
needing to prove or to show grounds for your demand or the sum specified therein.
This guarantee shall expire, no later than the . . . . . Day of . . . . . . . . . . , . . . . . .
2
, and any
demand for payment under it must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.

. . . . . . . . . . . . . . . . . . . . . . . . . . . .
[Seal of Bank and Signature(s)]


Note
All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final
document.

1
The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the
Contract and denominated either in the currency(ies) of the Contract or a freely convertible currency
acceptable to the Employer.

2
Insert the date twenty-eight days after the expected completion date. The Employer should note that in the
event of an extension of the time for completion of the Contract, the Employer would need to request an
extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the
3-42 Section IX - Contract Forms

expiration date established in the guarantee. In preparing this guarantee, the Employer might consider adding
the following text to the form, at the end of the penultimate paragraph: The Guarantor agrees to a one-time
extension of this guarantee for a period not to exceed [six months][one year], in response to the Employers
written request for such extension, such request to be presented to the Guarantor before the expiry of the
guarantee.

Section IX - Contract Forms 3-43


Advance Payment Security

[Banks Name, and Address of Issuing Branch or Office]

Beneficiary: ...................................... [Name and Address of Employer] ..........................................
Date: ............................................................................................................................................
Advance Payment Guarantee No.: ...........................................................................................

We have been informed that . . . . . [name of the Contractor]. . . . . (hereinafter called the
Contractor) has entered into Contract No. . . . . . [reference number of the Contract]. . . . . dated .
. . . . . . .with you, for the execution of . . . . . . [name of contract and brief description of Works]. . . .
. (hereinafter called the Contract).
Furthermore, we understand that, according to the Conditions of the Contract, an advance
payment in the sum . . . . . [name of the currency and amount in figures]
1
. . . . . .(. . . . .[amount in
words]. . . . . )is to be made against an advance payment guarantee.
At the request of the Contractor, we . . . . . [name of the Bank]. . . . . hereby irrevocably undertake
to pay you any sum or sums not exceeding in total an amount of . . . . . [name of the currency and
amount in figures]*. . . . . .(. . . . . [amount in words]. . . . . )upon receipt by us of your first demand
in writing accompanied by a written statement stating that the Contractor is in breach of its
obligation under the Contract because the Contractor used the advance payment for purposes
other than the costs of mobilization in respect of the Works.
It is a condition for any claim and payment under this guarantee to be made that the advance
payment referred to above must have been received by the Contractor on its account number .
. . . . [Contractors account number]. . . . . at . . . . . [name and address of the Bank]. . . . . .
The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Contractor as indicated in copies of interim statements or
payment certificates which shall be presented to us. This guarantee shall expire, at the latest,
upon our receipt of a copy of the interim payment certificate indicating that eighty (78)
percent of the Contract Price has been certified for payment, or on the . . . day of . . . . . . . , . .
. . .
2
, whichever is earlier. Consequently, any demand for payment under this guarantee must
be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458.

. . . . . . . . . . . . . . [Seal of Bank and Signature(s)]. . . . . . . . . . . . . .

Note
All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final
document.

1 The Guarantor shall insert an amount representing the amount of the advance payment denominated either
in the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currency
acceptable to the Employer.
3-44 Section IX - Contract Forms

2 Insert the expected expiration date of the Time for Completion. The Employer should note that in the event
of an extension of the time for completion of the Contract, the Employer would need to request an extension of
this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration
date established in the guarantee. In preparing this guarantee, the Employer might consider adding the
following text to the form, at the end of the penultimate paragraph: The Guarantor agrees to a one-time
extension of this guarantee for a period not to exceed [six months][one year], in response to theEmployers
written request for such extension, such request to be presented to the Guarantor before the expiry of the
guarantee.



45


















SECTION X SPECIFICATIONS & PERFORMANCE REQUIREMENTS
(TECHNICAL SPECIFICATIONS)



3-46 Section IX - Contract Forms

SECTION X. SPECIFICATIONS & PERFORMANCE REQUIREMENTS


Preface

The Specifications & Performance Requirements (also referred as Technical Specifications) to be used for this
Contract are in three Parts as follows:

Part 1. The General Specification is the Draft SATCC Standard Specification for Road and Bridge Works,
September 1998, (reprinted July 2001), prepared by the Division of Roads and Transport Technology, CSIR, and
hereinafter referred to as the Standard Specifications.

Part 2. The Specifications of Particular Application

Part 3.Environmental Guidelines for Road Rehabilitation and Maintenance Works, 1997 published by and
available from the Ministry of Transport and Communications, Lusaka, Zambia.

Part 1, The SATCC Standard Specification and Part 3, The Environmental Guidelines for Road Rehabilitation
and Maintenance Works, 1997 are not included in this volume but may be obtained from Road Development
Agency. Part 2 is bound into this document.

The Specifications of Particular Application (SPA) shall complement, amend or supplement the Standard
Specification for Roads and Bridges. Whenever there is conflict, the provisions of SPA shall prevail over the
General SATCC Specification.

Any reference in the General SATCC Specification to the maintenance period shall be construed as referring to
the defects liability period.

The Contractor shall also execute the Works generally in accordance with Part 2, Section C, the Special
Environmental Specifications and Part 3, Environmental Guidelines of these specifications. In the event of any
differences between the Special Environmental Specifications and the Environmental Guidelines, the former
shall take precedence.

Equivalency of Standards and Codes

Wherever reference is made in the contract to specific standards and codes to be met by the materials, plant, and
other supplies to be furnished, and work to be performed or tested, the provisions of the latest current edition or
revision of the relevant standards and codes currently in effect shall apply, unless otherwise expressly stated in
the contract. Where such standards and codes are national, or relate to a particular country or region, other
authoritative standards which ensure a substantially equal or higher performance than the standards and codes
specified will be accepted subject to the Project Manager's prior review and written approval. Differences
between the standards specified and the proposed alternative standards must be fully described in writing by the
Contractor and submitted to the Project Manager at least 28 days prior to the date when the Contractor desires
the Project Manager's approval. In the event the Project Manager determines that such proposed deviations do
not ensure substantially equal performance, the Contractor shall comply with the standards specified in the
documents.

















47

Part 1: GENERAL SPECIFICATIONS OF PARTICULAR APPLICATION

The General Specifications is the Draft SATCC Standard Specification for Road and Bridge Works, September
1988, (reprinted July 2001), prepared by the Division of Roads and Transport Technology, CSIR, and
hereinafter referred to as the Standard Specifications is not included in this document.

Part 2 : SPECIFICATIONS OF PARTICULAR APPLICATION

All the requirements of Part 1 of the Technical Specifications relating to materials, quality and
workmanship, together with all tests specified shall be adhered to except where modified by the terms of
these Specifications of Particular Application as set forth hereinafter. The same section number of part 1
is followed for modification of corresponding section in part2 with a prefix B. The role of the Engineer
in part 1 will be performed by the Project Manager defined in General Conditions of Contract.


The terminology used in the SATCC Standard Specifications for alterations, modifications or additions is
Project Specifications and all reference in this Part 2 to Specifications of Particular Application will be
referred to as Project Specifications.


































3-48 Section IX - Contract Forms


TABLE OF CONTENTS

SECTION A: GENERAL...................................................................................................... 51
A1 MISCELLANEOUS ..................................................................................................51
A2 DESCRIPTION OF THE WORKS .........................................................................51
A3 DRAWINGS .................................................................................................................53
A4 POWER SUPPLY AND OTHER SERVICES .......................................................53
A5 CONTRACTOR'S CAMP SITE ..............................................................................53
A6 SECURITY .................................................................................................................54
A7 WATER FOR CONSTRUCTION PURPOSES .....................................................54
A8 ENVIRONMENTAL MITIGATION ......................................................................54
A9. ADDITIONAL REQUIREMENTS FOR CONSTRUCTION ACTIVITIES .....56
A10 ACCESS TO SITE ....................................................................................................59
A11 EXTENSION OF TIME RESULTING FROM ABNORMAL RAINFALL ......60
A12 OWNERSHIP OF ITEMS SUPPLIED UNDER SECTION 1400 FOR USE BY
THE PROJECT MANAGER'S SITE PERSONNEL ............................................60
A13 TENDER SECURITIES ...........................................................................................60
A14 SUBMISSION OF QUALITY ASSURANCE PLAN ..........................................60
A15 CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL
OBLIGATIONS .........................................................................................................61
SECTION B: MATTERS RELATING TO THE STANDARD SPECIFICATIONS ..... 61
SECTION B1100: DEFINITIONS AND TERMS .........................................................61
B1113 GENERAL CONDITIONS OF CONTRACT ........................................ 61
B 1127 ROAD RESERVE ............................................................................................ 62
SECTION B1200: GENERAL REQUIREMENTS AND PROVISIONS ...................62
B1205 WORKMANSHIP AND QUALITY CONTROL ................................. 62
B1206 THE SETTING OUT OF WORK AND PROTECTION OF
BEACONS 62
B1207 NOTICES, SIGNS AND ADVERTISEMENTS ....................................... 63
B1209 PAYMENT ................................................................................................. 63
B1210 CERTIFICATE OF COMPLETION OF THE WORKS ....................... 63
B1224 THE HANDING-OVER OF THE ROAD RESERVE .......................... 64
B1225 HAUL ROADS .......................................................................................... 64
B1227 MONTHLY SITE MEETINGS ................................................................... 65
B I230 REPORTING OF ACCIDENTS ..................................................................... 65
SECTION B1300 CONTRACTOR'S ESTABLISHMENT ON SITE AND
GENERAL OBLIGATIONS ....................................................................................65
B1301 SCOPE ........................................................................................................ 65
B1302 GENERAL REQUIREMENTS ............................................................... 65
B13.04 Instituting and HIV/AIDS awarenesscampaign ...................................... 67
B13.05 Instituting and HIV/AIDS preventin campaign ...................................... 67
SECTION B1400 HOUSING, OFFICES AND LABORATORIES FOR THE
PROJECT MANAGERS SITE PERSONNEL .....................................................67
B1402 OFFICE AND LABORATORIES ................................................................... 67
B1403 HOUSING........................................................................................................ 81
B1404 SERVICES ....................................................................................................... 83
B1405 PROVISION OF VEHICLES .................................................................. 87

49

B 1406 GENERAL ................................................................................................. 87
B1407 MEASUREMENT AND PAYMENT ............................................................. 87
SECTION BI500 ACCOMMODATION OF TRAFFIC ................................................90
BI502 GENERAL REQUIREMENTS .................................................................... 90
B 1503 TEMPORARY TRAFFIC-CONTROL FACILITIES ................................... 91
B 1504 WIDTH OF DIVERSIONS ............................................................................. 92
B 1505 TEMPORARY DRAINAGE WORKS ........................................................... 93
B 1510 EXISTING ROADS USED AS DIVERSIONS.................................................. 93
B 1511 MAINTENANCE OF GRAVEL DIVERSIONS AND EXISTING GRAVEL
ROADS USED ASDIVERSIONS ................................................................................... 93
MEASUREMENT AND PAYMENT ............................................................................. 93
SECTION B 1600: OVERHAUL .....................................................................................94
B1602 DEFINITIONS ................................................................................................. 94
SECTION B1700 CLEARING AND GRUBBING ......................................................94
B1701 SCOPE ............................................................................................................ 94
B1703 EXECUTION OF WORK ............................................................................. 94
SECTION B3100: BORROW MATERIALS .................................................................95
B3102 NEGOTIATIONS WITH OWNERS AND AUTHORITIES ..................... 95
B3104 OBTAINING BORROW MATERIALS ................................................ 96
B3108 CLASSIFICATION OF BORROW PITS FOR GRAVEL MATERIALS
FOR PAVEMENTLAYERS ........................................................................................ 96
B3109: MEASUREMENT AND PAYMENT ............................................................. 96
SECTION B3200: SELECTION, STOCKPILING AND BREAKING-DOWN THE
MATERIAL FROM BORROW PITS AND CUTTINGS, AND PLACING
AND COMPACTING THE GRAVEL LAYERS .................................................97
B 3203 STOCKPILING THE MATERIAL ................................................................. 97
SECTION B3300 MASS EARTHWORKS .................................................................98
B3301 SCOPE ............................................................................................................ 98
B3302 MATERIALS ................................................................................................. 98
B3305 TREATING THE ROADBED ...................................................................... 98
B3306 CUT AND BORROW ................................................................................... 99
B3307 FILLS .......................................................................................................... 99
B3308 FINISHING OF SLOPES ...................................................................... 100
B3312 MEASUREMENT AND PAYMENT ................................................. 101
SECTION B3400: PAVEMENT LAYERS OF GRAVEL MATERIAL ...............101
B 3401 SCOPE ..................................................................................................... 101
B 3402 MATERIALS ......................................................................................... 101
B3403 CONSTRUCTION ......................................................................................... 103
B 3404 PROTECTION AND MAINTENANCE ................................................... 103
SECTION B3500 STABILIZATION .........................................................................104
B3502 MATERIALS ................................................................................................. 104
B3503 CHEMICAL STABILIZATION .......................................................... 106
B3505 TOLERANCES ....................................................................................... 106
B3506 QUALITY OF MATERIALS AND WORKMANSHIP .................. 107
B3507 MEASUREMENT AND PAYMENT ........................................................ 107
B3508 STABILIZATION WORK IN RESTRICTED AREAS (Additional clause)
107
SECTION 4000 ASPHALT PAVEMENTS AND SEALS .......................................108
SECTION B 4100 PRIME COAT .............................................................................108
B4102 MATERIALS ............................................................................................... 108
B 6404 CONCRETE QUALITY ......................................................................... 108
3-50 Section IX - Contract Forms

SECTION B 7100: TESTING MATERIALS AND WORKMANSHIP .................109
B 7108 TESTING TAR, B1TUMEN AND ASPHALT ....................................... 109
"B 7116 TESTS ON RETRO-REFLECTIVE MATERIAL FOR USE ON
ROAD SIGNS ............................................................................................................. 109
PART C: SPECIAL WORKS ............................................................................................. 111
SECTION C10100: SPECIAL ENVIRONMENTAL SPECIFICATIONS ...............111
CI0101 GENERAL ............................................................................................... 111
CI0102 MATERIAL EXTRACTION .................................................................... 111
CI0103 REINSTATEMENT OF THE SITE .......................................................... 111
CI0104 WATER RESOURCES MANAGEMENT ........................................ 112
CI0105 ENVIRONMENTAL HEALTH AND SAFETY .............................. 112
CI0106 DISPLACEMENT AND RESETTLEMENT .................................... 113
CI0107 MEASUREMENTS AND PAYMENTS ............................................ 113
Section IX. Drawings/Maps................................................................................................ 115














51


Part 2: SPECIFICATIONS OF PARTICULAR APPLICATION

SECTION A: GENERAL

A1 MISCELLANEOUS

The Standard Specifications that form part of this Contract have been written to cover all
phases of work normally required for road and bridge contracts, and may therefore cover
items of work not applicable to this particular Contract.

The Project Specifications form an integral part of the Contract Documents, supplement the
Standard Specifications, and take precedence in the event of discrepancies with the Standard
Specifications, the Bill of Quantities or the Drawings as per GCC Cl. 2.3.

A2 DESCRIPTION OF THE WORKS

(a) The Project

Introduction

The RD54 Road in Muchinga Province of Zambia runs as a loop from Mpika via Katibunga
through Chief Mukungule-LufilaKakoko-Kalalantekwe. It is the objective of the
Government of the Republic of Zambia to improve the link between the above surrounding
places for easy delivery of farming inputs, services and sale of farm by Constructing and
upgrading to bituminous standard and re-alignment of the road (RD54) from Chiief
Mukungules Area at Mwaleshi river Lufila-Kakoko to Kalalantekwe Lot 2 under the link
Zambia 8000 road project in Muchinga Province

Lot 2 project assumes Km 0+000 at Mwaleshi River in Chief Mukungules and Km 78+000
at Kalalantekwe (RD54/T002 Junction).

Project description

The Contract will comprise of the Construction and upgrading to bituminous standard of the
Mpika via Katibunga through chief Mukungule Lufila-Kakoko to Kalalantekwe
(RD54/T002 junction) road and Lot 2, will approximately be 78 km (Km 0+000 Km
78+000) of main road (6.5m carriageway + 2* 1.5 m shoulders). Bush clearing, earthworks,
construction of road formation, Subgrade, and construction of road pavement layers with
Double Seal Surface Dressing to the carriageway.

1. Nature of the Work

The description of the project as provided in this section is merely an outline of the Contract
Works and shall not be regarded as limiting the amount of work to be done by the contractor
under this contract. Approximate quantities of each type of work to be carried out in
accordance with the contract documents are listed in the Schedule of Quantities bound in
Section VIII.

The nature of the work required under this project is summarised in sections as follows:
3-52 Section IX - Contract Forms


5.1 Preliminary and General Activities, which will include:

Establishment of the contractor on site
Establishment of temporary camp and providing the engineers supervisory
staff with offices and laboratories including all required equipment and
supplementary staff
Provision of housing and transport for the engineers supervisory staff
Accommodation of traffic
Process control of materials and of workmanship
Maintenance of the works during the 12 month Defects Liability Period


5.2 Road Related Works

Excavating of drainages and installation of water crossing structures
Priming and surfacing with a double surface seal
Construction of the road formation and sub grade
Construction of pavement layers
Construction of stabilised Base
Construction of a 6.5m wide carriage way with 1.5m of shoulder on both
sides of the carriage way

5.4 Ancillary related works

Construction of Lay-bys
Provision of temporary and permanent road markings
Erection of road signs
Installation of guard rails;

The Project Manager may amend this table to suit the final design arising from the design
review exercise.

5.5.2 Material Sources

Preliminary investigation regarding materials sources for fill and pavement layers was not
carried out.

All other construction materials may be procured from commercial sources or produced from
own quarry in case of crushed stone.

The Contractor shall be responsible for ascertaining the necessary information himself,
regarding the sources, qualities and quantities of construction materials available and
required for the works to be constructed as per the contract requirements.

(a) Geotechnical information

Geotechnical investigations regarding soil conditions, soil profiles and borrow pits testing has
not been carried out.



53


A3 DRAWINGS

The drawings that form part of the tender documents are to be used for tender purposes
only.Any information in the possession of the Contractor that is required by the Project
Manager to complete his as-built drawings must be supplied to the Project Manager before a
certificate of completion will be issued. Only figured dimensions must be used and drawings
must not be scaled unless required by the Project Manager. The Project Manager will supply
any figured dimensions that may have been omitted from the drawings.

These drawings may be, amended, superseded or supplemented by further drawings as the
Project Manager may, from time to time, consider necessary for the satisfactory completion
of the works. It shall be the Contractor's responsibility to construct all works in conformity
with the latest revision, amendment or superseding drawings current at the time of
construction of such works, provided always that the Project Manager has given to the
Contractor such reasonable prior notice of intention to revise, amend or supersede as the
nature of the revision, amendment or super-session requires, and the necessary revised,
amended or superseding drawings have been issued to the Contractor.

A4 POWER SUPPLY AND OTHER SERVICES

The Contractor must make his own arrangements concerning the supply of electrical power
and all other services. No direct payment will be made for the provision of electrical and
other services. The cost of providing these services will be deemed to be included in the rates
and amounts tendered for the various items of work for which these services are required.

A5 CONTRACTOR'S CAMP SITE

No arrangements have been made for the Contractor's camp. The Contractor shall provide a
suitable site for his camp and for accommodating his labourers. There is no suitable
Departmental land available for a campsite and the Contractor will have to negotiate by
private treaty with the local authorities or landowners for the formal lease of such land.

Before the erection of his camp office, stores, plant, accommodation or any other facilities,
the Contractor shall satisfy the Project Manager that he is familiar with and has taken due
cognizance of any pertinent local by-laws, availability of services and statutory regulations.
The Contractor's attention is specifically drawn to the regulations pertaining to the
accommodation of labourers.

The Contractor shall provide accommodation for the Project Manager's supervisory staff
according to the requirements of Section 1400, including electricity and potable water. The
Project Manager's accommodation may be erected within the Contractor's approved site, or at
another suitable location close to the site.

The Contractor shall provide adequate portable toilet units along the road and at the bridge
construction site for use by all his personnel during working hours. The units shall be within
walking distance of the place of work.

3-54 Section IX - Contract Forms

A6 SECURITY

The Contractor shall be responsible for the security of his camp and for his personnel and
Constructional Plant on and around the Site of the Works.

