Top Banner
Japan International Cooperation Agency (JICA) Oromia Irrigation Development Authority (OIDA) Guidance for Oromia Irrigation Development Project Implementation May, 2014 The Project for Capacity Building in Irrigation Development (CBID)
218

Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

May 02, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Japan International Cooperation Agency (JICA)

Oromia Irrigation Development Authority (OIDA)

Guidance for Oromia Irrigation Development Project Implementation

May, 2014

The Project for Capacity Building in Irrigation Development (CBID)

Page 2: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International
Page 3: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Foreword Oromia Irrigation Development Authority (OIDA) is established on June, 2013, as a responsible body for all irrigation development activities in the Region, according to Oromia National Regional Government proclamation No. 180/2005. The major purposes of the establishment are to accelerate irrigation development in the Region, utilize limited resources efficiently, coordinate all irrigation development activities under one institution with more efficiency and effectiveness. To improve irrigation development activities in the Region, the previous Oromia Water Mineral and Energy Bureau entered into an agreement with Japan International Cooperation Agency (JICA) for “The Project for Capacity Building in Irrigation Development (CBID)” since June, 2009 until May, 2014. CBID put much effort to capacitate Irrigation experts in Oromia Region through several activities and finally made fruitful results for irrigation development. Accordingly, irrigation projects are constructed and rehabilitated based on that several Guidelines & Manuals and texts produced which can result in a radical change when implemented properly. Herewith this massage, I emphasize that from Now on, OIDA to make efforts to utilize all outputs of the project for all irrigation activities as a minimum standard, especially for the enhancement of irrigation technical capacity. I believe that all OIDA irrigation experts work very hard with their respective disciplines using CBID outputs to improve the life standard of all people. In addition, I encourage that all other Ethiopian regions to benefit from the outputs. Finally, I would like to thank the Japanese Government, JICA Ethiopia Office, and all Japanese and Ethiopian experts who made great effort to produce these outputs.

Feyisa Asefa Adugna General Manager

Oromia Irrigation Development Authority

Addis Ababa, Ethiopia May, 2014

Page 4: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International
Page 5: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Introductory Remarks “Growth and Transformation Plan” (GTP) from 2011 to 2015 intensifies use of the country’s water and other natural resources to promote multiple cropping, better adaptation to climate variability and ensure food security. Expansion of small scale irrigation schemes is given a priority, while attention is also given to medium and large scale irrigation.

In Oromia Region, it is estimated that there exists more than 1.7 million ha of land suitable for irrigation development. However, only 800,000 ha is under irrigation through Traditional and Modern irrigation technology. To accelerate speed of Irrigation Development, the Oromia National Regional State requested Japan International Cooperation Agency (JICA) for support on capacity building of Irrigation Experts under Irrigation Sector.

In response to the requests, JICA had conducted "Study on Meki Irrigation and Rural Development" (from September 2000 to January 2002) and Project for Irrigation Farming Improvement (IFI project) (from September 2005 to August 2008). After implementation of them there are needs to improve situation on irrigation sector in Oromia Region.

JICA and the Government of Ethiopia agreed to implement a new project, named “The project for Capacity Building in Irrigation Development” (CBID). The period of CBID is five years since June, 2009 to May, 2014 and main purpose is to enhance capacity of Irrigation Experts in Oromia Region focusing on the following three areas, 1) Water resources planning, 2) Study/Design/Construction management, 3) Scheme management through Training, On the Job Training at site level, Workshops, Field Visit and so on and to produce standard guidelines and manuals for Irrigaiton Development.

These guidelines and manuals (Total: fourteen (14) guidelines and manuals) are one of the most important outputs of CBID. They are produced as standards of Irrigation Development in Oromia Region through collecting different experiences and implementation of activities by CBID together with Oromia Irrigation Experts and Japanese Experts.

These guidelines and manuals are very useful to improve the Capacity of OIDA Experts to work more effectively and efficiently and also can accelerate Irrigation Development specially in Oromia Region and generally in the country.

Finally, I strongly demand all Irrigaiton Experts in the region to follow the guidelines and manuals for all steps of Irrigation Development for sustainable development of irrigation.

Adugna Jabessa Shuba D/General Manager & Head, Study, Design, Contract Administration & Construction Supervision

Oromia Irrigation Development Authority

Addis Ababa, Ethiopia May, 2014

Page 6: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International
Page 7: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

i

Table of Contents

1. Precondition ..................................................................................... 1

2. Necessary Item for implementation of irrigation project .................... 2 

2.1 Identification ............................................................................... 2 

2.2 Pre-Feasibility study .................................................................... 2 

2.3 Feasibility and Detail Study ......................................................... 2 

2.4 Appraisal Forum ......................................................................... 3 

2.5 Bid process ................................................................................. 4 

2.6 Contract out and handover the site to the contractor ................... 4 

2.7 Construction Supervision ............................................................ 5 

2.8 Inspection and evaluation ............................................................ 5 

2.9 Handover to community (WUC/WUA) .......................................... 6 

2.10 Irrigation Water Management .................................................... 6 

2.11 Operation and maintenance ...................................................... 6

3. Flow of irrigation project implementation and

its relation with other guideline………………………………………7

4. Duty and responsibility of manager, deputy manager and

process owner……………………………………………………………8

5. Important matter to make project document .................................... 9 

5.1 Project planning .......................................................................... 9 

5.2 Design ......................................................................................... 9 

5.3 Secure the land ........................................................................... 9 

5.4 Labor division for construction .................................................... 9 

5.5 Cost estimation ........................................................................... 9 

5.6 Construction Period ................................................................... 10 

5.7 Making Construction plan ......................................................... 10 

Page 8: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

ii

5.8 Constitution of Project Document .............................................. 10 

5.9 Importance of surveying ............................................................ 11

6. Cost estimation for contract out ..................................................... 12 

6.1 General ..................................................................................... 12 

6.2 Type of works ............................................................................ 12 

6.3 Caluclation of volume ................................................................ 14 

6.4 Unit rate .................................................................................... 16 

6.5 Cost estimation system by excel ................................................ 16

7. Procedure of Bid............................................................................. 19 

7.1 Classification of bid ................................................................... 19 

7.2 Flow of bid ................................................................................ 20 

7.3 Checking the Bid document ....................................................... 21 

7.4 Bid evaluation criteria ............................................................... 22

8. Inspection and evaluation .............................................................. 29 

8.1 How to inspect ........................................................................... 29 

8.2 Supplement of how to inspect .................................................... 30 

8.3 How to evaluate ......................................................................... 31 

8.4 How to mark each evaluation item ............................................. 31 

8.5 Supplement of how to evaluate .................................................. 35 

Annex-1 Contents of agreement with farmer…………………………………36

Annex-2 Oromia Irrigation Development Authority (OIDA) Irrigation

Project Handover Format……………………………………………..37

Annex-3 The Federal Democratic Republic Of Ethiopia Standard

Bidding Document (SBD) For Procurement of Works For

National Competitive Biddings (NCB) and User’s Guide……...43

Annex-4 Cost estimation system by excel…………………………………..173

List of Authors/Experts/Editors/Coordinators……………………………201

Page 9: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

1. Precondition

This guidance explains mainly basic matter about what OIDA Managers

and Irrigation experts should do for the irrigation projects. On the

construction work of the irrigation project, there are community and

OIDA duty. Therefore, these should be clearly discussed in detail with

community in each stage of study. According to this manual each zone

office and contractors will be monitored and evaluated, then will be

supported and also measure will be taken.

Guidance for Oromia Irrigation Development Project Implementation

1Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 10: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

2. Necessary Item for implementation of irrigation project

2.1 Identification

For sustainable and quality irrigation development proper and sound

resource (land, water, household) identification is the crucial. Where

this is not done accordingly negative environmental impact, conflict,

loss of money and total failure of projects will be the results. The

identification study is mandated to district and should be reviewed and

verified by zone level. The objectives of identification study are,

To assess the available land, water resources potentials and the

willingness of the community for irrigation development

To collect necessary data to be the basis for the next phase of the study.

To forecast the possible means of water abstraction for the proposed

irrigation development.

To present for pre-feasibility study

For the details, please refer to “Study and Design Technical Guideline

for Irrigation Project”.

2.2 Pre-Feasibility study

The Pre-Feasibility study is executed by zone level.

The candidate site for irrigation project should be selected in the

appropriate time based on the information of identification study such

as irrigable land, water resource conditions, community interest, and

the verification report of zone. Please refer to “Study and Design

Technical guideline for Irrigation Project”.

2.3 Feasibility and Detail Study

(1) Project document

The project document is prepared at zone or OIDA level. This document

has to be clear the necessity and propriety of the project.

According to this project document, feasibility and detail design is

decided so that construction work can be implemented. And roles of

government, farmer and others should be cleared by this project

document.

Project document should attain the feasibility and detail study

guideline. Not only construction work cost, but also supervision,

administration cost etc. should be included in this cost. This document

Guidance for Oromia Irrigation Development Project Implementation

2Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 11: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

has to be submitted to OIDA.

(2) Agreement with farmer

Awareness and agreement should be made with farmers about cost

share of Irrigation project construction, may be in cash or kind. Based

on this Principle, project study and design crew have to discuss this

issues with farmer and decide. In addition to cost sharing, farmers

should be aware cost recovery, O & M and irrigation water fee

principle.

And agreement must be made with farmers and local administrators on

the use of the land on which camp site, night storage pond/s and others

will be constructed. This agreement with farmers is necessary, before

starting construction.

2.4 Appraisal Forum

For checking the project document, appraisal forum has to be

established. This forum checks the idea of planning and design and the

whole document according the guidelines

Members of this forum are;

Expert of OIDA

Expert of Zone in charge of the project

Experts in charge of the project should explain about planning and

design.

They have to correct the project document according to the result of

discussion at this forum and submit corrected document to this forum.

Before it is submitted, Zone office should check the contents. After this,

the project document will be approved by OIDA and the community,

then budget will be solicited from different sources.

Term of Survey and Planning Term of Construction Benefit Term

Term of Survey and Planning Term of Construction Benefit Term

    Time

Farmers Participate with no payment

Farmers pay to government from benefit

Same Value

Guidance for Oromia Irrigation Development Project Implementation

3Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 12: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

2.5 Bid process

(1) Preparing bid document

Bid documents such as Tender document (NCB), Qualification criteria,

BOQ, Bid announcement are prepared by irrigation engineers at zone or

OIDA level. Announcement will be made based on the budget location,

capacity and delegation

This document should be prepared clearly and precisely to minimize

future claim and for proper supervision.

(2) Discussion by OIDA Head / Process owner

After prepared the bid document, the responsible person has to discuss

with OIDA Head and Process owner about the content of bid document.

(3) Bid

Before starting the bid evaluation, bid evaluation team will be assigned

from responsible sector. Bid opening minute should be announced on

at least one national media considering project requirement according

to National Competitive Bid Method. Bid evaluation focuses on two

points that are technical and financial. According to this evaluation

should be more sensitive on technical capacity of bidder in that out of

100% evaluation points should be technical 60- 70% and financial

30-40 %. This range of ratio should be decided according to the

situation of the projects. Bid evaluation team has to prepare bid

evaluation report (technical and financial) and decide the potential bid

winner. This can be changed or modified according to the funding

agency interest.

2.6 Contract out and handover the site to the contractor

According to the bid evaluation result, the body in charge of the project

has to send the award letter to bid winner, and sign an agreement as

soon as possible after letter of acceptance from bid winner. And then,

after receive the performance bond from contractor, site hand over and

job order should be conducted as soon as possible. Community

awareness and participation (i.e. share) should be done together with

site handover for the commencement of the work by the concerned body.

The client in charge of the project can pay advance payment after

receiving advance guarantee bond.

Guidance for Oromia Irrigation Development Project Implementation

4Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 13: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

2.7 Construction Supervision

Supervisor has to get basic project document and drawings for the sake

of quality and timely completion. Especially construction schedule is

very important for supervisor in controlling construction Quality, Time,

and Cost. So, supervisor has to receive the general work schedule,

activity schedule, material schedule, man power schedule, machinery

schedule and payment schedule from contractor before starting the

construction. Supervisor should fully understand project plan and

design and as much as possible go to site and endeavor to understand

the existing situation. During the construction time, supervisor has to

execute quality control, dimension control. Some time, actual site

situation is not same to estimated situation before construction.

Therefore, according to actual site situation, design should be changed.

According to the actual construction, supervisor has to receive the

drawings which modify by contractor and prepare amendment

agreement based on the drawings and take-off sheet after check the

work volume with contractor. And supervisor has to prepare payment

certification and carry out the payment to contractor.

Community promoter has to be assigned so that the community

participates in the supervision and other works of the project.

Please refer to “Construction Control Manual” for the details.

2.8 Inspection and evaluation

To confirm the quality of construction, it is necessary.

It is important to see whether result of construction work is based on

drawing or thought of design or not.

Inspector should be another person not in charge of supervision.

For classifying the contractor according to actual work and using the

data for future bid, supervisor and inspector should evaluate the

contractor.

Supervisor evaluate the contractor in construction term, inspector

evaluate the result of construction. Project commissioning needs to be

done.

Guidance for Oromia Irrigation Development Project Implementation

5Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 14: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

2.9 Handover to community (WUC/WUA)

Operation and maintenance manual, agricultural development plan

and schematic map of the project should be prepared and provided to

WUA by the body in charge of the project at zone level. In addition to

this, community awareness and participation should be done based on

the manual.

2.10 Irrigation Water Management

The purpose of irrigation project is to use water for crops production.

When irrigation facilities are passed to farmers, it is necessary to give

some guidance on how to use water. Please refer to “Small Scale

Irrigation Water Management Guideline” for the details.

2.11 Operation and maintenance

Irrigation facilities need to be operated and maintained. Thus,

operation & maintenance activity should be conducted by WUA / WUC

according to operation & maintenance manual provided to WUA / WUC

by the person in charge of the project at zone level. Please refer to

“Guidance for Preparation of Operation and Maintenance Manual” for

the details.

6Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 15: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

3. Flow of irrigation project implementation and its relation with other

guideline

Guidance for Oromia Irrigation Development Project Implementation

7Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 16: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

4. Duty and responsibility of manager, deputy manager and process

owner

Position Duty and responsibility

OIDA Zone District

Manager -Endorse OIDA and Zone

five years and yearly plan

-Evaluate OIDA and Zone

five years, yearly and

monthly plan

-Gives work direction for

OIDA, Zone and District

-Implements yearly plan in

OIDA

-Endorse District five years

and yearly plan

-Proposes five years and

yearly plan to OIDA

-Evaluates Zone and District

yearly and monthly plan

-Gives work direction for

Zone and District

-Implements yearly plan

-Proposes five years and

yearly plan to Zone

-Gives work direction for

District

-Implements yearly plan

Deputy

manager

-Gives monthly work

direction for OIDA and

Zone

-Follows up OIDA and Zone

activity

-Facilitates and gives

technical assistance for

OIDA and Zone

-Implement monthly plan

-Gives monthly work

direction for Zone and

District

-Follows up Zone and district

activity

-Facilitates and gives

technical assistance for Zone

and District

-Implement monthly plan

-Gives monthly work

direction for District

-Follows up district

activity

-Facilitates and gives

technical assistance for

District

-Implement monthly plan

Process

owner

-Gives technical assistance

for OIDA and Zone

-Prepares final planning

document

-Approves study and

design document

-Follows up OIDA and Zone

activity

-Gives technical assistance

for Zone and District

-Prepares and submits final

planning document to OIDA

-Approves and submits study

and design document to

OIDA

-Follows up Zone and

District activity

-Gives technical

assistance for District

- Prepares and submits

identification,

maintenance and

rehabilitation document

to Zone

-Follows up District

activity

Guidance for Oromia Irrigation Development Project Implementation

8Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 17: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

5. Important matter to make project document

5.1 Project planning

Please refer to “Study and Design Technical guideline for Irrigation

Project”.

5.2 Design

Please refer to “Technical Guideline for Design of Headworks”, “Technical

Guideline for Design of Small Scale Reservoirs” and “Technical Guideline

for Design of Irrigation Canal and Related Structures”.

5.3 Secure the land

Irrigation facilities and construction work need the land. Sometimes these

lands are used for farmland and house/s. Before starting construction

works, these lands should be secured. Officers have to explain the project

to land users, and get the agreement of land use for project without any

conditions if possible.

In case of other situations, negotiation is important; as a result, the design

may be changed.

5.4 Labor division for construction

In principle, construction works are ordered to contractors. But easy work

like construction of secondary and other canals and repair works are done

by farmers and WUA, if zone and district officer can supervise constantly.

In any case, for smooth construction work and to respond the big change

of material price, it is possible to supply material and to contract out

labour (like cement and bar are purchased and supplied by client).

5.5 Cost estimation

In Ethiopia, price change is very big. Engineering price should include the

rate of inflation. For estimating this rate, the price of materials, labor, and

machine should be checked in each month, in each area and inflation

report of MoFED.

For implementation of projects, OIDA has to get the budget for not only

construction cost, but also for administration, supervision of the

Guidance for Oromia Irrigation Development Project Implementation

9Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 18: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

construction work and hand-over.

5.6 Construction Period

To estimate construction period decide biding time, rainfall seasons,

budget time and other important parameters consideration are necessary.

5.7 Making Construction plan

For cost estimation and term estimation, the construction plan is

necessary. When same facility is constructed, there are a difference cost

and term by different construction way. And for construction, sometime

temporary work is needed, for example, coffer dam, water pump, diversion

canal etc. After design, construction plan should be made. But the cases

that the design and information is old, it should be up dated as needed.

5.8 Constitution of Project Document

The Constitution of Project Document is as follows;

1. Standard cover (top page)

2. List of working groups

3. Silent features of the project

4. Executive summery

5. Introduction

6. Community Organization and Management

7. Socio-economy

8. Agronomy

9. Soil and Land Evaluation

10. Water shed management

11. Environmental Impact Assessment

12. Geology and geo-techniques

13. Hydrology

14. Engineering

15. Bill of quantity

16. Financial and economic analysis

Guidance for Oromia Irrigation Development Project Implementation

10Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 19: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

5.9 Importance of surveying

Survey result is most basic imformation for design and cost estimation.

And also, it is one of the most important item for construction

management. For instance, in Open canal type irrigation system, for Water

not to go up, canal bed slope and canal wall height is important, if some

mistakes are happened at these elevation survey, canal can not get design

capacity.

Thus, surveyors should fully understand their duty and purpose of the

work they did, they should survey carefully and endeavor not to lose the

result, data, mark etc at the site. For example, check the data after

surveying, bench mark should be made with concrete, data should be

taken in back up etc.

For this purpose, designer and supervisor have to ask surveyor about

situation of topographical matter, surveyor has to be able to answer

questions about toprgraphical matter. And surveyor should be

accompanied by designer as much as possible when he/she carry out

surveying.

Guidance for Oromia Irrigation Development Project Implementation

11Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 20: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

6. Cost estimation for contract out

6.1 General

There are different situation in each area, for example, labour fee, material

cost, and site situation. But basic thought is the same.

At first, calculate the volume of each type of the works. Next, multiply each

volume by each unit cost.

If it is difficult to calculate the volume, estimate some necessary input.

After the work starts, check the actual input at the site and make the

amendment.

For contract out, it is neccesary to give the volume of each type of works

and some clues. If there is no volume and no clue, bidder can’t estimate the

correct cost.

6.2 Type of works

At the present, Type of works in the works by OIDA are below;

Type of works unit Contents Remark

Mobilizaton-demobilization ls

According to necessary

machine and distance

Red ash surfacing m2

For construction of

access road

Screeding work m2 For construction of

camp site

CIS Roofing work of d/t

gauges m2

CIS Walling work m2

CIS Window work m2

CIS Door work m2

Ceiling work m2

Plywood wall m2

Chipwood wall m2

Pile up and removal

sandbags m3

For temporary works

Rearrange sandbags m3

Site cleaning

m2

Cleaning the site before

work. Taking the

vegitation etc

River cleaning m3 Cleaning the river

Guidance for Oromia Irrigation Development Project Implementation

12Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 21: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Type of works unit Contents Remark

Excavation of normal soil m3

Excavation of soil and

sand

Excavation of soft rock m3 Excavation of soft rock

Excavation of hard rock

m3

Excavation of channel,

boulders and hard

stone

Dismantling/removing

existing masonry and

concrete

m3

Dismantling and

removing existing

masonry and concrete

Back fill, compaction and

shaping m3

Material, labour and

equipment cost

Cart away m3

According to necessary

distance

Hard coring m2

Material, labour and

equipment cost

Masonry m3

Material, labour and

equipment cost

Plastering m2

Material, labour and

equipment cost

Pointing

m2

Material, labour and

equipment cost

Wooden Form work m2

Material, labour and

equipment cost

Reinforcing bar

kg

Supply, cut, bend and

fix in position high yield

steel

Concrete C-15

m3

Standarad ratio is 1:2:4

(Material,labor and

equipment)

Concrete C-20

m3

Standarad ratio is 1:2:3

(Material,labor and

equipment)

For RCC

combines with

Reinforcing bar

and Concrete

C-20

Guidance for Oromia Irrigation Development Project Implementation

13Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 22: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Type of works unit Contents Remark

Cyclopean concrete m3

According to ratio of

rock

Gabion m3

Material, labour and

equipment cost

Plastic sheet for prevention

of soil draw-out m2

Material, labour and

equipment cost

Stone pitching m2 Material, labour and

equipment cost

Geomembrane and geonet

lining m2

Material, labour and

equipment cost

Pipe supply, fittings and

Laying/Installation m

According to the type of

pipe

Fill and compaction layer by

layer for earthen dam m2

Material, labour and

equipment cost

6.3 Caluclation of volume

For caluclation of volume and prevent the mistake, the drawing is needed.

The caluclation is based on drawing.

For understanding, and to prevent the mistake, the take-off sheet should

be made. This take-off sheet will be used for confirming the volume with

contractor.

It is not neccesary to make take off sheet by PC, it is enough to make by

hand writing. Sample of take-off sheet is next page.

Guidance for Oromia Irrigation Development Project Implementation

14Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 23: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Guidance for Oromia Irrigation Development Project Implementation

15Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 24: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

6.4 Unit rate

Usually, unit cost consists of labour fee, material cost and equipment cost.

The constitution of these are very important in calculating the

construction term, amount of material, arrangement of labor and

machinery. This is changed by conditions, construction method etc. But it

is basic for unit cost estimation.

And for implementation of construction works, not only construction cost

is needed, but also site management cost and general management cost

are necessary.

Site management cost is like salary of site engineers and cost of their work,

it is necceary to implement construction work correctly.

General management cost is the cost contractor keeps and manages

his/her business like salary of office worker, insurance fee, rental fee of

office etc.

To be easy the cost estimation, the system by Excel is made and it is

neccesary to verify and add more data.

Outline of the task to this system is given below;

6.5 Cost estimation system by excel

This system is made for the cost estimation of standard construction

works. Some items are not neccesary at each construction, and some items

are lacked. But each estimater can arrange it, because this system is made

by popular software. Please refer to attached CD.

(1) Basic data input

At first, estimator should input basic data in the sheet [1.Material cost],

[2.Material cost (Include Trans)], [3.Labor rate], [4.Equip cost] for each

construction. For example, labor fee, material cost, distance from factory

to the construction site etc. Yellow cells should be inputted.

Guidance for Oromia Irrigation Development Project Implementation

16Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 25: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

For inputting this date, zone and district officers should research at the

market and similar construction works near the site.

< Sample; Sheet [1.Material cost] >

(2) Unit rate

Each unit rate is caluclated accoding to basic data estimator inputted.

And there are norm and material requirment to produce each unit

production at each unit rate. These norm and material requirment is

following Ethiopia Building Constraction as much as possible. These

norm and material requirment can be modifed according to the contents of

work.

Each unit rate link with dasic data. The result of calcuration on unit rate

is reflected on sheet [5.Unit rate] and reached on sheet [6.Summary of

Unit rate]

Guidance for Oromia Irrigation Development Project Implementation

17Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 26: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

(3) Standard BOQ

This BOQ is standard of irrigation facilities construction work. According

to situation of each irrigation project, this should be changed.

After input basic data, unit rate is calculated automatically, estimator just

input quantity of each type of works calculated in take-off sheet on sheet

[7.BOQ].

Guidance for Oromia Irrigation Development Project Implementation

18Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 27: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

7. Procedure of Bid

7.1 Classification of bid

According to estimated price, bid method is changed.

Estimated price Bid method Class of bidder

Guidance for Oromia Irrigation Development Project Implementation

19Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 28: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

7.2 Flow of bid

(1) Bid process

Guidance for Oromia Irrigation Development Project Implementation

20Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 29: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

(2) Short list bid process less than 2 million,

Emergency, failure in three times calling

7.3 Checking the Bid document

Client should know about bidder at designation when the bid is hold by

the designated bidding. But it is necessary to confirm the capacity of the

bidder.

So, Checking bid document that the bidder submited is necessary, both

in the designated bidding and in the open bidding.

Item should be checked as written in Bid document bidder submited. The

amount of each item for checking is defferent by the size of the

construction, but the item is about the same in spite of the size of the

construction.

The bidder sometimes make a mistake and writes wrong and incorrect

information in the document. So the evidence of each item is necessary to

confirm the writen information. The bidder should seal envelope to

prevent injustice.

The bid document client distrbute should be written in an easy style for

Guidance for Oromia Irrigation Development Project Implementation

21Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 30: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

decreasing mistake by bidder.

7.4 Bid evaluation criteria

Bid evaluation criteria is as follows;

(1) Evaluation criteria for technical point

Evaluation criteria for technical point are as follows.

(a) Volume of construction work

Bidders shall have average annual volume of construction work over the

past two years of at least two million (2,000,000) birr ; or For new

contractors (less than two (2) years experience as contractor) only Direct

experience ten (10) years on irrigation and irrigation land Drainage on

Government projects.

(b) Similar Experience in Construction Works

Bidders shall have at least one (1) experiences of construction works for

facilities with similar type to the Project over the last two years (to comply

with this requirement, works cited should be at least 70 percent

complete); or For new contractors (less than two (2) years experience as

contractor) only Direct experience ten (10) years on irrigation and

irrigation land Drainage on Government projects.

(c) Key personnel (Engineers)

Bidders shall have at least the following qualified engineers.

Project Manager : - A Project Manager at least Five years experience in

works of an equivalent nature and volume with minimum qualification

of relevant education with minimum Advanced Diploma in

Engineering (Water related engineers).

Construction Engineer: - Construction Engineer who stays at field

during the construction period as full time at least Five years

experience in works of an equivalent nature and volume with

minimum qualification of relevant education with minimum Advanced

Diploma in Engineering

Surveyor: - Surveyor of minimum of five (5) years experience

qualification Technical Diploma, Level IV or above (Surveyor has to

be available on site whenever the client demands).

Guidance for Oromia Irrigation Development Project Implementation

22Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 31: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Construction Forman: - Construction Forman who stays at field during

the construction period as full time at least with five (5) years

experience in works of an equivalent nature and volume with

minimum qualification of 10+1.

(d) Major item of construction equipment

Bidders shall prepare at least following essential equipments:

(Quality and capacity based on the specific project)

Service vehicle

Dump truck

Concrete mixer

Vibrator

Compactor

Set of surveying instrument

Dewatering Pump

(e) Financial Status

Bidders liquid assets and/or credit facilities, net of other contractual

commitments and exclusive of any advance payments which may be made

under the Contract shall be no less than five hundred thousand

(500,000) birr.

N.B Bold and underline parts can be changed according to specific project

for items listed from (a) to (e).

(f) Bills of Quantities and Unit Rate

Bidders shall prepare Bills of Quantities and Unit Rate breakdown which

considers the trend of current construction market and it has to be apply

to on the project.

(g) Personal Dispatch Schedule, Construction Schedule, Methodology

Bidders shall prepare appropriate Personal Dispatch Schedule and

Construction Schedule using appropriate methodology.

(h) Quality control

Bidders shall explain about material quality control & methods properly

on site.

23Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 32: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

(i) Technical comment

Bidders shall comment on the project technically.

(j) Field visit

Bidders shall undertake site visit and submit the field visit certificate/

letter/ memo which has a legal seal from district or Zone OIDA where the

project is located with its own expense. If not, bidders will be disqualified

from the bid.

(k) The others

A consistent history of litigation project or arbitration awards against

the bidders or any partner of a Joint Venture may result in

disqualification.

The figures for each of the partners of a joint venture shall be added

together to determine the Bidder’s compliance with the minimum

qualifying criteria in (a) and (e) above; however, for a joint venture to

qualify, each of its partners must meet at least 25 percent of minimum

criteria (a), (b), and (e) above for an individual Bidder, and the partner

in charge at least 40 percent of those minimum criteria. Failure to

comply with this requirement will result in rejection of the joint

venture’s Bid.

Subcontractors’ experience and resources will not be taken into

account in determining the Bidder’s compliance with the qualifying

criteria.

(2) Allotment of technical point (point can be changed according to the

project before the bid announcement)

(a) Summary allotment of technical point (In the case of 70points for

technical point)

24Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 33: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

The summary for allotment of technical point is as the following table:

No Detailed Criteria Point Remarks

(a) Volume of construction work 10 points

(b) Similar Experience in Construction Works 10 Points

(c) Key personnel (Engineers) 15 points

(d) Major item of construction equipment 15 points

(e) Financial Status 2 points

(f) Bills of Quantities and Unite Rate 5 points

(g) Personal Dispatch Schedule, Construction

Schedule

6 points

(h) Quality Control 5 points

(i) Technical comment 2 points

Total 70 points

(b) Detail allotment of technical point

The detail for allotment of technical point is as the following table:

Table 1: (a) Volume of construction work ······ Evaluation point; 10 points

No Description Point

1 Project cost more than 5,000,000.00 birr 10

2 New Bidders who have less than two year experience as

a contractor, and have direct irrigation duty experience

of at least 10 years in government office

10

3 Project Cost 2,000,000.00 to 5,000,000.00 birr 5

Table 2: (b) Similar Experience in Construction Works and performance

evaluation on another similar project······· Evaluation point; 10 points

No Description Point

1 Similar work of irrigation project and good performance

evaluation results 10

2 New Bidders who have less than two year experience as

a contractor, and have direct irrigation duty experience

of at least 10 years in government office

10

3 Similar work on another project and medium

performance evaluation result 5

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

25

Page 34: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Table 3: (c) Key personnel (Engineers) ·········· Evaluation point; 15 points

No

Personnel

Required professional

back ground

Required educational

level Point

1 Project

Manager

Engineering (Water

related engineers)

Above Advanced Diploma 6

Advanced Diploma 3

2 Construction

Engineer

Construction

Engineer

Above Advanced Diploma 4

Advanced Diploma 2

3 Surveyor Surveyor Above Technical Diploma

or above level IV 3

Technical Diploma or

level IV 1.5

4 Construction

Forman

Construction Forman Above 10+1 2

10+1 1

Table 4: (d) Major item of construction equipment ·········· Evaluation point; 15

points

No List of Equipment Number of

Equipment

Point

Owned Leased

I. Essential equipment

1 Service vehicle More than 1 2 1

0 0 0

2 Damp Truck More than 3 3 2

2 2 1

1 1 0.5

0 0 0

3 Concert Mixer More than 2 2 1

1 1 0.5

0 0 0

4 Vibrator More than 1 1 0.5

0 0 0

5 Compactor More than 1 1 0.5

0 0 0

6 Set of Surveying

Instrument

More than 1 1.5 0.75

0 0 0

7 Dewatering Pump More than 1 1 0.5

0 0 0

Guidance for Oromia Irrigation Development Project Implementation

26Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 35: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

No List of Equipment Number of

Equipment

Point

Owned Leased

II. Additional equipment

8 Crasher More than 1 0.5 0.25

0 0 0

9 Dozer D7 and above More than 1 1 0.5

0 0 0

10 Loader More than 1 1 0.5

0 0 0

11 Excavator More than 1 1 0.5

0 0 0

N.B Owned and leased without conformation ownership certificate, lease

agreement and important legal documents will not be considered (Should be

attached Trade license for leasing, VAT registration & other docs.)

Table 5: (e) Financial Status ·········· Evaluation point; 2 points

No Description Amount Point

1 Certified credit facility

arrangement

500,000 birr and above 2

Less than 500,000 birr 0

Table 6: (f) Bills of Quantities and Unite Rate ·· Evaluation point; 5 points

No Description Description Point

1 Bills of Quantities and Unite

Rate

Comprehensible 5

Incomprehensible 0

Table 7: (g) Personal Dispatch Schedule, Construction Schedule ······

Evaluation point; 6 points

No Description Point

Good Fair Below

1 Personal Dispatch Schedule 3 1.5 0

2 Construction Schedule 3 1.5 0

Guidance for Oromia Irrigation Development Project Implementation

27Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 36: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Table 8: (h) Quality Control ·········· Evaluation point; 5 points

No Description Rating (5%)

Good Fair Below

1 Practical methodology for quality control for

lean concrete, RCC, masonry, mortar , work

man ship & others Work Methodology &

Procedure

3 1.5 0

2 Materials on site for quality control (sieve,

slump test, measuring instruments &

others)

2 1 0

Table 9: (i) Technical comment ·········· Evaluation point; 2 points

No Description Rating (5%)

Good Fair Below

1 Constructive technical comment related to

this project

2 1 0

(c) Evaluation criteria for financial point (In the case of 30points for

financial point)

Lowest bidder gets 30 points. Other bidders get price point according

to below formula.

30 – (Bid price – Lowest bid price) / Lowest bid price × 30

= Financial point

Guidance for Oromia Irrigation Development Project Implementation

28Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 37: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

8. Inspection and evaluation

8.1 How to inspect

Inspector checks the constructed facilities with drawing, and measure.

Some error is allowable. And also he/she should check quality giving

shock by using small hammer.

At the present situation, almost contractors can’t construct the facilities as

the drawing and bid document because they don’t have capacities to do it,

in case of the achievement of purpose are expected and destruction of the

facilities are not expected, it is allowable. So Inspector has to fully

understand the purpose of the inspected facilities.

The reason of measure is taking data, confirming existing situation and

evaluation.

The inspection is carried out based on dimension control standard and

checking form of the construction control manual. The inspection is failed

when there is the matter less than the inspection standard.

After inspection, inspector gives letter to contractor for informing success

or failure.

There are the allowable errors we try to explain in “Construction Control

Manual”.

Inspection points for achievement of purpose are expected.

Item Inspection point Reason

Head work Weir crest elevation is higher than design

To get enough water level

Intake bed is higher than design To get enough water level

Intake size is enough To get enough water amount

Wall thickness is thicker than design Not to destruct

Wall height is higher than design Not to destruct

Weir body is bigger than design Not to destruct

Facilities are not broken by small hammer

Not to destruct

Canal Flow capacity is enough as a whole* To bring enough water amount

Wall thickness is thicker than design Not to destruct

Wall height is higher than design Not to destruct

Facilities are not broken by small hammer

Not to destruct

Pond Dam crest elevation is higher than design Not to destruct

Dam body is bigger than design Not to destruct

No leak at surface of dam back Not to destruct

Guidance for Oromia Irrigation Development Project Implementation

29Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 38: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

*[Flow capacity is enough as a whole]

This means as below;

For example, below drawing is profile of canal.

It is same about total canal bed slope from A to B between the design

and the constructed. And also it is same wall height from A to B

including C between the design and the constructed.

But, the wall height for using water flow is only D at C. The part E of

wall is not used for water flow. So, Flow capacity is small at C and over

flow will happen.

In this case, it is difficult to find if inspector checks only canal wide and

wall height. At least each 50m bed level should be checked and water

capacities should be calculated.

8.2 Supplement of how to inspect

If the result of inspection is failure, the contractor should repair or

reconstruct.

Supervisor has to indicate to contractor how to deal with the problem.

At the present, the contractor of small scale irrigation project is weak in

construction management aspect and financial aspect. It is difficult to

reconstruct, so failure facilities will be left with no repair. This means the

input for construction will be wasted.

To avoid the failure at inspection is one of supervisor’s duties. So at

construction time, supervisor has to check and guide strictly for getting

success at inspection.

Guidance for Oromia Irrigation Development Project Implementation

30Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 39: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

8.3 How to evaluate

Evaluation is needed for giving special treatment to good contractor and

eliminating the bad contractor. Result of evaluation is used at future bid.

The evaluation has to be done on quarterly basis.

Supervisor knows how the contractor did, supervisor evaluates the matter

of construction term, inspector knows only result of construction,

evaluates result.

This is reference of the evaluation as follows.

