Youth Road Maintenance Tender
Youth Road Maintenance Tender
KeNHA/R4/310/2024
FEBRUARY, 2024
1
KeNHA/R4/310/2024 (REVISED) Issued by Kenya National Highways Authority
SECTION I - INVITATION FOR TENDERS 4
PART 1 – TENDERING PROCEDURES 8
SECTION II - INSTRUCTIONS TO TENDERERS 9
SECTION III - TENDER DATA SHEET 31
SECTION IV - EVALUATION AND QUALIFICATION CRITERIA 36
SECTION V - TENDERING FORMS 52
FORM ELI-1.1- TENDERER INFORMATION FORM 54
FORM ELI- 1.2- TENDERER JV INFORMATION 55
FORM ELI - 1.3- QUALIFICATION OF FOREIGN CONTRACTORS 56
FORM ELI - 1.4- DECLARATIONS OF MATERIALS, EQUIPMENT AND LABOUR SOURCES
58
FORM OF TENDER 59
FORM CON – 1 HISTORICAL CONTRACT NON-PERFORMANCE, PENDING LITIGATION
AND LITIGATION HISTORY 72
FORM CON – 2: DECLARATION FORM – FAIR EMPLOYMENT LAW AND PRACTICES 73
FORM CON – 3: CERTIFICATE OF BIDDER’S VISIT TO SITE 74
FORM FIN – 3.1: FINANCIAL SITUATION AND PERFORMANCE 75
FORM FIN – 3.2: AVERAGE ANNUAL CONSTRUCTION TURNOVER 79
FORM FIN - 3.3: CURRENT CONTRACT COMMITMENTS / WORKS IN PROGRESS 80
FORM EXP - 4.1: GENERAL CONSTRUCTION EXPERIENCE 81
FORM EXP - 4.2(A): SPECIFIC CONSTRUCTION AND CONTRACT MANAGEMENT
EXPERIENCE 82
FORM EXP - 4.2(B): CONSTRUCTION EXPERIENCE IN KEY ACTIVITIES 83
TECHNICAL PROPOSAL 85
FORM OF TENDER-SECURING DECLARATION 105
PART 2 – WORKS REQUIREMENTS 106
SECTION VI - SPECIFICATIONS 107
SECTION VII – BILLS OF QUANTITIES 229
SECTION VIII - DRAWINGS 261
PART 3 – CONDITIONS OF CONTRACT AND CONTRACT FORMS 276
SECTION IX - CONDITIONS OF CONTRACT PART I -GENERAL CONDITIONS 277
SECTION X - CONDITIONS OF CONTRACT PART II -CONDITIONS OF PARTICULAR
APPLICATION 279
SECTION XI - STANDARD CONTRACT FORMS 310
FORM NO. 1: NOTIFICATION OF INTENTION TO AWARD 312
FORM NO. 2: LETTER OF NOTIFICATION OF AWARD 315
FORM NO. 3: FORM OF AGREEMENT 316
FORM NO. 4 - PERFORMANCE SECURITY 317
FORM No. 5 - PERFORMANCE SECURITY OPTION 2– (Performance Bond) 318
FORM NO. 6 - ADVANCE PAYMENT SECURITY 320
FORM NO. 7: FORM RB 1 APPLICATION FOR PUBLIC PROCUREMENT
ADMINISTRATIVE REVIEW BOARD 322
2
KeNHA/R4/310/2024 (REVISED) Issued by Kenya National Highways Authority
FORM NO. 8 BENEFICIAL OWNERSHIP DISCLOSURE FORM 323
3
KeNHA/R4/310/2024 (REVISED) Issued by Kenya National Highways Authority
SECTION I - INVITATION FOR TENDERS
4
KeNHA/R4/310/2024 (REVISED) Issued by Kenya National Highways Authority
SECTION 1: INVITATION TO TENDER
TENDER NO. KeNHA/R4/310/2023 – PERFORMANCE BASED CONTRACT FOR
MAINTENANCE OF KCC (SOTIK) – NDANAI - GORGOR (B133) ROAD
The Kenya National Highways Authority (KeNHA) is a State Corporation established under the Kenya
Roads Act, 2007, with the responsibility for the management, development, rehabilitation and
maintenance of national roads.
The Authority invites bids from eligible construction companies registered with the National
Construction Authority (NCA) in Category NCA 5, 6 or 7 for the PERFORMANCE BASED
CONTRACT FOR MAINTENANCE OF KCC (SOTIK) – NDANAI - GORGOR (B133) ROAD to
be funded through Road Maintenance Fuel Levy Fund (RMLF).
SCOPE OF WORK
The scope of works shall be as described in the tender document.
QUALIFICATION FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the bid;
1. Copy of Certificate of incorporation
2. Copy of Valid Annual Practising Licence with the National Construction Authority in the classes
specified above
3. Copy of Valid Tax Compliance Certificate
4. Copy of recent CR 12 form (Issued within the last Six 6 months from the Tender Opening Date).
Other Requirements
As specified in the respective tender documents covering the following: -
1. Similar previous experience where applicable.
2. Professional and Technical Personnel.
3. Current work load.
4. Eligibility
a. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be
Awarded a Maximum of One (1) Tenders, under this Tender Notice. Bidders who
participate in more than Two (2) tenders shall be disqualified.
b. Director (s) and Bidders who have been awarded Tenders in this Financial Year (1st &
2nd Quarter Tender Notice) (FY 2023-2024) are not eligible to bid for this Tender
Notice.
c. Director (s) bidding under different companies for the same tender shall be disqualified
d. Director (s) bidding under different companies should not participate in more than Two
(2) tenders
5
KeNHA/R4/310/2024 (REVISED) Issued by Kenya National Highways Authority
e. Only those bidders registered in the Category as indicated in the tender document shall bid
for the respective tenders
f. Bidders to comply with Section 157 of the Public Procurement and Asset Disposal Act,
2015 (PPADA, 2015) on participation of candidates in preference and reservations.
Notes:
1. All submitted Documents may be verified from the issuing agencies, KeNHA Reserves the right
to verify all submitted documents.
2. The bidders to ensure that their rates in the bills of quantities are within the known prevailing
market rates for road works pursuant to Section 70(6) (b) of PPADA, 2015 read together with
Regulation 43(4) of the Public Procurement and Asset Disposal Regulations, 2020.
Procurement shall be based on the post qualification method and the above details will be submitted with
the priced bid.
There shall be a mandatory pre-tender site visits as specified in the detailed tender notice above and as
uploaded onto the KeNHA website.
NOTE:
Every Bidder shall be represented by one Technical Person with a Minimum qualification of a
Diploma in Civil/Highway Engineering. The Individual SHALL bring along the following in hard
copies:
1. Original ID/Passport and a CERTIFIED Copy
2. CERTIFIED copy of Diploma/H. Dip./Degree Certificate
3. CERTIFIED Copy of Registration Certificate and proof of current subscription by
Engineers Board of Kenya (EBK)/ Kenya Engineering Technology Registration Board
(KETRB)/ Institute of Engineering Technologists and Technicians (IET)
4. Original Introductory letter bearing the Company letterhead and an Official Stamp
authorizing them to represent them in the specific pre-tender site visit/Pre Tender
Conference. The letter shall be duly signed. Photocopies or any other media shall not be
accepted.
• The copies of ID/Passport, Academic Certificates, Professional Registration Certificate, proof
of current subscription SHALL be certified by commissioner of oaths or Notaries public
• All the above documents shall be retained by the Procuring Entity’s and may be verified later
for authenticity.
One (1) person shall only represent one (1) company per Tender.
The detailed tender notice is available in the KeNHA website and Public Procurement Information Portal
(PPIP). Clarifications and Questions may be sent to [email protected] as indicated in the
Tender Notice.
NOTE:
1. Every bidder shall make their own arrangements to familiarize themselves with the site
conditions and the Road and its features.
6
KeNHA/R4/310/2024 (REVISED) Issued by Kenya National Highways Authority
2. Clarity on Serialization of Tender Documents by Prospective Bidders
Please note that all pages of the tender documents submitted by bidders shall be
sequentially serialized numerically that is; 1,2,3,4,5…etc. That is, serialization shall be
undertaken by the bidder, by doing fresh numbering on its documents. The pagination of
the tender documents as downloaded from the KeNHA website should not be used as a
means of Serialization. The bidder’s serialization should follow the same logical sequence
from the first page to the end.
Interested eligible candidates may obtain further information and inspect tender documents from the
Procurement Office, Kenya National Highways Authority, -South Rift Regional Office, Former
Provincial Public Works Building along Prison Road, Nakuru as indicated in the Tender Notice
during normal working hours.
A complete set of tender documents may be obtained by interested tenderers from the Kenya National
Highways Authority website: www.kenha.co.ke or PPIP portal: www.tenders.go.ke free of charge.
Bidders are encouraged to download tender documents to minimise physical visits to the respective
KeNHA Regional Offices.
Completed tender documents are to be enclosed in plain sealed envelope clearly marked with tender
name, reference number and submitted to: -
Or Deposited in the Tender Box at the reception area, KeNHA South Rift Region 1st Floor, former
Provincial Public Works Building, along Prison Road, Nakuru so as to be received on or before the
Date and Time as indicated in the Tender Notice.
All interested bidders are required to continually check the Kenya National Highways Authority
website: www.kenha.co.ke for any tender addendums or clarifications that may arise before
submission date.
Tenders will be opened immediately thereafter in the presence of Tenderers/Representatives who wish to
attend at the KeNHA South Rif Regional Office Board Room.
7
KeNHA/R4/310/2024 (REVISED) Issued by Kenya National Highways Authority
PART 1 – TENDERING PROCEDURES
8
KeNHA/R4/310/2024 (REVISED) Issued by Kenya National Highways Authority
SECTION II - INSTRUCTIONS TO TENDERERS
A. GENERAL
1. Scope of Tender
1.1 The Procuring Entity, as indicated in the TDS, issues this tendering document for the
procurement of Works and Services as listed below for the award of a Performance-based
Road Contract. The name, identification, and number of lots (contracts) of this ITT are
specified in the TDS. The Works and Services under the Performance- based Contract will
cover the Roads indicated in the TDS and will consist of:
a) Maintenance Services or “Services” consisting of all interventions on the Roads
which are to be carried out by the contractor in order to achieve and keep the Road
performance stand defined by the Service Level included in Section VII,
Specifications for Works and Services of this tendering document, and all activities
related to the management and evaluation of the road network under contract;
b) Rehabilitation Works, when requested in the TDS for the sections of the Road(s)
indicated in the TDS, consisting of specific types of civil works described in the
Specifications;
c) Improvement Works, when requested in the TDS, consisting of a set of specific
interventions indicated in the Specifications to add new characteristics to the Roads
in response to existing or new traffic and safety or other considerations;
d) Works consisting of activities needed to reinstate the Roads and reconstruct their
structure or their right of way which has been damaged as a result of natural
phenomena with imponderable consequences, such as strong storms, flooding, and
earthquakes.
2. Interpretations
The term “in writing” means communicated in written form (e.g. by mail, e-mail, and
fax, including if specified in the TDS, distributed or received through electronic-
procurement system used by the Procuring Entity) with proof of receipt;
if the context so requires, “singular” means “plural' and vice versa; and “Day” means
calendar day, unless otherwise specified as a “Business Day.” A Business Day is any day
that is a working day of the Procuring Entity. It excludes the Procuring Entity's official
public holidays.
3.1 The Procuring Entity requires compliance with the provisions of the Public Procurement and
Asset Disposal Act, 2015, Section 62 “Declaration not to engage in corruption”. The tender
submitted by a person shall include a declaration that the person shall not engage in any
corrupt or fraudulent practice and a declaration that the person or his or her sub-contractors
are not debarred from participating in public procurement proceedings.
3.2 The Procuring Entity requires compliance with the provisions of the Competition Act
2010, regarding collusive practices in contracting. Any tenderer found to have engaged in
collusive conduct shall be disqualified and criminal and/or civil sanctions may be
imposed. To this effect, Tenders shall be required to complete and sign the “Certificate of
Independent Tender Determination” annexed to the Form of Tender.
4.1 A Tenderer may be a firm that is a private entity, a state-owned enterprise or institution
subject to ITT 4.6 or any combination of such entities in the form of a joint venture (JV)
under an existing agreement or with the intent to enter into such an agreement supported
by a Form of intent. In the case of a joint venture, all members shall be jointly and
severally liable for the execution of the entire Contract in accordance with the Contract
terms. The JV shall nominate a Representative who shall have the authority to conduct all
business for and on behalf of any and all the members of the JV during the Tendering
process and, in the event the JV is awarded the Contract, during contract execution.
Members of a joint venture may not also make an individual tender, be a subcontractor in
a separate tender or be part of another joint venture for the purposes of the same Tender.
The maximum number of JV members shall be specified in the TDS.
4.2 Public Officers of the Procuring Entity, their Spouses, Child, Parent, Brothers or Sister.
Child, Parent, Brother or Sister of a Spouse, their business associates or agents and
firms/organizations in which they have a substantial or controlling interest shall not be
eligible to tender or be awarded a contract. Public Officers with such relatives are also
not allowed to participate in any procurement proceedings.
4.3 A Tenderer shall not have a conflict of interest. Any Tenderer found to have a conflict of
interest shall be disqualified. A Tenderer may be considered to have a conflict of interest
for the purpose of this Tendering process, if the Tenderer:
a) Directly or indirectly controls, is controlled by or is under common control with another
Tenderer; or
b) Receives or has received any direct or indirect subsidy from another Tenderer; or
c) Has the same legal representative as another Tenderer; or
d) Has a relationship with another Tenderer, directly or through common third parties,
that puts it in a position to influence the Tender of another Tenderer, or influence the
decisions of the Procuring Entity regarding this Tendering process; or
e) Or any of its affiliates participated as a consultant in the preparation of the design or
technical specifications of the works that are the subject of the Tender; or
f) Or any of its affiliates has been hired (or is proposed to be hired) by the Procuring
Entity or Procuring Entity as Engineer for the Contract implementation; or
g) would be providing goods, works, or non-consulting services resulting from or
directly related to consulting services for the preparation or implementation of the
project specified in the TDS ITT 2.1 that it provided or were provided by any
affiliate that directly or indirectly controls, is controlled by, or is under common
control with that firm; or
h) has a close business or family relationship with a professional staff of the Procuring Entity,
4.4 A firm that is a Tenderer (either individually or as a JV member) shall not participate in
more than one Tender, except for permitted alternative Tenders. This includes
participation as a subcontractor in other Tenders. Such participation shall result in the
disqualification of all Tenders in which the firm is involved. A firm that is not a Tenderer
or a JV member may participate as a subcontractor in more than one Tender.
4.5 A Tenderer may have the nationality of any country, subject to the restrictions pursuant to
ITT 4.9. A Tenderer shall be deemed to have the nationality of a country if the Tenderer is
constituted, incorporated or registered in and operates in conformity with the provisions of
the laws of that country, as evidenced by its articles of incorporation (or equivalent
documents of constitution or association) and its registration documents, as the case
maybe. This criterion also shall apply to the determination of the nationality of proposed
subcontractors or sub-consultants for any part of the Contract including related Services.
4.6 Tenderer that has been debarred from participating in public procurement shall be
ineligible to be prequalified for a tender or be awarded a contract. The list of debarred firms
and individuals is available from the website of PPRA
[email protected].
4.7 Tenderers that are state-owned enterprises or institutions in Kenya may be eligible to
compete and be awarded a Contract(s) only if they can establish that they (i) are legally
and financially autonomous (ii) operate under commercial law, and (iii) are not under
supervision of the Procuring Entity.
4.8 Tenderer shall not be under suspension from Tendering by the Procuring Entity as the
result of the operation of a Tender-Securing or Proposal-Securing Declaration.
4.9 Firms and individuals may be ineligible if so indicated in Section V and (a) as a matter of
law or official regulations, if Kenya prohibits commercial relations with that country, 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, Kenya prohibits any import of
goods or contracting of works or services from that country, or any payments to any
country, person, or entity in that country.
4.10 Foreign tenderers are required to source at least forty (40%) percent of their contract
inputs (in supplies, subcontracts and labor) from national suppliers and contractors. To
this end, a foreign tenderer shall provide in its tender documentary evidence that this
requirement is met. Foreign tenderers not meeting this criterion will be automatically
disqualified. Information required to enable the Procuring Entity determine if this
condition is met shall be provided in for this purpose is be provided in “SECTION III -
EVALUATION AND QUALIFICATION CRITERIA, Item 9”.
4.11 Pursuant to the eligibility requirements of ITT 4.10, a tender is considered a foreign
tenderer, if the tenderer is not registered in Kenya or if the tenderer is registered in Kenya
and has less than 51 percent ownership by Kenyan citizens. JVs are considered as foreign
tenderers if the individual member firms are not registered in Kenya or if are registered in
Kenya and have less than 51 percent ownership by Kenyan citizens. The JV shall not
4.12 The National Construction Authority Act of Kenya requires that all local and foreign
contractors be registered with the National Construction Authority and be issued with a
Registration Certificate before they can undertake any construction works in Kenya.
Registration for foreign contractors shall not be a condition for tender, but it shall be a
condition of contract award and signature. A selected tenderer shall be given opportunity
to register before such award and signature of contract. Application for registration with
National Construction Authority may be accessed from the website www.nca.go.ke.
4.13 The Competition Act of Kenya requires that firms wishing to tender as Joint Venture
undertakings which may prevent, distort or lessen competition in provision of services
are prohibited unless they are exempt in accordance with the provisions of Section 25 of
the Competition Act, 2010. JVs will be required to seek for exemption from the
Competition Authority. Exemption shall not be a condition for tender, but it shall be a
condition of contract award and signature. A JV tenderer shall be given opportunity to
seek such exemption as a condition of award and signature of contract. Application for
exemption from the Competition Authority of Kenya may be accessed from the
websitewww.cak.go.ke
4.14 A Tenderer may be considered ineligible if he/she offers goods, works and production
processes with characteristics that have been declared by the relevant national
environmental protection agency or by other competent authority as harmful to human
beings and to the environment shall not be eligible for procurement.
4.15 A Kenyan tenderer shall provide evidence of having fulfilled his/her tax obligations by
producing a valid tax compliance or tax exemption certificate issued by the Kenya
Revenue Authority.
5.1 The materials, equipment and services to be supplied under the Contract may have their
origin in any eligible country and all expenditures under the Contract will be limited to
such materials, equipment, and services. At the Procuring Entity's request, Tenderers may
be required to provide evidence of the origin of materials, equipment and services.
5.2 For purposes of ITT 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 is substantially different in its basic characteristics or in purpose or utility from
its components.
6.1 The tendering document consists of Parts 1, 2, and 3, which include all the Sections indicated
below, and should be read in conjunction with any Addenda issued in accordance with ITT 10.
6.2 The Invitation to Tender (ITT) or the notice to the prequalified Tenderers issued by the
Procuring Entity is not part of the tendering document.
6.3 Unless obtained directly from the Procuring Entity, the Procuring Entity is not responsible for
the completeness of the tendering document, responses to requests for clarification, the
minutes of the pre-Tender meeting (if any), or Addenda to the tendering document in
accordance with ITT 10. In case of any contradiction, documents obtained directly from the
Procuring Entity shall prevail.
6.4 The Tenderer is expected to examine all instructions, forms, terms, and specifications in the
tendering document and to furnish with its Tender all information and documentation as is
required by the tendering document.
7 Site Visit
7.1 The Tenderer, at the Tenderer's own responsibility and risk, is encouraged to visit and examine
the site of the works and its surroundings and obtain all information that may be necessary for
preparing the Tender and entering into a contract for the Services. The costs of visiting the
Site shall be at the Tenderer's own expense.
8.1 The Procuring Entity shall specify in the TDS if a pre-tender conference will be held, when
and where. The Procuring Entity shall also specify in the TDS if a pre-arranged pretender visit
of the site of the works will be held and when. The Tenderer's designated representative is
invited to attend a pre-arranged pretender visit of the site of the works. The purpose of the
meeting will be to clarify issues and to answer questions on any matter that may be raised at
that stage.
8.2 The Tenderer is requested to submit any questions in writing, to reach the Procuring Entity not
later than the period specified in the TDS before the meeting.
8.3 Minutes of the pre-Tender meeting and the pre-arranged pretender visit of the site of the
works, if applicable, including the text of the questions asked by Tenderers and the responses
given, together with any responses prepared after the meeting, will be transmitted promptly to
all Tenderers who have acquired the Tender Documents in accordance with ITT 6.3. Minutes
shall not identify the source of the questions asked.
9.1 A Tenderer requiring any clarification of the Tender Document shall contact the Procuring
Entity in writing at the Procuring Entity's address specified in the TDS or raise its enquiries
during the pre-Tender meeting and the pre-arranged pretender visit of the site of the works if
provided for in accordance with ITT 8.4. The Procuring Entity will respond in writing to any
request for clarification, provided that such request is received no later than the period
specified in the TDS prior to the deadline for submission of tenders. The Procuring Entity
shall forward copies of its response to all tenderers who have acquired the Tender Documents
in accordance with ITT 6.3, including a description of the inquiry but without identifying its
source. If so specified in the TDS, the Procuring Entity shall also promptly publish its
response at the web page identified in the TDS. Should the clarification result in changes to
the essential elements of the Tender Documents, the Procuring Entity shall amend the Tender
Documents appropriately following the procedure under ITT 10.
10.1 At any time prior to the deadline for submission of Tenders, the Procuring Entity may amend
the Tendering document by issuing addenda.
10.2 Any addendum issued shall be part of the tendering document and shall be communicated in
writing to all who have obtained the tendering document from the Procuring Entity in
accordance with ITT 6.3. The Procuring Entity shall also promptly publish the addendum on
the Procuring Entity's website in accordance with ITT 8.4.
10.3 To give prospective Tenderers reasonable time in which to take an addendum into account in
preparing their Tenders, the Procuring Entity shall extend, as necessary, the deadline for
submission of Tenders, in accordance with ITT 24.2 below.
C. Preparation of Tenders
11 Cost of Tendering
11.1 The Tenderer shall bear all costs associated with the preparation and submission of its Tender,
and the Procuring Entity shall not be responsible or liable for those costs, regardless of the
conduct or outcome of the Tendering process.
12 Language of Tender
12.1 The Tender, as well as all correspondence and documents relating to the Tender exchanged by
the Tenderer and the Procuring Entity, shall be written in the English language. Supporting
documents and printed literature that are part of the Tender may be in another language
provided they are accompanied by an accurate translation of the relevant passages in the
English language, in which case, for purposes of interpretation of the Tender, such translation
shall govern.
13.3 The Tenderer shall furnish in the Form of Tender information on commissions and gratuities,
if any, paid or to be paid to agents or any other party relating to this Tender.
14.1 The Form of Tender and Schedules, including the Bills of Quantities, shall be prepared using the
relevant forms furnished in Section IV, Tendering Forms. 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. The Tenderer chronologically serialize all pages of the tender
documents submitted.
15 Alternative Tenders
15.1 Unless otherwise indicated in the TDS, alternative Tenders shall not be considered.
15.2 When alternative times for reaching the required Service Levels or for the completion of
Rehabilitation or Improvement Works are explicitly invited, a statement to that effect will be
included in the TDS, as will the method of evaluating different times for completion.
15.3 Except as provided under ITT 15.4 below, Tenderers wishing to offer technical alternatives to
the requirements of the tendering document must first price the Procuring Entity's design as
described in the tendering document and shall further provide all information necessary for a
complete evaluation of the alternative by the Procuring Entity, 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 Tenderer
with the Best Evaluated Tender conforming to the basic technical requirements shall be
considered by the Procuring Entity.
15.4 When specified in the TDS, Tenderers are permitted to submit alternative technical solutions
for specified parts of the Rehabilitation and/or Improvement Works, and such parts will be
identified in the TDS, as will the method for their evaluating, and described in Section VII,
Works and Services' Requirements.
16.1 The prices and discounts quoted by the Tenderer in the Form of Tender and in the Bills of
Quantities shall conform to the requirements specified below.
16.2 The Tenderer shall fill in rates and prices for all items of the Works and Services described in
the Bills of Quantities. Items against which no rate or price is entered by the Tenderer will not
be paid for by the Procuring Entity when executed and shall be deemed covered by the rates
16.3 The price to be quoted in the Form of Tender, in accordance with ITT 14.1, shall be the total
price of the Tender, excluding any discounts offered.
16.4 The Tenderer shall quote any discounts and the methodology for their application in the Form
of Tender, in accordance with ITT 16.1.
16.5 Unless otherwise provided in the TDS and the Contract, the rates and prices quoted by the
Tenderer are subject to adjustment during the performance of the Contract in accordance with
the provisions of the Conditions of Contract. In such a case, the Tenderer shall furnish the
indices and weightings for the price adjustment formulae in the Schedule of Adjustment Data
and the Procuring Entity may require the Tenderer to justify its proposed indices and
weightings.
16.6 If so indicated in ITT 1.1, Tenders are being invited for individual lots (contracts) or for any
combination of lots (packages). Tenderers wishing to offer any price reduction for the award
of more than one Contract shall specify in their tender the price reductions applicable to each
package, or alternatively, to individual Contracts within the package. Discounts shall be
submitted in accordance with ITT 14.4, provided the Tenders for all lots (contracts) are
submitted and opened at the same time.
16.7 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 Tenders, shall be
included in the rates and prices and the total Tender Price submitted by the Tenderer.
17.1 The currency (ies) of the Tender and the currency (ies) of payments shall be the same and
shall be as specified in the TDS.
17.2 Tenderers may be required by the Procuring Entity to justify, to the Procuring Entity's
satisfaction, their foreign currency requirements, and to substantiate that the amounts shown
in the Summary of Payment Currency Schedule, in which case a detailed breakdown of the
foreign currency requirements shall be provided by Tenderers.
18.1 The Tenderer shall furnish a technical proposal (if so required) including a statement of work
methods, equipment, personnel, schedule and any other information as stipulated in Section
IV, Tendering Forms, in sufficient detail to demonstrate the adequacy of the Tenderers'
proposal to meet the work and services' requirements and the completion time.
19.3 If a margin of preference applies as specified in accordance with ITT 36.1, domestic
Tenderers, individually or in joint ventures, applying for eligibility for domestic preference
shall supply all information required to satisfy the criteria for eligibility specified in
19.10 If a tenderer submits information pursuant to these requirements that is incomplete, inaccurate
or out-of-date, or attempts to obstruct the verification process, then the consequences ITT 19.9
will ensue unless the tenderer can show to the reasonable satisfaction of the Procuring Entity
that any such act was not material, or was due to genuine error which was not attributable to
the intentional act, negligence or recklessness of the tenderer.
20.1 Tenders shall remain valid for the period specified in the TDS. The Tender Validity period
starts from the date fixed for the Tender submission deadline (as prescribed by the Procuring
Entity in accordance with ITT 24). A Tender valid for a shorter period shall be rejected by the
20.2 In exceptional circumstances, prior to the expiration of the Tender validity period, the
Procuring Entity may request Tenderers to extend the period of validity of their Tenders. The
request and the responses shall be made in writing. If a Tender Security is requested in
accordance with ITT 21, it shall also be extended for thirty (30) days beyond the deadline of
the extended validity period. A Tenderer may refuse the request without forfeiting its Tender
Security. A Tenderer granting the request shall not be required or permitted to modify its
Tender, except as provided in ITT 26.3.
21 Tender Security
21.1 The Tenderer shall furnish as part of its Tender, either a Tender-Securing Declaration or a
Tender Security as specified in the TDS, in original form and, in the case of a Tender security,
in the amount and currency specified in the TDS.
21.1 A Tender-Securing Declaration shall use the form included in Section IV, Tendering Forms.
21.2 The Tender Security shall be a demand guarantee at the Tenderer's option, in any of the following
forms:
a cash;
i. a bank guarantee;
ii. a guarantee by an insurance company registered and licensed by the Insurance
Regulatory Authority listed by the Authority; or
iii. a guarantee issued by a financial institution approved and licensed by the Central
Bank of Kenya, from a reputable source, and an eligible country.
iv. Other forms of Security as specified in the TDS.
21.3 If the unconditional guarantee is issued by a non-bank financial institution located outside
Kenya, the issuing non-bank financial institution shall have a correspondent financial
institution located in Kenya to make it enforceable unless the Procuring Entity has agreed in
writing, prior to Tender submission, that a correspondent financial institution is not required.
In the case of a bank guarantee, the Tender Security shall be submitted either using the Tender
Security Form included in Section IV, Tendering Forms, or in another substantially similar
format approved by the Procuring Entity prior to Tender submission. The Tender Security
shall be valid for thirty (30) days beyond the original validity period of the Tender, or beyond
any period of extension if requested under ITT 24.2.
21.4 If a Tender Security or Tender-Securing Declaration is specified pursuant to ITT 21.1, any
Tender not accompanied by a substantially responsive Tender Security or Tender-Securing
Declaration shall be rejected by the Procuring Entity as non-responsive.
21.5 If a Tender Security is specified pursuant to ITT 21.1, the Tender Security of unsuccessful
Tenderers shall be returned as promptly as possible upon the successful Tenderer's signing the
Contract and furnishing the Performance Security. The Procuring Entity shall also promptly
return the tender security to the tenderers where the procurement proceedings are terminated,
all tenders were determined non responsive or a bidder declines to extend tender validity
period.
21.6 The Tender Security of the successful Tenderer shall be returned as promptly as possible once
the successful Tenderer has signed the Contract and furnished the required Performance
Security.