A7 WATER FOR CONSTRUCTION PURPOSES

The contractor will be solely responsible to obtain water for construction purposes and
portable water for domestic use. No separate compensation will be made for procuring and
obtaining water, which cost will be deemed to be included in the unit work rates. The
Contractor shall source water for road construction from any source approved by the Project
Manager

A8 ENVIRONMENTAL MITIGATION

The Contractor must respect the Special Environmental Specifications, included as Part C in
this document. The contractor and his subcontractors shall comply with the following
measures and requirements.

(a) An Environmental Supervisor (ES) who will be appointed by the contractor
and approved by the Project Manager; will be in charge of the people at the
construction site and will give instructions on the implementation of
environmental aspects during all project phases. The ES will monitor and give
recommendations on the application of good environmental management.
His/her responsibilities will include:

Monitoring and ensuring compliance of all the workers to the specific
contractual regulations;
Execution and monitoring of an environmental monitoring program;
Ensuring that the existing natural forest and plantations and any
wildlife along the route of the road are protected
Continuous contact with the subcontractors and with local
communities; Training of all the Contractor's workers on
environmental awareness;
Ensuring that all the disturbed areas during the construction phase are
efficiently rehabilitated as soon as possible.

(b) Reporting on Environmental Matters
The reporting on environmental matters shall be undertaken as follows:
The ES shall complete a project Start-Up inspection Sheet prior to the
commencement of the contract (or at the site handover). This inspection Sheet
will be attached to the minutes of the first site meeting and forwarded to the
Environmental Control Officer if one is appointed, or the Employer;
The ES shall complete monthly Routine inspection Sheets (or more often if
required), which will form the basis of the environmental reporting required at
site meetings.
The ES shall complete a Site Closure Report on completion of the contract to
be forwarded to the Project Manager or the Employer;
Instructions and communications on site to the Contractor, concerning
environmental matters, shall be recorded in the site instruction book/site diary.

55


(c) Management of Environmental Incidents
The management of environmental incidents will be based on adequate
procedures based on a specific protocol of hazards and incidents notification.
A report of all incidents will be presented and appropriate measures will be
always taken to minimize any likely impact.
The Environmental Council of Zambia (ECZ) will be informed on any
environmental incident, in accordance with the legal requirements.
The notification of an environmental incident and/or accidents will include but
will not be restricted to the following aspects:

Location of the incident/emergency;
Relevant environmental authority;
Name and phone number of the designated contact person;
Time of the incident;
Suspected cause of the incident or emergency;
Environmental damage or disturbance caused or suspected to have been caused by the
incident or emergency;
Action taken to avoid future occurrence of the incident and to mitigate the impact
caused by this incident.
The procedures for the presentation of environmental complaints will be
elaborated within one month of the contract start date, by the contractor, to the
approval of the Project Manager, and will be adhered to during the
construction phase. The procedures shall contain among other entries the
following:

The title of the issue;
Date of registration of the issue;
Notifying and notified and respective signatures;
Contact details of the person;
Description of the issue;
Proposed action to solve the problem;
Expected time to solve the problem;
Responsible person for the closure of notifications;
Additional applicable annotations.

(d) State of Preparedness for Emergencies
Before the start of any field activity, a plan for emergency situations will be
prepared by the contractor and submitted to the Project Manager for his
approval. It will be elaborated according to the best practices used for this
sector. Individual plans for emergency situations will be designed for various
operation aspects for example accidents and spills of chemicals. The approach
with respect to notification and response to emergence will be based on ISO
14001 environmental management systems guidelines.

(e) The width of bush clearing is limited to 2 m beyond the limits of the road
prism.

(f) The Contractor's camp site must be located in an already cleared area. If this is
not possible the area must be approved by the Project Manager prior to any
3-56 Section IX - Contract Forms

clearing.

(g) Suitable waste disposal areas must be provided to serve the construction camp
site. The selection of these sites must be done taking due cognizance of
environmental considerations as well as the surrounding communities.

(h) The Contractor's camp site must be rehabilitated after completion of the
works.

(i) All borrow and other cleared areas must be covered by the topsoil originally
excavated from these areas and the growth of natural grass cover must be
promoted.

(j) No firewood may be collected by the Contractor or his personnel except from
the areas cleared for construction.

(k) No wild life may be disturbed or killed by the Contractor or his personnel.

(I) Hazardous materials such as diesel, bituminous products, cement, etc must be
transported, stored and applied in a controlled manner to eliminate or
minimize the risk of contamination of the environment.

(m) Borrow areas must be accessed by a single access and must not be closer than
100m from the main road

(n) Borrow areas must be screened by natural vegetation or topographical features
wherever possible. The location of the borrow areas must be finalized in
consultation with the Project Manager.

(0) The ponding of depleted borrow areas may be considered in consultation with
the Project Manager.

(p) Natural drainage routes must be maintained through or around borrow areas.

No additional payment will be made for any of the above measures. The tendered rates
for the work are considered to include full compensation for any additional actions to
comply with the above requirements.

Failure of the Contractor to comply with the foregoing will be ample reason for the
Project Manager to suspend all work until the environmental mitigation measures are
rectified.

A9. ADDITIONAL REQUIREMENTS FOR CONSTRUCTION
ACTIVITIES

A9.1 Safety
The travelling public shall have the right of way on public roads. The Contractor shall
make use of approved methods to control the movement of his equipment and
vehicles so as not to constitute a hazard on the road.

The Contractor shall nominate a safety officer who will be responsible at all times,

57

including after hours, nights, weekends and public holidays, for the safety of the work
area and the accommodation of traffic.

Failure to maintain road signs, warning signs and flicker lights in good working
conditions shall constitute ample reason for the Project Manager to suspend work
until such road signs and road safety ancillaries have been repaired or reinstated to the
Project Manager's satisfaction.

The Contractor may not commence construction activities before adequate provision
has been made to accommodate traffic in accordance with the requirements of the
specifications and drawings.

A9.2 Areas Available for Stockpiles

The Contractor shall arrange his own stockpile sites and shall ensure that he conforms
to all relevant legislation and regulations which terms of compliance should be for the
Contractor's cost. The sites must be approved by the Project Manager.

A9.3 Dump Sites

The Contractor shall arrange his own dump sites and shall ensure that he conforms to
all relevant legislation and regulations which terms of compliance should be for the
Contractor's cost. The sites must be approved by the Project Manager. All dumping
costs will be borne by the Contractor.

A9.4 Bituminous Products

The Project Manager must approve storage sites for all bituminous products in the
road reserve, or on private property prior to their being used. The containers used for
storage must be free of leaks and placed on a firm surface. No spoiling of any
bituminous products will be allowed in any area. Unused or rejected products will be
removed from site and returned to the supplier. Solvents used for flushing spray
tankers, will be treated likewise. No additional payment will be made for the
preparation of storage sites and the disposal of materials.

A9.5 Fauna and Flora

The Contractor shall cause no damage to fauna and flora. If, in the opinion of the
Project Manager, this happens, the Project Manager is entitled to initiate prosecution
by the relevant authorities.

A9.6 Accommodation of Traffic

Accommodation of traffic will be as follows:
42.1.a.i.1.1.1.1.1 Km 0+000 Km 78+000
Traffic accommodated on temporary gravel bypasses constructed within the road
reserve parallel to the existing road. The bypasses shall be maintained and watered
regularly by the contractor.


3-58 Section IX - Contract Forms

A9.7 Traffic volumes

There is very little traffic on this Road; there are no existing traffic counts. The
contractor must make due allowance in his programme of work for growth in the
volume of traffic. The contractors tendered rates for the relevant items in the
schedule of quantities shall include full compensation for all possible additional costs
that may arise from this. No claims for extra payment due to inconvenience as a result
of the possible change of the modus operandi required to ensure satisfactory flow and
safety of traffic at all times will be considered.

A.9.8 Overhaul

All haul within and outside the boundaries of the site will be regarded as free haul,
and payment will be made for overhaul on this contract. No payment for overhaul will
be considered for material disposed of, or hauled within or beyond the limits of the
site.
Overhaul will be payable for materials imported from commercial sources and from
designated borrow pits alongside the road.

A9.9 Blasting activities

Wherever blasting activity is required on the site, including the widening of cuts,
realignment of road levels, quarries and/or borrow pits, the contractor shall rigorously
adhere to the relevant statutes and regulations that control the use of explosives. In
addition, the contractor shall, prior to any drilling of holes in preparation for blasting,
supply the engineer with a locality plan of the blast site on which shall be shown the
zones of influence of the ground and air shock-waves and expected limits of fly-rock.
The plan shall show each dwelling, structure and service within the zones of influence
and record all details of the dwellings/structures/services including existing positions,
lengths and widths of cracks, as well as the condition of doors, windows, roofing,
wells, boreholes etc. The contractor, alone, shall be responsible for any costs that can
be attributed to blasting activities, including the collection of fly-rock from adjacent
lands and fields. The submission of such a plan shall not in any way absolve the
contractor from his responsibilities in this regard. The contractor shall also indicate to
the engineer the manner in which he intends to advertise to the adjacent communities
and/or road users the time and delays to be expected for each individual blast.
Blasting regulations falls under the jurisdiction of:

Mines and Safety Department
Ministry of Mineral and Energy Affairs
Government of Zambia
P.O. Box 21006
Kitwe, Zambia

Before commencing with any blasting, the contractor shall be responsible to obtain
the necessary permits for all activities relating to the blasting operation and for full
compliance with the applicable regulations.


59


A10 ACCESS TO SITE

A10.1 Co-operation with others on the Site

All work shall be carried out in such a way as to allow access and afford all
reasonable facilities for any other Contractor and his workmen and for the workmen
of the Employer and any other person who may be employed in the execution and/or
operation at or near the site of any work in connection with the Contractor or
otherwise.

The Contractor shall endeavor to co-operate with such persons and shall observe all
the instructions and orders of the Project Manager in that connection.
In the preparation of his programme of Work the Contractor shall at all times take full
account of and co-ordinate with the programming of work of other contractors.

A10.2 Roads and Bridge Site to be kept Clean

The Contractor shall take great care and all reasonable precautions to ensure that
roads, bridge site and thorough fares used by him either for the construction of the
works or for the transport of plant, labour and materials are kept clean of any dirt. If,
in the opinion of the Project Manager, as a result of the action of construction plant or
transport the roads become dirtied the Contractor shall take all necessary and
immediate steps to clean the affected roads.

A10.3 Programme and Method of Working

The Contractors programme of works shall be submitted to the Project Manager in
terms of the General Conditions of Contract. The programme of works shall be
comprehensive and contain, amongst other things, all main tasks, logical links
between tasks, critical path, number of teams and equipment per task, task duration,
planned production rates and non-working days. The programme shall be updated and
submitted to the Project Manager at least monthly or at such other intervals as the
Project Manager may request.

The method of working to be adopted shall be such as to permit the satisfactory
completion of the Works and to limit disturbance and damage to a minimum.
Standard MTENR/latest environmental guidelines applicable to the Zambias road
sector must be strictly adhered to.

Construction plant and equipment used in the execution of the Works shall be of a
design and be used in a manner approved by the Project Manager. The Project
Manager may at any time withdraw his approval and the Contractor shall immediately
adopt another method of working and if such change shall be required to achieve
satisfactory progress or workmanship the Contractor shall have no claim against the
Employer for costs incurred by him in changing the method of working or in the
provision and use of other plant.

A10.4 First Aid

The Contractor's attention is drawn to the fact that the work has to be executed in an
3-60 Section IX - Contract Forms

area where poisonous snakes may be present and where malaria is prevalent. It is a
requirement of this contract that the Contractor shall provide and maintain, as part of
his establishment on site, comprehensive first aid facilities which must include
complete first aid kits with snake-bite serum at strategic points on the operational
areas of the works. Used or out dated articles and serum must be replaced from time
to time as necessary. Suitable anti-malaria tablets must also be kept on site.
It is a further requirement of this Contract that a registered qualified first aid person
must be stationed on the site. He or she should be equipped with the necessary
equipment to provide assistance for any medical emergency that may occur on site.
Apart from supplies like drips, blood plasma etc., he or she must have apparatus such
as ventilators, officiators etc. as part of his / her equipment.
The cost of above (labour and equipment) must be 'included in the Contractor's rates
and no additional payment will be made for such obligations.

A11 EXTENSION OF TIME RESULTING FROM ABNORMAL
RAINFALL

It must be noted that the extension of time resulting from abnormal rainfall shall not
be regarded as an event for which additional compensation can be claimed. This
means that no additional payments what so ever will be made, including no additional
payments under any obligations, regardless of the length with which the contract
period may be extended due to abnormal rainfall. However, the flooding of the rivers
which will subsequently affect the flooding of the working site may be one of the
exceptional circumstances and this decision will be made by the Project Manager. The
bidder must be aware that some of his access roads and haul roads may pass through
flood prone areas, and must take this into account.

A12 OWNERSHIP OF ITEMS SUPPLIED UNDER SECTION 1400 FOR
USE BY THE PROJECT MANAGER'S SITE PERSONNEL

Note must be taken of the second last paragraph under "General: Method of Payment"
on page 1400-8 of the Standard Specifications.

This paragraph shall also be deemed to mean that the ownership of all the items
provided under section 1400, as specified in the project specifications, shall revert
back to the Contractor at the end of the Contract Period, unless otherwise indicated in
the Technical Specifications.

A13 TENDER SECURITIES

Note that tender securities provided by certain banks may not be acceptable. The bank
from which the tender security is obtained will be subject to the approval of the
Employer.

A14 SUBMISSION OF QUALITY ASSURANCE PLAN

A Quality Assurance Plan complying with the Employer's specifications shall be
submitted together with the Programme of Works as required by Clause 14.1 of the

61

Conditions of Particular Application. The programme of work shall clearly show
sequence of activities and anticipated quantities of work to be performed each month.

A15 CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL
OBLIGATIONS

The Contractor's attention is drawn to the requirements detailed in Section 1500 with
respect to accommodation of public traffic. The road is an important link in the
network and therefore interruption to traffic shall be minimized.

Part 2: SPECIFICATIONS OF PARTICULAR APPLICATION (CONTD)

SECTION B: MATTERS RELATING TO THE STANDARD SPECIFICATIONS
The SATCC Standard Specifications for Road and Bridge Works, September 1998,
(Reprinted July 2001).

PROJECT SPECIFICATIONS & PERFORMANCE REQUIREMENTS REFERRED
TO IN THE STANDARD SPECIFICATIONS AND ADDITIONAL
SPECIFICATIONS

In certain clauses in the Standard Specifications, allowance is made for a choice to be
specified in the Project Specifications between alternative materials or methods of
construction and for additional requirements to be specified to suit a particular contract.
Details of such alternatives or additional requirements applicable to this Contract are
contained in this part of the Project Specifications. It also contains some additional
specifications required for this particular contract.

The number of each clause and each payment item in this part of the project specifications
consists of the prefix "B" followed by the number corresponding to the relevant clause or
payment item in the standard specifications. The number of a new clause or a new payment
item which does not form part of a clause or a payment item in the standard specifications
and is included here, is also preceded by "B" followed by a new number. The new numbers
follow on the last clause or item number used in the relevant section of the standard
specifications.

SECTION B1100: DEFINITIONS AND TERMS

B1113 GENERAL CONDITIONS OF CONTRACT

Replace this clause with the following:

"The General Conditions of Contract shall consist of two parts with Part 1 being the
'Conditions of Contract for Works of Civil Engineering Construction,' as World
Banks Standard Bidding Document for procurement of works for smaller
contracts (2004), and Part 2, titled Special Conditions of Contract, which contains
the variations and additions to Part 1."

3-62 Section IX - Contract Forms

B 1127 ROAD RESERVE

Replace this clause with the following:

"For the purposes of this contract the area of the Road Reserve will be defined to be
the length of the new road, measured along its centre line, multiplied by the width of
the road reserve, which shall alter according to the following, always taking the
greatest width as applicable:
(i). width is equal to 60m (30m on either side of centre line); or
(ii). width is equal to the greatest width of the road prism plus 10,0 m on either
side of the road prism; or
(iii). the width required to accommodate the construction of junctions from limit of
construction to limit of construction of the adjoining road or up to one of the
cases indicated in (i) or (ii) above,
(iv). including site for spot improvements
(v). any additional roads used as detours"

SECTION B1200: GENERAL REQUIREMENTS AND PROVISIONS

B1205 WORKMANSHIP AND QUALITY CONTROL

Add the following to the first paragraph:

"The Contractor shall, together with the Project Manager, formulate a Quality
Assurance Plan (QAP) that shall comply with the guidelines of the Employer prior to
the commencement of the works. The QAP shall be submitted together with the
programme as indicated in subclause 14.1 of the General Conditions of Contract".

B1206 THE SETTING OUT OF WORK AND PROTECTION OF
BEACONS

Add the following:

"Reference beacons have not been determined but will be available prior to
commencement of works and will be placed along the route. Once these are
established, the Contractor shall first verify the co-ordinates and levels of the
reference beacons. The Contractor shall then relocate the road pegs and verify all
levels before submitting the verified levels for the Project Manager's approval.

Construction work may only commence once the Project Manager's approval for all
verified co-ordinates and levels of reference beacons as well as cross-section levels,
has been obtained.

The Contractor shall supply the Project Manager with cross-sections (hard copy and
electronic format) of the existing road taken every 20m on the fixed road alignment
before and after the topsoil has been stripped.

The Contractor's tendered rates for the construction of the works shall include full
compensation for all the costs required for the verification of the reference beacons,
the re-location and re-co-ordination (X, Y an Z) of any beacons which are affected by

63

the works, the verification of the staking of the road and the re-staking of any pegs
which may have been dislocated or disturbed since the Project Manager's staking was
done, verification of the levels, the taking of cross-sections at 20m intervals, the
taking of long sections at all proposed bridge positions (these may include extensions
of the drainage lines on the inlet and outlet sides to beyond the road reserve in order
to ensure sufficient fall for the inlet and or outlet side), and for any other survey work
required to complete the work as specified. The taking of long sections at all proposed
bridge locations is required for confirmation of the bridge foundation and their
incoming and outgoing drainage lines. This work and any other work which requires
response from the Project Manager shall be delivered to the Project Manager timely to
allow him sufficient time to respond without causing the Contactor any delays. No
separate payment shall be made for any survey work required. The Contractor's
tendered rates for the construction of the Works shall also include full compensation
for the provision of all survey equipment and assistants required by the Project
Manager to take control measurements as required.

Any survey beacons which lie within the road prism or that are affected by
construction activities shall be relocated at the Contractor's cost. The Project Manager
shall be notified by the Contractor of all beacons which the Contractor wishes/has to
relocate and all the new co-ordinates and levels.

B1207 NOTICES, SIGNS AND ADVERTISEMENTS

The Contractor shall provide and erect as part of his obligations under series
1300 two (2) publicity signboards on the site as directed. The minimum
dimensions of the boards shall be as directed by the Project Manager. The
boards shall be prepared primed and painted cream and lettered in black. The
boards shall be of stout construction, resistant to the effects of weather.

B1209 PAYMENT

(b) Rates to be inclusive

Replace "period of maintenance" in the last line of the first paragraph with "Defects
Liability Period".

(c) The meanings of certain phrases in payment clauses

(i) Procuring and furnishing (material)

Insert "and duties," in the sixth line of the sub-clause after "all tax,"

B1210 CERTIFICATE OF COMPLETION OF THE WORKS

Add the following:

"The certificate of completion of the Works referred to in this clause shall be the
'Taking-over Certificate' indicated in clause 48 of the General Conditions of
Contract."


3-64 Section IX - Contract Forms

B1224 THE HANDING-OVER OF THE ROAD RESERVE

Replace the contents of this subclause with the following:

"The site will be handed over in sections or lengths as indicated by the Project
Manager.

The Contractor shall make his own arrangements for access to the various parts of the
Site where works are to be constructed, but all such accesses shall be subject to the
approval of the Project Manager. The Contractor is in this respect referred to clause
A10.l of Part A of the Project Specification.

Where access to the Site proposed to be used by the Contractor lies across land of a
third party the Contractor shall produce to the Project Manager written consent of the
owner and the occupier of the land over which the access lies before making use of
the same.