Evaluation point

Evaluator Evaluation point Allotment

Supervisor Construction system 5~-3 Key person (Project manager and Site manager)

10~-9

Construction management 10~-6

Term management 10~-15

Safety 4~-3 Relation with farmer and local community

5~-5

Dimension 5~-5

Quality 5~-3

Condition 5~0

Contrivance 4~0

Contribution to local area 2~0

Observance of the law 0~-20

Inspector Construction management 5~-2

Dimension 15~0

Quality 15~0

< Calculation formula >

Total point × 0.5 + 50 (if result of inspection is success)

8.4 How to mark each evaluation item

The criterion for each evaluation item is next page.

It is automatically marking by selecting Good or Bad for almost item. But

there is some item to need arranging at “Medium”. Some of “Medium” has

marking range.

If “Medium” has range, evaluator marks by his/her consideration.

Evaluator has to explain the reason what he/she marked score.

Guidance for Oromia Irrigation Development Project Implementation

31Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 40: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

(1) Construction system (Supervisor)

Content Good Medium Bad

Contact adress of key person was informed to supervisor 1 - -1

Communication with key person was possible any time 1 0 -1

Person for work of a day was prepared 1 0 -1

Contact adress of relation was always ready 1 - 0

Drawing was always ready at the site 1 - 0

(2) Key person (Supervisor)

Content Good Medium Bad

Key person fully understood whole of Constuction works 1 0 -1

Communication with supervisor was good 1 0 -1

Key person fully understood situation of Constuction

works 1 0 -1

Key person fully understood drawing and bid document 1 0 -1

Key person asked subject at proper time 1 0 -1

Key person arranged labour and material etc. properly

accoding to situation of constraction works. 1 0 -1

Key person corresponded properly when there was

difference between drawing and actual situation. 1 0 -1

Contact adress of relation was always ready 1 - -1

Drawing was always ready at the site 1 - -1

Key person implemented construction with contrivance 1 - 0

(3) Construction management (Supervisor)

Content Good Medium Bad

labour and material etc. were supplied properly 1 0 -1

Contrivance for good quality was done. 1 0 -1

Daily demension control was done 1 0 -1

Daily quality control was done 1 0 -1

Auto level was used daily 1 0 -1

Transit or totalstation was used for making location 1 - 0

The site was cleared up daily 1 - 0

Payment request was submited at proper time and properly 1 0 0

Drawing was always ready at the site 1 - -1

There is daily record 1 - 0

Guidance for Oromia Irrigation Development Project Implementation

32Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 41: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

(4) Term management (Supervisor)

Content Good Medium Bad

The schedule was made for finishing until dead line 1 0 -1

Above schedule was followed up 1 0 -1

The schedule was put up at the site 1 0 -1

Correspondence to conditon change and arrangement with

farmer and local community was proper 1 0 -1

There were proper holiday 1 0 -1

Construction works finished until dead line 5 - -5

Construction works didn’t finish one month later than dead

line -5 - 0

(5) Safety (Supervisor)

Content Good Medium Bad

There were no accident someone had affter effect or dead 1 - -1

Instruction to labor for safety was done 1 - -1

Safety goods lile safety boots, helmet and globes were

supplied to labor 1 0

Correspondence to injured person was porper 1 - -1

(6) Relation with farmer and local community (Supervisor)

Content Good Medium Bad

There was no trouble with farmer and local comminity 2 - -5

Arrangement with farmer and local comminity was done

positively 1 - 0

There was no complaint from farmer and local comminity 1 0

Correspondence to complanit was proper 1 - 0

(7) Dimension (Supervisor)

Content Good Medium Bad

There is dimension control sheet(reffer to construction

management manual) 1 - 0

Invisible part was checked with supervisor 2 1 -5

Dimension error is within the limit of allowable errow(reffer

to construction management manual) 2 1 0

Guidance for Oromia Irrigation Development Project Implementation

33Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 42: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

(8) Quarity (Supervisor)

Content Good Medium Bad

There is certificate of material 1 - 0

There is no crack 1 1 0

Quarty control was done as bid document 3 1 -3

(9) Condition (Supervisor)

Content Good Medium Bad

There was water at site like in the river with flow 1 - 0

Very soft ground like mud or Very hard ground like

hardrock 1 - 0

Including removal concrete structure 1 - 0

It was neccesary not to cut irrigation water 1 - 0

It was neccesary to change design accoding to deffernce

between drawing and actual situation.

1 - 0

(10) Contrivance (Supervisor)

Content Good Medium Bad

Tool, equipment etc for construction 1 - 0

Temporary work like avoiding rework and improving

quarity 1 - 0

Construction plan like for shortening the term 1 - 0

Equipment for safety 1 - 0

(11) Contribution to local area (Supervisor)

Content Good Medium Bad

Volunteer activity was done for local area 1 - 0

Local resource like worker, material and equipment was

used positively. 1 - 0

(12) Observance of the law (Supervisor)

Content Good Medium Bad

Contracotr violate the law.

Contractor cancel the contract without proper reason

Contractor repoted false to supervisor

-20 - 0

Contractor didn’t comply with indication of letter by

supervisor -10 - 0

Guidance for Oromia Irrigation Development Project Implementation

34Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 43: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

(13) Construction management (Inspector)

Content Good Medium Bad

There is Construction plan document 1 - 0

There is construction record. 1 - 0

Construction works was finished until dead line 1 - -1

There is construction system document 1 - -1

There is built drawing 1 - 0

(14) Dimension (Inspector)

Content Good Medium Bad

There is dimension control sheet(reffer to construction

management manual) 5 - 0

Dimension error is within the limit of allowable

errow(reffer to construction management manual) 10 9~1 0

(15) Quality (Inspector)

Content Good Medium Bad

There is certificate of material 5 4~1 0

There is no crack 2 1 0

There is no mark of repairing by palster at concrete

surface 5 4~1 0

Facility looks nice 3 2~1 0

8.5 Supplement of how to evaluate

Result of evaluation should be sent to OIDA.

Guidance for Oromia Irrigation Development Project Implementation

35Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 44: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Annex-1 Contents of agreement with farmer

1. Name of scheme

2. Name of Project

3. Purpose of Project

4. Contents and range of Project

5. Role of each concerned

(1) Government(Zone, district)

(2) WUA(Farmer)

6. The way of cost sharing

7. Structure of Project implementation

8. Structure of WUA

9. Agreement of Farmer

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

36

Page 45: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Annex-2

Oromia Irrigation Development Authority (OIDA)

Irrigation Project Handover Format

Zone:

Woreda:

Name of the Project:

Name of the Contractor:

Stating Date:

Completion Date:

Total Cost of the Project:

1) OIDA’s Share:

2) Community Share:

Transferred from: Received by:

Name of representative Name of representative

Job title (Position) Job title (Position)

Signature

Signature

Date Date  

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

37

Page 46: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Section I 

Major points that should be filled by Water Users Association. 

 1.  Concerning of beneficiaries and land owner 

a)  Describe division of land (divided or not divided): 

   

  If the land has been divided, 

a)  Minimum area of the land per household (ha):

b)  Maximum area of the land per household (ha): 

   

2.  Scheme Administration 

a)  Is it under the administration of WUA? (Yes or No): 

  If it is under the administration of WUA, please describe the strength and weakness of the by‐law. 

   

   

   

b)  Is it managed under cooperative?    (Yes or No):

  If it is under the administration of WUA, please describe the strength and weakness of the by‐law. 

   

   

   

   

   

   

3.  Describe the work which needs more expansion and which needs modification in future. 

   

   

   

   

   

   

 

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

38

Page 47: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Section II 

This part has to be filled by OIDA. 

Different types of constructions which are transferred to WUA. 

No.  Description  Remarks 

1  Project Name:   

2  Location of the Project   

2.1  Coordinate of the project: North latitude                      , East longitude   

2.2  Elevation of Headwork weir:                                                                        (ma.m.s.l)    

2.3  Distance: From Zone office(km)         ,From Woreda office (km)   

3  Water Users Association   

3.1  Number of house hold: Male      ,Female                        ,Total   

3.2  Number of Family: Male      ,Female                        ,Total   

3.3  Others:   

4  Current Status of the project   

4.1  Design command area (ha):   

4.2  Base flow discharge in dry season (l/s):   

4.3  Design Intake discharge (l/s):   

5  Different Irrigation structures in the project area   

5.1  Weir (Headworks):                                  ,Type of weir:   

  Pump: No.              ,KVA:   

  Pond: No.               , Storage capacity (m3):   

5.2  Main canal   

5.2.1  Main canal 1: Earthen canal (km) :                           , Lined canal (km):    

5.2.2  Main canal 2: Earthen canal (km) :                           , Lined canal (km):   

5.2.3  Main canal 3: Earthen canal (km) :                           , Lined canal (km):   

5.3  Secondary canal   

5.3.1  Secondary 1:  Earthen canal (km) :                           , Lined canal (km):   

5.3.2  Secondary 2:  Earthen canal (km) :                           , Lined canal (km):           

5.3.3  Secondary 3:  Earthen canal (km) :                           , Lined canal (km):          

5.4  Tertiary canal   

   

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

39

Page 48: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

No.  Description  Remarks 

5.4.1  Tertiary 1:  Earthen canal (km) :                                , Lined canal (km):   

5.4.2  Tertiary 2:  Earthen canal (km) :                                , Lined canal (km):   

5.4.3  Tertiary 3:  Earthen canal (km) :                                , Lined canal (km):    

5.5  Division box: No.   

5.6  Drop Structure: No.    

5.6.1  0.5m depth drop: No.          

5.6.2  1.0m depth drop: No.   

5.6.3  Inclined drop: No.  Type? 

5.7  Check Structure: No.   

5.8  Inverted Siphon: No.   

5.9  Chute: No.   

5.10  Culvert: No.   

5.10.1  Cattle of Foot path‐Slub: No.   

5.10.2  Road Crossing or vehicles path: No.   

5.10.3  Drainage: No.   

5.11  Turn out: No.   

5.12  Flume: No.   

5.13  Others:    

6  Design Document with drawing   

6.1  Document: Available or not Available   

6.2  Drawing: Available in No.                     , Not available in No.   

7  Operation and Maintenance manual   

7.1  Manual: Available or not Available   

8.  General condition of the Project   

a)   From the project receiver   

     

     

     

b)  From the project transferred body   

     

     

     

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

40

Page 49: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Major Responsibilities 

Oromia Irrigation Development Authority (OIDA)  Water Users Association (WUA) 

Technical support of Irrigation water supply to the Users 

Implement by‐laws properly  

Extension and Administration of Irrigaiton water on the farm land 

Collect O&M fee and use properly for scheme operation and maintenance 

Facilitation of community mobilization and follow up and strengthen 

Implement proper water management   

According to the rule of land use, guide technical support if necessary 

Implement proper Operation and maintenance activities to use water efficiently and effectively and to use facilities long period with good condition (by following Operation and Maintenance Manual) 

  Following the instruction which is given by OIDA 

  Reporting result of monitoring by WUA to the concerned body 

 

   

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

41

Page 50: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Witness of  hand overing the project 

 

Witness; 

1. From Woreda Irrigaiton Development Office 

Name: 

Position: 

Signature: 

 

2. From Zone Irrigaiton Development Office 

Name: 

Position: 

Signature: 

 

3. From Woreda cooperative Office 

Name: 

Position: 

Signature: 

 

4. From Zone cooperative Office 

Name: 

Position: 

Signature: 

 

 

 

 

 

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

42

Page 51: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

The Federal Democratic Republic Of Ethiopia

Standard Bidding Document (SBD)

For Procurement of Works

For National Competitive Biddings (NCB)

Public Procurement Agency (PPA)

January 2006

Addis Ababa

43

User
タイプライターテキスト
Annex-3
User
タイプライターテキスト
Page 52: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Preface. File Ref: Wks-SBD-NCB-Preface

{Entity or Project Crest or Logo}

Federal Democratic Republic of Ethiopia

{Name of Procuring Entity and/or Project}

Bidding Document

for the

Procurement of Works

Subject of Procurement

Procurement Reference Number

Procurement Method

Date of Issue of Bidding Document

44

Page 53: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Preface. File Ref: Wks-SBD-NCB-Preface

45

Page 54: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Preface. File Ref: Wks-SBD-NCB-Preface

Bidding Document

Table of Contents

Part 1 - Bidding Procedures

Section 1 – Instructions to Bidders

Section 2 – Bid Data Sheet

Section 3 – Evaluation and Qualification Criteria

Section 4 – Bidding Forms

Section 5 – Eligible Countries

Part 2 - Schedule of Requirements

Section 6(A) – Scope of Works

Section 6(B) – Technical Specifications

Section 6(C) – Drawings

Section 6(D) – Bills of Quantities (or Activities Schedule)

Part 3 - Contract

Section 7 – General Conditions of Contract

Section 8 – Special Conditions of Contract

Section 9 – Contract Forms

46

Page 55: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Preface. File Ref: Wks-SBD-NCB-Preface

Part 1 – Bidding Procedures

Section 1 – Instructions to Bidders

Section 2 – Bid Data Sheet

Section 3 – Evaluation and Qualification Criteria

Section 4 – Bidding Forms

Section 5 – Eligible Countries

47

Page 56: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 2

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Preface. File Ref: Wks-SBD-NCB-Preface

Part 2 – Schedule of Requirements

Section 6(A) – Scope of Works

Section 6(B) – Technical Specifications

Section 6(C) – Drawings

Section 6(D) – Bills of Quantities (or Activity Schedule)

48

Page 57: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Preface. File Ref: Wks-SBD-NCB-Preface

Part 3 - Contract

Section 7 – General Conditions of Contract

Section 8 – Special Conditions of Contract

Section 9 – Contract Forms

49

Page 58: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 1 Instructions to Bidders

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 1. Page 1 of 13 File Ref: Wks-SBD-NCB-Section 1

Section 1: Instructions to Bidders

Table of Clauses A. General .................................................................................................................................................... 2 1. Scope of Bid ............................................................................................................................................. 2 2. Source of Funds ........................................................................................................................................ 2 3. Eligible Bidders ........................................................................................................................................ 2 4. Qualification of the Bidder ....................................................................................................................... 3 5. One Bid per Bidder................................................................................................................................... 4 6. Cost of Bidding ........................................................................................................................................ 4 7. Site Visit ................................................................................................................................................... 4 B. Bidding Documents ................................................................................................................................ 4 8. Content of Bidding Documents ................................................................................................................ 4 9. Clarifications of Bidding Documents ....................................................................................................... 5 10. Amendments of Bidding Documents ....................................................................................................... 5 C. Preparation of Bids ................................................................................................................................ 5 11. Language of Bid ....................................................................................................................................... 5 12. Documents Comprising the Bid ............................................................................................................... 5 13. Bid Prices ................................................................................................................................................. 6 14. Currencies of Bid and Payment ................................................................................................................ 6 15. Bid Validity .............................................................................................................................................. 6 16. Bid Security .............................................................................................................................................. 7 17. Alternative Proposals by Bidders ............................................................................................................. 7 18. Format and Signing of Bid ....................................................................................................................... 7 D. Submission of Bids.................................................................................................................................. 8 19. Sealing and Marking of Bids .................................................................................................................... 8 20. Deadline for Submission of Bids .............................................................................................................. 8 21. Late Bids .................................................................................................................................................. 8 22. Withdrawal, Substitution and Modification of Bids ................................................................................. 8 E. Bid Opening and Evaluation ................................................................................................................. 9 23. Bid Opening ............................................................................................................................................. 9 24. Process to be Confidential ........................................................................................................................ 9 25. Clarification of Bids and Contacting the Employer ................................................................................. 9 26. Examination of Bids and Determination of Responsiveness .................................................................. 10 27. Correction of Errors................................................................................................................................ 10 28. Evaluation and Comparison of Bids ....................................................................................................... 10 29. Domestic Preference ............................................................................................................................... 11 F. Award of Contract................................................................................................................................ 11 30. Award Criteria and Notification of Proposed Award ............................................................................. 11 31. Employer’s Right to Accept the Bid and to Reject any or all Bids ........................................................ 11 32. Notification of Award and Signing of Agreement ................................................................................. 11 33. Contract Security .................................................................................................................................... 12 34. Adjudicator ............................................................................................................................................. 12 35. Corrupt or Fraudulent Practices .............................................................................................................. 12

50

Page 59: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 1 Instructions to Bidders

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 1. Page 2 of 13 File Ref: Wks-SBD-NCB-Section 1

Section I. Instructions to Bidders A. General

1. Scope of Bid

1.1 The Employer indicated in the Special Conditions of Contract (SCC), invites bids for the construction of Works, as described in Section 6, Schedule of Requirements. The subject and procurement reference number are provided in the SCC.

1.2 The successful Bidder will be expected to complete the Works by the Intended Completion Date specified in the SCC.

1.3 Throughout these Bidding Documents:

(a) The term “Employer” means “Procuring Entity” as defined in the Public Procurement Proclamation; and

(b) The term “Contractor” means “Supplier” as defined in the Public Procurement Proclamation.

2. Source of Funds

2.1 The Employer indicated in the SCC has an approved budget towards the cost of the procurement described in Section 6, Schedule of Requirements and intends to use these funds to cover eligible payments under the Contract for the Works. Payments will be made directly by the Employer and will be subject in all respects to the terms and conditions of the resulting contract placed by the Employer.

3. Eligible Bidders

3.1 A bidder shall:

(a) Have the legal capacity to enter into a contract;

(b) Not be insolvent, in receivership, bankrupt or being wound up, not have had their business activities suspended and not be the subject of legal proceedings for any of the foregoing; and

(c) Have fulfilled their obligations to pay taxes according to the laws of the Federal Democratic Republic of Ethiopia.

3.2 Unless otherwise specified in the SBD, in order to demonstrate compliance with the criteria in ITB Sub-Clause 3.1, a Bidder shall submit with its Bid either:

(a) In the case of Ethiopian Bidders only, its certificate of registration from the mandated public body specified in the SBD demonstrating its registered contractor status; or

(b) Appropriate documentary evidence demonstrating its compliance, which shall include:.

(i) Its trading licence and suppliers registration certificate

(ii) Its tax clearance certificate and VAT registration, if required; and

(iii) Any relevant professional practice certificates.

3.3 A bidder shall be required to obtain a certificate of registration from the mandated public body referred to in ITB Sub-Clause 3.2, demonstrating registered contractor status, as a condition of contract award.

3.4 Bidding is open to all bidders from eligible countries as defined in Section 5, Eligible Countries. Any materials, equipment and services to be used in the performance of the Contract shall have their origin in an eligible country, as defined in Section 5, Eligible Countries.

51

Page 60: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 1 Instructions to Bidders

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 1. Page 3 of 13 File Ref: Wks-SBD-NCB-Section 1

3.5 All bidders shall provide in Section 4, Bidding Forms, a statement that the Bidder (including all members of a joint venture and subcontractors) is not associated, nor has been associated in the past, directly or indirectly, with the consultant or any other entity that has prepared the design, specifications, and other documents for the Project or being proposed as Engineer for the Contract. A firm that has been engaged by the Employer to provide consulting services for the preparation or supervision of the Works, and any of its affiliates, shall not be eligible to bid.

3.6 Government-owned enterprises in the Federal Democratic Republic of Ethiopia may only participate if they are legally and financially autonomous, operate under commercial law, and are not a dependent agency to the Employer.

3.7 A Bidder that has been debarred from participating in public procurement in accordance with ITB Sub-Clause 35.1(c), at the date of the deadline for bid submission or thereafter, shall be disqualified.

4. Qualification of the Bidder

4.1 All bidders shall provide in the Qualification Information Form in Section 4, Bidding Forms, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary.

4.2 In the event that prequalification of potential bidders has been undertaken, only bids from prequalified bidders will be considered for award of Contract. These qualified bidders should submit with their bids any information updating their original prequalification applications or, alternatively, confirm in their bids that the originally-submitted prequalification information remains essentially correct as of the date of bid submission. The update or confirmation should be provided in the Qualification Information Form in Section 4, Bidding Forms.

4.3 If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the following information and documents with their bids, using the Qualification Information Form in Section 4, Bidding Forms, unless otherwise stated in Section 3, Evaluation and Qualification Criteria:

(a) Copies of original documents defining the constitution or legal status, place of registration, and principal place of business or a copy of the Bidder’s registration certificate where such documents have been provided to obtain registered contractor status; written power of attorney of the signatory of the Bid to commit the Bidder;

(b) Total monetary value of construction work performed for each of the last five years;

(c) Experience in works of a similar nature and size for each of the last five years, and details of work under way or contractually committed; and clients who may be contacted for further information on those contracts;

(d) Major items of construction equipment proposed to carry out the Contract;

(e) Qualifications and experience of key site management and technical personnel proposed for the Contract;

(f) Reports on the financial standing of the Bidder, such as profit and loss statements and auditor’s reports for the past five years;

(g) Evidence of adequacy of working capital for this Contract (access to line(s) of credit and availability of other financial resources);

(h) Authority to seek references from the Bidder’s bankers;

(i) Information regarding any litigation, current or during the last five years, in which the Bidder is involved, the parties concerned, and disputed amount; and

52

Page 61: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 1 Instructions to Bidders

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 1. Page 4 of 13 File Ref: Wks-SBD-NCB-Section 1

(j) Proposals for subcontracting components of the Works amounting to more than 10 percent of the Contract Price.

4.4 Bids submitted by a joint venture of two or more firms as partners shall comply with the following requirements, unless otherwise stated in Section 3, Evaluation and Qualification Criteria:

(a) The Bid shall include all the information listed in Sub-Clause 4.3 above for each joint venture partner;

(b) The Bid shall be signed so as to be legally binding on all partners;

(c) All partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms;

(d) One of the partners will be nominated as being in charge, authorized to incur liabilities, and receive instructions for and on behalf of any and all partners of the joint venture; and

(e) The execution of the entire Contract, including payment, shall be done exclusively with the partner in charge.

4.5 To qualify for award of the Contract, bidders shall meet the minimum qualifying criteria specified in Section 3, Evaluation and Qualification Criteria.

4.6 Bidders applying for eligibility for a margin of preference in bid evaluation, shall supply all information to satisfy the criteria for eligibility as described in Section 3, Evaluation and Qualification Criteria.

5. One Bid per Bidder

5.1 Each Bidder shall submit only one Bid, either individually or as a partner in a joint venture. A Bidder who submits or participates in more than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or requested) will cause all the proposals with the Bidder’s participation to be disqualified.

6. Cost of Bidding

6.1 The Bidder shall bear all costs associated with the preparation and submission of his Bid.

7. Site Visit

7.1 The Bidder, at the Bidder’s own responsibility and risk, is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder’s own expense and the Employer will in no case be responsible or liable for those costs.

7.2 Details of any Pre-Bid Meeting or Site Visit to be held by the Employer are given in the BDS.

B. Bidding Documents 8. Content of Bidding Documents

8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in accordance with Clause 10:

PART 1 Bidding Procedures

• Section 1 Instructions to Bidders (ITB) • Section 2 Bid Data Sheet (BDS) • Section 3 Evaluation and Qualification Criteria

53

Page 62: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 1 Instructions to Bidders

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 1. Page 5 of 13 File Ref: Wks-SBD-NCB-Section 1

• Section 4 Bidding Forms • Section 5 Eligible Countries

PART 2 Schedule of Requirements • Section 6(A) – Scope of Works • Section 6(B) – Technical Specifications • Section 6(C) – Drawings • Section 6(D) – Bills of Quantities (or Activity Schedule)

PART 3 Contract • Section 7 General Conditions of Contract (GCC) • Section 8 Special Conditions of Contract (SCC) • Section 9 Contract Forms

9. Clarification of Bidding Documents

9.1 According to the proclamation a candidate Bidder requiring any clarification of the bidding documents may notify the Employer in writing at the Employer's address indicated in the BDS. The Employer will respond to any request for clarification received earlier than 10 days prior to the deadline for submission of bids. Copies of the Employer's response will be forwarded to all purchasers of the bidding documents, including a description of the inquiry, but without identifying its source.

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing addenda.

10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing to all purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum in writing to the Employer.

10.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer shall extend, as necessary, the deadline for submission of bids, in accordance with Sub-Clause 20.2 below.

C. Preparation of Bids 11. Language of Bid

11.1 All documents relating to the Bid shall be in English. Any printed literature furnished by the Bidder may be written in another language, as long as such literature is accompanied by a translation of its pertinent passages into English; in which case, for purposes of interpretation of the Bid, the translation shall govern.

12. Documents Comprising the Bid

12.1 The Bid submitted by the Bidder shall comprise the following, in the format indicated in Section 4, Bidding Forms, where appropriate:

(a) Bid Submission Form;

(b) Bid Security;

(c) Priced Bill of Quantities or Activity Schedule;

(d) Qualification Information Form and Documents and the documents evidencing eligibility in accordance with ITB Sub-Clause 3.2;

54

Page 63: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 1 Instructions to Bidders

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 1. Page 6 of 13 File Ref: Wks-SBD-NCB-Section 1

(e) Alternative offers where invited; and

(f) Any other document or information required to be completed and submitted by bidders, as specified in the BDS.

13. Bid Prices

13.1 The Contract will be an Admeasurement or Lump Sum Contract, as indicated in the BDS.

13.2 The Contract shall be for the whole Works, as described in ITB Sub-Clause 1.1, based on the:

(a) Priced Bill of Quantities submitted by the Bidder in the case of an Admeasurement Contract; or

(b) Priced Activity Schedule submitted by the Bidder in the case of a Lump Sum Contract.

13.3 The Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities (or in the case of a lump sum contract, for all items of the Works described in the drawings and specifications and listed in the Activity Schedule). Items for which no rate or price is entered by the Bidder will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities or Activity Schedule. If so specified in the BDS, the Bidder shall provide a breakdown of rates and prices, showing equipment, materials and labour, for all items whose cost is greater than the percentage of the Bid Price specified in the BDS.

13.4 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause, as of the date 28 days prior to the deadline for submission of bids, shall be included in the rates, prices and total Bid price (or in the case of a lump sum contract, in the total bid price) submitted by the Bidder.

13.5 The rates and prices (or in the case of a lump sum contract, the lump sum price) quoted by the Bidder shall be subject to adjustment during the performance of the Contract if provided for in Clause 47 of the Conditions of Contract. The Bidder shall submit with the Bid all the information required under Clause 47 of the Conditions of Contract.

14. Currencies of Bid and Payment

14.1 The unit rates and prices (or in the case of a lump sum contract, the lump sum price) shall be quoted by the Bidder entirely in Ethiopian Birr and shall be paid in Ethiopian Birr only.

15. Bid Validity

15.1 Bids shall remain valid for the period specified in the BDS.

15.2 In exceptional circumstances, the Employer may request that the bidders extend the period of validity for a specified additional period. The request and the bidders’ responses shall be made in writing. A Bidder may refuse the request without forfeiting the Bid Security. A Bidder agreeing to the request will not be required or permitted to otherwise modify the Bid, but will be required to extend the validity of Bid Security for the period of the extension, and in compliance with Clause 16 in all respects.

15.3 In the case of contracts in which the Contract Price is fixed (not subject to price adjustment), if the period of bid validity is extended beyond 60 days, the amount payable to the Bidder selected for award, shall be increased by applying the factor specified in the BDS or in the request for extension, for the period of delay beyond 60 days after the expiry of the initial bid validity, up to the notification of award. Bid evaluation will be based on the Bid prices without taking the above correction into consideration.

55

Page 64: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 1 Instructions to Bidders

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 1. Page 7 of 13 File Ref: Wks-SBD-NCB-Section 1

16. Bid Security

16.1 The Bidder shall furnish, as part of the Bid, a Bid Security in original form in Ethiopian Birr in the amount specified in the BDS.

16.2 The Bid Security shall, at the Bidder’s option, be in the form of cash, a certified cheque or payable order, bank draft, letter of credit, or an unconditional bank guarantee. Securities issued by foreign banks or financial institutions shall be counter-guaranteed by an Ethiopian bank. The format of the Bid Security should be in accordance with the form of Bid Security included in Section 4, Bidding Forms or another form acceptable to the Employer. Bid Security shall be valid for 28 days beyond the validity of the Bid.

16.3 Any bid not accompanied by an acceptable Bid Security shall be rejected by the Employer. The Bid Security of a joint venture must define as “bidder” all joint venture partners and list them in the following manner: a joint venture consisting of “______,” “______,” and “______”.

16.4 The Bid Security of unsuccessful bidders will be returned within one week after concluding the contract and after a contract security has been furnished by the successful Bidder.

16.5 The Bid Security of the successful Bidder will be discharged when the Bidder has signed the contract and furnished the required Contract Security.

16.6 The Bid Security may be forfeited:

(a) If the Bidder withdraws the Bid after Bid opening during the period of Bid validity;

(b) If the Bidder does not accept the correction of the Bid price, pursuant to Clause 27; or

(c) In the case of a successful Bidder, if the Bidder fails within the specified time limit to:

(i) Sign the contract; or

(ii) Furnish the required Contract Security. 17. Alternative Proposals by Bidders

17.1 Bidders shall submit offers that comply with the requirements of the bidding documents, including the basic technical design as indicated in the drawings and specifications. Alternatives will not be considered, unless specifically allowed in the BDS.

18. Format and Signing of Bid

18.1 The Bidder shall prepare one original of the documents comprising the Bid as described in Clause 12 of these Instructions to Bidders, bound with the volume containing the Bid Submission Form, and clearly marked "ORIGINAL." In addition, the Bidder shall submit copies of the Bid, in the number specified in the BDS, and clearly marked as "COPIES." In the event of discrepancy between them, the original shall prevail.

18.2 The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3(a) or 4.4(b), as the case may be. All pages of the Bid where entries or amendments have been made shall be initialled by the person or persons signing the Bid.

18.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the Bidder, in which case such corrections shall be initialled by the person or persons signing the Bid.

56

Page 65: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 1 Instructions to Bidders

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 1. Page 8 of 13 File Ref: Wks-SBD-NCB-Section 1

18.4 The Bidder shall furnish information as described in the Bid Submission Form on commissions or gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract.

D. Submission of Bids 19. Sealing and Marking of Bids

19.1 The Bidder shall seal the original and all copies of the Bid in two inner envelopes and one outer envelope, duly marking the inner envelopes as “ORIGINAL” and “COPIES”.

19.2 The inner and outer envelopes shall:

(a) Be addressed to the Employer at the address provided in the BDS;

(b) Bear the name and procurement reference number of the Contract as defined in the SCC; and

(c) Provide a warning not to open before the specified time and date for Bid opening as defined in the BDS.

19.3 In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared late, pursuant to Clause 21.

19.4 If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the Bid.

20. Deadline for Submission of Bids

20.1 Bids shall be delivered to the Employer at the address specified in ITB Sub-Clause 19.2(c) above no later than the time and date specified in the BDS.

20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with Clause 10, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will then be subject to the new deadline.

21. Late Bids

21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to the Bidder.

22. Withdrawal, Substitution and Modification of Bids

22.1 Bidders may withdraw, substitute or modify their bids by giving notice in writing before the deadline prescribed in Clause 20.

22.2 Each Bidder’s withdrawal, substitution or modification notice shall be prepared, sealed, marked, and delivered in accordance with Clauses 18 and 19, with the outer and inner envelopes additionally marked “WITHDRAWAL”, “SUBSTITUTION” or “MODIFICATION” as appropriate. The corresponding substitution or modification of the bid must accompany the written notice.

22.3 No Bid shall be modified after the deadline for submission of Bids.

22.4 Withdrawal of a Bid between the deadline for submission of bids and the expiration of the period of Bid validity specified in the BDS or as extended pursuant to Sub-Clause 15.2 may result in the forfeiture of the Bid Security pursuant to Clause 16.

22.5 Bidders may only offer discounts to, or otherwise modify the prices of their bids by submitting

57

Page 66: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 1 Instructions to Bidders

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 1. Page 9 of 13 File Ref: Wks-SBD-NCB-Section 1

Bid substitutions or modifications in accordance with this clause, or included in the original Bid submission.

E. Bid Opening and Evaluation

23. Bid Opening

23.1 The Employer will open the bids, including substitutions and modifications made pursuant to Clause 22, in the presence of the bidders' representatives who choose to attend at the time and in the place specified in the BDS.

23.2 Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened. Next, envelopes marked “SUBSTITUTION” shall be opened and read out and exchanged with the corresponding bid being substituted, and the substituted bid shall not be opened, but returned to the Bidder. . No bid substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the substitution and is read out at bid opening. Envelopes marked “MODIFICATION” shall be opened and read out with the corresponding bid. No bid modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and is read out at bid opening.

23.3 The bidders' names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives have been requested or permitted), any discounts, Bid modifications and withdrawals, the presence or absence of Bid Security, will all be announced by the Employer at the bid opening. Further, any such other details as the Employer may consider appropriate, will also be announced.

23.4 Bids, substitutions or modifications that are not opened and read out at bid opening shall not be considered for further evaluation, irrespective of the circumstances. In particular, any discount offered by a Bidder which is not read out at bid opening shall not be considered further.

23.5 The Employer will prepare minutes of the Bid opening, including the information disclosed to those present in accordance with Sub-Clause 23.3.

23.6 No bid will be rejected at bid opening except for late bids, which will be returned unopened to the bidder, pursuant to ITB Clause 21.

24. Process to be Confidential

24.1 Information relating to the examination, clarification, evaluation and comparison of bids and recommendations for the award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Employer’s processing of bids or award decisions may result in the rejection of his Bid.

25. Clarification of Bids and Contacting the Employer

25.1 To assist in the examination, evaluation and comparison of bids, the Employer may, at the Employer’s discretion, ask any Bidder for clarification of the Bidder’s Bid, including breakdowns of unit rates (or in the case of a lump sum contract, the prices in the Activity Schedule). The request for clarification and the response shall be in writing, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the bids in accordance with Clause 27.

25.2 Subject to sub-clause 25.1 no Bidder shall contact the Employer on any matter relating to its bid from the time of the bid opening to the time the contract is awarded. If the Bidder wishes to

58

Page 67: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 1 Instructions to Bidders

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 1. Page 10 of 13 File Ref: Wks-SBD-NCB-Section 1

bring additional information to the notice of the Employer, it should do so in writing.

25.3 Any effort by the Bidder to influence the Employer in the Employer's bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidder's bid.

26. Examination of Bids and Determination of Responsiveness

26.1 Prior to the detailed evaluation of bids, the Employer will determine whether each Bid (a) meets the eligibility criteria defined in ITB Clause 3; (b) has been properly signed; (c) is accompanied by the required securities; and (d) is substantially responsive to the requirements of the bidding documents.

26.2 A substantially responsive Bid is one, which conforms to all the terms, conditions, and specifications of the bidding documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any substantial way, inconsistent with the bidding documents, the Employer’s rights or the Bidder’s obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other bidders presenting substantially responsive bids.

26.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.

27. Correction of Errors

27.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors.

27.2 In the case of admeasurements contracts, errors will be corrected by the Employer as follows:

(a) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the employer there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;

(b) If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

(c) If there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

27.3 In the case of admeasurements contracts, the amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount, the Bid will be rejected, and the Bid Security may be forfeited in accordance with Sub-Clause 16.6(b).

27.4 In the case of lump sum contracts, if there is a discrepancy between the words and figures, the amount in words shall prevail.

28. Evaluation and Comparison of Bids

28.1 The Employer will evaluate and compare only the bids determined to be substantially responsive in accordance with Clause 26.

59

Page 68: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 1 Instructions to Bidders

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 1. Page 11 of 13 File Ref: Wks-SBD-NCB-Section 1

28.2 In evaluating the bids, the Employer will determine for each Bid the evaluated Bid price by adjusting the Bid price as follows:

(a) Making any correction for errors pursuant to Clause 27;

(b) Excluding provisional sums and the provision, if any, for contingencies in the Bill of Quantities or Activity Schedule, but including Day work, where priced competitively;

(c) Making an appropriate adjustment for any other acceptable variations, deviations, or alternative offers submitted in accordance with Clause 17; and

(d) Making appropriate adjustments to reflect discounts or other price modifications offered in accordance with Sub-Clause 22.5.

28.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations, deviations, and alternative offers and other factors which are in excess of the requirements of the bidding documents or otherwise result in unsolicited benefits for the Employer will not be taken into account in Bid evaluation.

28.4 The estimated effect of any price adjustment conditions under Clause 47 of the Conditions of Contract, during the period of implementation of the Contract, will not be taken into account in Bid evaluation.