21.7 The Tender Security may be forfeited or the Tender-Securing Declaration executed:
a if a Tenderer withdraws its Tender during the period of Tender validity specified by the
Tenderer on the Form of Tender or any extension thereto provided by the Tenderer; or
21.8 Where tender securing declaration is executed, the Procuring Entity shall recommend to the
PPRA that PPRA debars the Tenderer from participating in public procurement as provided in
the law.
21.9 The Tender Security or the Tender Securing Declaration of a JV shall be in the name of the JV
that submits the Tender. If the JV has not been legally constituted at the time of Tendering, the
Tender Security or the Tender- Securing Declaration shall be in the names of all future
members as named in the Form of intent referred to in ITT 4.1 and ITT 13.2.
22.1 The Tenderer shall prepare one original of the documents comprising the Tender as described
in ITT 13and clearly mark it “ORIGINAL.” Alternative Tenders, if permitted in accordance
with ITT 15, shall be clearly marked “ALTERNATIVE.” In addition, the Tenderer shall
submit copies of the Tender, in the number specified in the TDS and clearly mark them
“COPY.” In the event of any discrepancy between the original and the copies, the original
shall prevail.
22.2 Tenderers shall mark as “CONFIDENTIAL” all information in their Tenders which is
confidential to their business. This may include proprietary information, trade secrets, or
commercial or financially sensitive information.
22.3 The original and all copies of the Tender shall be typed or written in indelible ink and shall be
signed by a person duly authorized to sign on behalf of the Tenderer. This authorization shall
consist of a written confirmation as specified in the TDS and shall be attached to the Tender.
The name and position held by each person signing the authorization must be typed or printed
below the signature. All pages of the Tender where entries or amendments have been made
shall be signed or initialed by the person signing the Tender.
22.4 In case the Tenderer is a JV, the Tender shall be signed by an authorized representative of the
JV on behalf of the JV, and so as to be legally binding on all the members as evidenced by a
power of attorney signed by their legally authorized representatives.
22.5 Any inter-lineation, erasures, or overwriting shall be valid only if they are signed or initialed
by the person signing the Tender.
23.1 Depending on the sizes or quantities or weight of the tender documents, a tenderer may use an
envelope, package or container. The Tenderer shall deliver the Tender in a single sealed
envelope, or in a single sealed package, or in a single sealed container bearing the name and
Reference number of the Tender, addressed to the Procuring Entity and a warning not to open
before the time and date for Tender opening date. Within the single envelope, package or
container, the Tenderer shall place the following separate, sealed envelopes:
a. in an envelope or package or container marked “ORIGINAL”, all documents comprising
the Tender, as described in ITT 13; and
b. in an envelope or package or container marked “COPIES”, all required copies of the Tender;
and
c. if alternative Tenders are permitted in accordance with ITT 15, and if relevant:
i. in an envelope or package or container marked “ORIGINAL - ALTERNATIVE
23.4 If all envelopes are not sealed and marked as required, the Procuring Entity will assume no
responsibility for the misplacement or premature opening of the Tender. Tenders that are
misplaced or opened prematurely will not be accepted.
24.1 Tenders must be received by the Procuring Entity at the address and no later than the date and
time indicated in the TDS. When so specified in the TDS, Tenderers shall have the option of
submitting their Tenders electronically. Tenderers submitting Tenders electronically shall
follow the electronic Tender submission procedures specified in the TDS.
21.2 The Procuring Entity may, at its discretion, extend the deadline for the submission of Tenders
by amending the tendering document in accordance with ITT 10, in which case all rights and
obligations of the Procuring Entity and Tenderers previously subject to the deadline shall
thereafter be subject to the deadline as extended.
25 Late Tenders
25.1 The Procuring Entity shall not consider any Tender that arrives after the deadline for
submission of Tenders, in accordance with ITT 22. Any Tender received by the Procuring
Entity after the deadline for submission of Tenders shall be declared late, rejected, and
returned unopened to the Tenderer.
26.1 A Tenderer may withdraw, substitute, or modify its Tender 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 ITT 20.3, (except that withdrawal notices do not
require copies). The corresponding substitution or modification of the Tender must accompany
the respective written notice. All notices must be:
a prepared and submitted in accordance with ITT 20 and ITT 21 (except that withdrawals
notices do not require copies), and in addition, the respective envelopes shall be clearly
marked “WITHDRAWAL,” “SUBSTITUTION,” “MODIFICATION; “and
b received by the Procuring Entity prior to the deadline prescribed for submission of
Tenders, in accordance with ITT 22.
26.2 Tenders requested to be withdrawn in accordance with ITT 24.1 shall be returned unopened to the
Tenderers.
27 Tender Opening
27.1 Except in the cases specified in ITT 23 and ITT 24.2, the Procuring Entity shall publicly open
and read out in accordance with this ITT all Tenders received by the deadline, at the date, time
and place specified in the TDS, in the presence of Tenderers' designated representatives and
anyone who chooses to attend. Any specific electronic Tender opening procedures required if
electronic tendering is permitted in accordance with ITT 22.1, shall be as specified in the
TDS.
27.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelope
with the corresponding Tender shall not be opened, but returned to the Tenderer. No Tender
withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid
authorization to request the withdrawal and is read out at Tender opening.
27.3 Next, envelopes marked “SUBSTITUTION” shall be opened and read out and exchanged
with the corresponding Tender being substituted, and the substituted Tender shall not be
opened, but returned to the Tenderer. No Tender substitution shall be permitted unless the
corresponding substitution notice contains a valid authorization to request the substitution and
is read out at Tender opening.
27.4 Next, Envelopes marked “MODIFICATION” shall be opened and read out with the
corresponding Tender. No Tender modification shall be permitted unless the corresponding
modification notice contains a valid authorization to request the modification and is read out at
Tender opening.
27.5 Next, all remaining envelopes shall be opened one at a time, reading out: the name of the
Tenderer and whether there is a modification; the total Tender Price, per lot (contract) if
applicable, including any discounts and alternative Tenders; the presence or absence of a
Tender Security, if required; and any other details as the Procuring Entity may consider
appropriate.
27.6 Only Tenders, alternative Tenders and discounts that are opened and read out at Tender
opening shall be considered further. The Form of Tender and the Bill of Quantities are to be
initialed by representatives of the Procuring Entity attending Tender opening in the manner
specified in the TDS.
27.7 The Procuring Entity shall neither discuss the merits of any Tender nor reject any Tender
(except for late Tenders, in accordance with ITT 23.1).
27.8 The Procuring Entity shall prepare a record of the Tender opening that shall include, as a minimum:
i. The name of the Tenderer and whether there is a withdrawal, substitution, or modification;
ii. The Tender Price, per lot (contract) if applicable, including any discounts;
iii. Any alternative Tenders;
iv. The presence or absence of a Tender Security, if one was required.
v. Number of pages of each tender document submitted
27.9 The Tenderers' representatives who are present shall be requested to sign the record. The
omission of a Tenderer's signature on the record shall not invalidate the contents and effect of
the record. A copy of the record shall be distributed to all Tenderers. A copy of the tender
opening register shall be issued to a Tenderer upon request
28 Confidentiality
29.0 Information relating to the evaluation of Tenders and recommendation of contract award shall
not be disclosed to Tenderers or any other persons not officially concerned with such process
until information on Intention to Award the Contract is transmitted to all Tenderers in
accordance with ITT 43.
29.1 Any effort by a Tenderer to influence the Procuring Entity in the evaluation of the Tenders or
Contract award decisions may result in the rejection of its Tender.
29.2 Notwithstanding ITT 28.2, from the time of Tender opening to the time of Contract award, if
any Tenderer wishes to contact the Procuring Entity on any matter related to the Tendering
process, it may do so in writing.
29 Clarification of Tenders
29.1 To assist in the examination, evaluation, and comparison of the Tenders, and qualification of
the Tenderers, the Procuring Entity may, at its discretion, ask any Tenderer for a clarification
of its Tender. Any clarification submitted by a Tenderer that is not in response to a request by
the Procuring Entity shall not be considered. The Procuring Entity's request for clarification
and the response shall be in writing. No change in the prices or substance of the Tender shall
be sought, offered, or permitted, except to confirm the correction of arithmetic errors
discovered by the Procuring Entity in the evaluation of the Tenders, in accordance with ITT
33.
29.2 If a Tenderer does not provide clarifications of its Tender by the date and time set in the
Contracting Agency's request for clarification, its Tender may be rejected.
31 Determination of Responsiveness
31.2 A substantially responsive Tender is one that meets the requirements of the tendering
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, in consistent with the tendering document, the
Procuring Entity's rights or the Tenderer's obligations under the proposed Contract;
or
b. if rectified, would unfairly affect the competitive position of other Tenderers presenting
substantially responsive Tenders.
31.3 The Procuring Entity shall examine the technical aspects of the Tender submitted in
31.4 If a Tender is not substantially responsive to the requirements of the tendering document, it
shall be rejected by the Procuring Entity and may not subsequently be made responsive by
correction of the material deviation, reservation, or omission.
32 Non-material non-conformities
32.1 Provided that a Tender is substantially responsive, the Procuring Entity may waive any non-
conformities in the Tender.
32.2 Provided that a Tender is substantially responsive, the Procuring Entity may request that the
Tenderer submit the necessary information or documentation, within a reasonable period of
time, to rectify nonmaterial non- conformities in the Tender related to documentation
requirements. Requesting information or documentation on such non-conformities shall not be
related to any aspect of the price of the Tender. Failure of the Tenderer to comply with the
request may result in the rejection of its Tender.
32.3 Provided that a Tender is substantially responsive, the Procuring Entity shall rectify
nonmaterial non- conformities related to the Tender Price. To this effect, the Tender Price shall
be adjusted, for comparison purposes only, to reflect the price of a missing or non-conforming
item or component in the manner specified in the TDS.
33.1 The tender sum as submitted and read out during the tender opening shall be absolute and final
and shall not be the subject of correction, adjustment or amendment in anyway by any person
or entity.
33.2 Provided that the Tender is substantially responsive, the Procuring Entity shall handle errors
on the following basis:
a Any error detected if considered a major deviation that affects the substance of the tender,
shall lead to disqualification of the tender as non-responsive.
b Any errors in the submitted tender arising from a miscalculation of unit price, quantity,
subtotal and total bid price shall be considered as a major deviation that affects the
substance of the tender and shall lead to disqualification of the tender as non-responsive.
and
c If there is a discrepancy between words and figures, the amount in words shall prevail
33.3 Tenderers shall be notified of any error detected in their bid during the notification of award.
34.1 For evaluation and comparison purposes, the currency(ies) of the Tender shall be converted
into a single currency which is Kenya Shillings. The source of the exchange rates shall be the
Central Bank of Kenya.
35 Nominated Subcontractors
35.1 Unless otherwise stated in the TDS, the Procuring Entity does not intend to execute any
specific elements of the Works by subcontractors selected/nominated by the Procuring Entity.
In case the Procuring Entity nominates a subcontractor, the subcontract agreement shall be
signed by the Subcontractor and the Procuring Entity. The main contract shall specify the
working arrangements between the main contractor and the nominated subcontractor.
36.1 A margin of preference on local contractors may be allowed only when the contract is open to
international competitive tendering where foreign contractors are expected to participate in the
tendering process and where the contract exceeds the value/threshold specified in the
Regulations.
36.2 A margin of preference shall not be allowed unless it is specified so in the TDS.
36.3 Contracts procured on basis of international competitive tendering shall not be subject to
reservations exclusive to specific groups as provided in ITT 36.5.
36.4 An individual firm is considered a Kenyan tenderer for purposes of the margin of preference if
it is registered in Kenya, has more than 51 percent ownership by nationals of Kenya, and if it
does not subcontract more than 10 percent of the contract price, excluding provisional sums,
to foreign contractors. JVs are considered as Kenyan Tenderer and eligible for domestic
preference only if the individual member firms are registered in Kenya or have more than 51
percent ownership by nationals of Kenya, and the JV shall be registered in Kenya. The JV
shall not subcontract more than 10 percent of the contract price, excluding provisional sums,
to foreign firms.
36.5 Where it is intended to reserve a contract to a specific group of businesses (these groups are
Small and Medium Enterprises, Women Enterprises, Youth Enterprises and Enterprises of
persons living with disability, as the case may be), and who are appropriately registered as
such by a competent authority, a procuring entity shall ensure that the invitation to tender
specifically indicates that only businesses or firms belonging to the specified group are eligible
to tender. No tender shall be reserved to more than one group. If not so stated in the Invitation
to Tender and in the Tender documents, the invitation to tender will be open to all interested
tenderers.
37 Evaluation of Tenders
37.1 The Procuring Entity shall use the criteria and methodologies listed in this ITT and Section
III, Evaluation and Qualification Criteria. No other evaluation criteria or methodologies shall
be permitted. By applying the criteria and methodologies the Procuring Entity shall determine
the Best Evaluated Tender in accordance with ITT 39.
37.2 To evaluate a Tender, the Procuring Entity shall consider the following:
a Price adjustment due to discounts offered in accordance with ITT 16.4;
b Price adjustment due to quantifiable non-material non-conformities in accordance with ITT 32.3;
c converting the amount resulting from applying (a) and (b) above, if relevant, to a single
currency in accordance with ITT 34; and
d any additional evaluation factors specified in the TDS and Section III, Evaluation and
Qualification Criteria.
37.3 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 considered in tender evaluation.
37.5 The price of the Rehabilitation and Improvement Works included in each Tender shall not be
higher than the threshold indicated in the TDS. If the Tenderer estimates that its costs for the
Rehabilitation and Improvement Works are higher than the threshold indicated in the TDS, it
shall include the portion above the threshold in its price for the Maintenance Services. If the
Tender price in the Best Evaluated Tender is above the threshold indicated in the TDS for the
Rehabilitation and Improvement Works, the Procuring Entity may reject the Tender.
38 Comparison of Tenders
38.1 The Procuring Entity shall compare the evaluated costs of all substantially responsive Tenders
in accordance with ITT 34.2 to determine the Tender that has the lowest evaluated cost.
38.2 After application of the criteria established in ITT 37.1 to ITT 37.5, the Evaluated Tender
Price for comparison of Tenders will be:
a The lump-sum price offered by the Tenderer for the Maintenance Services; plus
b The lump-sum price offered by the Tenderer for the Rehabilitation Works, if the tendering
document requires prices for this type of works; plus
c the total price of the priced Bill of Quantities for the Improvement Works, if the tendering
document requires prices for this type of works; plus
d the total price of the priced Bill of Quantities for the Emergency Works.
39.1 An Abnormally Low Tender is one where the Tender price, in combination with other
constituent elements of the Tender, appears unreasonably low to the extent that the Tender
price raises material concerns as to the capability of the Tenderer to perform the Contract for
the offered Tender price.
39.2 In the event of identification of a potentially Abnormally Low Tender, the Procuring Entity
shall seek written clarifications from the Tenderer, including detailed price analyses of its
Tender price in relation to the subject matter of the contract, scope, proposed methodology,
schedule, allocation of risks and responsibilities and any other requirements of the tendering
document.
39.3 After evaluation of the price analyses, in the event that the Procuring Entity determines that
the Tenderer has failed to demonstrate its capability to perform the Contract for the offered
Tender Price, the Procuring Entity shall reject the Tender.
40.1 An abnormally high price is one where the tender price, in combination with other constituent
elements of the Tender, appears unreasonably too high to the extent that the Procuring Entity
is concerned that it (the Procuring Entity) may not be getting value for money or it may be
paying too high a price for the contract compared with market prices or that genuine
competition between Tenderers is compromised.
40.2 In case of an abnormally high tender price, the Procuring Entity shall make a survey of the
market prices, check if the estimated cost of the contract is correct and review the Tender
Documents to check if the specifications, scope of work and conditions of contract are
contributory to the abnormally high tenders. The Procuring Entity may also seek written
clarification from the tenderer on the reason for the high tender price. The Procuring Entity
shall proceed as follows:
40.3 If the Procuring Entity determines that the Tender Price is abnormally too high because
genuine competition between tenderers is compromised (often due to collusion, corruption or
other manipulations), the Procuring Entity shall reject all Tenders and shall institute or cause
competent Government Agencies to institute an investigation on the cause of the compromise,
before retendering.
41.1 If the Tender that is evaluated as the lowest evaluated cost is, in the Procuring Entity's
opinion, seriously unbalanced or front loaded the Procuring Entity may require the Tenderer
to provide written clarifications. Clarifications may include detailed price analyses to
demonstrate the consistency of the Tender prices with the scope of works, proposed
methodology, schedule and any other requirements of the tendering document.
41.2 After the evaluation of the information and detailed price analyses presented by the Tenderer,
the Procuring Entity may as appropriate:
a) Accept the Tender; or
b) Require that the amount of the Performance Security be increased at the expense of the
Tenderer to a level not exceeding 20% of the Contract price; or
c) Reject the Tender.
42.1 The Procuring Entity shall determine to its satisfaction whether the Tenderer that is selected as
having submitted the lowest evaluated cost and substantially responsive Tender meets the
qualifying criteria specified in Section III, Evaluation and Qualification Criteria or, if
prequalification has taken place, continues to be eligible and continues to meet the qualifying
criteria.
42.2 The determination shall be based upon an examination of the documentary evidence of the
Tenderer's qualifications submitted by the Tenderer, pursuant to ITT 19.2. The determination
shall not take into consideration the qualifications of other firms such as the Tenderer's
subsidiaries, parent entities, affiliates, subcontractors (other than Specialized Subcontractors,
if permitted in TDS when prequalification has not taken place) or any other firm(s) different
from the Tenderer.
42.3 An affirmative determination shall be a prerequisite for award of the Contract to the Tenderer.
A negative determination shall result in disqualification of the Tender, in which event the
Procuring Entity shall proceed to the next lowest evaluated Tender to make a similar
determination of that Tenderer's qualifications to perform satisfactorily.
43.1 Having compared the evaluated costs of Tenders, the Procuring Entity shall determine the
Best Evaluated Tender. The Best Evaluated Tender is the Tender of the Tenderer that meets the
Qualification Criteria and whose Tender has been determined to be:
a) Most responsive to the tendering document; and
b) The lowest evaluated cost.
44.1 The Procuring Entity reserves the right to accept or reject any Tender, and to annul the
Tendering process and reject all Tenders at any time prior to contract award, without thereby
incurring any liability to Tenderers. In case of annulment, all Tenderers shall be notified with
reasons and all Tenders submitted and specifically, Tender securities, shall be promptly
returned to the Tenderers.
45.1 Upon award of the contract and prior to the expiry of the Tender Validity Period the Procuring
Entity shall issue a Notification of Intention to Enter into a Contract/Notification of award to
all tenderers which shall contain, at a minimum, the following information:
a) The name and address of the Tenderer submitting the successful tender;
b) The Contract price of the successful tender;
c) A statement of the reason(s) the tender of the unsuccessful tenderer to whom the letter is
addressed was unsuccessful, unless the price information in © above already reveals the
reason;
d) The expiry date of the Standstill Period; and
e) Instructions on how to request a debriefing and/or submit a complaint during the standstill
period;
46 Standstill Period
46.1 The Contract shall not be signed earlier than the expiry of a Standstill Period of 14 days to
allow any dissatisfied tender to launch a complaint. Where only one Tender is submitted, the
Standstill Period shall not apply. Where only one Tender is submitted, the Standstill Period
shall not apply.
46.2 Where a Standstill Period applies, it shall commence only when the Procuring Entity has
transmitted to each Tenderer the Notification of Intention to Enter into a Contract with the
successful Tenderer.
47 Debriefing by the Procuring Entity
47.1 On receipt of the Procuring Entity's Notification of Intention to Enter into a Contract referred
to in ITT 43, an unsuccessful tenderer may make a written request to the Procuring Entity for
a debriefing on specific issues or concerns regarding their tender. The Procuring Entity shall
provide the debriefing within five days of receipt of the request.
47.2 Debriefings of unsuccessful Tenderers may be done in writing or verbally. The Tenderer shall
bear its own costs of attending such a debriefing meeting.
48 Negotiations
48.1 Before signature of contract, the procuring Entity may conduct negotiations with the best
evaluated tenderer. The negotiations will be held at the date and address indicated in the TDS
with the Tender's Representatives who must have written power of attorney to negotiate a
Contract on behalf of the Tenderer.
48.2 The Procuring Entity shall prepare minutes of negotiations that are signed by the Procuring
Entity and the Tender's authorized representative.
48.3 The negotiations include discussions of the Schedule of Requirements, the proposed
48.4 The financial negotiations include the clarification of the tax liability in Kenya and how it
should be reflected in the Contract. If the selection method included cost as a factor in the
evaluation, the total price stated in the Financial Proposal for a Lump-Sum contract shall not
be negotiated. The Procuring Entity may ask for clarifications and, if the costs are very high,
ask to change the rates.
48.5 The negotiations are concluded with a review of the finalized draft Contract, which then shall
be initialed by the Procuring Entity and the Tender's authorized representative. If the
negotiations fail, the Procuring Entity shall inform the Tender in writing of all pending issues
and disagreements and provide a final opportunity to the Tenderer to respond. If disagreement
persists, the Procuring Entity shall terminate the negotiations informing the Tenderer of the
reasons for doing so. The Procuring Entity will invite the next-ranked Tenderer to negotiate a
Contract. Once the Procuring Entity commences negotiations with the next-ranked Tenderer,
the Procuring Entity shall not reopen the earlier negotiations.
49 Letter of Award
49.1 Prior to the expiry of the Tender Validity Period and upon expiry of the Standstill Period
specified in ITT 44.1, upon addressing a complaint that has been filed within the Standstill
Period, the Procuring Entity shall transmit the Letter of Award to the successful Tenderer. The
letter of award shall request the successful tenderer to furnish the Performance Security within
21 days of the date of the letter.
50 Signing of Contract
50.1 Upon the expiry of the fourteen days of the Notification of Intention to enter into contract and
upon the parties meeting their respective statutory requirements, the Procuring Entity shall
send the successful Tenderer the Contract Agreement.
50.2 Within fourteen (14) days of receipt of the Contract Agreement, the successful Tenderer shall
sign, date, and return it to the Procuring Entity.
50.3 The written contract shall be entered into within the period specified in the notification of
award and before expiry of the tender validity period
51 Performance Security
51.1 Within twenty-one (21) days of the receipt of the Letter of Award from the Procuring Entity,
the successful Tenderer shall furnish the Performance Security and if required in the TDS,
using for that purpose the Performance Security Forms included in Section VIII, Contract
Forms, or another form acceptable to the Procuring Entity. If the Performance Security
furnished by the successful Tenderer is in the form of a bond, it shall be issued by a bonding
or insurance company that has been verified by the successful Tenderer to be acceptable to the
Procuring Entity. A foreign institution providing a bond shall have a correspondent financial
institution located in Kenya, unless the Procuring Entity has agreed in writing that a
correspondent financial institution is not required.
51.2 Failure of the successful Tenderer to submit the above-mentioned Performance Security or
sign the Contract shall constitute sufficient grounds for the annulment of the award and
forfeiture of the Tender Security. In that event the Procuring Entity may award the Contract to
the Tenderer offering the next Best Evaluated Tender.
53.1 The procedures for making a Procurement-related Complaint are as specified in the TDS.
The following specific data for the Works and Services to be procured shall complement,
supplement, or amend the provisions in the Instructions to Tenderers (ITT). Whenever there is a
conflict, the provisions herein shall prevail over those in ITT.
A. General
The reference number of the Invitation to Tender is:KeNHA/R4/312/2023
The Procuring Entity is: Kenya National Highways Authority (KeNHA)
The name of the ITT is:Not Applicable
The number and identification of lots (contracts) comprising this ITT T is:
Not Applicable
The Roads are: 1. KCC (Sotik)-Ndanai-Gorgor (B133) Road
ITT4.11 The Tenderer will require to register with whose contact addressed are:
Not Applicable
ITT 8.2 The Tenderer will submit any questions in writing, to reach the Procuring Entity
ITT 8.4 The Procuring Entity's website where Minutes of the pre-Tender meeting and
the pre-arranged pretender will be published is www.kenha.co.ke_
C. Preparation of Tenders
ITP 13.1 (h) The Tenderer shall submit the following additional documents in its
Tender: As indicated in the Qualification Criteria
ITT 15 [The following provision should be included and the required corresponding
information inserted only if alternative Tenders will be considered. Otherwise
omit.}
Alternative Tenders shall not be permitted.
ITT 15.2 Alternative times for reaching the required Service Levels and for the
completion of the Rehabilitation and/or Improvement Works will not be
permitted.
ITT 15.4 Alternative technical solutions for the Rehabilitation and/or Improvement
Works shall be permitted for the following parts of the Works: Not Applicable
ITT 16.5 The Tenderer is required to furnish the indices and weightings for the price
adjustment formulae in the Schedule of Adjustment Data.
ITT 17.1 The currency(ies) of the Tender and the payment currency(ies) shall be in
Kenya Shillings
ITT 20.1 The Tender validity period shall be 140days from the specified date of
opening as indicated in the invitation to Tender
ITT 32.3 (a) The Tender price shall be adjusted by the following factor(s): Not Applicable
[The local currency portion of the Contract price shall be adjusted by a
factor reflecting local inflation during the period of extension, and the
foreign currency portion of the Contract price shall be adjusted by a factor
reflecting the international inflation (in the country of the foreign currency)
during the period of extension.]
ITT 21.1 A Tender Security of the amount specified in the Appendix to form of Bid
shall be required.
ITT 21.7 [The following provision should be included and the required corresponding
information inserted only if a Tender Security is not required under provision ITT
21.7 and the Procuring Entity wishes to declare the Tenderer ineligible for a period
of time should the Tenderer perform any of the actions mentioned in provision ITT
ITT 22.3 The written confirmation of authorization to sign on behalf of the Tenderer
shall consist of: _ Certificate of Independent Tender Determination Part B of
Form of Tender
ITT 27.1 The Tender opening shall take place at: As indicated in the invitation to Tender
ITT 27.6 The Form of Tender and summary page of the priced Bills of Quantities
shall be initialled by representatives of the Procuring Entity attending
Tender opening.
If initialization is required, it shall be conducted as follows:
• By all members of the Tender opening committee
• Form of Bid and Summary page of the BOQs
ITT 35.1 The Procuring Entity does not intend to execute any specific elements
of the Works by subcontractors selected/nominated by the Procuring
Entity.
ITT 35.2 The maximum volume of works that can be subcontracted is 40% of the total
contract price.
ITT 35.3 The sub contractor's qualifications shall not be used by the Tenderer to
qualify for the Works.
ITT 36.2 A margin of domestic preference shall apply. [If a margin of preference
applies, the application methodology shall be defined in the Evaluation
and Qualification Criteria]
ITT 37.5 The combined price for the Rehabilitation and Improvement Works may
not exceed the following threshold:
NOT APPLICABLE %of the total contract price excluding provisional
sums
ITT 39 Abnormally low Tenders shall be treated as per the procedure outlined in
Section IV, Evaluation and Qualification Criteria
ITT 40 Abnormally high Tenders shall be treated as per the procedure outlined in
Section IV, Evaluation and Qualification Criteria
ITT 41 Unbalanced or Front loaded Tenders shall be treated as per the procedure
outlined in Section IV, Evaluation and Qualification Criteria
ITT42.2 Where prequalification has not taken place, the Procuring Entity shall not
permit that specific experience for parts of the Works and Service may be
met by Specialized Subcontractors.
ITT 48.1 Contract negotiations with the best evaluated tenderer will be held at:
(Not Applicable)
ITT 53.1 The procedures for making a Procurement-related Complaint are available
from the PPRA website [email protected] or complaints @ppra.go.ke. If a
Tenderer wishes to make a Procurement-related Complaint, the Tenderer
should submit its complaint following these procedures, in writing (by the
quickest means available, that is either by hand delivery or email to:
For the attention: Director General
Procuring Entity: Kenya National Highways Authority (KeNHA)
Email address: [email protected]
In summary, a Procurement-related Complaint may challenge any of the
following:
(i) the terms of the Tender Documents; and
(ii) the Procuring Entity's decision to award the contract.
1. General Provisions
1.1 Wherever a Tenderer is required to state a monetary amount, Tenderers should indicate the
Kenya Shilling equivalent using the rate of exchange determined as follows:
a) For construction turnover or financial data required for each Year-Exchange rate
prevailing on the last day of the respective calendar year (in which the amounts for that
year is to be converted) was originally established.
b) Value of single Contract-Exchange rate prevailing on the date of the contract signature.
c) Exchange rates shall be taken from the publicly available source identified in the ITT.
Any error in determining the exchange rates in the Tender may be corrected by the
Procuring Entity.
1.2 This section contains the criteria that the Employer shall use to evaluate tender and qualify
tenderers. No other factors, methods or criteria shall be used other than specified in this
tender document. The Tenderer shall provide all the information requested in the forms
included in Section IV, Tendering Forms. The Procuring Entity should use the Standard
Tender Evaluation Document for Goods and Works for evaluating Tenders.
The Procuring Entity shall use the criteria and methodologies listed in this Section to evaluate
tenders and arrive at the Lowest Evaluated Tender. The tender that (i) meets the qualification
criteria, (ii) has been determined to be substantially responsive to the Tender Documents, and
(iii) is determined to have the Lowest Evaluated Tender price shall be selected for award of
contract.