The Contractor shall also keep a record, to be agreed by the Project Manager, of the
conditions of the surface of any land (and of any crops on such land) over which
access lies before he uses it for access purposes and he shall keep all such surfaces in
a reasonable state of repair during the execution of Works. On the termination of the
Contractor's use of such access he shall restore the land to a condition at least equal to
that existing before his first entry on them.

The Contractor shall also keep a record of any land on which crops are planted and
which is being used for construction purposes under this contract: Such record shall
include co-ordinates of the area involved, details of the crops involved and
photographs of such crops."

B1225 HAUL ROADS

Add the following:

"Where the Contractor constructs bypasses, haul and/or construction roads at his own
initiative for accommodating construction traffic, he shall construct and maintain
them at his own cost and in accordance with details previously agreed on with the
Project Manager, in writing. Such roads shall be obliterated and their surfaces
properly reinstated when no longer required, all at the Contractor's own cost.

The Contractor shall have the right to use public roads, including bypasses open to
public traffic, but where his own traffic causes damage or wear to such roads or
constitutes a condition hazardous to public traffic, the Project Manager shall have the
right to regulate his traffic over such public roads and bypasses and require the
Contractor to provide, at his own cost, such maintenance, including wearing-course
gravel and watering, as in the Project Manager's opinion will be necessary in addition
to that which would be required to maintain the bypasses properly when not used by
the Contractor's construction traffic. Where regulation of the Contractor's traffic does
not alleviate the traffic hazard satisfactorily or the maintenance of the bypasses cannot
be or is not properly executed, the Contractor shall, where conditions permit, divert
his traffic over construction roads provided and maintained at his own cost."


65


B1227 MONTHLY SITE MEETINGS

Add the following to the first paragraph:

Additional to the meeting mentioned above, the Contractor or his authorized
representative shall attend meetings, on the site, with the representative of the Project
Manager, at the dates and times to be determined by the Project Manager. Such
meetings will be held to discuss matters of a more technical nature, or any such matter
which any of the parties may wish to raise. Further to the above, the Contractor or his
authorized representatives shall attend meetings with the local liaison committees to
discuss socio-economic and/or environmental issues.

Add the following to the second paragraph:

"The Contractor will be required to take photographs and shall provide cameras as
specified in clause BI402 (i) for the use of the Project Manager.:

Add the following clause:

B I230 REPORTING OF ACCIDENTS

The Contractor shall report every accident which occurs on the road, within the extent
of the Works, to the Project Manager, within twenty-four (24) hours of such accident
occurring, irrespective of whether such accident has a bearing on damage to the
Works or to persons, property or things. The report must be in writing and must
contain full particulars of the accident. Photographs of each accident shall also be
included in the report. The Project Manager has the right to conduct any or all
enquiries, either on the Site or elsewhere, as to the causes and consequences of any
such accident. The Contractor shall also keep a comprehensive record of all accidents
which occur on the road and shall make such records available to the Project Manager
on demand."

SECTION B1300 CONTRACTOR'S ESTABLISHMENT ON SITE AND
GENERAL OBLIGATIONS

B1301 SCOPE

Add the following:

The Contractor's obligation to ensure safe access to the site at all times shall also be
included in this section. The Contractors general obligations shall be inclusive of
fixed, time related and value related obligations.

B1302 GENERAL REQUIREMENTS

Add the following subclasses:

(d) Soil Investigations

3-66 Section IX - Contract Forms

"The Contractor may be instructed to perform additional soil investigations regarding
borrow pits and investigations of materials prior or during construction. The
investigations will include the excavation of trial pits, DCP testing, CBR testing, Soil
Indicators and UCS testing."

The provision of soil investigations shall not be paid for separately, but the costs
thereof shall be deemed to be included in the Contractor's tendered rates for the items
included under Section 1300. Geotechnical investigations i.e. additional borings for
bridge foundations shall not be covered under this clause.

(e) Accident Prevention Officer

The Contractor shall have on his staff at the Site an Accident Prevention Officer with
specific responsibility for all matters regarding the safety and protection against
accidents of all staff and labour of the Contractor and the Sub-Contractors. This
officer shall be qualified for this work and shall have the authority to issue
instructions and shall take protective measures to prevent accidents. The Accident
Prevention Officer shall be on Site from the start of the Contract until the issuing of
the Taking Over Certificate. The responsibilities of the Accident Prevention Officer
shall include:

Training of employees in road safety
Training of employees in safety at their place of work
Ensuring that all employees wear the required protective clothing in
accordance with the tasks they are assigned and that all employees working on
or near the road wear reflective clothing. Employees working over water at the
bridge site shall always be wearing floating vests.
Ensuring that adequate warnings, signage, speed control mechanisms, flagmen
etc. are provided for the safe accommodation of traffic at all times of the day
and night.

The Accident Prevention Officer may have other responsibilities on the site.

(f) Medical Facilities

The Contractor shall, as part of his general obligations, provide sufficient medical and
emergency equipment, have staff available that are trained in the use of this
equipment, and have the required arrangements in place to provide emergency
medical evacuation by air to a suitable trauma unit, if and when required.

The provision of the emergency medical services shall not be paid for separately, but
the costs thereof shall be deemed to be included in the Contractor's tendered rates for
the items included under Section 1300.

(g) Temporary Latrines

The Contractor shall provide and maintain adequate and sanitary latrines suitable for
men and women constructed to comply with any Government regulations in force for
the use of the employees on Site. The Contractor shall keep the whole of the Site and
latrines in a clean and sanitary condition to the satisfaction of the Project Manager and
in accordance with the requirements of the Health Authorities of the Government. The
Contractor shall fill and cover all latrine pits, soak ways and trenches when no longer

67

required.

The provision of the temporary latrines shall not be paid for separately, but the costs
thereof shall be deemed to be included in the Contractor's tendered rates for the items
included under Section 1300."

B13.04 Instituting and HIV/AIDS awareness campaign

The unit measurement shall be the calendar month or part thereof, measured over the
duration of the campaign.

The tendered rate shall include full compensation for equipment, labour and materials
required for the provision of the service.

B13.05 Instituting and HIV/AIDS preventing campaign

The unit measurement shall be the calendar month or part thereof, measured over the
duration of the campaign.

The tendered rate shall include full compensation for equipment, labour and materials,
including the procurement and distribution of condoms, required for the provision of
the service.

SECTION B1400 HOUSING, OFFICES AND LABORATORIES FOR
THE PROJECT MANAGERS SITE PERSONNEL

B1402 OFFICE AND LABORATORIES

(b) Offices
The Contractor shall provide, erect and maintain for the duration of the Contract, a
furnished and equipped main office for the Project Manager of weather-proof
construction, provided with mosquito-proof and burglar-proof windows and lockable
doors and suitably insulated against heat and cold, all to the satisfaction of the Project
Manager in respect of the Construction, design and sitting. The office shall comply
with the details shown in the drawings and shall have a clear height of not less than
2.6m. The floor shall be of floated concrete, and adequately damp and termite-proof.
Each room of the main office shall be air-conditioned with a medium size air
conditioner. This further includes provision of furniture and office equipment, and
survey equipment as listed in the Special Specifications and the appendix to this item

A telephone and telefax shall be provided for the use of the Project Manager and the
offices shall be provided with electric lighting all to the satisfaction of the Project
Manager. The telefax shall have a separate dedicated telephone line. The Project
Managers telephone and telefax shall be completely independent of the Contractors
telephones. The Contractor shall be responsible for paying all the charges and fees
related to the use of the telephone and be reimbursed the same on production of proof
of payment.

3-68 Section IX - Contract Forms

The office for the Project Manager shall be completely separate from that of the
Contractor and, if so required by the Project Manager, shall be fenced with a 2m high
chain linked fence and gate with padlock and chain.

Toilets and washrooms graded to staff seniority, together with drinkable water supply
and water borne sewage disposal, shall be provided for the office. The Contractor
shall also provide 24 hours a day electricity supply to the offices and shall allow for
any water and electricity consumed and for any statutory charges associated.

Unless the offices are accessible via an existing road the Contractor shall, if so
required by the Project Manager, provide an access road at least 3m wide to the
office, together with a 100 square meters covered car parking area. Both access road
and car park shall be surfaced with at least 150mm of consolidated gravel properly
graded, cambered, drained and culverted.

Add the following to sub-clause (xii):

"I n addition five (5) mobile cellular phones shall be provided for the exclusive use
of the Project Manager's staff. The prime cost sum shall also include the cost of all
telephone calls, faxes, email and internet access in connection with contract
administration."

Replace sub-clause (xiv) with the following:

(xiv) Blinds or curtains shall be one of three types, as may be required:

(1) Adjustable Venetian blinds to permit light to enter the room, but which will
exclude direct light;
(2) Opaque roller blinds;
(3) Curtains, including linings, made from approval materials and hung from
smooth operating runners so that curtains can be opened or closed with ease."

Add the following sub-clause:

(xv) Steel plan cabinets shall be able to accommodate two hundred and fifty AO-
sized drawings hanging vertically from approved holders.

The Contractor shall supply the following office furniture and office equipment to be
used exclusively by the Project Manager's staff:

SN
FURNITURE AND EQUIPMENT FOR THE
OFFICE
UNIT NO
1 Desk with lock-up drawers (1.5 x 0.9m) No. 5
2 Office tables (1.8m x 0.9m) No. 5
3
Executive Swivel chair adjustable height with
arms
No. 5
4 Chairs (Standard) No.

10
5 Typist's Desk (1.5 x 0.9m) No. 1
6 Typist 's Chair No. 1

69

7 Lockable steel stationery cupboard, 1.2m
3
No. 3
8
Medium size steel filling cabinet, 4 drawers,
lockable.
No. 3
9
Bookshelf, 1.5m wide 3 shelves (for box files),
sliding glass door.
No. 3
10 Conference table for 12 persons. No. 1
11 Chairs for conference table No.

12
12 Waste paper basket No.

10
13 Dustbin No. 2
OFFICE EQUIPMENT
14
Free standing paralled motion drawing board A0
size
No. 2
15 A0/A1 size drawing board. No. 2
16 Tee square to suit above No. 2
17 250mm set squre 45
0
No. 6
18 250mm set squre 60
0
No. 6
19 Digital Planimeter, OTT 30010 or similar No. 1
20
Set of full divided scale (metric 1/1000,1/2500,
1/500,1/2000, 1/1250, 1/1500
No. 2
21
Set of drawing instruments, Wild 54 or equivalent
approved
No. 3
22
Set of drawing pens , Rapidograph or similar
approved
No. 3
23 Complete set of stencils 0.2mm to 2.0mm No. 2
24 Laptop as specified No. 2
26
Autocad 2010 and Licences for above computers
Civil Designer 2011 or better version
No.
No.
3
3
27 As 24 but with 15" screen, 3No. No. 3
28 Printer, peripherals and software as specified No.
1 set
each
29 Desk top computer as specified No. 2
31 Digital camera and Hand held GPS No. 1 each
32 6No. Electronic scientific calculators, 12 figures No. 6
33
Stapling machine Ofrex size 66 or similar with
500 staples
No. 6
34
Heavy duty paper punch and spiral binder, IBICO
AG or similar approved.
No 1
35
A3 Photocopier (approved make), with feeding
sorting trays
No. 1
3-70 Section IX - Contract Forms

36 First Aid Kit No. 3
37 Fire extinguisher cartridges No. 4
38
Inkjet plain paper fax machine with 4MB of
memory
No. 1
39 Reams of A4 photocopying paper No 20
40 Reams of A3 photocopying paper No. 10
41 Refrigerator Minimum capacity 0.2 m
3
No. 3
42 Microwave oven (standard size) No. 2

(c) Laboratories

The Contractor shall provide, erect and maintain for the duration of the Contract, a
main laboratory complying with details shown on the standard drawing, to the
satisfaction of the Project Manager. The laboratory shall be sited adjacent to the
Project Managers main office.

The laboratory shall have piped potable water supply and a continuous electricity
supply adequate for lighting, heating and operating the laboratory equipment.

The laboratory shall have a height from floor to ceiling of not less than 2.75 meters
and all rooms shall be fitted with a medium size air conditioner, dust extractor fans,
electric lighting and power points as instructed by the Project Managers
Representative and each door shall be fitted with a good quality mortise lock and
provided with two keys.

Soaking tanks for CBR specimens shall be provided at floor level in the laboratory.
Concrete cube curing tanks of adequate size shall also be provided. Both the CBR
tanks and concrete cube curing shall have drainage pipes built in. The following
rooms and facilities shall be provided in the Laboratory:-


i) Office
This room shall have a total floor area of not less than 14 square metres and a total
window area of not less than 2 square meters. The door and windows shall be fitted
with fly screens covered with mosquito gauze. The floor shall be of concrete with a
float finish. The walls shall be lined and ceiling provided.
A display board of soft board or similar approved material, with a minimum surface
area of 3 square metres shall be provided and securely fixed to the wall.


ii) Main Laboratory
This room shall have a total area of not less than 55 square meters and a total
window area of not less than 7 square metres. The external entrance shall be a double
door and single doors shall be provided for access to the adjacent offices. The
external door and all windows shall be fitted with fly screens covered with mosquito
gauze.

The floor shall be of concrete and float finished. The room shall be fitted out as
indicated by the Project Manager with three rigidly constructed work benches each

71

minimum 2 metres long by 1 metre wide by 1 metre high and with top comprising
either metal lined hard wood or steel float finished concrete at least 75mm thick and
suitably reinforced, with a sink minimum size 600mm long by 450mm wide by
300mm deep fitted with a tap and waste pipe. Wall shelves, 450mm in width and
having a surface area of at least 6 square metres, shall be provided and securely
fitted.

Two display boards of soft board or similar approved material, each with minimum
area of 3 square metres, shall be securely affixed to the walls as directed by the
Project Managers Representative.


iii) Small Laboratory Room
This room shall have a total floor area of not less than 20 square metres and a total
window area of not less than 2 square metres. The windows shall be fitted with fly
screens covered with mosquito gauze. A single door shall provide access to the main
laboratory room. The floor shall be fitted out as indicated by the Project Managers
Representative with two rigidly constructed work benches each of minimum
dimensions 2 metres long by 1 metre wide by 1 metre high with a top comprising
either metal lined hardwood or a steel float concrete finish of at least 75mm
thickness and suitably reinforced, with a sink of minimum size 600mm long by
450mm wide by 300mm deep fitted with a tap and waste pipe and concreted to the
water supply for the main laboratory room. An approved air extractor fan shall be
fitted through an outside wall.


iv) Store Rooms
These rooms having a total floor area of not less than 20 square metres shall be
provided adjacent to the main laboratory building in a position to be indicated by the
Project Managers Representative.


v) Concrete Slab for Sample Drying
A reinforced concrete slab 150mm thick and of total area not less than 20 square
metres shall be provided adjacent to the main laboratory building in a position to be
indicated by the Project Managers Representative. The slab shall have a smooth
finish to the satisfaction of the Project Manager.














3-72 Section IX - Contract Forms


The provision of laboratory furniture shall be as listed in below

1 Desk with lock-up drawers 2.2x0.9 m with chair No.

2.00
2 Desk chair - standard No.

6.00
3 Book shelf, 3 shelves, 1.2m long to hold box files No.

1.00
4 Stationary cup board 1.2m3 , lockable No.

1.00
5 Steel filing cabinet, 4 drawer, lockable No.

1.00
6 Steel filing cabinet, 2 drawer, lockable No.

1.00
7 Table 0.8m2 No.

2.00
8 Laboratory stools No.

6.00
9 Two plate Electric heater No.

1.00
10 Fire extinguisher, 10 liters capacity, CO2 type No.

4.00
11 Complete first aid kit No.

2.00

Add the following sub clauses:

(h) Computers, printers, power supplies and peripherals

When instructed by the Project Manager, the Contractor shall provide approved new
computers, printers, power supply elements and peripherals including all software
required for use by the Project Manager's Site personnel. Ownership of all desktop
and laptop computer supplied shall revert to the Roads Development Authority.

(i) Computer:

The computer shall be the following type:

(1) The desktop computers shall meet the following minimum requirements:

(a) Processor Intel Pentium CPUG 630 2.7Ghz
(b) RAM 4 GB
(c) Hard Drive 500GB
(d) Keyboard 101 key UK format(qwerty)
(e) Optical Drive DVD/CD Rewriter (DVD Multi Recorder RDL)
(f) Video Graphics 16 MB AGP Intel HD Graphics Family
(g) I/O Ports Parallel, Serial, USB
(h) Modem 56 bps fax / data / voice
(i) Network Port 10/100 UTP Ethernet
(j) Sound card
(k) Monitor Flat Panel Monitor (L1706 17)

73

(l) Mouse 3 button with roller function
(m) Power supply Mini Tower with 220V
(n) Accessories Multimedia speakers, Mouse pad

(2) The laptop computer shall meet the following minimum requirements or latest
version:

(a) Processor Intel core i3 (2.5 GHZ)
(b) RAM 4GB (64bit) DDR3
(c) Hard Drive 320-500GB
(d) Keyboard 101 key UK format
(e) Optical Drive DVD/CD Rewriter
(f) Video Graphics 16 MB AGP
(g) I/O Ports Parallel, Serial, USB
(h) Modem 56bps Fax/Data/Voice
(i) Network Port 1O/l00 UTP Ethernet
(j) Sound card
(k) Monitor 15" SVGA
(l) Mouse 3 button with roller function
(m) Power supply 220v
(n) Accessories Multimedia speakers, Mouse pad
(o) Battery charger, spare battery and carry pack

(ii) Printers:

The printers shall be of the following type, as indicated in the Schedule of Quantities
or instructed by the Project Manager:
(1) HP Colour LaserJet 3500 Professional
(2) HP LaserJet 6P/CP 5225 Printer

(iii) Peripherals

The following peripherals shall be provided upon instruction of the Project Manager.
(a) HP A4 Scanjet 2300c or equivalent
(b) APC Smart-UPS 1500VA or equivalent
(c) UTP Cables plus 8 port network hub and all connectors
(d) Pen / Flash storage 1024MB

(iv) Software (Latest versions)

Supplied and installed on all computers, and to comply with all license agreements

(a) Microsoft Windows 7 - Professional
(b) Microsoft Project 2007-2010
(c) Microsoft Internet Explorer
(d) Microsoft Outlook Express
(e) Autodesk Land Development with Civil & Survey Modules (2012)
(f) Management Information System Application Software
(g) Kaspersky Internet Security 2012
(h) WinZip
(i) Data transfer software for scanner and survey instruments
3-74 Section IX - Contract Forms

(j) AutoCAD 2012 version
(k) ArcView 9.0 GIS Software.
(l) Knowledge Base Civil Designer 2011 or better

All computers and other equipment provided shall be kept fully serviceable at all
times by the Contractor. The Contractor shall repair/replace any defective equipment
within 3 days after notification by the Project Manager's staff.

The tendered rates shall include for installation and maintenance during the contract
period.

(i) Digital camera

When instructed by the Project Manager, the Contractor shall provide a new digital
camera as Sony FD 83 type or approved equivalent. This will also include all
necessary carry bags, straps, serial cables, software and an extra 2GB Smart Media
card. The ownership will revert to the Employer at the end of the Contract. The cost
of the above shall be reimbursed under the relevant pay item in the Bill of Quantities.

(j) Handheld GPS

When instructed by the Project Manager, the Contractor shall provide a handheld GPS
as Garmin III+ or approved equivalent including re-chargeable lithium batteries, carry
bags, straps, charger, serial cables, software and a dashboard mounting bracket. The
ownership will revert to the Employer at the end of the Contract. The cost of the
above shall be reimbursed under the relevant pay item in the Bill of Quantities.

(k) Maintenance or replacement of equipment and provision of consumables

All equipment provided shall be kept fully serviceable at all times by the Contractor.
The Contractor shall repair/replace any defective equipment within three days after
notification by the Project Manager's staff. The Contractor shall also provide all paper
(including also special photo quality paper) Laser Jet toner cartridges, colour ink
cartridges, CD-Rs, CD-RWs , diskette and CD storage containers and black ink
cartridges required by the Project Manager."

(I) Uninterrupted power supply

The Contractor will be required to provide uninterrupted power supply to the Project
Manager's offices and laboratories. For that purpose a 15 kV A, 3-phase diesel-driven
generator with an 8 hour fuel capacity will be required. A provisional sum will be
allowed in the schedule of quantities for the provision of the uninterrupted power
supply.