29. Domestic Preference

29.1 No margin of preference shall apply.

F. Award of Contract 30. Award Criteria and Notification of Proposed Award

30.1 Subject to Clause 31, the Employer will award the Contract to the Bidder whose Bid has been determined to be substantially responsive to the bidding documents and who has offered the lowest evaluated Bid price, provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of Clause 3, and (b) qualified in accordance with the provisions of Clause 4.

30.2 Prior to expiry of the period of bid validity, the Employer shall notify all Bidders in writing of the successful bid, but this notification shall not constitute a contract award. This notification shall be made at least five working days prior to the award of contract in accordance with ITB Clause 32.

31. Employer’s Right to Accept any Bid and to /or Reject any or all Bids

31.1 Notwithstanding Clause 30, the Employer reserves the right to accept or reject any Bid, and to cancel the bidding process and reject all bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Employer’s action.

32. Notification of Award and Signing of Agreement

32.1 The Bidder whose Bid has been accepted will be notified of the award in writing by the Employer prior to expiration of the Bid validity period and following the elapse of the notification period in accordance with ITB Sub-Clause 30.2. This notification (hereinafter and in the Conditions of Contract called the "Letter of Acceptance") will state the sum that the Employer will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price").

60

Page 69: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 1 Instructions to Bidders

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 1. Page 12 of 13 File Ref: Wks-SBD-NCB-Section 1

32.2 The notification of award will constitute the formation of the Contract, subject to the Bidder furnishing the Contract Security in accordance with Clause 33 and signing the contract in accordance with Sub-Clause 32.3.

32.3 The contract will incorporate all agreements between the Employer and the successful Bidder. It will be signed by the Employer and sent to the successful Bidder following the notification of award. Within 15 days of receipt, the successful Bidder will sign the contract and deliver it to the Employer.

33. Contract Security

33.1 Within 15 days after receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a Contract Security in the form of a Bank Guarantee, or in the case of Ethiopian contractors only, in the form of a Performance Bond, in the amount and denominated in the type and proportions of currencies specified in the Conditions of Contract.

33.2 Contract Securities issued by foreign banks or financial institutions shall be counter-guaranteed by an Ethiopian bank.

33.3 Failure of the successful Bidder to comply with the requirements of Sub-Clause 33.1 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security.

34. Adjudicator

34.1 The Employer proposes the person named in the BDS to be appointed as Adjudicator under the Contract, at an hourly fee specified in the BDS, plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If, in the Notice of Acceptance, the Employer has not agreed on the appointment of the Adjudicator, the Adjudicator shall be appointed by the Appointing Authority designated in the SCC at the request of either party.

34.2 The Adjudicator shall act as an impartial expert to resolve disputes between the Parties as rapidly and economically as is reasonably possible. Unless otherwise specified in the contract or in any applicable rules for adjudication:

(a) The Adjudicator’s role may include, but not be limited to, requiring and examining any relevant documents and written statements, making site visits, using his own specialist knowledge and holding a hearing; and

(b) The Adjudicator’s decision shall reflect the legal entitlements of the Parties and his fair and reasonable view of how the dispute should be resolved.

35. Corrupt or Fraudulent Practices

35.1 The Government of the Federal Democratic Republic of Ethiopia (hereinafter called “the Government”) requires that Employers, as well as Bidders and Contractors under government-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Government:

(a) Defines, for the purposes of this provision, the terms set forth below as follows:

(i) "Corrupt practice" means the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence the action of a public official in the procurement process or in contract execution;

(ii) "Fraudulent practice" means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract;

(iii) “Collusive practices” means a scheme or arrangement between two or more

61

Page 70: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 1 Instructions to Bidders

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 1. Page 13 of 13 File Ref: Wks-SBD-NCB-Section 1

Bidders, with or without the knowledge of the Employer, designed to establish prices at artificial, noncompetitive levels; and

(iv) “Coercive practices” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process, or affect the execution of a contract.

(b) Will reject a recommendation for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the contract in question;

(c) Will debar a Bidder from participation in public procurement for a specified period of time if it at any time determines that the firm has engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a contract.

35.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 59.2 of the General Conditions of Contract.

35.3 Any Bidder may seek administrative review, in accordance with Section 51 of the Public Procurement Proclamation, of an act or omission by an Employer, which it considers to be in breach of the Proclamation. Any application for review must be submitted in writing to the head of the Employer, within five working days from the date the Bidder knew, or should have known, of the circumstances giving rise to the complaint. If the head of the Employer does not issue a decision within fifteen days, or the Bidder is not satisfied with the decision, the Bidder may submit a complaint to the Public Procurement Agency.

62

Page 71: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 2 Bid Data Sheet

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 2. Page 1 of 3 File Ref: Wks-SBD-NCB-Section 2

Section 2. Bid Data Sheet

Instructions to Bidders (ITB)

reference Data relevant to ITB

A. General

ITB 3.2 A Bidder shall submit with its bid the documentary evidence specified in ITB Clause 3.2.

The documentary evidence required shall be amended as follows:

ITB 3.2(a) The mandated public body for the registration of contractors is:

ITB 7.2 The Employer __________ hold a pre-bid meeting.

If a pre-bid meeting is being held, it shall take place at:

Location:

Date:

Time:

The Employer __________ hold a site visit.

If a site visit is being held, it shall take place at:

Location:

Date:

Time:

B. Bidding Documents

ITB 9.1 For clarification purposes only, the Employer’s address is:

Attention:

Street Address:

Floor/Room number:

Town/City: PO Box No/Postal Code: Country: Telephone:

Facsimile number:

Electronic mail address:

63

Page 72: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 2 Bid Data Sheet

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 2. Page 2 of 3 File Ref: Wks-SBD-NCB-Section 2

Instructions to Bidders (ITB)

reference Data relevant to ITB

C. Preparation of Bids

ITB 12.1 (f) The Bidder shall submit with its bid the following additional documents or information:

ITB 13.1 The Contract is an Admeasurement/Lump Sum Contract.

ITB 13.3 The Bidder __________ provide a breakdown of rates and prices [for all items whose cost is greater than _____% of the Bid Price].

ITB 15.1 Bids shall remain valid for ____________________________days.

ITB 15.3 The adjustment of Bid price shall be calculated on the basis of an annual increase of __________ percent.

ITB 16.1 The amount of the bid security shall be ETB __________.

ITB 17.1 Alternative proposals to the requirements of the bidding documents __________ be permitted with respect to ____________________________.

ITB 18.1 In addition to the original of the bid, the number of copies is:

D. Submission of Bids

ITB 19.2(a) For bid submission purposes only, the Employer’s address is :

Attention:

Street Address:

Floor/Room number:

Town/City:

PO Box No/Postal Code: Country:

ITB 20.1 The deadline for bid submission is:

Date:

Time:

ITB 23.1 The bid opening shall take place at:

Street Address:

Floor/Room number:

64

Page 73: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 2 Bid Data Sheet

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 2. Page 3 of 3 File Ref: Wks-SBD-NCB-Section 2

Instructions to Bidders (ITB)

reference Data relevant to ITB

Town/City:

Country:

Date:

Time:

F. Award of Contract

ITB 34.1 The Adjudicator proposed by the Employer is ______________.

The hourly fee for this proposed Adjudicator shall be __________.

The biographical data of the proposed Adjudicator is as attached to this Bid Data Sheet.

65

Page 74: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 3 Evaluation and Qualification Criteria

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 3. Page 1 of 1 File Ref: Wks-SBD-NCB-Section 3

Section 3. Evaluation and Qualification Criteria This section, read in conjunction with Section 1, Instructions to Bidders and Section 2, Bid Data Sheet, contains all the factors, methods and criteria that the Employer shall use to evaluate a bid and determine whether a bidder has the required qualifications. No other factors, methods or criteria shall be used.

1. Qualification Criteria The information required from bidders in ITB Sub-Clause 4.3 is modified as follows:

The requirements for joint ventures in ITB Sub-Clause 4.4 are modified as follows:

To qualify for award of the Contract, in accordance with ITB Sub-Clause 4.5, bidders shall meet the minimum qualifying criteria:

(a) Average annual volume of construction work over the past _____ of at least __________;

(b) Experience as prime contractor in the construction of at least _____ works of a nature and complexity equivalent to the Works over the last _____ years (to comply with this requirement, works cited should be at least 70 percent complete);

(c) Proposals for the timely acquisition (own, lease, hire, etc.) of the following essential equipment: __________;

(d) Personnel with the following qualifications and experience: __________;

(e) Liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than ________;

A consistent history of litigation or arbitration awards against the Applicant or any partner of a Joint Venture may result in disqualification.

The figures for each of the partners of a joint venture shall be added together to determine the Bidder’s compliance with the minimum qualifying criteria in (a) and (e) above; however, for a joint venture to qualify, each of its partners must meet at least 25 percent of minimum criteria (a), (b), and (e) above for an individual Bidder, and the partner in charge at least 40 percent of those minimum criteria. Failure to comply with this requirement will result in rejection of the joint venture’s Bid.

Subcontractors’ experience and resources will not be taken into account in determining the Bidder’s compliance with the qualifying criteria.

66

Page 75: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 4 Bidding Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 4. Page 1 of 9 File Ref: Wks-SBD-NCB-Section 4

Section 4. Bidding Forms

List of Forms

Bid Submission Form

Priced Schedules

Bid Security Form (Bank Guarantee)

Qualification Information Form

Note: All forms shown the information to be completed by the Bidder in bold in square brackets e.g. [insert date] etc.

67

Page 76: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 4 Bidding Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 4. Page 2 of 9 File Ref: Wks-SBD-NCB-Section 4

Note to Bidders: This Bid Submission Form should be on the letterhead of the Bidder and should be signed by a person with the proper authority to sign documents that are binding on the Bidder. If the Bidder objects to the Adjudicator proposed by the Employer in the bidding documents, he should so state in his Bid, and present an alternative candidate, together with the candidate’s daily fees and biographical data, in accordance with Clause 34 of the Instructions to Bidders.

Bid Submission Form Date: [insert date] Procurement Reference No.: [insert procurement reference number] Page [insert page number] of [insert total number of pages] pages To: [insert complete name of Employer]

We, the undersigned, declare that: (a) We have examined and have no reservations to the Bidding Documents, including Addenda

No.: [insert the number and issuing date of each Addenda]; (b) We offer to execute the [insert the name and procurement reference number of the

Contract] in conformity with the Bidding Documents for the Contract Price of [insert amount in numbers and words] Ethiopian Birr, excluding any discounts offered at (d) below;

(c) The advance payment required is Ethiopian Birr: (d) The discounts offered and the methodology for their application are: …………………

Unconditional Discounts. If our bid is accepted, the following discounts shall apply. [Specify in detail each discount offered and the specific item to which it applies.] Methodology of Application of the Discounts. The discounts shall be applied using the following method: [Specify in detail the method that shall be used to apply the discounts]; Conditional Discounts. If our bid(s) are accepted, the following discounts shall apply. [Specify in detail each discount offered and the specific item to which it applies.] Methodology of Application of the Discounts. The discounts shall be applied using the following method: [Specify in detail the method that shall be used to apply the discounts];

(e) Our bid shall be valid for a period of [specify the number of days that the bid is valid for]

calendar days from the date fixed for the bid submission deadline in accordance with ITB Sub-Clause 20.1, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) We, including any subcontractors or suppliers for any part of the contract, have nationality

from the following eligible countries: [insert the nationality of the Bidder, including that

68

Page 77: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 4 Bidding Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 4. Page 3 of 9 File Ref: Wks-SBD-NCB-Section 4

of all parties that comprise the Bidder, if the Bidder is a JV, and the nationality each subcontractor and supplier]

(g) We have no conflict of interest in accordance with ITB Sub-Clause 3.2; (h) Our firm, its affiliates or subsidiaries—including any subcontractors or suppliers for any part

of the contract—has not been debarred from participation in public procurement by the Government of the Federal Democratic Republic of Ethiopia, in accordance with ITB Sub-Clause 3.4;

(i) We have read and understood the provisions on fraud and corruption in ITB Clause 35 and

we undertake to abide by the Code of Ethical Conduct for Bidders during the procurement process and the execution of any resulting contract;

(j) We understand that this bid, together with your written acceptance thereof included in your

notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed.

(k) We understand that you are not bound to accept the lowest evaluated bid or any other bid

that you may receive. (l) We accept the appointment of [insert name of adjudicator proposed in the BDS] as the

Adjudicator. [or] We do not accept the appointment of [insert name of adjudicator proposed in the BDS] as the Adjudicator, and propose instead that [insert name] be appointed as Adjudicator, whose daily fees and biographical data are attached.

Signed: [insert signature of person whose name and capacity are shown] In the capacity of [insert legal capacity of person signing the Bid] Name: [insert complete name of person signing the Bid] Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder] Dated on ____________ day of __________________, _______ [insert date of signing]

69

Page 78: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 4 Bidding Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 4. Page 4 of 9 File Ref: Wks-SBD-NCB-Section 4

Note to Bidders: Bidders shall submit a fully priced Bills of Quantities for Admeasurement Contracts or Schedule of Activities for Lump Sum Contract as provided in Section 6 of the Bidding Documents. Each page of the Bills of Quantities or the Schedule of Activities should be signed by a person with the proper authority to sign documents for the Bidder.

Priced Schedules

(Bills of Quantities or Schedule of Activities)

70

Page 79: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 4 Bidding Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 4. Page 5 of 9 File Ref: Wks-SBD-NCB-Section 4

Note to Bidders: This Bid Security should be on the letterhead of the issuing Financial Institution and should be signed by a person with the proper authority to sign the Bid Security. It should be included by the Bidder in its bid, in accordance with ITB Clause 16.

Bid Security (Bank Guarantee) Date: [insert date] Procurement Reference No.: [insert procurement reference number] Page [insert page number] of [insert total number of pages] pages

To: [insert complete name of Employer]

Whereas [insert complete name of Bidder] (hereinafter “the Bidder”) has submitted its bid dated [insert date (as day, month and year) of bid submission] for procurement reference no. [insert procurement reference no] for the construction of [insert name of Contract], hereinafter called “the Bid.”

KNOW ALL PEOPLE by these presents that WE [insert complete name of bank issuing the Bid Security], of [insert city of domicile and country of nationality] having our registered office at [insert full address of the issuing institution] (hereinafter “the Bank”), are bound unto [insert complete name of the Employer] (hereinafter “the Employer”) in the sum of [specify in words the amount and currency of the bid security (specify the amount and currency in figures)], for which payment well and truly to be made to the aforementioned Employer, the Bank binds itself, its successors or assignees by these presents.

Sealed with the Common Seal of this bank, this [insert day in numbers] day of [insert month], [insert year].

THE CONDITIONS of this obligation are the following:

1. If the Bidder withdraws its bid during the period of bid validity specified by the Bidder in the Bid Submission Form, except as provided in ITB Sub-Clause 20.2; or

2. If the Bidder, having been notified of the acceptance of its bid by the Employer, during the period of bid validity, fails or refuses to:

(a) Execute the Contract; or (b) Furnish the Performance Security, in accordance with the ITB Clause 33; or (c) Accept the correction of its bid by the Employer, pursuant to ITB Clause 27.

We undertake to pay the Employer up to the above amount upon receipt of its first written demand, without the Employer having to substantiate its demand, provided that in its demand the Employer state that the amount claimed by it is due to it, owing to the occurrence of one or more of the above conditions, specifying the occurred conditions.

71

Page 80: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 4 Bidding Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 4. Page 6 of 9 File Ref: Wks-SBD-NCB-Section 4

This guarantee shall remain in force up to and including twenty-eight (28) days after the period of bid validity, as stated in the Bid Submission Form or as it may be extended by the Bidder, notice of which extension(s) to the Bank is hereby waived. Any demand in respect thereof should be received by the Bank no later than the above date.

This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

Name: [insert complete name of person signing the Bid Security] In the capacity of [insert legal capacity of person signing the Bid Security] Signed: [insert signature of person whose name and capacity are shown above] Duly authorized to sign the bid for and on behalf of: [insert complete name of bank] Dated on ____________ day of __________________, _______ [insert date of signing]

72

Page 81: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 4 Bidding Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 4. Page 7 of 9 File Ref: Wks-SBD-NCB-Section 4

Note to Bidders: The information to be filled in by bidders in the following pages will be used for purposes of post-qualification or for verification of pre-qualification as provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract. Attach additional pages as necessary. If used for pre-qualification verification, the Bidder should fill in updated information only.

Qualification Information Form 1. Individual

Bidders or Individual Members of Joint Ventures

1.1 Constitution or legal status of Bidder: [attach copy]

Place of registration: [insert] Principal place of business: [insert] Power of attorney of signatory of Bid: [attach]

1.2 Average annual volume of construction work performed in the

previous number of years specified in Section 3, in the currency specified in Section 3, Evaluation and Qualification Criteria: [insert details below and state average]

Year:

Volume: 1.3 Work performed as prime Contractor on works of a similar

nature and volume over the last five years. The values should be indicated in the same currency used for Item 1.2 above. Also list details of work under way or committed, including expected completion date.

Project name and

country Name of client and

contact person Type of work performed and

year of completion Value of contract

(a) (b)

1.4 Major items of Contractor’s Equipment proposed for carrying out

the Works. List all information requested below. Refer to Section 3, Evaluation and Qualification Criteria.

Item of

equipment Description, make,

and age (years) Condition (new, good, poor)

and number available Owned, leased (from whom?), or to

be purchased (from whom?) (a) (b) etc.

73

Page 82: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 4 Bidding Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 4. Page 8 of 9 File Ref: Wks-SBD-NCB-Section 4

1.5 Qualifications and experience of key personnel proposed for

administration and execution of the Contract. Attach biographical data.

Position Name Qualifications Years of experience

(general) Years of experience in proposed position

(a) (b)

1.6 Proposed subcontracts and firms involved.

Sections of the Works Value of subcontract

Subcontractor (name and address)

Experience in similar work

(a) (b)

1.7 Financial reports for the last five years: balance sheets, profit and

loss statements, auditors’ reports, etc. List below and attach copies.

1.8 Evidence of access to financial resources to meet the

qualification requirements: cash in hand, lines of credit, etc. List below and attach copies of support documents.

1.9 Name, address, and telephone, telex, and facsimile numbers of

banks that may provide references if contacted by the Employer. 1.10 Information on current litigation in which the Bidder is involved.

Other party (ies) Cause of dispute Amount involved

(a) (b)

1.11 Proposed Program (work method and schedule). Descriptions,

drawings, and charts, as necessary, to comply with the requirements of the bidding documents.

2. Joint Ventures 2.1 The information listed in 1.1 - 1.10 above shall be provided for

each partner of the joint venture. 2.2 The information in 1.11 above shall be provided for the joint

venture.

74

Page 83: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 4 Bidding Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 4. Page 9 of 9 File Ref: Wks-SBD-NCB-Section 4

2.3 Attach the power of attorney of the signatory(ies) of the Bid authorizing signature of the Bid on behalf of the joint venture.

2.4 Attach the Agreement among all partners of the joint venture

(and which is legally binding on all partners), which shows that

(a) All partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms;

(b) One of the partners will be nominated as being in charge,

authorized to incur liabilities, and receive instructions for and on behalf of any and all partners of the joint venture; and

(c) The execution of the entire Contract, including payment,

shall be done exclusively with the partner in charge.

3. Additional Requirements

3.1 Bidders should provide any additional information required in Sections 2 or 3 of the Bidding Document or to fulfil the requirements of Sub-Clause 4.1 of the Instructions to Bidders, if applicable.

75

Page 84: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 1: Section 5 Eligible Countries

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 5. Page 1 of 1 File Ref: Wks-SBD-NCB-Section 5

Section 5. Eligible Countries Procurement Reference Number: All countries are eligible except countries subject to the following provisions.

A country shall not be eligible if:

(a) As a matter of law or official regulation, the Government of the Federal Democratic Republic of Ethiopia prohibits commercial relations with that country, provided that the Government is satisfied that such exclusion does not preclude effective competition for the provision of the works required; or

(b) By an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Government of the Federal Democratic Republic of Ethiopia prohibits any procurement of works from that country or any payments to persons or entities in that country.

76

Page 85: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 2: Section 6 Schedule of Requirement

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 6 Page 1 of 5 File Ref: Wks-SBD-NCB-Section 6

Section 6. Schedule of Requirements

Contents

A. Scope of Works ....................................................................................................................2

B. Technical Specifications ......................................................................................................3

C. Drawings ..............................................................................................................................4

D. Bill of Quantities or Activity Schedule ..............................................................................5

77

Page 86: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 2: Section 6 Schedule of Requirement

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 6 Page 2 of 5 File Ref: Wks-SBD-NCB-Section 6

A. Scope of Works

78

Page 87: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 2: Section 6 Schedule of Requirement

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 6 Page 3 of 5 File Ref: Wks-SBD-NCB-Section 6

B. Technical Specifications

79

Page 88: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 2: Section 6 Schedule of Requirement

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 6 Page 4 of 5 File Ref: Wks-SBD-NCB-Section 6

C. Drawings

List of Drawings

Drawing Number Drawing Title

80

Page 89: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 2: Section 6 Schedule of Requirement

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 6 Page 5 of 5 File Ref: Wks-SBD-NCB-Section 6

D. Bill of Quantities or Activity Schedule

81

Page 90: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 1 of 17 File Ref: Wks-SBD-NCB-Section 7

Section 7: General Conditions of Contract

Table of Clauses A. General .................................................................................................................................................... 3 1. Definitions ................................................................................................................................................ 3 2. Interpretation ............................................................................................................................................ 4 3. Language and Law ................................................................................................................................... 5 4. Engineer’s Decisions ................................................................................................................................ 5 5. Delegation ................................................................................................................................................ 5 6. Communications ....................................................................................................................................... 5 7. Subcontracting .......................................................................................................................................... 5 8. Other Contractors ..................................................................................................................................... 5 9. Personnel .................................................................................................................................................. 5 10. Employer’s and Contractor’s Risks .......................................................................................................... 6 11. Employer’s Risks ..................................................................................................................................... 6 12. Contractor’s Risks .................................................................................................................................... 6 13. Insurance .................................................................................................................................................. 6 14. Site Investigation Reports ........................................................................................................................ 7 15. Queries about the Special Conditions of Contract .................................................................................... 7 16. Contractor to Construct the Works ........................................................................................................... 7 17. The Works to Be Completed by the Intended Completion Date .............................................................. 7 18. Approval by the Engineer ......................................................................................................................... 7 19. Safety ........................................................................................................................................................ 7 20. Discoveries ............................................................................................................................................... 7 21. Possession of the Site ............................................................................................................................... 7 22. Access to the Site ..................................................................................................................................... 8 23. Instructions ............................................................................................................................................... 8 24. Disputes .................................................................................................................................................... 8 25. Procedure for Disputes ............................................................................................................................. 8 26. Replacement of Adjudicator ..................................................................................................................... 8 B. Time Control ........................................................................................................................................... 8 27. Program .................................................................................................................................................... 8 28. Extension of the Intended Completion Date ............................................................................................. 9 29. Acceleration ............................................................................................................................................. 9 30. Delays Ordered by the Engineer ............................................................................................................... 9 31. Management Meetings ............................................................................................................................. 9 32. Early Warning .......................................................................................................................................... 9 C. Quality Control ..................................................................................................................................... 10 33. Identifying Defects ................................................................................................................................. 10 34. Tests ....................................................................................................................................................... 10 35. Correction of Defects ............................................................................................................................. 10 36. Uncorrected Defects ............................................................................................................................... 10 D. Cost Control .......................................................................................................................................... 10 37. Bill of Quantities or Activity Schedule .................................................................................................. 10 38. Change in the Bill of Quantities or Activity Schedule ........................................................................... 10 39. Variations ............................................................................................................................................... 11 40. Payment for Variations ........................................................................................................................... 11 41. Cash Flow Forecasts ............................................................................................................................... 11 42. Payment Certificates............................................................................................................................... 11 43. Payments ................................................................................................................................................ 12 44. Compensation Events ............................................................................................................................. 12 45. Tax.......................................................................................................................................................... 13 46. Currencies............................................................................................................................................... 13 47. Price Adjustment .................................................................................................................................... 13 48. Retention ................................................................................................................................................ 14 49. Liquidated Damages ............................................................................................................................... 14

82

Page 91: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 2 of 17 File Ref: Wks-SBD-NCB-Section 7

50. Bonus ...................................................................................................................................................... 14 51. Advance Payment ................................................................................................................................... 14 52. Securities ................................................................................................................................................ 15 53. Dayworks ............................................................................................................................................... 15 54. Cost of Repairs ....................................................................................................................................... 15 E. Finishing the Contract ......................................................................................................................... 15 55. Completion ............................................................................................................................................. 15 56. Taking Over ............................................................................................................................................ 15 57. Final Account ......................................................................................................................................... 15 58. Operating and Maintenance Manuals ..................................................................................................... 16 59. Termination ............................................................................................................................................ 16 60. Payment upon Termination .................................................................................................................... 17 61. Property .................................................................................................................................................. 17 62. Release from Performance ..................................................................................................................... 17

83

Page 92: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 3 of 17 File Ref: Wks-SBD-NCB-Section 7

Section 7. General Conditions of Contract A. General

1. Definitions

1.1 The following words and expressions shall have the meanings hereby assigned to them:

The “Activity Schedule” means the priced Activity Schedule forming part of the Bid for a Lump Sum Contract.

The “Adjudicator” is the person appointed jointly by the Employer and the Contractor to resolve disputes in the first instance, as provided for in Clauses 24 and 25 hereunder.

“Bill of Quantities” means the priced and completed Bill of Quantities forming part of the Bid for an Admeasurement contract.

“Compensation Events” are those defined in Clause 44 hereunder.

The “Completion Date” is the date of completion of the Works as certified by the Engineer, in accordance with Sub-Clause 55.1.

The “Contract” is the Contract between the Employer and the Contractor to execute, complete, and maintain the Works. It consists of the documents listed in Clause 2.3 below.

The “Contractor” is a person or corporate body whose Bid to carry out the Works has been accepted by the Employer and means “Supplier” as defined in the Public Procurement Proclamation.

The “Contract Price” is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract.

“Days” are calendar days; “months” are calendar months.

“Day works” are varied work inputs subject to payment on a time basis for the Contractor’s employees and Equipment, in addition to payments for associated Materials and Plant.

A “Defect” is any part of the Works not completed in accordance with the Contract.

The “Defects Liability Certificate” is the certificate issued by Engineer upon correction of defects by the Contractor.

The “Defects Liability Period” is the period named in the Special Conditions of Contract and calculated from the Completion Date.

“Drawings” include calculations and other information provided or approved by the Engineer for the execution of the Contract.

The “Employer” is the party who employs the Contractor to carry out the Works and means “Procuring Entity” as defined in the Public Procurement Proclamation.

The “Engineer” is the person named in the Special Conditions of Contract (or any other competent person appointed by the Employer and notified to the Contractor, to act in replacement of the Engineer) who is responsible for supervising the execution of the Works and administering the Contract.

“Equipment” is the Contractor’s machinery and vehicles brought temporarily to the Site to construct the Works.

84

Page 93: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 4 of 17 File Ref: Wks-SBD-NCB-Section 7

The “Initial Contract Price” is the Contract Price listed in the Employer’s Letter of Acceptance.

The “Intended Completion Date” is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the Special Conditions of Contract. The Intended Completion Date may be revised only by the Engineer by issuing an extension of time or an acceleration order.

“Materials” are all supplies, including consumables, used by the Contractor for incorporation in the Works.

“Plant” is any integral part of the Works that shall have a mechanical, electrical, chemical, or biological function.

The “Site” is the area defined as such in the Special Conditions of Contract.

“Site Investigation Reports” are those that were included in the bidding documents and are factual and interpretative reports about the surface and subsurface conditions at the Site.

“Specification” means the Specification of the Works included in the Contract and any modification or addition made or approved by the Engineer.

The “Start Date” is given in the Special Conditions of Contract. It is the latest date when the Contractor shall commence execution of the Works. It does not necessarily coincide with any of the Site Possession Dates.

A “Subcontractor” is a person or corporate body who has a Contract with the Contractor to carry out a part of the work in the Contract, which includes work on the Site.

The “Contractor’s Bid” is the completed bidding document submitted by the Contractor to the Employer.

“Temporary Works” are works designed, constructed, installed, and removed by the Contractor that are needed for construction or installation of the Works.

A “Variation” is an instruction given by the Engineer, which varies the Works.

The “Works” are what the Contract requires the Contractor to construct, install, and turn over to the Employer, as defined in the Special Conditions of Contract.

2. Interpretation

2.1 In interpreting these General Conditions of Contract, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Engineer will provide instructions clarifying queries about these General Conditions of Contract.

2.2 If sectional completion is specified in the Special Conditions of Contract, references in the General Conditions of Contract to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion Date for the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the following order of priority:

(1) Agreement,

(2) Letter of Acceptance,

85

Page 94: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 5 of 17 File Ref: Wks-SBD-NCB-Section 7

(3) Contractor’s Bid,

(4) Special Conditions of Contract,

(5) General Conditions of Contract,

(6) Specifications,

(7) Drawings,

(8) Bill of Quantities or Activity Schedule, and

(9) Any other document listed in the Special Conditions of Contract as forming part of the Contract.

3. Language and Law

3.1 The language of the Contract is Amharic and the law governing the Contract is that of the Federal Democratic Republic of Ethiopia.

4. Engineer’s Decisions

4.1 Except where otherwise specifically stated and subject to any restrictions in the Special Conditions of Contract, the Engineer will decide contractual matters between the Employer and the Contractor in the role representing the Employer.

5. Delegation

5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the Adjudicator, after notifying the Contractor, and may cancel any delegation after notifying the Contractor.

6. Communications

6.1 Communications between parties that are referred to in the Conditions shall be effective only when in writing. A notice shall be effective only when it is delivered.

7. Subcontracting

7.1 The Contractor may subcontract with the approval of the Engineer, but may not assign the Contract without the approval of the Employer in writing. Subcontracting shall not alter the Contractor’s obligations.

8. Other Contractors

8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and the Employer between the dates given in the Schedule of Other Contractors, as referred to in the Special Conditions of Contract. The Contractor shall also provide facilities and services for them as described in the Schedule. The Employer may modify the Schedule of Other Contractors, and shall notify the Contractor of any such modification.

9. Personnel

9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel, as referred to in the Special Conditions of Contract, to carry out the functions stated in the Schedule or other personnel approved by the Engineer. The Engineer will approve any proposed replacement of key personnel only if their relevant qualifications and abilities are substantially equal to or better than those of the personnel listed in the Schedule.

86

Page 95: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 6 of 17 File Ref: Wks-SBD-NCB-Section 7

9.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.

10. Employer’s and Contractor’s Risks

10.1 The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor carries the risks which this Contract states are Contractor’s risks.

11. Employer’s Risks

11.1 Unless otherwise specified in the SCC, from the Start Date until the Defects Correction Certificate has been issued, the following are Employer’s risks:

(a) The risk of personal injury, death, or loss of or damage to property (excluding the Works, Plant, Materials, and Equipment), which are due to:

(i) Use or occupation of the Site by the Works or for the purpose of the Works, which is the unavoidable result of the Works, or

(ii) Negligence, breach of statutory duty, or interference with any legal right by the Employer or by any person employed by or contracted to him except the Contractor.

(b) The risk of damage to the Works, Plant, Materials, and Equipment to the extent that it is due to a fault of the Employer or in the Employer’s design, or due to war or radioactive contamination directly affecting the country where the Works are to be executed.

11.2 From the Completion Date until the Defects Correction Certificate has been issued, the risk of loss of or damage to the Works, Plant, and Materials is a Employer’s risk except loss or damage due to

(a) A Defect which existed on the Completion Date,

(b) An event occurring before the Completion Date, which was not itself a Employer’s risk, or

(c) The activities of the Contractor on the Site after the Completion Date.

12. Contractor’s Risks

12.1 From the Starting Date until the Defects Correction Certificate has been issued, the risks of personal injury, death, and loss of or damage to property (including, without limitation, the Works, Plant, Materials, and Equipment) which are not Employer’s risks are Contractor’s risks.

13. Insurance

13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the Special Conditions of Contract for the following events which are due to the Contractor’s risks:

(a) Loss of or damage to the Works, Plant, and Materials;

(b) Loss of or damage to Equipment;

(c) Loss of or damage to property (except the Works, Plant, Materials, and Equipment) in connection with the Contract; and

(d) Personal injury or death.

13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the Engineer’s approval before the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

87

Page 96: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 7 of 17 File Ref: Wks-SBD-NCB-Section 7

13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may effect the insurance which the Contractor should have provided and recover the premiums the Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due.

13.4 Alterations to the terms of an insurance shall not be made without the approval of the Engineer.

13.5 Both parties shall comply with any conditions of the insurance policies.

14. Site Investigation Reports

14.1 The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports referred to in the Special Conditions of Contract, supplemented by any information available to the Bidder.

15. Queries about the Special Conditions of Contract

15.1 The Engineer will clarify queries on the Special Conditions of Contract.

16. Contractor to Construct the Works

16.1 The Contractor shall construct and install the Works in accordance with the Specifications and Drawings.

17. The Works to Be Completed by the Intended Completion Date

17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the Program submitted by the Contractor, as updated with the approval of the Engineer, and complete them by the Intended Completion Date.

18. Approval by the Engineer

18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the Engineer, who is to approve them if they comply with the Specifications and Drawings.

18.2 The Contractor shall be responsible for design of Temporary Works.

18.3 The Engineer’s approval shall not alter the Contractor’s responsibility for design of the Temporary Works.

18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works, where required.

18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are subject to prior approval by the Engineer before this use.

19. Safety

19.1 The Contractor shall be responsible for the safety of all activities on the Site.

20. Discoveries

20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of the Employer. The Contractor shall notify the Engineer of such discoveries and carry out the Engineer’s instructions for dealing with them.

21. Possession of the Site

21.1 The Employer shall give possession of the Site to the Contractor, as defined in the Contractor’s approved work program. If possession of a part is not given by the date stated in the approved

88

Page 97: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 8 of 17 File Ref: Wks-SBD-NCB-Section 7

work program, the Employer will be deemed to have delayed the start of the relevant activities, and this will be a Compensation Event.

22. Access to the Site

22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer access to the Site and to any place where work in connection with the Contract is being carried out or is intended to be carried out.

23. Instructions

23.1 The Contractor shall carry out all instructions of the Engineer, which comply with the applicable laws where the Site is located.

24. Disputes

24.1 If the Contractor believes that a decision taken by the Engineer was either outside the authority given to the Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred to the Adjudicator within 14 days of the notification of the Engineer’s decision.

25. Procedure for Disputes

25.1 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute.

25.2 The Adjudicator shall be paid by the hour at the rate specified in the Bid Data Sheet and Special Conditions of Contract, together with reimbursable expenses of the types specified in the Special Conditions of Contract, and the cost shall be divided equally between the Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator’s written decision. If neither party refers the dispute to arbitration within the above 28 days, the Adjudicator’s decision will be final and binding.

25.3 The arbitration shall be conducted in accordance with the arbitration procedure published by the institution named and in the place shown in the Special Conditions of Contract.

26. Replacement of Adjudicator

26.1 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the Adjudicator is not functioning in accordance with the provisions of the Contract, a new Adjudicator will be jointly appointed by the Employer and the Contractor. In case of disagreement between the Employer and the Contractor, within 30 days, the Adjudicator shall be designated by the Appointing Authority designated in the Special Conditions of Contract at the request of either party, within 14 days of receipt of such request.

B. Time Control 27. Program

27.1 Within the time stated in the Special Conditions of Contract, the Contractor shall submit to the Engineer for approval a Program showing the general methods, arrangements, order, and timing for all the activities in the Works.

27.2 An update of the Program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work, including any changes to the sequence of the activities.

27.3 The Contractor shall submit to the Engineer for approval an updated Program at intervals no longer than the period stated in the Special Conditions of Contract. If the Contractor does not submit an updated Program within this period, the Engineer may withhold the amount stated in

89

Page 98: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 9 of 17 File Ref: Wks-SBD-NCB-Section 7

the Special Conditions of Contract from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted.

27.4 The Engineer’s approval of the Program shall not alter the Contractor’s obligations. The Contractor may revise the Program and submit it to the Engineer again at any time. A revised Program shall show the effect of Variations and Compensation Events.

28. Extension of the Intended Completion Date

28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a Variation is issued which makes it impossible for Completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining work, which would cause the Contractor to incur additional cost.

28.2 The Engineer shall decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.

29. Acceleration

29.1 When the Employer wants the Contractor to finish before the Intended Completion Date, the Engineer will obtain priced proposals for achieving the necessary acceleration from the Contractor. If the Employer accepts these proposals, the Intended Completion Date will be adjusted accordingly and confirmed by both the Employer and the Contractor.