The Procuring Entity will start by examining all tenders to ensure they meet in all respects the
eligibility criteria and other requirements in the ITT, and that the tender is complete and
meets all the requirements of “Part 2 – Works and Services 'Requirements”, including
checking for tenders with unacceptable errors, abnormally low tenders, abnormally high
tenders and tenders that are front loaded. The Standard Tender Evaluation Report Document
for Goods and Works for evaluating Tenders provides very clear guide on how to deal with
review of these requirements. Tenders that do not pass the Preliminary Examination will be
considered irresponsive and will not be considered further.
[The Procuring Entity will provide the preliminary evaluation criteria. To facilitate, a
template may be attached or clearly described all information and list of documentation to be
submitted by Tenderers to enable preliminary evaluation of the Tender]
The Procuring Entity will evaluate the Technical Proposals of all irresponsive tenders using
the following criteria, sub-criteria, and point system for the evaluation of the Technical
Proposals:
i) History of non-performance
ii) Financial capability
iii) General and specific experience
iv) Key personnel
v) Contractors Plant and Equipment
vi) Adequacy and quality of the proposed methodology, and work plan in responding to the
Total points for the five criteria: 100points. The minimum technical score (St) required to pass is:
75points.
Tenderers who score less than the required pass will be automatically disqualified. Tenderers
who pass the technical evaluation will be evaluated further.
Price evaluation: in addition to the criteria listed in ITT 35.2 (a) – (d) the following criteria shall
apply:
i) Alternative Completion Times, if permitted under ITT 13.2, will be evaluated as follows:
…………NA….......
ii) Alternative Technical Solutions for specified parts of the Works, if permitted under ITT
13.4, will be evaluated as follows:
…………………NA………………................................................................……
iii) Other Criteria; if permitted under ITT 35.2 (e): …………………….
NA.......................................................…
5. Multiple Contracts
Multiple contracts will be permitted in accordance with ITT 35.4. Tenderers are evaluated on
basis of Lots and the lowest evaluated tenderer identified for each Lot. The Procuring Entity
will select one Option of the two Options listed below for award of Contracts.
OPTION 1
i) If a tenderer wins only one Lot, the tenderer will be awarded a contract for that Lot,
provided the tenderer meets the Eligibility and Qualification Criteria for that Lot.
ii) If a tenderer wins more than one Lot, the tender will be awarded contracts for all won
Lots, provided the tenderer meets the aggregate Eligibility and Qualification Criteria for
all the Lots. The tenderer will be awarded the combination of Lots for which the tenderer
qualifies and the others will be considered for award to second lowest the tenderers.
OPTION 2
The Procuring Entity will consider all possible combinations of won Lots [contract(s)] and
determine the combinations with the lowest evaluated price. Tenders will then be awarded to
the Tenderer or Tenderers in the combinations provided the tenderer meets the aggregate
Eligibility and Qualification Criteria for all the won Lots.
The Procuring Entity shall consider Tenders offered for alternatives as specified in Part 2–
Works and Services' requirements. Only the technical alternatives, if any, of the Tenderer
with the Best Evaluated Tender conforming to the basic technical requirements shall be
considered by the Procuring Entity.
7. Margin of Preference
7.1 If the TDS so specifies, the Procuring Entity will grant a margin of preference of fifteen
percent (15%) to be loaded one valuated price of the foreign tenderers, where the percentage
of shareholding of Kenyan citizens is less than fifty-one percent (51%).
7.2 Contractors applying for such preference shall be asked to provide, as part of the data for
qualification, such information, including details of ownership, as shall be required to
determine whether, according to the classification established by the Procuring Entity, a
particular contractor or group of contractors qualifies for a margin of preference.
7.3 After Tenders have been received and reviewed by the Procuring Entity, responsive Tenders
shall be assessed to ascertain their percentage of shareholding of Kenyan citizens.
Responsive tenders shall be classified into the following groups:
i) Group A: tenders offered by Kenyan Contractors and other Tenderers where Kenyan
citizens hold shares of over fifty one percent (51%).
ii) Group B: tenders offered by foreign Contractors and other Tenderers where Kenyan
citizens hold shares of less than fifty one percent (51%).
7.4 All evaluated tenders in each group shall, as a first evaluation step, be compared to determine
the lowest tender, and the lowest evaluated tender in each group shall be further compared
with each other. If, as a result of this comparison, a tender from Group A is the lowest, it shall
be selected for the award. If a tender from Group B is the lowest, an amount equal to the
percentage indicated in Item 3.1 of the respective tender price, including unconditional
discounts and excluding provisional sums and the cost of day works, if any, shall be added to
the evaluated price offered in each tender from Group B. All tenders shall then be compared
using new prices with added prices to Group B and the lowest evaluated tender from Group
A. If the tender from Group A is still the lowest tender, it shall be selected for award. If not,
the lowest evaluated tender from Group B based on the first evaluation price shall be
selected.
a) In case the tender was subject to post-qualification, the contract shall be awarded to the
lowest evaluated tenderer, subject to confirmation of prequalification data, if so
required.
b) In case the tender was not subject to post-qualification, the tender that has been
determined to be the lowest evaluated tenderer shall be considered for contract award.
For
Procuring
Ite Document To be
Qualification Entity's Use
m Qualification Requirement Completed/provided by
Subject (Qualificatio
No. Tenderer
n met or Not
Met)
A. PRELIMINARY EVALUATION
Nationality in accordance Forms ELI - 1.1, 1.2 and 1.3,
1. Nationality
with ITT 4.10 with attachments
Goods,
To have their origin in
equipment and
any country that is not
2. services to be Forms ELI - 1.4
determined ineligible
supplied under
under ITT 5.1
the contract
Conflict of No conflicts of interest in
3. Form of Tender
Interest accordance with ITT 4.3
Not having been declared
PPRA
4. ineligible by the PPRA as Form of Tender - Form SD 1
Eligibility
described in ITT 4.6
State- owned Forms ELI - 1.1 and 1.2, with
5. Meets conditions of ITT 4.7
Enterprise attachments
Appendix to Form properly filled & Appendix to Form of Bid in the
6.
Form of Bid signed Prescribed Format
Suspension
Based on
Not under suspension
Execution of
based on-execution of a
Tender/Proposa To be confirmed from Internal
7. Tender/Proposal Securing
l Securing records by the procuring entity
Declaration pursuant to
Declaration by
ITT 4.8.
the Procuring
Entity
Tender's financial position
and prospective long-term
profitability still sound
according to criteria
Pending
8. established in 3.1 and Form CON - 1
Litigation
assuming that all pending
litigation will NOT be
resolved against the
Tenderer.
No consistent history of
court/arbitral award
Litigation
9. decisions against the Form CON - 1
History
Tenderer for the last three (3)
years.
Bidders shall declare
Declaration of
they are not guilty of
Fair
any serious violation of
10. employment Form CON - 2
fair employment laws
laws and
and practices and will be
practices
bound to abide by the
• Line of Credit
• Bank statements
Etc.
4 Marks
Qualifications Degree 2
in Civil/
HND 2
Highway
Foreman Engineering Diploma 2
Above 5 years 1
Experience
0-5 years 0
Tenderers who score less than the required pass (75%) will be automatically disqualified. Tenderers who pass
the technical evaluation will be evaluated further.
C. FINANCIAL EVALUATION:
The lowest evaluated bidder shall be subjected to Financial Evaluation which include but not limited to
sensitivity analysis of the rates to detect abnormally low bids or abnormally high bids or unbalanced
tenders or front loaded.
The Procuring Entity may undertake an analysis of bidders’ rates which are potentially lower/higher than the
known prevailing market rates. The bidders shall be required to provide objective justification including
supporting documents on derivation of their rates within stipulated time to the Procuring Entity (See Schedule
G, Part I&II on Derivation of Rates).
In addressing the above criteria, the following steps shall be undertaken by the Procuring Entity;
a. Identify: The Procuring Entity identifies a potential Abnormally Low/High Bid based on comparison
with known prevailing market rates or with the project’s total cost estimate.
b. Evaluate: The Procuring Entity fully analyzes the Bidder’s justification provided on schedule G to
verify if it is an Abnormally Low/High Bid. Due diligence may be carried out by the Procuring Entity on
the Bidder’s documentation.
c. Determination: The Procuring Entity fully documents the decision to accept or reject the Bid and
executes appropriate action(s)/recommendation(s) including but not limited to enhancement of the
performance security.
In view of the above, the procuring Entity shall evaluate and analyze the Bidders’ submissions against the
known prevailing market rates and cost estimation guidelines. The analysis of the bidder’s justification shall
take into account all evidence provided.
Accordingly, the Procuring Entity’s relevant committee shall make a recommendation to the Accounting
Officer.
D. POST QUALIFICATION: The procuring entity may verify the documents provided by the bidder with the issuing
authority.
POINT
ITEM DESCRIPTION SCORE
SCALE
HISTORY OF NON-PERFORMANCE Max 10
1
History of Non-Performance 0 or 10
FINANCIAL CAPACITY Max 10
Audited Statements 0-1
2 Computation of Financial Ratios 0-4
Working capital to be at least 10% of the Bid Price 0-4
Turnover 0-1
EXPERIENCE Max 22
General Experience 0-3
3
Specific experience in related works 0-10
Workload Analysis 0-2
KEY PERSONNEL Max 10
PBC Certificate from
KIHBIT or other recognized 1
Certification institution
Site Agent / Road Current EBK License 2
Manager Qualification in Civil/ 2
Degree
Highway Engineering
4
Above 5 years 2
Relevant experience
0-5 years 0
Degree 2
Qualifications in Civil/
HND 2
Highway Engineering
Foreman Diploma 2
Above 5 years 1
Experience
0-5 years 0
PLANT AND EQUIPMENT Max 35
Owned (Max 35marks) 0-35
5 Relevant Equipment (As Detailed
in Schedule D)
100% Leased (Max 15 marks) 0-15
Tender No.
Tender title:
I. Certificate of Incorporation and CR12 of the legal entity named above, in accordance with ITT 4.1.
In case of a JV, Form of intent to form JV or JV agreement, in accordance with ITT 4.1.
In case of a state-owned enterprise or institution, in accordance with ITT 4.7. documents establishing:
• Legal and financial autonomy
• Operation under commercial law
• Establishing that tenderer is not under the supervision of the Procuring Entity,
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership (Applicable).
Date:
Tender No.
Tender title:
Tenderer’s JV name:
JV member’s name:
Name: ________________________________
Address: _______________________________
Telephone/Fax numbers:___________________
E-mail address:___________________________
Pursuant to ITT 4.10, a foreign tenderer must complete this form to demonstrate that the tender fulfils this condition
(the 40% Rule).
Describe location of COST in K.
ITEM Description of Work Item Comments, if any
source shillings
A Local Labour
C Local materials
Pursuant to ITT 5.1, tenderers must complete this form to demonstrate that the tender fulfils this condition
6
B Equipment
C Labour
6
TOTAL COST LOCAL CONTENT
PERCENTAGE OF CONTRACT PRICE
INSTRUCTIONS TO TENDERERS
(i) The Tenderer must prepare this Form of Tender on stationery with its letterhead clearly showing the
Tenderer's complete name and business address.
(iii) Tenderer must complete and sign and TENDERER'S ELIGIBILITY- CONFIDENTIAL BUSINESS
QUESTIONNAIRE, CERTIFICATE OF INDEPENDENT TENDER DETERMINATION and the SELF
DECLARATION OF THE TENDERER, all attached to this Form of Tender.
iv) The Form of Tender shall include the following Forms duly completed and signed by the Tenderer.
FORM OF TENDER
Date of this Tender submission: [insert date (as day, month and year) of Tender
submission]
To:
a) No reservations: We have examined and have no reservations to the tendering document, including Addenda
issued in accordance with Instructions to Tenderers (ITT) ;
b) Eligibility: We meet the eligibility requirements and have no conflict of interest in accordance with ITT4;
c) Tender-Securing Declaration: We have not been suspended nor declared ineligible by the Procuring Entity
based on execution of a Tender-Securing Declaration or Proposal-Securing Declaration in Kenya in
accordance with ITT 4.8.
d) Conformity: We offer to execute in conformity with the tendering document and in accordance with the
construction or service schedule the following Works:
[Tender Number and Name]
e) Tender Price: The total price of our Tender is [name of currency] (amount in figures and words).
g) Tender Validity Period: Our Tender shall be valid for a period specified in TDS 18.1 (or as amended if
applicable) from the date fixed for the Tender submission deadline specified in TDS 22.1 (or as amended if
applicable), and it shall remain binding upon us and may be accepted at any time before the expiration of
that period;
h) Performance Security: If our Tender is accepted, we commit to obtain a Performance Security in accordance
with the tendering document;
i) One Tender per Tenderer: We are not submitting any other Tender (s) as an individual Tenderer, and we are
not participating in any other Tender(s) as a Joint Venture member or as a subcontractor, and meet the
requirements of ITT 4.4, other than alternative Tenders submitted in accordance with ITT 13;
a) Suspension and Debarment: We, along with any of our subcontractors, suppliers, consultants,
manufacturers, or service providers for any part of the contract, are not subject to, and not controlled
by any entity or individual that is subject to, a temporary suspension or a debarment imposed by the
Procuring Entity. Further, we are not ineligible under Kenya laws or official regulations or pursuant
to a decision of the United Nations Security Council;
b) State-owned enterprise or institution: [select the appropriate option and delete the other] [We are not a
state-owned enterprise or institution] / [We are a state-owned enterprise or institution but meet the
requirements of ITT 4.7];
c) Commissions, gratuities and fees: We have paid, or will pay the following commissions, gratuities, or
fees with respect to the Tendering process or execution of the Contract: [insert complete name of each
Recipient, its full address, the reason for which each commission or gratuity was paid and the amount
and currency of each such commission or gratuity].
r) We undertake to adhere by the Code of Ethics for Persons Participating in Public Procurement and Asset
Disposal, copy available from www.ppra.go.ke during the procurement process and the execution of any
resulting contract.
s) We, the Tenderer, have completed fully and signed the following Forms as part of our Tender:
a) Tenderer's Eligibility; Confidential Business Questionnaire – to establish we are not in any conflict
to interest.
b) Certificate of Independent Tender Determination – to declare that we completed the tender without
colluding with other tenderers.
t) Further, we confirm that we have read and understood the full content and scope of fraud and corruption as
informed in “Appendix 1- Fraud and Corruption” attached to the Form of Tender.
Name of the Tenderer: *[insert complete name of person signing the Tender]
Name of the person duly authorized to sign the Tender on behalf of the Tenderer: **[insert complete name of person
duly authorized to sign the Tender]
Title of the person signing the Tender: [insert complete title of the person signing the Tender] Signature
of the person named above: [insert signature of person whose name and capacity are shown above] Date
signed [insert date of signing] day of [insert month], [insert year]
Name
in the capacity of
Signed
Dated on day of ,
Instruction to Tenderer
Tender is instructed to complete the particulars required in this Form, one form for each entity if Tender is a JV.
Tenderer is further reminded that it is an offence to give false information on this Form.
a) Tenderer's details
ITEM
1 Name of Procuring Entity Kenya National Highways Authority
4 Name of Tenderer
2. City
3. Location
4. Building
5. Floor
6. Postal Address
8. Telephone Number
Citizenship
2
e) D
I
S3
C
L
OSURE OF INTEREST - Interest of the Firm in the Procuring Entity.
i) Are there any person/persons in…………………… (Name of Procuring Entity) who has/have an
interest or relationship in this firm? Yes/No………………………
f) Certification
Full Name
Title or Designation
(Signature) (Date)
I, the undersigned, in submitting the accompanying Letter of Tender to the KENYA NATIONAL HIGHWAYS
[ Tender number]
do hereby make the following statements that I certify to be true and complete in every respect:
2. I understand that the Tender will be disqualified if this Certificate is found not to be true and complete in every
respect;
3. I am the authorized representative of the Tenderer with authority to sign this Certificate, and to submit the Tender
on behalf of the Tenderer;
4. For the purposes of this Certificate and the Tender, I understand that the word “competitor” shall include any
individual or organization, other than the Tenderer, whether or not affiliated with the Tenderer, who:
a) Has been requested to submit a Tender in response to this request for tenders;
b) could potentially submit a tender in response to this request for tenders, based on their qualifications, abilities or
experience;
7. In addition, there has been no consultation, communication, agreement or arrangement with any competitor
regarding the quality, quantity, specifications or delivery particulars of the works or services to which this request
for tenders relates, except as specifically authorized by the procuring authority or as specifically disclosed
pursuant to paragraph (5) (b) above;
8. the terms of the Tender have not been, and will not be, knowingly disclosed by the Tenderer, directly or indirectly,
to any competitor, prior to the date and time of the official tender opening, or of the awarding of the Contract,
whichever comes first, unless otherwise required by law or as specifically disclosed pursuant to paragraph (5) (b)
above.
Date
[Name, title and signature of authorized agent of Tenderer and Date]
IN THE MATTER OF THE PUBLIC PROCUREMENT AND ASSET DISPOSAL ACT 2015
No......................................for...................................................................................(insert tender
2. THAT the aforesaid Bidder, its Directors and subcontractors have not been debarred from participating in
procurement proceeding under Part IV of the Act.
3. THAT what is deponed to herein above is true to the best of my knowledge, information and belief.
2. THAT the aforesaid Bidder, its servants and/or agents /subcontractors will not engage in any corrupt or
fraudulent practice and has not been requested to pay any inducement to any member of the Board,
Management, Staff and/or employees and/or agents of …………………. (insert name of the Procuring
entity) which is the procuring entity.
3. THAT the aforesaid Bidder, its servants and/or agents /subcontractors have not offered any inducement to
any member of the Board, Management, Staff and/or employees and/or agents of……………………. (name
of the procuring entity).
4. THAT the aforesaid Bidder will not engage/has not engaged in any corrosive practice with other bidders
participating in the subject tender
5. THAT what is deponed to herein above is true to the best of my knowledge information and belief.
I do hereby commit to abide by the provisions of the Code of Ethics for persons participating in Public
Procurement and Asset Disposal.
Sign...............................................................................................................................................................
Position........................................................................................................................................................
Office address...................................................................................Telephone....................................................
E-mail......................................................................................................................................................
Name of the
Firm/Company..................................................................................................................................
Date...........................................................................................................................................................
Witness Name..............................................................................................................................................
Sign.................................................................................................................................................................
Date.............................................................................................................................................................
Name…. …………………………….
P.O Box……………………………..
City/Town…………………………….
Email………………………………….
Telephone……………………………
Tenderer's Name:
Date:
JV Member's Name
Tender No.
Tender title:
Non- Performed Contracts in accordance with Section III, Evaluation and Qualification Criteria
Contract non-performance did not occur for the last three (3) years from the day of tender opening.
Contract(s) not performed for the last three (3) years from the day of tender opening
Year Non- Contract Identification Total Contract
performed Amount (Kenya
portion of Shilling equivalent)
contract
[insert year] [insert Contract Identification: [indicate complete contract [insert amount]
amount and name/number; and any other identification]
percentage] Name of Procuring Entity: [insert full name]
Address of Procuring Entity: [insert
street/city/country]
Reason(s) for nonperformance: [indicate main
reason(s)]
Pending Litigation, in accordance with Section III, Qualification Criteria and Requirements
No pending litigation in accordance with Section III, Qualification Criteria and Requirements, Sub-Factor 8.
Pending Litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor 9 as
indicated below
Year of dispute Amount in dispute Contract Identification Total Contract
(currency) Amount (Kenya
Shilling equivalent)
Contract Identification:
Name of Procuring Entity:
Address of Procuring Entity:
Matter in dispute:
Party who initiated the dispute:
Status of dispute:
Litigation History in accordance with Section III, Evaluation and Qualification Criteria
No Litigation History in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4.
Litigation History in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4 as
indicated below
Year of award Outcome as Contract Identification Total Contract
percentage of Net Amount (Kenya
Worth Shilling equivalent)
Date
To
The Director General,
Kenya National Highways Authority (KeNHA),
P.O. Box 49712-00100
NAIROBI
1. Have not been involved in and will not be involved in violation of fair employment laws and practices.
2. THAT what is declared hereinabove is true to the best of my knowledge, information and belief
[Name/s]……………………………………………………………………………………
……………………………………………………………
…………………………………………………………………………………………………
…………………………………………………………………………………………………
participated in the organized inspection visit of the site of the works for the
Signed…………………………………………………………………………………………..
(Employer’s Representative)
……………………………………………………………………………….…………………
……………………………………… …………………………………..
(Name of Employer’s Representative) (Designation)
NOTE: This form is to be completed at the time of the organized site visit.
PART 1
Tenderer's Name:
Date:
JV Member's Name
Tender No.
Tender title:
1. Financial data
Type of Financial information (Kenya Historic information for previous 3 years,
Shillings)
(Amount in Millions (KSh.)
2020 2021 2022
Specify sources of finance to meet the cash flow requirements on works currently in progress and for future
contract commitments.
No. Source of finance Amount (Kenya Shilling equivalent)
Letter of line of Credit from a recognized Financial
Institution
Bank account balance (demonstrated by bank
statements)
3. Financial documents
The Tenderer and its parties shall provide copies of financial statements for the last three (3) years pursuant
Section III, Evaluation and Qualifications Criteria, Sub-factor 3.1. The financial statements shall:
a) Reflect the financial situation of the Tenderer or in case of JV member, and not an affiliated entity
(such as parent company or group member).
b) Be independently audited or certified in accordance with local legislation.
c) Be complete, including all notes to the financial statements.
d) Correspond to accounting periods already completed and audited.
Attached are copies of financial statements for the three (3) years required above; and complying with
the requirements
Max score=4
1. Financial Ratios
Marks
Current Ratio
Current Ratio= more than 1 = 1
a. Current Assets marks
Current Liabilities
The Auditor shall be required to provide his/her workings and demonstrate the source of the workings
from the various Audited statements by including the Page Numbers and references of the source of the
figures used in the computation of the assigned values.
The Auditor undertaking the above Financial Analysis MUST duly fill the Contact Sheet below in
all aspects and attach current annual practising license.
CPA: Name
ICPAK Number
Telephone Number
Email Address
Postal Address
Physical Address
Contact Person
Mobile Contact of the
Contact Person
Signature
Date
Personal/Corporate
Stamp
Date
Personal/Corporate
Stamp
Tenderer's Name:
Date:
JV Member's Name
Tender No.
Tender title:
Annual turnover data (construction only)
Year Amount Currency Exchange Rate Kenya Shilling equivalent
[insert amount and indicate (where
currency] applicable)
2020
2021
2022
Average Annual
Construction
Turnover*
If the most recent set of financial statements is for a period earlier than 12 months from the date of Bid,
the reason for this should be justified.
Tenderers and each member to a JV should provide information on their current commitments on all
contracts that have been awarded, or for which a Form 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.
Tenderer's Name:
Date:
JV Member's Name
Tender No.
Tender title:
Amount of contract:
Name of Procuring Entity:
Address:
Contract name:
Amount of contract:
Name of Procuring Entity:
Address:
Contract name:
Amount of contract:
Name of Procuring Entity:
Address:
Tenderer's Name:
Date:
JV Member's Name
Tender No.
Tender title:
Contract Identification
Award date
Completion date
Role in Contract Prime Member in Management Sub-
Contractor JV Contractor Contractor
4. Methods/Technology
6. Other Characteristics
Tenderer's Name:
Date:
Tender No.
Tender title:
All Sub-contractors for key activities must complete the information in this form as per ITT 33.2 and Section
III, Qualification Criteria and Requirements, Sub-Factor 4.2.
Information
Contract Identification
Award date
Completion date
Role in Contact Prime Member in Management Sub-
Contractor JV Contractor Contractor
If applicable
2. Activity No. Two
3. ......................................................
SCHEDULE C. Subcontractors
Instructions on how to present the various schedules of the Technical Proposal are given on the
following pages
1) Tenderers shall tabulate below estimates, based on their preliminary work programme, of:
a) On the expenditure side, the value of the work which will be carried out;
b) On the revenue side, the net payments to which they will become entitled with due allowance
for the advance payment and repayment, materials prepayments, and retention money, but
excluding price adjustments for rise and fall and provisional sums for emergency works.
c) The projected net cash flow during the contract period.
2) The prospective successful Tenderer may be required to submit full details to substantiate his estimates.
3)
Period Cost of Maintenance Cost of Rehabilitation and Net Payment to be Net Cash flow
(Months) Services Improvement Works received
1-6
7-12
13-18
19-24
25-30
31-36
ETC
Site Organization
Tenderers shall give below full particulars of the organization they propose to establish, direct, and
administer the performance of the Contract. In particular, Tenderers shall indicate the location of site camps
and the resources they intend to allocate to Self-Control Units for planning and monitoring purposes.
i. ORGANOGRAM
SUB-CONTRACTORS / PARTNERS
Tenderers shall list below those parts of the Works and Services which they propose to subcontract, and state
the approximate value of those parts and the names and addresses of the proposed subcontractors, if those are
known at Tendering stage. Tenderers shall also list other business partners involved in the execution of the
contract and their respective roles and responsibilities.
Part of Works /
Services:
Approximate
value:
Name and address of proposed subcontractor / partner:
Part of Works /
Services:
Approximate
value:
Name and address of proposed subcontractor / partner:
Part of Works /
Services:
Approximate
value:
Name and address of proposed subcontractor / partner:
Part of Works /
Services:
Approximate
value:
Name and address of proposed subcontractor / partner:
Equipment information and current status for equipment leased from government agencies including MTF may
be omitted
Item of equipment
Equipment Name of manufacturer Model and power rating
information
Address of owner
Fax
Agreements Details of rental/ lease/ manufacture agreements specific to the project
To demonstrate a clear understanding of the requirements of the Contract, Tenderers shall provide the following:
i) A bar chart sub-divided into sections for each road showing the major activities to be carried out for
Maintenance Services, Rehabilitation Works and Improvement Works, if any. The activities shall be shown
against time, with linkages shown between related/sequential activities as far as possible and appropriate.
ii) A bar chart or schedule showing the usage of major plant, including those listed in Schedule D (Contractor's
Equipment).
Time commitment for this [insert the number of days/weeks/months that has been
position: scheduled for this position]
Time commitment for this [insert the number of days/weeks/months that has been
position: scheduled for this position]
Signature:
Summarize professional experience in reverse chronological order. Indicate particular technical and managerial
experience relevant to the project.
Project Role Duration of Relevant experience
involvement
[main project [role and [time in role] [describe the experience relevant to this
details responsibilities on the position]
project]
Declaration
I, the undersigned Key Personnel, certify that to the best of my knowledge and belief, the information contained in
this Form PER -2 correctly describes myself, my qualifications and my experience.
I confirm that I am available as certified in the following table and throughout the expected time schedule for this
position as provided in the Tender:
Commitment Details
Commitment to duration of contract: [insert period (start and end dates) for which this Key
Personnel is available to work on this contract]
Time commitment: [insert the number of days/weeks/months that this Key
Personnel will be engaged]
Signature:
Notes:
Rate build
up
a) Direct cost i) Unit work
(DC) Price 1) Material Cost
Market
Description Units Quantity Price Amount
AC Type 1 M3 1 20,900.00 20,900.00
Sub-totals of
DC 23,131.22
b) Indirect
Cost 2,313.12
c) Overheads
and Profits 6,939.37
Total Cost
Sum (a+b+c)
Forwarded to
the BoQ (16-
80-001) 32,383.71
Notes:
• Attach current (atleast 30 days before tender opening date) proof of cost of materials e.g. Proforma
Invoices/quotations.
• This form has been based on the principles of Cost Estimation Manual. The Cost Estimation Manual
can be downloaded from the following website: https://krb.go.ke/downloads
Rate build up
a) Direct cost (DC) i) Unit work Price 1) Material Cost
Market
Description Units Quantity Price Amount
Sub-totals of DC
b) Indirect Cost
c) Overheads and
Profits
Total Cost
Sum (a+b+c)
Forwarded to the BOQ
(Bill no: 15-50-002)
Rate build up
a) Direct cost (DC) i) Unit work Price 1) Material Cost
Market
Description Units Quantity Price Amount
Sub-totals of DC
b) Indirect Cost
c) Overheads and
Profits
Total Cost
Sum (a+b+c)
Forwarded to the BOQ
(Bill no. 15-60-005)
Rate build up
a) Direct cost (DC) i) Unit work Price 1) Material Cost
Market
Description Units Quantity Price Amount
Sub-totals of DC
b) Indirect Cost
c) Overheads and
Profits
Total Cost
Sum (a+b+c)
Forwarded to the BOQ
(Bill no. 15-92-001)
ENGINEERING COST
Fuel and
[The Bidder shall complete this Form in accordance with the instructions indicated]
that:
1. I/We understand that, according to your conditions, bids must be supported by a Tender-Securing Declaration.
2. I/We accept that I/we will automatically be suspended from being eligible for tendering in any contract with
the Purchaser for the period of time of two(2) years starting on ……………...[insert date of tender opening],
if we are in breach of our obligation(s) under the bid conditions, because we– (a) have withdrawn our tender
during the period of tender validity specified by us in the Tendering Data Sheet; or (b) having been notified of
the acceptance of our Bid by the Purchaser 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
instructions to tenders.
3. I/We understand that this Tender Securing Declaration shall expire if we are not the successful Tenderer(s),
upon the earlier of:
a) Our receipt of a copy of your notification of the name of the successful Tenderer; or
b) Thirty days after the expiration of our Tender.
4. I/We understand that if I am/we are/in a Joint Venture, the Tender Securing Declaration must be in the name of
the Joint Venture that submits the bid, and the Joint Venture has not been legally constituted at the time of
bidding, the Tender Securing Declaration shall be in the names of all future partners as named in the letter of
intent.