(m) Two-way radios for on-site communication

When instructed by the Project Manager, the Contractor shall provide approved two-
way radio's for use by the Project Manager's site personnel. The radios shall be
capable of transmitting and receiving messages on suitable wavelengths to effect
communication between the Project Manager's site personnel and the Contractor's site
offices and personnel. The radio's shall be installed in and removed from the vehicles
indicated by the Project Manager by qualified auto-electricians. Damage to the

75

vehicles during installation and removal of the radios shall be repaired to the Project
Manager's satisfaction at the Contractor's expense.

(n) Provision of office stationary

When instructed by the Project Manager the Contractor shall provide office stationary
containing pens, pencils, erasers, rulers, scissors, writing pads, stapler, hole punch,
etc. The cost of the above shall be reimbursed to the Contractor under the relevant pay
item in the Bill of Quantities.

(0) Survey Equipment

The Contractor shall supply the following new survey equipment to be used
exclusively by the Project Manager's staff: The service and maintenance of survey
equipment shall be included under servicing of Project Manager Representative
office.

Automatic level and tripod.
Staff (aluminium ,telescopic )
Steel pegs as required
30m tape
5m tape

A GPS system based survey equipment LEICA GEOSYSTEMS 1200 SERIES,
SMART CHECT + 40KM (GNSS REAL TIME KINEMATIC) or similar, with
software. It shall be exclusively for the Engineers staff.Ownership of Survey
equipment including documentation supplied shall revert to the Road Development
Agency on completion of the contract

(P) Mobile Phone

The Contractor shall provide, connect and maintain 5 Nos Nokia E90 mobile phones
for the exclusive use by the Project Manager for the duration of the contract. The
Contractor shall include for the cost of providing the mobile units complete with
charger unit. The Contractor shall provide air-time for these mobile phones as
directed by the Project Manager. Payment for these mobiles and associated costs is
included in the Bill of Quantities, and ownership of mobile phones will revert to the
Contractor after completion of the Works.

1402 (c) xvi Provision of laboratory equipment

The equipment to be provided for the laboratory quality control shall be as follows.
The laboratory equipment provided by the Contractor under the above obligation shall
be used for quality control by the Project Manager. Should a combined or joint
laboratory approach be implemented, the Contractor shall provide, at his own cost, all
the additional equipment, personnel, services and consumables to ensure that the
quality control testing is not adversely affected. A partial contribution by the
contractor for provision of lab equipment hiring will be based on 50% of the cost of
provision of equipment. Ownership of all laboratory equipment including
documentation supplied shall revert to the Road Development Agency on completion
of the contract.
3-76 Section IX - Contract Forms


A. SIEVE ANALYSIS - EQUIPMENT

TEST SIEVES 200 mm DIAMETER QUANTITY
75mm 2
63mm 2
53mm 2
37,5 mm 2
26,5 mm 2
19,0 mm 2
13,2 mm 2
9,5 mm 2
6,7 mm 2
4,75 mm 2
3,35 mm 1
2,36 mm 2
2,00mm 2
1,18 mm 2
0,600mm 2
0,425 mm 4
0,300 mm 2
0,250 mm 4
0,150 mm 2
0,075 mm 6
Lid & Receiver 2
TEST SIEVES 450 mm DIAMETER QUANTITY
19,0 mm 2
13,2 mm 2
9,5 mm 2
6,7mm 2
Sieve Shaker 1
Iron Mortar & Pestle - 125mm 2
Rubber headed Pestle 2
Rubber Tip Spares 4
Porcelain Mortar & Pestle 175 mm 2
Hotplates - Single electric 3
Steel sand baths for gas burners 1 m x 450 mm 3
Gas burners complete with clamps + 12 m tubing 6
Gas cylinders 100 kg + regulator 2
25,0 mm Riffler + 3 Pans 2
Brass sieve brushes 8
Nail brushes 2
50mm Paint brushes 8
450 mm Galvanized Basins 36
500 mm Galvanized Basins 12
120 mm Enamel Bowls 36
250 x 250 mm Square Pans 36
600 x 500 mm Wash Basin Grids 5
Electronic Balance (Mains/Battery) 12 kg - 1 g 2
Labcon Drying Oven Thermostatically controlled - 400 2
litre
Oven Shelves 8



77

B. ATTERBERG LIMIT - EQUIPMENT

Electronic balance (Mains/Battery) 300 g - 0,01 g 1
Ohaus Dial-O-Gram 310 balance 1
Labcon Drying Oven Thermostatically Controlled - SO 1
litres
Oven Shelves 3
300 x 200 x 2 mm Perforated aluminium plate 2
Liquid limit device 2
Calibrating plate 10 mm thickness 1
Grooving tool complete 2
Grooving tool tips only 6
Shrinkage troughs - stainless steel 30
Tongs for shrinkage troughs - 178 mm 2
Wash bottles with spout 6
Dessert spoon 2
220 X 150 X 7 mm ground - glass plate 2
100 mm diameter porcelain evaporating bowl 4
100 x 20 mm Spatula 4
200 x 30 mm Spatula 2
300 mm Steel rulers 10
120 mm diameter Enamel bowls 10
5O mm Ointment bottles with lid 78

C. MAXIMUM DRY DENSITY / CBR - EQUIPMENT

Platform Scale 1 SO kg - 20 g 1
Electronic balance (Mains/Battery) 30 kg - 2g 1
Electronic balance (Mains/Battery) 6 kg - 0,1 g 3
Ohaus Triple beam complete + weights 2
Ohaus beam balance 2610 g 3
A very scales 2610 + brass scoop 3
Complete set of weights consisting of: 1
(i) 1 x 1 kg
( ii) 1 x 500 g
(iii) 1 x 200 g
(iv) 2 x 100 g
(v) 1 x 50 g
(vi) 2 x 20 g
(vii) 1 x 10 g
Labcon drying oven (draft type, thermostatically
controlled - 400
4
litres
Oven shelves 16
CBR and UCS Penetration / crushing machine, electric 1
Proving Rings 50 kN/200kN - UCS platform
Dial gauge with 0,01 mm divisions range 25 mm 2
Dial gauge 0,0127 mm range 25 mm 1
Stop watch - 60 seconds 2
Surcharge weight + metal piston 1
3-78 Section IX - Contract Forms

Spring for calibration (spring test) 1
Tripod for measuring swell 1
Anvil to fit on swell gauge 2
CBR mould bodies 44
Perforated base plates 36
Surcharge soaking weights with adjustable stem 36
Compaction base plates and spacer 6
150 mm copper/brass gauge disc 36
CBR soaking bath - 2,5 m x 450 mm x 30 mm 2
Sample extruder for compacted moulds 2
Manual compactors 4,536 kg and 457,2 mm sheath drop 6
Manual compactors 2,495 kg and 304,8 mm sheath drop 3
300 mm steel straight edges 8
Chrome leather gloves (pairs) 6
Rubber disc for compacting sand 148 x 10 mm 5
UCS Split mould complete (base plate, collar, spacer,
wing nuts)
6
38 mm Riffler + 6 pans 2
Airtight containers for CBR samples 25 litre 20
Airtight containers for MOD samples 10 litre 78
Water containers de-ionized 25 litre 4
78 litre galvanized baths 3
600 x 450 x 300 mm Polycrates 6
250 x 250 mm Square pans 100
350 mm Aluminium scoops 6
Garden Trowels 8
500 ml water sprinkler 4
1000 ml plastic measuring cylinder 4
500 ml plastic measuring cylinder 4
250 ml plastic measuring cylinder 4
Dutch Hoe mixing spade with long handle 4
Perspex square 200 x 200 x 5 mm I
Glass plate 200 x 200 mm 2
25 ml Pipette 3
Wheel barrow, builder's, rubber wheel 3
Wheel barrow, garden, rubber wheel 3
Garden rake, steel 3
Garden broom 6
House broom 4
Pick and Handle 8
Round Nose Shovel 6
Flat spade 6
Wire brush with handle to clean moulds 3
Sieves 450 mm diameter
37,5 mm 2
19,0 mm 3
4,75 mm 2
Canvas sheet 1 m x 1 m 6
Canvas sheet 2 m x 2 m 6
0- 250DC Thermometer - Mercury 10

79



D. FIELD DENSITY - EQUIPMENT

Density funnels with extension 200 mm 3
Density rings with extension for pegs 3
Density dollies with extension 3
Density pegs to fit extension on ring 12
Mould for calibration of density sand 1
Density sand - fraction - 0,425 mm + 0,250 mm 200 kg
Storage container with lid - 200 litres 2
Billy Cans no. 5 / or Plastic bucket with lid 60
Billy Cans no. 2 / or Plastic bucket with lid 30
1,8 kg club hammers 8
Tommy Bars 3
Carpet brush 8
250 x 13 mm chisels 6
Density spoons - flat/square 6
250 x 250 mm square pans 40
2 litreconsol canning jars 18
Troxler Nuclear Gauge - Model 3430 2
Troxler Spikes 12
Radioactive - Magnetic warning signs 8
Radioactive - Plastic warning signs 8
DCP complete with extension to 2 m 2
DCP Cone only (degree 60) 20
DCP Lower shaft 10
Eastwing geological pick - leather handle 6
Bulk density measure - 15 litre 1

E. CONCRETE - EQUIPMENT

Concrete compression testing machine - electrical 1
Schmidt Hammer / N-Type 1
Concrete cube moulds 150 mm - Unique 60
Water bath for cubes 2,5 x 1,5 x 1m 2
Heating Elements 2
Circulating pump & hose - Little Giant 2
Slump Cone 1,6 mm Galvanized Steel 10
Slump Compaction Rod 16 mm dia 600 mm rounded 10
Slump Trays 10
Steel Float 2
Wooden Float 2
0- 50DC Thermometer - Mercury 4
50 ml Class B Burette 2
100 ml Class B Burette 2
Burette Stand with clamps 1
50 m1 Plastic Measuring Cylinder 2
500 m1 Plastic beakers 20

3-80 Section IX - Contract Forms

G. GENERAL - TO VARIOUS SECTIONS A TO F

Generator - constant voltage 220/230 Amps 1
Voltage regulator for balances 2
Laboratory taps (Swan Neck Type) & Hose 5
Combination Tool Kit 1
Odometer (Tripmeter) 1
Tape Measure - pocket - 3 m 3
Tape Measure - pocket - 5 m 3
Measuring Tape - Glass Fibre - 30 m 2
Measuring Tape - Glass Fibre - 100 m 2
Scientific Calculators - CASIO 6
Min/Max Thermometers 4
Rain Gauges 3
Tel- Tru Thermometers 5
Set Stencils - 50 mm Alphabetical 1
Set Stencils - 25 mm Numerical 1
75 mm paint brush 2
25 mm paint brush 2
Picks 2
Shovels 2
"Toluene or similar non flammable bitumen solvent 2
for bitumen extraction 210 litres
Distilled water - 100 litres 1
Paraffin wax - 5 kg 1
Vaseline - 500 ml 1
General purpose grease - 500 ml 1
Hessian strips - 1 x 1 m 12
Filter paper - 150 mm diameter 5000
Paper bags - NO.4 5000
Small sample bags canvas - 450 x 300 mm 200
Large sample bags canvas - 760 x 450 mm 500
Heavy duty plastic bags - fertilizer 50 kg 1000
Manila Tags NO.3 5000
Mould Oil - 10 litres 1
Black paint for moulds - 5 litre 1
White paint for moulds - 2 litre 1
Gravite spray 300 mo (Q20) 6
Saw dust in 50 kg bags 20












81

H.

OTHER - GENERAL

ITS Breaking Head 1
DMI - Durability Mill Index 1
Altimeter 1
Inclinometer 1
Microwave Oven 750 W - Industrial 1
Electric Oven free standing 720 litre capacity - Type 1
EL-22-0140
Electric Scale - Type EL-22-5431 1
Buoyancy Balance Complete - Type EL-22-9000 1
Speedy Moisture apparatus - Type EL-23-7450 2
Automatic soil compactor - Type EL-24-9090/0 I 1
Solvent recovery still - Type EL 45-5240 1
DCS compression machine for 100 mm and 150 mm 1
diameter
Samples up to 3,5 MPa Transducers instead of dial 1
gauges X - YT plotter for stress and strain measurement
Wire basket Type EL-81-4819 1
Desiccators Vacuum Type - Type EL 82-2170 1
Sample trays - Type EL 81-4060 20
SMM centrifuge according to TMH1 Method C7b 1

B1403 HOUSING

(b) Prefabricated houses

The Contractor shall provide and maintain houses (3 for Type A, 5 for Type B) for the
Project Manager staff. The Project Managers senior staff houses, shall be separate
from that of the Contractors staff housing and shall be sited and constructed or rented
to the satisfaction of the Project Manager as detailed in the Drawings.
Houses shall be constructed with permanent material or prefabricated subject to
approval of the Project Manager and the design and construction shall be approved by
the Project Manager. If permanent, the walls shall be made of stone or concrete
blocks. All material used shall be new strong, durable and weatherproof. Ceilings and
floor must be properly insulated against heat with approved insulated material. The
floor shall have a level smooth finish. All windows shall be glass, able to be opened,
and with mosquito nets. The building materials shall be mosquito and termite proofed
and painted inside and out with two coats of paint/ varnish all to the approval of the
Project Manager.

The ceilings of houses and verandas shall be lined with ceiling board. All doors are to
be fitted with mortise locks, which must be heavy duty on external doors. All
windows shall be fitted with burglar bars.
The lounge, bedroom floors, bathroom, toilet and kitchen floor will have tile finish.
All the sanitary ware shall be Vitreous China of approved quality.
All houses are to be provided with a fire extinguisher and fire axe. Fire axes are to be
secured to the outside of the buildings.
3-82 Section IX - Contract Forms

All storerooms shall be fitted with shelves, drawers and cupboards as instructed. The
Contractor shall provide new furniture, equipment and fittings as listed herein below.
The Contractor shall obtain approval of the Project Manager for the type and quality
of the furniture, fittings and equipment before ordering. All houses shall be provided
with supply of drinkable water, electricity, gas and kerosene for the consumption of
the Project Manager and his staff and the Contractor shall provide all necessary
waterborne sanitation and disposal systems to the satisfaction of the Project Manager.
The Contractor shall pay for water, electricity, 54 inch television and DSTV television
service, gas and kerosene consumed, and for the statutory charges associated
therewith for each house. The Contractor shall be responsible for rubbish disposal by
providing outside bins and daily collection to a Muchinga area located to the
satisfaction of the Project Manager.

Each Type A and B houses shall be erected on separate plots. A barbed wire topped
chain link wire fence 2 metres high with a chain and padlock lockable gate shall be
provided around the general perimeter.

Separate access roads 3m wide adequately drained, cambered, graded and surfaced
with 150mm thickness of compacted and sealed gravel shall be provided to each
house, with a covered parking area for at least one car.

Each type house shall be provided with day and night watchmen and security lights,
the cost of which shall be deemed to have been included in the rates for the houses.
All the houses and furniture mentioned above shall revert to the Contractor after
completion of the contract.
The Contractor shall provide, equip, furnish and maintain 6 Nos Type B
accommodation for the Project Managers junior staff (three inspectors), to be located
adjacent to Project Manager Representative Offices and Laboratory location and
location of which will be subject to Project Managers approval. Junior Staff houses
and furniture shall revert to the Contractor after completion of the Contract.
Alternatively, the Contractor, subject to the approval of the Project Manager, may rent
equivalent housing for the Project Manager Representative Staff.
"Two types of housing are required, Type A, a three-bed roomed house for the Project
Manager (3 No) and 6 Nos Type B, two bed roomed houses for six junior staff. The
numbers of each type of house are indicated in the Bills of Quantities. Each house
shall have in addition, a living room, dining room, bathroom with ashower facility
(with European flush toilet) and kitchen as well as an enclosed verandah of
approximately 20 square metres in area. The houses for the Project Manager shall be
not less than 150 square metres in plan area (excluding the verandah) and the houses
for the Project Manager's staff shall be not less than 120 square metres in plan area
(excluding the verandah). The layout shall be as shown on the Drawings."

Until the housing described above is available the Contractor shall provide suitable
rented houses or hotel accommodation approved by the Project Manager, which will
provide at least the same standard of comfort as the prefabricated houses described
above, in the nearest town or elsewhere, as approved by the Project Manager. No
separate payment shall be made for such rented or leased accommodation, and the
costs so incurred shall be included in the rates for prefabricated houses. The
Contractor shall make every effort to ensure that the prefabricated housing for the
Project Manager is provided as soon as possible after the award of the contract.

Cutlery holder for drawer

83

Two kitchen towels, one tablecloth, two dishcloths, two wash-cloths Curtains
Two sets of adaptors
Two cooler boxes with ice-bricks
Kitchen table and four chairs
One water filter

Windows and doors shall be fitted with steel or hard alloy burglar grilles, well
anchored to the structure. Burglar grilles in bedrooms shall be fitted with a fire escape
panel with a suitable lock if no other satisfactory alternative fire escape route is
available. Two keys to the fire escape lock shall be securely located within 3 m of the
lock inside the room."

The Contractor shall supply all labour, equipment and materials required for keeping
the offices, laboratories, ablution units, car-ports at the offices and laboratories, and
the prefabricated, permanent and rented housing in a neat and clean condition, and
shall immediately undertake repairs requested by the Project Manager to the offices,
laboratories, ablution units, car-ports, prefabricated and rented houses.

B1404 SERVICES

(c) Maintenance

Replace the contents of this subclause with the following:

"The Contractor shall supply all labour, equipment and materials required for keeping
the offices, laboratories ablution units, car-ports at the offices the laboratories, and the
prefabricated and rented housing in a neat and clean condition, and shall immediately
undertake repairs requested by the Project Manager, to the offices, laboratories,
ablution units, car-ports, prefabricated and rented houses."

(d) Cooking facilities

Delete this sub-clause

Add the following subclause:

(e) Project Manager's support staff and labourers

When instructed by the Project Manager, the Contractor shall provide the Project
Manager with approved labourers in the categories as specified below. The Contractor
shall be fully responsible for the procurement, employment, administration, payment
and termination of employment of all the labourers provided. If a labourer is found to
be unsatisfactory by the Project Manager, the Contractor shall replace the labourer
within 24 hours after having being notified by the Project Manager. No separate
payment will be made for the provision of the labourers and the costs shall be deemed
to be included in the Contractor's rates for his general obligations. The number of
labourers specified per category, as indicated below, is to be used for tender purposes
only. The Project Manager will furnish the Contractor with full details, in writing,
regarding the number of labourers required per category, when the Contract is
awarded. The Project Manager may also request further adjustments to the number of
labourers per category, as and when required until the Contract work is completed.
3-84 Section IX - Contract Forms


The number of support staff and labourers per category indicated below to be used for
tender purposes is as follows:

(i). Drivers - as per clause 1405
(ii). Secretary/receptionist - 1
(iii). Cleaners/gardeners - 5
(iv). Watchmen - as per clause 1406
(v). Laboratory technician - 4
(vi). Laboratory assistants - 6
(vii). Survey assistants - 2
(viii). Labourers - 6

The Contractor shall provide acceptable accommodation for the above support
staff.

(b) Rented accommodation

Add the following subclause:

(iv) Furniture, appliances and household goods for rented houses

When instructed by the Engineer, the Contractor shall provide and install approved new
furniture, appliances and household goods for the houses as mentioned in clause 1403(c).
Differentiation between the number and type of furnishings, appliances and household goods
shall be made according to the various types of rooms to be furnished as specified below.
The Contractor must comply with clause 1406(a) before ordering any of the required
equipment. The number of each type of rooms furnishings indicated in the Schedule of
Quantities must be used for tender purposes only.

The furniture, appliances and household goods shall be provided according to the types of
rooms listed below.