29.2 If the Contractor’s priced proposals for an acceleration are accepted by the Employer, they are incorporated in the Contract Price and treated as a Variation.

30. Delays Ordered by the Engineer

30.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within the Works.

31. Management Meetings

31.1 Either the Engineer or the Contractor may require the other to attend a management meeting. The business of a management meeting shall be to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure.

31.2 The Engineer shall record the business of management meetings and provide copies of the record to those attending the meeting and to the Employer. The responsibility of the parties for actions to be taken shall be decided by the Engineer either at the management meeting or after the management meeting and stated in writing to all who attended the meeting.

32. Early Warning

32.1 The Contractor shall warn the Engineer at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the work increase the Contract Price or delay the execution of the Works. The Engineer may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate shall be provided by the Contractor as soon as reasonably possible.

32.2 The Contractor shall cooperate with the Engineer in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the

90

Page 99: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 10 of 17 File Ref: Wks-SBD-NCB-Section 7

work and in carrying out any resulting instruction of the Engineer.

C. Quality Control 33. Identifying Defects

33.1 The Engineer shall check the Contractor’s work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor’s responsibilities. The Engineer may instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer considers may have a Defect.

34. Tests

34.1 If the Engineer instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no Defect, the test shall be a Compensation Event.

35. Correction of Defects

35.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion, and is defined in the Special Conditions of Contract. The Defects Liability Period shall be extended for as long as Defects remain to be corrected.

35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Engineer’s notice.

36. Uncorrected Defects

36.1 If the Contractor has not corrected a Defect within the time specified in the Engineer’s notice, the Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount.

D. Cost Control 37. Bill of Quantities or Activity Schedule

37.1 This Contract is:

(a) An Admeasurements Contract with a Bill of Quantities, subject to Option 1; or

(b) A Lump Sum Contract with an Activity Schedule, subject to Option 2,

as indicated in the Special Conditions of Contract. Option 1: Bill of Quantities for Admeasurements Contract

37.2 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning work to be done by the Contractor.

37.3 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the Bill of Quantities for each item.

Option 2: Activity Schedule for Lump Sum Contract

37.4 The Contractor shall provide updated Activity Schedules within 14 days of being instructed to by the Engineer. The activities on the Activity Schedule shall be co-ordinated with the activities on the Program.

37.5 The Contractor shall show delivery of Materials to the Site separately on the Activity Schedule if payment for Materials on Site shall be made separately.

38. Change in the Bill of Quantities or Activity Schedule

91

Page 100: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 11 of 17 File Ref: Wks-SBD-NCB-Section 7

Option 1: Changes in the Bill of Quantities for Admeasurements Contracts

38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular item by more than 25 percent, provided the change exceeds 5 percent of the Initial Contract Price, the Engineer shall adjust the rate to allow for the change.

38.2 The Engineer shall not adjust rates from changes in quantities if thereby the Initial Contract Price is exceeded by more than 15 percent, except with the prior approval of the Employer.

38.3 If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost breakdown of any rate in the Bill of Quantities.

Option 2: Changes in the Activity Schedule for Lump Sum Contracts

38.4 The Activity Schedule shall be amended by the Contractor to accommodate changes of Program or method of working made at the Contractor’s own discretion. Prices in the Activity Schedule shall not be altered when the Contractor makes such changes to the Activity Schedule.

39. Variations

39.1 All Variations shall be included in updated Programs (or in the case of Lump Sum Contracts in updated Programs and Activity Schedules) produced by the Contractor.

40. Payment for Variations

40.1 For both Admeasurements and Lump Sum Contracts, the Contractor shall provide the Engineer with a quotation for carrying out the Variation when requested to do so by the Engineer. The Engineer shall assess the quotation, which shall be given within seven days of the request or within any longer period stated by the Engineer and before the Variation is ordered.

40.2 For Admeasurements Contracts only, if the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the opinion of the Engineer, the quantity of work above the limit stated in Sub-Clause 38.1 or the timing of its execution do not cause the cost per unit of quantity to change, the rate in the Bill of Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation by the Contractor shall be in the form of new rates for the relevant items of work.

40.3 For both Admeasurements and Lump Sum Contracts, if the Contractor’s quotation is unreasonable, the Engineer may order the Variation and make a change to the Contract Price, which shall be based on the Engineer’s own forecast of the effects of the Variation on the Contractor’s costs.

40.4 For both Admeasurements and Lump Sum Contracts, if the Engineer decides that the urgency of varying the work would prevent a quotation being given and considered without delaying the work, no quotation shall be given and the Variation shall be treated as a Compensation Event.

40.5 For both Admeasurements and Lump Sum Contracts, the Contractor shall not be entitled to additional payment for costs that could have been avoided by giving early warning.

41. Cash Flow Forecasts

41.1 When the Program (or in the case of Lump Sum Contracts the Program or Activity Schedule) is updated, the Contractor shall provide the Engineer with an updated cash flow forecast.

42. Payment Certificates

42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of the

92

Page 101: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 12 of 17 File Ref: Wks-SBD-NCB-Section 7

work executed less the cumulative amount certified previously.

42.2 The Engineer shall check the Contractor’s monthly statement and certify the amount to be paid to the Contractor.

42.3 The value of work executed shall be determined by the Engineer.

42.4 The value of work executed shall comprise the value of:

(a) The quantities of the items in the Bill of Quantities completed in the case of Admeasur- ements Contracts; or

(b) Completed activities in the Activity Schedule in the case of Lump Sum Contracts.

42.5 The value of work executed shall include the valuation of Variations and Compensation Events.

42.6 The Engineer may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

43. Payments

43.1 Payments shall be adjusted for deductions for advance payments and retention. The Employer shall pay the Contractor the amounts certified by the Engineer within 30 days of the date of each certificate. If the Employer makes a late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest shall be calculated from the date by which the payment should have been made up to the date when the late payment is made at the prevailing rate of interest for commercial borrowing for each of the currencies in which payments are made.

43.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute.

43.3 All payments and deductions will be paid or charged in Ethiopian Birr.

43.4 Items of the Works for which no rate or price has been entered in will not be paid for by the Employer and shall be deemed covered by other rates and prices in the Contract.

44. Compensation Events

44.1 The following shall be Compensation Events:

(a) The Employer does not give access to a part of the Site by the Site Possession Date stated in the Contractor’s approved work program.

(b) The Employer modifies the Schedule of Other Contractors in a way that affects the work of the Contractor under the Contract.

(c) The Engineer orders a delay or does not issue Drawings, Specifications, or instructions required for execution of the Works on time.

(d) The Engineer instructs the Contractor to uncover or to carry out additional tests upon work, which is then found to have no Defects.

(e) The Engineer unreasonably does not approve a subcontract to be let.

(f) Ground conditions are substantially more adverse than could reasonably have been assumed before issuance of the Letter of Acceptance from the information issued to bidders (including the Site Investigation Reports referred to in GCC 14.1), from information available publicly and from a visual inspection of the Site.

93

Page 102: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 13 of 17 File Ref: Wks-SBD-NCB-Section 7

(g) The Engineer gives an instruction for dealing with an unforeseen condition, caused by the Employer, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities, or the Employer does not work within the dates and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed.

(j) The effects on the Contractor of any of the Employer’s Risks.

(k) The Engineer unreasonably delays issuing a Certificate of Completion.

(l) Other Compensation Events described in the Special Conditions of Contract or determined by the Engineer shall apply.

44.2 If a Compensation Event would cause additional cost or would prevent the work being completed before the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date shall be extended. The Engineer shall decide whether and by how much the Contract Price shall be increased and whether and by how much the Intended Completion Date shall be extended.

44.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor’s forecast cost has been provided by the Contractor, it shall be assessed by the Engineer, and the Contract Price shall be adjusted accordingly. If the Contractor’s forecast is deemed unreasonable, the Engineer shall adjust the Contract Price based on the Engineer’s own forecast. The Engineer will assume that the Contractor will react competently and promptly to the event.

44.4 The Contractor shall not be entitled to compensation to the extent that the Employer’s interests are adversely affected by the Contractor’s not having given early warning or not having cooperated with the Engineer.

45. Tax

45.1 Unless otherwise specified in the SCC, the Engineer shall not adjust the Contract Price if taxes, duties, and other levies are changed that subsequently affect the Contract Price.

46. Currencies

46.1 All payments shall be made in Ethiopian Birr.

47. Price Adjustment

47.1 Prices shall be adjusted for fluctuations in the cost of inputs only if provided for in the Special Conditions of Contract. If so provided, the amounts certified in each payment certificate, after deducting for Advance Payment, shall be adjusted by applying the respective price adjustment factor to the payment amounts due

.etcEoEnd

MoMnc

LoLnbApn ++++=

Where:

pn is a price adjustment factor to be applied to the amount for each payment certificate;

A is a constant, specified in the Contractor’s Bid, representing the nonadjustable portion in contractual payments;

b, c, d, etc., are weightings or coefficients representing the estimated proportion of each cost element (labour, materials, equipment usage, etc.) in the Works or sections thereof, net of

94

Page 103: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 14 of 17 File Ref: Wks-SBD-NCB-Section 7

Provisional Sums, as specified in the Contractor’s Bid; the sum of A, b, c, d, etc., shall be one;

Ln, Mn, En, etc., are the current cost indices or reference prices of the cost elements at the date 28 days prior to the deadline for bid submission; and

Lo, Mo, Eo, etc., are the base cost indices or reference prices corresponding to the above cost elements at the date 28 days prior to the last day of the period to which a particular Interim Payment Certificate is related.

47.2 The sources of indices shall be those listed in the Contractor’s Bid, as approved by the Engineer. Indices shall be appropriate for their purpose and shall relate to the Contractor’s proposed source of supply of inputs. As the proposed basis for price adjustment, the Contractor shall have submitted with his bid the tabulation of Weightings and Source of Indices, which shall be subject to approval by the Engineer.

47.3 If the value of the index is changed after it has been used in a calculation, the calculation shall be corrected and an adjustment made in the next payment certificate. The index value shall be deemed to take account of all changes in cost due to fluctuations in costs.

48. Retention

48.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the Special Conditions of Contract until Completion of the whole of the Works.

48.2 On completion of the whole of the Works, half the total amount retained shall be repaid to the Contractor and half when the Defects Liability Period has passed and the Engineer has certified that all Defects notified by the Engineer to the Contractor before the end of this period have been corrected.

48.3 On completion of the whole Works, the Contractor may substitute retention money with an “on demand” Bank guarantee.

49. Liquidated Damages

49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the Special Conditions of Contract for each day that the Completion Date is later than the Intended Completion Date. The total amount of liquidated damages shall not exceed the amount defined in the Special Conditions of Contract. The Employer may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages shall not affect the Contractor’s liabilities.

49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in Sub-Clause 43.1.

50. Bonus

50.1 The Contractor shall be paid a Bonus calculated at the rate per calendar day stated in the Special Conditions of Contract for each day (less any days for which the Contractor is paid for acceleration) that the Completion is earlier than the Intended Completion Date. The Engineer shall certify that the Works are complete, although they may not be due to be complete.

51. Advance Payment

51.1 The Employer shall make advance payment to the Contractor of the amount stated in the Special Conditions of Contract by the date stated in the Special Conditions of Contract, against provision

95

Page 104: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 15 of 17 File Ref: Wks-SBD-NCB-Section 7

by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the Employer, denominated in Ethiopian Birr in the amount of the advance payment. The Guarantee shall remain effective until the advance payment has been repaid, but the amount of the Guarantee shall be progressively reduced by the amounts repaid by the Contractor. Interest will not be charged on the advance payment.

51.2 The Contractor is to use the advance payment only to pay for Equipment, Plant, Materials, and mobilization expenses required specifically for execution of the Contract. The Contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Engineer.

51.3 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due to the Contractor, following the schedule of completed percentages of the Works on a payment basis. No account shall be taken of the advance payment or its repayment in assessing valuations of work done, Variations, price adjustments, Compensation Events, Bonuses, or Liquidated Damages.

52. Securities

52.1 The Contract Security shall be provided to the Employer no later than 15 days after receipt of the Letter of Acceptance and shall be issued in the form of a Bank Guarantee, or for Ethiopian Contractors only in the form of a Performance Bond. The Contract Security shall be issued in the format specified in the contract and in an amount specified in the Special Conditions of Contract and by a bank or surety acceptable to the Employer and denominated in Ethiopian Birr. The Contract Security shall be valid until a date 28 days from the date of issue of the Certificate of Completion in the case of a Bank Guarantee and until one year from the date of issue of the Certificate of Completion in the case of a Performance Bond.

53. Dayworks

53.1 If applicable, the Dayworks rates in the Contractor’s Bid shall be used for small additional amounts of work only when the Engineer has given written instructions in advance for additional work to be paid for in that way.

53.2 All work to be paid for as Dayworks shall be recorded by the Contractor on forms approved by the Engineer. Each completed form shall be verified and signed by the Engineer within two days of the work being done.

53.3 The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks forms.

54. Cost of Repairs

54.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions.

E. Finishing the Contract

55. Completion

55.1 The Contractor shall request the Engineer to issue a certificate of Completion of the Works, and the Engineer will do so upon deciding that the work is completed.

56. Taking Over

56.1 The Employer shall take over the Site and the Works within seven days of the Engineer’s issuing a Certificate of Completion.

57. Final Account

96

Page 105: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 16 of 17 File Ref: Wks-SBD-NCB-Section 7

57.1 The Contractor shall supply the Engineer with a detailed account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Engineer shall issue a Defects Liability Certificate and certify any final payment that is due to the Contractor within 60 days of receiving the Contractor’s account if it is correct and complete. If it is not, the Engineer shall issue within 60 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount payable to the Contractor and issue a payment certificate.

58. Operating and Maintenance Manuals

58.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the Special Conditions of Contract.

58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Special Conditions of Contract, or they do not receive the Engineer’s approval, the Engineer shall withhold the amount stated in the Special Conditions of Contract from payments due to the Contractor.

59. Termination

59.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental breach of the Contract.

59.2 Fundamental breaches of Contract shall include, but shall not be limited to, the following:

(a) The Contractor stops work for 28 days when no stoppage of work is shown on the current Program and the stoppage has not been authorized by the Engineer;

(b) The Engineer instructs the Contractor to delay the progress of the Works, and the instruction is not withdrawn within 28 days;

(c) The Employer or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation;

(d) A payment certified by the Engineer is not paid by the Employer to the Contractor within 90 days of the date of the Engineer’s certificate;

(e) The Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Engineer;

(f) The Contractor does not maintain a Security, which is required;

(g) The Contractor has delayed the completion of the Works by the number of days for which the maximum amount of liquidated damages can be paid, as defined in the Special Conditions of Contract; and

(h) If the Contractor, in the judgment of the Employer has engaged in corrupt, fraudulent, collusive or coercive practices in competing for or in executing the Contract.

For the purpose of this paragraph:

"Corrupt practice" means the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence the action of a public official in the procurement process or in contract execution.

"Fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract;

97

Page 106: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 7 General Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 7. Page 17 of 17 File Ref: Wks-SBD-NCB-Section 7

“Collusive practices” means a scheme or arrangement between two or more Bidders, with or without the knowledge of the Employer, designed to establish prices at artificial, noncompetitive levels; and

“Coercive practices” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process, or affect the execution of a contract.

59.3 When either party to the Contract gives notice of a breach of Contract to the Engineer for a cause other than those listed under Sub-Clause 59.2 above, the Engineer shall decide whether the breach is fundamental or not.

59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

59.5 If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe and secure, and leave the Site as soon as reasonably possible.

60. Payment upon Termination

60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Engineer shall issue a certificate for the value of the work done and Materials ordered less advance payments received up to the date of the issue of the certificate and less the percentage to apply to the value of the work not completed, as indicated in the Special Conditions of Contract. Additional Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any payment due to the Contractor, the difference shall be a debt payable to the Employer.

60.2 If the Contract is terminated for the Employer’s convenience or because of a fundamental breach of Contract by the Employer, the Engineer shall issue a certificate for the value of the work done, Materials ordered, the reasonable cost of removal of Equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works, and less advance payments received up to the date of the certificate.

61. Property

61.1 All Materials on the Site, Plant, Equipment, Temporary Works, and Works shall be deemed to be the property of the Employer if the Contract is terminated because of the Contractor’s default.

62. Release from Performance

62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Employer or the Contractor, the Engineer shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which a commitment was made.

98

Page 107: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 8 Special Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 8. Page 1 of 3 File Ref: Wks-SBD-NCB-Section 8

Section 8. Special Conditions of Contract The following Special Conditions of Contract (SCC) shall supplement the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

GCC Clause Reference

Special Conditions

GCC 1.1

The Employer is ____________________

The Engineer is ____________________

The name and procurement reference number of the Contract is ______________________________________________________.

The Works consist of _____________________________________.

The Site is located at __________ and is defined in Drawings Nos.: _______________.

The Start Date shall be __________.

The Intended Completion Date for the whole of the Works shall be __________.

GCC 2.3 The following documents also form part of the Contract: ____________________________________________________________

GCC 4.1 The Employer’s specific approval is required for:

GCC 8.1 The Schedule of Other Contractors __________ part of the Contract

GCC 9.1 The Schedule of Key Personnel __________ part of the Contract

GCC 11.1 The Employer’s risks are as specified in the GCC.

GCC 13.1 The minimum insurance cover and deductibles shall be:

(a) The minimum cover for insurance of the Works, Plant and Materials is __________.

(b) The maximum deductible for insurance of the Works, Plant and Materials is __________.

(c) The minimum cover for insurance of Equipment is __________.

(d) The maximum deductible for insurance of Equipment is __________.

(e) The minimum cover for insurance of property is __________

(f) The maximum deductible for insurance of property is _________

99

Page 108: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 8 Special Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 8. Page 2 of 3 File Ref: Wks-SBD-NCB-Section 8

GCC Clause Reference

Special Conditions

(g) The minimum cover for personal injury or death insurance is __________ with no deductible.

GCC 14.1 Site Investigation Report(s) __________ part of the contract.

GCC 25.2 Fees and types of reimbursable expenses to be paid to the Adjudicator are: __________.

GCC 25.3 The institution whose arbitration procedures shall be used is: __________.

Arbitration shall take place at: _______________

GCC 26.1 The Appointing Authority for the Adjudicator is: _______________.

GCC 27.1 The Contractor shall submit a revised Program for the Works within __________ days of delivery of the Notice of Acceptance.

GCC 27.3 The period between Program updates is __________ days.

The amount to be withheld for late submission of an updated Program is __________.

GCC 35.1 The Defects Liability Period is __________ days.

GCC 37.1 This Contract is a _______________ Contract.

GCC 44.1(l) The following events shall also be Compensation Events:

GCC 45.1 The Engineer shall not adjust the Contract Price if taxes, duties and other levies are changed that subsequently affect the Contract Price.

GCC 47.1 The Contract __________ subject to price adjustment in accordance with Clause 47 of the Conditions of Contract.

GCC 48.1 The proportion of payments retained is __________ percent.

GCC 49.1 The liquidated damages for the whole of the Works are __________ of the final Contract Price per day.

The maximum amount of liquidated damages for the whole of the Works is __________ percent of the final Contract Price.

GCC 50.1 The Bonus for the whole of the Works is __________ percent of final Contract Price per day. The maximum amount of Bonus for the whole of the Works is __________ percent of the final Contract Price.

GCC 51.1 The Advance Payment will be equivalent to __________ percent of the Contract Price and will be paid in Ethiopian Birr. It will be paid to the Contractor no later than __________.

GCC 51.3 The Advance Payment will be repaid by deducting proportionate amounts from each payment certificate during the period starting __________

100

Page 109: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 8 Special Conditions of Contract

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 8. Page 3 of 3 File Ref: Wks-SBD-NCB-Section 8

GCC Clause Reference

Special Conditions

months after the Start Date and ending __________ months after the Start Date.

GCC 52.1 The Contract Security shall be for __________ of the Contract Price:

GCC 58.1 The date by which operating and maintenance manuals are required is __________.

The date by which “as built” drawings are required is __________.

GCC 58.2 The amount to be withheld for failing to produce “as built” drawings and/or operating and maintenance manuals by the date required is __________ Ethiopian Birr.

GCC 60.1 The percentage to apply to the value of the work not completed, representing the Employer’s additional cost for completing the Works, is __________.

101

Page 110: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 9 Contract Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 9. Page 1 of 6 File Ref: Wks-SBD-NCB-Section 9

Section 9. Contract Forms

Table of Forms

Agreement .......................................................................................................................2

Contract Security ............................................................................................................3

Performance Bond ..........................................................................................................4

Advance Payment Security ............................................................................................6

102

Page 111: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3: Section 9 Contract Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: Section 9. Page 2 of 6 File Ref: Wks-SBD-NCB-Section 9

Agreement Procurement Reference No:

THIS AGREEMENT made the ________ day of ________________________, _____, between ______________________________________of __________________________ (hereinafter “the Employer”), of the one part, and __________________________________ of ______________________________ (hereinafter “the Contractor”), of the other part:

Whereas the Employer is desirous that the Contractor execute ____________________ (hereinafter called “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein for the Contract Price of the equivalent of Ethiopian Birr _______________ (____________________).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Contract referred to.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

4 The Contract Price or such other sum as may be payable shall be paid in Ethiopian Birr.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed in accordance with the law specified in the Special Conditions of Contract on the day, month and year indicated above.

Signed by ___________________________ (for the Employer)

Name:______________________________ Position:__________________________

Signed by ___________________________ (for the Contractor)

Name:______________________________ Position:___________________________

Witnesses

1. ------------------- 2. -------------------

103

Page 112: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3. Section 9. Contract Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Section 9: Page 3 of 6 File Name: Wks-SBD-NCB-Section 9

Note for Bidders: The Contract Security should be on the letterhead of the issuing Financial Institution and should be signed by a person with the proper authority to sign documents that are binding on the Financial Institution.

Contract Security (Bank Guarantee)

Contract Security (Unconditional Bank Guarantee) Date: [insert date] Procurement Reference No.: [insert procurement reference number] To: [name and address of Employer]

WHEREAS [name and address of Contractor] (hereinafter called “the Contractor”) has undertaken, in pursuance of Contract No. [number] dated [date] to execute [name of Contract and brief description of Works] (hereinafter called “the Contract”);

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE WE hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of [amount of Guarantee] [amount in words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [amount of Guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any such change, addition, or modification.

This Guarantee shall be valid until a date 28 days from the date of issue of the Certificate of Completion. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.

Signature and seal of the Guarantor

Name of Financial Institution

Address

Date

104

Page 113: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3. Section 9. Contract Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Section 9: Page 4 of 6 File Name: Wks-SBD-NCB-Section 9

Note for Bidders: The Performance Bond should be on the letterhead of the issuing Institution and should be signed by a person with the proper authority to sign documents that are binding on the Institution.

Performance Bond

By this Bond, [name and address of Contractor] as Principal (hereinafter called “the Contractor”) and [name, legal title, and address of surety, bonding company, or insurance company] as Surety (hereinafter called “the Surety”), are held and firmly bound unto [name and address of Employer] as Obligee (hereinafter called “the Employer”) in the amount of [amount of Bond] [amount of Bond in words], for the payment of which sum well and truly to be made in the types and proportions of currencies in which the Contract Price is payable, the Contractor and the Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

Whereas the Contractor has entered into a Contract with the Employer dated the [day] day of [month], [year] for [name of Contract] in accordance with the documents, plans, specifications, and amendments thereto, which to the extent herein provided for, are by reference made part hereof and are hereinafter referred to as the Contract.

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 Employer to be, in default under the Contract, the Employer having performed the Employer’s obligations thereunder, the Surety may promptly remedy the default, or shall promptly:

(1) Complete the Contract in accordance with its terms and conditions; or

(2) Obtain a Bid or bids from qualified bidders for submission to the Employer for completing the Contract in accordance with its terms and conditions, and upon determination by the Employer and the Surety of the lowest responsive Bidder, arrange for a Contract between such Bidder and Employer 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 the Employer to the Contractor under the Contract, less the amount properly paid by the Employer to the Contractor; or

(3) Pay the Employer the amount required by the Employer to complete the Contract in accordance with its terms and conditions up to a total not exceeding the amount of this Bond.

The Surety shall not be liable for a greater sum than the specified penalty of this Bond.

105

Page 114: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3. Section 9. Contract Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Section 9: Page 5 of 6 File Name: Wks-SBD-NCB-Section 9

Any suit under this Bond must be instituted before the expiration of one year from the date of issuance of the Certificate of Completion.

No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Employer named herein or the heirs, executors, administrators, successors, and assigns of the Employer.

In testimony whereof, the Contractor has hereunto set its hand and affixed its seal, and the Surety has caused these presents to be sealed with its corporate seal duly attested by the signature of its legal representative, this [day] day of [month], [year]. Signed by on behalf of [name of Contractor] in the capacity of In the presence of Date Signed by on behalf of [name of Contractor] in the capacity of In the presence of Date

106

Page 115: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part 3. Section 9. Contract Forms

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Section 9: Page 6 of 6 File Name: Wks-SBD-NCB-Section 9

Note for Bidders: The Advance Payment Security should be on the letterhead of the issuing Financial Institution and should be signed by a person with the proper authority to sign documents that are binding on the Financial Institution.

Advance Payment Security Bank Guarantee for Advance Payment

To: [name and address of Employer] [Name of Contract] Gentlemen: In accordance with the provisions of the Conditions of Contract, Clause 51 (“Advance Payment”) of the above-mentioned Contract [name and address of Contractor] (hereinafter called “the Contractor”) shall deposit with [name of Employer] a Bank Guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of [amount of Guarantee] [amount in words]. We, the [Bank or Financial Institution], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to [name of Employer] on his first demand without whatsoever right of objection on our part and without his first claim to the Contractor, in the amount not exceeding [amount of Guarantee] [amount in words]. We further agree that no change or addition to or other modification of the terms of the Contract or of Works to be performed thereunder or of any of the Contract documents which may be made between [name of Employer] and the Contractor, shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any such change, addition, or modification. This Guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until [name of Employer] receives full repayment of the same amount from the Contractor. This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

Yours truly, Signature and seal: Name of Bank/Financial Institution: Address: Date:

107

Page 116: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 1 of 65 File Ref: Wks-SBD-NCB-UsrGd

User’s Guide

for

Standard Bidding Document

for the

Procurement of Works

For National Competitive Bidding (NCB)

Federal Democratic Republic of Ethiopia

January 2006

108

Page 117: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 2 of 65 File Ref: Wks-SBD-NCB-UsrGd

Table of Contents

Acronyms.....................................................................................................................................3 Guidance Notes on the use of Standard Bidding Documents and the User Guide.............................4

Purpose of the Standard Bidding Document ................................................................................................ 4 Purpose of the User Guide ........................................................................................................................... 4 When to Use the Standard Bidding Document for Works ........................................................................... 4 Structure of the Standard Bidding Document............................................................................................... 5 Rules for drafting Bidding Documents ......................................................................................................... 6

Summary of the Bidding Process........................................................................................................8 Selection of Bidders ..................................................................................................................................... 8 Preparation and Issue of Bidding Documents .............................................................................................. 8 Bidding Period and Bid Receipt ................................................................................................................... 9 Bid Opening ................................................................................................................................................. 9 Bid Evaluation ........................................................................................................................................... 10 Bid Acceptance and Contract Award and Placement ................................................................................. 11

Guidance Notes for the preparation of Invitation to Bid Notices or Letters.....................................12 Invitation to Bid Notices ............................................................................................................................ 12 Invitation to Bid Letters ............................................................................................................................. 14

Guidance Notes on the Preface Section............................................................................................16 Guidance Notes on Section 1. Instructions to Bidders.....................................................................17 Guidance Notes on Section 2. Bid Data Sheet.................................................................................18

Guidance Notes on Adjudication ............................................................................................................... 23 Guidance Notes on Section 3. Evaluation and Qualification Criteria..............................................25

1. Qualification Criteria ............................................................................................................................. 25 Guidance Notes on Section 4. Bidding Forms..................................................................................27 Guidance Notes on Section 5. Eligible Countries.............................................................................28 Guidance Notes on Section 6. Schedule of Requirements................................................................29

Scope of Works .......................................................................................................................................... 29 Technical Specifications ............................................................................................................................ 29 Drawings .................................................................................................................................................... 31 Bill of Quantities or Activity Schedule ....................................................................................................... 31

Guidance Notes on Section 7. General Conditions of Contract........................................................36 Guidance Notes on Section 8. Special Conditions of Contract........................................................37

Additional Optional Clauses ...................................................................................................................... 43 Guidance Notes on Section 9. Contract Forms.................................................................................46

Agreement .................................................................................................................................................. 46 Contract Security and Advance Payment Security ..................................................................................... 46

Guidance Notes on the Letter of Acceptance...................................................................................50 Guidance Notes on Letters to Unsuccessful Bidders.......................................................................52 Annex 1: Sample Bill of Quantities.................................................................................................53

109

Page 118: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 3 of 65 File Ref: Wks-SBD-NCB-UsrGd

Acronyms

BDS Bid Data Sheet

BD Bidding Document

BOQ Bill of Quantities

EQC Evaluation and Qualification Criteria

GCC General Conditions of Contract

FIDIC International Federation of Consulting Engineers

ITB Instructions to Bidders

PE Procuring Entity

SBD Standard Bidding Document

SCC Special Conditions of Contract

SOR Schedule of Requirements

110

Page 119: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 4 of 65 File Ref: Wks-SBD-NCB-UsrGd

Guidance Notes on the use of Standard Bidding Documents and the User Guide

Purpose of the Standard Bidding Document The purpose of the SBD is to provide Procuring Entities (PEs) with one standard draft containing basic contractual provisions and safeguards which are required by the Government of the Federal Democratic Republic of Ethiopia in the execution of public procurement and the use of public funds.

The Standard Bidding Document for the Procurement of Works has been designed to: (i) Simplify the drafting of a specific bidding document for Procurement of Works by

procurement staff; (ii) Minimise the time required by the Tender Committee to approve Bidding

Documents prior to release; (iii) Reduce Bidders’ time and effort in the preparation of Bids; and (iv) Facilitate and simplify the evaluation and comparison of bids and Contract award by

the Procuring Entity. The key feature of the SBD is that it can be used with minimum changes, as it does not contain explanations, footnotes or examples that should not form part of the Bidding Document.

Purpose of the User Guide This User Guide has been prepared to provide guidance to public officials in the correct use of the Standard Bidding Documents (SBD) for Works as a model for preparing an individual Bidding Document (BD).

Users should ensure that the correct User Guide is referred to. Different User Guides have been produced for each SBD including those for the Procurement of Goods and Services. Users should refer to the header and footer of each page of the User Guide to ascertain this.

The SBD contains guidance notes for Bidders (or Financial Institutions) only, which are mainly in Sections 4 and 9. These notes should not be deleted from the Bidding document when drafting.

All the explanations and notes necessary for PEs to use the SBD are contained in this User Guide.

All guidance notes, in both the bidding document and the user guide, are found between square brackets in bold e.g. [insert general description of works].

This User Guide is not part of the Bidding Document and is not intended for issue to Bidders.

When to Use the Standard Bidding Document for Works Procurement Method

This SBD for the Procurement of Works is suitable for use under Open National Tendering, either with or without pre-qualification. It is also suitable for use under Restricted Tendering. An alternative SBD is available for Open and Restricted International Tendering.

111

Page 120: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 5 of 65 File Ref: Wks-SBD-NCB-UsrGd

For procurement using the Request for Quotations method, the Request for Quotations and Construction Agreement Form documents should normally be used.

Type of Contract

This Document can be used when the Procuring Entity intends to place either an Admeasurements contract (with a bill of quantities) or a Lump Sum contract (with an activity schedule). It is essential that the type of contract is specified in the Bid Data Sheet and Special Conditions of Contract in Sections 2 and 8 of the Bidding Document.

Admeasurements contracts should be used for roads, buildings and other forms of construction, where the works may not be well defined and quantities cannot be accurately determined and are subject to change in quantity or specifications resulting from site conditions.

Lump sum contracts should be used for buildings and works, which are well defined and can be accurately quantified prior to construction.

Scope and Value of Contract

This SBD is suitable for a standard contract, where the works have been fully designed by or for the Procuring Entity (Employer), prior to bidding, and the Contractor will be responsible for construction only.

It is suitable for works valued at up to US$10 million.

This SBD for the Procurement of Works is not suitable for the following situations:

• Complex works under US$10 million, such as large water treatment plants;

• Works over US$10 million;

• Works designed by the Contractor, including turnkey contracts.

For any of these requirements, the Procuring Entity should find an alternative, more appropriate document, such as an appropriate FIDIC standard form of contract.

Structure of the Standard Bidding Document The SBD is divided into nine separate Sections and a Preface. Procuring Entities are required to use all Sections of the Standard Bidding Document to produce an individual Bidding Document for issue to Bidders. The Standard Bidding Document comprises:

Preface Part 1 Bidding Procedures Section 1. Instructions to Bidders (ITB) Section 2. Bid Data Sheet (BDS) Section 3. Evaluation and Qualification Criteria (EQC) Section 4. Bidding Forms Section 5. Eligible Countries Part 2 Schedule of Requirements Section 6. Schedule of Requirements Part 3 Contract Section 7. General Conditions of Contract (GCC) Section 8. Special Conditions of Contract (SCC)

112

Page 121: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 6 of 65 File Ref: Wks-SBD-NCB-UsrGd

Section 9. Contract Forms

Each section is provided as a separate electronic document, removing the difficulties of drafting long documents. Collation of the sections is accomplished by reading the preface (5 pages) and manually inserting the relevant sections into each part of the preface pages.

Rules for drafting Bidding Documents It is important that Procuring Entities always use the original Standard Bidding Document to commence drafting a new Bidding Document for each new procurement requirement. Therefore, the original SBD should not be amended in any way.

The SBDs have been designed to require the minimum of input or changes to the document so that a final Bidding Document can be produced with minimum time and effort.

Most importantly the provisions in

Section 1 Instructions to Bidders and

Section 7 General Conditions of Contract

must be used with their text unchanged.

Any data or information that Sections 1 or 7 require are to be included respectively in

Section 2 Bid Data Sheet and

Section 8 Special Conditions of Contract

Data and information contained in the remaining Sections should be modified as follows:

Section 3 Evaluation and Qualification Criteria This section must be completed with details of any evaluation criteria, and the qualification criteria, to be applied, where a pre-qualification has not been conducted. Examples are provided in this User Guide.

Section 4 Bidding Forms The Forms in this section are to be completed by the Bidder. No changes to the standard forms should be made by the PE.

Section 5 Eligible Countries A standard wording is included for Government funded procurement. Changes may be made where the procurement is subject to donor rules or where the Government has introduced any different or additional rules on eligibility.

Section 6 Schedule of Requirement This section should be completed with technical details of the works required, through a scope of works, technical specifications, drawings and a bill of quantities or activity schedule.

Section 9 Contract Forms Procuring Entities are required to include the Contract Form in the Bidding Document. Details do not need to be completed until the contract award stage.

This User Guide contains a section corresponding to each section of the SBD. It also includes an initial section on how to prepare the Invitation to Bid Notice or letter and a section at the end on preparing a Letter of Acceptance.

113

Page 122: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 7 of 65 File Ref: Wks-SBD-NCB-UsrGd

In drafting Bidding Documents using the SBDs, users should not:

Delete any Section or page breaks,

Make any changes to the headers of the SBD,

Make any changes to the footers of the SBD.

114

Page 123: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 8 of 65 File Ref: Wks-SBD-NCB-UsrGd

Summary of the Bidding Process The Public Procurement Proclamation of 2004 and the Procurement and Contracts Directives detail the full procurement processes, rules and procedures and the procurement methods to be followed by Procuring Entities. The Proclamation and Directives must be complied with at all times.

The relevant parts of the bidding process are summarised here as follows:

Selection of Bidders;

Preparation and Issue of Bidding Documents;

Bidding Period and Bid Receipt;

Bid Opening;

Bid Evaluation; and

Bid Acceptance, Contract Award and placement.

Selection of Bidders The method for selection of Bidders will depend on the procurement method being used and whether or not a pre-qualification has been conducted.

Where Open Tendering is used without pre-qualification, the PE must publish an Invitation to Bid notice, so that bidding is open to all interested bidders. A standard format, with guidance notes on its completion, is provided later in this User Guide. The notice must be published in at least one national newspaper of general circulation. Notices should also be published on the Internet, wherever possible. PEs should also ensure that bidding documents are finalised and approved before publishing the Invitation to Bid notice, to avoid any delays in the process.