Name:………………………………………………………………………….. Duly
authorized to sign the bid for and on behalf of: [insert complete name of Tenderer]
Seal or stamp
Road Durability Drainage Side Drains. Side Drains. Mitres Drains Cut
MitresDrains Cut off off Drains
Drains (lined)
KeNHA/R4/310/2024 Issued by Kenya National Highways Authority 108
Capability Side Drains ,Mitre
Drains, Cut off Drains
(unlined)
2.1 Works
The Works are what the Contract requires the Contractor to construct, install, and turnover to the
Employer, as covered under Rehabilitation Works, Improvement Works and Emergency Works.
Rehabilitation Works are a set of measurable inputs to be executed by the Contractor during the
Initial Mobilization Period to allow the Road to achieve the performance standards required
under the contract. Rehabilitation Works shall be carried out by the Contractor in accordance with
the Bill of Quantities. Rehabilitation Works will be paid for as measured items in accordance with
the unit rates in the Bill of Quantities.
The major scope of the instructed works comprises the following but not limited to;
Improvement Works are a set of interventions to be executed by the Contractor to allow the Road
to acquire new characteristics under the contract. Improvement Works shall be carried out by the
Contractor when specifically instructed by the Engineer as set out in Clause 27 of GCC and in
accordance with the Bill of Quantities. Improvement Works will be paid for as measured items in
accordance with the unit rates in the Bill of Quantities.
Emergency Works are a set of necessary inputs to be executed by the Contractor to allow the
Road to be reinstated under the contract in case of inflicted damages as a result of natural
In the event of an emergency, the Contractor shall draw to the attention of the Engineer that
certain works need to be carried out to reinstate the carriageway and other road features to restore
the safe passage of traffic and ensure the integrity of the Road.
The Engineer, who will determine the quantities of activities to reinstate the roads, shall make the
payments according to the measured works.
All Works, Rehabilitation Works, Improvement Works and Emergency Works shall be designed
by the Employer in accordance with the latest specifications adopted by the Employer.
The Contractor is expected to come up with a methodology of complying with the Service Levels, and other
output in the performance criteria as indicated in the contract, or with any other requirements of the
contract. These include management tasks and physical works associated with the road-related assets and
items.
Performance based routine maintenance services will be paid for as a fixed lump sum per km per month,
with payment reductions made for non-compliance, if appropriate.
It is expected that the Contractor shall include in his rate the cost of bringing the road to required service
levels as stipulated in the Contract and the same shall not be paid for separately in the bills of quantities.
These works shall include but not limited;
a. Site Clearance: Light bush clearing of the extent of the Road Reserve which is approximately
60m wide and vegetation height of 150mm and 300mm within the inner zone and outer zone
respectively
b. Removal of debris, any siltation, structures, fences, illegal signs and disposal of any spoil
material within the extent of the road reserve
c. Spoiling of deleterious materials within the road reserve and maintenance of the same during
the contract period
d. Repair, reinstatement and maintenance of existing and new protection works comprising of
gabion boxes and other auxiliary erosion protection structures
e. Repair, reinstatement and maintenance of existing and new side drains, mitre drains, cut off
drains to free-flowing conditions
For guidance, the activities to be undertaken by the Contractor include, but are not limited to,
management tasks and physical works associated with the following:
1. Inspect the road for safety defects and defects likely to impact on durability of the assets
2. Inspect road, identify and remove all obstructions
3. Clean drainage (side drains, culverts)
4. Repair and replace scour checks
5. Vegetation control, grass cutting, bush clearing, tree pruning
6. Maintain bridges and minor repairs (replacement of guardrails)
7. Maintain road furniture and replace damaged traffic signs
The Contractor shall prepare and submit Routine Maintenance strategy for approval by Engineer.
Management tasks and physical works include, but not limited to the following;
Maintenance Services shall be paid for as a fixed lump sum per km per month, with payment reductions
made for non- compliance, if appropriate.
4. Programme of Performance
In accordance with Clause 14.1 of the General Conditions of Contract (GCC), the Contractor shall
submit a Program of Performance within not later than Fourteen (14) days after issuance of Order
to Commence in the format Prescribed in the Tender Document. The program shall include, but
not be limited, to the following items:
The purpose of the Contractor's Quality Assurance Plan is to integrate the requirements of the
contract and the Contractor's quality assurance systems to deliver the Works and Services.
The Contractor's Quality Assurance Plan describes the methods and procedures which the Contract
will apply for the execution of the Contract, including how the Contractor will:
a) Identify the quality requirements specific to the contract,
b) Plan and execute the Works and Services to satisfy those requirements
c) Inspect and/or test the Works and Services to ensure compliance with the quality requirements
d) Record and monitor the results as evidence of compliance, and
e) Ensure that prompt action is taken to correct non-compliance.
The Contractor's Quality Assurance Plan must clearly describe the systems, procedures and
methods that will be used to deliver and monitor compliance of the Works and Services.
If required in the Special Conditions of Contract (SCC) the Program of Performance shall include
a Traffic Management Plan. The Traffic Management Plan establishes the practices for traffic
management at work sites. The Traffic Management Plan must be developed by the Contractor
and agreed with the Engineer.
Lay out diagrams, method statements etc. for implementation of traffic control while undertaking
each aspect of the Works and Services (including site specific layout diagrams and method
statements if the Services require traffic control measures not covered by standard codes of
practice)
A documented process for preparation, review and approval of the Traffic Management Plan
A document tracking and control system to ensure that only the latest operative copy of the Traffic
Management Plan is in circulation
Contact details for Contractor, Principal, emergency services and other stakeholders.
If required in the Special Conditions of Contract (SCC) the Program of Performance shall include
a Safety Management Plan submitted within 14days after receipt of Order to commence. The
Safety Management Plan establishes the practices for safety management at work sites. The
Safety Management Plan must be developed by the Contractor and agreed with the Engineer.
b establish the minimum requirements for the safety of workers, road users and community
people using the Road
If required in the Special Conditions of Contract (SCC) the Program of Performance shall include
an Environmental Management Plan. The Environmental Management Plan establishes the
practices for environmental management at work sites. The Environmental Management Plan
must be developed by the Contractor and agreed with the Engineer.
If required in the Special Conditions of Contract (SCC) the Program of Performance shall include
an Emergency Procedures and Contingency Plan which shall establish the roles, practices and
procedures during specific types of emergency events identified in the plans and contingency
plans associated with the closure of roads. The Emergency Procedures and Contingency Plan
must be developed by the Contractor and agreed with the Engineer and any other stakeholders the
Engineer may identify.
The purpose of the Emergency Procedures and Contingency Plan is to ensure the safety of the
Contractor's personnel and road users in the case of emergency and/or road closure. It should
include: an effective communication and event recording system the name, contact number and
specific duties of the Contractor's personnel nominated to respond to an emergency even the contact
number of other parties who need to be notified in cases of emergency events, e.g. police detailed
response procedures for all emergency events possible detour routes in the event of road closure
5 Service Criteria
The Contractor is required to carry out the Maintenance Services and to maintain the specific road
related assets and items as stipulated in Clause 1.2.2 of the Performance Specifications during the
contract duration in compliance with the Road Performance Standards as defined by the Service
Criteria as stipulated hereunder.
The Employer requires the Contractor to maintain roads under the contract to be safe and efficient
together with the satisfactory level of availability to road users. In order that the Contractor can
achieve such, service criteria are established for guidance and classified into three Service
Categories; i.e. Road Usability, Road User Comfort and Road Durability.
1) Road Usability and comfort is a description that encompasses the scope of passability of the
Road, and service level requirements entailed for each.
The road user must be able to travel at a certain level of safety, unobstructed by objects, wash-out
material and other debris on the gravel wearing course and shoulders. The criteria for determining
the service levels for safety are given in Table 2.2. The enforcement of these criteria is expected to
be an immediate priority of the contractor due to the critical importance of road safety, and 100%
compliance is expected from Month 2, as shown in the Timetable in Table 2.1. Compliance will be
determined by Visual Inspection.
Table 2.2 Service Levels for Road Safety (Road Usability & Comfort)
2) Road User Comfort is a description that encompasses the scope of operational performance
indicators of road assets from the road user comfort perspective, such as cleanliness, smooth
riding surface, sight distance availability, shoulder availability, adequacy of safety features
and functionality of NMT facilities, and service level requirements entailed for each
The service level requirements, defects and the response times thereof that the Contractor
must comply with and separately adhere to are defined in the Performance Standards for the
various standard service level categories indicated in the appendices shown in tables below;
The service level criteria for road pavement, shoulders including the road reserve of paved roads are
defined as follows:
Measurement/
Item Service Level Time allowed for repairs
Detection or Tolerance permitted
Right-of- Height of vegetation (except trees) Visual inspection. Vegetation exceeding the
way (outside must be: Measurement with threshold height must be
pavement ▪ less than 20 cm on slopes ruler. cut back within seven (7)
and towards the road days after detection.
shoulders).
▪ less than 1.0 m otherwise
▪ must not disturb drainage
Trash, debris, etc. Visual inspection. Trash, debris and other
objects must be removed
within seven (7) days after
detection.
Removal of Slides of slope material onto the If the contractor Traffic flow to be re-
slides road are considered an Emergency intends to invoke the established within a
if contract provisions maximum of 12 hours.
▪ the quantity of the material is for emergencies, he
estimates the Period for removal of other
above 500 m3, or slide material is set by
quantities and
▪ if the slide blocks all lanes and Engineer depending on the
immediately informs
the road traffic is completely extent of the slide material
Engineer, who them
interrupted, and quantity is on site.
verifies.
above 50 m3.
Encroachm illegal or unauthorized structures, Visual Inspection the structure, access,
ent/ Illegal access, advertisement, car wash, advertisement, works, car
Access on vending of flowers & tree wash, vending of flowers &
the Right of seedlings, works, trenching, shall tree seedlings, trench etc. to
Way not be put up within the right of be removed or demolished
(Structures, way (within the demarcated within 24 hours of erection.
access, road reserve i.e., Road Reserve
advertiseme Marker Post) after If not the Penalties as set
nt, car Commencement of the Contract out in Table 2.8.1: Schedule
wash, of Penalties for
vending of Encroachment shall be
seedlings, applicable and deducted in
works, the next IPC Certificate.
trenching,
etc.)
Drainage
In general terms the contractor must ensure that all drainage elements and structures are without
obstructions which may reduce their normal cross-section and impede the free flow of water.
Road furniture
The Service Level requirements for road furniture including road markings are as shown in the
following table:
Information signs Sign must be present, Visual inspection Absent, faded or defective
complete, clean, legible, signs must be replaced within
and structurally sound seven (7) days.
Warning signs Sign must be present, Visual inspection
complete, clean, legible
and structurally sound; and
Vegetation
This section specifies the Service Levels to be complied with in the case of vegetation growing
within the right-of-way/ road reserve.
Vegetation is to be controlled to the heights, at the locations and with the restrictions as set out in
Table 2.4. Compliance will be measured with a tape measure.
Table 2.4: Vegetation Control Types
Type Height (mm) Features applied to:
1. Vegetation Free Zone. 0 Carriageway, shoulders and structures.
• Bridge abutments
Structures
The Contractor is responsible for the routine maintenance of all bridges, retaining walls and similar
structures along the contract road.
The Service Levels for bridges, retaining walls and similar structures are given in Table 2.5 below.
Compliance will be determined by Visual Inspection.
1. Embankment slopes All embankment slopes must be -Within 2 weeks after detection
without deformations and
erosions
2. Slopes in Cuts All slopes in cuts must either be Any of observed location must be
stable or are equipped with reported to the Project Manager
adequate retaining walls by the contractor at earliest
possible time.
The Contractor is required to establish a Self-Control Unit within his project organization
throughout execution and completion of the Works and Services to the satisfaction of the
Engineer. The roles of the SCU:
1. For conducting self-inspection to verify the degree of compliance with the Road
Performance Standards as defined by the Service Levels and maintain the reporting system
of self-inspection.
2. Assessment of the Road. The Self-Control Unit shall have a complete knowledge of the
road condition, both on and off carriage way, at all times by carrying out patrolling, to the
satisfaction of the Engineer.
3. The Self-Control Unit is responsible for Gathering information required by the Contractor
to prepare the Monthly Statement.
4. The carrying out, in close cooperation with the Engineer, the Form a land Informal
Inspections of Service Levels which will take place as required.
The Contractor is required to assign a technically qualified and trained person, or persons, to
continuously verify the degree of compliance of Service Levels. The Contractor is also required
to arrange a satisfactory means of mobility for conducting patrolling to the satisfaction of the
Engineer.
The Contractor is required to undertake the following management tasks to ensure the full
integrity of the Road throughout execution and performance of the Works and Maintenance
Services.
7.1 Site Condition Assessment before Commencement of Works and Services
The Contractor shall conduct initial site condition assessment before commencement of the
Works and Services under the contract. In case any defects and deficiencies are discovered under
the assessment, the Contractor shall notify the Engineer by submitting the Defect Detection and
Rectification List as attached to the Appendix 1 of the Performance Specifications and upon
agreement of the Engineer, the Contractor shall carry out rectification works as the Rehabilitation
Works.
In case the Contractor discovers cases of illegal encroachment and illegal dumping of unwanted
materials or otherwise illegal actions by the third parties, the Contractor shall notify the Engineer
for further instructions as required.
The Contractor shall either mark clearly on the road or install temporary posts to determine the
subsections inspection purposes. The Contractor shall submit the record of such identification and
markers to the Engineer.
7.3 Patrolling/Reporting
The Contractor shall carry out patrolling of the Road as required under the contract. Such
patrolling shall be reported to the Engineer without delay through submission of the Daily Work
Record, Daily Patrol Record, Monthly Photo Record and Incident Report as attached to the
Appendices 2, 3, 4 and 5 of the Performance
Specifications.Thecontractorisalsorequiredtogivetheresultofself-
inspectiontotheEngineerwithoutdelay through submission of the Detail Self Inspection Result
Record Form (Paved Road) as attached to the Appendix 6 of the Performance Specifications.
The Engineer may carry out ad-hoc inspections to verify the degree of compliance with the Road
Performance Standards as defined by the Service Levels. He may do so on his own initiative, at
anytime and anywhere on the roads under the contract. If he detects any road sections where the
Service Level criteria are not met, he is required to notify the Contractor within 24 hours in
writing as the Corrective Order, to enable the Contractor to take remedial action as soon as
possible. The results of ad-hoc inspections may not be used by the Engineer for purposes of
correcting the Contractor's monthly statements or applying penalties, except for cases in which
the traffic flow on the road has been completely interrupted due to the negligence and tardy action
by the Contractor.
8 Monthly Statement
Service (a) (b) (c)=(a)*(b) (d)=(a)-(c) (e) (f)=(e)-(d) (g)=(f)/(c) (h) (i)=(g)*(h) (j)=(c)x(i)
(k) Total
=200%
(Km per
3 100% 100% 100% Payment Km (y)=(x)-(z)
Month)
(Km per
4 100% 100% 100% Month/Year 0
Month)
5 100% 100% 100%
6 100% 100% 100%
7~ 100% 100% 100%
In accordance with the relevant clauses of the Performance Specifications and GCC, payment
reduction is applied in case of non-compliance with Service Levels.
In accordance with the relevant clauses of the Conditions of Contract, Payment Reductions are
applied in case of non-compliance with Service Level requirements, while Liquidated Damages
are applied in the case of non-compliance with required Repair, Maintenance and Emergency
Works.
The results of each formal inspection of the Service Levels and other performance criteria will
be recorded by the Engineer in the form of a Memorandum. The Memorandum will state the
type and location of any non-compliance detected, in particular those non-compliances already
shown in the standard tables provided by the Contractor as part of the monthly statement. For
each individual case of non-compliance, the Engineer will determine a date by which the
Contractor must have completed the necessary measures in order to remedy the cause of the
non-compliance. A follow-up site visit is therefore necessary at the date fixed by the Engineer,
or soon thereafter, in order to verify that the Contractor has indeed remedied the cause of non-
compliance.
If at the date indicated in the Memorandum, the Contractor has not remedied the cause for non-
compliance, independent of the reason given for their failure to do so, the Contractor is subject
to Payment Reductions in accordance with the relevant clauses of the Conditions of Contract.
Payment Reductions are variable over time. If the Contractor fails to remedy a cause of non-
compliance for which a payment reduction has already been applied, the amount of the payment
reduction increases month by month for that particular cause of non-compliance, without a
ceiling being applied, until compliance is established.
% OF UNIT
Reference to
SERVICE LEVEL RATES FOR
SERVICE LEVEL SCOPE Performance
CATEGORY NON-
Specifications
COMPLIANCE
Contractor to provide during the
DOCUMENTATION 5% Clause 2.6.1
formal inspection
A) Passability, Road Works
ROAD USABILITY 20% Table 2.2
Advance Signs
B) Road Cleanliness, Potholes,
ROAD USER Cracking, Rutting, Raveling, loose
40% Clause 2.5.1
COMFORT Pavement, Drop Off, Paved
Shoulders, Concrete Pavement
C) Drainage (Lined/Unlined
drains, Culverts, Drifts, Scour
20% Clause 2.5.2
Checks, Gabions, Scour Checks,
Manhole, Gulleys pots etc.)
D) Vegetation (Free Zone,
Outer/Inner Vegetation, Tree 60% Clause 2.5.4
within ROW, Extent of the RR)
E) Structures (Concrete, Steel,
ROAD DURABILITY
Bridge Expansion Joints, 10% Clause 2.5.5
Riverbeds)
F) Road Furniture (Road signs,
Edge Marker / Guide/ Kilometre
Post, Traffic Signals, Streetlights, 40% Clause 2.5.3
Road Marking / Studs, Guardrails
/ Pedestrian rails, humps etc.)
G) Embankment and Slopes 5% Clause 2.5.6
200%
Note: (i) The Unit Rates of payment reductions (“PRu) shown in the above table are applicable during
the first 30 days of non-compliance.
(ii) If the non-compliance has not been remedied within thirty days, liquidated damages for
periods beyond 30 days are calculated based on the following formula:
PR = 2n PRp considering:
PR = New noncompliance rate to be applied
J = number of days of non-compliance
J − 1
n= rounded up to full number (without decimals)
30
PRp = Percentage of rate of non-compliance of the previous month i.e.
Month 1 = PRu
Month 2 = 2n(PRu)
Month 3 = 2n{2n(PRu)}
Month 3 = 2n{2n{2n(PRu)}……….
(iii) Payment reductions and Liquidated damages will be charged as penalties and are non-
recoverable in subsequent monthly payment certificates.
(iv) Failure to comply with the required service levels for a sequential/continuous period of
three (3) months will lead to termination of the Contract by the Employer as stipulated in
clause 63.1 (d) of the Condition of Contract. This failure should not exceed 30% of the overall
monthly PBC amount per month.
A notice shall be served by the Engineer when the 30% reduction on the monthly payment of
PBC is noted.
*The deductions in the above schedule shall be applied in the monthly statement for the month
during which the encroachment is detected and every subsequent month thereafter until the
Contractor demolishes or removes the illegal structure, access, advertisement, car wash, vending of
seedlings establishment, works etc. as the case shall be.
Determination of Liquidated Damages
For Emergency Works, the liquidated damages are 0.05% of the contract price bill item for
emergency works,
For the particular item delayed, per calendar day of delay, of the payment normally due for
the specific Works for which completion is delayed, the liquidated damages are up to a limit of
10% of the contract price for the Repair Works.
9 Formal Inspection
The Formal Inspection shall be carried out jointly by the Engineer and the Road Manager at
the end of each month. The Engineer shall notify the Contractor that he intends to carry out
Formal Inspection in writing within 7 days of notification. The Contractor shall inform the
Engineer of the proposed date and time and shall prepare for Formal Inspection. The main
purpose of carrying out the Formal Inspection is to enable the Engineer to verify the
information presented in the Contractor's Monthly Statement with the actual observed and
measured conditions on the site.
The Contractor shall submit the following documents as indicated in Table 10.1 to the
Engineer for scrutiny prior to the Formal Inspection after the receipt of notification of
carrying out Formal Inspection. The Contractor shall provide sufficient time to the Engineer
to allow full scrutiny of the submitted documents.
The criteria of each Service Level shall be checked jointly by the Engineer and the Road
Manager at sections selected by the Engineer based on visual appearance. The Engineer shall
be the sole judge of compliance. If a specified criterion is not met, the one-kilometer section
in which the deficit occurs will be judged non-compliant in accordance with the Self
Inspection Result Record Form.
The results of Formal Inspection on Service Levels will be recorded by the Engineer in this
Memorandum. The Memorandum will state the type and location of any non-compliance
detected, in particular those non- compliances already shown in the most recent Self
Inspection Result Record Form provided by the Contractor as part of the Monthly Statement.
For each individual case of non-compliance, the Engineer will determine a date by which the
Contractor must have completed the necessary measures in order to remedy the cause of the
non- compliance. A follow-up site visit is therefore necessary at the date fixed by the
Engineer, or soon thereafter, in order to verify that the Contractor has indeed remedied the
cause of non-compliance. If at the date indicated in the Memorandum, the Contractor has not
remedied the cause for non-compliance, independent of the reason given for their failure to
do so, the Contractor is subject to payment reduction in accordance with the relevant clauses
of the Performance Specifications and GCC.
Based on the outcome of the Formal Inspection and subsequent remedies by the Contractor
or otherwise, the Engineer will correct any possible errors or misrepresentations in the
Contractor's Monthly Statement, countersign it and present it to the Employer for payment,
and to the Contractor for information.
The Contractor shall acknowledge that the Employer encourages adoption of proactive
approach by the Contractor on performing the Maintenance Services. To maintain such
11 Handover Report
Immediately prior to the completion of the contract, the Contractor shall prepare a Handover
Report and submit to the employer. The purpose of the Handover Report is to provide a
smooth transition to the next contract and ensure that the next contractor is aware of any
outstanding issues. The Report will:
a) Summarize any unresolved issues;
b) Include the most recent complete set of data on the roads covered by the contract, and
c) Provide the following details as shall be agreed by the Engineer:
i) A schedule of outstanding defects.
ii) Any unresolved issues, especially those that may impact on the next Contractor.
iii) Details of any sensitive issues.
iv) Any on-going special monitoring/maintenance needs
Notification Terms
It shall be the Contractor’s responsibility to notify the Engineer when any item of works
scheduled are completed and ready for approval, and the contractor shall give sufficient notice to
allow control test to be performed.
124 LAND FOR ALL CAMPS SITES AND FOR THE CONTRACTOR'S OWN PURPOSES,
INCLUDING TEMPORARY WORKS.
Notwithstanding Clause 124 of the Standard Specification all requirements of land for temporary works
and construction purposes shall be to the approval of the Engineer but the Contractor will make all
necessary arrangements with the property owners concerned and pay all charges arising therefrom. On
or before completion of the Contract, the Contractor shall remove all temporary works and shall restore
all such land to the condition in which it was immediately prior to the occupation thereof as far as is
reasonable and practicable. No separate payment will be made to the Contractor on account of these
items and the Contractor must make due allowance for them in his rates.
Notwithstanding Clause 120 of the Standard Specifications, the Contractor shall be required to appoint
competent surveyors who will liaise with the Engineer on matters related to the demarcation of the
existing road reserve, site measurements, removal and reinstatement of existing services.
After extraction of materials, all borrows pits shall be backfilled to the satisfaction of the Engineer. In
particular borrow pits near the project road shall be backfilled in such a way that no water collects in
them.
Spilling of bitumen fuels Oils and other pollutants shall be cleared up.
Including removal of excavated material from the pavement to spoil.
Signboard shall be removed and transported to KeNHA’s Yard at the end of Defects Liability Period.
132.3 Engineer’s office
The Contractor shall when instructed construct and maintain a document storage container at a location
to be specified by the Engineer and as specified in the Contract.
The document storage container shall revert to the Employer on completion of the contract.
The Contractor, when instructed, shall provide and install at the Engineer’s office the Equipment
specified below with a dealer’s certificate and warranty:
15. Three years warranty
Laptop Specifications
Desktop Specifications
Warranty 1 year
Brochure Manufacture’s Literature and Detailed
Specifications (Be Attached)
(a) The Contractor shall pay wages (including all overtime and all allowances) to fulfil the
requirements of Clause 137 of the Standard Specification.
The Contractor will be paid for the wages on a prime cost basis plus a percentage for
overheads and profits under appropriate items in the Bills of Quantities. Overtime will be the
Contractor’s responsibility and rates to be used for the payment of overtime will be the salary
levels defined by the Resident Engineer for his staff.
The payment referred to in this clause shall exclude the cost of maintaining the offices in compliance
with clause 137, paragraphs 1, 2 and 4 of the standard specifications which are deemed to be included
in the rates for providing the Office.The costs, for attendance required by this Clause 137, shall be as
specified in the attached table: -
and shall be paid for under Item 01-80-030A of the Bill of Quantities.
In addition to the above listed staff, the Employer will attach under training or internship/Industrial
attachment additional number of technical staff comprising Engineers, Inspectors, Surveyors and
Materials Technologists. These staff shall be paid a stipend as shall be directed by the Engineer and the
Contractor shall be reimbursed under Item 01-80-030A of the Bill of Quantities.
138 VEHICLES AND DRIVERS FOR THE ENGINEER AND HIS STAFF AND METHOD
OF PAYMENT
In addition to provisions of the Clause 138 of the Standard Specification, the Contractor shall when
instructed to do so provide, fuel and maintain in good working conditions, with driver, the number and
type of vehicle specified in the Bill of Quantities for exclusive use of the Engineer and his staff
throughout the Contract. The type and brand of the vehicle must be approved by the Engineer before
supply by the Contractor.
The Contractor shall insure comprehensively the vehicles for any licensed driver and shall provide
competent drivers during normal working hours and whenever required by the Engineer.
Payment for the vehicles up to 4,000Km shall be by months. Payment for mileage above 4,000Km shall
be made at a rate per kilometer. The payment shall be inclusive of all fuels, lubricants, servicing,
insurance, maintenance, drivers and repairs. The rate shall include any overtime the driver might be due
or any other allowance to the normal working hours. Payment shall be made under relevant items in
Bills of Quantities No. 1.
The vehicles provided under this clause shall revert to the Contractor.
(a) No Preliminary item has been included in this Contract. All Contractor's mobilization and general
costs shall therefore be included in relevant rates in the Bill of Quantities.
Within four (4) weeks of the order to commence work, the Contractor shall prepare and submit a
specific Environmental Management Plan for the project and his operations, relating to the approved
Environmental Impact Assessment. The Environmental Management Plan shall outline potential
environmental hazards and risks, and provide an action plan to deal with the hazards, minimise the
risks, and mitigate adverse environmental impacts, and include a general decommissioning plan
covering all relevant aspects of the project. The Environmental Management Plan shall identify
monitoring indicators and reporting requirements.
The Contractor shall be required to submit environmental progress reports to the Engineer every three
(3) months.
The Contractor shall ensure so far as is reasonably practicable and to the satisfaction of the Engineer;
that the impact of the construction on the environment shall be kept to a minimum and that appropriate
measures are taken to mitigate any adverse effects during the construction.
(a) The Contractor shall exercise care to preserve the natural landscape and shall conduct his
construction operations so as to prevent any unnecessary destruction, scarring, or defacing of the
natural surroundings in the vicinity of the work. Except where clearing is required for permanent
works, all trees, native shrubbery, and vegetation shall be preserved and shall be protected from
damage by the Contractor’s construction operations and equipment. All unnecessary destruction,
scarring, damage or defacing resulting from the Contractor’s operations shall be repaired, replanted,
reseeded or otherwise corrected as directed by the Engineer, and at the Contractor’s expense.
(c) The Contractor shall provide all the labour, equipment, materials, and means required and shall
carry out proper and efficient measures wherever and as often as necessary to minimise the dust
nuisance.
(d) The Contractor shall comply with all applicable Kenyan laws, orders and regulations concerning the
prevention, control and abatement of excessive noise. Blasting, use of jackhammers, pile driving,
rock crushing, or any other activities producing high-intensity impact noise may be performed at
night only upon approval of the Engineer.
(e) Immediately after extraction of materials, all borrows pits shall be backfilled to the satisfaction of
the Engineer. In particular borrow pits near the project road shall be backfilled in such a way that
no water collects in them.
(f) Spilling of bitumen fuels Oils and other pollutants shall be cleared up.
(g) The Contractor's attention is drawn to the requirements of the Standard Specification in regard to
the environment and in particular to the following clauses:
Clause 115: Construction Generally
Clause 116: Protection from Water
Clause 136: Removal of Camps
Clause 605: Safety and Public Health Requirements Clause
Clause 607: Site Clearance and Removal of Topsoil and Overburden
(h) Payment in respect of this Clause 142 is included as a Lump Sum in the Bill of Quantities. Payment
of the Lump Sum will be by equal monthly instalments over the period of the Contract excluding
the Period of Maintenance. The total sum of the instalments shall not exceed the Lump Sum, and
payment of the monthly instalment will only be made for that month if the Engineer is satisfied that
The road reserve boundary posts shall have 12mm diameter steel pins embedded in concrete,
200mm long with 25mm exposed to the air, sticking out form its top surface. This pin shall be
co-ordinated and heighted and result of the same shall be provided to the Engineer for approval.
Cost of these works shall be included in the rates as no separate item has been provided.