(i) Kitchen

- Four plate stove with oven and warmer drawer
- Refrigerator with freezing compartment (0,36 m3)
- Electric kettle
- Kitchen cupboards with shelves and drawers
- One saucepan and one frying pan
- six plates
- six cups and saucers
- six tumblers and glass water-pitcher
- One set of wine glasses
- Six knives, six forks, six spoons and six teaspoons
- Breadboard, bread-bin, bread-knife, butter-dish
- Tea kettle, coffee kettle, two milk jugs, sugar bowl, salt cellar and pepper pot
- Kitchen utensils: egg-lifter, can-opener, bottle opener, corkscrew, kitchen scissors
- One tea tray
- Two water bottles for refrigerator
- One stand for hot saucepans
- Dish drainer and cutlery drainer

85

- Two vases
- Large kitchen garbage can with lid
- Broom, small broom, dustpan, mop
- Bucket for scrubbing floors
- Two water buckets
- Cutlery holder for drawer
- Two kitchen towels, one tablecloth, two dishcloths, two washcloths
- Curtains
- Two sets of adaptors
- Two cooler boxes with ice-bricks
- Kitchen table and four chairs

(ii) Bathrooms

- Laundry basket
- Dustbin with lid
- Bathroom cabinet with shelves
- Toilet-set with mat
- Six bath towels
- Six face towels
- Bathmat
- Shower curtain
- Curtains
- Soap holder in shower
- Medium length mirror
- Automatic washing machine
- Ironing board
- Iron (not steam)
- Ironing basket
- Clothes-horse
- Clothes peg bag with clothes pegs

(iii) Lounge

- Two two-seat settees
- Two chairs
- Large coffee table
- Three side tables
- Wall unit
- Standing lamp
- Carpet
- Curtains
- Three ashtrays
- Bookshelf
- One adaptor
- Decorative cloths (for small tables)

(iv) Dining room

- Dining table and eight chairs
- Sideboard
3-86 Section IX - Contract Forms

- Curtains

(v) Main bedroom

- Double bed with mattress and bedside tables
- Dressing table
- One full-length mirror
- Two wardrobes
- Two chests of drawers
- Curtains
- Carpets
- Wastepaper basket
- Four pillows
- One double duvet and cover
- Two sets of bed linen (fitted sheet, flat sheet, pillow-cases)
- One double-bed mosquito-net
- Two bedside lamps
- Decorative cloths

(vi) Secondary bedrooms

- Two single beds with mattresses
- Two chest of drawers
- Two wardrobes
- One medium-size mirror
- Four pillows
- Two single duvets and covers
- Four sets of bed linen (fitted sheet, flat sheet, pillow-cases)
- Curtains
- Wastepaper basket
- Carpet
- Two single-bed mosquito-nets
- Two bedside lamps
- Decorative cloths

(vii) General appliances (All Types)

- Large garbage bin
- Washing-line
- Six garden chairs and table
- Spade, garden fork, rake, garden shears, garden hose, wheelbarrow
- Medium-size ladder
- Air-conditioners as specified
- Barbeque grid (grill)
- Fire extinguisher (10 litre CO
2
type)

NOTE:

All windows shall have mosquito/fly screens.
All outer doors shall have mosquito/fly screen doors.


87

External doors shall be of solid construction at least 32 mm thick fitted with deadlocks and
two good quality internal bolts of approximately 12 mm diameter.

Windows and doors shall be fitted with steel or hard alloy burglar grilles, well anchored to
the structure. Burglar grilles in bedrooms shall be fitted with a fire escape panel with a
suitable lock if no other satisfactory alternative fire escape route is available. Two keys to
the fire escape lock shall be securely located within 3 m of the lock inside the room.


B1405 PROVISION OF VEHICLES

Replace the last sentence of the third paragraph with the following:

Each vehicle shall be new fitted with a fire extinguisher, first-aid kit, tow-hook and
rope, tool kit, one spare wheel secured to suitable lockable brackets, wheel wrench,
jack and handle, seat belts, approved full bull-bar including protection for the fenders
and lights and secured to the chassis, tubular step bumper/tow bar including tow bar
ball and socket, loose rubber mats (five for each vehicle), approved canopy (and roll
cage for double cab) of sturdy construction that can withstand off-road driving
conditions, differential lock on rear axle, 7 JJ x 16 steel wheels with 265/75 R16 tyres,
additional driving lights, front and rear mud flaps, roll bar, power steering, air
conditioner, remote control Muchinga locking, cloth seats and a spout for use with
steel jerry cans all in good working condition.


Add the following (Not Applicable)

The types of vehicles to be provided are as follows:

(i) Nill No. Toyota Land Cruiser (Hard Top), minimum 3000cc diesel engine capacity or
similar approved. The vehicle ownership and use will exclusively be by the Client for
Project Monitoring and Supervision.

All vehicles shall be registered locally in Zambia in the name of the Contractor.


B 1406 GENERAL

Add the following sub-clause:

"(h) The Project Manager's staffs counterparts shall be regarded as part of the Project
Manager's staff."

B1407 MEASUREMENT AND PAYMENT

B14.01 Provision of Office and laboratory accommodation as specified
(L. Sum)

The unit of measurement and payment shall be Lump Sum to provide the office and
laboratory accommodation with ablution units, stores, open concrete working areas, complete
with sewerage, water and electrical installation as instructed/ specified on drawings.
3-88 Section IX - Contract Forms


B 14.11 Supply and Maintenance Supervisor's Representative vehicles (Not
Applicable)

The unit of measurement for item (a) shall be the No. of vehicles ordered by the Project
Manager and supplied according to the minimum specifications. Vehicles shall be supplied
new.

The unit of measurement for item (i) shall be Vehicle Month. Measurement shall
commence from delivery date to the Project Manager and shall cease when the Contractor is
ordered to hand over the vehicles to RDA on completion date or any date deemed fit by
RDA/Project Manager. The vehicles must be serviced before handing over.

The tendered rates shall include full compensation for the supply and running cost of new
vehicles and for replacement and/or repair if damaged for whatever reason. The cost of
insurance shall also include for a back-up vehicle in an event that the supplied vehicle is not
being available due to maintenance, repair or replacement.
All vehicles shall be insured comprehensively in the name of the Contractor with delegated
authority for the Project Managers staff to operate the vehicles.

Ownership of all vehicles supplied shall revert to RDA.

B 14.12(a) Two-way radios for on Site communication between the
Supervisor's site personnel and the contractors staff
The unit of measurement for items (i) and (ii) shall be the number of approved long range
two-way radios supplied and installed in vehicles or office ( including data facilities) as
instructed by the Engineer.

This tendered rates for items (i) and (ii) shall include full for supplying and licensing the new
two-way radios (including data facilities where required) installing them in designated
vehicles or offices (including data facilities) maintaining and replacing them if required, and
removing them from the vehicles or offices. . Vehicles supplied shall be new.

B 14.12(b) Allow prime cost sum to provide and maintain four numbers mobile
phone handsets

The unit of measurement shall be the Prime Cost Sum. The Contractor shall supply new
handheld mobile phones as instructed by the Project Manager. The Contractor shall supply
airtime on monthly basis on instruction by the Project Manager. 50 % will be paid upon
supply of the cell phones. The remaining 50% will be spread over the contract duration.

This tendered rates shall include full for supplying of new cell phones and smart cards for the
preferred network including maintaining and replacing them if required. Ownership reverts to
the Contractor upon contract completion.

B 14.12(c) Allow prime cost sum to provide and maintain broadband internet
connection for the use by Project Manager and ...

The unit of measurement shall be the Prime Cost Sum. The Contractor shall supply and
install broadband internet facilities to the Project Managers office for use by his team for
contract administration. The Contractor shall pay the monthly subscription for the entire
period of the project. 50 % will be paid upon supply and installation of the internet facilities.

89

The remaining 50% will be spread over the contract duration.

This tendered rates shall include full for supplying of new cell phones and smart cards for the
preferred network including maintaining and replacing them if required. The tendered
percentage is a percentage of the amount actually spent under Sub-item which shall include
full compensation for the handling costs of the Contractor, and the profit in connection with
providing the telephone service.

B14.14 Supply of computers and printers, and related equipment.

The unit of measurement shall be the number of approved new computers, printers, scanners
and related equipment complete with specified software, supplied and installed as specified
and/or instructed by the Engineer.

This tendered rates shall include full compensation for supplying the computers, printers,
scanners and related equipment as specified in B1402 (h) complete, including all items as
specified in sub clause B1402(j), for their installation and maintenance during the full
Contract Period, and for their removal at the end of the Contract Period.

Ownership all computers shall revert to the RDA on the Date of Completion of Contract.

B14.16 Supply of office stationary (Refer clause B1402(n)

The unit of measurement shall be the Prime Cost Sum. The sum shall be used as directed by
the Engineer for the supply of stationery as instructed by the Engineer.

This tendered rate shall include full compensation for supplying the requested stationary.

B14.17 Supply of Survey equipment (Refer clause B1402 (o)
The unit of measurement shall be the Prime Cost Sum. The sum shall be used as directed by
the Engineer for the supply of stationery as instructed by the Engineer.

This tendered rate shall include full compensation for supplying the requested stationary.

B14.18 Uninterrupted power supply (UPS) to Engineers Offices and
laboratories
The stated sum shall be as directed by the Engineer for the installation of an uninterrupted
power supply as described in B1402 (L). The unit of measurement shall be the Lump Sum for
supply and installation minimum four number UPS as instructed by the Engineer.

This tendered rate shall include full compensation for supplying and installing the UPS

B14.19 Supply of digital cameras

The unit of measurement shall be the number of approved cameras supplied.
The tendered rate for supply of digital cameras shall cover the cost for the provision of the
digital cameras as specified in B1402 (I).

B14.20 Provision of laboratory equipment for the laboratories as specified
(refer clause B1402(c) xvi)

3-90 Section IX - Contract Forms

The unit of measurement shall be the Lump Sum for the supply and installation of laboratory
equipment.
The tendered rate for supply of laboratory equipment shall cover the cost for the provision of
the equipment as specified in 1402 (c) xvi

SECTION BI500 ACCOMMODATION OF TRAFFIC

BI502 GENERAL REQUIREMENTS

(a) Handing over the Site

Replace the contents of this subclause with the following:

"The road reserves of the roads to be constructed under this Contract will be handed
over to the Contractor at commencement of the Contract. The Contractor will be
permitted to work on the main, road and any other structure or service provided that a
free and safe flow of traffic is maintained during the times that the road would have
been accessible before construction started, and that the requirements of the
Specifications are complied with. This would require construction of diversions. The
Contractor's programme for the accommodation of traffic and any proposed deviation
from the approved programme shall be subject to the Project Manager's approval."

Add the following sub-clauses:

(i) Site safety officer

The Contractor shall nominate a competent member of his staff to act as site safety
officer with specific responsibilities to ensure that:

draft safe site working procedures and obtain Project Managers approval;
Traffic control flagman wear retro-reflective safety vests;
the temporary traffic accommodation requirements comply with the
Specifications.

The Contractor shall provide the site safety officer with the necessary resources to
enable him to carry out his duties efficiently. The site safety officer shall liaise
directly with the Project Manager regarding matters related to the control of traffic.

The site safety office shall, inter alia, control and co-ordinate the movement of
construction vehicles, be responsible for training the Contractor's staff in terms of
road safety, ensure that reflective clothing is worn by all employees working on or
near public roads, be responsible for implementing actions requested by the traffic
authorities with regard to the work to be carried out, be responsible for the erection
and maintenance of all traffic signs necessary for the accommodation of traffic,
ensure that all obstructions related to the Contractor's activities are removed before
nightfall every day, and ensure that the roads are safe for night traffic. He shall also be
available after hours if required to rectify problems or to deal with emergencies.

No additional payment will be made for the site safety officer. The rates tendered for
Sections 1300 and 1500 shall be deemed to include full compensation for all costs
pertaining to the site safety officer and his duties.

91


(j) Penalties for non compliance with traffic accommodation specifications

The Contractor shall comply strictly with all accommodation of traffic specifications
and instructions from the Project Manager.

In the case of non-compliance on matters relating to safety, the Contractor shall
immediately rectify any problems identified by the Project Manager. The decision on
whether a matter affects the safe passage of traffic or not shall be strictly the Project
Manager's decision

In the case of non-compliance on matters relating other than safety matters (e.g. dust
control, grading of the surface where safety is not involved etc.) the Contractor shall
rectify any problems identified by the Project Manager within a maximum of 48 hours
of receiving the instruction or such other time period as the Project Manager
reasonably will require.

Should the Contractor not comply with the instructions of the Project Manager the
following will apply:

(a) on matters relating to safety, a penalty amounting to 0.01% of the Contract price
shall be charged on the Contractor for each day that the non-conforming safety
matters remain unattended to,
(b) on matters not related to safety, a penalty amounting to K2,000,000.00 shall be
charged on the Contractor for each day that the non-conforming matters remain
unattended to

The imposition of the above penalties will not preclude the Project Manager from
stopping the works until the matter is rectified should the Contractor continuously
disregard his instructions or should he feel the situation warrants this measure for
safety reasons. . Should the Project Manager stop the works for any reason related to
non compliance with the specifications on accommodation of traffic, there will be no
compensation for any costs incurred by the Contractor as result of such stoppage, nor
will there be any extension of time granted as a result.

B 1503 TEMPORARY TRAFFIC-CONTROL FACILITIES

I nsert the following after the second paragraph:

"Should the Contractor park any of his vehicles or construction equipment within the
road reserve at night, it shall be done in such a way that the vehicle does not encroach
into the traveled way and it shall be properly illuminated and signposted to ensure
safe passing by motorists."

(a) Traffic-control devices

Add the following:

"Traffic-control facilities such as STOP and GO signs and two-way radios shall be
available at both ends of those sections of the Works, where barricading of the road is
required and only one-way traffic is accommodated. A set of two-way radios in good
3-92 Section IX - Contract Forms

working order shall be made available.

When movable temporary signs are used, provision shall be made for sandbags on the
sign bases to prevent the signs from being overturned by wind or eddies behind
moving traffic.
The Contractor shall schedule his activities so that the road will be open to traffic
between sunset and sunrise at all times. Temporary signs shall be removed or covered
to prevent confusion. However, it is the Contractor's sole responsibility to ensure that
a safe and free traffic flow is maintained, in alternate directions, during the day.
The Contractor shall erect movable shelters to protect the personnel who man the
points as well as the equipment against the elements. For safety purposes, the jackets
of the flagmen shall be of a retro-reflective material."

(b) Road signs and barricades

Add the following:

"The retro-reflective coefficients determined according to the methods of SABS 1519,
shall be at least 60% of the values given in table 1 of SABS 1519.

The classes shall be as specified in Subclause 5402(g) of the Standard Specifications.
Road signs that do not comply with these standards shall be cleaned, retested or
removed from the Site and replaced with approved road signs.

The traffic-control facilities and temporary signs that are required are as indicated on
the drawings."

(c) Channelization devices and barricades

Add the following:

"Drums shall not be used as channelization devices. However, drums may be used to
erect barriers as provided for in Subclause 1503( d).

Delineators shall comply with the following requirements:

(i) A minimum contrast ratio of 4 shall exist between the yellow class 1 retro-
reflective material and the black non-reflective material.
(ii) Delineators shall be affixed in a flexible manner to the base units and shall be able
to withstand wind speeds of at least 60km/h without overturning. The bases shall be
stabilized by means of sandbags.
(iii) The bottom edge of the delineator shall not be more than 200mm above the road
surface.

Cones (red-orange, fluorescent) with a minimum height of 750mm may be used as
supplementary traffic-control facilities to delineators. The maximum spacing between
centers of delineators or cones is 50m."



B 1504 WIDTH OF DIVERSIONS


93

Replace "10m" in the second line of the first paragraph with "7.0m".
Replace "5m" in the last line of the first paragraph with "4.0m".

B 1505 TEMPORARY DRAINAGE WORKS

Replace this clause with the following:

The Contractor shall construct the necessary temporary drainage works such as side
drains, catchwater drains, mitre drains, culverts, etc. to deal adequately with any
surface run-off.

All temporary drainage work required for accommodation of traffic, including for the
temporary culverts (or fords) shall be deemed to be included in the rate tendered for
Item BI5.01: Accommodating traffic and maintaining diversions.


B 1510 EXISTING ROADS USED AS DIVERSIONS

Replace this clause with the following:

"Where existing roads are to be used as diversions, the Contractor shall, after
consultation with the Owner or Authority having control of such road, carry out any
repairs, alterations or additions to such roads as may be required to bring them to a
condition suitable for traffic. The cost of this work shall be deemed to be included in
the rate tendered for item B 15.01: Accommodating traffic and maintaining
diversions.

The Contractor shall only become responsible to perform the above-mentioned work
on a particular section of road when he commences with the permanent works
required of him for that section of road."

B 1511 MAINTENANCE OF GRAVEL DIVERSIONS AND EXISTING GRAVEL
ROADS USED ASDIVERSIONS

Replace this last paragraph with the following:

"All maintenance shall be deemed to be included in the rate tendered for Item B15.01:
Accommodating traffic and maintaining diversions."

MEASUREMENT AND PAYMENT


Add the following items


B15.14 Self-adhesive white or amber reflective tape strips of size 200mm x 100mm
The unit of measurement shall be the number of strips supplied to the Engineer on
instruction. The sum shall be used as directed by the Engineer for the supply of stationery as
instructed by the Engineer.

3-94 Section IX - Contract Forms

This tendered rate shall include full compensation for supplying the requested strips.

B15.15 Warning signs for vehicles and safety equipment for supervisory staff
The unit of measurement shall be the number of each piece of equipment that is supplied to
the Engineer on instruction. The sum shall be used as directed by the Engineer for the supply
of stationery as instructed by the Engineer.

This tendered rate shall include full compensation for supplying the requested equipment.

SECTION B 1600: OVERHAUL

B1602 DEFINITIONS

(b) Overhaul

No Separate payment shall be made for overhaul of materials within and outside the
boundaries of the site on this contract. No payment for overhaul will be considered for
materials disposed of or hauled within or beyond the limits of the site. Equally overhaul will
not be payable for materials imported from commercial sources and from designated borrow
pits alongside the road. The costs of all hauling and overhauling shall be deemed to be
included in the rates of the respective items.

SECTION B1700 CLEARING AND GRUBBING

B1701 SCOPE

Add the following:

"This section also covers the clearing and grubbing of the road prism and the cleaning
out of existing hydraulic structures and the clearing and grubbing of vegetation from
the inlets and outlets of these structures and removal of top soil."

B1703 EXECUTION OF WORK

(a) Areas to be cleared and grubbed

Replace the second paragraph with the following:

"Some areas of the existing road prism will require clearing and grubbing."

(c) Disposal of material

Replace the second paragraph with the following:

"The Contractor shall dispose of all trees, tree stumps, and rubble, undesirable
material removed from hydraulic structures, refuse, and all non-combustible rubbish
at approved dumping sites provided by the Contractor."

Add the following additional sub clauses:

95


"(e) Cleaning out of hydraulic structures

After the instruction for the cleaning out of hydraulic structures has been carried out,
the Contractor shall be responsible for maintaining the hydraulic structures in a clean
condition for the duration of the contract.

(f) Clearing and grubbing at inlets and outlets of hydraulic structures

All vegetation and shrubs which may impede the inflow or discharge of stormwater
through culverts, shall be cleared and grubbed as directed by the Project Manager, and
the resulting debris shall be disposed of at an approved spoil site."

(g) Removal of topsoil

Topsoil shall be removed to a depth of 150mm or as instructed by the Project
Manager and conserved as instructed by the Project Manager. The entire construction
width shall be stripped of topsoil as directed by the Project Manager. The rate paid for
removal of topsoil shall include all cost for the removal of topsoil to the depth
instructed by the Project Manager. No additional payment will be made for
conservation measures, stockpiling or re-handling of topsoil to embankment slopes or
disposal.

SECTION B2100: DRAINAGE

Item Unit

The relevant items in the BOQ will be carried out upon instructions which shall be
issued by the engineer.

SECTION B3100: BORROW MATERIALS

B3102 NEGOTIATIONS WITH OWNERS AND AUTHORITIES

I nsert the following after the first paragraph:

"Certain borrow pits have been identified by the Project Manager as sources for materials,
and other sources may from time to time be identified by the Project Manager and tested by
the Contractor, or identified and tested by the Contractor and approved by the Project
Manager. The Contractor will however be solely responsible for all obligations and costs in
respect of negotiations with and compensation of the owners of the land on which the borrow
areas are situated, irrespective of whether the borrow pits have been identified by the Project
Manager or found by the Contractor.

Add the following:

"If it so happens, at any time during construction, that new settlements have taken
place on designated areas to be used for construction purposes outside the road
3-96 Section IX - Contract Forms

reserve, such as material sources indicated on borrow pit plans, and the Contractor
requires the use of such areas, he shall give the Project Manager at least sixty days
notice of his required entry and use of the areas.