Where Open Tendering is used with pre-qualification, the bidders invited will be those selected during the pre-qualification process. There is therefore no need to publish an Invitation to Bid notice, but the bidding document should be accompanied by an Invitation to Bid letter. A sample letter, and guidance notes on completing it, are included later in this User Guide.

Where this document is used under Restricted Tendering, the bidders invited will be those included on the shortlist, who should be selected from among contractors registered in the contractors list. There is no need to publish an Invitation to Bid notice, but the bidding document should be accompanied by an invitation to bid letter. However, the Procuring Entity may advertise the opportunity, to invite companies to express interest in being invited to bid. A sample letter and guidance notes on completing an invitation to bid letter are included later in this User Guide.

Preparation and Issue of Bidding Documents The Procuring Entity is responsible for the preparation and issue of the Bidding Document and must use the appropriate SBD, as this is a mandatory requirement for contracts to be funded by the Government of the Federal Democratic Republic of Ethiopia.

115

Page 124: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 9 of 65 File Ref: Wks-SBD-NCB-UsrGd

In deciding the deadline for Bid Submission, the PE should allow Bidders sufficient time for obtaining and studying the Bidding Document, preparing complete and responsive bids and submitting the bids. Procuring Entities are required to comply with the minimum bidding periods given in the Directives.

Where a Bid Notice has been published, the PE must issue Bidding Documents promptly to all Bidders who request them and pay any required fees. A record must be kept of the Bidders to whom Bidding Documents have been issued. Receipts must be issued for all fees paid.

Where the Bidding Document is issued to pre-qualified or short-listed bidders, the documents must be issued to all bidders at the same time and must be issued early enough to ensure compliance with the minimum bidding period given in the Directives. A record must be kept of the issue of all bidding documents.

Bidding Period and Bid Receipt The Bidder is responsible for the preparation and submission of its Bid. During the bidding period, the Procuring Entity shall:

• Hold any pre bid meeting or site visit and issue minutes promptly;

• Promptly respond to requests for clarifications from Bidders;

• Issue amendments to the Bidding Documents if necessary;

• Receive and record sealed bids from Bidders or make a Bid Box available up to the deadline for bid submission;

• Close bidding at the precise date and time of the deadline and ensure that no late bids are received; and

• Keep all bids received secure until the time for bid opening.

Bid Opening The Tender Committee is responsible for the Bid Opening, which is a critical event in the bidding process. Procuring Entity staff must be aware that inappropriate procedures at Bid Opening are usually irreversible and may require cancellation of the Bidding Process with the consequent delays and waste of time and resources.

Best Bid-Opening Practices to Observe

The Tender Committee shall:

• Conduct the Bid Opening strictly following the procedures specified in the ITB Sub-Clause 23 for all bids received on or prior to the date and time of the bid submission deadline. The term “Bid Opening” can be misleading because a bid for which a Bid Withdrawal notice was received on time shall not be opened, but returned unopened to the Bidder. The sequence in which bids are handled and opened is crucial.

• Ensure that all bids that were received on time are accounted for, before starting the Bid Opening, as bids that are not opened and read out at Bid Opening shall not be further considered.

• Not reject any bid at Bid Opening, except for late bids received after the date and time of bid submission deadline. Technically, late bids should not reach the Bid

116

Page 125: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 10 of 65 File Ref: Wks-SBD-NCB-UsrGd

Opening, but in certain cases a Bidder may attempt to submit its bid at the Bid Opening place after the deadline.

• Examine the bids at Bid Opening in accordance with the provisions of ITB Sub-Clause 19. The Procuring Entity shall, verify at the Bid Opening the existence of the documentation, confirming the validity of a bid withdrawal or modification (as specified in ITB Sub-Clause 22). A withdrawn bid shall not be opened and in consequence not read out and, therefore, they shall not be further considered by the Procuring Entity. Similarly, a bid modification shall be opened and read out to amend a bid that was received on time.

Bid Evaluation The Tender Committee, assisted by a Technical Committee if required, is responsible for the evaluation of all bids received. The Tender Committee must remember that mistakes committed at bid evaluation may later prompt complaints from Bidders, requiring re-evaluation of the bids, with the consequent delays and waste of time and resources.

The Tender Committee shall:

• Maintain the bid evaluation process strictly confidential

• Reject any attempts or pressures to distort the outcome of the evaluation, including fraud and corruption

• Strictly apply only and all of the evaluation and qualification criteria specified in the Bidding Documents to determine the lowest evaluated bid and to make a recommendation for award of contract to the Tender Committee.

In conducting the evaluation, the Tender Committee will be required to make appropriate adjustments for acceptable variations, deviations or alternatives offers, as specified in ITB Clause 29.2(c). In determining whether such variations, deviations or alternatives are acceptable, the Tender Committee should take into account the definition of a material deviation given in ITB Clause 26.2. Any variation, deviation or alternative which substantially affects the scope, quality or performance of the Works, substantially alters the Employer’s rights or the Bidder’s obligations or would give the Bidder an unfair competitive advantage over other Bidders should not be considered as acceptable and the bid should be rejected.

In making adjustments for acceptable variations, deviations or alternatives, the Tender Committee must try to quantity the effect of the change. For example: Where Bidders request improved payment terms, the benefit should be calculated in

terms of their cash flow. The interest rate used may be one specified in the contract for late payments.

Where a Bidder suggests the use of alternative materials (e.g. steel instead of concrete), the increased or decreased cost of maintenance should be calculated.

Where a Bidder proposes a longer completion period, a penalty could be calculated using the rates given in the contract for liquidated damages.

Where a Bidder proposes the use of alternative materials or a different design, the difference in operational costs could be taken into account.

Where required, the Tender Committee should seek professional technical or financial advice to assist in quantifying adjustments.

117

Page 126: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 11 of 65 File Ref: Wks-SBD-NCB-UsrGd

Upon completion of the Bid Evaluation, the Tender Committee shall be requested to make a Contract Award recommendation to the head of the Procuring Entity. It is important to note that a Contract Award decision by the head of the Procuring Entity is not a contract; it is a decision to award a contract to the bidder who submitted the lowest evaluated bid.

Bid Acceptance and Contract Award and Placement Bid acceptance and award and placement of a contract can be confusing for both parties if there is not a precise and specified procedure for award of contracts. The procedure specified in the Proclamation and Directives provides a sequence of events based on the need to recognise Bidders’ rights to appeal against the conduct of the evaluation and the need for a contract to be placed as soon as is practical after a decision to award has been approved. The following procedure is required under the Proclamation and Directives:

• The head of the Procuring Entity makes a contract award decision, based on the recommendation of the Tender Committee.

• The Procuring Entity notifies all Bidders of the result of the evaluation.

• After a period of five working days, if no complaint has been received by the Procuring Entity, the PE awards the contract by issuing a Letter of Acceptance to the successful bidder.

• The contract will be confirmed by issue of a full conformed Contract Document.

PEs should note that the Letter of Acceptance and the Contract Document should not contain any provisions or conditions which vary from those in the Bidding Document, or the Bidder’s Bid, including any subsequent clarifications. Any such modifications should be agreed by the Bidder in writing before a contract award decision is made.

The Contract Document comprises those papers contained at Section 9 of the Bidding Document and it is at the stage of contract award that these can be completed with details of the successful Bidder.

118

Page 127: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 12 of 65 File Ref: Wks-SBD-NCB-UsrGd

Guidance Notes for the preparation of Invitation to Bid Notices or Letters

Invitation to Bid Notices Invitation to Bid Notices must be published under the Open Tendering method, unless a pre-qualification has been conducted. They are designed to provide information that enables potential bidders to decide whether to participate in a bidding process. Apart from the essential items listed in the draft below, the Invitation to Bid Notice should also indicate any important bid evaluation criteria (for example, the application of a margin of preference in bid evaluation) or qualification requirements (a minimum level of turnover or experience).

The Invitation to Bid Notice is for publication purposes only and is not a part of the Bidding Documents.

Standard Format for Invitation to Bid Notices

[Brief Description of the Works] [Procurement Reference number] 1. The [insert name of Employer] has funds within the Employer’s budget to be used for the

procurement of [insert description of works to be procured]. 2. The [insert name of Employer] invites sealed bids from eligible bidders for the provision of [insert

description of works to be procured]. 1,2 3. Bidding will be conducted in accordance with the open national tendering procedures contained in

the Public Procurement Proclamation of the Federal Government of Ethiopia and is open to all bidders from eligible source countries. 3

4. Interested eligible bidders may obtain further information from [insert name of Employer] and inspect the bidding documents at the address given below at 7(a) from [insert office hours]. 4

5. A complete set of Bidding Documents in Amharic may be purchased by interested bidders at the address below at 7(b) and upon payment of a non-refundable fee5 of Ethiopian Birr [insert amount]. The method of payment will be [insert method of payment] 6. The document will be sent by [insert delivery method]. No liability will be accepted for loss or late delivery.

6. Bids must be delivered to the address below at 7(c) at or before [insert time and date]. [If appropriate, include the following: All bids must be accompanied by a bid security of Ethiopian Birr (insert amount)].7 Late bids shall be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below at 7(d) at [insert time and date] 8.

7. (a) Address documents may be inspected at: [Insert address and contact details]

(b) Address documents will be issued from: [Insert address and contact details]

(c) Address Bids must be delivered to: [Insert address and contact details]

(d) Address of Bid Opening: [Insert address and contact details]

Notes

1. A brief description of the Works should be provided, including the location of the project, and other information necessary to enable potential bidders to decide whether to respond to the invitation. If Bidding Documents require bidders to have specific experience or capabilities, such restrictions should also be included in this paragraph.

119

Page 128: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 13 of 65 File Ref: Wks-SBD-NCB-UsrGd

2. [Insert if applicable]. The completion period is [insert no. of days/months/years or dates].

3. Occasionally, contracts may be financed out of donor funds that would restrict eligibility to particular countries. When this is the case, it should be mentioned in this paragraph. Also indicate any margin of preference that may be granted as specified in the Bidding Documents.

4. For example: 09:00 to 12:00 hours.

5. The fee, to defray printing and mailing/shipping costs, should be nominal. If no fee is to be charged ensure that this is stated.

6. For example, cashier’s check, direct deposit to specified account no., etc.

7. The amount of bid security should be stated or if a bid security is not required, the paragraph should so state.

8. The place for bid opening may not necessarily be the same as that for issuance of documents or for bid submission. If they differ, each address must appear in paragraph 7 and be numbered. The text in the paragraph would then refer to address (1), (2), etc. Only one place and its address may be specified for submission, and it should be near the place where bids will be opened. Addresses should not be PO Boxes where physical submission or collection of a document is required.

Any further information relating to the proposed bidding process, such as the intention to hold a pre bid meeting should also be included as appropriate.

120

Page 129: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 14 of 65 File Ref: Wks-SBD-NCB-UsrGd

Invitation to Bid Letters Invitation to Bid letters are issued to short listed bidders under Restricted Tendering or where bidders have been pre-qualified. They are used to invite specific Bidders who are felt to have the prerequisite skills, capacity or qualifications to fulfil a requirement.

The Invitation to Bid Letter is not a part of the Bidding Documents. The letter should be signed and the seal of the Procuring Entity should be affixed.

Standard Format for Invitation to Bid Letters

Letterhead paper with PE name and address

[Name and address of selected Bidders – list all Bidders]

[Procurement Reference number]

[Date]

Dear Sirs,

Invitation to Bid for [Brief Description of the Works] 1. The [insert name of Employer] has funds within the Employer’s budget to be used for the

acquisition of the above referenced Works.

2. The [insert name of Employer] invites sealed bids from eligible/pre-qualified [delete as applicable] bidders for the provision of these Works. 1,2

3. Bidding will be conducted in accordance with the open/restricted [delete as applicable] national tendering procedures contained in the Public Procurement Proclamation of the Federal Government of Ethiopia. Bidding is open to the Bidders listed above from eligible source countries.3

4. A complete set of Bidding Documents in Amharic may be purchased by interested bidders at the address below at 6 (a) and upon payment of a non-refundable fee4 of Ethiopian Birr [insert amount]. The method of payment will be [insert method of payment].5 The document will be sent by [insert delivery method]. No liability will be accepted for loss or late delivery.

5. Bids must be delivered to the address below at 6(b) at or before [insert time and date]. [If appropriate, include the following: All bids must be accompanied by a bid security of Ethiopian Birr (insert amount)].6 Late bids shall be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below at 6 (c) at [insert time and date].7

6 (a) Address documents will be issued from: [Insert street address]

(b) Address Bids must be delivered to: [Insert street address]

(c) Address of Bid Opening: [Insert street address]

Yours sincerely,

[Insert name of office and name of officer] [Insert postal/street address]

Notes

1. A brief description of the Works should be provided, including the location of the project and other information necessary to enable potential bidders to decide whether to respond to the invitation. If Bidding Documents require bidders to have specific experience or capabilities, such restrictions should also be included in this paragraph.

121

Page 130: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 15 of 65 File Ref: Wks-SBD-NCB-UsrGd

2. [Insert if applicable]. The completion period is [insert no. of days/months/years or dates].

3. Occasionally, contracts may be financed out of donor funds that would restrict eligibility to particular countries. When this is the case, it should be mentioned in this paragraph. Also indicate any margin of preference that may be granted as specified in the Bidding Documents.

4. The fee, to defray printing and mailing/shipping costs, should be nominal.

5. For example, cashier’s check, direct deposit to specified account no., etc.

6. The amount of bid security should be stated or if a bid security is not required, the paragraph should so state.

7. The place for bid opening may not necessarily be the same as that for bid submission. If they differ, each address must appear in paragraph 6. Only one place and its address may be specified for submission, and it should be near the place where bids will be opened.

It should be noted that the Invitation to Bid Letter should be addressed to all Bidders that have either pre-qualified or have been selected for restricted tendering so that each Letter indicates the names of all Bidders that have been invited to bid.

Additional information, such as details of a pre-bid meeting should also be included in the invitation to bid letter.

122

Page 131: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 16 of 65 File Ref: Wks-SBD-NCB-UsrGd

Guidance Notes on the Preface Section This Section of the Standard Bidding Document comprises five pages of which the first two pages are the cover sheets to the Bidding Document and the remaining three pages are separators or dividers for the three Parts of the Document. Only the first page of the Preface requires any inputs or text changes as illustrated below.

{Entity or Project Crest or Logo}

Federal Democratic Republic of Ethiopia

{Name of Employer and/or Project}

Bidding Document for the

Procurement of Works

Subject of Procurement: [Insert general description of works to be procured].

Procurement Reference [Insert the Procurement Reference number for this Number: procurement] Procurement Method: [Insert Open/Restricted National Tendering as appropriate] Date of Issue of Bidding: [Insert official issue date of the Bidding Document] Document

123

Page 132: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 17 of 65 File Ref: Wks-SBD-NCB-UsrGd

Guidance Notes on Section 1. Instructions to Bidders The Instructions to Bidders (ITB) inform Bidders of the procedures that regulate the bidding process. The ITB contain standard provisions that have been designed to remain unchanged and to be used without modifying their text. The ITB clearly identify the provisions that may normally need to be specified for a particular bidding process and require that such details be introduced through the BDS.

Conventionally the Instructions to Bidders contain information and data relating to the procedure for bidding and evaluation up to the point of contract award. Matters that will govern the performance of the Contractor, payment under any resulting contract or the rights and obligations under any resulting contract are contained in Section 7, 8 and 9, the General and Special Conditions of Contract and the Agreement. If duplication of a subject is inevitable in the different Sections of the document, care must be exercised to avoid contradiction between clauses dealing with the same matter(s).

The Instructions to Bidders are not a Contract document and, therefore, will not form a part of the Contract.

124

Page 133: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 18 of 65 File Ref: Wks-SBD-NCB-UsrGd

Guidance Notes on Section 2. Bid Data Sheet The Bid Data Sheet (BDS) supplements the ITB by specifying details relevant to an individual bidding document such as its closing date or the value of bid security required.

The Employer must specify in the BDS only the information that the ITB request be specified in the BDS. All information shall be provided; no clause shall be left blank.

To facilitate the preparation of the BDS, its clauses are numbered with the same numbers as the corresponding ITB clause. This Guide provides information to the Employer on how to enter all required information, and includes a BDS formatted table that summarises all information to be provided.

The BDS should be prepared by the PE prior to the issue of the Bidding Document.

Conventionally the BDS contains information and data relating to the procedure for bidding and evaluation up to the point of contract award. Matters that will govern the performance of the Contractor, payment or the rights and obligations under any resulting contract are contained in Section 7, 8 and 9, the General and Special Conditions of Contract and the Agreement. If duplication of a subject is inevitable in the different Sections of the document, care must be exercised to avoid contradiction between clauses dealing with the same matter(s).

The Bid Data Sheet is not a Contract document and, therefore, will not form a part of the Contract.

125

Page 134: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 19 of 65 File Ref: Wks-SBD-NCB-UsrGd

Input of Information to be completed by Employer

Section 2. Bid Data Sheet

Instructions to Bidders (ITB)

reference Data relevant to the ITB

A. General

ITB 3.2 A Bidder shall submit with its bid the documentary evidence specified in ITB Clause 3.2. [Amend if no documentary evidence is required e.g. if this has been verified during a pre-qualification exercise].

The documentary evidence required shall be amended as follows: [amend if any alternative or additional documents are required].

ITB 3.2(a) The mandated public body for the registration of contractors is: [insert public body responsible for contractor registration for the works being purchased e.g. “Ministry of Infrastructure” or “Ministry of Water Resources”].

ITB 7.2 The Employer [insert “will” or “will not”] hold a pre-bid meeting.

If a pre-bid meeting is being held, it shall take place at:

Location: [insert full address for pre-bid meeting].

Date: [insert day, date, month and year of pre-bid meeting e.g. Monday 15th November 2004]

Time: [insert time and identify if a.m. or p.m. e.g. 11.00 a.m.]

The Employer [insert “will” or “will not”] hold a site visit.

If a site visit is being held, it shall take place at:

Location: [insert full address for site visit].

Date: [insert day, date, month and year of site visit e.g. Monday 15th November 2004]

Time: [insert time and identify if a.m. or p.m. e.g. 11.00 a.m.]

[For major contracts, it is good practice for the Employer to organise a pre-bid meeting, which provides the opportunity of providing information and a session for questions and answers. A site visit should also be arranged where possible.]

126

Page 135: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 20 of 65 File Ref: Wks-SBD-NCB-UsrGd

Instructions to Bidders (ITB)

reference Data relevant to the ITB

B. Bidding Documents

ITB 9.1 Clarification purposes only, the Employer’s address is: Attention: [insert full name of contact person]

Address: [insert street address and number]

Floor/Room number: [insert floor and room number, if applicable]

Town/City: [insert name of city or town]

PO Box No/Postal Code: [insert postal, or PO Box No if applicable]

Country: [insert name of country]

Telephone: [insert telephone number, including country & city codes]

Facsimile number: [insert fax number, including country & city code]

Email address: [insert email address, if applicable]

C. Preparation of Bids

ITB 12.1(f) The Bidder shall submit with its bid the following additional documents or information: [insert any additional documents required e.g. details of the Bidder’s insurance cover.]

ITB 13.1 The contract is an Admeasurements/Lump Sum [delete as applicable, ensuring that the contract type is the same as in clause 37.1 of the Special Conditions] Contract.

ITB 13.3 The Bidder [insert “shall” or “shall not”] provide a breakdown of rates and prices [for all items whose cost is greater than [insert percentage or delete if not applicable] % of the Bid Price].

ITB 15.1 Bids shall remain valid for [insert number] days.

[The period must be sufficient for the Employer to evaluate bids, obtain all approvals and award a contract. Usually this is expressed as 60, 90 or 120 days. A minimum of 60 days is normally used, with up to 120 days for high value and complex works

127

Page 136: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 21 of 65 File Ref: Wks-SBD-NCB-UsrGd

Instructions to Bidders (ITB)

reference Data relevant to the ITB

requiring detailed evaluation.]

ITB 15.3 The adjustment of Bid price shall be calculated on the basis of an annual increase of [insert percentage] percent.

[The rate inserted should reflect the current rates of inflation in Ethiopia and should be reasonably equitable]

ITB 16.1 The amount of the bid security shall be ETB [insert amount]. [The amount should be in accordance with the Procurement Directives i.e.

ETB 5,000 for contracts estimated at ETB 30,000 - 500,000 ETB 10,000 for contracts estimated at ETB 500,001 – 1,000,000 ETB 50,000 for contracts estimated at ETB 1,000,001 – 5,000,000 ETB 100,000 for contracts estimated to be above 5,000,000].

ITB 17.1 Alternative proposals to the requirements of the bidding documents [insert “will” or “will not,” as appropriate] be permitted with respect to [describe the alternatives to be permitted, or delete, as appropriate].

[The admittance of alternatives must be considered on a case by case basis. Alternatives could apply to certain parts of the works e.g. the use of structural steel in place of reinforced concrete. Often Contractors wish to propose alternatives because they own specialised equipment or expertise for alternative construction methods, which may offer cost savings. Where it is considered that there are viable alternatives, alternative bids should be permitted.]

[If alternatives shall be considered, insert either:

“A bidder may submit an alternative bid only with a bid for the base case. The Purchaser shall only consider the alternative bids offered by the Bidder whose bid for the base case was determined to be the lowest-evaluated bid.” or “ A bidder may submit an alternative bid with or without a bid for the base case. The Purchaser shall consider bids offered for alternatives as specified in the Schedule of Requirements. All bids received, for the base case, as well as alternative bids meeting the specified requirements, shall be evaluated on their own merits in accordance with the same procedures, as specified in the ITB 29.”]

[When alternative bids are permitted, it is important for the PE to clearly state in the Bidding Document the performance

128

Page 137: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 22 of 65 File Ref: Wks-SBD-NCB-UsrGd

Instructions to Bidders (ITB)

reference Data relevant to the ITB

requirements that the alternative is required to meet, which may be in terms of technical performance parameters or other conditions, such as operating costs or completion schedule. Alternative bids can then be evaluated against these criteria, even if they do not conform fully to the Bidding Document].

ITB 18.1 In addition to the original of the bid, the number of copies is: [insert number, usually two, but more if essential] copies.

D. Submission of Bids

ITB 19.2(a) For bid submission purposes only, the Employer’s address is : Attention: [insert full name of contact person]

Street Address: [insert street address and number]

Floor/Room number: [insert floor and room number, if applicable]

Town/City: [insert name of city or town]

PO Box No/Postal Code: [insert postal code, if applicable]

Country: [insert name of country]

ITB 20.1 The deadline for bid submission is:

Date: [insert day, date, month, and year, e.g. Monday 15 November, 2004]

Time (local time): [insert time, and identify if a.m. or p.m., e.g. 10:30 a.m.]

ITB 23.1 The bid opening shall take place at:

Street Address: [insert street address and number]

Floor/Room number: [insert floor and room number, if applicable]

Town/City: [insert name of city or town]

Country: [insert name of country]

Date: [insert day, date, month, and year, e.g. Monday 15 November, 2004]

Time (local time): [insert time, and identify if a.m. or p.m. e.g. 11:00 a.m.]

F. Award of Contract

ITB 34.1 The Adjudicator proposed by the Employer is [insert name and

129

Page 138: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 23 of 65 File Ref: Wks-SBD-NCB-UsrGd

Instructions to Bidders (ITB)

reference Data relevant to the ITB

address. General guidance notes on the role and conduct of adjudication are given below].

The hourly fee for this proposed Adjudicator shall be [insert currency and amount].

The biographical data of the proposed Adjudicator is as attached to this Bid Data Sheet. [Attach relevant information, such as education, experience, age, nationality, and present position].

[The appointment of the Adjudicator requires care and attention. The Adjudicator should be of an appropriate discipline and have knowledge and experience of resolving contract disputes, either in the Engineer, Adjudicator or Arbitrator role. The Contractor has the option of proposing an alternative Adjudicator at the bid stage, which in turn the Employer has the prerogative of accepting or declining at the acceptance stage. If the Employer does not accept the Adjudicator proposed by the Contractor, the Appointing Authority designated in the SCC selects the Adjudicator.]

[For smaller contracts, the Employer may decide not to appoint an Adjudicator, in which case, the text should be replaced with “No Adjudicator is to be appointed under this contract”. Where no Adjudicator is to be appointed, the Employer must also make appropriate amendments to the relevant Special Conditions of Contract].

Guidance Notes on Adjudication The precise role and functions of the Adjudicator will depend on the procedural rules for adjudication adopted by the two parties (the Employer and the Contractor), but the following notes are provided as general guidance.

The purpose of adjudication is to resolve disputes between the two parties as quickly and economically as possible, without recourse to the more expensive and time-consuming solutions of arbitration or legal proceedings. Any dispute submitted for adjudication may subsequently be submitted for arbitration or legal proceedings, but the decision of the Adjudicator is binding, until this happens.

The Adjudicator must be impartial and independent of both Parties and must treat the details of the contract and the adjudication as confidential. The Adjudicator will give his decision on the resolution of the dispute, but will not give advice on the conduct of the works.

In order to issue his decision, the Adjudicator may undertake any of the following activities, or others that he considers necessary:

130

Page 139: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 24 of 65 File Ref: Wks-SBD-NCB-UsrGd

• Receive written submissions from the parties.

• Request and examine documentation relating to the dispute.

• Use his own specialist knowledge or, where permitted by the adjudication rules, obtain advice from specialist consultants.

• Hold a hearing to receive oral submissions from both parties and their employees.

• Make a site visit.

The scope of the adjudication is initially determined by the written request for adjudication. However, it may also include other matters, which the parties decide to add or which the Adjudicator determines to be necessary for the effective and meaningful resolution of the dispute.

Where possible, the Adjudicator’s decision will reflect the legal rights of the two parties. However, where it is not possible to decide the matter based solely on the parties’ legal rights, the Adjudicator will reach a view based on his fair and reasonable view, based on the facts of the case and the relevant legal provisions. The Adjudicator’s decision may include the payment of interest by one party.

131

Page 140: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 25 of 65 File Ref: Wks-SBD-NCB-UsrGd

Guidance Notes on Section 3. Evaluation and Qualification Criteria

The purpose of the Evaluation and Qualification Criteria (EQC) is to inform Bidders of the criteria that the Employer will use to evaluate the bids and post-qualify the bidder submitting the lowest evaluated bid. This is to ensure that the evaluation is fair and treats all Bidders in the same manner. It also should assist Bidders to prepare responsive bids which meet the PE’s needs and are competitive. The Employer must prepare the EQC and include it as a part of the Bidding Documents.

The EQC is not a Contract document and, therefore, it is not a part of the Contract.

Section 3 of the SBD requires criteria to be added in only one area:

1. Qualification criteria.

Guidance is provided below on the completion of these sections. Example criteria are provided, but the criteria must be prepared for each individual requirement, depending on the value of the potential bids, the complexity of the assignment.

1. Qualification Criteria This part must be drafted in conjunction with the standard instructions in Section 1, Instructions to Bidders. It is used to modify the standard instructions and to provide figures and other details for the qualification criteria, which are appropriate to the particular works contract.

Where a pre-qualification has been conducted, the standard wording in this part should be deleted and replaced with “Not applicable. Pre-qualification information will be verified in accordance with ITB Clause 4.2”.

Where no pre-qualification has been conducted, the standard wording should be completed as shown below. The criteria can be amended or deleted, if appropriate, and further criteria can be added as required.

The information required from bidders in ITB Sub-Clause 4.3 is modified as follows: [list any additions or deletions to the list of information and documents in ITB Sub-Clause 4.3 or state “no modifications”].

The requirements for joint ventures in ITB Sub-Clause 4.4 are modified as follows: [list any additions or deletions to the requirements in ITB Sub-Clause 4.4 or state “no modification”].

To qualify for award of the Contract, in accordance with ITB Sub-Clause 4.5, bidders shall meet the minimum qualifying criteria: [complete the details required for the criteria at (a) to (e) below or delete or amend. Additional criteria may be added if required]

(a) Average annual volume of construction work over the past [insert number of years. For major contracts, it is normally 5 years, for smaller contracts 3 years would be sufficient] of at least [insert currency and amount. Ideally the minimum value of the annual turnover of construction work should be set at not less than 2.5 times the

132

Page 141: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 26 of 65 File Ref: Wks-SBD-NCB-UsrGd

estimated annual cash flow for the Contract. For low risk works, this minimum could be reduced to 2 times or less]

(b) Experience as prime contractor in the construction of at least [insert required number of similar contracts, which should be in the range of one to three, depending on the size of contract, risk of contractor default and market conditions]works of a nature and complexity equivalent to the Works over the last _____ [insert number of years, normally in the range of five to ten. For smaller contracts, low risk works or a newly established local industry, the number of years could be reduced to 3] years (to comply with this requirement, works cited should be at least 70 percent complete);

(c) Proposals for the timely acquisition (own, lease, hire, etc.) of the following essential equipment: [insert list of equipment. For smaller contracts, the list should be limited to specialised items that are critical to the execution of the contract and that may be difficult for the successful Bidder to obtain quickly]

(d) Personnel with the following qualifications and experience: [insert qualifications and experience required for key personnel e.g. “a Contract Manager with five years’ experience in works of an equivalent nature and volume, including no less than three years as Manager”. Personnel requirements should be limited to key site management and technical personnel, who will be responsible for major components e.g. site superintendents, contract manager etc]

(e) Liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than [insert amount. The successful Bidder must demonstrate that it has or has access to the financial means sufficient to meet the construction cash flow requirements for the contract. The minimum liquid assets and credit should normally be set as the estimated payment flow over approximately 3 months at the average (“straight lined”) construction rate.];

A consistent history of litigation or arbitration awards against the Applicant or any partner of a Joint Venture may result in disqualification.

The figures for each of the partners of a joint venture shall be added together to determine the Bidder’s compliance with the minimum qualifying criteria in (a) and (e) above; however, for a joint venture to qualify, each of its partners must meet at least 25 percent of minimum criteria (a), (b), and (e) above for an individual Bidder, and the partner in charge at least 40 percent of those minimum criteria. Failure to comply with this requirement will result in rejection of the joint venture’s Bid.

Subcontractors’ experience and resources will not be taken into account in determining the Bidder’s compliance with the qualifying criteria. [Amend if required].

133

Page 142: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 27 of 65 File Ref: Wks-SBD-NCB-UsrGd

Guidance Notes on Section 4. Bidding Forms

The Procuring Entity must include all bidding forms that the Bidder must complete and include in its bid in the Bidding Document. As specified in Section 4 of the Bidding Document, these forms are the Bid Submission Form, the Priced Schedules (Bill of Quantities or Activity Schedule, depending on the type of contract), the Bid Security Form and the Qualification Information form.

As the Bidder (or a financial institution in the case of the Security) is required to complete these Forms, guidance notes are included on the forms (in bold between square brackets) in the SBD. These guidance notes should not be deleted by the Procuring Entity prior to the issue of the Bidding Document. The Procuring Entity is not required to input or change any information in Section 4.

This User Guide is not intended for Bidders as all information that the Bidder is required to provide should be detailed by the Procuring Entity in the Bidding Document. The forms in Section 4, complete with guidance notes, are not therefore included in this User Guide.

134

Page 143: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 28 of 65 File Ref: Wks-SBD-NCB-UsrGd

Guidance Notes on Section 5. Eligible Countries Section 5 specifies the countries from which bidders (including subcontractors or suppliers) are eligible. Section 5 is not a contract document.

Section 5 of the SBD includes the following wording, which will normally apply to any Government funded contract:

All countries are eligible except countries subject to the following provisions.

A country shall not be eligible if:

(a) As a matter of law or official regulation, the Government of the Federal Democratic Republic of Ethiopia prohibits commercial relations with that country, provided that the Government is satisfied that such exclusion does not preclude effective competition for the provision of the works required; or

(b) By an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Government of the Federal Democratic Republic of Ethiopia prohibits any procurement of works from that country or any payments to persons or entities in that country.

The list of eligible countries may differ, where the procurement is funded by a donor or where other restrictions are imposed by Government policy. In such cases, the Procuring Entity should amend the text accordingly, inserting either a list of eligible countries or a list of ineligible countries. The list of countries should be checked directly with the Government or donor.

135

Page 144: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 29 of 65 File Ref: Wks-SBD-NCB-UsrGd

Guidance Notes on Section 6. Schedule of Requirements The Schedule of Requirements (SOR) informs Bidders of precisely what the Employer wishes to procure. The Schedule of Requirements should provide sufficient information to enable bidders to efficiently and accurately prepare bids that are realistic and competitive and to ensure that bids meet the Employer’s needs. The SOR must be prepared by suitably qualified and experienced staff. The specifications, drawings and the completed bill of quantities or activity schedule will form part of the Contract.

The Employer must prepare the SOR and include it as a part of the Bidding Documents. Depending on the size of the contract and the number of pages in each section, it is usual to package Section 6, or each part of Section 6, in a separate volume or volumes. For example, for a large contract, the Technical Specifications, Bills of Quantities and Drawings may all need to be issued in separate volumes. Where separate volumes are issued:

• Each volume should be appropriately titled and include the procurement reference number; and

• The relevant page of Section 6 should be included in the Bidding Document for completeness, with a reference to the appropriate volume.

The Statement of Requirements consists of four parts:

1. Scope of Works

2. Technical Specifications

3. Drawings

4. Bill of Quantities or Activity Schedule

The following notes provide guidance on how to prepare each of these parts.

Scope of Works The Employer should provide a description of the works, including approximate quantities of major items, which adequately describe the contract scope of work. Additional information that may be included is: • Site location • Climate and weather information • Site investigation studies and reports • Topographical data • Access details • Details of other ongoing or future works to be carried out by other contractors during the

Contract period • Information regarding disposal, borrow and quarry areas including royalty payments as

applicable • Any other pertinent information regarding the site and the works A description of approximately 1-2 pages would be appropriate for most contracts.

Technical Specifications General Notes on Specifications

136

Page 145: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 30 of 65 File Ref: Wks-SBD-NCB-UsrGd

A set of precise and clear specifications is a prerequisite for Bidders to respond realistically and competitively to the requirements of the Employer without qualifying or conditioning their bids. In the context of open tendering, the specifications must be drafted to permit the widest possible competition and, at the same time, present a clear statement of the required standards of workmanship, materials, and performance of the related goods and services to be procured. Only if this is done will the objectives of economy, efficiency, and fairness in procurement be realised, responsiveness of bids be ensured, and the subsequent task of bid evaluation facilitated. The specifications should require that all goods and materials to be incorporated in the Works be new, unused, of the most recent or current models, and incorporate all recent improvements in design and materials unless provided otherwise in the Contract.

Samples of specifications from previous similar projects are useful in this respect. The use of metric units is mandatory. Most specifications are normally written specially by the Employer or its consultants to suit the specific works in hand. There is no standard set of Specifications for universal application in all sectors and in all countries, but there are established principles and practices, which are reflected in these documents.

There are considerable advantages in standardising General Specifications for repetitive Works in recognised public sectors, such as highways, bridges, railways, urban housing, irrigation, and water supply, in the same country or region where similar conditions prevail. The General Specifications should cover all classes of workmanship, materials, and equipment commonly involved in construction, although not necessarily to be used in a particular Works Contract. Deletions or addenda should then adapt the General Specifications to the particular Works.

Equivalent Standards and Codes

Care must be taken in drafting specifications to ensure that they are not restrictive. In the specification of standards for goods, materials, and workmanship, recognised international standards should be used as much as possible. Where other particular standards are used, whether Ethiopian or other standards, the specifications should state that goods, materials, and workmanship that meet other authoritative standards, and which ensure substantially equal or higher quality than the standards mentioned, will also be acceptable. The following clause may be inserted in the Special Conditions or Specifications:

“Equivalency of Standards and Codes

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

137

Page 146: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 31 of 65 File Ref: Wks-SBD-NCB-UsrGd

Terminology

Care must be taken to use the same terminology in the Specifications as used in the remainder of the bidding document, e.g. “Engineer” and not “Engineer” for the party administering and supervising the contract.

Drawings Generally the Employer will insert a list of the contract drawings, including site plans, in this section of the Bidding Document, but will bind and issue the drawings themselves in a separate volume, which is often larger than other volumes of the bidding Document. The size will be dictated by the scale of the drawings, which must not be reduced to the extent that details are rendered illegible. If drawings are to be issued in A1 or A2 format, they should be issued in a separate volume. If the drawings are comparatively few in number and can be issued in A4 or A3 size, then the drawings can be included in the Bidding Document itself.