Commencement of the works shall not be permitted until this basic survey data has been
provided and approved by the Engineer for at least 2 Kms of the road.
Chainages, offset and reference elevation shall be clearly indicated to the sides of the peg to the
satisfaction of the Engineer.
REMOVAL OF TOPSOIL
Topsoil shall include up to 200mm depth of any unsuitable material encountered in existing or newly
constructed drains, drainage channels, and accesses.
SECTION 5: EARTHWORKS
Excavation in the pavement of the existing road shall be kept dry. In the event of water
penetrating the underlying layer, construction of the subsequent layers shall be postponed until
the underlying layers are dry enough to accommodate the construction plant without deforming
or otherwise showing distress.
Step construction shall be carried out per layer at the joint where excavating both vertically and
perpendicular to the direction of the travel. The step shall be 500mm perpendicular to the
direction of the travel and 150mm vertical unless otherwise instructed by the Engineer.
(i) All material containing more than 5% by weight or organic matter (such as topsoil,
material from swamps, mud, logs, stumps and other perishable material)
(ii) All material with a swell of more than 3% (such as black cotton soil)
(iv) All material having moisture content greater than 105% of optimum moisture content
(Standard Compaction)
Subgrade: Shall mean upper 300mm of earthworks either in-situ or in fill and subgrade shall be
provided for as part of earthworks operation and payment shall be made as “fill”. The material
for subgrade shall have a CBR of not less than 8% measured after a 4-day soak in a laboratory
mix compacted to a dry density of 100% MDD (AASHTO T99) and a swell of less than 1%.
Subgrade repair: Where directed by the Engineer, any localized failure in the subgrade shall
be repaired by filling in selected soft, hard or natural of minimum CBR 30% and compacted in
accordance with clauses in the specifications applying to normal subgrade.
Embankment repair: Where directed by the Engineer, any localized filling in soft, hard or
natural; selected material requirements shall be executed with Clause 505.
At pipe culverts, all fill above ground level around the culverts shall be compacted to density of
100% MDD (AASHTO T.99) 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
subgrade shall be compacted to density of 105% MDD (AASHTO T.99). In case of fill around
box culverts this should be carried out for the full width of the fill and for a length bounded by
the vertical plane passing through the ends of the wing-walls.
Where improved sub-grade material shall be required, this shall be compacted and finished to
the same standards and tolerances as those required for normal subgrade and clauses in the
specifications applying to normal subgrade shall also apply.
Fill material which is required in addition to that provided by excavation shall be obtained from
borrow pits to be located and provided by the Contractor but to the approval of the Engineer
contrary to what has been stated.
Notwithstanding the provisions of clause 517 of the standard specifications, the rate for
compaction of fill in soft material shall allow for the requirements of clause 508 of the special
specification and no extra payment shall be made for compaction around pipe culverts (100%
MDD AASHTO T.99).
SECTION 6 - QUARRIES, BORROW PITS, STOCKPILES AND SPOIL AREAS
601 GENERAL
Notwithstanding any indications to the contrary in the Standard specification the Engineer will not
make available to the Contractor any land for quarries, borrow pits, stockpiles and spoil areas, except
for those areas in road reserves specifically approved by him.
The contractor will be entirely responsible for locating suitable sources of materials complying with the
Standard and Special Specifications, and for the procurement, Wining, haulage to site of these materials
and all costs involved therein. Similarly, the contractor will 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 utilise these subject to the approval of the Engineer.
The contractor will be entirely responsible for locating suitable sources of materials complying with the
Standard and Special Specifications, and for the procurement, Wining, haulage to site of these materials
and all costs involved therein. Similarly, the contractor will 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 utilise these subject to the approval of the Engineer.
No additional payment will be made to the Contractor to cover costs arising from the requirements for
this Clause and the Contractor must include these costs in the rates inserted into the Bills of Quantities.
All wire shall be to BS 1052 having a tensile strength of not less than 40kg/mm2.
Galvanizing shall comply with the requirements of BS 443.
Gabions shall be constructed to the shapes and dimensions as shown on the Drawings or given in the
Special Specification or as directed by the Engineer. Gabions, as constructed shall be within a tolerance
of ± 5% on the height or width instructed and ± 3% on the length instructed.
The alignment of the gabion shall be correct within a tolerance of 100mm of the instructed alignment
and the level of any course of gabion shall be correct to within a tolerance of 50mm of the instructed
level. In addition adjacent gabions shall not vary by more than 25mm in line and/or level from each
other.
The surface upon which gabions are to be laid shall be compacted to a minimum dry density of 95%
MDD (AASHTO T99) and trimmed to the specified level or shape.
Joints in gabions shall be stitched together with 600mm minimum lengths of binder wire, with at least
one stitch per 50mm, and each end of the wire shall be fixed with at least two turns upon itself.
Adjacent gabions shall be stitched together with binder wire along all touching edges.
Gabion boxes shall be laid with broken bond throughout to avoid continuous joints both horizontally
and vertically. Pre-tensioning of gabions shall be subject to the approval of the Engineer.
Gabions shall be handpacked with broken rock of 150 mm minimum dimension and 300mm maximum
dimension. The sides shall be packed first in the form of a wall, using the largest pieces, with the
majority placed as headers with broken joints to present a neat outside face. The interior of the gabion
shall be hand packed with smaller pieces and the top layers shall be finished off with larger pieces. The
whole interior and top layers shall be packed tight and hammered into place.
Where instructed by the Engineer the Contractor shall place filter fabric (‘Terram’ or similar approved)
behind gabion faces in contact with existing or backfilled ground.
The Contractor shall ensure that the filter fabric is not damaged during the construction or backfilling
around the gabion works and any damaged or torn fabric shall be replaced at the Contractor’s expense.
The filter fabric shall be installed in accordance with the manufacturers instructions and the filter fabric
shall not be left exposed to sunlight for more than 3 weeks.
At the back face and ends of completed gabion work or where shown on the Drawings or instructed by
the Engineer the existing soil shall be backfilled, thoroughly compacted against the sides of the gabions
and finished flush with the top surface of the gabion.
On completion of gabion construction the exposed joints shall be painted with a thick bitumen to the
approval of the Engineer to discourage vandalism.
The surface to receive the pitching shall be compacted and trimmed to slope and the stone hand laid,
interlocked and rammed into the material to give an even finished surface. The interstices of the
Pitching shall be rammed with insitu material. The insitu material immediately behind the pitching
shall be compacted to minimum density of 100% MDD compaction (AASHTO T.99)
- Extending of existing 450mm, 600mm and 900mm diameter pipes to be compatible with
the increased road width or access.
- Desilting and cleaning of existing pipes and outfall drains to make them free flowing.
(a) In paragraph 6, line 3, and in paragraph 7, line 5 and in paragraph 11, line 6, delete "95%"
and insert "100%".
In sub-clause 809(c), paragraph 2, line 4, between the words "compacted" and "and shaped"
insert the words "to 100% MDD (AASHTO T.99)".
Hard material is material that can be excavated only after blasting with explosives or barring and
wedging or the use of a mechanical breaker fitted with a rock point in good condition and
operated correctly. Boulders of more than 0.2m3 occurring in soft material shall be classified as
hard material.
a) Wherever the expression "dry density of 95% MDD (AASHTO T. 99)" occurs delete and
replace with "dry density of 100% MDD (AASHTO T.99)".
The rates entered for laying of pipe culverts shall allow for backfilling to pipe culverts and
compacting to 100% MDD (AASHTO T.99) and these works shall not be measured and paid for
separately.
These drains shall consist of a trench excavated to the alignment, width, depth and gradient instructed
by the Engineer, and backfilled with approved compacted clean hard crushed rock material as specified
in clause 815 of the standard specification. Where these drains lie within the carriageway the
carriageway shall be reinstated with compacted stabilised gravel and surfaced with hot asphalt or a
surface dressing as instructed by the Engineer.
(a) Stripping and removal of any extraneous material to spoil including vegetation
and roots in the drains to the satisfaction of the engineer.
Measurement and Payment for cleaning drains shall be by linear metre of drain cleaned measured as
the product of plan area and vertical depth of extraneous material instructed to be removed. Where
insitu concrete is used measurement will be on cubic metre of concrete and BRC area or weight in
relevant unit e.g., Kg, Tonnes etc. No extra payment will be made for removal of vegetation and roots.
817.2 Channels
The Engineer may instruct that the Contractor provides open channels in place of existing subdrains
where the latter may be damaged or in any other place. The rates entered by the Contractor in the bills
of quantities must include for removal and disposal of any subdrain material, excavation to line and
level, backfilling and compaction as directed by the engineer. The channels shall be constructed of
precast class 20/20 concrete of minimum 80mm thickness and lengths or widths not exceeding
1000mm. Joints shall be at least 15mm wide filled with 1:2 cement sand mortar.
817.5 Gabions
Gabions shall be constructed in accordance with clause 711 of the standard Specification.
Measurement and payment shall be by the linear metres of pipes de-silted, regardless of diameter size.
The Contractor shall conduct his operation in such a manner that no greater length or amount of work is
undertaken than he can carry out efficiently having due regard to the rights and convenience of the
public.
If the Contractor proposes a road closure he shall provide an alternative routing of the traffic which
must be approved by the Engineer.
No revisions shall be made to the approved Programme for Passing of Traffic without the prior written
permission of the Engineer, and the Contractor shall allow 7 days for the Engineer to review any
request for a revision of the Programme for Passage of Traffic.
The Programme for Passage of Traffic shall conform in all aspects with the requirements of this Special
Specification.
Temporary road signs, lights, marks, barriers, etc. for construction shall be in accordance with the laws
of Kenya and shall include approved warning, mandatory, prohibitory and priority signs to the
satisfaction of the Engineer, including, but not be limited to, signs giving warning of construction
works, reduction in speed, overtaking prohibited, road narrows, etc. Under no circumstances will work
be allowed on the carriageway or shoulders of the road without such signs in both directions.
It is the intention of the Contract that public traffic should be able to pass along the sections of
the works at all times during construction, within the road reserve in all weather conditions. For this
purpose, the Contractor will be required to order this work in such a way as to assure that no less than a
single lane at least 4.0 m wide with adequate drainage system and reasonable riding surface free of dust
is available for public traffic at all times and he shall furnish sufficient police assistance, guards,
temporary traffic lights, road signs and barriers, competent flagpersons and the like to control and
regulate the flow of traffic under one-way traffic operations.
Sections of road where possible to carry traffic in two directions but with single lane width shall be
regulated by temporary electric traffic lights and shall not be longer than 800 m. The Engineer may in
exceptional circumstances allow longer sections where in his opinion this is unavoidable.
Where such sections are not more than about 100 m in length and have a clear line of sight from one
end to the other, the Engineer may allow manual traffic regulation by flagmen, rather than traffic lights,
during daylight hours only. When electric traffic lights are in operation, the Contractor shall at all times
have available complete reserve equipment and spare parts.
The Contractor shall take particular care, when passing traffic through the Works that all excavations
and other hazards are properly protected with barriers and are illuminated at night.
The Contractor is placed on notice that maintenance of existing as well as diversion roads and
protection of traffic through the Works during construction is considered as important as the
construction itself. The Contractor shall all times, conduct his operations in a manner to ensure the
convenience and safety of motorists, pedestrians, adjoining property owners and the safety of his
employees and those of the Engineer.
903 MAINTENANCE OF EXISTING ROADS
The Engineer shall hand over the existing road to the Contractor, in sections, at the commencement of
the contract for construction purpose. However the contractor shall be responsible for all repairs and
maintenance of the entire road for the duration of the contract. In sections where the diversion is on an
existing bitumen surfaced road ( i.e at the proposed interchange sections) the contractor shall construct
the diversion and maintain it with materials similar to those of the existing pavement layers or as
instructed by the Engineer. The contractor shall regularly inspect the road and carry out such repairs
and maintenance to the satisfaction of the Engineer. If at any time the engineer draws the Contractor’s
attention to a road section which requires maintenance the contractor shall promptly repair the section.
The contractor shall be legally responsible for any accident or damage attributable to his failure to
maintain the road.
904 CONSTRUCTION OF DEVIATIONS
(a) Length
The contractor shall program his works in such a way that traffic shall not be required to pass
over more than 5 km at any one time unless otherwise approved by the Engineer.The total length
of the deviations to be constructed is approximately 50 km.
(b) Geometry
The carriageway width of the deviations shall not be less than 8.0m wide with adequate drainage
and suitable for 2-way lorry traffic unless otherwise specified. The Contractor shall allow in his
rate for removal of any unsuitable material before placing of gravel wearing course, as this will
not be paid for separately.
o Unless otherwise instructed gravel base for the deviation shall be 150 mm
compacted thicknesses complying with section 10 of the Standard
Specification. The Contractor shall allow in his rate for removal of any
unsuitable material, opening side drains and backfilling as necessary before
placing of gravel wearing course, as this will not be paid for separately.
o In addition to provision of this clause, Contractor is required to sprinkle water
at least 4 times a day at the rate of 1 - 1.4 litres/m2 in regular interval to
minimise the effects of dust. Latest sprinkling time shall be one hour before
the sunset.
The contractor shall be deemed to have inspected the site and satisfied himself as to the
adequacy of his bid for these works and no additional payments will be made for any
expenditure on traffic control. Should the contractor propose any other method of passage
of traffic e.g. Construction of traffic deviations use of existing roads etc. the contractor shall
investigate the alternatives, construct and maintain them to the satisfaction of the Engineer. The
Employer shall not be liable for investigations or costs arising from the alternatives methods of
traffic control proposed by the contractor. Deviations or other measures for traffic control where
proposed by the contractor shall meet the requirements of the Specifications and drawings and
be approved by the Engineer.
The contractor shall ensure that the workforce and site supervisory staff at all times wear high
visibility garments when work is carried out on or adjacent to a section of the road open to
traffic. The contractor shall ensure that the supervisor or person in charge of the work force is
readily recognized from the rest of the workforce. In addition, the contractor shall provide a full
time traffic safety officer to co-ordinate aspects of road safety for the whole site.
The Contractor shall be deemed to have included all costs related to employing the traffic safety
officer and for all the duties performed by him, in his rate for passage of traffic.
The Contractor shall be responsible for the provision, erection, maintenance and removal of all
temporary signs and barriers necessary for safety and convenience, to pass traffic not only upon
Temporary "Advance Detour Signs" shall be erected before any road junction and a "Detour
Sign" shall be erected at the junction of the deviation route and other minor roads where there is
any possibility of the diverted traffic mistaking the route of the detour, and there shall be
mounted on the same posts, a sign bearing the inscription "Detour".
In addition, any hazard such as a narrow bridge, drift, level crossing, steep hill, sharp bend, etc.
occurring on the deviation shall be marked by the Contractor with the appropriate sign, if the
existing sign is inadequate or none exists. All sharp bends and all places where the shoulder is
higher than 2.0 m above the natural ground shall be marked with painted posts.
The Contractor shall be responsible for safety maintaining and directing traffic through or
around any part of the Works included in the Contract, with the maximum practical
convenience, for the full twenty four hours of each day.
The Contractor shall render to the public all possible assistance when they are passing over
roads maintained by him and over minor, private or temporary roads or bridges when used as
deviation or when passing through the Works.
Whenever the Contractor's operations create a condition hazardous to traffic or to the public, he
shall furnish, erect and maintain such fences, barricades, lights, signs and other services, as are
necessary to prevent accidents or damage or injury to the public.
The Contractor shall also furnish such guards and flagmen as are necessary to give adequate
warning to traffic or to the public of any dangerous conditions that might be encountered and
shall provide prompt assistance to any vehicle experiencing difficulty in passing over the Works
under construction, or through any diversions or roads maintained by the Contractor, if
necessary by providing a towing vehicle, labour and tow rope to assist such vehicles.'
Should the Contractor appear to be neglectful or negligent in furnishing warning and protective
measures, as above provided, the Engineer may direct attention to the existence of hazard, and
the necessary warning and protective measures shall be furnished and installed at the
Contractor's expense. Should the Engineer point out the inadequacy of warning and protective
measures, such action on the part of the Engineer shall not relieve the Contractor from
responsibility for public safety or relieve him of his obligation to furnish and pay for these
devices.
911.1 Insurance
If, in any month, the Engineer is not satisfied that the Contractor has fully complied with any
provisions or instructions under Section 9 of the Specifications, the Employer shall withhold the
whole of the installment or payment due to the Contractor for the relevant item of work stated in
the Bills of Quantities. Failure or refusal by the Contractor to maintain deviations, improve and
maintain the existing roads ahead of the works, or failure to take the necessary actions for the
safety and convenience of the public traffic within the time instructed or as required by
Statutory Authorities shall be sufficient cause for the Employer to apply a deduction of
Kshs.150,000/=(One Hundred and Fifty Thousand shillings) per day from any monies due to
the Contractor, until all provisions and instructions prescribed have been complied with to the
satisfaction of the Engineer. Provided further that where notified by the Engineer and the
Contractor fails to complete improvement or maintenance of any section of existing road or
deviation within 14 days of the Engineer’s notice thereof, the Employer shall deduct Kshs
400,000/= (Four hundred thousand shillings) per day.
Insert the following immediately below the heading of this Clause in the Standard Specification:
The Contractor shall be deemed to have allowed elsewhere in his rates and prices for any
differences between the actual cost of carrying out the works and the Lump Sum amounts for
the said works priced by the contractor in the Bills of Quantities.
Delete the contents of the last paragragh of sub-clause 912(b) and substitute with the following:
The rate for construction of deviation shall include the cost of complying fully with the
requirements of Clause 904 of this specification (for removal of any unsuitable material,
construction of side drains and temporary culverts, providing, placing, forming, mixing and
compaction of the gravel wearing course) for the deviation.
Unit: Kilometers
Construct and maintain Deviation shall be measured to the nearest 0.1 km along the centreline
of the deviation road and paid for from the relevant item in the Bills of Quantities. The
Contractor shall be paid 70% of the billed amount when he completes construction of the
deviation road to the satisfaction of the Engineer. The balance shall be paid in equal monthly
installments during the remaining period of the contract, excluding the period of defects
If the Contractor fails to construct and / or to maintain diversions at the proper time, or to take
the necessary precautions for the safety and convenience of public traffic as required by
statutory authorities or as ordered by the Engineer, the Employer may engage other contractors
or use the services of others to maintain the diversion. The actual cost of such maintenance shall
be deducted from the Contractor's interim payment certificate.
It is the Contractor's responsibility to plan and execute the construction of any diversions
deemed necessary during construction work. Prior approval of the diversion routes must be
cleared with the landowners concerned and the Engineer before commencing the construction of
any diversion.
Payments for this item shall be made under Bill item 9-60-001 and shall be subject to
recoveries and deductions of Kshs. 50,000/day that become due under this Clause as a result
of failure by the contractor to maintain passage of traffic as required.
The rate shall include the cost of maintain existing roads ahead of works. Maintenance
include repair of potholes with GCS, Compaction, priming and sealing with asphaltic concrete.
The rate shall also include the cost for complying with the requirements of clause 902 of the
Specification and as directed by the engineer
On completion of the Works, the Contractor shall remove all temporary diversions, haul roads,
access ramps and signs and barriers, etc. and restore the land to its original condition unless
otherwise instructed by the Engineer.
The Contractor will be deemed to have included cost of this item in other items and no separate
payment shall be made.
1001 SCOPE:
Grading covers the works involved in the reinstatement of the carriageway to the camber by removing
the high points and filling up gullies corrugations and wheel ruts to restore smooth running surface.
Gravelling consists of excavation, loading hauling and spreading of gravel wearing course material on
the formation of carriageway. Gravel shall include lateritic gravel, quarzitic gravel, calcareous gravel,
decomposed rock, soft stone coral rag, clayey sand and crushed rock.
The material may be obtained from borrow pits or excavation in cuttings. Gravel material shall
conform to the requirement given in Table 10.1
GRADING REQUIREMENTS
AFTER COMPACTION
PLASTICITY INDEX
REQUIREMENTS PI
Sieve % by Weight
Passing
(mm) Zone Min Max
40 100
28 95 – 100
WET 5 20
20 85 – 100
14 65 – 100
DRY 15 20
10 55 – 100
5 35 – 92 BEARING STRENGTH
2 23 – 77 Traffic
REQUIREMENTS DCP
1 18 – 62 VPD
Commercial CBR Equivalent
0.425 14 – 50 mm/Blow
0.075 10 – 40 Greater than 15 25 11
Less than15 20 14
CBR at 95 % at MDD, Modified AASHTO
and 4 days soak
Lower quality material (CBR 15) may be
accepted if no better material can be found
NB: Wet Zone - mean annual rainfall greater than 500 mm.
Dry zone - mean annual rainfall less than 500 mm.
Alternative sources of gravel material whose quality can be shown to be in compliance with the
specification requirements may be used, with the proviso that the Employer is not to incur additional
expenses in connection with its winning and haulage. Contractor is deemed to have included in his rates
for the provision of the gravel material to have included the cost of complying with the testing
requirements.
The overburden shall be removed and deposited neatly in order to use it again to reinstate the quarry at
the end of improvement work.
Work Method:
The contractor shall use labour or equipment to carry out this item of work
Quality Control
• The location and manner of stock piling of the overburden for the reinstatement of the
quarry shall be visually checked
No separate measurement and payment shall be made for removal of overburden and contractor
shall be deemed to have allowed in his rates and prices for the cost.
Oversize stones and boulders shall be removed from the excavated gravel and deposited outside the
quarry at locations approved by the Engineer. Such stones and boulders may be reused for structures
and scour checks
Work Method
The contractor shall excavate and stockpile the gravel in bays for efficient loading
by labour.
The Contractor shall excavate the gravel and stockpile in heap(s) for the efficient
loading by equipment.
Quality Control
• The widths of the loading bays shall be checked before excavation can commence.
No separate measurement and payment shall be made for excavation of gravel and contractor
shall be deemed to have allowed in his rates and prices for the cost.
1004 Haulage
This activity involves loading of excavated gravel, haulage by appropriate equipment and off-loading
of the same as specified in the drawings or as directed by the Engineer. Where the loads delivered in
Where loads supplied are found to contain material other than from the approved quarry and thus of
unacceptable quality, the Engineer shall cause them to be removed from site at the contractor's expense.
Work Method
The Contractor shall use a combination of both Labour and equipment to carry out this Item
work.
Quality Control
• No haulage equipment shall be used unless its capacity has been ascertained the
Engineer.
• The quantity of material delivered in each load shall be checked before dumping is
allowed.
• The distance between the stacks shall be checked using tape measure.
This activity involves spreading gravel material, shaping to ensure uniform thickness of the
layer across the full width of the carriageway and to the specified camber. Spreading also
includes, removing any oversized stones or boulders which cannot be broken down to required
size, spoil dump.
Work Method
The Contractor shall use Labour or Equipment to carry out this Item work.
Quality Control
• The gravel surface width shall be checked at every 100m interval using tape measure
and shall have tolerance of + / - 50mm.
• Trial holes at every 100m shall be used to check the gravel surface thickness and shall
have a tolerance of + 5mm / - 0mm.
• The camber cross fall shall be checked at every 50m and the maximum tolerances shall
be + / - 1 %
• The longitudinal profile shall be checked with every load to ensure a smooth surface
with no corrugations or depressions
Measurement: m3
Payment
The unit rate shall be the full compensation for labour, tools, equipment and any incidental costs
required for carrying out the work.
i)Light Grading
This activity shall consist of trimming of the carriageway to control roughness and corrugations
using either a towed grader or a motorized grader. The width of the carriageway shall be as
specified in the drawings or as directed by the Engineer.
Pegs 200 to 300mm shall be placed at 10 to 20 m intervals to mark edge of the carriageway.
The material shall be bladed toward the center of the carriageway starting from both edges to
the specified camber.
Work Method
The contractor shall use equipment to carry out this item work.
Quality Control
• The width of the carriageway shall be checked using tape measure at every 10m with
tolerance of +50mm or -20mm.
• The camber shall be checked using camber board at every 5m with and shall have a
tolerance of +/- 1%
Measurement: m2
Payment
This activity shall consist of scarifying of the existing carriageway/carriageway surface, cutting
high spots and moving materials to fill potholes, corrugations and wheel ruts and reshaping of
the surface to the specified camber, using either towed or motorized grader. All loose rocks,
roots grasses shall be removed and disposed well clear of the drains.
Pegs 300 to 400mm shall be placed at 10 to 20 m intervals to mark edge of the carriageway.
The material shall be bladed toward the center of the carriageway starting from both edges until
the specified camber is achieved. Compaction will be carried out as specified in 5.05.
Work Method
The contractor shall use equipment to carry out this item work.
Quality Control
• The width of the carriageway shall be checked using tape measure at every 10m with tolerance
of + 50mm or -20mm.
• The camber shall be checked using camber board at every 5m with and shall have a tolerance of
+/- 1%
Measurement: m2
The unit rate shall be the full compensation for labour equipment and any incidental costs required
for carrying out the work.
The ground shall be levelled, topsoil hauled back and uniformly spread over the entire
exposed/excavation area.
Adequate drainage provisions shall be made to protect excavation areas. Where necessary appropriate
protection measures may be taken to avoid erosion of the spread topsoil layer. Grass and trees may be
replanted as directed by the Engineer.
1101 GENERAL
Shoulders shall be constructed in accordance with guidelines given in 1102 and as directed by the
Engineer.
For sections where shoulders are extremely low and requires fill material before the shoulder is
reconstructed, the construction of fill embankment shall be in accordance with Section 5 of this
specification.
Low shoulder shall be reconstructed by cutting benches, filling and compacting approved fill material
to form the formation to the shoulders.
The gravel material shall have a minimum CBR of 25 at 95% MDD (AASHTO T180) and 4 days soak.
The gravel shall also be within a Plasticity Index of 15-20.
Shoulder reconstruction shall be same in all sections including the slip roads.
Payment for shoulder construction shall be in accordance with the relevant clauses in the bill of
quantities.
1201 GENERAL
Where instructed by the Engineer, the Contractor shall undertake repairs, widening and reprocessing to
the existing carriageway and shoulders in accordance with sections 12 and 14 of the Special
Specifications.
a) Areas to be scarified and reprocessed
The contractor will scarify, add new material and reprocess sections as determined by the
Engineer.
b) Pavement repairs
The Contractor will carry out repairs to base and subbase as directed by the Engineer and
according to Specifications given in Sections 12 and 14 of the Standard Specifications.
c) Pavement widening
The Contractor shall, as directed by the Engineer, bench and compact the subgrade to 100%
MDD (AASHTO T99), provide lay and compact material for subbase and base as directed by
the Engineer and in accordance with Sections 5 and 12 of the Standard Specifications.
Natural materials for base and subbase shall conform to the specifications given in Section 1203 of the
Standard Specifications for Road and Bridge Construction for cement and lime improved base and
subbase..
Natural material for subbase and base shall be measured by the cubic metre placed and
compacted upon the road calculated as the product of the compacted sectional area laid and the
length.
b) Laying
The stone shall be laid by hand closely together. The stone shall be carefully bedded and
tightly wedged with suitable spalls. The base of the stone shall alternate with the apex in
all directions or as directed by the Engineer. The layer shall be proof rolled with a
loaded scrapper or truck with a minimum axle load of 8 tonnes in the presence of the
Engineer who shall approve of its stability before compaction.
c) Compaction
This shall be by a steel wheeled roller of at least five tonnes per metre width of roll. It
shall consist of four static runs or until there is no movement under the roller. There
shall follow vibratory compaction until an average dry density of 85% minimum of
specific gravity of stone has been achieved. No result shall be below 82% of specific
gravity. The surface of the compacted layer shall then be levelled by quarry dust (0/6
mm). The dust shall have the following specifications:
The dust shall be free from foreign matter and fines passing 0.425 mm sieve shall be
NON-PLASTIC. The maximum layer shall be 40 mm or as directed by the Engineer
2.5.1 General
The existing surfacing and the base shall be reprocessed with additional material and the composite
mixture shall be compacted to form the subbase layer.
Before commencement of the work the Contractor shall propose plants and equipment he proposes to
use for this activity.
The Contractor after approval of his proposal shall carry out test section in accordance with Section 3
of the Standard Specifications.
2.5.2 The existing surfacing and base course shall be broken up to specified depth and
reprocessed in place, where required. The underlying layers shall not be damaged, and
material from one layer may normally not be mixed with that of another layer. Where
unauthorized mixing occurs or where the material is contaminated in any way by the
actions of the Contractor, and the contaminated material does not meet the specified
requirements of for the particular layer, he shall remove such material and replace it with
other approved material, all at his own expense.
2.5.3 Any mixture composition of the new layer must not contain more than 30% of the
bituminous material by volume. The mixture must not contain pieces of bound
bituminous material larger than 37.5mm, and any such material shall be removed at the
Contractor’s cost.
2.5.4 The requirements for imported material used in the respective pavement layers shall
comply with the limitations, norms, sizes and strengths specified in the Standard
Specifications clause 1203(b) and (d) and shall be worked as per Section 14 of the
Standard Specification.
2.5.5 Material reworked in-situ or that obtained from existing pavement is not expected to
comply with the material requirements but the reworking should achieve the specified
requirements.
2.5.6 Where the thickness of any existing pavement layer requires to be supplemented within
reprocessing and the thickness of the additional material after compaction will be less than
100mm, the existing layer shall be scarified to a depth that will give a layer thickness of at
least 100mm after compacting the loosened existing and the additional material.
The Contractor shall submit a proven method to method to control the depth of excavation, or layer to
be reworked, to the Engineer for approval. The Engineer may order a trial section to be reprocessed
before any major length of the road is rehabilitated.