The Project Manager or his representative shall, with assistance from the local
authority and the representative of the Department of Roads, arrange the required
permission for the Contractor to enter the designated area and perform the required
work all in compliance with the specifications. The Contractor shall not enter the area
until the approval of the Project Manager has been given. If compensation for
materials or for loss of crops and/or habitation is required by the local inhabitant of
the said area, such compensation shall be negotiated with the inhabitant paid by the
Contractor on written instruction of the Project Manager. The Contractor shall then be
reimbursed under the provisional sum provided for this purpose.

The negotiations and compensation agreed upon must be recorded in writing and must
be submitted to the Project Manager for approval before payment will be authorized."

B3104 OBTAINING BORROW MATERIALS

(b) Borrow pit plans

Amend the first sentence of the second paragraph as follows:

-after "inadequate or insufficient" and before "the contractor shall make use .... "" add
"or should the Project Manager decide that another source is better suited."

Replace all references to ''borrow pit plans" with ''borrow pit information"

Replace the last sentence of the second paragraph with the following:

"The cost of such assistance will be for the Contractor's account, except for the
provision of the Contractor's Equipment, requested by the Project Manager for that
purpose, which shall be paid for under day works."

B3108 CLASSIFICATION OF BORROW PITS FOR GRAVEL MATERIALS
FOR PAVEMENTLAYERS

Replace the contents of this clause with the following:

"Borrow pits for the exploitation of gravel materials shall be classified in accordance
with the same classification as that described in Clause 3303 for mass earthworks.
Borrow pits for exploiting stone for pavement or crushing, and borrow pits for sand
shall not be classified for purposes of payment.

The Project Manager shall have the right to decide which borrow pit shall be operated
by the Contractor at any particular stage of the work and to instruct the search for and
use of and approve new borrow pits during the construction period."

B3109: MEASUREMENT AND PAYMENT

Notes:

97


(b) Prospecting for materials

Replace this note with the following:

"(b) Prospecting for material

No separate payment will be made for excavating trial pits according to a grid pattern
as ordered by the Project Manager over any potential area, and for assistance rendered
by the Contractor, as may be directed by the Project Manager, in prospecting for
additional material, except for the provision of the Contractor's Equipment, requested
by the Project Manager for that purpose, which shall be paid for under day works.

The cost for all such work, except for the provision of the Contractor's Equipment,
shall be deemed to be included in the Contractor's other rates tendered for the
construction of the Works as specified."

SECTION B3200: SELECTION, STOCKPILING AND BREAKING-DOWN
THE MATERIAL FROM BORROW PITS AND CUTTINGS,
AND PLACING AND COMPACTING THE GRAVEL LAYERS

B 3203 STOCKPILING THE MATERIAL

Replace the first sentence of the first paragraph with the following:

"The Contractor shall so plan his activities that materials excavated from borrow pits,
cuttings and existing pavements and fill, in so far as is possible, can be transported
direct to and placed at the point where it is to be used.

B3209 ROCK FILL

Rock fill to the lower layers in dambo areas shall be completed in accordance with
sections 3200 and 3300 compacting to refusal prior to laying of sand or granular
materials on top.

B 3212 MEASUREMENT AND PAYMENT.

The Contractor will be entirely responsible for locating suitable sources of
materials complying with the Standard and Special Specifications, and for the
procurement, winning, selection and blending including any modifications to
make suitable material, all haulage to site of these materials and all costs
involved therein. Similarly the contractor shall be responsible for the provision
and costs involved in providing suitable areas for stockpiling materials and spoil
dumps. Should there be suitable sites for spoil dumps or stockpiles within the
road reserve forming the site of the works the Contractor may utilize these
subject to the approval of the Project Manager.

No additional payment will be made to the Contractor to cover costs arising
from the requirements for this section and the Contractor must include these
costs in the rates inserted in the Bills of Quantities.
3-98 Section IX - Contract Forms


SECTION B3300 MASS EARTHWORKS

B3301 SCOPE

Add the following paragraph:

"This section also covers the widening of existing cuttings, fills and roadbeds.

B3302 MATERIALS

(b) Fill

Replace the sub clause (i) with the following:

Fill material plasticity index shall be less than 40%, Weight of organic matter should be less
than 5% and the maximum CBR swell % is 2. The minimum MDD value on compaction test
for the material should be more than 1500 kg/m3. The maximum particle size of fill material
shall be 2/3 of compacted layer thickness and maximum compacted layer thickness is
250mm.
In case of rock fill, maximum layer thickness in one operation is 1.00m; maximum particle
size is decided as above and within 1.00m from the selected layer formation level, rock fill
shall not to be used in the earthworks.


Add the following paragraph to sub-clause (iii):

"Where existing fills are to be widened, or where new fills are to be constructed
adjacent to existing fills, the material so placed shall be compacted to at least 93% of
modified AASHTO density."

B3305 TREATING THE ROADBED

(a) Removal of unsuitable material.

The obligations under this section include treating any anthills area after excavation and
before backfilling of cavities, with an approved ant control chemical. The tendered rate
shall include all such costs.

(c) Preparing and Compacting road bed.

The suitable roadbed material may be scarified, watered and compacted to 90% of
modified AASHTO density for a minimum depth of 150mm. The unsuitable roadbed
material shall be replaced as per section 3305(a).


Add the following sub-clause:

(g) Widening the roadbed


99

Where the road is to be widened, and where so instructed by the Project Manager, the
roadbed shall be treated in accordance with the provisions of clause 3305. Where un-
compacted roadbed material occurs below the outer part of the fills, the fill material
shall be cut back or cut away to expose the full width of the roadbed widening to be
treated."

B3306 CUT AND BORROW

(e) Temporary stockpiling of materials

Add the following:

"The Contractor shall plan his activities so that materials excavated from borrow
areas, cuttings and existing pavement and fills can be directly transported to and
placed at the designated points.

The temporary stockpiling of material will not be paid for separately unless instructed
by the Project Manager, and full compensation will be deemed to have been included
in the rates tendered for the various payment items for work in which the stockpiled
material is to be used."

B3307 FILLS

(a) General

Add the following:

"Where existing embankments are to be widened, or where new embankments are to
be constructed adjacent to existing embankments, the existing side slopes shall be
benched as specified in Sub-clause 3307(d) and in accordance with the details on the
Drawings."

(d) Benching

Replace the first sentence of the second paragraph with the following:

'The dimensions of benches as well as the extent to which existing fills have to be cut
back to form benches shall be subject to the Project Manager's approval."

Add the following:

"In order to obtain sufficient working width for road-building equipment when the
existing road fill is widened, it may be necessary to form benches that extend beyond
the normal road prism or to cut back into the existing road fill or both. The Contractor
shall submit his proposals in this regard to the Project Manager for approval before
proceeding with such work. Where benching is required to accommodate earthworks
for widening the road, the bid rate for compaction of existing ground shall be deemed
to cover this activity.

(i) Widening of fills

3-100 Section IX - Contract Forms

Replace with the following:

Where existing or eroded fills are to be widened, the existing fill slopes or eroded
faces and the roadbed onto which the new fills are to be constructed, shall be cleared
and grubbed, if so ordered by the Project Manager in writing. The clearing and
grubbing shall be done in accordance with the provisions of section 1700.
Subsequently the new roadbed shall be treated in accordance with the provisions of
clause 3505.

Where existing or eroded fills are required to be widened or where already
constructed fills are required to be widened or flattened, it shall be done by way of
bench construction as described in sub-clause 3307( d) in order to form a firm bond.
During these operations there shall be close liaison between the Project Manager and
the Contractor.

Benches of not more than 500mm deep shall be cut into the existing fill. In the case of
fills of less than 1m in height, and in the upper metre of any fill, the benches shall not
be deeper than the layer thickness prescribed for construction of the widening,
depending on whether or not un-compacted fill materials occurs in the side of the
existing fill.

The benches shall extend into the properly compacted portion of the original fill
material to the satisfaction of the Project Manager.
All suitable material from benches shall be used in the construction of the widened
section of the fill. Unsuitable material shall be removed as instructed by the Project
Manager. Benches shall be compacted together with the fill widening during the
construction of the fill.

Material from benches used in fill will be paid for as "cut to fill". Spoil material from
the benches will be paid for as "cut to spoil".

Where the existing fill consists of rock fill, the new section shall also consist of rock
fill, unless otherwise approved by the Project Manager. Where a rock fill is widened
by adding soil or gravel material, the contractor shall obtain prior instructions from
the Project Manager as to the type of subsoil drainage to be provided and other
measures to be taken. Benching in rock fills shall be planned in consultation with the
Project Manager.

For the subsoil drainage required by the Project Manager in the widening of fills,
payment will be made in accordance with section 2100."

The contractor must anticipate construction of embankments of 2-2.5m in the dambo
areas (Vleis).

B3308 FINISHING OF SLOPES

(d) General

Add the following paragraph:

"No extra over payments will apply to the finishing of slopes in restricted areas."


101

B3312 MEASUREMENT AND PAYMENT

The tendered rates for all materials and respective items shall also include full compensation
for hauling of material as provided for in the BOQ

B33.01 Cut and borrow to fill including a free haul up to 1.0 Km

Add the following to the payment paragraph:

The unit of measurement shall be the cubic meter of material measured in the
compacted fill. Tendered rate shall include all costs as described in item 33.01 but for
a free haul distance of 1.0 Km


B33.07 Removal of unsuitable material (including free-haul of 1.0 km):
Add the following to the payment paragraph:

The unit of measurement shall be the cubic meter of unsuitable material removed by
the Contractor in accordance with the Engineers instructions. The tendered rate shall
include all costs as described in item 33.07 but for a free haul distance of 1.0 Km

SECTION B3400: PAVEMENT LAYERS OF GRAVEL MATERIAL
B 3401 SCOPE

Add the following:

"This section also covers the reprocessing or replacement of existing pavement layers
over part of or over the full road width. It also covers the addition of material to
existing layers."

B 3402 MATERIALS

(a) General

Replace with the following

Notwithstanding the indications on the drawings regarding the possible use of the
sources of natural material tested, it shall be incumbent on the Contractor to use only
material which complies with the prescribed requirements for use in the relevant
pavement layers. The potential of each source of material for use in the fill or layer-
works shall be ascertained by the contractor from the test results and any other tests
the contractor may conduct

The contractor may be instructed to perform additional soil investigations regarding
the suitability of the existing gravel materials for re-use in the sub-base or be required
to perform additional tests on borrow materials to confirm their suitability and
availability for the layer works.

No separate payment will be made for excavating trial pits, as ordered by the Project
Manager for any further investigations or for assistance rendered by the Contractor as
3-102 Section IX - Contract Forms

directed by the Project Manager, in this regard, except for the provision of any
Contractor's equipment, requested by the Project Manager for that purpose, which
shall be paid for under Day-works.

Where natural gravel does not fully comply with the requirements in respect of
maximum size after having been broken down as determined in clause 3204, oversize
material shall be removed as specified in clause 3210.

Gravel material for pavement layers may also be material recovered from existing
pavement layers, or imported material approved by the Project Manager.

Mixtures of surfacing and other material used in pavement layers shall not contain
fragments of surfacing material exceeding 37.5 mm in size, and any such larger
fragments shall be removed by hand at the expense of the Contractor.

(b) Selected layer This layer is the selected sub-grade layer.

The select layer requirements are modified as follows.

CBR of not less than 10% measured after 4 day soak on a laboratory mix
compacted to a dry density of 93% (Modified AASHTO )
Plasticity Index less than 20 %
Swell less than 1% on the laboratory mix sample.
Max particle size= 2/3 of layer thickness

(f) Compaction requirements

The maximum layer thickness in one lift is 150mm for all pavement layer works.

The minimum in situ dry density of gravel material shall be as specified hereinafter
for the respective layers in terms of a percentage of modified AASHTO density.


Selected layer : 93%
Subase : 95% for material not chemically stabilized.
95% for chemically stabilised material
Base : 97% for chemically stabilized or bitumen
emulsion treated material
Shoulder and
wearing course
: 95%


At pipe culverts, all fill above ground level around the culverts shall be compacted to
density of 93 % MDD (Modified AASHTO) up to the level of the top of the pipes or
top of the surround(s), if any and for a width equal to the internal diameter of the pipe
on either side of the pipe(s) or surround(s) as applicable. At locations adjacent to
structures, all fill above ground level up to the underside of the selected layer shall be
compacted to density of 93 % MDD (Modified AASHTO).


103

B3403 CONSTRUCTION

(a) Requirements applying prior to the construction of the layer

Add the following:

"Where a layer is constructed on the floor of a pavement excavation, i.e., where the
underlying layer has not been reworked or reconstructed, the floor of the excavation shall
first be watered and rolled if directed by the Project Manager. The Contractor shall base his
tender price on 5 roller passes with rollers specified in Clause 3304. The Project Manager
may increase or decrease the number of roller passes or order the use of other rollers."

(f) Classification of layers for payment purposes

Add "compacted or" after "in-situ" in the fourth line of the first paragraph.
Add: "Other than as described above in B34.03 (e) there shall be no distinction
between in situ pavement layers and other in situ materials"

Add the following subclauses:

"(g) Temporary stockpiling of materials

The Contractor shall plan his activities so that materials excavated from borrow areas,
cutting and existing pavements and fills, or imported from commercial sources, can be
directly transported to and placed at the designated points.

The temporary stockpiling of material will not be paid for separately unless instructed
by the Project Manager, and full compensation will be deemed to have been included
in the rates tendered for the various payment items for work in which the material is
to be used.

(h) Storing recovered pavement material

Excavated pavement material intended for reprocessing but which cannot be
reprocessed inplace or cannot, in the opinion of the Project Manager, be placed in a
windrow next to the excavation, nor directly placed in position anywhere else, shall
be dealt with as specified in clause 3786."

B 3404 PROTECTION AND MAINTENANCE

Add the following:

"In addition, payment may be withheld at the sole discretion of the Project Manager
for any pavement layers on a particular section of the road, until final trimming of the
sides of cuts and fills, the construction of side drains, including subsurface drainage
where specified through cuttings, the installation of culverts other than low height
culverts, etc, have all been completed for that section.

Where paved side drains are specified and the geometric shape of such drains do not
permit the completion thereof before the construction of the sub base or subsequent
layers a temporary profile will be permitted for the side drain provided that such
3-104 Section IX - Contract Forms

profile shall effect positive drainage of the surface water with no water allowed to
pond on and / or against structural layers of the pavement."

B 3407. MEASUREMENT AND PAYMENT

The bid rates shall be measured in m3 include full compensation for procuring, excavating,
loading furnishing including all overhaul, crushing, screening and other modifications
required to make suitable material, placing, preparing, processing, shaping, watering, mixing,
and compacting the materials to the densities according to the Specifications. No other
payment shall be made for the costs on such operations except stabilisation of base.

SECTION B3500 STABILIZATION

B3502 MATERIALS

(a) Chemical stabilizing agents

Add the following after the first paragraph:

"(i) The stabilizing agents for the sub-base and base, shall be as indicated on the
drawings and/or schedules of quantities.

The quantities of stabilizing and modifying agents indicated in the Schedule of
Quantities are based on the percentages derived from provisional testing.

The Project Manager may instruct the Contractor to alter the type and or percentage of
stabilizing or modifying agent after tests on the site during the construction period.

(ii) Ordinary Portland Cement

The cement used for this purpose shall be of Zambian manufactured or imported,
certified to be in accordance with the Zambian Standard ZSOO 1: 1972 or AASHTO
M 12 or BS 12. The main requirements of this Standard are summarized below:

(a) Chemical Composition


1. Lime Saturation Factor

L.S.F
=

(CaO) 0.7 (SO)
2.8 (Si0
2
)+ (AI
2
0) + 0.65
(FeSO)

The L.S.F. should not be greater than 1.02 and not less than 0.66.

2. Insoluble Residue

The weight of insoluble residue shall not exceed 3%.

3. Magnesium Oxide


105

The weight of magnesium oxide in the cement shall not exceed 5%.

4. Sulphuric Anhydride

The content of total sulphur in the cement, expressed as SO
3
, shall not exceed
3%.

5. Loss of Ignition

The total loss on ignition at 900C to 1000C shall not exceed 4%.

(b) Physical Requirements

Hardening Ordinary Rapid
1. Specific Surface
Minimum Specific Surface (m
2
/kg)
225 325
2. Compressive Strength Minimum average
compressive strength of 3 mortar cubes
(N/mm
2
)

at 3 days 17.5 23.0
at 7 days 26.5 31.0
3. Setting Times
Minimum initial setting time (min) 45 45
Maximum final setting time (hours) 10 10
4. Soundness
Maximum expansion (mm)
Unaerated cement 10 10
Aerated cement 5 5


Where various grades of OPC are scheduled in the Bill of Quantities, the grade of
OPC shall be as specified by the Project Manager on site."

(c)Gravel material requirement before treatment

Grading Natural gravel, Maximum size 10-50mm, Material passing 0.075mm sieve
5 35%

Plasticity index Max 20, Plasticity Modulus Max 2000, 4 day Soaked CBR
Min 30.

(d)Material properties after treatment.

CBR of laboratory mix at 97% MDD ( Midified AASHTO) and 7 day cure/ 7 day
soak: Min 160. OR
UCS of lab mix at 97% MDD (Modified AASHTO) and 7 day cure / 7 day soak: 1.5
to 3.0 Mpa.
The preferred strength is on the lower bounds near 1.5 Mpa to enhance designed life.
Plasticity Index: Max 6%, Plastic Modulus : Max 250.
Time allowed to place protection and curing 4 hrs for cement stabilization and no
traffic permitted for first 7 days.
3-106 Section IX - Contract Forms


B3503 CHEMICAL STABILIZATION

(b) Applying the Stabilizer

At the end of the Clause, add the following:

"The spreading of the stabilizer if by mechanical means such as spread trucks shall be
checked at regular intervals. If by manual means the spreading of the stabilizer shall
be such that the final level of the stabilizer after spreading and when checked with a
straight edge shows a uniform and even spreading of the stabilizer;

(d) Watering

At the end of the Clause, add the following:

"The stabilizer shall be mixed in by mechanical means (grader and rotovator) to the full depth
of the layer and water added until an uniform moisture content within 1 % of OMC () is
obtained. The moisture content shall be checked on site as regular intervals during mixing to
ensure the uniformity and the value specified is achieved. The control of the moisture content
is vital to reduce shear cracks from compaction.

The Troxler or similar devices shall not be used for this determination. The following in-situ
moisture determination tests will be allowed:

Speedy Moisture tester.
Hot Plate (electrical or gas)
Oven."

(h) Construction Limitations

In Table 3503/1 the following is amended:

The maximum time for completion after the stabilizing agent comes into contact with
the material to be stabilized for the agents below shall be:

ifOPC (32.5) is used 6 hours
if OPC (42.5) is used 5 hours
If blends of lime and OPC or fly ash and OPC are used. 8 hours

B3505 TOLERANCES

(b) Uniformity of mix

Replace this subclause with the following:

(b) Uniformity of mix (chemical stabilization)

The uniformity of mix shall be assessed by sampling and testing the quantity of
cementitious binder in the mixed material as specified in subclause 7109(a). The
quantity of cementitious binder in the mixed material shall be within the limits

107

specified in the statistical judgment plan described in clause 7205.

Samples for the determination of the uniformity of mix shall be taken immediately
after the material has been mixed with the water and stabilizer, and spread, but before
the layer is compacted, and the Contractor shall therefore make the necessary
arrangements timely and allow for the time to collect the samples.
As described in Clause 7l09(a), test results shall be adjusted to make allowance for
minerals present in the material to be stabilized, which may affect the test results. The
above requirements for uniformity of mix shall be applied only on condition that the
variation in these adjustments falls within the limits specified in Clause 7109. The
coefficient of variation may not exceed 0.3 (30 %) for material mixed on the spot, and
0.2 (20 %) for material mixed in a mixing plant.

B3506 QUALITY OF MATERIALS AND WORKMANSHIP

(b) Routine inspection and testing

Add the following:

Where the stabilizing agent is to be spread by hand, bags of the stabilizing agent
shall be placed on the layer at regular intervals. However, spreading shall only
commence when the Project Manager is satisfied that the correct quantity of
stabilizing agent has been placed on the layer and has given permission that the
stabilizing agent may be spread.