Any notes on the drawings should use the same terminology as used in the rest of the bidding documents.

A simplified map showing the location of the Site in relation to the local geography, including major roads, posts, airports and railroads, is helpful.

The construction drawings, even if not fully developed, must show sufficient details to enable bidders to understand the type and complexity of the work involved and to price the Bill of Quantities.

Bill of Quantities or Activity Schedule The Employer will insert:

♦ A bill of quantities where the contract is to be Admeasurements; or

♦ An activity schedule where the contract is to be Lump Sum.

The guidance notes below relate primarily to the preparation of a Bill of Quantities. Alternative notes on preparing an Activity Schedule are provided in italics.

Objectives

The objectives of the Bill of Quantities are:

(a) To provide sufficient information on the quantities of Works to be performed to enable bids to be prepared efficiently and accurately; and

(b) When a Contract has been entered into, to provide a priced Bill of Quantities for use in the periodic valuation of Works executed.

In order to attain these objectives, Works should be itemised in the Bill of Quantities in sufficient detail to distinguish between the different classes of Works, or between Works of the same nature carried out in different locations or in other circumstances which may give rise to different considerations of cost. Consistent with these requirements, the layout and content of the Bill of Quantities should be as simple and brief as possible.

The objective of the Activity Schedule is to provide a breakdown of the activities and their associated cost that form the Works to be paid on a lump sum basis. The breakdown is

138

Page 147: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 32 of 65 File Ref: Wks-SBD-NCB-UsrGd

intended to be used to as the basis for certifying interim payment to the Contractor and to assist in valuing any ordered variations.

The works should be broken down by consideration of the nature of each activity and if applicable by the location. The PE will have to determine the degree to which the Works need to be broken down by consideration of the complexity of the Works and the stated time for completion. Schedules can be provided for each different discrete element of the works. If the works require plant and equipment to be provided, separate schedules for the supply only of the plant and equipment may be provided.

Consistent with these requirements the Activity Schedule should be as simple and brief as possible.

General

Care must be taken to use the same terminology in the Bill of Quantities (or Activity Schedule) as used in the remainder of the bidding document, e.g. “Engineer” and not “Engineer”.

Content

The Bill of Quantities should generally have a Preamble and be divided into the following sections:

• General Items

• Bills for each type of work or work in each location for example:

o Earthworks

o Road Pavements

o Drainage Structures

o Retaining Structures

o Culverts and Bridges

• Day work Schedules

• Summary Bill of Quantities

The Activity Schedule should generally have a Preamble. While a single Schedule may suffice for some contracts, more than one Schedule may be required for complex works, especially if performed in different locations. For example for a hospital complex these may cover the following:

o Site Works

o Utilities

o Hospital Building Structure

o Medical Equipment

o Nurses' Accommodation

o Doctors' Accommodation

• Day work Schedules (to be used for any minor variations)

139

Page 148: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 33 of 65 File Ref: Wks-SBD-NCB-UsrGd

• Summary Activity Schedule

Preamble

The Preamble should indicate the inclusiveness of the unit prices and should state the method of measurement which has been adopted in the Preparation of the Bills of Quantities and which is to be used for the measurement of the works.

The Preamble should state the objective and use of the Activity Schedule and shall contain any pertinent instructions to Bidders regarding the inclusiveness of the prices, completing of the schedules, currency of the prices, correction of errors, treatment of items not priced etc.

Work Items

The items in the Bills of Quantities should be grouped in sections to distinguish between parts of the Works which by nature, location, access, timing or any other characteristic may give rise to different methods of construction, phasing of the work or consideration of cost. General items common to all parts of the works may be grouped as a separate section in the Bills of Quantities.

The items in the Activity Schedule should be grouped in sections to distinguish between parts of the Works which by nature, location, access, timing or any other characteristic may give rise to different methods of construction, phasing of the work or consideration of cost. General items common to all parts of the works may be grouped as a separate section in the Activity Schedule.

Using the example of the hospital complex, the site works and utilities for the whole complex may be grouped into separate Schedules, however the activities required for each of the building should be detailed in a Schedule for that building. For example Sub Activities for each building could include the following:

o Excavation

o Foundations

o Concrete or Steel Frame

o Roofing

o External Cladding and Windows

o Internal Floors and Walls

o Internal Finishes

o Water Supply System

o Drainage/Sewer System

o Power System

o Lighting System

o Communication/Call/Paging System, etc.

Quantities and Measurement (for Bill of Quantities)

Quantities should be stated in the metric system and computed net from the Drawings and no allowances made for bulking, shrinkage or waste. The methods of measurement, if a standard

140

Page 149: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 34 of 65 File Ref: Wks-SBD-NCB-UsrGd

method is used, should be stated e.g. the UK Institution of Civil Engineer’s “Standard Method of Measurement”. Alternatively, a description of the method of measurement for each work item may be included in the Technical Specification. Clear definition is required to avoid disputes during execution of the contract.

Quantities should be rounded up or down as appropriate to a logical degree of accuracy and spurious accuracy should be avoided.

The following units of measurement and abbreviations are recommended for use.

Unit Abbreviation Unit Abbreviation

cubic meter

hectare

hour

kilogram

lump sum

meter

metric ton (1,000 kg)

m3 or cu m

ha

h

kg

sum

m

t

millimeter

month

number

square meter

square millimeter

week

mm

mon

nr

m2 or sq m

mm2 or sq mm

wk

Ground and Excavation Levels (for Bill of Quantities)

The commencing surface should be identified in the description of work involving excavation, boring or piling, for which the commencing level is not the original ground level or the excavated level is not the final finished level. The depths of work should be measured from the commencing level to the excavated surface level as defined by the drawings.

Day works Schedule

A Day work Schedule should generally be included in order to provide a payment mechanism for unforeseen work, outside the items included in the Bill of Quantities (or ordered as a variation by the Engineer in the case of an Activity Schedule). The Day work Schedule should normally comprise a list of the various classes of labour, materials, and constructional plant for which basic day work rates or prices are to be inserted by the Bidder, together with a statement of the conditions under which the Contractor will be paid for work executed on a day work basis.

Nominal estimated quantities for each item of Day work should be inserted in the Bill (or Schedule), which is to be priced by each Bidder. This will enable the priced Day works to be included in the total bid price and evaluated along with the price for the specified works. The rate to be entered by the Bidder against each basic Day work item should include the Contractor’s profit, overheads, supervision, and all other charges.

Provisional Sums

A general provision for physical contingencies (e.g. quantity overruns) may be made by including a provisional sum in the Summary Bill of Quantities (or Summary Activity Schedule). Similarly, a contingency allowance for possible price increases should be provided as a provisional sum in the Summary Bill of Quantities (or Summary Activity Schedule). The inclusion of such provisional sums often facilitates budgetary approval by avoiding the need to request periodic supplementary approvals as the future need arises. Where such provisional

141

Page 150: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 35 of 65 File Ref: Wks-SBD-NCB-UsrGd

sums or contingency allowances are used, the Special Conditions of Contract should state the manner in which they will be used, and under whose authority.

The estimated cost of specialised work to be carried out, or of special goods to be supplied, by other contractors (refer to Clause 8 of the Conditions of Contract) should be indicated in the relevant part of the Bill of Quantities (or Activity Schedule) as a particular provisional sum with an appropriate brief description. To provide payment to the Contractor for providing administration, facilities, amenities, attendance, etc., each related provisional sum should be accompanied by an item in the Bill of Quantities (or Activity Schedule) for the Bidders to quote a sum or a percentage fee for services to be provided.

Summary

The Summary should contain a tabulation of each separate Bill (or Schedule), including the Day work Schedule, and provisional set amounts for contingencies (e.g. for quantities and/or price increases) and a summation for the Total Bid Price.

Sample Bill of Quantities

A Sample Bill of Quantities is provided in Annex 1 to this User Guide to provide an example and format for Procuring Entities. This should be amended as required for each specific Bidding Document.

142

Page 151: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 36 of 65 File Ref: Wks-SBD-NCB-UsrGd

Guidance Notes on Section 7. General Conditions of Contract

The General Conditions of Contract (GCC) contain standard provisions that have been designed to remain unchanged and to be used without modifying their text. The GCC clearly identify the provisions that may normally need to be specified for a particular bidding process and require that such provisions be introduced through the SCC.

The GCC will form part of any resulting Contract.

143

Page 152: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 37 of 65 File Ref: Wks-SBD-NCB-UsrGd

Guidance Notes on Section 8. Special Conditions of Contract

The Special Conditions of Contract (SCC) supplement the GCC by modifying conditions applicable to an individual contract, such as payment terms or the name of the Engineer. The SCC prevail over the GCC. The Procuring Entity should include all information that the GCC indicate shall be provided in the SCC prior to issuing the Bidding Documents. No SCC Clause should be left blank.

To facilitate the preparation of the SCC, its clauses are numbered with same numbers as the corresponding GCC clauses. This Guide helps the Procuring Entity with inputting all information required and includes a SCC format that summarises all information to be provided.

The SCC will form part of any resulting Contract.

144

Page 153: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 38 of 65 File Ref: Wks-SBD-NCB-UsrGd

Input of Information to be completed by Procuring Entity

Special Conditions of Contract

The following Special Conditions of Contract (SCC) shall supplement the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

GCC Clause Reference

Special Conditions

GCC 1.1

The Employer is [insert name and address of Employer, and name of authorized representative].

The Engineer is [insert name and address of the Engineer (assuming the Engineer is an entity) and the name of its authorized representative].

[For smaller contracts, there may be no full-time person acting as Engineer. However, the Employer may nominate an authorised spokesman from among its own staff to act as its representative. Where a Employer has appointed a consultant or independent body as the Engineer, the Employer should be careful not to exercise any of the Engineer’s or representative’s powers itself, in order to avoid the risk of conflicting instruction or decisions. The authority of the Engineer can be limited in SCC 4.1 if required].

The name and procurement reference number of the Contract is [insert name and number].

The Works consist of [insert brief summary, including relationship to other contracts under the project].

The Site is located at [insert location] and is defined in Drawings Nos.: [insert numbers].

The Start Date shall be [insert date. The intended Start Date and Intended Completion Date may be best specified in terms of days or weeks after the Letter of Acceptance is issued (provided that the site is available to the Contractor at this juncture) rather than stating specific calendar dates. For small contracts, 14 days may be sufficient. For larger contracts, longer will be required. The Start Date is not necessarily the same as any Site Possession Dates].

The Intended Completion Date for the whole of the Works shall be [insert date or period after Letter of Acceptance. If different dates are specified for completion of the Works by section (“sectional completion”), these dates should be listed here.].

GCC 2.3 The following documents also form part of the Contract: [list any other documents e.g. schedule of information provided by the Contractor].

145

Page 154: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 39 of 65 File Ref: Wks-SBD-NCB-UsrGd

GCC Clause Reference

Special Conditions

GCC 4.1 The Employer’s specific approval is required for: [insert any decisions for which the Employer’s approval is required].

[e.g. If it is considered that the standard GCC clause gives too much authority to the Engineer, or there is no full-time engineer as Engineer, the following clause may be inserted to limit the authority of the Engineer and require him to get the Employer’s approval where there are potential additional costs or extensions of time involved: “The Engineer shall obtain specific approval from the Employer before carrying out any of his duties under the Contract which in the Engineer’s opinion will cause the amount finally due under the Contract to exceed the Contract Price or will give entitlement to extension of time. This requirement shall be waived in an emergency affecting safety of personnel or the Works or adjacent property.”] [See also the additional optional clauses below.]

GCC 8.1 The Schedule of Other Contractors [insert “is” or “is not”] part of the Contract. [Ensure the Schedule is attached if required. It is vital to provide all relevant information on other contractors working on the site. Failure to do so with the result that the Contractor’s work is affected by the work of others, is likely to lead to claims for additional payment].

GCC 9.1 The Schedule of Key Personnel [insert “is” or “is not”] part of the Contract. [Ensure the Schedule is attached if required].

GCC 11.1 The Employer’s risks are as specified in the GCC. [Amend if the risks in the GCC are to be modified].

GCC 13.1 The minimum insurance covers and deductibles shall be:

(a) The minimum cover for insurance of the Works, Plant and Materials is [insert amount].

(b) The maximum deductible for insurance of the Works, Plant and Materials is [insert amount].

(c) The minimum cover for insurance of Equipment is [insert amount].

(d) The maximum deductible for insurance of Equipment is [insert amount].

(e) The minimum cover for insurance of property is [insert amount]

(f) The maximum deductible for insurance of property is [insert amount]

(g) The minimum cover for personal injury or death insurance is [insert amount] with no deductible.

[The levels of cover and maximum deductible amounts will vary

146

Page 155: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 40 of 65 File Ref: Wks-SBD-NCB-UsrGd

GCC Clause Reference

Special Conditions

greatly, depending on the nature and value of the works. It is safer to select a higher level of minimum cover and lower deductibles. If in doubt, Procuring Entities should obtain professional advice on acceptable minimum cover limits. The following values are given in US Dollars as a guide only, but may be varied and may be specified in Ethiopian Birr or another appropriate currency:

(a-b) minimum cover for loss of or damage to the Works, Plant, and Materials: 110% of the Contract Value with US$50,000 maximum deductible

(c-d) minimum cover for loss of or damage to Equipment: 100% of the value of equipment required for the performance of the contract with US$25,000 maximum deductible

(e-f) minimum cover for loss of or damage to property (except the Works, Plant, Materials, and Equipment) in connection with the Contract: US$250,000 with US$25,000 maximum deductible

(g) minimum cover for personal injury or death. US$500,000 with no deductible.]

GCC 14.1 Site Investigation Report(s) [insert “are” or “are not” and provide details and references of the specific documents if part of the contract. Reports should not be included if the PE is not confident of their accuracy, as the Contractor has the right in the contract to rely on them and to claim a compensation event if ground conditions turn out to be substantially more adverse] part of the contract.

GCC 25.2 Fees and types of reimbursable expenses to be paid to the Adjudicator are: [insert details of fees and expenses]. [Where no Adjudicator is to be appointed, replace the text with “No Adjudicator is to be appointed under this contract”].

GCC 25.3 The institution whose arbitration procedures shall be used is: [insert name of institution e.g. UNCITRAL Arbitration Rules] Arbitration shall take place at: [state place e.g. Addis Ababa or any other convenient location or delete if arbitration is not applicable] [Where arbitration is not being used, replace the text with “Arbitration shall not be used under this contract and disputes shall be resolved in accordance with GCC 25.1”].

GCC 26.1 The Appointing Authority for the Adjudicator is: [insert name of Authority. The Appointing Authority should preferably be an independent professional institution or an official (e.g. president) of such an institution. An individual should not normally be nominated]. [For smaller contracts, where the Employer has decided not to appoint an Adjudicator, the text should be replaced with “No Adjudicator is to be appointed under this contract”].

147

Page 156: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 41 of 65 File Ref: Wks-SBD-NCB-UsrGd

GCC Clause Reference

Special Conditions

GCC 27.1 The Contractor shall submit the Program for the Works within [insert number] days of delivery of the Letter of Acceptance. [For small contracts, 14 days may be sufficient. For larger contracts, longer may be required. Where no Letter of Acceptance is issued, amend to “contract document”].

GCC 27.3 The period between Program updates is [insert number] days. [For a short contract, this could be monthly and for longer contracts, every two months. For very small contracts, no updates may be required, in which case the text should be amended accordingly].

The amount to be withheld for late submission of an updated Program is [insert currency and amount, which should be sufficient to encourage prompt submittal].

GCC 35.1 The Defects Liability Period is [insert number] days. [The period is normally 365 days (i.e. one year), but may be shortened for smaller contracts or where the risk of defects is considered to be low].

GCC 37.1 This Contract is a [insert “Admeasurements” or “Lump Sum”, ensuring that it is consistent with clause 13.1 of the Bid Data Sheet. PEs should note that it is possible to include lump sum elements within an admeasurements contract, but that the SCC must clearly state which type of contract applies] Contract.

GCC 44.1(l) The following events shall also be Compensation Events: [insert list of events or state “none”]

GCC 45.1 The Engineer shall not adjust the Contract Price if taxes, duties and other levies are changed that subsequently affect the Contract Price. [Amend if the Procuring Entity will amend the contract to reflect any changes in taxes e.g. a change in the rate of VAT]

GCC 47.1 The Contract [insert “is” or “is not”] subject to price adjustment in accordance with Clause 47 of the Conditions of Contract.

[Price adjustment is recommended for contracts which provide for time of completion exceeding 18 months. Bidders are required to propose the weightings for each cost element (labour, materials, equipment etc) and the sources of indices. These are subject to approval by the Engineer and should be carefully analysed by the PE, prior to acceptance of the Bid].

GCC 48.1 The proportion of payments retained is [insert percent] percent.[This is normally 5 percent, but should not exceed 10 percent].

GCC 49.1 The liquidated damages for the whole of the Works are [insert percent] of the final Contract Price per day.

[If Sectional Completion and Damages per Section have been agreed,

148

Page 157: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 42 of 65 File Ref: Wks-SBD-NCB-UsrGd

GCC Clause Reference

Special Conditions

the latter should be specified here.]

The maximum amount of liquidated damages for the whole of the Works is [insert percent] percent of the final Contract Price. [Usually liquidated damages are set between 0.05 percent and 0.10 percent per day, and the total amount is not to exceed between 5 percent and 10 percent of the Contract Price. It may be seen that if the lower or upper limits of the rate and total amount are applied, the maximum liquidated damages are imposed after 100 days delay. If the rate of 0.05% and the total amount of 10% are assumed, then the maximum liquidated damages are imposed after 200 days delay. The number of days for which the maximum amount of liquidated damages can be paid, as calculated under this clause, affects termination for delaying the works as provided for in Clause 59, Termination in Sub-clause 59.2, Paragraph (g).]

GCC 50.1 The Bonus for the whole of the Works is [insert percent of final Contract Price amount. Insert zero if not applicable. If Sectional Completion and Bonus per Section have been agreed, the latter should be specified here.] of final Contract Price per day. The maximum amount of Bonus for the whole of the Works is [percent] percent of the final Contract Price.

GCC 51.1 The Advance Payment will be equivalent to [insert percentage or state if no advance payment is to be made] percent of the Contract Price and will be paid in Ethiopian Birr. It will be paid to the Contractor no later than [insert period within which payment will be made. This may be best entered as a number of days after the issue of the Letter of Acceptance. In setting the number of days, consideration should be given to the time needed to effect disbursement of funds].

GCC 51.3 The Advance Payment will be repaid by deducting proportionate amounts from each payment certificate during the period starting [insert number] months after the Start Date and ending [insert number] months after the Start Date. [This Sub-Clause allows the repayment of the advance payment to be made over the whole of the contract period, or alternatively, more stringent repayment terms may be inserted].

GCC 52.1 The Contract Security shall be for [insert percentage, normally between 5 and 10%] of the Contract Price.

GCC 58.1 The date by which operating and maintenance manuals are required is [insert date or period before or after Date of Completion].

The date by which “as built” drawings are required is [enter date or period before or after Date of Completion].

GCC 58.2 The amount to be withheld for failing to produce “as built” drawings and/or operating and maintenance manuals by the date required is [insert amount, which should be high enough to encourage timely submission of all

149

Page 158: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 43 of 65 File Ref: Wks-SBD-NCB-UsrGd

GCC Clause Reference

Special Conditions

documents] Ethiopian Birr.

GCC 60.1 The percentage to apply to the value of the work not completed, representing the Employer’s additional cost for completing the Works, is: [insert percent. This percentage is intended to compensate the Employer for the additional costs that will be incurred in completing the works following termination. A value between 10 and 20% is considered equitable].

Additional Optional Clauses The following draft clauses are provided for consideration and use by Procuring Entities. They are not intended to be inserted in all Bidding Documents but to be used on an “as needed” basis. Where the clauses are required, they should be inserted into the Special Conditions of Contracts. No changes should be made to the GCC.

Condition of Contract Clause

Special Conditions of Contract

4. Engineer’s Decisions

If it is desired that the limitations on the Engineer’s authority be more clearly defined, then the following may be used instead of the text in the SBD:

“The Engineer shall obtain the specific approval of the Employer in writing before taking any of the following actions specified in the General Conditions of Contract:

(a) Certifying additional costs under Clause 44;

(b) Determining an extension of the Intended Completion Date under Clause 28;

(c) Issuing a variation order under Clause 40 except in an emergency situation as reasonably determined by the Engineer or if the variation does not increase the Contract Price;

(d) Fixing rates under Clause 40;

(e) Ordering suspension or termination under Clause 59;

(f) [Add other limitations and quote clauses]”

7. Subcontracting The following conditions shall apply to subcontracting: [insert any additional conditions relating to subcontracting e.g. The Contractor shall not impose inequitable or onerous conditions on his appointed subcontractors and shall pay all subcontractors promptly each month, irrespective of the Contractor himself having received payment for work performed by the subcontractor.]

9. Personnel Semi and Semi-Skilled Labour

150

Page 159: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 44 of 65 File Ref: Wks-SBD-NCB-UsrGd

Only Ethiopian Nationals shall be employed as unskilled labour. Only Ethiopian Nationals shall be employed as semi-skilled labour unless the Contractor can demonstrate that no suitably trained Ethiopian Nationals are available.

Rates of Wages and Conditions of Labour

The Contractor shall pay rates of wages and observe employment conditions not less favourable than those established for the trade and industry where the work is being carried out. In the absence of any established rates or conditions in the locality, the Contractor shall follow those by other employers for similar trades and industries.

Burial of the Dead

The Contractor shall be responsible for the transport to his /her home of any expatriate employee or members of their families who may die in Ethiopia. The Contractor shall be responsible for arrangements for the burial of local employees who may die while engaged upon the Works.

Visas and Permits

The Contractor shall be responsible for all arrangements and costs of obtaining visas, work permits and other documents for his employees and shall comply with all immigration and residence regulations of Ethiopia.

Repatriation of Employees

The Contractor shall be responsible for repatriation of all non-Ethiopian national employees to their country of residence or to their point of recruitment and for their maintenance until the time of the return.

19. Safety Safety Officer

The Contractor shall employ a full-time qualified Safety Office on site until the Works have been completed. The Safety Officer shall be responsible for compliance with the Contractor’s Site Safety Plan by all employees and shall hold regular safety meetings with all employees. He shall be given authority to halt any unsafe working methods or practices on site.

55. Completion In order that the Engineer may certify Completion of the Works, the Works shall be capable of being used for the purpose intended. This shall not necessarily include reinstatement of ground or surfaces unless the reinstatement is required to ensure the safety and convenience of the public or others.

Additional Conditions of Contract

Care of the Environment

The Contractor shall execute the Works in an environmentally friendly manner and shall avoid all unnecessary damage to property and flora. All waste material shall be disposed of in a proper manner to the satisfaction of the Engineer.

151

Page 160: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 45 of 65 File Ref: Wks-SBD-NCB-UsrGd

Confidentiality

The Contractor shall treat the Contract and everything in connection with it as private and confidential. In particular the Contractor shall not publish or issue any information or photograph concerning the Works and shall not use the site for any commercial purpose except with the consent of the Engineer and subject to any conditions he may impose.

152

Page 161: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 46 of 65 File Ref: Wks-SBD-NCB-UsrGd

Guidance Notes on Section 9. Contract Forms

Section 9 of the Bidding Document contains forms for the Agreement, the Contract Security, and the Advance Payment Security. The purpose of including these forms in the Bidding Document is to notify the Bidders of the type and detail of the Contract they would received in the event of an award. No input is required by the Employer when drafting the Bidding Document and there is no requirement for Bidders to submit these forms with their bids.

Procuring Entities should consult the section below (Guidance Notes on the Letter of Acceptance) before issuing a Letter of Acceptance.

Agreement The completed Agreement will form part of any resulting Contract. However, the details to be completed on the Agreement are specific to the successful Bidder and therefore should be left blank for inclusion in the Bidding Document.

After notification of award, the Employer shall prepare the Agreement using the Agreement Form and send it to the successful Bidder. It is rare that a major works contract is awarded on the basis of only the bid, as negotiations are normally held with the best evaluated Bidder to settle any minor matters arising from the bid or clarifications. It is good practice to conform the contract document in accordance with any agreements reached during negotiations and any modifications during evaluation. The Agreement prepared should therefore incorporate any corrections or modifications to the Bid resulting from corrections of errors, selection of an alternative offer, acceptable deviations, or any other mutually-agreeable changes allowed for in the Conditions of Contract, such as changes in key personnel, subcontractors, scheduling etc. The contracting parties will then sign the conformed document.

This Guide includes an Agreement format that summarises all the information to be provided when preparing the Agreement at contract award stage.

The successful Bidder should sign the Agreement and return it to the Employer.

Contract Security and Advance Payment Security The Contract Security form should be completed by the financial institution and returned to the Employer, by the Contractor with the signed Agreement. Similarly, if any advance payment is specified in the contract, the Advance Payment Security should be completed by the financial institution and submitted by the Contractor to the Employer with an invoice. Therefore, the Employer is not required to input any information to the security forms.

The bank guarantee forms are drafts for unconditional (or “on-demand”) bank guarantees, which have the merit of simplicity and of being universally known and accepted by commercial banks. The contracting community, however, strongly objects to this type of Security because the Guarantee can be called (or threatened to be called) by employers without justification. Procuring Entities and Engineers should recognise the contractual conditions governing nonperformance by the Contractor and should normally act only on the advice of the Engineer in calling a bank guarantee. Any unjustified calling of a Bank Guarantee, or unreasonable pressure exercised by an Employer/employer, would be regarded as contrary to the spirit and basic principles of international procurement. Ethiopian

153

Page 162: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 47 of 65 File Ref: Wks-SBD-NCB-UsrGd

contractors are permitted to submit a performance bond, in place of a bank guarantee, for the contract security. Only bank guarantees are permitted for the advance payment guarantee.

As the Bidder would be required to complete these Forms in the event of a contract award, the guidance notes in bold between square brackets provide assistance to the Bidder or financial institution and should therefore not be deleted by the Employer prior to the issue of the Bidding Document.

This User Guide is not intended for Bidders as all information that the Bidder is required to provide should be detailed by the Employer in the Bidding Document. Therefore the Performance Security and Advance Payment Security forms are not included in this User Guide.

154

Page 163: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 48 of 65 File Ref: Wks-SBD-NCB-UsrGd

No Input of Information required for inclusion in Bidding Document. Input of Information to be completed by the Employer at contract award stage.

Agreement Procurement Reference No: [insert Procurement Reference number]

THIS AGREEMENT made the [insert day] day of [insert month], [insert year], between

[insert name of Employer] of [insert address of Employer] (hereinafter “the Employer”),

of the one part, and [insert name of Contractor] of [insert address of Contractor]

(hereinafter “the Contractor”), of the other part:

Whereas the Employer is desirous that the Contractor execute [insert brief description of Works] (hereinafter called “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein for the Contract Price of the equivalent of Ethiopian Birr [insert contract price in Ethiopian Birr in words and figures, ensuring it is the same as on any Letter of Acceptance].

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Contract referred to.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein the Contract Price or such other sum as may become payable under the provisions of the Contract, at the times and in the manner prescribed by the Contract.

4 The Contract Price or such other sum as may be payable shall be paid in Ethiopian Birr.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed in accordance with the law specified in the Special Conditions of Contract on the day, month and year indicated above.

Signed by [authorized signatory for the Employer to sign] (for the Employer)

155

Page 164: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 49 of 65 File Ref: Wks-SBD-NCB-UsrGd

Name: [insert name of authorized signatory]

Position: [insert position of authorized signatory]

Signed by _____________________________ (for the Contractor)

Name: ________________________________

Position: ______________________________

156

Page 165: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 50 of 65 File Ref: Wks-SBD-NCB-UsrGd

Guidance Notes on the Letter of Acceptance

The Letter of Acceptance does not form part of the Bidding Document. However, it is the document normally used to accept a bid, and therefore to form a contract, so it is essential that it is used correctly by Procuring Entities.

A Letter of Acceptance must not be issued prior to obtaining all required approvals, including from the Tender Committee and head of the Procuring Entity and ensuring that sufficient funds have been committed for the contract.

A sample wording for a Letter of Acceptance is included below. The letter should be signed and the seal of the Procuring Entity should be affixed.

Letterhead paper with PE name and address

To: [Name and address of the Contractor]

[Date]

Dear Sirs,

Letter of Acceptance for [Brief Description of the Works]

This is to notify you that your Bid dated [insert date] for execution of the [name of the Contract and procurement reference number] for the Contract Price of Ethiopian Birr [insert amount in numbers and words], as corrected and modified [delete if no corrections and/or modifications were made] in accordance with the Instructions to Bidders is hereby accepted by our Agency.

We instruct you to submit to us by [insert date 15 days after receipt] the Contract Security stipulated in the Contract.

You are hereby instructed to proceed with the execution of the said Works in accordance with the Contract documents.

[Where appropriate, a statement on the proposed adjudicator should be included. Recommended wording is given below:

(1) Where the Contractor disagreed in its Bid with the Adjudicator proposed by the Employer and has accordingly offered another candidate who is acceptable to the Employer, the following should be added:

“We accept that [name proposed by bidder] be appointed as the Adjudicator”.

(2) Where the Contractor disagreed in its Bid with the Adjudicator proposed by the Employer and has accordingly offered another candidate who is not acceptable to the Employer, the following should be added:

157

Page 166: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 51 of 65 File Ref: Wks-SBD-NCB-UsrGd

“We do not accept that [name proposed by bidder] be appointed as adjudicator, and by sending a copy of this letter of acceptance to [insert the name of the Appointing Authority], we are hereby requesting [insert the name of the Appointing Authority], the Appointing Authority, to appoint the Adjudicator in accordance with Clause 35.1 of the Instructions to Bidders”.

Yours sincerely,

[Insert name of office and name of officer] [Insert postal/street address]

158

Page 167: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 52 of 65 File Ref: Wks-SBD-NCB-UsrGd

Guidance Notes on Letters to Unsuccessful Bidders

Procuring Entities are required to inform unsuccessful Bidders that their bids have been unsuccessful and to inform them of the successful Bidder and provide brief reasons why their bid has failed. Unsuccessful Bidders must be informed of the successful Bidder at least five working days prior to contract award.

A sample wording for a letter to an unsuccessful Bidder is included below. The letter should be signed and the seal of the Procuring Entity should be affixed.

Letterhead paper with PE name and address

To: [Name and address of the Bidder]

[Date]

Dear Sirs,

[Procurement Reference No and Brief Description of the Works]

This is to notify you that your Bid dated [insert date] for [description of works and procurement reference number] has been unsuccessful.

The successful Bidder was [name of successful Bidder] with a Contract Price of Ethiopian Birr [insert amount]. A contract will be concluded with this Bidder, following the procedures included in the Public Procurement Proclamation and Directives.

Your bid was unsuccessful because [insert brief reasons e.g. “it was not technically compliant with the specifications in the Bidding Document” or “your price was not the lowest evaluated price”,

Yours sincerely,

[Insert name of office and name of officer] [Insert postal/street address]

159

Page 168: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 53 of 65 File Ref: Wks-SBD-NCB-UsrGd

Annex 1: Sample Bill of Quantities

Sample Bill of Quantities

A. Preamble

1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, General and Special Conditions of Contract, Technical Specifications, and Drawings.

2. The quantities given in the Bill of Quantities are estimated and provisional, and are given to provide a common basis for bidding. The basis of payment will be the actual quantities of work ordered and carried out, as measured by the Contractor and verified by the Engineer and valued at the rates and prices bid in the priced Bill of Quantities, where applicable, and otherwise at such rates and prices as the Engineer may fix within the terms of the Contract.

3. The rates and prices bid in the priced Bill of Quantities shall, except insofar as it is otherwise provided under the Contract, include all Constructional Plant, Labour, supervision, materials, erection, maintenance, insurance, profit, taxes, and duties, together with all general risks, liabilities, and obligations set out or implied in the Contract.

4. A rate or price shall be entered against each item in the priced Bill of Quantities, whether quantities are stated or not. The cost of Items against which the Contractor has failed to enter a rate or price shall be deemed to be covered by other rates and prices entered in the Bill of Quantities.

5. The whole cost of complying with the provisions of the Contract shall be included in the Items provided in the priced Bill of Quantities, and where no Items are provided, the cost shall be deemed to be distributed among the rates and prices entered for the related Items of Work.

6. General directions and descriptions of work and materials are not necessarily repeated nor summarised in the Bill of Quantities. References to the relevant sections of the contract documentation shall be made before entering prices against each item in the priced Bill of Quantities.

7. Provisional Sums included and so designated in the Bill of Quantities shall be expended in whole or in part at the direction and discretion of the Engineer.

8. The method of measurement of completed work for payment shall be in accordance with [insert the name of a standard reference guide, or full details of the methods to be used. The method of measurement should be spelled out precisely in the Preamble to the Bill of Quantities, describing, for example, the allowances (if any) for timbering in excavation, etc. Many national standard reference guides have been prepared on the subject, and one such guide is the Standard Method of Measurement of the U.K. Institution of Civil Engineers.]

9. Errors will be corrected by the Employer for any arithmetic errors in computation or summation in accordance with ITB sub-Clause 27.

10. Rock is defined as all materials which, in the opinion of the Engineer, require blasting, or the use of metal wedges and sledgehammers, or the use of compressed air drilling for their removal, and which cannot be extracted by ripping with a tractor of at least 150 brake hp with a single, rear-mounted, heavy-duty ripper.

160

Page 169: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 54 of 65 File Ref: Wks-SBD-NCB-UsrGd

Sample Bill of Quantities

B. Work Items

1. The Bill of Quantities usually contains the following part Bills, which have been grouped according to the nature, location or timing of the work:

Bill No. 1: General Items;

Bill No. 2: Earthworks;

Bill No. 3: Culverts and Bridges;

Bill No. 4 Road Paving Works

Bill No. 4: etc., as required;

Day work Schedule; and

Summary Bill of Quantities.

2. Bidders shall price the Bill of Quantities in local currency only, and shall indicate in the bid the percentage expected for payment in foreign currency or currencies.

161

Page 170: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 55 of 65 File Ref: Wks-SBD-NCB-UsrGd

Sample Bill of Quantities

Bill No. 1: General Items

Item No.

Description Unit Quantity Rate in

ETB

Amount in ETB

101 Performance Bond/Guarantee sum item —

102 Insurance of the Works sum item —

103 Insurance of Constructional Plant sum item —

104 Third Party Insurance sum item —

105 Allow for maintenance of Works for 12 months after completion

month 12

106 —etc.—

112 Provide and equip Engineer’s offices nr 2

113 Maintain Engineer’s offices for 24 months, including services

month 24

114 —etc.—

121 Provide diversion road sum item —

122 Provide for traffic control and maintenance of diversion road

month 24 —

123 —etc.—

132 Provide for cleaning up the Site on completion

—etc.—

sum item —

Total for Bill No. 1

(Carried forward to Summary)

162

Page 171: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 56 of 65 File Ref: Wks-SBD-NCB-UsrGd

Sample Bill of Quantities

Bill No. 2: Earthworks

Item No.

Description Unit Quantity Rate in

ETB

Amount in ETB

201 Excavate topsoil to maximum depth 25 cm and stockpile for reuse, maximum haul distance 1 km

m3 9,000

202 Excavate topsoil to maximum depth 25-50 cm, and dispose

m3 1,000

203 —etc.—

206 Excavate fill material from cuttings or approved borrow pits, haul up to 1 km, deposit, shape, and compact to fill

m3 25,000

207 Excavate rock in cuttings and dispose, any depth

m3 250

208 —etc.—

Total for Bill No. 2

(Carried forward to Summary)

163

Page 172: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 57 of 65 File Ref: Wks-SBD-NCB-UsrGd

Sample Bill of Quantities

Bill No. 3: Culverts and Bridges

Item no. Description Unit Quantity Rate in

ETB

Amount in ETB

301 Excavate in all materials other than rock from ground level to underside of foundations, maximum depth 5 m, and dispose

m3 10,000

302 Excavate in all materials other than rock, depth 5 m to 7.5 m

m3 2,500

303 Provisional Item

As Item 302, depth 7.5 m to 10 m

m3 500

304 —etc.—

311 Concrete class B in abutments m3 2,000

312 —etc.—

318 Mild steel reinforcement in abutments and piers up to 20 mm diameter

t 37

319 —etc.—

Total for Bill No. 3

(Carried forward to Summary)

164

Page 173: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 58 of 65 File Ref: Wks-SBD-NCB-UsrGd

Sample Bill of Quantities

C. Day work Schedule

General

1. Reference should be made to Clause 53 of the Conditions of Contract. Work shall not be executed on a Day work basis except by written order of the Engineer. Bidders shall enter basic rates for Day work items in the Schedules, which rates shall apply to any quantity of Day work ordered by the Engineer. Nominal quantities have been indicated against each item of Day work, and the extended total for Day work shall be carried forward as a Provisional Sum to the Summary Total Bid Amount. Unless otherwise adjusted, payments for Day work shall be subject to price adjustment, if applicable, in accordance with the provisions in the Conditions of Contract.