Excavations
Excavations in the pavement shall be kept dry. In the event of water penetrating the underlying layers,
construction of the consecutive layers shall be postponed until the underlying layers are dry enough to
accommodate the construction plant without deforming or otherwise showing distress.
Step construction shall be carried out per layer at the joint when excavating, both longitudinally (if
appropriate) and perpendicular to the direction of travel. The step width shall be 500mm perpendicular
to the direction of travel, and 150mm long longitudinally, unless otherwise instructed by the Engineer.
Special care shall be taken when compacting the new material at the joint, ensuring that the specified
density is achieved.
(a) Item: In-situ reprocessing of existing pavement layers as subbase compacted to specified
density (95% MDD AASHTO T180) and thickness.
Unit: M3
The tendered rate shall include full compensation for breaking up the existing pavement layer to
specified depth, breaking down and preparing the material and the spreading and mixing in of any
additional material
Unit: M3
The tendered rate shall include full compensation for procuring and addition of the material to the
in-situ scarified layers and the transportation of the material over unlimited free-haul distance. The
tendered rates will also include full compensation for prospecting for materials and any payments
necessary to acquire the specified quality material.
Unit: M3
The tendered rates shall include full compensation for excavating the existing bituminous material
from the pavement layers and for loading, transporting the material for unlimited free-haul, off-
loading and disposing of the materials as specified.
Unit: M3
The tendered rate shall include full compensation for excavating the existing material from the
pavement layers and for loading, transporting the material for unlimited free-haul distance, off-
loading and disposing of the material as specified.
Payment will only be made for breaking up and excavating existing pavement layers to the
specified depth if the material is to be removed to spoil.
SECTION 13 - GRADED CRUSHED STONE SUBBASE AND BASE
Treatment of GCS shall be carried out in accordance with Section 14 of the specifications with the
following additional guidelines
1303MATERIAL REQUIREMENTS
Grading
The Maximum Aggregate Size of the material shall be 0/30mm in accordance with Clause 1303(c)
Cement for stabilization will be CEM 1 Portland cement conforming to KS 1262. The cement content
of the stabilized material shall be as indicated by the Engineer and will normally be about 1-4%. The
Engineer shall exercise his discretion to any variation in the rate of application of the cement, which he
may see fit, to order from time to time.
Moisture Content
The moisture content of the stabilized material shall be as directed by the Engineer but nevertheless
within the range of 85% to 100% of the optimum Moisture Content (AASHTO T.180)
The material to be stabilized and the cement shall be mixed by an approved mixing plant, which will
either be a mix-in-place pulvimixer or a stationary mixing plant for material to be used for pavement
reconstruction, widening and shoulders.
Lime improvement shall be carried out in accordance with Section 14 of the Standard Specification.
Protection and curing shall be carried out in accordance with the provisions of Clause 1409(i) of the
Standard Specification but provision shall be made to wet the surface from time to time as directed by
the Engineer.
The requirements of clause 1410 of the Standard Specification will not apply to improved natural
material utilized for patching and repair works but will apply in case reprocessing of reconstruction and
widening of the existing base and shoulders.
In addition to requirements of Clause 1503B of the Standard Specifications, the contractor shall prepare
and Repair Cracks, Edges, Potholes and Other Failures as follows: -
The entire crack area shall be cleaned by brushing with a wire brush and then blowing
with a compressed air jet and the crack sealed with 80/100 cutback bitumen using a
pouring pot or pressure lance and hand squeegee. The surface shall then de dusted with
sand or crushed dust.
Before these cracks are filled a steel wire brush or router shall be used to clean them and
then a compressed air jet shall be used to clean and remove any foreign or lose material
in the crack until the entire crack area is clean.
When the crack and surrounding area have been thoroughly cleaned, dry sand shall be
forced into the crack until it is sealed in the manner specified for cracks less than 3.0mm
width.
For prime coat, the binder shall be a medium-curing cutback MC 30 unless otherwise directed by the
Engineer.
The rate of spray of bituminous prime coat refers to the gross volume of the cutback bitumen, that is to
say the volume of the bitumen plus dilatants.
Prime coat shall be applied to gravel areas that are to receive bituminous mixes as directed by the
Engineer.
The tack coat shall consist of bitumen emulsion KI-60 unless otherwise directed by the Engineer.
The rates of spray of the binder shall be as instructed by the Engineer and shall generally be within the
range 0.8-1.2 litres/square metre.
Material for surface dressing will be pre-coated chipping class 1 and grading shall be 6/10 on
Carriageway and Shoulders. The bituminous binder used for precoating chippings shall be MC-30 and
the bituminous binder for surface dressing shall be 80/100 penetration grade bitumen modified with 3%
Styrene Butadiene Styrene (SBS) based elastomeric polymer (elastomer modified bitumen) as specified
below.
Surface Dressing
Requirements of Section ‘15 Part C-Surface Dressing’ of Standard Specification shall be met.
Binder
The binder shall be 80/100 penetration grade bitumen modified with 3% Styrene Butadiene
Styrene (SBS) based elastomeric polymer (elastomer modified bitumen). The Contractor shall
be required to provide the manufacturer’s Certificate/specifications with regards to application
of the binder for approval by the Engineer.
The TG1 Specifications as outlined in the Technical Guideline for use of Modified Binders in
Road Construction. (Asphalt Academy, Pretoria, South Africa) should be adopted.
The chippings for surface dressing shall be class 1 chippings as specified in the standard
specifications for road and bridge constructions.
The grading of the chippings shall meet the requirements nominal size 6/10 as specified in the
standard specifications for road and bridge constructions.
The rate of spray of binder and the rate of spread of chippings shall be as instructed by the
Engineer after relevant tests on the binder and chippings
Pre-Coating of Chippings
The bituminous binder used for pre-coated chippings shall be a medium curing cut-back MC-
30.
Seal coats shall be measured by the litre, for each type of bituminous binder for each seal
coat, calculated as the product of the area in square metres sprayed and the rate of
application in litres/square metres, corrected to 15.6 o C
This section covers different types of bituminous mixes for base and surface (wearing and binder
courses) and is divided into the following parts: -
Part A General
Part A comprises all the general requirements for bituminous mixes, which apply to Part B as well.
The following sections of this Specification apply to Part B of this section and shall be read in
conjunction therewith: -
(a) General
The Contractor shall submit to the Engineer in accordance with Section 1 of its
Specification, full details of the construction plant he proposes to use and the procedures
he proposes to adopt for carrying out the permanent Works.
The Engineer shall have access at all times to construction plant for the purposes of
inspection. The Contractor shall carry out regular calibration checks in the presence of
the Engineer and shall correct forthwith any faults that are found.
All construction plant used in the mixing, laying and compacting of bituminous mixes
shall be of adequate rated capacity, in good working condition, and shall be acceptable to
the Engineer. Obsolete or worn-out plant will not be allowed on the work.
The plant may be either the batch-mix type or the continuous-mix type and shall be
capable of regulating the composition of the mixture to within the tolerances specified in
Clause 1614A of this Specification.
The bitumen tank shall be capable of maintaining its contents at the specified
temperature within a tolerance of 50C and a fixed thermometer easily read from outside
the tank. Any bitumen that has been heated above 1800C or has suffered carbonisation
from prolonged heating shall be removed from the plant and disposed of.
The Contractor shall provide sufficient rollers of adequate size and weight to achieve the
specified compaction. Prior to commencing the laying of bituminous mixes in the
permanent Works the Contractor shall carry out site trials in accordance with Section 2
of this Specification to demonstrate the adequacy of his plant and to determine the
optimum method of use and sequence of operation of the rollers.
(a) The roller is set up to have the optimum amplitude and frequency of
vibration for the particular material being laid
(c) That the optimum compaction temperatures are established which allow
compaction without causing ripple effects or other distortions of the
surfacing.
Immediately before placing the bituminous mix in the pavement, the existing surface shall be cleaned
of all material and foreign matter with mechanical brooms or by other approved methods. The debris
shall be deposited well clear of the surface to be covered.
Any defect of the surface shall be made good and no bituminous mix shall be laid until the Engineer
has approved the surface.
A tack coat shall be applied in accordance with Section 15 of this Specification. If the Engineer
considers a tack coat is required prior to laying the bituminous mix or between layers of the bituminous
mix, due solely to the Contractor's method of working, then such tack coat shall be at the Contractor's
expense.
At least two months prior to commencing work using a bituminous mix, the Contractor shall, having
demonstrated that he can produce aggregates meeting the grading requirements of the Specification,
submit samples of each constituent of the mix to the Engineer. The contractor in the presence of the
Engineer will then carry out laboratory tests in order to decide upon the proportion of each constituent
of the initial design mix or mixes to be used for site trials to be carried out in accordance with Clause
1606A of this Specification.
Should the Engineer conclude from the site trials that the mix proportion or aggregate grading are to be
changed, the Contractor shall submit further samples of the constituents and carry out further site trials
all as directed by the Engineer.
The Engineer may instruct the alteration of the composition of the -75-micron fraction of the
aggregates by the addition or substitution of mineral filler. The Engineer may also instruct the
alteration of all or part of the -6.3mm fraction of the aggregates by the addition or substitution of
natural sand.
Should any changes occur in the nature or source of the constituent materials, the Contractor shall
advise the Engineer accordingly? The procedure set out above shall be followed in establishing the new
mix design.
Full scale laying and compaction site trials shall be carried out by the Contractor on all asphalt
pavement materials proposed for the Works using the construction plant and methods proposed by the
Contractor for constructing the Works. The trials shall be carried out with the agreement, and in the
presence of the Engineer, at a location approved by the Engineer.
a) Test materials, designed in the laboratory, so that a workable mix that satisfies the
specification requirements can be selected.
Each trial area shall be at least 100 metres long and to the full construction width and depth for the
material. It may form part of the Works provided it complies with this Specification. Any areas that do
not comply with this Specification shall be removed.
The Contractor shall allow in his programme for conducting site trials and for carrying out the
appropriate tests on them. The trial on any pavement layer shall be undertaken at least 21 days ahead
of the Contractor proposing to commence full-scale work on that layer.
The bitumen shall be heated so that it can be distributed uniformly and care shall be taken not to
overheat it. The temperature shall never exceed 1700 C for 60/70-penetration grade bitumen.
The aggregates shall be dried and heated so that they are mixed at the following temperatures: -
The mixing time shall be the shortest required to obtain a uniform mix and thorough coating. The wet
mixing time shall be determined by the Contractor and agreed by the Engineer for each plant and for
each type of aggregate used. It shall normally not exceed 60 seconds.
The bituminous mix shall be kept free of contamination and segregation during transportation. Each
load shall be covered with canvas or similar covering to protect it from the weather and dust.
Immediately after the surface has been prepared and approved, the mixture shall be spread to line and
level by the laying plant without segregation and dragging.
The mixture shall be placed in widths of one traffic lane at a time, unless otherwise agreed by the
Engineer. The compacted thickness of any layer shall be at least 2.5 times the maximum size of the
aggregate for wearing course and at least 2 times for binder course. The minimum thickness shall be
25mm.
Only on areas where irregularities or unavoidable obstacles make the use of mechanical laying
impracticable, may the mixture be spread and compacted by hand.
1610A COMPACTION
Immediately after the bituminous mixture has been spread, it shall be thoroughly and uniformly
compacted by rolling.
The layer shall be rolled when the mixture is in such a condition that rolling does not cause undue
displacement or shoving.
Rolling shall normally commence from the outer edge and proceed longitudinally parallel to the
centreline, each trip overlapping one half of the roller width. On super elevated curves, rolling shall
begin at the low side and progress to the high side. Where laying is carried out in lanes care must be
taken to prevent water entrapment.
Intermediate rolling with a pneumatic-tyred or vibratory roller shall follow immediately. Final rolling
with a steel-wheeled roller shall be used to eliminate marks from previous rolling.
To prevent adhesion of the mixture to the rollers, the wheels shall be kept lightly moistened with water.
In areas too small for the roller, a vibrating plate compactor or a hand tamper shall be used to achieve
the specified compaction.
Any mixture that becomes loose and broken, mixed with dirt or foreign matter or is in any way
defective, shall be removed and replaced with fresh hot mixture, which shall be compacted to conform
to the surrounding area.
Spreading of the mixture shall be as continuous as possible. Transverse joints shall be formed by
cutting neatly in a straight line across the previous run to expose the full depth of the course. The
vertical face so formed shall be painted lightly with hot 60/70 penetration grade bitumen just before the
additional mixture is placed against it.
Longitudinal joints shall be rolled directly behind the paving operation. The first lane shall be placed
true to line and level and have an approximately vertical face. The mixture placed in the abutting lane
shall then be tightly crowded against the face of the previously placed lane. The paver shall be
positioned to spread material overlapping the joint face by 20-30mm. Before rolling, the excess
mixture shall be raked off and discarded.
Any fresh mixture spread accidentally on the existing work at a joint shall be carefully removed by
brooming it back on to uncompacted work, so as to avoid formation of irregularities at the joint. The
finish at joints shall comply with the surface requirements and shall present the same uniformity of
finish, texture and density as other sections of the work.
The edges of the course shall be rolled concurrently with or immediately after the longitudinal joint. In
rolling the edges, roller wheels shall extend 50 to 100mm beyond the edge.
The sampling of bituminous mixtures shall be carried out in accordance with AASHTO T168 (ASTM
Designation D979).
During mixing and laying of bituminous mixtures, control tests on the constituents and on the mixed
material shall be carried out in accordance with Clause 1612A and Section 2 of this Specification.
If the results of any tests show that any of the constituent materials fail to comply with this
Specification, the Contractor shall carry out whatever changes may be necessary to the materials or the
source of supply to ensure compliance.
If the results of more than one test in ten on the mixed material show that the material fails to comply
with this Specification, laying shall forthwith cease until the reason for the failure has been found and
corrected. The Contractor shall remove any faulty material laid and replace it with material complying
with this Specification all at his own expense.
1614A TOLERANCES
Surfacing courses and base shall be constructed within the geometric tolerances specified in Section 3
of this Specification.
The average amount of bitumen in any length of any layer, calculated as the product of the bitumen
contents obtained from single tests and the weight of mixture represented by each test, shall not be less
than the amount ordered.
The average amount of bitumen for each day's production calculated from the checked weights of
mixes shall not be less than the amount ordered.
The average amount of bitumen in any length of any layer, calculated as the product of the bitumen
contents obtained from single tests and the weight of mixture represented by each test, shall not be less
than the amount ordered.
The average amount of bitumen for each day's production calculated from the checked weights of
mixes shall not be less than the amount ordered.
The final average overall width of the upper surface of a bituminous mix layer measured at six
equidistant points over a length of 100m shall be at least equal to the width specified. At no point shall
No separate measurement and payment shall be made for complying with the requirements of Clauses
1601A to 1614A inclusive and the Contractor shall be deemed to have allowed in his rates in Parts B
and C of Section 16 of this Specification for the costs of complying with the requirements of Part A of
Section 16 of this Specification
PART B
ASPHALT CONCRETE FOR SURFACING - SUPERPAVE
1601B INTRODUCTION
Some modifications, to the Standard Specification, which takes into account aspects of the Super Pave
Mix Design methods, have been made. This shall be in accordance with the procedures presented in
Overseas Road Note 19, ‘’ A guide to the design of hot mix asphalt in tropical and subtropical
countries’’ and detailed in the current manuals produced by the Asphalt Institute. The contractor shall
be deemed to possess a copy of these publications and shall provide at least two copies of each on site,
one for the Engineer and the other for the Contractor.
1602B MATERIALS FOR ASPHALT CONCRETE
(a) Penetration grade bitumen
Bitumen shall be 60/70 penetration grade, and shall meet the requirements of
Table 4.3 in ORN 19 as summarised below:
Minimum requirements for penetration grade bitumen (ORN19 Table 4.3)
(b) Aggregate
(i) In the standard specification rename Table 16B-1 as 16B-1(a)
1 AASHTO T176
2 British Standard 1377: Part 2
3 British Standard 812: Part 105
4 British Standard 812: Parts 110 to 114
5 ASTM C131 and C535
6 British Standard 812: Part 2
7 AASHTO T104
8 D White oak (1990) (Shell Bitumen Handbook)
9 AASHTO T182
10 AASHTO T283
¹The anticipated project traffic level expected over a 20-year design period
²85/80 denotes that 85 percent of the coarse aggregate has one fractured face and 80 percent has two or
more fractured faces
3
Criterion based upon a 5:1 maximum to minimum ratio
160
Nominal Maximum Size Sieve size Control point
3B
(mm)
(mm) (%passing)
Th
(Note 1 below)
Minimum Maximum e
gra
25 100 - din
19 90 100 g
mi
19.0 12.5 - 90 xtu
re
2.36 23 49
of
0.075 2 8 coa
rse
Note (1) - The definition of Nominal Maximum Size of aggregate is one sieve larger than the first sieve
to retain more than ten per cent of the aggregate. It is also recommended that where possible the
largest particle size should not be more than 25 mm so that the requirements of the Marshall test can
be complied with.
1604B REQUIREMENTS FOR ASPHALT CONCRETE
The mix design should be carried out using the Super pave test procedures.
Super pave – Carriageway and Shoulders
The mix design, when compacted in accordance with AASHTO T 312 (Preparing and determining
the density of Hot Mix Asphalt (HMA) specimens by means of the Super pave gyratory
compactor) shall meet the relative density, voids in the mineral aggregate (VMA), Voids filled
with Asphalt (VFA) and dust to binder ratio requirements specified in Table 16-B2(b).
The initial, design and maximum number of gyrations are specified in AASHTO R 35, Super pave
volumetric design for Hot Mix Asphalt (HMA).
Required Relative Density, Voids in the Mineral Voids
Cumulative
Percent of theoretical Aggregate (VMA), Filled
Equivalent Dust-to-
maximum specific gravity Percent Minimum with
Standard Binder
Asphalt
Axles Nominal maximum Ratio
(VFA)
(CESA)¹ in N initial N design N max size Aggregate (mm) Range
Range,
Million
Percent
19.0
>10 ≤89.0 96.0 ≤98.0 65-75 0.6-1.2
¹The anticipated project traffic level expected over a 20-year design period
1605B MIXING AND LAYING ASPHALT CONCRETE
1606B COMPACTION
Rolling shall be continued until compaction of the completed layer attains a minimum mean
value of 95% of refusal density (no value less than 93%) and until the voids measured in the
compacted layer are within the specified range as appropriate.
Asphalt concrete shall be measured by the cubic metre compacted on the road
calculated as the product of the length instructed to be laid and the compacted
cross-sectional area shown on the Drawings or instructed by the Engineer.
The rate for asphalt concrete shall include for the cost of providing, transporting,
laying and compacting the mix with the nominal binder content and complying
with the requirements of Parts A and B of Section 16 of this Specification.
PART C
SUPERPAVE DENSE BITUMEN MACADAM
1601C INTRODUCTION
Some modifications, to the Standard Specification, which takes into account aspects of the Super pave
Mix Design methods, have been made. This shall be in accordance with the procedures presented in
Overseas Road Note 19, ‘’ A guide to the design of hot mix asphalt in tropical and subtropical countries’’
and detailed in the current manuals produced by the Asphalt Institute. The contractor shall be deemed to
Minimum Maximum
(Note 1 below) 50 100 -
37.5 90 100
37.5 25 - 90
2.36 15 41
0.075 0 6
37.5 100 -
25 90 100
25 19 - 90
2.36 19 45
0.075 1 7
Note (1) - The definition of Nominal Maximum Size of aggregate is one sieve larger than the first sieve to
retain more than ten per cent of the aggregate
The anticipated project traffic level expected over a 20-year design period
The proportion, by mass of total mix, of bitumen (binder content) shall be in the range 4.0 + 0.5. The
binder content of the working mix will be instructed by the Engineer following laboratory and site
trials
The mixing temperature of the Bitumen Macadam Base Course shall be between 1400C and 1700C.
Where possible, the viscosity of the bitumen should be measured over a range of temperatures and
plotted on the Bitumen Test data Chart do that the ideal mixing temperature at which the viscosity of
the Bitumen Test Data Chart do that the ideal mixing temperature, at which the viscosity of the
bitumen is between approximately 0.2 and 0.5 Pa.s can then be read from the chart. The minimum
temperature at laying and commencement of compaction shall be 1200C and at completion of
compaction shall be not less than 900C.
Laying plant capable of spreading the mixture over the full carriageway width shall be preferred,
otherwise two mechanical pavers working in echelon shall be used and the longitudinal joint shall be
compacted before the temperature of the existing lane has dropped to 700C.
The minimum thickness of the compacted layer shall be 75mm and no compacted layer shall exceed
125mm.
The rates inserted in the Bills of Quantities for road marking shall include for prior application of
approved tack coat.
CONSTRUCTION
The road studs shall be constructed of high impact ABS containing a multi-biconvex glass lens
reflector system. It shall be of monolithic construction, and not less than 98.5. m2. The height of
the marker shall not exceed 17mm and the underside shall contain a non-honeycomb base (flat).
REQUIREMENTS
The markers shall conform to the following requirements
Colour
Shall be white, yellow or red as specified and the Retro – reflectance values should conform to the
testing procedures of ASTME 809.
Impact Resistance
The market shall not crack or break when tested using a 1000-gram weight from a height of 1
metre. (ASTM D 2444) or BS 3900 Part E3.
Heat Resistance
Shall comply with the initial brightness as per BS 873 Part IV of 1978
Night Visibility
The marker shall be bright as per BS 873 Part IV of 1978
Corrosion Resistance
After immersing a sample of Road stud in a solution containing 30g/1 of sodium chloride for 30
days, there shall not be any signs of corrosion -(BS998).
NOTE: These markers are intended for application directly to pavement surfaces and are
compatible with raised pavement makers. These adhesives should be of high quality and tested for
conformance to customer requirements.
ADHESIVES
They shall be of Resin Type–Epoxy of 2 different components part 1 and 2 i.e., Adhesive and
Reactor without any volatile solvents in both.
Pot life: not less than 20 minutes at 20 oC
Rotational cure time: between 20 and 30 minutes at 20 oC
Hard cure: Between 40 and 60 minutes at 20 oC
APPLICATION INSTRUCTION
Preparation of Pavements
Make sure that the road Surface is absolutely dry and free of oil and grease.
Mixing of Adhesive
Pour component B into the container of component A. Stir mixture by hand with a wooden or
metal stick until uniform Grey Tint without a strike is obtained.
Installation
Pour the mixture on to the underside of the road stud. Then place the road stud firmly on the road
surface. Adhesive should stand out for about 5mm to 10 mm over the edges of the stud.
Protection from the Traffic
2006 GUARDRAILS
Contrary to the Standard Specification, guardrails shall be complete with posts and _swarflex_
ART 3240 guardrail reflectors every 4m as per drawings and as directed by the Engineer.
2007 KERBS
a) Vertical Joints
Vertical joints between adjacent Kerbs shall not be greater than 5 mm in width and
shall be filled with a mortar consisting of 1:3 cement: sand by volume.
b) Transition between flush and raised kerbs
The transition between flush and raised kerbs (e.g., at bus bays) shall be termed as
ramped kerbs. The transition between flush and raised kerbs shall occur within a
length of 2.0 m.
Guardrail
Guardrail shall be measured by the metre as the length of the guardrail constructed.
Trees
Trees shall be measured by the number instructed.
The rate for trees shall include for the cost of the provision and transport of seedling, excavation,
provision and backfill with topsoil, watering and replacement of seedlings as necessary, and
complying with the requirements of Clause 2010 of this Specification.
SECTION 21 - DAYWORKS
2202 MEASUREMENTS AND PAYMENT
(a) Plant
Where items of major plant listed in the schedule of Day works are specified by type (e.g.,
Concrete mixer etc.) the power rating if such items of plant are provided by the Contractor
shall not be lower than the power ratings of such plant manufactured within the last two
years prior to the date of BID. Any item of major plant employed upon Day works that has
a power rating lower than specified above shall be paid for at rates lower than those in the
schedule of Day works. The reduction in the rate payable shall be in proportion to the
reduction in power rating below that specified above.
The paving blocks shall be of type S of any shape fitting within a 295 mm square
coordinating space and a work size thickness of at least 30 mm. The blocks shall confirm
to the requirements of BS 6717: Pt. 1:1986 or Kenya standard equivalent.
The blocks shall be laid on a 40 mm minimum sand base whose specifications are as in
section (b) of this specification.
Sand used as bedding for paving blocks and slabs shall be natural sand either pit or river
sand. The grading shall conform and be parallel as much as possible to KS02 – 95 Parts 1
&2: 1984 for zones 1,2 or 3. The other requirements shall be as specified in section 1703
(c) of Standard Specifications.
Payment for paving blocks and paving slabs shall be by square metre laid. The rate quoted
would include the cost of haulage to site of the blocks, slabs and sand, as no extra payment
shall be made for haulage
SUPERVISION CHECKLIST
Supervision Check List
Project Name: PERFORMANCE BASED CONTRACT FOR MAINTENANCE OF KCC (SOTIK) – Date Signatures
NDANAI - GORGOR (B133) ROAD
1. This checklist is for Resident Engineer to check Contractor’s work execution process. The Engineer's
Representative
2. Fill in date of checking as (day/month), mark as indicated in Filling Example, and state remarks. (Project Engineer)
3. Put this check list in the Monthly Progress Report. resident Engineer
befor
During execution after Remarks
e
Date Date Date Date Date Date Date Date Date Date Reason for unsatisfactory
Item Check Point performance (Site diary No.)
Corrective order by authority
(Date)
/ / / / / / / / / /
Excellent point to be
specified
1 Execution Works
system in Execution
general Programme
(including
1-1 its revised
version if
any) is
submitted
before the
Project Name: PERFORMANCE BASED CONTRACT FOR MAINTENANCE OF KCC (SOTIK) – Date Signatures
NDANAI - GORGOR (B133) ROAD
date
specified in
contract
document
Works
Execution
Programme
properly
1-2 reflects the
given
specificatio
ns and site
conditions
Execution
procedures
are in
1-3 accordance
with Works
Execution
Programme
2 Equipmen All
t holding equipment
2-1 used are
properly
mobilized
Project Name: PERFORMANCE BASED CONTRACT FOR MAINTENANCE OF KCC (SOTIK) – Date Signatures
NDANAI - GORGOR (B133) ROAD
in
accordance
with Works
Execution
Programme
All
equipment
used is well
2-2 maintained
during the
execution
of works
3 Contracto Qualified
r’s in- technical
house staff of
staff Contractor
are properly
3-1
assigned as
specified in
Works
Execution
Programme
Contractor’
3-2 s in-house
key staff
Project Name: PERFORMANCE BASED CONTRACT FOR MAINTENANCE OF KCC (SOTIK) – Date Signatures
NDANAI - GORGOR (B133) ROAD
understand
work
process and
schedule
properly
Contractor’
s in-house
staff give
technical
guidance
and
3-3
direction to
workers
and
operators
properly
and timely
Communic
ations with
authority in
3-4
writing is
properly
and timely
4 Personnel 4-1 Workers
Project Name: PERFORMANCE BASED CONTRACT FOR MAINTENANCE OF KCC (SOTIK) – Date Signatures
NDANAI - GORGOR (B133) ROAD
employm and
ent operators
are
deployed in
accordance
with Works
Execution
Programme
Wage
payment is
4-2 properly
made on
time
5 Site base Office and
facilities stockyard
are
prepared in
5-1
accordance
with Works
Execution
Programme
Site is well
5-2 maintained
during the
Project Name: PERFORMANCE BASED CONTRACT FOR MAINTENANCE OF KCC (SOTIK) – Date Signatures
NDANAI - GORGOR (B133) ROAD
work
execution
and cleared
on
completion
Material
stored on
site is
properly
5-3
managed
during the
work
execution
6 Quality Material
and testing,
quantity structural
managem examinatio
ent n, and
6-1 measureme
nts are
properly
and
Periodically
conducted
based on
Project Name: PERFORMANCE BASED CONTRACT FOR MAINTENANCE OF KCC (SOTIK) – Date Signatures
NDANAI - GORGOR (B133) ROAD
specificatio
ns and
Works
Execution
Programme
Results of
material
testing,
structural
examinatio
6-2 n and
measureme
nts are
within the
specificatio
ns.
Results of
material
testing,
structural
6-3 examinatio
n, and
measureme
nts are
properly
Project Name: PERFORMANCE BASED CONTRACT FOR MAINTENANCE OF KCC (SOTIK) – Date Signatures
NDANAI - GORGOR (B133) ROAD
compiled as
reports for
confirmatio
n
7 Work Understand
schedulin ing of
g critical path
and its
7-1
reflection
on
scheduling
is proper
Actual
proceedings
are
periodically
compared
to the
7-2
planned
schedule
described in
Works
Execution
Programme
Project Name: PERFORMANCE BASED CONTRACT FOR MAINTENANCE OF KCC (SOTIK) – Date Signatures
NDANAI - GORGOR (B133) ROAD
Changes
caused by
site
conditions
7-3
are properly
handled to
keep things
on schedule
All works
are
completed
within the
contract
7-4
term or
within the
extended
term as
allowed
8 Work No accident
safety occurs to
managem workers,
8-1
ent operators,
or third-
parties.