B3507 MEASUREMENT AND PAYMENT

Delete item "35.04 Curing by covering with the subsequent layer" entirely


B3508 STABILIZATION WORK IN RESTRICTED AREAS (Additional
clause)

(a) General requirements

The provisions of subsub-clauses 3208(a)(ii) and 3208(b)(ii) in respect of work in
restricted areas shall apply mutatis mutandis.

Where existing and new work are joined (longitudinal joints and others), material
shall be satisfactorily mixed and compacted without any permeable or loose patches.
Sub-clause 3503(g) shall apply.

(b) Chemical stabilization

Where pavement layers are to be widened, no chemical stabilizing agent may be
spread or mixed beyond the required width. The Contractor will not be permitted to
mix material for stabilization on adjacent surfaces unless he has obtained prior
permission from the Project Manager, in writing. Where the existing surfaces of the
road may not be used for this purpose, the Contractor shall apply other approved
methods of mixing.
3-108 Section IX - Contract Forms


Additional payment will not be considered for additional overhaul or other costs
arising from this manner of mixing or working in restricted areas.

SECTION 4000 ASPHALT PAVEMENTS AND SEALS

SECTION B 4100 PRIME COAT

B4102 MATERIALS

(a) Priming material

Add the following:

"The prime coat shall be MC-30 cut back bitumen. The nominal rate of application for tender
purposes shall be 1.0 litre/m
2
or adjusted after trials"

SECTION B 5200 GUARDRAIL

B 5202 MATERIAL.

All materials for guardrails shall comply with the requirements of AASHTO M178-98 or
SABS 1350. Guardrail posts and spacer blocks shall be galvanised UNP steel profiles 120 x
55x7mm or of the type and size shown on the drawings, with posts driven vertically at least
1.2m into the shoulder as directed by the Project Manager.

Beams for guardrails shall be "Armco Flexbeam" or similar obtained from a manufacturer
approved by the Project Manager.

Reflective plates shall be galvanised V-type shape, manufactured from 1.5mm thick mild
steel plate, with the outer surfaces coated with engineering grade retro-reflective material.
Holes for fixing shall be drilled before the plates are galvanised.


B 6404 CONCRETE QUALITY

(a) General

Add the following:

"The total alkali content (Na20 equivalent) of concrete made from alkali-reactive
aggregates shall not exceed 2.1 kg/m
3
. The Contractor shall prove to the Project
Manager that the cement delivered to the Site will not produce concrete that will
exceed the specified limit."

(b) Strength concrete

Add the following after the fifth paragraph:


109

"The minimum cement content of structural concrete shall be 300 kg/m
3
, but for
structures in contact with aggressive water the minimum cement content shall be 420
kg/m
3
."

(e) Consistency and workability

Add the following:

"For structures in contact with aggressive water the minimum waterlcementratio shall
be 0.45."

SECTION B 7100: TESTING MATERIALS AND WORKMANSHIP

B 7108 TESTING TAR, B1TUMEN AND ASPHALT


Add the following sub-clause:

"(d) Certificate of compliance for binder distributor

When so instructed by the Project Manager, the Contractor shall obtain a valid
certificate of compliance indicating that the binder distributor to be used complies
with TMH2 or approved equivalent."


Add the following new clauses :

"B 7116 TESTS ON RETRO-REFLECTIVE MATERIAL FOR USE ON ROAD
SIGNS

Three levels of retro-reflective performance are covered : engineering grade class I,
super-engineering grade class II and high-intensity grade class III. The retro-reflective
material shall comply with the requirements of SABS 1519. The coefficients of retro-
reflection given below are expressed in candellas per lux per square metre
(cd/(luxlm
2
)). The coefficients of the specimen, measured in accordance with Clause
3.2 of SABS 1519, shall not be less than the relevant values given in table B 7116/1
below, appropriate to the class of the specimen.

TABLE B 7116/1 COEFFICIENTS OF RETRO-REFLECTION

1 2 3 4 5 6 7 8 9 10 11
Class
Observation
angle
(degrees)
Entrance
angle
(degrees)
Coefficient of retro-reflection for different colours
of material when measured with Standard
Iliuminant A* (cd/(luxlm
2
)) minimum
Red Orange Yellow Green Blue Purple
White
Brown
I 0, 3 5 10 20 35 7 3 2 50 3
2 30 0,4 0,8 1,5 0,3 0,1 0,1 2, 35 0,1
3-110 Section IX - Contract Forms

II 0,33 5 20 40 70 14 6 4 100 6
2 30 0,4 0,8 1,5 0,3 0,1 0,1 2,5 0,1
III 0,33 5 30 60 105 21 9 6 150 9
2 30 0,4 0,8 1,5 0,3 0,1 0,1 2,5 0,1
0,33 40 13 22 64 11 7 3,2 95 0,5
See CIE Publication 15(E-1.3.1)














































111


PART C: SPECIAL WORKS

SECTION C10100: SPECIAL ENVIRONMENTAL SPECIFICATIONS

CI0101 GENERAL

The Contractor shall stockpile all topsoil excavated or removed during execution of the
Works. The Contractor shall, as far as practicable, ensure that the stockpiles are located
where trees can act as buffers to prevent dust pollution, and the stockpiles shal1 not interfere
with existing drainage systems; all to the approval of the Project Manager.

The Contractor shall ensure that vegetation clearing is minimized during execution of the
Works and that protected three species as listed in the Forest Act are preserved.

The Contractor shal1 ensure that no construction waste is left anywhere on Site or disposed
of other than in designated disposal areas approved by the Project Manager. Such waste and
any other excess material shall be buried within the road reserve or used for reinstating
borrow areas and landscaping around the road or disposed of in accordance with the
Environmental Council of Zambia regulations.

The Contractor shal1 ensure that all waste including construction arisings generated during
execution of the Works, is collected and disposed of at designated disposal sites in line with
the "Waste Management Regulations" of the Environmental Council of Zambia (Annex 1) or
shall be re-used or sold for re-use locally as approved by the Project Manager.

The Contractor shall ensure that excess spoil material is disposed of in areas approved by the
Project Manager and upon completion of the Works al1 such areas shall be landscaped and
rehabilitated to the approval of the Project Manager in accordance with Clause 4.3 herein.

The Contractor shal1 ensure that all hazardous waste, chemicals and toxic substances are
handled, treated and disposed of in line with the "Pesticides and Toxic Substances
Regulations" of the Environmental Council of Zambia (Annex 2).

CI0102 MATERIAL EXTRACTION

Prior to execution of the Works, the Contractor shall obtain appropriate licenses/permits from
relevant authorities including traditional authorities to operate each quarry or borrow area.
The Contractor shall ensure that each material extraction site is not located in a forest reserve,
national parks, agricultural land, areas of high scenic value, or in the vicinity of settlement
areas, cultural or archaeological sites, wetlands, river channels or any other valued ecosystem
component and shall be located at not less than 500mfrom such areas. However, where there is
no practical alternative, permission shall be sought from the Forest Department, Wildlife
Authority, Department of Agriculture, Local Authority, National Heritage Conservation
Commission or the Environmental Council of Zambia respectively and an environmental
impact study shall be conducted in accordance with the Environmental Impact Assessment
regulations of the Environmental Council of Zambia.

CI0103 REINSTATEMENT OF THE SITE

3-112 Section IX - Contract Forms

Upon completion of the Works or as directed by the Project Manger, all borrow pits, quarry
sites, access roads, diversions, camp sites and any other temporary Works shal1 be cleared of
construction debris and surplus construction material and shall be reinstated as far as
practicable to its original condition to the approval of the Project Manager. After which
topsoil shall be reinstated over the affected areas to a depth of not less than 150mmto facilitate
natural vegetation growth. The Contractor shall ensure that reinstated areas are inherently
stable and self-draining.

Where provided for in the Contract, the Contractor shall provide and plant trees in reinstated
areas as directed by the Project Manager and shall ensure the survival of planted tress by
watering and protecting seedlings from fires, pests and diseases and other anthropogenic
factors. The Contractor shall take care of all the required maintenance to the end of the
Defects Liability Period.

For such replanting, the Contractor shall have first identified the availability and respective
costs of suitable plant species readily available for replanting of reseeding for the approval of
the Project Manager. The suitable plant species shall provide vegetative cover to control
erosion, provide vegetation diversity, and that will succession, contribution to a stable and
compatible ecosystem.

Where, a pit or quarry is declared a usable water source for the local community or livestock
in the surrounding areas, the Contractor shall ensure that such areas are reshaped so as to be
inherently stable, adequately drained and suitable for the desired long-term land use and
minimize the long-term visual impact by creating landforms, which are compatible with the
adjacent landscape.

CI0104 WATER RESOURCES MANAGEMENT

The Contractor shall ensure that water flows in rivers, streams and other natural or irrigation
channels are maintained and/or re-established where they are disrupted due to the execution
of the Works.

The Contractor shall ensure that temporary damming of streams and rivers is done in such a
way that disruption of water supplies to communities downstream is avoided and the
ecological balance of the river system is maintained.

The Contractor shall obtain a permit from the Water Board and the Local Authority for
extraction of both surface and underground water to avoid conflicting with water demands for
local communities. Water extraction shall not be permitted from wetlands.

The Contractor shall ensure that disposal of effluent (waste water or water containing spoils)
into the aquatic environment shall be in accordance with the "Water Pollution Control
(Effluent and Waste Water) Regulations" of the Environmental Council of Zambia (Annex
3), to avoid water pollution.

CI0105 ENVIRONMENTAL HEALTH AND SAFETY

Notwithstanding General Conditions of Contract Clauses 19.1, the Contractor shall ensure the
safety and health of the public and workers and meet safety requirements for the operation of
the Works, which shall include but not necessarily limited to:


113

(1) Sensitizing workers and local residents in consultation with other stakeholders on the
dangers of contracting and spreading sexually transmitted diseases and other health risks
including HIV/AIDS that may be compounded as a result of the construction activities. The
Contractor must also put in place awareness campaigns on preventing the spread of the
HIV/AIDS.

(2) ensuring that stagnant water in uncovered borrow pits is treated to avoid creating breeding
grounds for mosquitoes if such pits are within 500m of human settlements or workers' camps.

(3) providing his workforce and the Project Manager's Site staff with protective gear such
safety helmets, work boots, etc.; and where appropriate: safety goggles; dust masks; ear/noise
protection headgear, etc
(4) spraying water on all access roads and diversions to suppress dust emissions in
accordance with the "Air Pollution Control (Licensing and Emission Standards) Regulations:
of the Environmental Council of Zambia.

(5) ensuring that noise levels emanating from machinery, vehicles and construction activities
are kept to a minimum. Noise levels reaching the communities from construction activities
shall not exceed 90 decibels.

(6) ensuring that blasting activities are not carried out in the vicinity of settlement areas,
cultural sites, wetlands and are located not less than 1,5km from such areas; and that they are
carried out during daylight hours after consulting with local communities on the proposed
blasting times.

CI0106 DISPLACEMENT AND RESETTLEMENT

The Contractor shall ensure that the execution of the Works does not cause to move or
disadvantage people, their property or their activities.
In the event of any people or their properties or activities are caused to move or
disadvantaged, as agreed necessary by the Project Manager, the Contractor shall formally
notify the Project Manager of the physical extent and time frame the Contractor requires to
use the areas affected and the Contractor shall submit copies of his notification to the
Employer for action in respect of compensation and any other measures required and the
Employer shall formally inform, through the Project Manager, the Contractor when the
resettlement arrangements have been concluded such that the Contractor shall have access to
the affected areas.

CI0107 MEASUREMENTS AND PAYMENTS

The above provisions shall be deemed to be provided at the Contractors cost and priced as
part of the Contractor's overheads.


3-114 Section X Specifications

3-115 Section XI Drawings/Maps












Section XI. Drawings/Maps



























3-116 Section XI IBOQs















Section XII. Bill of Quantities
































117

PREAMBLE

All quantities in the Bill of Quantity contained herein are only indicative or provisional
in the sense that there is an on-going review of the design by the consultant whose final
report will be the basis for works execution.

1. The Bill of Quantities must be read in conjunction with the Agreement, the
Conditions of Contract and the Specifications. The Contractor shall be deemed to
have acquainted himself with the specific requirements and standards of the
finished Works and the way in which they are to be carried out.

2. The rates and prices to be inserted in the Bill 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 construction of the work
described, together with all general risks, liabilities and obligations set forth or
implied in the documents on which the tender is to be based.

3. A price or rate is to be entered against each item in the Bill of Quantities,
irrespective of the absence of a quantity. items against which no prices or rates
are entered will be deemed to be covered by prices and rates for other items
indicated elsewhere in the Bill of Quantities.

4. The quantities indicated against the various Bill items are estimated quantities,
and it therefore must not be taken as a guarantee that they will not be exceeded, or
that they will be carried out.

5. The quantities shall therefore not be considered as representing the final
measurements, it being the intention of the Contract (except where otherwise
specifically stated) that the works contained therein shall be measured upon
completion by the Employer or his Representative and paid for at the rates given
in the Bill of Quantities.

6. The Contractors must note that materials should be ordered for the Contract from
working drawings, where available and checked by site measurements. They will
not be ordered from the Bill of Quantities, unless express written approval is
obtained from the Engineer.

7. The final Contract value shall be determined by substituting the measured and
agreed amount of work done under each item in the Bill of Quantities , extending
at the tendered Contract rates totalling.

8. The rates quoted by the Contractor must allow for constructing the various
sections of the Work comprising the Contract in any reasonable order, or as
directed, and must allow reasonable time for all necessary tests on soils and
gravels to be carried out during progress of the Works.

3-118 Section XII - BOQs

9. The description of each item in the Bill of Quantities may not be exhaustive. For
the full meaning of each item, reference should be made to the specification,
Conditions of Contract and drawings.
10. The Contractor must allow in his rates for the delivery of materials to the point of
incorporation in the Works, the costs of storage and double handling and for any
wastage of materials.

11. All items stated to be provisional in the Bill of Quantities should be used only at
the directive of the Engineer.

12. The Contractor shall not carry out any work outside the normal working hours
unless authority to do so has been obtained in writing from the Employer or his
representative.

13. When the quality of gravel delivered to site contains other material than from the
approved quarries, the Employer or the Engineer shall cause them to be removed
from the site by the Contractor at the Contractors own expense.

Page 1 of 9
Bill No. Description Total Bill
Amount in ZMW

1 General Provisions -
2 Drainage -
3 Earthworks and Pavement Layers -
4 Asphalt Pavements and Seals -
5 Ancillary Roadworks -
7 Testing and Quality Control 60,000,000.00
8 Dayworks -
Total of Bill nos 1 to 8 (in Zambian Kwacha) 60,000,000.00
10% Contigencies 6,000,000.00
Sub Total 66,000,000.00
Add 16% VAT
10,560,000.00
Total of Bill of Quantities 76,560,000.00
Grand Total Bill of Quantities Carried to Form of Bid
BILL OF QUANTITIES FOR ROAD WORKS
The Upgrading to Bituminous Standard of Approximately 78 Km of Mpika via Katibunga through chief
Mukungule - Lufila -Kakoko- Kalalantekwe of Road (RD54) in Muchinga Province-Lot 2
Page 2 of 9
BILL NO. 1: GENERAL PROVISIONS
Length = 78 km Width = 6.5m Shoulder = 1.5m
ITEM PAYMENT DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO REFERS ZMW ZMW
1.1 B13.01 TheContractors general obligations:
(a) Fixed obligations LS 1.00
(b) Timerelated costs Month 24.00
(c) ProvideProject Signboard as per drawing No 2.00
1.2 B14.01a Provideand equip officefor theuseof Project Manager No. 3.00
1.5 B 14.06 a
Provideand equip TypeA domestic accomodation including
furnishings and equipment
No 4.00
1.5 B 14.06 b
Provideand equip TypeB domestic accomodation including
furnishings and equipment
No 6.00
1.5 B 14.06 c
Provideand equip TypeC domestic accomodation including
furnishings and equipment
No RateOnly
1.6
(a) Rented housing, hotel or other accommodation as described in
Subclause1403 (c) (ii)
PS 1.00
1.7 (b) Handling costs and profit %
14.08 Services
(a) Services at Offices and Laboratories
1.8 B14.08 aii
(ii) Serviceand maintain Project Managers Offices, laboratory and
survey equipment
month 24.00
(b) Services for Project Managers Accomodation
1.9 B14.08 b ii
(ii) Serviceand maintain Project Managers TypeA domestic
accomodation
month 24.00
(c ) Services for Engineers Staff
1.10 B 14.08 biii
(ii) Serviceand maintain Project Managers all TypeB domestic
accomodation
month 24.00
14.11
Purchaseand supply of Project Vehicles for Supervision by the
Regional RDA representatives (PC Sums):
1.11 B14.11 a
(a) New ToyotaHilux DoubleCab, 4*4, 3000cc diesel engine
capacity, completewith accessories as directed by theEngineer,
comprehensively licensed and insured for theduration of theproject.
OneVehicleto bespecifically assigned to theRegional Engineer-
Contracts for project monitoring,supervision,and Measurement and
Certification of Payments for contractors in liason with the
consultant
No Not used
1.12 B14.11 b
(b) Providenew, 4WD doublecabin pickups of minimum3000cc
diesel enginecapacity
No Not used
1.13 B14.11 c
(c ) Providenew, singlecab of minimum2500cc diesel engine
capacity
No Not used
1.14 B14.11 d
(d)Providedriver, fuel, lubricants, servicemaintenance, tyres and
repairs for doublecab & singlecab
km-month Not used
1.15 B 14.12
Allow primecost sum to provideand maintain five(5) number 2
way radio for useby theProject Manager and his staff
PC Sum 1.00 200,000.00
200,000.00
1.16 B 14.13 a
Allow primecost sum to provideand maintain landlinephonewith
fax machinefor theuseby Project Manager and his staff
PC Sum 1.00 100,000.00
100,000.00
1.17 B 14.13 b
Allow primecost sum to provideand maintain broadband internet
connection for theuseby Project Manager and his staff
PC Sum 1.00 60,000.00
60,000.00
E.O item1.15,1.16 and 1.17 for contractors overhead and profit %
CARRIED TO NEXT PAGE
The Upgrading to Bituminous Standard of Approximately 78 Km of Mpika via Katibunga through chief Mukungule - Lufila -Kakoko- Kalalantekwe of
Road (RD54) in Muchinga Province-Lot 2
Page 3 of 9
ITEM PAYMENT DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO REFERS ZMW ZMW
BROUGHT FORWARD
1.18 B 14.13 c
Allow primecost sum to providecompensation for land acquisition
as directed by Project Manager
PC Sum 1.00 10,000.00 10,000.00
E.O item1.18 for contractors overhead and profit %
1.19 B 14.13 d
Allow primecost sum to providecompensation for dislocation of
houses as directed by Project Manager
PC Sum 1.00 150,000.00 150,000.00
E.O item1.19 for contractors overhead and profit %
1.20 B 14.14
Allow primecost sumfor compliancewith health and safety
requirements with regards to HIV / AIDS & environmental issues
PC Sum 1.00 150,000.00 150,000.00
E.O item1.20 for contractors overhead and profit % 150,000.00
1.21 B14.15 As built drawings L.sum 1.00
1.22 B14.16 Attachment of Clients staff to sitefor training purposes Month 10.00 10,000.00 100,000.00
E.O item1.22 for contractors overhead and profit %
Traffic shall bemaintained at all times by providing and maintaining
suitabledeviations. This bill includes theprovision of signs and
traffic flagmen, lighting, etc. to facilitatefor safemovement of traffic
through deviation
1.24 B15.01 Accommodating traffic and maintaining diversions months 24.00
15.02 Earthworks for diversions:
1.25 (a) Shaping of diversions km 78.00
1.27 B15.05 Gravelling and repair of diversions m
3
81,291.00
1.29 16.02 Overhaul on material hauled in excess of 10km(ordinary overhaul) m
3
-km 83,300.00
16.03
Construct speed humps for thesafety of road users as instructed by
theEngineer
m
3
13
1.30 17.01 Clearing and grubbing ha 97
1.31 B 17.05
Removetop soil to adepth not exceeding 200mm, stockpilefor
reuseon completed embankment sideslopes or spoil surplus as
directed by theProject Manager (Provisional)
m
3
147,098.00
B17.02 Removal and grubbing of largetrees and treestumps
1.32 (a) Girth exceeding 2 mand up to and including 3 m(Provisional) No. 41
1.33 (b) Girth exceeding 3 mand up to and including 4m (Provisional) No. 8.00
TOTAL CARRIED TO SUMMARY OF BILL OF
QUANTITIES
BILL No. 2: DRAINAGE
ITEM PAYMENT DESCRIPTION UNIT QTY RATE AMOUNT
NO REFERS (ZMW) ZMW
2100 DRAINS
21.01 Excavation for open drains including optic fibreinstallation
(a) Excavating soft material situated within thefollowing depth
ranges below thesurfacelevel:
2.1 (i) 0 mup to 1,5 m(Provisional) cu.m 130,379.20
(b) Extraover subitem21.01 (a) for excavation in hard material
irrespectiveof depth (provisional):
cu.m 13,037.92
2.2 21.05 Banks and dykes cu.m -
2.3 21.16 Backfilling existing eroded sidedrains cu.m RateOnly
21.18 Excavation for theclearing of existing drainagesystems
(a) Manholes and inlet and outlet structures cu.m RateOnly
2.4 (b) Culvert barrels cu.m RateOnly
2.5 (c )Concretesidedrains cu.m RateOnly
2.6 21.19
Selected backfill material under concretelined sidedrains compacted
to 93 % of modified AASHTO density
cu.m 1,646.40
B2200 PREFABRICATED CULVERTS
The Upgrading to Bituminous Standard of Approximately 78 Km of Mpika via Katibunga through chief Mukungule - Lufila -Kakoko- Kalalantekwe of
Road (RD54) in Muchinga Province-Lot 2
Page 4 of 9
B22.01
Provideand lay new pipeculverts with concretebedding and
surround and build headwalls completewith inlet and outlet
structures as shown on thedrawings for:
2.7 a 600 No RateOnly
2.8 b 900 No 48.00
2.8 c 1200 No RateOnly