Day work Labour

2. In calculating payments due to the Contractor for the execution of day works, the hours for Labour will be reckoned from the time of arrival of the Labour at the job site to execute the particular item of Day work to the time of return to the original place of departure, but excluding meal breaks and rest periods. Only the time of classes of Labour directly doing work ordered by the Engineer and for which they are competent to perform will be measured. The time of gangers (charge hands) actually doing work with the gangs will also be measured but not the time of foremen or other supervisory personnel.

3. The Contractor shall be entitled to payment in respect of the total time that Labor is employed on Day work, calculated at the basic rates entered by him in the Schedule of Day work Rates: 1. Labor. The rates shall be all-inclusive and shall cover all direct costs (including the wages paid to such Labor, transportation time, overtime, subsistence allowances, and any sums paid to or on behalf of such Labor for social benefits in accordance with Ethiopian law), overheads (including superintendence, liabilities, and insurances and allowances to Labor, timekeeping, and clerical and office work, the use of consumable stores, water, lighting, and power; the use and repair of staging, scaffolding, workshops, and stores, portable power tools, manual plant, and tools; supervision by the Contractor’s staff, foremen, and other supervisory personnel; and charges incidental to the foregoing.) and profit. Payment shall be made in the same currencies and proportion stated in the Contract

Day work Materials

4. The Contractor shall be entitled to payment in respect of materials used for day work at the basic rates entered by him in the Schedule of Day work Rates: 2. Materials, together with an additional percentage payment on the basic rates to cover overhead charges and profit, as follows:

(a) The basic rates for materials shall be calculated on the basis of the invoiced price, freight, insurance, handling expenses, damage, losses, etc., and shall provide for delivery to store for stockpiling at the Site. The basic rates shall be stated in local currency, but payment shall be made in the same currencies and proportion stated in the Contract;

165

Page 174: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 59 of 65 File Ref: Wks-SBD-NCB-UsrGd

(b) The additional percentage payment shall be quoted by the Bidder and applied to the equivalent local currency payments made under (a) above;

(c) The cost of hauling materials for use on work ordered to be carried out as day work from the store or stockpile on the Site to the place where it is to be used will be paid in accordance with the terms for Labour and Construction in this schedule.

Day work Constructional Plant

5. The Contractor shall be entitled to payments in respect of Constructional Plant already on Site and employed on day work at the basic rental rates entered by him in the Schedule of Day work Rates: 3. Construction Equipment. Said rates shall be deemed to include due and complete allowance for depreciation, interest, indemnity, and insurance, repairs, maintenance, supplies, fuel, lubricants, and other consumables, and all overhead, profit, and administrative costs related to the use of such equipment. The cost of drivers, operators, and assistants shall be included in the rate and no separate payment under the section on Day work Labour shall be made.

6. In calculating the payment due to the Contractor for Constructional Plant employed on day work, only the actual number of working hours will be eligible for payment, except that where applicable and agreed with the Engineer, the travelling time from the part of the Site where the Constructional Plant was located when ordered by the Engineer to be employed on day work and the time for return journey thereto shall be included for payment.

7. The basic rates for Constructional Plant employed on day work shall be stated in local currency, but payments to the Contractor will be made in the same currency and proportions stated in the Contract.

166

Page 175: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 60 of 65 File Ref: Wks-SBD-NCB-UsrGd

Sample Bill of Quantities

Schedule of Day work Rates: 1. Labour

Item No.

Description Unit Quantity Rate in

ETB

Amount in ETB

D100 Ganger hour 50

D101 Labourer hour 500

D102 Bricklayer hour 50

D103 Mason hour 50

D104 Carpenter hour 50

D105 Steelworker Erector hour 50

D106 —etc.— hour

D113 Driver for vehicle up to 5 tons hour 100

D114 Driver for vehicle over 5 tons hour 50

D115 Operator of Heavy Equipment (grader, dozer etc)

hour 50

D116 Operator for Light Equipment (compactor, small roller etc.

hour 50

D117 —etc.— hour

Subtotal

Total for Day work: Labour

(Carried forward to Day work Summary, p. )

167

Page 176: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 61 of 65 File Ref: Wks-SBD-NCB-UsrGd

Sample Bill of Quantities

Schedule of Day work Rates: 2. Materials

Item no. Description Unit Quantity Rate in

ETB

Amount in ETB

D201 Cement, ordinary Portland, in bags t 20

D202 Mild steel reinforcing bar up to 16 mm diameter to BS 4449 or equivalent

t 10

D203 Fine aggregate for concrete as specified in Clause

m3 100

D204 —etc.—

D222 Crushed road base material m3 50

Subtotal

D299 Allow percent1 of Subtotal for Contractor’s overhead, profit, etc., in accordance with Paragraph 3(b) above.

Total for Day work: Materials

(Carried forward to Day work Summary, p. )

1 To be entered by the Bidder.

168

Page 177: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 62 of 65 File Ref: Wks-SBD-NCB-UsrGd

Sample Bill of Quantities

Schedule of Day work Rates: 3. Constructional Plant

Item no. Description Nominal Quantity (hours)

Basic hourly rate

in ETB

Amount

in ETB

D301 Tracked Excavator:

.1 Up to and including 1 m3 50

.2 Over 1 m3 to 2 m3 40

.3 Over 2 m3 10

D302 Tractor, including bulldozer:

.1 Up to and including 100 kW 50

.2 Over 100 kW to 150 kW 40

.3 Over 150 kW to 200 kW 20

D303 Dump Truck:

.1 7 to 10 m3 capacity 40

.2 10 to 15 m3 capacity 20

D304 —etc.—

Total for Day work: Constructional Plant

(Carried forward to Day work Summary, p. )

169

Page 178: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 63 of 65 File Ref: Wks-SBD-NCB-UsrGd

Sample Bill of Quantities

Day work Summary

Amount

in ETB

1. Total for Day work: Labour

2. Total for Day work: Materials

3. Total for Day work: Constructional Plant

Total for Day work (provisional sum)

(Carried forward to Bid Summary)

170

Page 179: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 64 of 65 File Ref: Wks-SBD-NCB-UsrGd

Sample Bill of Quantities

Summary of Specified Provisional Sums

Bill No. Item No.

Description Amount in ETB

1

2 2.8 Provide payment and compensation for crops and damages resulting from construction activities.

250,000

3

4 4.32 Supply and install equipment in pumping station. 2,500,000

etc.

Total for Specified Provisional Sums

(Carried forward to Grand Summary (B))

2,750,000

171

Page 180: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

User Guide for the Standard Bidding Document for Works (National Bidding)

Standard Bidding Document for the Procurement of Works issued by the PPA (Version 1, January 2006)

Document: User Guide Page 65 of 65 File Ref: Wks-SBD-NCB-UsrGd

Sample Bill of Quantities

Grand Summary

Contract Name:

Contract No.:

General Summary Amount

in ETB

Bill No. 1: Preliminary Items

Bill No. 2: Earthworks

Bill No. 3: Drainage Structures

—etc.—

Day works

Subtotal of Bills No 1 to [number] and Day works (A)

Specified Provisional Sums included in subtotal of bills (B) 2,750,000

Total of Bills less Specified Provisional Sums (A – B) (C)

Add Provisional Sum1 for Contingency Allowance (D) [sum]2

Bid Price (A + D) (E)

Carried forward to Bid Submission Sheet 1 All provisional sums are to be expended in whole or in part at the direction and discretion of the Engineer in accordance with Clause 53 of the Conditions of Contract. 2 To be entered by the Employer.

172

Page 181: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Annex-4 Cost estimation system by excel

173Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 182: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Part No Length, L (m) Width, W (m)Quantity

Area, A (m2)

Depth (D) or Height (H) in

m

Quantity Volume, V

(m3)

Remark

Checked by ___________________________ ____________________Aproved by ___________________________ ____________________

Bill No Activities/sketchMeasurement

Name SignaturePrepared by ___________________________ ____________________

Takeoff sheet**** Small Scale Irrigation Project Place- Page _____Designed by - CAD by Date ________

174Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 183: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

1. The material cost (nessesary to consider transportation fee)

A B C

1 Sand m³ #DIV/0!

2 Gravel m³ #DIV/0!

3 Stone m³ #DIV/0!

pcs

m2 0.00 0.00 0.00 0.00

5 Cement qt #DIV/0!

pcs(D12)

pcs(D20)

kg 0.00 0.00 0.00 0.00

7 Eucalyptus poles pcs #DIV/0!

pac

kg 0.00 0.00 0.00 0.00

pac

kg 0.00 0.00 0.00 0.00

10 Soft Wire kg #DIV/0!

pcs

kg 0.00 0.00 0.00 0.00

rol.

m2 0.00 0.00 0.00 0.00

pcs

m2 0.00 0.00 0.00 0.00

14 Plywood m2 #DIV/0!

15 Chipwood m2 #DIV/0!

#DIV/0!

16 Morale m #DIV/0! 1 pcs = 4m x 5m =20m2

17 Geomembrane m2 #DIV/0!

18 Geonet m2 #DIV/0!

19 Nilon rope m #DIV/0!

20 Electrode pcs #DIV/0!

21 Pipe (PVC) m #DIV/0!

22 Red Ash m3 #DIV/0!

1-2. The material cost (unnessesary to consider transportation cost. Transportation cost will be include the cost of Moblization and Demblization or Service vehicle fee)

S/N Material Unit cost (Birr) Remark1 Pickaxe Pcs

2 Spade Pcs

3 Wheel Barrow/Barella Pcs

4 Sandbags Pcs

5 Chisel Pcs

6 Hinges No

7 Lock No

8 Paint Lt

Price (Birr)

MaterialS/N Unit Market Price at *** RemarkAdoption for BOQ(average)

L= 7m, φ100

4 Timber1 pcs = 0.3 x 4.0 = 1.2m2 (Thickness0.02m)

6 Reinforcement bar

1pcs=12m (12m * 0.89kg/m = 10.68kg)

1pcs=12m (12m * 2.47kg/m = 29.64kg)

9 Nail1pac = 5kg

8 Roof Nail1pac = 5kg

13 CIS 32

11

1 pcs = L 2m × W 0 .9 m = 1.8m2(Thickness1mm)

Gabion (2*1*0.5)1 Gabion(2*1*0.5)=20kg

12 Plastic sheetThin, 1 rol = L 50 m × W 2 m = 100m2

175Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 184: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

2. M

ater

ial C

ost i

nclu

de T

rans

port

atio

n C

ost E

stim

atio

n fo

r Sh

aya

SSIP

(ETB

/km

/qt

)(E

TB/k

m/

m³)

(ETB

/qt)

(ETB

/m³)

1S

and

0.00

#DIV

/0!

#DIV

/0!

ETB

/m³

Dis

tanc

eE

TB

/km

/m³

2G

rave

l0.

00#D

IV/0

!#D

IV/0

!ET

B/m

³0

to 1

02.

883

Sto

ne0.

00#D

IV/0

!#D

IV/0

!ET

B/m

³10

.1 t

o 20

2.40

4T

imbe

r0.

000.

000.

00ET

B/m

220

.1 t

o 50

2.28

5C

emen

t0.

00#D

IV/0

!#D

IV/0

!ET

B/q

t50

.1 t

o 10

02.

166

Rei

nfor

cing

bar

0.00

0.00

0.00

ETB

/kg

100.

1 to

200

2.04

7E

ucal

yptu

s po

les

0.00

#DIV

/0!

#DIV

/0!

ETB

/pcs

L 7m

, φ10

0 =

7*0.

05*0

.05*

3.14

=

0.05

5m3

200.

1 to

300

1.74

8R

oof n

ail

0.00

0.00

0.00

ETB

/kg

Mo

re th

an

30

0.1

1.50

9N

ail

0.00

0.00

0.00

ETB

/kg

10S

oft

Wire

0.00

#DIV

/0!

#DIV

/0!

ETB

/kg

11G

abio

n0.

000.

000.

00ET

B/k

gD

ista

nce

ET

B/k

m/q

t12

Pla

stic

she

et0.

000.

000.

00ET

B/m

21

roll=

10kg

/100

m2

All

0.3

13C

IS0.

00ET

B/m

2ch

eck

wei

ght

14P

lyw

ood

#DIV

/0!

ETB

/m2

chec

k vo

lum

e

15C

hipw

ood

#DIV

/0!

ETB

/m2

chec

k vo

lum

e

16M

oral

e#D

IV/0

!ET

B/m

2ch

eck

volu

me

17G

eom

embr

ane

#DIV

/0!

ETB

/m2

chec

k vo

lum

e

18G

eone

t#D

IV/0

!ET

B/m

2ch

eck

volu

me

19N

ilon

rope

#DIV

/0!

ETB

/mch

eck

volu

me

20E

lect

rode

#DIV

/0!

ETB

/pcs

chec

k vo

lum

e

21P

ipe

(GI,P

VC

,UP

VC

,S

teel

,Con

cret

e)

#DIV

/0!

ETB

/mch

eck

mar

ket

pric

e

22R

ed a

sh0.

00#D

IV/0

!#D

IV/0

!ET

B/m

³

Two

way

Tr

ansp

ort

Dis

tanc

e

(k

m)

Purc

hase

Pla

ceM

ater

ial

S/N

Dum

p tr

uck

haul

age

Uni

t Ren

tal R

ate

Tota

l Tra

ns. C

ost

Rem

arks

Mat

eria

l co

st a

t co

nstr

uct

ion

site

Mat

eria

l co

st a

t su

pply

si

te

Uni

t

176Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 185: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

3. Labor Rates Estimation for Shaya SSIP

S/N Job TitlePer day Per month

1 Daily Laborer 40.00 5.00

2 Machine operator 120.00 15.00

3 Mason 120.00 15.00

4 Plasterer 120.00 15.00

5 Bar bender 120.00 15.00

6 Carpenter 120.00 15.00

7 Chiseler 120.00 15.00

8 Welder 120.00 15.00

9 Plumber 120.00 15.00

10 Skilled Laborer 120.00 15.00

11 Forman 4,000.00 20.00

12 Surveyor 4,000.00 20.00

13 Cnstrn. Engineer 5,000.00 25.00

14 Project manager 7,000.00 35.00

Salary ( Birr ) Wage (Birr/hour)

177Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 186: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Average (2008/9)

Type of Equipment Specification Capacity Rental Rate

(Birr/Hr)

Capacity Rental Rate (Birr/Hr)

Capacity Rental Rate

(Birr/Hr)

Rental Rate (Birr/Hr)

1 Bull Dozer 140-200FWHP D8 1293.00 1326.00 D8R 1,375.00 1,331.332 Bull Dozer 200-300FWHP D7 1047.00 D8N 1,403.00 1,225.003 Bull Dozer W/ripper 200-300FWHP D9N 1,370.00 1,370.004 Motor Grader 140-200FWHP 140H 793.00 810.00 <140hp 782.00 795.005 Grader >140hp 802.00 802.006 Wheel Loader 2 - 2.5 m³ 195G(3.5) 643.00 457.00 2-3 m³ 419.00 506.337 Loader >3m³ 440.00 440.008 Excavator 1-1.5m³ 690.00 690.009 Excavator 1.5-1.8 700.00 700.0010 Traxcavator 2 - 2.5 m³ 330L(1.5) 794.00 890.00 >1.8 987.00 890.3311 Compactor Roller 8 -10 ton 12ton 432.00 15.00 10-14 ton 396.00 281.0012 Compactor Roller >=15 ton 410.00 410.00

13 Dump Truck 7m³ 16m³ 408.00 10.50d/t rates per distance 209.25

14 Dump Truck 10m³ 14m³ 385.00 385.0015 Dump Truck 12m³ 12m³ 162.00 162.0016 Dump Truck 14m³ 10m³ 293.00 293.0017 Dump Truck 16m³ #DIV/0!18 Water Truck 12000-14000lit 14000lit 983.00 150.00 13000 lit 210.00 447.6719 Water Tanker 3000lit 13000lit 843.00 843.0020 Tractor Scraper 15-20 m³ #DIV/0!21 Crusher Plant 75tph 1-1.2 m³ 380.00 380.0022 Concrete Mixer 250lit 1.2-1.5 385.00 385.0023 Concrete Mixer 500lit 5m³ 265.00 1.5-2m³ 403.00 334.0024 Concrete Mixer 1000lit 2-2.5m³ 408.00 408.0025 Transit Mixer 1000m³ 1.6m³ 330.00 2.5-3m³ 431.00 380.5026 Transit Mixer 3-5m³ 460.00 460.0027 Transit Mixer 5 to6m³ 489.00 489.0028 Transit Mixer 6 to 7 m³ 517.00 517.0029 Transit Mixer >7m³ 546.00 546.0030 Concrete Vibrator 4hp 5.50 5.5031 Compressor 7m³/min #DIV/0!32 Wagon Drill Crawler 4500kg #DIV/0!33 Jack Hammer 25kg 100.00 100.0034 Water Pump 230lit #DIV/0!35 Hand Tamper - #DIV/0!36 Steel Cutter - 1.50 1.5037 Pipe Mould - #DIV/0!38 Hand compactor 5.50 5.5039 Hand Tools - 5.26 5.26

40 Service Car /Pickup or station Wagon/ 100.00 100.00

41 Welding Machine 70.00 70.0042 Simple Tools 6.75 6.7543 Bar cutter 1.25 1.25

OWWCE (2008/9)

4. Equipment rental rates adopted for unit rate analysis

S/N Sofamar (2008/9)

OWWSDE (2008/9)

178Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 187: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

PRO

FIT

& O

VE

R H

EA

D C

OST

30%

Wor

k ite

m-1

:R

ed a

sh s

urfa

cing

TOTA

L Q

UA

NTI

TY O

F W

OR

K IT

EM

1m

2IF

MA

NU

AL

19.0

0M

2 /hr

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

CTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

Red

Ash

m3

0.31

25#

DIV

/0!

#D

IV/0

!D

L4

15.

00

20

.00

Serv

ice

vehi

cle

115

%10

0.00

15.0

0Fo

rman

11

20.0

0

20

.00

Gra

der

13%

802.

0024

.06

Mas

on1

115

.00

15.0

0Su

rvey

or1

0.2

20.0

0

4.

00C

on. E

ngin

eer

10.

1535

.00

5.25

#D

IV/0

!64

.25

39.0

6

If

man

ual

#D

IV/0

!

#

DIV

/0!

#D

IV/0

!E

TB/m

2

Wor

k ite

m-2

:Sc

reed

ing

wor

kTO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

m2

IF M

AN

UA

L2.

00M

2 /hr

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

CTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

Cem

ent

qts

0.07

#D

IV/0

!#

DIV

/0!

DL

41

5.00

20.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Sand

m3

0.03

#D

IV/0

!#

DIV

/0!

Form

an1

120

.00

20.0

0Si

mpl

e To

ols

110

0%6.

756.

75M

ason

11

15.0

0

15

.00

Chi

sele

r1

115

.00

15.0

0

#D

IV/0

!70

.00

21.7

5

If

man

ual

#D

IV/0

!

#

DIV

/0!

#D

IV/0

!E

TB/m

2

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

5. D

ET

AIL

S O

F U

NIT

RA

TE

BR

EA

K D

OW

N A

ND

AN

ALY

SIS

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

179Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 188: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Wor

k ite

m-3

:C

IS R

oofin

g w

ork

of d

/t g

auge

s TO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

m2

IF M

AN

UA

L3.

00M

2 /hr

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

CTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

CIS

m2

0.75

0.00

0.00

DL

41

5.00

20.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Euc

alyp

tus p

oles

m3

0.67

#D

IV/0

!#

DIV

/0!

Form

an1

0.75

20.0

0

15

.00

Sim

ple

Tool

s1

100%

6.75

6.75

Nai

lkg

0.3

0.00

0.00

Car

pent

er1

115

.00

15.0

0

#D

IV/0

!50

.00

21.7

5

If

man

ual

#D

IV/0

!

#

DIV

/0!

#D

IV/0

!E

TB/m

2

Wor

k ite

m-4

:C

IS W

allin

g w

ork

TOTA

L Q

UA

NTI

TY O

F W

OR

K IT

EM

1m

2IF

MA

NU

AL

4.00

M2 /h

r

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

CTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

CIS

m2

0.75

0.00

0.00

DL

41

5.00

20.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Euc

alyp

tus p

oles

m3

0.42

#D

IV/0

!#

DIV

/0!

Form

an1

0.25

20.0

0

5.

00Si

mpl

e To

ols

110

0%6.

756.

75N

ail

kg0.

30.

000.

00C

arpe

nter

11

15.0

0

15

.00

Mor

ale

m3

#D

IV/0

!#

DIV

/0!

#D

IV/0

!40

.00

21.7

5

If

man

ual

#D

IV/0

!

#

DIV

/0!

#D

IV/0

!E

TB/m

2

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

180Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 189: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Wor

k ite

m-5

:C

IS W

indo

w w

ork

TOTA

L Q

UA

NTI

TY O

F W

OR

K IT

EM

1m

2IF

MA

NU

AL

4.00

M2 /h

r

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

CTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

CIS

m2

0.75

0.00

0.00

DL

21

5.00

10.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Euc

alyp

tus p

oles

m3

0.50

#D

IV/0

!#

DIV

/0!

Form

an1

0.25

20.0

0

5.

00Si

mpl

e To

ols

110

0%6.

756.

75N

ail

kg0.

30.

000.

00C

arpe

nter

11

15.0

0

15

.00

Mor

ale

m2

0.00

0.00

Hin

ges

No

20.

000.

00Lo

ckN

o1

0.00

0.00

#D

IV/0

!30

.00

21.7

5

If

man

ual

#D

IV/0

!

#

DIV

/0!

#D

IV/0

!E

TB/m

2

Wor

k ite

m-6

:C

IS D

oor

wor

kTO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

m2

IF M

AN

UA

L4.

00M

2 /hr

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

CTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

CIS

m2

10.

000.

00D

L2

15.

00

10

.00

Serv

ice

vehi

cle

115

%10

0.00

15.0

0E

ucal

yptu

s pol

esm

30.

50#

DIV

/0!

#D

IV/0

!Fo

rman

10.

2520

.00

5.00

Sim

ple

Tool

s1

100%

6.75

6.75

Nai

lkg

0.3

0.00

0.00

Car

pent

er1

115

.00

15.0

0M

oral

em

60.

000.

00H

inge

sN

o4

0.00

0.00

Lock

No

10.

000.

00#

DIV

/0!

30.0

021

.75

If

man

ual

#D

IV/0

!

#

DIV

/0!

#D

IV/0

!E

TB/m

2

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

181Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 190: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Wor

k ite

m-7

:C

eilin

g w

ork

TOTA

L Q

UA

NTI

TY O

F W

OR

K IT

EM

1m

2IF

MA

NU

AL

2.00

M2 /h

r

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

CTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

Plyw

ood

m2

10.

000.

00D

L6

15.

00

30

.00

Serv

ice

vehi

cle

115

%10

0.00

15.0

0Pa

int

Lt0.

100.

000.

00Fo

rman

10.

2520

.00

5.00

Sim

ple

Tool

s1

100%

6.75

6.75

Nai

lkg

0.3

0.00

0.00

Car

pent

er2

115

.00

30.0

0M

oral

em

40.

000.

00

0.00

65.0

021

.75

If

man

ual

43.3

8

13

.012

556

.39

ETB

/m2

Wor

k ite

m-8

:Pl

ywoo

d w

all

TOTA

L Q

UA

NTI

TY O

F W

OR

K IT

EM

1m

2IF

MA

NU

AL

2.50

M2 /h

r

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

CTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

Plyw

ood

m2

10.

000.

00D

L4

15.

00

20

.00

Serv

ice

vehi

cle

115

%10

0.00

15.0

0N

ail

kg0.

20.

000.

00Fo

rman

10.

2520

.00

5.00

Sim

ple

Tool

s1

100%

6.75

6.75

Mor

ale

m4

0.00

0.00

Car

pent

er1

115

.00

15.0

0

0.00

40.0

021

.75

If

man

ual

24.7

0

7.

4132

.11

ETB

/m2

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

182Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 191: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Wor

k ite

m-9

:C

hipw

ood

wal

lTO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

m2

IF M

AN

UA

L2.

50M

2 /hr

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

CTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

Chi

pwoo

dm

21

0.00

0.00

DL

41

5.00

20.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Nai

lkg

0.2

0.00

0.00

Form

an1

0.25

20.0

0

5.

00Si

mpl

e To

ols

110

0%6.

756.

75M

oral

em

40.

000.

00C

arpe

nter

11

15.0

0

15

.00

0.00

40.0

021

.75

If

man

ual

24.7

0

7.

4132

.11

ETB

/m2

Wor

k ite

m-1

0:Pi

le u

p an

d re

mov

al s

andb

ags

(14

bags

/m3)

TOTA

L Q

UA

NTI

TY O

F W

OR

K IT

EM

1m

3IF

MA

NU

AL

1.25

M3 /h

r

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Pick

axe

Pcs

160

0.00

DL

161

5.00

80.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Spad

ePc

s16

00.

00Su

rvey

or1

0.25

20.0

0

5.

00W

heel

Bar

row

/Bar

ella

Pcs

160

0.00

Form

an1

0.25

20.0

0

5.

00Sa

ndba

gsPc

s14

00.

00C

on. E

ngin

eer

10.

1525

.00

3.75

Site

Man

ager

10.

0535

.00

1.75

0.00

95.5

015

.00

If

man

ual

88.4

0

26

.52

11

4.92

E

TB/m

3

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

183Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 192: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Wor

k ite

m-1

1 :

Rea

rran

ge s

andb

ags

(With

in 1

0m)

TOTA

L Q

UA

NTI

TY O

F W

OR

K IT

EM

1m

3IF

MA

NU

AL

1.25

M3 /h

r

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

DL

11.1

15.

00

55

.50

Serv

ice

vehi

cle

115

%10

0.00

15.0

0Su

rvey

or1

0.25

20.0

0

5.

00Fo

rman

10.

2520

.00

5.00

Con

. Eng

inee

r1

0.15

25.0

0

3.

75Si

te M

anag

er1

0.05

35.0

0

1.

750.

0071

.00

15.0

0

If

man

ual

68.8

0

20

.64

89

.44

ETB

/m3

Wor

k ite

m-1

2 :

Site

cle

aran

ce a

nd re

mov

al o

f top

soi

l to

a m

ax. d

epth

of 2

0 cm

/m

²TO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

IF M

AN

UA

L5.

00M

2 /hr

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Pick

axe

Pcs

40

0.00

DL

41

5.00

20.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Spad

ePc

s4

00.

00Su

rvey

or1

0.25

20.0

0

5.

00W

heel

Bar

row

/Bar

ella

Pcs

40

0.00

Form

an1

0.25

20.0

0

5.

00C

on. E

ngin

eer

10.

1525

.00

3.75

Site

Man

ager

10.

0535

.00

1.75

0.00

35.5

015

.00

If

man

ual

10.1

0

3.

03

13

.13

ETB

/m2

Sub

Tota

l (c)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

184Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 193: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Wor

k ite

m-1

3 :

TO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M

1

IF M

AN

UA

L0.

63M

3 /hr

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

F/M

DW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Pick

axe

Pcs

40

0.00

DL

41

5.00

20.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Spad

ePc

s4

00.

00Su

rvey

or1

0.25

20.0

0

5.

00W

heel

Bar

row

/Bar

ella

Pcs

40

0.00

Form

an1

0.25

20.0

0

5.

00C

on. E

ngin

eer

10.

1525

.00

3.75

Site

Man

ager

10.

0535

.00

1.75

0.00

35.5

015

.00

If m

anua

l80

.80

24

.24

105.

04

ETB

/m3

WO

RK

IT

EM

-14:

E

xcav

atio

n of

sof

t roc

kTO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M

1

IF M

AN

UA

L0.

34M

3 /hr

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Pick

axe

Pcs

20

0.00

DL

21

5.00

10.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Spad

ePc

s2

00.

00Su

rvey

or1

0.25

20.0

0

5.

00Ja

ck H

umm

er1

100%

100.

0010

0.00

Whe

el B

arro

w/B

arel

laPc

s2

00.

00Fo

rman

10.

2520

.00

5.00

Chi

sel

Pcs

20

0.00

Con

. Eng

inee

r1

0.15

25.0

0

3.

75Si

te M

anag

er1

0.05

35.0

0

1.

750.

0025

.50

115.

00

41

6.30

12

4.89

541.

19

ETB

/m3

Exc

avat

ion

of c

omm

on s

oil e

xcep

t roc

k (o

rdin

ary

soil)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

185Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 194: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

WO

RK

IT

EM

-15

:Fi

ll w

ith s

elec

ted

mat

eria

l fro

m e

xcav

atio

n, in

clud

ing

com

pact

ion

/ons

pot/

TO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

IF M

AN

UA

L2.

50M

3 /hr

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Pick

axe

Pcs

100

0.00

DL

101

5.00

50.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Spad

ePc

s10

00.

00Su

rvey

or1

0.25

20.0

0

5.

00H

and

com

pact

or1

100%

5.50

5.50

Whe

el B

arro

w/B

arel

laPc

s10

00.

00Fo

rman

10.

2520

.00

5.00

0.00

Con

. Eng

inee

r1

0.15

25.0

0

3.

750.

00Si

te M

anag

er1

0.05

35.0

0

1.

750.

0065

.50

20.5

0

If m

anua

l34

.40

10

.32

44

.72

ETB

/m3

WO

RK

IT

EM

-16:

E

xcav

atio

n of

har

d ro

ckTO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M

1

IF M

AN

UA

L0.

23M

3 /hr

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Pick

axe

Pcs

20

0.00

DL

21

5.00

10.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Spad

ePc

s2

00.

00Su

rvey

or1

0.25

20.0

0

5.

00Ja

ck H

umm

er1

100%

100.

0010

0.00

Whe

el B

arro

w/B

arel

laPc

s2

00.

00Fo

rman

10.

2520

.00

5.00

Chi

sel

Pcs

20

0.00

Con

. Eng

inee

r1

0.15

25.0

0

3.

75Si

te M

anag

er1

0.05

35.0

0

1.

750.

0025

.50

115.

00

62

4.44

18

7.33

811.

78

ETB

/m3

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

186Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 195: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Wor

k ite

m-1

7:

TOTA

L Q

UA

NTI

TY O

F W

OR

K IT

EM

1m

³IF

MA

NU

AL

0.75

M3 /h

r

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

F/M

DW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Spad

ePc

s4

00.

00D

L4

15.

00

20

.00

Serv

ice

vehi

cle

115

%10

0.00

15.0

0W

heel

Bar

row

/Bar

ella

Pcs

40

0.00

Surv

eyor

10.

2520

.00

5.00

Form

an1

0.25

20.0

0

5.

00C

on. E

ngin

eer

10.

1525

.00

3.75

Site

Man

ager

10.

0535

.00

1.75

0.00

35.5

015

.00

If m

anua

l67

.33

20

.20

87.5

3

E

TB/m

3

WO

RK

IT

EM

-18:

Ston

e m

ason

ry w

ork

with

mor

tar m

ix 1

:4TO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

IF M

AN

UA

L0.

38M

3 /hr

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Ston

eM

31.

5#

DIV

/0!

#D

IV/0

!M

ason

21

15.0

0

30

.00

Sim

ple

Tool

s1

100%

6.75

6.75

Sand

M3

0.43

#D

IV/0

!#

DIV

/0!

Labo

rer

61

5.00

30.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Cem

ent

qts

1.5

#D

IV/0

!#

DIV

/0!

Form

an1

0.5

20.0

0

10

.00

Mix

er1

100%

385.

0038

5.00

Con

.Eng

.1

0.15

25.0

0

3.

75Si

te M

anag

er1

0.05

35.0

0

1.

750.

00#

DIV

/0!

75.5

040

6.75

Dire

ct C

ost p

er h

r =

#D

IV/0

!Pr

ofit

& O

ver H

ead

=

#D

IV/0

!To

tal C

ost p

er m

³ of M

ason

ry#

DIV

/0!

ETB

/m3

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Car

t aw

ay (W

ithin

500

m)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

187Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 196: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

HO

UR

LY O

UT

PUT

5.00

WO

RK

IT

EM

-19:

Supp

ly, c

ut, b

end

and

fix in

pos

ition

hig

h yi

eld

stee

l rei

nfor

cem

ent b

ars

of d

iffer

ent d

iaE

QU

IPM

EN

T O

UT

PUT

(B

ar C

utte

r)kg

/hr

TOTA

L Q

UA

NTI

TY O

F W

OR

K IT

EM

1kg

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Rei

nfor

cem

ent b

arBa

r ben

der

11

15.0

0

15

.00

Bar c

utte

r1

100%

1.25

1.25

Diff

. Dia

met

erkg

1.1

-

0.00

Form

an1

120

.00

20.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Soft

wire

kg0.

05#

DIV

/0!

#D

IV/0

!D

aily

Lab

orer

41

5.00

20.0

00.

000.

00#

DIV

/0!

55.0

016

.25

Dire

ct C

ost p

er h

r =

#D

IV/0

!Pr

ofit

& O

ver H

ead

=

#D

IV/0

!To

tal C

ost p

er k

g of

Re-

bar

#D

IV/0

!E

TB/k

g

HO

UR

LY O

UT

PUT

3.00

m²/

hrW

OR

K I

TE

M-2

0:W

oode

n Fo

rm w

ork

(1 p

cs =

0.0

2 x

0.3

x 4.

0,cu

tting

and

fixi

ng)

(M

an P

ower

)TO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M

1m²

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Tim

ber

m2

1.1

0.00

0.00

Car

pent

er2

115

.00

30.0

0Si

mpl

e To

ols

110

0%6.

756.

75N

ails

kg0.

150.

000.

00D

/L2

15.

00

10

.00

Serv

ice

vehi

cle

115

%10

0.00

15.0

0E

uc.p

oles

No

1#

DIV

/0!

#D

IV/0

!Fo

rman

10.

2520

.00

5.00

0.00

Con

.Eng

.1

0.15

25.0

0

3.

750.

00#

DIV

/0!

48.7

521

.75

Dire

ct C

ost p

er h

r =

#D

IV/0

!Pr

ofit

& O

ver H

ead

=

#D

IV/0

!

Tota

l Cos

t per

m2o

f for

m#

DIV

/0!

ETB

/m2

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

188Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 197: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

WO

RK

IT

EM

-21:

Plas

terin

g W

orks

HO

UR

LY O

UT

PUT

4.38

m2 /h

rTO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

m2

(Man

Pow

er)

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Cem

ent

qts

0.18

#D

IV/0

!#

DIV

/0!

Plas

tere

r1

115

.00

15.0

0Si

mpl

e To

ols

110

0%6.

756.

75Sa

ndm

30.

04#

DIV

/0!

#D

IV/0

!D

/L2

15.

00

10

.00

Serv

ice

vehi

cle

115

%10

0.00

15.0

0Fo

rman

10.

520

.00

10.0

0C

on.E

ng.

10.

1525

.00

3.75

Site

Man

ager

10.

0535

.00

1.75

#D

IV/0

!40

.50

21.7

5

Dire

ct C

ost p

er h

r =

#D

IV/0

!

Prof

it &

Ove

r Hea

d =

#

DIV

/0!

Tota

l Cos

t per

m2o

f pl

aste

ring

#D

IV/0

!E

TB/m

2

WO

RK

IT

EM

-22:

Poin

ting

Wor

ksH

OU

RLY

OU

T PU

T30

.00

m2 /h

rTO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

m2

(Man

Pow

er)

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Cem

ent

qts

0.02

8#

DIV

/0!

#D

IV/0

!M

ason

11

15.0

0

15

.00

Sim

ple

Tool

s1

100%

0.00

0.00

Sand

m3

0.03

#D

IV/0

!#

DIV

/0!

D/L

41

5.00

20.0

0Se

rvic

e ve

hicl

e1

15%

0.00

0.00

Form

an1

0.5

20.0

0

10

.00

Con

.Eng

.1

0.15

25.0

0

3.

75C

hise

ler

11

15.0

0

15

.00

#D

IV/0

!63

.75

0.00

Dire

ct C

ost p

er h

r =

#D

IV/0

!