Project Name: PERFORMANCE BASED CONTRACT FOR MAINTENANCE OF KCC (SOTIK) – Date Signatures
NDANAI - GORGOR (B133) ROAD
Safety of
workers
8-2 and
operators is
considered
Accident
prevention
efforts for
8-3
third-
parties are
proper
Traffic and
site safety
devices are
8-4 properly
installed
and
managed
Temporary
facilities
8-5 (e.g.,
scaffolding)
are
constantly
Project Name: PERFORMANCE BASED CONTRACT FOR MAINTENANCE OF KCC (SOTIK) – Date Signatures
NDANAI - GORGOR (B133) ROAD
checked
9 Environm Environme
ental and ntal and
social social
managem mitigation
ent efforts
(e.g.,
9-1 against
noise,
vibration,
emission,
and dust)
are
conducted
Waste
material
9-2 from site is
properly
disposed
Damage to
existing
9-3 roads,
works and
services is
avoided or
Project Name: PERFORMANCE BASED CONTRACT FOR MAINTENANCE OF KCC (SOTIK) – Date Signatures
NDANAI - GORGOR (B133) ROAD
are repaired
when it
occurs
No
overloading
for work-
9-4
related
vehicles is
reported
Filling Example: ✓Check point is satisfactory■ Check point is unsatisfactory N/A Not applicable
A. BOQ SUMMARY
Description
Amount (in figures)
A. TOTALS BROUGHT FORWARD
1. The Bills of Quantities for Maintenance Services shall be read in conjunction with the Instructions
to Tenderers, Conditions of Contract, Specifications and the Drawings.
2. This Bills of Quantities is the basis for payment of maintenance services that are to be provided on
a lump sum per km basis for maintaining the roads covered under the contract, at the Service
Levels defined in the Specifications. The rates given by the Tenderer shall, except insofar as is
otherwise provided under the Contract, include all plant, equipment, labour, management and
supervision, materials, erection, maintenance, insurance, profit, taxes and duties, together with all
general risks, liabilities and obligations set out or implied in the Contract.
3. Payment shall be made in accordance with the actual performance of the Contractor and
compliance with the Service Level criteria given in the Specifications for each road. Failure to
meet the Service Levels will result in payment reductions in accordance with Clause 47 of the
General Conditions and the Performance Specifications.
4. The unit rates and prices shall be quoted entirely in local currency but payment will be made in the
proportions and currencies quoted in the Schedule of Adjustment Data.
5. A unit rate or price shall be entered by the Tenderer against each item in the Bill of Quantities. The
cost of items against which the Tenderer has failed to enter a unit rate or price shall be deemed to
be covered by other unit rates and prices entered in the Bill of Quantities.
6. General directions and descriptions of work and materials are not repeated or summarized in the
Bill of Quantities. References to the relevant sections of the Contract documentation shall be made
before entering rates or prices against each item in the Bill of Quantities.
7. The method of measurement of completed work for payment shall be in accordance with the
measurement and payment provisions of the relevant section in the Performance Specifications.
8. Arithmetical errors discovered prior to award of the Contract will be corrected by the Procuring
Entity pursuant to the Instructions to Tenderers.
1. The Bills of Quantities for Rehabilitation Works and for Improvement Works shall be read in
conjunction with the Instructions to Tenderers, Conditions of Contract, Specifications and the
Drawings.
2. The Bill of Quantities for Rehabilitation Works presents a number of explicit activities considered
necessary to rehabilitate particular road sections before some or all of the Service Level criteria for
performance-based maintenance defined in the Specifications can be applied. The Tenderer shall
undertake a detailed assessment of road conditions at the time of Tender. The location and extent of
the particular rehabilitation works considered necessary to reach required Service Levels shall be
indicated by the Tenderer in his Tender submission.
3. Although the tendering document may show estimated quantities of Rehabilitation Works, it is the
responsibility of the Tenderer to prepare his own estimate for the quantity of work required for
each rehabilitation activity, and he shall indicate these quantities in the Bill of Quantities.
4. The Procuring Entity may in some cases indicate fixed quantities for some specific Rehabilitation
Works, such as asphalt resurfacing. Those cases are clearly indicated as such by the Procuring
Entity in the TDS Specifications and the Bill of Quantities for Rehabilitation Works.
5. Payment for Rehabilitation Works shall be made in relation to the work outputs satisfactorily
completed in conformity with the Specifications as measured by the Contractor and verified by the
Engineer, and valued at the unit rates and prices stated in the priced Bill of Quantities. The total
price for Rehabilitation Works and Improvement Works, if any, shall not exceed the threshold value
or percentage given by the Procuring Entity in the TDS.
6. The Bill of Quantities for Improvement Works lists a set of interventions to be carried out by the
contractor that add new characteristics to the Road in response to existing or new traffic, safety or
other conditions, as defined in the TDS and the Specifications.
7. Payment for Improvement Works shall be made in relation to the work items satisfactorily
completed in conformity with the Specifications, as measured by the Contractor and verified by the
Engineer, and valued at the unit rates and prices stated in the priced Bill of Quantities for
Improvement Works.
c) General
8. The unit rates and prices Tender in the priced Bill of Quantities shall, except insofar as is otherwise
provided under the Contract, include all plant, equipment, labor, supervision, materials, erection,
maintenance, insurance, profit, taxes and duties, together with all general risks, liabilities and
obligations set out or implied in the Contract. Unit rates and prices shall also include the cost of
engineering design services, and measures needed to prevent or mitigate environmental impacts
and safety measures.
9. The unit rates and prices shall be quoted entirely in local currency but payment will be made in the
proportions and currencies quoted in the Schedule of Adjustments.
10. A quantity, unit rate or price shall only be entered against those work items considered necessary to
attain the required Service Levels and sustain such Service Levels thereafter through execution of
maintenance services that are provided for separately.
11. General directions and descriptions of work and materials are not repeated or summarized in the
Bill of Quantities. References to the relevant sections of the Contract documentation shall be made
KeNHA/R4/310/2024 Issued by Kenya National Highways Authority 234
before entering rates or prices against each item in the Bill of Quantities.
12. The method of measurement of completed work for payment shall be in accordance with the
measurement and payment provisions of the relevant section of the Specifications.
13. Arithmetical errors discovered prior to award of the Contract will be corrected by the Procuring
Entity pursuant to the Instructions to Tenderers.
5 EARTHWORKS
16 BITUMINOUS MIXES
2. Inspectorate
1 Roads Superintendent 7 11,200.00 8,400.00 7,000 1,750.00
2 Roads Inspector 8 11,200.00 8,400.00 7,000 1,750.00
3 Roads Overseer 9 6,300.00 4,900.00 4,200 1,050.00
4 Inspector (Projects) 6,300.00 4,900.00 4,200 -
5 Assistant Inspector (Projects) 6,300.00 4,900.00 4,200 -
3. Labaratory
KeNHA/R4/310/2024 Issued by Kenya National Highways Authority 248
1 Material Technologist 11,200.00 8,400.00 7,000 1,750.00
2 Lab Technician 6,300.00 4,900.00 4,200 1,050.00
3 Lab Attendant 6,300.00 4,900.00 4,200 1,050.00
4 Lab Technician (Projects) 6,300.00 4,900.00 4,200 1,050.00
5 Lab Attendant (Projects) 6,300.00 4,900.00 4,200 1,050.00
4. Survey
5. Drivers
1 Senior Driver 8 11,200.00 8,400.00 7,000 1,750.00
2 Driver 9 6,300.00 4,900.00 4,200 1,050.00
3 Driver (Projects) 6,300.00 4,900.00 4,200 -
6. Admin
PART II
KeNHA PROJECT STAFF RENUMERATION SCALE
1. TECHNICAL STAFF
Civil Engineering Degree Holders
Surveyors
Gross Monthly
Renumeration
S/n Staff Designation Minimum Qualifications
(Man Months)
(KShs)
1 Senior Surveyor i. Holds a Degree in Survey or its equivalent
ii. Registered as a Professional Member with the Institute of
204,600.00
Surveyors of Kenya
iii. Has over 5 Years of Practical Experience in Roads.
2 Surveyor i. Holds a Degree in Survey or its equivalent
ii. Registered as a Graduate Member with the Institute of Survey
117,500.00
of Kenya
iii. Has over 3 Years of Practical Experience in Roads.
3 Assistant Surveyor/Leveller i. Holds a Degree/Diploma in Survey or its equivalent
71,500.00
ii. Fresh from college
4 Chainman i. Has over 1 year of practical experience in roads survey 36,500.00
2. NON-TECHNICAL STAFF
Finance Office
Holds a Bachelors of Commerce (Finance & Banking) or it's
1 Assistant Accountant
equivalent.
Holds atleast CPA-I 71,500.00
Has atleast 3 years post graduate practical experience.
Has worked with KeNHA for over 2 years.
Holds a Bachelors of Commerce (Finance & Banking) or it's
2 Trainee Accountant
equivalent. 52,500.00
Fresh from university
Procurement Office
KeNHA/R4/310/2024 Issued by Kenya National Highways Authority 253
1 Procurement Officer Holds a Degree in Supply Chain Management or its equivalent
Has over 3 years of experience. 117,500.00
Has worked with KeNHA for over 2 Year
2 Assistant Procurement Officer Holds a Diploma in Supply Chain Management or its equivalent
71,500.00
Has worked with KeNHA for over 1 Year
Holds a Degree/Diploma in Supply Chain Management or its
3 Trainee Procurement Officer
equivalent 52,500.00
Fresh From college
Procurement Office
Holds a Degree in Information Technology, Computer
Information Communications Technology
1 Science/Engineering or any other relevant and equivalent
Officer
qualification from a recognized Institution. 117,500.00
Has over 3 years of experience.
Has worked with KeNHA for over 2 Year
Holds a Diploma in Computer Science, Information Technology
Assistant Information Communications
2 or other relevant and equivalent qualifications from a recognized
Technology Officer 52,500.00
Institution
Has worked with KeNHA for over 1 Year
Administration
Holds a Bachelors Degree in Business Admnistration (Human
1 Assistant Human Resource
Resource Management) or its equivalent. 71,500.00
Has worked with KeNHA for over 2 years.
Office Assistant
1 Office Assistant/Clerks Has O-Level Certificate or its equivalent.
36,500.00
Trained on data keeping and/or computer applications.
SUB TOTAL B
Provision of a lump sum to be expended in overtime and allowances in accordance to Labour Laws and Human Resource
procedures & guidelines (30% of Sub Total B)
SUB TOTAL C (SUBTOTAL B + Provisional Sum for Overtime and Allowances)
GRAND TOTAL CARRIED FORWARD TO BILL 01-80-030A (SUB TOTAL A + SUB TOTAL C)
Box (12
9 Drinking water (Small bottles) 72
pcs)
10 Subtotal A
3. Consumables and Allowances
1 Lunches No 24 20,000.00 480,000.00
Subtotal B
GRAND TOTAL CARRIED FORWARD TO BILL ITEM 01-80-026A
CONCRETE CUBES
Cost No of Total Cost
S/No. Description (Kshs) Test (Kshs)
1 Making and crushing of cubes (set of 3) 1500 3 4,500.00
AGGREGATES
1 Flakines Index (FI) 600 3 1,800.00
2 Bulk Density 500 3 1,500.00
3 LAA 1000 3 3,000.00
4 ACV 1000 3 3,000.00
5 Seave Analysis(Course Aggregates) 500 3 1,500.00
6 Seave Analysis(Fine Aggregates and Sand) 500 3 1,500.00
7 Water Absorbtion and Specific Gravity 900 3 2,700.00
8 Silt and Clay Content 500 3 1,500.00
9 10% Fines 1200 7 8,400.00
Weathering 5 cycles(SSS) on crushed graded
10 aggregares (ASTM) 3000 2 6,000.00
11 Arithmetical Mix Design(Calculation only) 2500 1 2,500.00
12 Concrete mix Design (Complete) 10000 1 10,000.00
13 Sand Equivalent 1000 7 7,000.00
14 Bulking Curves for sand 800 7 5,600.00
SOIL ANALYSIS
Determination of liquid, plastic and linear shinkage
1 (Atterbergs) 500 7 3,500.00
OTHERS
1 Chemical Analysis of Cement 4000 1 4,000.00
2 Thermoplastic Paint Testing with beeds 10000 1 10,000.00
3 Cat eyes 4400 1 4,400.00
4 Guardrail Flex Beam, Post,Bolts and Nuts 6500 1 6,500.00
5 Gabion Box 6500 1 6,500.00
6 Major Tests on AC 18000 1 18,000.00
GRAND TOTAL CARRIED FORWARD TO BILL ITEM 01-80-010A 300,100.00
Summary of currencies of the Tender 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
Procuring Entity should insert the names of each Section of the Works]
Name of payment A B C D
currency Amount of Rate of Local currency Percentage of Net Tender
currency exchange (local equivalent Price (NBP)
currency per C=A*B 100*C
unit of foreign) NBP
Local currency 1.00
Foreign currency #1
Foreign currency #2
Provisional sums
expressed in local
currency
Delete if not
applicable:
Additional provisional
sums, expressed in
local currency, for
ESHS outcomes
TENDER PRICE
Standard Drawings
Project Specific Drawings
Line Diagrams
Road Condition Survey (ARICS)
Gabions Installation
m2 20 40 30 10 100
Stone Pitching
m2 1,500.00 1500
Culvert Installation
m 15 18 36 12 60 18 18 36 60 273
Scourchecks Installation
N0. 36 6 18 36 96
Shoulder Gravelling
m3 900.00 900.00 1800
Base Repair
m3 357.14 357.14 357.14 357.14 357.14 357.14 357.14 2500.00
Surface Dressing
m3 112.42 112.42 112.42 112.42 112.42 562.12
Regulation
m3 285.00 285.00
Provide and erect warning type signs
750mm size no 4 4 4 4 4 20.00
ROAD NO: B133 ROAD NAME: KCC-NDANAI-GORGOR ROAD LENGTH (km): 29.60
ON/OFF-CARRIAGEWAY PRIORITY FOR SPOT IMPROVEMENT
Sheet Length (Rate of Deterioration) Shoulder CULVERTS STRUCTURES INCL.
No. Km 1 2 3 4 5 grading N RR HR NH G B SHOULDER REHAB. SPOT RESEALING PROTECTION WORKS
1 5 2.6 2.4 5 36 1) Ch: 6+800-7+300 1) Ch:0+00-28+600 surface dressing 1) Ch: New culverts 600mm
2 5 1.4 3 0.6 5 5 30 12+100-12+800 0+840,3+060,3+100,5+150
3 5 4.2 0.8 5 2 57 20+000-20+400 5+150,6+800
4 5 0.6 3.4 1 5 2 2 85 2) Ch: 26+900-27+200 2) Ch: Crack sealing 2) Acess
7+400
culverts
,7+500Ch:
10+200-5no, 10+300,12+700,
5 5 4 1 5 1 44 9+400-10+600 15+250,16+000,20+000
6 3 0.4 1.2 1.6 21 18+200-20+000 19+540,19+680,20+000
3) Ch:Cut to spoil in soft 1200m3 3) Ch: Patching/overlay 3) Ch: 20+400
4+800-6+000 21+500
7+800-9+000 27+800
4) Ch: 4) Ch: Overlay10+500-11+800 4) Ch: Guard raip repair 200m
Overlay 13+500-14+300 btw 24+300-26+400
23+600-24+000 3+700-3+900
5) Ch: 5) Ch: Overlay 5) Ch: Stone pitching
6km 0+700-0+850
19+540-19+780
6) Ch: 6) Ch: 6) Ch: 20+000-20+200
0+00-28+600installation of standard RR markers
Road humps and signages 11no
7) Ch: 7) Ch: 7) Ch: Pedestrian crossing signs 25no
Bus bays 8 no
S km 28 5.0 18.2 3.4 S No 28.6 8 2 2 273 line drainage 600m
ROAD KM: 28
S % 0.19 0.68 0.13 Maintainable S(1-3) 23.2 Average Rate of Deterioration: 2.94
POSSIBLE ENVIRONMENTAL
PROJECTS IN THIS ROAD : Tea Factories ,Road construction equipments and De-forestation
The Conditions of Contract Part 1 – General Conditions shall be those forming Part 1 of the Conditions of
Contract for works of Civil engineering construction Fourth Edition 1987, reprinted in 1992 with further
amendments, prepared by the Federation Internationale des Ingenieurs Conseils (FIDIC)
FIDIC Secretariat
P.O. Box 86
1000 Lausanne 12
Switzerland
Fax: 41 21 653 5432
Telephone: 41 21 653 5003
The following Conditions of Particular Application shall supplement the General Conditions of Contract.
Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of
Contract. The Particular Condition is preceded by the corresponding clause number of the General Conditions
to which it relates.
(i) The “Employer” is the Kenya National Highways Authority, represented by the Director General - Kenya
national Highways Authority.
(iv) The “Engineer” is the Director, Maintenance - Kenya National Highways Authority.
(v) The “Engineer Representative” is the Deputy Director Trunk Network Coordination
(b) (i) Insert in line 2 after the Bills of Quantities”, the following, “the rates entered by the Contractor
(whether or not such rate be employed in computation of the Contract Price),”
Amend subparagraph (b) (v) of Sub-Clause 1.1 by adding the following words at the end:
The word “Tender” is synonymous with “bid” and the word “Appendix to Tender” with “Appendix to Bid”
and the word “Tender documents” with “bidding documents”.
With reference to Sub-Clause 2.1 (b), the following shall also apply: The Engineer shall obtain the specific
approval of the Employer before taking any of the following actions specified in Part 1:
(a) Consenting to the subletting of any part of the works under Clause 4;
(b) Certifying additional cost determined under Clause 12;
(c) Determining an extension of time under Clause 44;
(d) Issuing a variation under Clause 51;
(e) Fixing rates or prices under Clause 52
(f) The works specified under this Contract shall be executed, supervised and evaluated in accordance to the
Contract Supervision and Evaluation Manual developed by the Ministry of Roads – Version 2012
Add
The Contract may be terminated if the Contractor is unable to take full responsibility for the adequacy,
stability and safety of all Site operations and methods of construction.
Add
The Resident Engineer shall provide a 28days Notice to the Contractor informing him of the early expiry of
his Performance Security. Upon receipt of such a Notice the Contractor shall before lapse of 14days extend the
Performance security and provide evidence of such an extension to the Resident Engineer. Failure by the
contractor to renew his performance Security 7days to its expiry the resident Engineer will Request the
Engineer to redeem it. Such a request shall be handled immediately and the performance security recovered.
The cost of complying with the requirements of this clause shall be borne by the Contractor.’
Data made available by the Employer in accordance with Clause 11.1 shall be deemed to include data listed
elsewhere in the Contract as open for inspection at the address stipulated in the Appendix to Bid.’
The program shall be in the form of a Critical Path Method Network (CPM Network) showing the order of
procedure and a description of the construction methods and arrangements by which the Contractor proposes
to carry out the works. It should also be supplemented by a time –bar chart of the same program. The program
shall be coordinated with climatic, groundwater and other conditions to provide for completion of the works in
the order and by the time specified. The program shall be revised at three-month intervals and should include a
chart of the principle quantities of work forecast for execution monthly.
The Contractor shall submit to the Engineer not later than the day or date mentioned in the Appendix to the
Form of Bid, a general description of his proposed arrangements and methods for the execution of the Works,
including temporary offices, buildings, access roads, construction plant and its intended production output,
working shift arrangements, labour strength, skilled and unskilled, supervision arrangements, power supply
arrangements, supply of materials including a materials utilization program, stone crushing, aggregate
production and storage, cement handling, concrete mixing and handling, methods of excavation, dealing with
water, testing methods and facilities.
During the execution of the works, the Contractor shall submit to the Engineer full and detailed particulars of
any proposed amendments to the arrangements and methods submitted in accordance with the foregoing.
If details of the Contractors proposals for Temporary Works are required by the Engineer for his own
information the Contractor shall submit such details within fourteen days of being requested to do so.
The Resident Engineer may at his discretion provide to the Contractor a Format of submitting the Program of
Works to comply with the Cash flow projections and budgets assigned to the project
The various operations pertaining to the works shall be carried out in such a progressive sequence as will
achieve a continuous and consecutive output of fully completed roadworks inclusive of all bridge works and
culverts within the time limits specified in the Contract. Generally, the Contractor shall start at one end of the
road and progress continuously towards the other without leaving any isolated section or sections of
uncompleted road provided always that the site of the works has been acquired in its entirety and the
encumbrances and services thereon removed.
The Contractor shall allow in his programme all published Kenya public holidays including but not limited to
the following per calendar year during which the Contractor shall not be permitted to work.
• New Year’s Day (1st January)
• Good Friday
• Easter Monday
• Labour day (1st May)
• Madaraka Day (1st June)
• IddUlFitr
• Utamaduni Day (10th October )
• Mashujaa Day (20th October)
• Jamhuri day (12th December)
• Christmas Day (25th December)
KeNHA/R4/310/2024 Issued by Kenya National Highways Authority 286
• Utamaduni day (26th December)
The Contractor shall also allow per calendar year for a further 2 unspecified public holidays which may be
announced by the Government of Kenya with no prior notification upon which he shall not be permitted to
work.
The time within which the detailed cash flow estimate shall be submitted shall be as specified in the Appendix
to the Form of Bid.
Add the following at the end of the first paragraph of sub-clause 15.1:
“The Contractor shall, within Fourteen (14) days of receipt of the Engineer’s order to commence the works
inform the Engineer in writing the name of the Contractor’s Representative and the anticipated date of his
arrival on site. The Contractor shall also submit a specimen signature of his proposed Site Agent /Road
Manager who SHALL be the only signatory to payment of certificates/Monthly statements from the
Contractor.”
Unless otherwise stated in the tender document, the Contractor’s Agent or Representative on the site shall
have a minimum qualification of a Registered Professional Engineer (Highways), BSc in Civil Engineering,
have a Current / Valid Registration by EBK or KETRB, have a PBC Certificate from KIHBIT or other
recognised institution and shall be able to read and write English fluently.
The Contractor’s Agent or Representative shall have at least 5 years relevant experience as a Site Agent.
Unless otherwise stated in the Tender document, the Contractor’s superintending staff shall meet the following
minimum qualifications:
Should have a working knowledge of English or Kiswahili. Should any of the superintending staff not be able
to meet this condition, the Contractor shall propose to the Engineer arrangements for provision of a sufficient
number of interpreters of approved qualifications. The Engineer, at his discretion, may amend, approve or
reject such arrangements or reject deployment of superintending staff not meeting the language requirements.
The Engineer may at any time during the duration of the Contract amend any approved arrangements made for
interpreters, which shall be implemented at the Contractors expense.
The key staff listed below must have academic qualifications from government-recognised institutions or
equivalent institutions of the levels set out in Section 5, Part 6.
• Site Agent /Road Manager
Qualifications as above shall be subject to verification and approval on site by the Engineer or his
representative on site before commencement of the said works.’
The Contractor is encouraged, to the extent practicable and reasonable, to employ staff and labour with
appropriate qualifications and experience who are Kenya citizens.
Delete the first sentence of this Clause and replace with the following:
“prior to commencement of the Works the Contractor shall, without limiting his or the Employer’s obligations
and responsibilities under Clause 20, insure to the satisfaction of the Employer:”
Add the following words at the end of Sub-paragraph (a) and immediately before the last word of Sub-
paragraph (b) of Sub-Clause 21.1:
“It being understood that such insurance shall provide for compensation to be payable in the types and
proportions of currencies required to rectify the loss or damage incurred”
Add
The Contractor shall be expected to insure all road assets from damage and to pursue the insurance companies
as and when damages to these assets occur. In addition, the Contractor is expected to furnish the Engineer
with a copy of Insurance Policy of WIBA at the commencement of works.
Each policy of insurance effected by the Contractor for purposes of the Contract shall include a provision to
the effect that the Insurer shall have a duty to give notice in writing to the Contractor and Employer of the date
when a premium becomes payable. This shall not be more than thirty (30) days before that date and the policy
shall remain in force until thirty (30) days after the giving of such notice.
It shall be the responsibility of the Contractor to notify insurers under any of the insurance referred to in the
preceding clauses 21, 23 and 24 on any matter or event, which by the terms of such insurance are required to
be so notified. The Contractor shall indemnify and keep indemnified the Employer against all losses, claims,
demands, proceedings, costs, charges and expenses whatsoever arising out of or in consequence of any default
by the Contractor in complying with the requirements of this Sub-Clause whether as a result of avoidance of
such insurance or otherwise.
Add
The Contractor shall be solely responsible for any Cess and any other fees that the County/Region May levy
on materials, goods or transportation within the Region
KeNHA/R4/310/2024 Issued by Kenya National Highways Authority 291
SUBCLAUSE 29.1 – INTERFERENCE WITH TRAFFIC
The Contractor shall reinstate all properties whether public or private which are damaged in consequence of
the construction and, maintenance of the works to a condition as specified and at least equal to that prevailing
before his first entry on them.
If in the opinion of the Engineer the Contractor shall have failed to take reasonable and prompt action to
discharge his obligations in the matter of reinstatement, the Engineer will inform the Contractor in writing of
his opinion, in which circumstances the Employer reserves the right to employ others to do the necessary work
of reinstatement and to deduct the cost thereof from any money due or which shall become due to the
Contractor.
The Contractor shall refer to the Employer without delay all claims which may be considered to fall within the
provisions of Clause 22.1.
Add the following Sub-Clause 34.2 to 34.8
The Contractor shall be responsible for making all arrangements for and shall bear all costs relating to
recruitment, obtaining of all necessary visas, permits or other official permission for movements of staff and
labour.
The Contractor shall, in respect of all persons employed anywhere by him in the execution of the Contract,
and further in respect of all persons employed by him otherwise than in the execution of the Contract in every
factory, Workshop or place occupied or used by him for the execution of the Contract, observe and fulfil the
following conditions:
(a) The Contractor shall pay rates of wages, observe hours of labour and provide conditions of labour,
housing, amenities and facilities not less favourable than those required by the latest Regulation of Wages
(Building and Construction Industry) Order as of the time of bid submission, and subsequent amendments
thereto, or in any wage scales, hours of work or conditions agreed by the Ministry of Labour or other
KeNHA/R4/310/2024 Issued by Kenya National Highways Authority 292
Government Department in consultation with the appropriate wage fixing authority and generally recognized
by other employees in the district whose general circumstances in the trade or industry in which the Contractor
is engaged are similar.
(b) In the absence of any rates of wages, hours or conditions of labour so established the Contractor shall pay
rates of wages and observe hours and conditions of labour which are not less favourable than the general level
of wages, hours and conditions observed by other Employers whose general circumstances in the trade or
industry in which the Contractor is engaged are similar.
(c) Where the absence of established rates of wages, hours and conditions of labour or the dissimilarity of the
general circumstances in the trade of industry in which the Contractor is engaged prevent the Contractor from
observing rates of wages, hours and conditions of labour ascertained under sub-paragraph (a) and (b) above
the Contractor in fixing the rates of wages, hours and conditions of labour of his employees shall be guided by
the advice of the Labour Department.
(d) The Contractor shall recognize the freedom of his employees to be members of trade unions.
(e) The Contractor shall maintain records in English of the time worked by, and the wages paid to, his
employees. The Contractor shall furnish to the Engineer or Employer, if called upon to do so, such particulars
of the rates, wages and conditions of labour as the Employer or Engineer may direct.
(f) The Contractor shall at all times during the continuance of the contract display, for the information of his
employees in every factory, workshop or place occupied or used by him for the execution of the Contract, a
copy of this clause together with a notice setting out the general rates of wages, hours and conditions of labour
of his employees.
(g) The Contractor shall be responsible for the observance of this clause by sub-Contractors employed in the
execution of the works.
Any Contractor or Sub-Contractor who is found to be in breach of Fair Wages Clause shall cease to be
approved as a Contractor or Sub-Contractor for such period as the Permanent Secretary for the Ministry of
Transport and Infrastructure may determine.
Should a claim be made to the Employer alleging the Contractor’s default in payment of Fair Wages of any
workman employed on the Contract and if proof thereof satisfactory to the Employer is furnished by the
Labour Authority, the Employer may, failing payment by the Contractor, pay the claims out of any monies
due or which may become due to the Contractor under the Contract.
Any additional unskilled labour which is required by the Contractor for the works and which is not in his
employ at the time of the acceptance of the BID shall be recruited by the Contractor from the Labour
Exchange or Exchange or Exchanges nearest to the site or sites of the work.
(a) the Contractor shall comply with the existing local labour laws, regulations and labour standards
(b) the Contractor shall formulate and enforce an adequate safety program with respect to all work under his
contract, whether performed by the Contractor or subcontractor. The Contractor has assurance from the
Employer of cooperation where the implementation of these safety measures requires joint cooperation.
(c) Upon written request of the Employer the Contractor shall remove or replace any of his employees
employed under this Contract.
Add the following Sub-Clause 35.2 and 35.3.
The Contractor shall maintain such records and make such reports concerning safety, health and welfare of
persons and damage to property as the Engineer may from time to time prescribe.
The Contractor shall report to the Engineer details of any accident as soon as possible after its occurrence. In
the case of any fatality or serious accident, the Contractor shall, in addition, notify the Engineer immediately
by the quickest available means. The Contractor shall also notify the relevant authority whenever the Laws of
Kenya require such a report.
“If the Contractor trims/excavates any single pothole for repair and fails to seal it with AC within a period of
48 hours from the time of the excavation, penalty shall be charged to the contractor in the next due certificate
at a rate specified in the Appendix to form of bid per pothole.
The Employer shall pay no bonus for early completion of the Works to the Contractor.