B22.02
Provideand lay new doublepipeculverts with concretebedding and
surround and build headwalls completewith inlet and outlet
structures as shown on thedrawings for:
2.9 a 600 No RateOnly
2.10 b 900 No 10.00
2.11 c 1200 No RateOnly

B22.03
Provideand lay new triplepipeculverts with concretebedding and
surround and build headwalls completewith inlet and outlet
structures as shown on thedrawings for:
2.12 a 600 No RateOnly
2.13 b 900 No RateOnly
2.14 c 1200 No RateOnly
B22.04
Provideand lay new quadruplepipeculverts with concretebedding
and surround and build headwalls completewith inlet and outlet
structures as shown on thedrawings for:
2.15 a 600 No RateOnly
2.16 b 900 No RateOnly
2.17 c 1200 No RateOnly
B22.05
Excavateexisting culvert and takegood pipes to store, provideand
lay new pipeculverts with concretebedding and surround and build
headwalls completewith inlet and outlet structures as shown on the
drawings for:
2.18 a 600 No 30.00
2.19 b 900 No 10.00
2.20 c 1200 No RateOnly
B22.06
Excavateexisting culvert and takegood pipes to store, provideand
lay new doublepipeculverts with concretebedding and surround
and build headwalls completewith inlet and outlet structures as
shown on thedrawings for:
2.21 a 600 No RateOnly
2.22 b 900 No 8.00
2.23 c 1200 No RateOnly
B22.07
Excavateexisting culvert and takegood pipes to store, provideand
lay new triplepipeculverts with concretebedding and surround and
build headwalls completewith inlet and outlet structures as shown
on thedrawings for:
2.24 a 600 No RateOnly
2.25 b 900 No RateOnly
2.26 c 1200 No RateOnly

B22.08
Provideand lay new prefabricated portal and rectangular culverts
with concretefloors, headwalls, wingwalls, inlet and outlet
structures as shown on thedrawings for:
2.27 a 1800mmx1800mm No.
2.28 b 2000mmx2000mm No. RateOnly
2.29 c 2500mmx2500mm No. 4.00
2.30 d 3000mmx3000mm No. RateOnly
2.31 e 3600mmx3600mm No. RateOnly
B22.09
Excavateexisting Culvert and takegood pipes to store,Provideand
lay new doubleprefabricated portal and rectangular culverts with
concretefloors, headwalls, wingwalls, inlet and outlet structures as
shown on thedrawings for:
2.32 a 1800mmx1800mm No. 14.00
2.33 b 2000mmx2000mm No. RateOnly
2.34 c 2500mmx2500mm No. RateOnly
2.35 d 3000mmx3000mm No. RateOnly
2.36 e 3600mmx3600mm No. RateOnly
CARRIED TO NEXT PAGE
ITEM PAYMENT DESCRIPTION UNIT QTY RATE AMOUNT
NO REFERS ZMW ZMW
B22.10
Provideand lay new Tipleprefabricated portal and rectangular
culverts with concretefloors, headwalls, wingwalls, inlet and outlet
structures as shown on thedrawings for:
2.37 a 1800mmx1800mm No. 11.00
2.38 b 2000mmx2000mm No. RateOnly
2.39 c 2500mmx2500mm No. 7.00
2.40 d 3000mmx3000mm No. RateOnly
2.41 e 3600mmx3600mm No. RateOnly
B22.11 Extend existing box culverts
2.42 a 600 m RateOnly
2.43 b 900 m RateOnly
2.44 c 1200 m RateOnly
2.45 d 1800 m RateOnly
Page 5 of 9
2.46 B22.12 Demolition of existing stonemasonry/concreteor drifts m 65.00
2.47 B22.13
Hand excavation to determinetheposition of existing services
(Provisional sum)
P.sum RateOnly
B22.14 Construct Box Inlet Structureaccording to thedrawings
2.48 a 600 No RateOnly
2.49 b 900 No RateOnly
2.50 c 1200 No RateOnly
2300 CONCRETE LINING FOR OPEN DRAINS ETC.
23.01 Concretekerbing
2.51 (a) (Description of typewith referenceto drawing) m 29,400.00
23.03 Concretechutes (typical designs)
2.52
(e) (Description of typewith referenceto drawing. Statewhether
prefab or cast in situ and class of concrete)
m 490.00
23.07 Trimming of excavations for concretelined open drains
2.53 (a) In soft material sq.m 8,232.00
2.54 (b) In hard material sq.m 2,205.00
23.08 Concretelining for open drains
2.55
(a) Cast in situ concretelining (concreteclass 25/19, trapezoidal
type)
cu.m 2,469.60
2.56
(b) Class U2 surfacefinish to cast in situ concrete(trapezoidal
type)
sq.m RateOnly
2.57
(c) Extraover item23.08 (a) for theprovision of 86 Conforce
Wiremesh
sq.m RateOnly
23.09
Formwork to cast in situ concretelining for open drains (Class F2
surfacefinish)
2.58 (a) To sides with formwork on theinternal faceonly sq.m RateOnly
2.59 (c) To ends of slabs sq.m 17.00
2.60 23.10
Sealed joints in concretelinings of open drains (description of type
with referenceto drawing)
m RateOnly
2.61 23.11 Concretescreed or backfill below chutes (concreteclass 25/19) cu.m 264.60
2.62 23.13 Polyethylenesheeting (0,15 mmthick) for concretelined open drains sq.m RateOnly
25.01 Stonepitching
2.63 (d) Stonepitching on aconcretebed total thickness 200mm. m
2
1,470.00
25.03 StoneMasonry Walls/Aprons
2.64 (b) Cement -mortored stonewalls m
3
RateOnly
B25.08 Build Headwall/wingwall completewith aprons and rip/rap:
2.65 a 600 No RateOnly
2.66 b 900 No RateOnly
2.67 c 1200 No RateOnly
2.68 B25.09 Construct masonry scour checks (Provisional) No 416.50
2600 GABIONS
26.01 Foundation trench excavation and backfilling
2.69 (b) in soft material cu.m 1,351.81
2.70 26.02 Surfacepreparation for bedding thegabions sq.m 901.21
2.71 26.03 Gabions
2.72
(a) Galvanised gabion boxes (dimensions of box and mesh sizeto be
given)
cu.m 1,117.20
TOTAL CARRIED TO SUMMARY OF BILL OF
QUANTITIES
BILL NO. 3: EARTHWORKS AND PAVEMENT LAYERS OF GRAVEL OR CRUSHED STONE
ITEM PAYMENT DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO REFERS ZMW ZMW
3100 BORROW MATERIALS
3.1 31.01 Excess Overburden (provisional) cu.m. 115,839.68
The Upgrading to Bituminous Standard of Approximately 78 Km of Mpika via Katibunga through chief Mukungule - Lufila -Kakoko- Kalalantekwe of
Road (RD54) in Muchinga Province-Lot 2
Page 6 of 9
31.03 Clearing of borrow or gravel pits and reinstateafter use
(provisional)
Ha 25.00
3209
Placing and compacting the materials in excess of 200mm after
compaction
32.09 (c ) Rock fill in lower layers of fills in dambo areas (Provisional) cu.m. 19,551.00
3300 MASS EARTH WORKS
33.01 Createthestandard cross section of finished road.
Rip, scarify insitu material to depth of 150mm, water, mix, shapeto
thegiven standard cross section and compact to 90%
Mod.AASHTO (93% for sand), as shown on thedrawings and
Specifications and/or as instructed by theEngineer on site.
km 78.00
33.02 Cut and borrow to fill including freehaul up to 10 km
(a) Gravel material in compacted layers thickness of 200mmand
less:
(i) Compacted to 90% Mod. AASHTO (provisional) cu.m 193,550.00
33.04 Cut to spoil, including freehaul up to 10 km
material obtained from
(c) Hard excavation cu.m 19,355.00
33.07 Removal of unsuitablematerial including freehaul of 10 km:
(a) In layer thickness of 200 mmor less:
(i) Stablematerial (provisional) cu.m 147,098.00
(ii) Unstablematerial cu.m 14,709.80
33.10 Road bed preparation and thecompaction of material
(b) Compaction of 93% of modified ASSHTO density cu.m 150,969.00
33.12 In-situ treatment of roadbed:
(a) In-situ treatment by ripping (provisional) cu.m 75,484.50
(b) In-situ treatment by blasting(provisional) cu.m 7,548.45
33.13 Finishing off cut and fill slopes, medians and interchangeareas:
(b) Fill slopes(provisional) sq.m 4,900.00
3400 PAVEMENT LAYERS OF GRAVEL
34.01 Pavement layers constructed fromgravel taken fromcut or borrow,
including free-haul up to 10.0 km:
(c) Provide, lay, water, mix and compact to 150mmthick gravel
subbasematerial to 95% Mod. AASHTO in accordancewith
Specifications.
cu.m 96,387.90
(f) Provide, lay, water, mix and compact to 150mmthick chemically
stabilised gravel to 98% Mod. AASHTO in accordancewith
Specifications.
cu.m 82,452.30
35.02 Chemical stabilising agent:
(a) Ordinary Portland cement t 7,890.69
TOTAL CARRIED TO SUMMARY OF BILL OF
QUANTITIES
BILL No. 4: ASPHALT PAVEMENTS AND SEALS
ITEM PAYMENT DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO REFERS ZMW ZMW

4000 ASPHALT PAVEMENT AND SEALS
4100 PRIME COAT
41.01 Primecoat:
4.1 (c) MC-30 cut-back bitumen at 1.0 Ltr/m
2
litre 765,510
4.2 41.03
Extraover item41.01 for applying theprimecoat in areas accessible
only to hand held equipment
litre 76,551
4200 ASPHALT BASE AND SURFACING
(b) Continuously grade asphalt surfacing
42.01 Apply SS60 tack coat at 0.5l/m2 sq.m RateOnly
42.02 Supply, lay, roll and compact 0/12mmhot-mix asphalt, 50mmthick sq.m RateOnly
4500 DOUBLE SEALS
45.01(a) Double Seals Using
4.6
(c) 19 mmand 9.5mmaggregates applied at arateof 100m2/m3 and
120m2/m3 respectively and 80/100 penetration-grade) straight run
bitumen at arateof 2.4 litres per sq.m
sq.m 1,531,020.00
45.04 Application of fog spray consisting of:
The Upgrading to Bituminous Standard of Approximately 78 Km of Mpika via Katibunga through chief Mukungule - Lufila -Kakoko- Kalalantekwe of
Road (RD54) in Muchinga Province-Lot 2
Page 7 of 9
(a) 60% spray-gradeemulsion (provisional) litre 612,408.00
45.02 (a)
Bituminous binder variations: Add to or deduct fromitem45.01
for increasing or decreasing therateof spray bitumen as instructed
by Engineer
4.7 (c) 80/100 penetration gradebitumen litre 153,102
45.03 (a)
Aggregate variations: Add to or deduct fromitem45.02 for
increasing or decreasing therateof application of aggregates as
instructed by Engineer
4.8 (a) 19 mmaggregate cu.m 766
(b) 9.5 mmaggregate cu.m 638
TOTAL CARRIED TO SUMMARY OF BILL OF
QUANTITIES

BILL NO. 5: ANCILLARY ROADWORKS
ITEM PAYMENT DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO REFERS ZMW ZMW
5100 MARKER AND KILOMETRE POSTS
5.1 51.01 Marker posts ( Provisional) No. 106
5.2 51.02 Kilometreposts (Provisional) No. 32
5.3 Concreteposts (speed humps) (Provisonal) No. rateonly
Guardrails on steel posts as directed by Project Manager:
5.4 52.02 (a) Galvanized (Provisonal) m 3,000
52.04 End units
5.5
(b) Terminal sections in accordancewith thedrawings where
singleguardrail sections areused (Provisonal)
No 18
5400 ROAD SIGNS
5.6 B54.01
Provideand erect standard control signs as directed by theProject
Manager (provisonal)
No 70
5500 ROAD MARKINGS
55.03 Hot-melt plastic road marking material (with Ballotini beads):
5.15 (a) Whitelines (broken or unbroken), width=100 mm) km 78
5.16 (b) Yellow lines (broken or unbroken), width =100 mm km 156
5.17 (d) Whitelettering and symbols sq.m 15
5.18 (e) Yellow lettering and symbols sq.m 15
5.19 (f) Traffic island markings (any colour) sq.m RateOnly
5.21 55.06
Setting and premarking thelines (excluding thetraffic islands
markings, lettering and symbols)
km 257
TOTAL CARRIED TO SUMMARY OF BILL OF
QUANTITIES
BILL NO. 7: TESTING AND QUALITY CONTROL
ITEM PAYMENT DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO REFERS ZMW ZMW
7100 TESTING OF MATERIALS AND WORKMANSHIP
71.02 Other special tests requested by theEngineer
7.1 (a) Cost of testing PC Sum 1 60,000,000.00 60,000,000.00
-
7.2 (b) Chargeon primecost sum % -
TOTAL CARRIED TO SUMMARY OF BILL OF
QUANTITIES
60,000,000.00
ITEM PAYMENT DESCRIPTION UNIT QUANTITY RATE AMOUNT
REFERS ZMW ZMW
The Upgrading to Bituminous Standard of Approximately 78 Km of Mpika via Katibunga through chief Mukungule - Lufila -Kakoko- Kalalantekwe of
Road (RD54) in Muchinga Province-Lot 2
BILL.8: DAYWORKS
The Upgrading to Bituminous Standard of Approximately 78 Km of Mpika via Katibunga through chief Mukungule - Lufila -Kakoko- Kalalantekwe of
Road (RD54) in Muchinga Province-Lot 2
The Upgrading to Bituminous Standard of Approximately 78 Km of Mpika via Katibunga through chief Mukungule - Lufila -Kakoko- Kalalantekwe of
Road (RD54) in Muchinga Province-Lot 2
Page 8 of 9
8100 LABOUR
Thedayworks rates for labour shall bethetotal amounts payable
and shall includeall costs such as allowances for complying with the
labour laws, insurances, accommodation, traveling time, overtime,
useand maintenanceof small tools of trade, supervision, overheads
and profit. Only theactual timeengaged upon thework will bepaid
for.
8.1 81.01 ExpatriateForeman hr 100

8.2 81.02 ExpatriateEquipment Operator hr 100

8.3 81.03 ExpatriateSkilled Labour hr 50

8.4 81.04 Foreman hr 1000

8.5 81.05 Equipment Operator hr 250

8.6 81.06 Skilled Labour hr 250

8.7 81.07 Unskilled Labour hr 1000

8.9 81.09 Sub - total of dayworks bill for labour

8.10 81.10 Allow for contractor's overhead and profit for item8.9 %

SUB-TOTAL OF DAYWORKS BILL FOR LABOUR TO DAYWORKS SUMMARY

8200 MATERIALS

All material used on dayworks shall comply with theSpecifications.
Therates shall includefor delivery on siteand necessary storage,
handling, overheads and profit, if not otherwisespecified.
8.11 82.01 Ordinary Portland Cement t 150

8.12 82.02 Mild steel (any diameter) t 3.0

8.13 82.03 High yield steel (any diameter) t 3.0

8.14 82.04 Singlesized crushed aggregatefor concrete m3 30
9.5 mmand 19/20 mm.

8.15 82.05 Fineaggregatefor concrete. m3 30

8.16 82.06 Wrought shuttering timber m2 150

8.17 82.07 Cut-back bitumen, GradeMC 30 l 150
8.18 82.08 Cut-back bitumen, GradeStable60 l 150
8.19 82.09 Straight run bitumen, Grade80/100 l 500
8.20 82.10 Cold mix asphalt 0/12 mm m3 RateOnly

8.21 82.11 16 mmnominal sizechippings m3 150

8.22 82.12 8mmnominal sizechippings m3 150
8.23 82.13 Natural gravel for shoulders m3 150
8.24 82.14 900 mmdiameter precast concretepipes m 18
8.25 82.15 Sub - total of dayworks bill for materials
8.26 82.16 Allow for contractor's overhead and profit for item8.25 %
SUB-TOTAL OF DAYWORKS BILL FOR MATERIALS TO DAYWORKS SUMMARY
BILL.8: PAYMENT DAYWORKS
REFERS
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
ZMW ZMW
8300 PLANT AND EQUIPMENT
Therates for plant and equipment shall includeall operational and
maintenancecosts, fuel, oil, grease, overheads and profit. Only time
actually employed upon thework will bepaid for and therates
should includefor idletime, traveling and overtime.
8.27 83.01 D6 Dozer or equivalent with ripper and scrapper. hr 60
8.28 83.02 CAT 14 motor grader or equivalent (compl. W/ scarifier) hr 75

8.29 83.03 Excavator 1.2 - 3.6 cu.mcapacity hr 45

8.30 83.04 Wheel or crawler loader 2.70 cu.mcapacity hr 45

8.31 83.05 15 Tonnepneumatic roller hr 45

8.32 83.06 10-12 Tonnesmooth wheel roller hr 45

8.33 83.07 Vibrating roller self propelled hr 45

8.34 83.08 Wacker hand compactor or equivalent hr 45

8.35 83.09 Small hand-propelled vibrating roller hr 45

8.36 83.10 Vibrating platecompactor, min 400 kg hr 45
Page 9 of 9

8.38 83.12 10 Tonnelorry hr 45
8.39 83.13 3 Tonnecapacity Pick-up hr 45
8.41 83.15 14/16 concretemixer hr 30
8.42 83.16 Concretetruck mixer hr 30
8.45 83.17 Poker typeconcretevibrator hr 30
8.46 83.18 Water tanker, 13,500 litrecapacity hr 30
8.47 83.19 Compressor (Min 250 cfm) complete hr 45
with pneumatic hammer and rock points
8.48 83.20 Mechanical bitumen hand sprayer hr 45
8.49 83.21 PressureBitumen Distributor hr 45
8.51 83.23 Chip spreader hr 45
8.52 83.24 Mechanical paver hr 45
8.53 83.25 Water pump with 100mmdiadelivery pipe. hr 45

8.54 83.26 Mechanical broom hr 45
8.55 83.26 Other: (specify)
8.55 83.27 Sub - total of dayworks bill for plant & equipment

8.56 83.28 Allow for contractor's overhead and profit for item8.55 %
SUB-TOTAL OF DAYWORKS BILL FOR PLANT & EQUIPMENT TO DAYWORKS SUMMARY
ITEM DESCRIPTION

DAYWORKS SUMMARY
Total for daywork: Labour
Total for daywork: Materials
Total for daywork: Construction plant
TOTAL CARRIED FORWARD TO SUMMARY OF BILL
OF QUANTITIES
BILL.8: DAYWORKS

Potrebbero piacerti anche