Prof

it &

Ove

r Hea

d =

#

DIV

/0!

Tota

l Cos

t per

m2o

f pl

aste

ring

#D

IV/0

!E

TB/m

2

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

189Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 198: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

HO

UR

LY O

UT

PUT

5.63

M2 /h

rW

OR

K I

TE

M -2

3:

10 c

m th

ick

basa

ltic

or e

quiv

alen

t sto

ne h

ard

core

wel

l rol

led,

con

solid

ated

and

blin

ded

with

cru

shed

sto

neM

an P

ower

TOTA

L Q

UA

NTI

TY O

F W

OR

K IT

EM

1m

2

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Ston

em

30.

125

#D

IV/0

!#

DIV

/0!

Mas

on1

115

.00

15.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Chi

sel

Pcs

20.

000.

00La

bore

r4

15.

00

20

.00

0.00

Form

an1

0.15

20.0

0

3.

000.

00Su

rvey

or1

0.15

20.0

0

3.

000.

00C

on.E

ng.

10.

1525

.00

3.75

0.00

#D

IV/0

!44

.75

15.0

0

Dire

ct C

ost p

er h

r =

#D

IV/0

!Pr

ofit

& O

ver H

ead

=

#D

IV/0

!To

tal C

ost p

er m

2 of

har

d co

ring

#D

IV/0

!E

TB/m

2

HO

UR

LY O

UT

PUT

2.00

peac

e or

m3/

hr

WO

RK

IT

EM

-24:

Pr

ovid

ing

and

plac

ing

Gab

ion

and

fillin

g w

ith s

tone

EQ

UIP

ME

NT

OU

T PU

T

(Man

Pow

er)

TOTA

L Q

UA

NTI

TY O

F W

OR

K IT

EM

1m

3

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Ston

em

31.

25#

DIV

/0!

#D

IV/0

!M

ason

11

15.0

0

15

.00

Serv

ice

vehi

cle

115

%10

0.00

15.0

0G

abio

n kg

20-

0.

00La

bore

r1

15.

00

5.

000.

00Fo

rman

11

20.0

0

20

.00

0.00

Surv

eyor

10.

220

.00

4.00

0.00

Con

.Eng

.1

0.15

25.0

0

3.

750.

00#

DIV

/0!

47.7

515

.00

Dire

ct C

ost p

er h

r =

#D

IV/0

!Pr

ofit

& O

ver H

ead

=

#D

IV/0

!To

tal C

ost p

er m

³ of

Gab

ion

#D

IV/0

!E

TB/p

eace

or m

3

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

190Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 199: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

HO

UR

LY O

UT

PUT

10.0

0m

2/hr

WO

RK

IT

EM

-25:

Pl

astic

she

et fo

r pre

vent

ion

of s

oil d

raw

-out

EQ

UIP

ME

NT

OU

T PU

T

(Man

Pow

er)

TOTA

L Q

UA

NTI

TY O

F W

OR

K IT

EM

1m

2

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Plas

tic sh

eet

m2

1-

0.

00La

bore

r1

15.

00

5.

00Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Form

an1

0.15

20.0

0

3.

000.

00Su

rvey

or1

0.15

20.0

0

3.

000.

00C

on.E

ng.

10.

1525

.00

3.75

0.00

0.00

0.00

14.7

515

.00

Dire

ct C

ost p

er h

r =

2.98

Prof

it &

Ove

r Hea

d =

0.

89

To

tal C

ost p

er m

³ of

Gab

ion

3.87

ETB

/m2

HO

UR

LY O

UT

PUT

10.0

0m

2 /hr

WO

RK

IT

EM

-26:

St

one

Rip

Rap

/Dry

Sto

ne P

itchi

ng (5

0cm

)E

QU

IPM

EN

T O

UT

PUT

(M

an P

ower

)TO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

m2

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Ston

em

30.

625

#D

IV/0

!#

DIV

/0!

Mas

on1

115

.00

15.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Labo

rer

21

5.00

10.0

00.

00Fo

rman

10.

2520

.00

5.00

0.00

Surv

eyor

10.

120

.00

2.00

0.00

Con

.Eng

.1

0.15

25.0

0

3.

750.

00#

DIV

/0!

35.7

515

.00

Dire

ct C

ost p

er h

r =

#D

IV/0

!Pr

ofit

& O

ver H

ead

=

#D

IV/0

!To

tal C

ost p

er m

³ of

Rip

rapg

#D

IV/0

!E

TB/m

2

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

191Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 200: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

HO

UR

LY O

UT

PUT

1.21

M3 /h

rW

OR

K I

TE

M -2

7:C

-15

Mas

s/Le

an c

oncr

ete

(1:2

:4)

EQ

UIP

ME

NT

OU

T PU

T

(250

lit M

ixer

)TO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Cem

ent

qts

3.5

#D

IV/0

!#

DIV

/0!

Form

an1

0.25

20.0

0

5.

00Si

mpl

e To

ols

110

0%6.

756.

75Sa

ndm

30.

5#

DIV

/0!

#D

IV/0

!M

ason

31

15.0

0

45

.00

Mix

er1

100%

385.

0038

5.00

Agg

rega

tem

31.

0#

DIV

/0!

#D

IV/0

!C

arpe

nter

11

15.0

0

15

.00

Vib

rato

r1

100%

5.50

5.50

D/L

221

5.00

110.

00Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

C

on.E

ng.

10.

1525

.00

3.75

Site

Man

ager

10.

0535

.00

1.75

#D

IV/0

!18

0.50

412.

25

Dire

ct C

ost p

er m

3 =

#

DIV

/0!

Prof

it &

Ove

r Hea

d =

#

DIV

/0!

Tota

l Cos

t per

m³ o

f co

ncre

te#

DIV

/0!

ETB

/m3

HO

UR

LY O

UT

PUT

1.21

M3 /h

rW

OR

K I

TE

M -2

8:C

-20

Rei

nfor

ced

conc

rete

(1:

2:3)

EQ

UIP

ME

NT

OU

T PU

T

(250

lit M

ixer

)TO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Cem

ent

qts

4.00

#D

IV/0

!#

DIV

/0!

Form

an1

120

.00

20.0

0Si

mpl

e To

ols

110

0%6.

756.

75Sa

ndm

30.

58#

DIV

/0!

#D

IV/0

!M

ason

31

15.0

0

45

.00

Mix

er1

100%

385.

0038

5.00

Agg

rega

tem

30.

86#

DIV

/0!

#D

IV/0

!C

arpe

nter

11

15.0

0

15

.00

Vib

rato

r1

100%

5.50

5.50

Bar B

ende

r1

115

.00

15.0

0Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

D/L

221

5.00

110.

00C

on.E

ng.

10.

1525

.00

3.75

Site

Man

ager

10.

0535

.00

1.75

#D

IV/0

!21

0.50

412.

25

Dire

ct C

ost p

er h

r =

#D

IV/0

!Pr

ofit

& O

ver H

ead

=

#D

IV/0

!To

tal C

ost p

er m

³ of

conc

rete

#D

IV/0

!E

TB/m

3

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

192Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 201: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

HO

UR

LY O

UT

PUT

1.21

M3 /h

rW

OR

K I

TE

M -2

9:C

-20

Plai

n co

ncre

te (

1:2:

3)E

QU

IPM

EN

T O

UT

PUT

(2

50lit

Mix

er)

TOTA

L Q

UA

NTI

TY O

F W

OR

K IT

EM

1m

³

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Cem

ent

qts

4.00

#D

IV/0

!#

DIV

/0!

Form

an1

120

.00

20.0

0Si

mpl

e To

ols

110

0%6.

756.

75Sa

ndm

30.

58#

DIV

/0!

#D

IV/0

!M

ason

31

15.0

0

45

.00

Mix

er1

100%

385.

0038

5.00

Agg

rega

tem

30.

86#

DIV

/0!

#D

IV/0

!C

arpe

nter

11

15.0

0

15

.00

Vib

rato

r1

100%

5.50

5.50

D/L

221

5.00

110.

00Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Con

.Eng

.1

0.15

25.0

0

3.

75Si

te M

anag

er1

0.05

35.0

0

1.

75

#D

IV/0

!19

5.50

412.

25

Dire

ct C

ost p

er h

r =

#D

IV/0

!Pr

ofit

& O

ver H

ead

=

#D

IV/0

!To

tal C

ost p

er m

³ of

conc

rete

#D

IV/0

!E

TB/m

3

HO

UR

LY O

UT

PUT

1.21

M3 /h

rW

OR

K I

TE

M -3

0:C

yclo

pean

con

cret

e (P

lum

con

cret

e i.e

Mas

s co

ncre

te w

ith 3

0% R

ock)

EQ

UIP

ME

NT

OU

T PU

T

(250

lit M

ixer

)TO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Cem

ent

qts

1.92

#D

IV/0

!#

DIV

/0!

Form

an1

0.25

20.0

0

5.

00Si

mpl

e To

ols

110

0%6.

756.

75Sa

ndm

30.

282

#D

IV/0

!#

DIV

/0!

Mas

on2

115

.00

30.0

0M

ixer

110

0%38

5.00

385.

00A

ggre

gate

m3

0.42

#D

IV/0

!#

DIV

/0!

Car

pent

er1

115

.00

15.0

0V

ibra

tor

110

0%5.

50

5.

50St

one

m3

0.75

#D

IV/0

!#

DIV

/0!

D/L

221

5.00

110.

00Se

rvic

e ve

hicl

e1

15%

100.

0015

.00

Con

.Eng

.1

0.15

25.0

0

3.

75Si

te M

anag

er1

0.05

35.0

0

1.

75

#D

IV/0

!16

5.50

412.

25

Dire

ct C

ost p

er h

r =

#D

IV/0

!Pr

ofit

& O

ver H

ead

=

#D

IV/0

!To

tal C

ost p

er m

³ of

conc

rete

#D

IV/0

!E

TB/m

3

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

193Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 202: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

HO

UR

LY O

UT

PUT

30.0

0M

2/hr

WO

RK

IT

EM

-31:

Geo

mem

bran

e an

d ge

onet

lini

ngE

QU

IPM

EN

T O

UT

PUT

(M

an P

ower

)TO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

m2

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Geo

mem

bran

em

21.

10.

000.

00Fo

rman

11

20.0

0

20

.00

Sim

ple

Tool

s1

100%

6.75

6.75

Geo

net

m2

1.1

0.00

0.00

Wel

der

11

15.0

0

15

.00

Wel

ding

Mac

hine

110

0%70

.00

70.0

0N

ilon

rope

m5

0.00

0.00

Surv

eyor

10.

120

.00

2.00

Serv

ice

vehi

cle

115

%10

0.00

15.0

0gr

avel

m3

0.2

#D

IV/0

!#

DIV

/0!

D/L

551

5.00

275.

00E

lect

rode

pcs

10.

000.

00C

on.E

ng.

10.

1525

.00

3.75

Site

Man

ager

10.

0535

.00

1.75

#D

IV/0

!31

7.50

91.7

5

Dire

ct C

ost p

er h

r =

#D

IV/0

!Pr

ofit

& O

ver H

ead

=

#D

IV/0

!To

tal C

ost p

er m

³ of

conc

rete

#D

IV/0

!E

TB/m

2

HO

UR

LY O

UT

PUT

m/h

rW

OR

K I

TE

M-3

2:

Pipe

(GI,

PVC

,UPV

C,s

teel

,Con

cret

e) s

uppl

y, fi

tting

s an

d La

ying

/Ins

talla

tion

DN

***/

mE

QU

IPM

EN

T O

UT

PUT

(M

an P

ower

)TO

TAL

QU

AN

TITY

OF

WO

RK

ITE

M 1

m

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

Pipe

m1

-

0.00

Plum

ber

11

15.0

0

15

.00

Serv

ice

vehi

cle

115

%10

0.00

15.0

0La

bore

r30

15.

00

15

0.00

Sim

ple

Tool

s1

100%

6.75

6.75

Form

an1

120

.00

20.0

00.

00Su

rvey

or1

0.5

20.0

0

10

.00

0.00

Con

.Eng

.1

0.15

25.0

0

3.

750.

000.

0019

8.75

21.7

5

Dire

ct C

ost p

er h

r =

#D

IV/0

!Pr

ofit

& O

ver H

ead

=

#D

IV/0

!To

tal C

ost p

er m

³ of

Rip

rapg

#D

IV/0

!E

TB/m

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

194Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 203: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

HO

UR

LY O

UT

PUT

m2 /h

rW

OR

K I

TE

M-3

3:

Fill

and

com

pact

ion

laye

r by

laye

r for

ear

then

dam

EQ

UIP

ME

NT

OU

T PU

T

(***

**)

TOTA

L Q

UA

NTI

TY O

F W

OR

K IT

EM

1m

2

Type

of M

ater

ial

Uni

t Q

ty

U.P

rice*

T.C

ost

Trad

eN

oU

FW

age

Hou

rly

Cos

tTy

pe o

f Equ

t N

oU

F R

enta

l H

ourly

C

ost

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

Dire

ct C

ost p

er h

r =

#D

IV/0

!Pr

ofit

& O

ver H

ead

=

#D

IV/0

!To

tal C

ost p

er m

³ of

Rip

rapg

#D

IV/0

!E

TB/m

2

MA

TE

RIA

L C

OST

(a)

LAB

OU

R C

OST

(b)

EQ

UIP

ME

NT

CO

ST (c

)

Sub

Tota

l (a)

Sub

Tota

l (b)

Sub

Tota

l (c)

195Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 204: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

1Red

ashSurfacing

Red

ashSurfacing

m2

#DIV/0!

2Screed

ingwork

Screed

ingwork

m2

#DIV/0!

3CISRoofingwork

ofd/tgauges

CISRoofingwork

ofd/tgauges

m2

#DIV/0!

4CISWallingwork

CISWallingwork

m2

#DIV/0!

5CISWindow

work

CISWindow

work

m2

#DIV/0!

6CISDoorwork

CISDoorwork

m2

#DIV/0!

7Ceilingwork

Ceilingwork

m2

56.39

8PlywoodWall

PlywoodWall

m2

32.11

9ChipwoodWall

ChipwoodWall

m2

32.11

10

Pile

upandremovalsandbags(14bags/m3)

Pile

upandremovalsandbags(14bags/m3)

m3

114.92

11

Rearrange

sandbags(W

ithin10m)

Rearrange

sandbags(W

ithin10m)

m3

89.44

12

Cofferdam

Fillwithselected

materialfrom

excavation,includingcompaction/onspot/

m3

44.72

13

Site

Clearing

Site

clearance

andremovaloftopsoilto

amax.dep

thof20cm

/m²

m2

13.13

14

River

clearing

Excavationincommonsoilexceptrock

anddisposalforhauldistance

within500m

m3

105.04

15

Excavationofnorm

alsoil

Excavationofcommonsoilexceptrock

(ordinarysoil)

m3

105.04

16

Excavationofsoftrock

Excavationofsoftrock

m3

541.

19

17

Excavationofhardrock

Excavationofhardrock

m3

811.78

18

Dismantling/removingexistingmasonry

andconcrete

Excavationofhardrock

m3

811.78

19

Backfill,compactionandshaping

Fillwithselected

materialfrom

excavation,includingcompaction/onspot/

m3

44.72

20

Cartaw

ay(W

ithin500m)

Cartaw

ay(W

ithin500m)

m3

87.53

6. S

umm

ary

of R

ated

Wor

k Ite

ms

Rat

e(E

TB)

S/N

Nam

e of

uni

t rat

eU

nit

Nam

e of

Act

ivity

on

BO

Q

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

196

Page 205: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Rat

e(E

TB)

S/N

Nam

e of

uni

t rat

eU

nit

Nam

e of

Act

ivity

on

BO

Q

21

Hardcoring(10cm

)10cm

thickbasalticoreq

uivalen

tstonehardcore

wellrolled,consolidated

andblinded

withcrushed

stone

m2

#DIV/0!

22

Masonry

(1:4mortar)

Stonemasonry

work

withmortar

mix1:4

m3

#DIV/0!

23

Plastering(1:3mortar)t=3cm

PlasteringWorks

m2

#DIV/0!

24

Pointing

Pointingworks

m2

#DIV/0!

25

Wooden

Form

work

(1pcs

=0.02x0.3x4.0,cuttingandfixing)

Wooden

Form

work

(1pcs

=0.02x0.3x4.0,cuttingandfixing)

m2

#DIV/0!

26

Reinforcingbar

Supply,cut,ben

dandfixinpositionhighyieldsteelreinforcem

entbarsofdifferentdia

kg#D

IV/0!

27

Concrete(1:2:4)C15(Leanconcretet=20cm

)C15Mass/Lean

concrete(1:2:4)

m3

#DIV/0!

28

Concrete(1:2:4)C15(Leanconcretet=10cm

)C15Mass/Lean

concrete(1:2:4)

m3

#DIV/0!

29

Concrete(1:2:4)C15t=13cm

(Canallining)

C15Mass/Lean

concrete(1:2:4)

m3

#DIV/0!

30

Concrete(1:2:4)C15(Divisionpartto

tertiary

)C15Mass/Lean

concrete(1:2:4)

m3

#DIV/0!

31

Concrete(1:2:4)C15t=10cm

(Outlet

fortertiary

)C15Mass/Lean

concrete(1:2:4)

m3

#DIV/0!

32

Concrete(1:2:3)C20(RCC)

C20Reinforced

concrete(1:2:3)

m3

#DIV/0!

33

Concrete(1:2:3)C20

C20Plainconcrete(1:2:3)

m3

#DIV/0!

34

Cyclopeanconcrete(Plum

concretei.e

Massconcretewith30%Rock)

Cyclopeanconcrete(Plum

concretei.e

Massconcretewith30%Rock)

m3

#DIV/0!

35

Gabion(2m*1m*0.5m)

ProvidingandplacingGabionandfillingwithstone

m3

#DIV/0!

36

Plasticsheetforpreventionofsoildraw

out

Plasticsheetforpreventionofsoildraw

out

m2

3.87

37

Stonepitching

StoneRipRap/Dry

StonePitching

m2

#DIV/0!

38

Geo

mem

braneandgeonet

lining

Geo

mem

braneandgeonet

lining

m2

#DIV/0!

39

Pipe(GI,PVC,UPVC,steel,Concrete)

supply,fittings

andLaying/Installation

DN***Pipe(GI,PVC,UPVC,steel,Concrete)

supply,fittings

andLaying/Installation

DN***/m

m#D

IV/0!

40

Fillandcompactionlayerbylayerforearthen

dam

Fillandcompactionlayerbylayerforearthen

dam

m2

#DIV/0!

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

197

Page 206: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Sr. No Activity Unit Quantity Unit Rate Total Cost Remark

1 General items1.1 Moblization and Demblization 0.001.2 Camping1.3 Dewatering of open trench, cofferdam

0.00Sub Total A 0.00

2 Headworks2.1 Weir

2.1.1 Site Clearing m2 0.00 13.13 0.000.000.000.00

2.2 Sand sluice gate0.000.00

0.00

2.3 Intake box0.000.00

2.4 Retaining wall

0.00

2.5 Gabion

0.00Sub Total B 0.00

3 Main canal 3.1 Lined canal

0.000.00

3.2 Earthen canal0.000.00

3.3 Division box0.00

Sub Total C 0.004 Secondary Canal 4.1 Secondary canal 1

0.004.2 Secondary canal 2

0.004.3 Secondary canal 3

0.00Sub Total D 0.00

5 Accessory structures5.1 Foot Bridge

0.000.00

5.2 Super passage 0.00

Sub Total E 0.00Total (A+B+C+D+E) 0.00VAT(15%) 0.00Grand Total 0.00

●●●● Irrigation Project Bill of Quantity

198Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 207: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Mix Ratio for Mortar and Concrete

Plastering (1:3 mortar) t=3cm

Cement 1400 kg/m31bag 50 kg = 0.036 m3 = 36 lit

Cement 1 Sand 3 Total *0.636 lit 108 lit 144 lit 86.4 lit0.5 qt 0.108 m3

Casting Mortar 1m3(1000lit)Cement Sand1000/86.4

12 bag 1296 lit600 kg 1.296 m3

6 qt

Concrete (1:2:4) C-15

Cement 1400 kg/m31bag 50 kg = 0.036 m3 = 36 lit

Cement 1 Sand 2 Gravel 4 Total *0.636 lit 72 lit 144 lit 252 lit 151.2 lit0.5 qt 0.072 m3 0.144 m3 0.252 m3 0.1512 m3

Casting Concrete 1m3(1000lit)Cement Sand Gravel1000/151.2

7 bag 504 lit 1008 lit350 kg 0.504 m3 1.008 m3350 kg 0.504 m3 1.008 m33.5 qt

Concrete (1:2:3) C-20

Cement 1400 kg/m31bag 50 kg = 0.036 m3 = 36 lit

Cement 1 Sand 2 Gravel 3 Total *0.636 lit 72 lit 108 lit 216 lit 129.6 lit0.5 qt 0.072 m3 0.108 m3 0.216 m3 0.1296 m3

Casting Concrete 1m3(1000lit)Cement Sand Gravel1000/129.6

8 bag 576 lit 864 lit400 kg 0.58 m3 0.86 m34.0 qt

Guidance for Oromia Irrigation Development Project Implementation

199Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Page 208: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Date

: Th

e En

gine

er a

nd th

e Co

ntra

ctor

agr

ee th

e va

riatio

n m

entio

ned

as b

elow

.

Varia

tion

Poin

t:

Befo

re

Varia

tion

Afte

r Va

riatio

n

For t

he E

mpl

oyer

For t

he c

ontr

acto

r

****

****

* (n

ame)

****

****

* (n

ame)

****

****

****

** (p

ositi

on)

****

****

****

** (p

ositi

on)

****

****

****

** (o

ffice

)**

****

****

****

(offi

ce)

For t

he S

uper

viso

r

****

****

* (n

ame)

****

****

****

** (p

ositi

on)

****

****

****

** (o

ffice

)

Site

Agr

eem

ent N

o.

Item

No.

Desc

riptio

n of

Wor

ksU

nit

Uni

tCo

st(B

irr)

QTY

Cost

Varia

tion

Reas

on

200Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA)

The Project for Capacity Building in Irrigation Development (CBID)

Guidance for Oromia Irrigation Development Project Implementation

Page 209: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

List of Authors    

     

Name of Guidelines and Manuals Name Field Affiliation

Guideline for Irrigation Master Plan Study Preparation on Surface Water Resources

Mr. Nobuhiko Suzuki Water resources planning

Ministry of Agriculture, Forestry and Fisheries

Mr. Roba Muhyedin Irrigation Engineer OIDA Head Office

Manual for Runoff Analysis Mr. Yasukazu Kobayashi Runoff Analysis LANDTEC JAPAN, Inc.

Manual of GIS for ArcGIS (Basic & Advanced Section)

Mr. Ron Nagai GIS Application KOKUSAI KOGYO CO., LTD.

Manual on Land Use Classification Analysis Using Remote Sensing

Mr. Kazutoshi Masuda Remote Sensing KOKUSAI KOGYO CO., LTD.

Guidance for Oromia Irrigation Development Project Implementation

Mr. Kenjiro Futagami Facility Design/Construction Supervision

Ministry of Agriculture, Forestry and Fisheries

Study and Design Technical Guideline for Irrigation Projects (Irrigaiton Engineering Part)

Mr. Naoto Takano Facility Design/Construction Supervision

Ministry of Agriculture, Forestry and Fisheries

(Socio-Economy, Community, Financial and Economic analysis Part)

Mr. Tafesse Andargie Economist OIDA Head Office

(Agronomy and Soil Part) Mr. Abdeta Nate'a Agronomist OIDA Head Office

Technical Guideline for Design of Headworks

Mr. Motohisa Wakatsuki Head works design Sanyu Consultants Inc.

Technical Guideline for Small Scale Reservoir

Mr. Haruo Hiki Project Management/ Planning/Reservoir

Sanyu Consultants Inc.

Technical Guideline for Irrigation Canal and Related Structures

Mr. Naoto Takano Facility Design/Construction Supervision

Ministry of Agriculture, Forestry and Fisheries

Construction Control Manual Mr. Yoshiaki Otsubo Construction Supervision (Bura SSSIP)

Tokura Corporation

Guidance for Preparation of Operation and Maintenance Manual

Mr. Kenjiro Futagami Facility Design/Construction Supervision

Ministry of Agriculture, Forestry and Fisheries

Irrigation Water Users Association Formation and Development Manual

Mr. Tafesse Andargie Economist OIDA Head Office

Strengthening Irrigation Water Users Association (IWUA) Guideline

Mr. Yasushi Osato Strengthening of WUA

Nippon Koei Co.

Mr. Tafesse Andargie Economist OIDA Head Office

Small Scale Irrigation Water Management Guideline (Irrigation Water Supply Part)

Mr. Yohannes Geleta Irrigation Engineer OIDA Head Office

(Field Irrigation Water Management Part)

Mr. Abdeta Nate'a Agronomist OIDA Head Office

Remarks: Affiliation is shown when he work for CBID project.

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

201

Page 210: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

List of Experts who contributed to revise guidelines and manuals (1/5)

     

Office Name Specialty

OIDA Head office Mr. Abdeta Nate'a Agronomist   

OIDA Head office Mr. Kibrom Driba Irrigation Engineer   

OIDA Head office Mr. Kurabachew Shewawerk Agronomist   

OIDA Head office Mr. Lemma Adane Irrigation Engineer   

OIDA Head office Mr. Roba Muhyedin Irrigation Engineer   

OIDA Head office Mr. Shemeles Tefera Agronomist   

OIDA Head office Ms. Sintayehu Getahun Irrigation Engineer   

OIDA Head office Mr. Tafesse Andargie Economist   

OIDA Head office Mr. Tafesse Tsegaye Irrigation Engineer   

OIDA Head office Mr. Tatek Worku Irrigation Engineer   

OIDA Head office Mr. Teferi Dhaba Irrigation Engineer   

OIDA Head office Mr. Terfasa Fite Irrigation Engineer   

OIDA Head office Mr. Tesfaye Deribe Irrigation Engineer   

OIDA Head office Mr. Yohannes Dessalegn Economist  

OIDA Head office Mr. Yohannes Geleta Irrigation Engineer   

OWMEB Mr. Girma Etana Irrigation Engineer   

OWMEB Mr. Kedir Lole Irrigation Engineer   

Arsi Mr .Dedefi Ediso Agronomist   

Arsi Mr. Birhanu Mussie Irrigation Engineer   

Arsi Mr. Dinberu Abera Sociologist   

Arsi Mr. Hussen Beriso Economist   

Arsi Mr. Mulat Teshome Surveyor   

Arsi Mr. Segni Bilisa Agronomist   

Arsi Mr. Shewngezew Legesse Irrigation Engineer   

 

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

202

Page 211: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

List of Experts who contributed to revise guidelines and manuals (2/5)

     

Office Name Specialty

Arsi Mr. Tamerwold Elias Irrigation Engineer  

Arsi Mr. Tesfaye Gudisa Irrigation engineer   

Arsi Mr. Teshome Eda'e Irrigation Engineer

Arsi Ms. Worknesh Kine Geologist

Bale Mr. Abboma Terresa Irrigation Engineer   

Bale Mr. Abdulreshed Namo Irrigation Engineer   

Bale Mr. Beyan Ahmed Economist   

Bale Mr. Diriba Beyene Irrigation Engineer   

Bale Mr. Firew Demeke Teferi Irrigation engineer   

Bale Mr. Gosa Taye Debela Irrigation engineer   

Bale Mr. Zeleke Agonafir Agronomist   

Borena Mr. Dida Sola Irrigation Engineer   

East Harerge Mr. Abdi Abdulkedar Irrigation Engineer   

East Harerge Mr. Elias Abdi Irrigation Engineer   

East Harerge Mr. Shemsedin kelil Irrigation Engineer   

East Harerge Ms. Eskedar Mulatu Economist   

East Shewa Mr. Andaregie Senbeta Economist   

East Shewa Mr. Bekele Gebre Irrigation Engineer   

East Shewa Mr. Dilibi ShekAli Sociologist   

East Shewa Mr. Ejara Tola Agronomist   

East Shewa Mr. Girma Niguse Irrigation Engineer   

East Shewa Mr. Kebebew Legesse Irrigation Engineer   

East Shewa Mr. Mulatu Wubishet Agronomist   

East Shewa Mr. Tadesse Mekuria Agronomist   

 

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

203

Page 212: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

List of Experts who contributed to revise guidelines and manuals (3/5)

     

Office Name Specialty

East Shewa Ms. Tigist Amare Irrigation Engineer  

East Shewa Mr. Zerfu Seifu Irrigation Engineer   

East Welega Mr. Benti Abose Economist   

East Welega Mr. Birhanu Yadete Agronomist   

East Welega Mr. Dasalegn Tesema Economist   

East Welega Mr. Gamachis Asefa Irrigation Engineer   

East Welega Mr. Getachew Irena Agronomist   

East Welega Mr. Kidane Fekadu Irrigation Engineer   

East Welega Mr. Milikesa Workeneh Irrigation Engineer   

East Welega Ms. Mulunesh Bekele Irrigation Engineer   

East Welega Mr. Samson Abdu Irrigation Engineer   

East Welega Mr. Tulam Admasu Irrigation Engineer   

East Welega Ms. Yeshimebet Bule Economist   

Guji Mr. Abadir Sultan Sociology   

Guji Mr. Dawud Menza Irrigation Engineer   

Guji Mr. Fikadu Mekonin Geologist   

Guji Mr. Megersa Ensermu Irrigation Engineer   

Guji Mr. Wandesen Bakale Economist   

Horoguduru Welega Mr. Seleshi Terfe Economist   

Horoguduru Welega Mr. Temesgen Mekonnen Irrigation Engineer   

Horoguduru Welega Mr. Tesfaye Chimdessa Economist   

Illubabor Mr. Ahmed Sani Irrigation Engineer   

Jimma Mr. Lebeta Adera Irrigation Engineer   

Kelem Welega Mr. Ayana Fikadu Agronomist   

 

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

204

Page 213: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

List of Experts who contributed to revise guidelines and manuals (4/5)

     

Office Name Specialty

Kelem Welega Mr. Megarsa Kumara Hydrologist  

Kelem Welega Mr. Oda Teshome Economist   

Northe Shewa Mr. Henok Girma Irrigation Engineer   

South West Shewa Mr. Bedasa Tadele Irrigation Engineer   

South West Shewa Mr. Gemechu Getachew Irrigation Engineer   

West Arsi Mr. Abebe Gela Irrigation Engineer   

West Arsi Mr. Demissie Gnorie Irrigation Engineer   

West Arsi Mr. Feyisa Guye Irrigation Engineer   

West Arsi Mr. Hashim Hussen Economist   

West Arsi Mr. Jemal Jeldo Economist   

West Arsi Mr. Mekonnen Merga Environmentalist   

West Arsi Mr. Mohamedsafi Edris Irrigation Engineer   

West Arsi Mr. Molla Lemesa Agronomist   

West Arsi Mr. Tamene Kena Sociologist   

West Arsi Mr. Tibaho Gobena Irrigation Engineer   

West Harerge Mr. Alemayehu Daniel Agronomist   

West Harerge Mr. Dereje Kefyalew Irrigation Engineer   

West Harerge Mr. Ferid Hussen Irrigation Engineer   

West Harerge Mr. Nuredin Adem Irrigation Engineer   

West Harerge Mr. Seifu Gizaw Economist   

West Shewa Mr. Jergna Dorsisa Irrigation Engineer   

West Shewa Mr. Solomon Mengistu Agronomist   

West Shewa Mr. Zerhun Abiyu Irrigation Engineer   

West Welega Mr. Belaye kebede Irrigation Engineer   

 

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

205

Page 214: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

List of Experts who contributed to revise guidelines and manuals (5/5)

     

Office Name Specialty

West Welega Mr. Busa Degefe Economist  

West Welega Mr. Temesgen Runda Irrigation Engineer   

Ministry of Agriculture Mr. Amerga Kearsie Irrigation Engineer   

Ministry of Agriculture Mr. Zegeye Kassahun Agronomist   

Amhara Agriculture Bureau

Mr. Assefa Zeleke Economist   

OWWDSE Mr. Damtew Adefris Irrigation Engineer   

OWWDSE Mr. Demelash Mulu Irrigation Engineer   

OWWDSE Mr. Teshoma Wondemu Irrigation Engineer   

Latinsa SC. Mr. Aschalew Deme Irrigation Engineer   

Latinsa SC. Mr. Daba Feyisa Agronomist   

Metaferia Consulting Engineers

Mr. Getu Getoraw Irrigation Engineer   

Metaferia Consulting Engineers

Mr. Hassen Bahru Sociologist   

Metaferia Consulting Engineers

Ms. Nitsuh Seifu Irrigation Engineer   

Remarks: Office Name is shown when he/she works for CBID project.

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

206

Page 215: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

List of Editors    

Name of Guidelines and Manuals Name Field Affiliation

Guideline for Irrigation Master Plan Study Preparation on Surface Water Resources

Mr. Ermias Alemu Demissie Irrigation Engineer Lecturer in Arba Minch University

Mr. Zerihun Anbesa Hydrologist Lecturer in Arba Minch University

Technical Guideline for Design of Headworks

Technical Guideline for Irrigation Canal and Related Structures

Mr. Ermias Alemu Demissie Irrigation Engineer Lecturer in Arba Minch University

Mr. Bereket Bezabih Hydraulic Engineer (Geo technical)

Lecturer in Arba Minch University

Construction Control Manual Mr. Eiji Takemori Construction Supervision (Hirna SSIP)

LANDTEC JAPAN, Inc.

Construction Control Manual Dr. Hiroaki Okada

Construction Supervision (Sokido/Saraweba SSIP)

Sanyu Consultants Inc.

Construction Control Manual Mr. Shinsuke Kubo Construction Supervision (Shaya SSIP)

Independent Consulting Engineer

Technical Guideline for Design of Headworks

Construction Control Manual Mr. Toru Ikeuchi

Chief Advisor/Irrigation Technology

JIID (The Japanese Institute of Irrigation and Drainage)

Technical Guideline for Design of Headworks

Construction Control Manual Mr. Kenjiro Futagami

Facility Design/Construction Supervision

Ministry of Agriculture, Forestry and Fisheries

All Guidelines and Manuals Mr. Hiromu Uno Chief Advisor/Irrigation Technology

Ministry of Agriculture, Forestry and Fisheries

Manual for Runoff Analysis Manual of GIS for ArcGIS

(Basic & Advanced Section) Manual on Land Use

Classification Analysis Using Remote Sensing

Mr. Nobuhiko Suzuki Water resources planning

Ministry of Agriculture, Forestry and Fisheries

Guidance for Oromia Irrigation Development Project Implementation

Study and Design Technical Guideline for Irrigation Projects

Technical Guideline for Design of Headworks

Technical Guideline for Small Scale Reservoir

Construction Control Manual Guidance for Preparation of

Operation and Maintenance Manual

Irrigation Water Users Association Formation and Development Manual

Strengthening Irrigation Water Users Association (IWUA) Guideline

Small Scale Irrigation Water Management Guideline

Mr. Naoto Takano Facility Design/Construction Supervision

Ministry of Agriculture, Forestry and Fisheries

Remarks: Affiliation is shown when he work for CBID project.

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

207

Page 216: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

List of Coordinators  

     

Name Field Affiliation

Mr. Ryosuke Ito Coordinator/Training Independent

Mr. Tadashi Kikuchi Coordinator/Training Regional Planning International Co.

Remarks: Affiliation is shown when he work for CBID project.

Guidance for Oromia Irrigation Development Project Implementation

Japan International Cooperation Agency (JICA) & Oromia Irrigation Development Authority (OIDA) The Project for Capacity Building in Irrigation Development (CBID)

208

Page 217: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International
Page 218: Guidance for Oromia Irrigation Development …oida2014.web.fc2.com/photo_gallery/05Irrigation...Guidance for Oromia Irrigation Development Project Implementation 1 Japan International

Contact Person

Mr. Yohannes Geleta (Irrigation Engineer; Environmentalist) (Tel: 0911-981665, E-mail: [email protected])

Mr. Tafesse Andargie (Economist)

(Tel: 0911-718671, E-mail:[email protected]) Mr. Abdeta Nate'a (Agronomist)

(Tel: 0912-230407, E-mail: [email protected])

Oromia Irrigation Development Authority (OIDA) Tel: 011-1262245 C/O JICA Ethiopia Office Mina Building, 6th & 7th Floor, P.O.Box 5384, Addis Ababa, Ethiopia Tel : (251)-11-5504755 Fax: (251)-11-5504465