The sum stated in the Appendix to Bid as liquidated damages shall be increased by a sum equivalent to any
additional amount payable by the Employer to the Contractor under clause 70.1 in respect of an increase in
costs in such a period that would not have been incurred by the Contractor if the works had been completed by
the due date for completion prescribed by Clause 43.”
Add
The Employer may, without prejudice to any other method of recovery, deduct the amount of such damages
from any monies due or to become due to the Contractor, and after the limit of deduction prescribed in the
Appendix to tender is reached, the Contract shall be considered due for Termination.
In Hybrid PBC Works Contracts, when Instructed works are substantially completed, the same works shall be
taken over and shall be considered complete.
Defects liability period shall start for Instructed works immediately the works are certified as Complete by the
Engineer. The period of Defects liability shall be prescribed in the Appendix to the Contract.
Add
At the time of End of Defects Liability Inspection, no defect arising from the permanent works existing shall
be acceptable for taking over. The Inspection team shall verify and satisfy themselves that all the outstanding
KeNHA/R4/310/2024 Issued by Kenya National Highways Authority 296
works and defects arising out of the works have been attended to sufficiently. Routine Maintenance
works/PBC Works shall also be inspected at the time of End of Defects Liability Inspection and should
comply to the specifications of the PBC Works.
No such variations in any way shall contravene the requirements of Public Procurement and Disposal Act of
2015 and the amendments thereof.
Subject to requirements of Public Procurement and Disposal Act of 2015 and the amendments thereof,
variations above 25 percent critical to the proper function of the completed works and without which part or
whole of already specified work in the bill of quantities cannot be adequately executed may constitute ground
for Contract termination by either parties.
In which case, the Engineer shall give 28-day notice to the Contractor with a copy to the Employer of such
occurrence. The Contract shall terminate at the expiry of the notice.
Add
The Contractor shall be at liberty to deliver and withdraw equipment as and when needed for the undertaking
of works under this contract according to the equipment deployment schedule and work program approved. If
a particular equipment is required and the contractor is unable at the required time to avail the said equipment,
the contractor shall be expected to notify the Engineer of the possible reasons and adjustments made to such
delays. No Provisions shall be made for any claims on Idle Equipment.
Items of Works described in the Bills of Quantities for which no rate or price has been entered in the Contract
shall be considered as included in other rates and prices in the Contract and will not be paid for separately by
the Employer.
Add the following Sub-Clause 58.4:
Provisional items shall be read as Provisional Sums and shall be operated as such in accordance with Sub-
Clauses 58.1 to 58.3.
Clause 60 of the General Conditions is deleted and substituted with the following: -
The Contractor shall submit a statement to the Engineer at the end of each month, in a tabulated form
approved by the Engineer, showing the amounts to which, the Contractor considers himself to be entitled. The
statement shall include the following items, as applicable;
- the value of the Permanent Work executed up to the end of previous month
- such an amount (not exceeding 75 percent of the value) as the Engineer may consider proper on account
of materials for permanent work delivered by the Contractor in the site
- such amount as the Engineer may consider fair and reasonable for any Temporary Works for which
separate amounts are provided in the Bill of Quantities
If the Engineer disagrees with or cannot verify any part of the statement, the Contractor shall submit such
further information as the Engineer may reasonably require and shall make such changes and corrections in
the statement as may be directed by the Engineer. In cases where there is difference in opinion as to the value
of any item, the Engineer’s view shall prevail. In case the Contractor fails to submit the statements, the
Engineers Progress report shall form the Contractor’s statement.
The Contractor shall forward to the Engineer an Interim Payment Certificate based on the statement as
corrected above and, should it be necessary in the Engineers opinion, shall promptly make any further
amendments and corrections to the Interim Payment Certificate.
The Engineer shall not unreasonably withhold certifying an Interim Payment Certificate and in case of likely
delay in establishing the value of an item, such item may be set aside and the remainder certified for payment.
Within 45 days after receipt of the Interim Payment Certificate and subject to the Contractor having made
such further amendments and corrections as the Engineer may require, the Engineer will forward to the
Employer the certified Interim Payment Certificate.
Provided that the Engineer shall not be bound to certify any payment under this Clause if the net amount
thereof, after all retentions and deductions, would be less than the minimum amount of Interim Payment
Certificate’s stated in the Appendix to Form of Bid. However, in such a case, the uncertified amount will be
added to the next interim payment, and the cumulative unpaid certified amount will be compared to the
minimum amount of interim payment.
A retention amounting to the percentage stipulated in the Appendix to Bid shall be made by the Engineer in
the first and following Interim Payment Certificates until the amount retained shall reach the "Limit of
Retention Money" named in the Appendix to Form of BID.
Upon the issue of the Taking-Over Certificate, with respect to the whole of the works one half of the retention
money shall become due and shall be paid to the Contractor when the Engineer shall certify in writing that the
last section of the whole works has been substantially completed.
Upon expiration of the Defects Liability Period for the works, the other half of the Retention Money shall be
certified by the Engineer for payment to the Contractor.
Provided also that if at such time, there remain to be executed by the Contractor any work instructed, pursuant
to Clause 49 and 50, in respect of the works, the Engineer shall be entitled to withhold certification until
completion of any such work or so much of the balance of the Retention money as shall in the opinion of the
Engineer, represents the cost of the remaining work to be executed.
The Engineer may in any Interim Payment Certificate make any correction or modification to any previous
Interim Payment Certificate signed by him and shall have authority, if any work is not being carried out to his
satisfaction to omit or reduce the value of such work in any Interim Payment Certificate.
Not later than 84 days after the issue of the Taking-Over Certificate in respect of the whole of the works, the
Contractor shall submit to the Engineer a statement at completion showing in detail, in a form approved by the
Engineer;
The final value of all work done in accordance with the Contract up to the date stated in such Taking-Over
Certificate.
Any further sums which the Contractor considers to be due; and
An estimate of amounts that the Contractor considers will become due to him under the Contract.
Estimate amounts shall be shown separately in the Statement at Completion. The Contractor shall amend and
correct the Statement as directed by the Engineer and submit a Certificate at Completion to be processed as in
Sub-Clause 60.2.
Not later than 56 days after the issue of the Defects Liability Certificate pursuant to Sub-Clause 62.1, the
Contractor shall submit to the Engineer for consideration a draft final statement with supporting documents
showing in detail, in the form approved by the Engineer;
The final value of all work done in accordance with the Contract;
Any further sums which the Contractor considers to be due to him.
If the Engineer disagrees with or cannot verify any part of the draft final statement, the Contractor shall submit
such further information as the Engineer may reasonably require and shall make such changes in the draft as
may be required.
Upon acceptance of the Final Statement as given in Sub-Clause 60.6, the Engineer shall prepare a Final
Payment Certificate which shall be delivered to the Contractor's authorized agent or representative for his
signature. The Final Payment Certificate shall state:
The final value of all work done in accordance with the Contract;
After giving credit to the Employer for all amounts previously paid by the Employer, the balance, if any, due
from the Employer to the Contractor or the Contractor to the Employer.
Final Certificate shall be issued for any sum due to the Contractor even if such is less than the sum named in
the Appendix to the Form of BID.
unless the Contractor notifies the Engineer of his objection to the Final Certificate within fourteen days of
delivery thereof, he shall be deemed to have agreed that he accepts the total Contract Price as set out in the
Final Certificate as full settlement for all Work Done under the Contract including any variations and
omissions thereof but excluding any variations and claims previously made in writing.
The amount due to the Contractor under any Interim Payment Certificate or Final Payment Certificate issued
pursuant to this Clause or to any other term of the Contract, shall, subject to Clause 47, be paid by the
Employer to the Contractor as follows:
(i) In the case of Interim Payment Certificate, within the time stated in the Appendix to Form of Bid,
after the Engineer has signed the Interim Payment Certificate.
(i) In the case of the Final Payment Certificate pursuant to Subclause 60.8, within the time stated in the
Appendix to Form of Bid, after the Engineer has signed the Final Payment Certificate.
(ii) In the event of the failure of the Employer to make payment within the times stated, the Employer
shall make payment to the Contractor of simple interest at a rate equal to two percentage points
above the average Base Lending Rate of three leading banks namely Kenya Commercial Bank,
Standard Chartered Bank and Barclays Bank for the time being or as shall be the case from the time
to time obtained from the Central Bank of Kenya. The provisions of this subclause are without
prejudice to the Contractor’s entitlements under Clause 69 or otherwise.
With respect to materials brought by the Contractor to the site for incorporation into the permanent works, the
Contractor shall,
-Receive a credit in the month in which these materials are brought to site,
-Be charged a debit in the month in which these materials are incorporated in the permanent works.
Both such credit and debit to be determined by the Engineer in accordance with the following provisions.
No credit shall be given unless the following conditions shall have been met to the Engineers satisfaction
The materials are in accordance with the specifications for the works;
The materials have been delivered to site and are properly stored and protected against loss, damage or
deterioration;
The Contractors record of the requirements, orders receipts and use of materials are kept in a form
approved by the Engineer and such records are available for inspection by the Engineer;
The Contractor has submitted a statement of his cost of acquiring and delivering the materials and plant to
the Site, together with such documents as may be required for the purpose of evidencing such cost;
The materials are to be used within a reasonable time.
The amount to be credited to the Contractor shall not be more than 75% of the Contractor’s reasonable
cost of the materials delivered to site, as determined by the Engineer after review of the documents listed
in subparagraphs (a) (iv) above;
The amount to be debited to the Contractor for any materials incorporated into the works shall be
equivalent to the credit previously granted to the Contractor for such materials pursuant to Clause (b)
above as determined by the Engineer.
SUBCLAUSE 63.1
Add
a) Fails to comply with Subclause 10.1 and 10.2 of the Conditions of Contract
b) Fails to comply with Subclause 14.2 and Subclause 14.3 of the Conditions of Contract and Appendix
to Form of Bid.
c) Fails to observe the safety as stipulated in Subclause 19.1 and amendments therein.
d) Fails to Conform to Service levels as detailed in the Appendix to Form of Bid and as required in
subclause 13.1.
e) Incurs the maximum amount of Liquidated damages as stated in the Appendix to Form of Bid or the
liquidated damages amount, exceeds the performance security then the contract would be
automatically Terminated.
f) Has not completed the works despite the lapse of the Contract Period as stated in the Appendix to form
of Bid
Delete the entire sub clause 67.1 and add the following;
“If a dispute of any kind whatsoever arises between the Employer and the Contractor in any connection with,
or arising out of, the Contract or the execution of the works, whether during the execution of the works or
after their completion and whether before or after repudiation or other termination of the Contract including
any dispute as to any opinion, instruction, determination, certificate or valuation of the Engineer, the matter in
dispute shall, in the first place, be referred in writing to the Engineer, with a copy to the other party. Such
reference shall state it is made pursuant to this clause. No later than 28 (twenty-eight) day after the day on
which he received such reference the Engineer shall give notice of his decision to the Employer and the
Contractor. Such decision shall state it is made pursuant to this clause.
Unless the Contract has already been repudiated or terminated, the Contractor shall, in every case, continue to
proceed with the works with all due diligence and the Contractor and the Employer shall give effect forthwith
to every such decision of the Engineer unless and until the same shall be revised, as hereinafter provided, in an
Amicable Settlement, Adjudicator’s or Arbitrator’s award.
If either the Employer or the Contractor be dissatisfied with the any decision of the Engineer, or if the
Engineer fails to give notice of his decision on or before the 28th (twenty eighth) after the day on which he
received the reference, then either the Employer or the Contractor may, on or before the 28th (twenty eighth)
day after the day the day on which he received notice of such decision, or on or before the 28th (twenty
eighth) day after the day the day on which the said period of 28 days expired, as the case may be, give notice
to the other party, with a copy for information to the Engineer, of his intention to commence Adjudication, as
KeNHA/R4/310/2024 Issued by Kenya National Highways Authority 303
hereinafter provided, as to the matter in dispute. Such notice shall establish the entitlement of the party giving
the same to commence Adjudication, as hereinafter provided, as to such dispute; no adjudication in respect
thereof may be commenced unless such notice is given.
If the Engineer has given notice of his decision as to a matter in dispute to the Employer and the Contractor
and no notice of intention to commence adjudication as to such dispute has been given by either the Employer
or the Contractor on or before the twenty eighth day after the day on which the parties received notice as to
such decision from the Engineer, the said decision shall become final and binding upon the Employer and the
Contractor. “
Delete the entire sub clause 67.2 and add the following;
“Where notice to of intention to commence adjudication as to a dispute has been in accordance with sub clause
67.1, the parties shall attempt to settle such dispute in amicably before the commencement of Adjudication;
provided that, unless the parties otherwise agree, Adjudication may be commenced on or after the 14th
(fourteenth) day after the day on which notice of intention to commence adjudication of such dispute was
given, even if an attempt at amicable settlement thereto has been made.”
Delete the entire sub clause 67.3 and add the following;
“The Adjudicator shall be appointed by the Chartered Institute of Arbitrators (Kenya) unless the appointment
is agreed by the parties within 7 (seven) days of the notice to adjudication.
The adjudication process shall be conducted according to the Laws of Kenya and the Rules of the Chartered
Institute of Arbitrators (Kenya).”
Delete the entire sub clause 67.3 and add the following;
Arbitration may be commenced prior to or after completion of the works, provided that the obligations of the
Employer, the Engineer and the Contractor shall not be altered by reason of the arbitration being conducted
during the progress of the works.
Delete in Sub-Clause 68.2 the words "nominated for that purpose in Part II of these conditions".
SUBCLAUSE 68.4 – All letters and notices from the Contractor to the Employer and/Engineer must be signed
by the Managing Director or the person given written power of Attorney.
In addition to the usual postal office contacts the tenderer is required to provide official email address to be
used to communicate urgent letters requiring timely responses from the tenderer like tender addendum
(addenda), award letter or any other deemed urgent from the Employer requiring timely preparation and reply.
(a) If the said rates of wages and other emoluments and expenses shall be increased or decreased by Act,
Statute, Decree, Regulation and the like after the said Date of Bid Pricing then the net amount of increase
or decrease the emoluments and expenses shall, as the case may be, be paid to or allowed by the
Contractor;
(b) The rates contained in the priced Bills of Quantities are based upon the rates of the Contractor’s
compulsory contributions payable at the date of Bid under or by virtue of any Act, Statute, Regulations
and the like applicable at the site;
(c) If any of the said rates of contribution shall be increased or decreased by any Act, Statute, Decree,
Regulation and the like after the said Date of Bid Pricing, or if any new statutory contribution becomes
payable after that date then the net amount of increase or decrease of the emoluments and expenses shall,
as the case may be, be paid to or allowed by the Contractor. The difference between what the Contractor
actually pays in respect of work people engaged upon or in connection with the works and what he would
have paid in respect of such person had any of the said rates not been increased or decreased or had a new
contribution not become payable as aforesaid, shall as the case may be, be paid to or allowed by the
Contractor. The formulae for this price adjustment shall be of the following type;
where:
Pn Price adjustment factor
A Fixed constant specified in the appendix to Bid
b Weighting for Labour
c Weighting for Fuel and lubricants
d Weighting for Plant and spares
e Weighting for cement
f Weighting for Bitumen products
(d) The rates contained in the priced Bills of Quantities are based upon the market prices of the materials and
goods specified in the Schedule of Basic Materials (Schedule G) attached hereto and current at the Date of
Bid Pricing (hereinafter referred to as “the basic prices” and the Contractor shall state in the said schedule
the basic prices of such materials and goods.
(e) If the market price of any materials or goods specified as aforesaid shall be increased or decreased after
the said Date of Bid Pricing, then the net amount of difference between the basic price and the market
price payable by the Contractor and current when any such goods and materials are bought shall, as the
case may be, be paid to or allowed by the Contractor. Orders for materials and goods listed as aforesaid
shall have been placed within a reasonable time after the date at which sufficient information is available
for the placing of such orders, and the placing of orders at that time shall be a condition precedent to any
payments being made to the Contractor in respect of increased market prices.”
“Notwithstanding the foregoing, such additional or reduced cost shall not be separately paid for or credited as
aforesaid if the same shall already have been taken into account in accordance with the other provisions of
Clause 70.
(a) If the price payable under a sub-contract as aforesaid is increased above or decreased below the price
in such sub-contract by reason of the operation of the incorporated provisions of sub- clause (1) of this
clause then the net amount of such increase or decrease shall as the case may be, be paid to or allowed
by the Contractor under this contract.
(a) Offer or give or agree to give to any person in the service of the Government of Kenya any gift or
consideration or any kind as an inducement or reward for doing or forbearing to do or for having done or
forborne to do any act in relation to the obtaining or execution of this or any other contract to which the
Government of Kenya is a party or for showing or forbearing to show favour or disfavour to any person in
relation to this or any other contract for the Government of Kenya.
(b) Enter into this or any other contract with the Government of Kenya in connection with which commission
has been paid or agreed to be paid by or on his behalf or to his knowledge, unless before the contract is made
KeNHA/R4/310/2024 Issued by Kenya National Highways Authority 308
particulars of any such commission and of the terms and conditions of any agreement for the payment thereof
have been disclosed in writing to the Employer.
Any breach of this condition by the Contractor or by anyone employed by him or acting on his behalf
(whether with or without the knowledge of the Contractor) or the commission of any offence by the
Contractor or by anyone employed by him or acting on his behalf in relation to this or any other contract to
which the Government of Kenya is a party shall entitle the Employer to determine the Contract (See Condition
63 hereof) and/ or to recover from the Contractor the amount or value of any such gift, consideration or
commission.
Any dispute or difference of opinion arising in respect of either the interpretation, effect or application of this
condition or of the amount recoverable hereunder by the Employer from the Contractor shall be decided by the
Employer, whose decision shall be final and conclusive.
The Contractor shall treat the details of this Contract as Private and Confidential and shall not publish or
disclose the same or any particulars thereof in any trade or technical paper or elsewhere (save in so far as may
be necessary for the purpose thereof) without the previous consent in writing of the Government. If any
dispute arises as to the necessity of any publication or disclosures for the purposes of this Contract the same
shall be referred to the decision of the Engineer mentioned in the said Conditions of Contract whose award
shall be final.
FORMAT
[IMPORTANT: insert the date that this Notification is transmitted to Tenderers. The Notification must be
sent to all Tenderers simultaneously. This means on the same date and as close to the same time as
possible.]
Date of Transmission:
This Notification of Intention to Award (Notification) notifies you of our decision to award the above contract.
The transmission of this Notification begins the Standstill Period. During the Standstill Period, you may:
Name: [insert name of successful Tenderer] Address: [insert address of the successful Tenderer]
Contract price: [insert contract price of the successful Tender]
2. Other Tenderers: insert names of all Tenderers that submitted a Tender. If the Tender's price was
evaluated include the evaluated price as well as the Tender price as read out.]
DEADLINE: The deadline to request a debriefing expires at midnight on [insert date] (local time).
You may request a debriefing in relation to the results of the evaluation of your Tender. If you decide to
request a debriefing your written request must be made within three (3) Business Days of receipt of this
Notification of Intention to Award. Provide the contract name, reference number, name of the Tenderer,
contact details; and address the request for debriefing as follows:
Attention: [insert full name of person, if applicable] Title/position: [insert title/position] Procuring
Entity: [insert name of Procuring Entity] Email address: [insert email address]
If your request for a debriefing is received within the 3 Business Days deadline, we will provide the
debriefing within five (5) Business Days of receipt of your request. If we are unable to provide the
debriefing within this period, the Standstill Period shall be extended by five (5) Business Days after the
date that the debriefing is provided. If this happens, we will notify you and confirm the date that the
extended Standstill Period will end. The debriefing may be in writing, by phone, video conference call or in
person. We shall promptly advise you in writing how the debriefing will take place and confirm the date
and time.
If the deadline to request a debriefing has expired, you may still request a debriefing. In this case, we will
provide the debriefing as soon as practicable, and normally no later than fifteen (15) Business Days from
the date of publication of the Contract Award Notice.
Period: Procurement-related Complaint challenging the decision to award shall be submitted by midnight,
[insert date] (local time).
Provide the contract name, reference number, name of the Tenderer, contact details; and address the
Procurement- related Complaint as follows:
At this point in the procurement process, you may submit a Procurement-related Complaint challenging the
decision to award the contract. You do not need to have requested, or received, a debriefing before making
this complaint. Your complaint must be submitted within the Standstill Period and received by us before
the Standstill Period ends.
a) You must be an 'interested party'. In this case, that means a Tenderer who submitted a Tender in
this tendering process, and is the recipient of a Notification of Intention to Award.
b) The complaint can only challenge the decision to award the contract.
c) You must submit the complaint within the period stated above.
d) You must include, in your complaint, all of the information necessary to support your case.
e) The application must be accompanied by the fees set out in the Procurement Regulations, which
shall not be refundable (information available from the Public Procurement Authority at
3. Standstill Period
a) DEADLINE: The Standstill Period is due to end at midnight on [insert date] (local time).
i) The Standstill Period lasts fourteen (14) Days after the date of transmission of this
Notification of Intention to Award.
ii) The Standstill Period may be extended as stated in Section 4 above.
If you have any questions regarding this Notification please do not hesitate to contact us. On behalf of the
Procuring Entity:
Name
Signature
Date
Letter of Acceptance
[date]
FORMAT
This is to notify you that your Tender dated [date] for execution of the [name of the Contract and
identification number, as given in the SCC] for the Accepted Contract Amount [amount in numbers and
words] [name of currency], as corrected and modified in accordance with the Instructions to Tenderers, is
hereby accepted by our Agency.
You are requested to furnish the Performance Security within 30 days in accordance with the Conditions of
Contract, using, for that purpose, one of the Performance Security Forms included in Section X, Contract
Forms, of the tender document.
Authorized Signature:
Signatory: Name of
Agency:
FORM OF AGREEMENT
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.
3. In consideration of the payments to be made by the Procuring Entity to the Contractor as specified in
this Agreement, the Contractor hereby covenants with the Procuring Entity to execute the Works and
to remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Procuring Entity hereby covenants to pay the Contractor in consideration of the 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 Kenya on the day, month and year specified above.
Signed by
Signed by
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]
1. We have been informed that (herein after called "the Applicant") has entered into
Contract No. dated with the Beneficiary, for the execution of
(herein after called "the Contract").
2. Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is
required.
3. At the request of the Applicant, we as Guarantor, here by irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of ( ),1 such sum being payable in
the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of
the Beneficiary's complying demand supported by the Beneficiary's statement, whether in the demand
itself or in a separate signed document accompanying or identifying the demand, stating that the
Applicant is in breach of its obligation(s) under the Contract, without the Beneficiary needing to
prove or to show grounds for your demand or the sum specified therein.
4. This guarantee shall expire, no later than the …..................... Day of …........... 2…2, and any demand
for payment under it must be received by us at this office indicated above on or before that date.
5. 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 Beneficiary's written request for such extension, such request
to be presented to the Guarantor before the expiry of the guarantee.”
__________________________________________________________________________
[Name of Authorized Official, signature(s) and seals/stamps]
Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from
the final product.
1The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amount
specified in the Letter of Acceptance, less provisional sums, if
any, and denominated either in the currency(cies) of the Contract or a freely convertible currency acceptable
to the Beneficiary.
2Insert the date twenty-eight days after the expected completion date as described in GC Clause 11.9. The
Procuring Entity should note that in the event of an extension of this date for completion of the Contract,
the Procuring Entity 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 Procuring Entity might consider adding the following text to the form, at the
end of the pen ultimate 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 Beneficiary's written request for such
extension, such request to be presented to the Guarantor before the expiry of the guarantee.”
[Note: Procuring Entities are advised to use Performance Security–Unconditional Demand Bank Guarantee
instead of Performance Bond due to difficulties involved in calling Bond holder to action]
Guarantor: [Insert name and address of place of issue, unless indicated in the letter head]
2. WHEREAS the Contractor has entered into a written Agreement with the Procuring Entity dated the day
of, 20 , for in accordance with the documents, plans, specifications, and
amendments thereto, which to the extent here in provided for, are by reference made part hereof and are
herein after referred to as the Contract.
3. NOW, THEREFORE, the Condition of this Obligation is such that, if the Contractor shall promptly and
faithfully perform the said Contract (including any amendments thereto), then this obligation shall be
null and void; otherwise, it shall remain in full force and effect. Whenever the Contractor shall be, and
declared by the Procuring Entity to be, in default under the Contract, the Procuring Entity having
performed the Procuring Entity's obligations there under, the Surety may promptly remedy the default,
or shall promptly:
2) Obtain a tender or tenders from qualified tenderers for submission to the Procuring Entity for
completing the Contract in accordance with its terms and conditions, and upon determination by the
Procuring Entity and the Surety of the lowest responsive Tenderers, arrange for a Contract between
such Tenderer, and Procuring Entity and make available as work progresses (even though there
should be a default or a succession of defaults under the Contract or Contracts of completion
arranged under this paragraph) sufficient funds to pay the cost of completion less the Balance of the
Contract Price; but not exceeding, including other costs and damages for which the Surety may be
liable hereunder, the amount set forth in the first paragraph hereof. The term “Balance of the
Contract Price,” as used in this paragraph, shall mean the total amount payable by Procuring Entity
to Contractor under the Contract, less the amount properly paid by Procuring Entity to Contractor;
or
3) Pay the Procuring Entity the amount required by Procuring Entity to complete the Contract in
accordance with its terms and conditions upto a total not exceeding the amount of this Bond.
4. The Surety shall not be liable for a greater sum than the specified penalty of this Bond.
5. Any suit under this Bond must be instituted before the expiration of one year from the date of the
issuing of the Taking-Over Certificate. No right of action shall accrue on this Bond to or for the use
KeNHA/R4/310/2024 Issued by Kenya National Highways Authority 318
of any person or corporation other than the Procuring Entity named here in or the heirs, executors,
administrators, successors, and assigns of the Procuring Entity.
6. In testimony whereof, the Contractor has here unto set his hand and affixed his seal, and the Surety
has caused these presents to be sealed with his corporate seal duly attested by the signature of his
legal representative, this day of 20 .
SIGNED ON on behalf of
By in the capacity of
In the presence of
SIGNED ON on behalf of
By in the capacity of
In the presence of
identifier code]
Beneficiary: [Insert name and Address
of Procuring Entity] Date: [Insert date of issue]
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]
1. We have been informed that (herein after called “the Applicant”) has
entered into Contract No. dated with the Beneficiary, for the execution of (
4. A demand under this guarantee may be presented as from the presentation to the
Guarantor of a certificate from the Beneficiary's bank stating that the advance payment
referred to above has been credited to the Applicant on its account number at
5. The maximum amount of this guarantee shall be progressively reduced by the amount
of the advance payment repaid by the Applicant as specified 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 ninety (90) percent of the Accepted Contract Amount, less provisional
sums, has been certified for payment, or on the day of ,2 ,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.
6. 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 Beneficiary's written request for such
Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.
1 The Guarantor shall insert an amount representing the amount of the advance payment and
denominated either in the currency(ies) of the advance payment as specified in the Contract, or
in a freely convertible currency acceptable to the Procuring Entity.
2Insert the expected expiration date of the Time for Completion. The Procuring Entity should
note that in the event of an extension of the time for completion of the Contract, the Procuring
Entity 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 Procuring Entity 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 Beneficiary's written request for such extension, such request to be presented to the
Guarantor before the expiry of the guarantee.”
BETWEEN
AND
Request for review of the decision of the…………… (Name of the Procuring Entity of
……………dated the…day of ………….20……….in the matter of Tender No……….…of
………….20…. for .........(Tender description). REQUEST FOR REVIEW
I/We……………………………, the above-named Applicant(s), of address: Physical
address……………. P. O. Box No…………. Tel. No……. Email ……………, hereby request
the Public Procurement Administrative Review Board to review the whole/part of the above-
mentioned decision on the following grounds, namely: 1. 2. By this memorandum, the
Applicant requests the Board for an order/orders that: 1. 2. SIGNED ……………….
(Applicant) Dated on……………. day of ……………/…20……
_______________________________________________________________________ ____
FOR OFFICIAL USE ONLY
SIGNED
Board Secretary
INSTRUCTIONS TO TENDERERS: DELETE THIS BOX ONCE YOU HAVE COMPLETED THE FORM
This Beneficial Ownership Disclosure Form (“Form”) is to be completed by the successful tenderer. In
case of joint venture, the tenderer must submit a separate Form for each member. The beneficial
ownership information to be submitted in this Form shall be current as of the date of its submission.
For the purposes of this Form, a Beneficial Owner of a Tenderer is any natural person who ultimately
owns or controls the Tenderer by meeting one or more of the following conditions:
ii) We declare that there is no Beneficial Owner meeting one or more of the following
conditions: directly or indirectly holding 25% or more of the shares. Directly or
indirectly holding 25% or more of the voting rights. Directly or indirectly having the
right to appoint a majority of the board of directors or equivalent governing body of the
Tenderer.
OR
We declare that we are unable to identify any Beneficial Owner meeting one or more of the
following conditions. [If this option is selected, the Tenderer shall provide explanation on why
it is unable to identify any Beneficial Owner]
Directly or indirectly having the right to appoint a majority of the board of directors or
equivalent governing body of the Tenderer]”
Name of the person duly authorized to sign the Tender on behalf of the Tenderer: ** [insert
complete name of person duly authorized to sign the Tender]
Title of the person signing the Tender: ....................... [insert complete title of the person signing
the Tender]
Signature of the person named above: ....................... [insert signature of person whose name
and capacity are shown above]
Date signed ....................... [insert date of signing] day of....................... [Insert month], [insert
year]