23
MOMBASA PORT AREA ROAD DEVELOPMENT PROJECT ADDENDUM No.1 VOLUME 1 Form of Invitation for Bids Replace Page IFB-2 CONSTRUCTION OF MTEZA KIBUNDANI (PACKAGE 3) - TENDER NO. KeNHA/1520/2017)

ADDENDUM No.1 VOLUME 1 - KeNHA · The date for the exchange rate shall be: deadline date of submission ... BILL OF QUANTITES BF-7 B. WORK ITEMS BF-9 BILL OF QUANTITES Bill No.1

  • Upload
    vuhanh

  • View
    215

  • Download
    0

Embed Size (px)

Citation preview

MOMBASA PORT AREA ROAD DEVELOPMENT PROJECT

ADDENDUM No.1

VOLUME 1

Form of Invitation for Bids

Replace Page IFB-2

CONSTRUCTION OF MTEZA – KIBUNDANI (PACKAGE 3) - TENDER NO.

KeNHA/1520/2017)

IFB-2

6. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the Standard Bidding Documents under Japanese ODA Loans for the Procurement of Works.

7. Bids must be delivered to the above address on or before 11.00 a.m on 6th September 2017 and must be accompanied by a security of KSh. 50,000,000.00 (Fifty Million Kenya Shillings).

Attention: Procurement Manager, Kenya National Highways Authority

Street Address: Blue Shield Towers, Hospital Road, Upper Hill

Floor/Room number: 1st Floor

Postal Address and ZIP Code: P. O. Box 49712 - 00100

City: Nairobi

Country: Kenya

8. Bids will be opened in the presence of Bidders’ representatives who choose to attend at 11.00 a.m on 6th September 2017 at KeNHA Boardroom, 3rd Floor, Blue Shield Towers, Hospital Road, Upper Hill, Nairobi, Kenya.

Section II. Bid Data Sheet

D. Submission and Opening of Bids

ITB 22.1

The Deadline for Bid submission is:

Date: 6th

September 2017

Time: 11:00 a.m. EAT

ITB 25.1

The Opening of the Technical Bids shall take place on:

Date: 6th

September 2017

Time: 11:00 a.m. EAT

Replace Page

All other details remain the same

Date: 6th

September 2017

Time: 11.00 a.m EAT

ITB 25.1 The opening of the Technical Bid shall take place at:

Street Address: Blue Shield Towers, Hospital Road, Upper Hill

Floor/Room number: KeNHA’s Boardroom, 3rd

Floor

City : Nairobi

Country: Kenya

Date: 6th

September 2017

Time: 11.00 a.m EAT

E. Evaluation, and Comparison of Bids

ITB 34.1 The currency that shall be used for Bid evaluation and comparison

purposes to convert all Bid Prices expressed in various currencies into

a single currency is: Kenyan Shilling

The source of exchange rate shall be: Central Bank of Kenya

The date for the exchange rate shall be: deadline date of submission

of bid

The Employer will convert the amounts in various currencies in which

the Bid Price, corrected pursuant to ITB 33, is payable (excluding

Provisional Sums but including Daywork where priced competitively)

to the single currency identified above at the selling rates established

for similar transactions by the authority specified and on the date

stipulated above.

Volume 1 Page EQC 4

SECTION III Evaluation and Qualification Criteria (Without Prequalification)

2. Qualification

(i) Exchange Rate for Qualification Criteria

Replace Page EQC 4

Section III. Evaluation and Qualification Criteria (without prequalification) EQC-4

2. Qualification

(i) Exchange Rate for Qualification Criteria

Wherever a Form in Section IV, Bidding Forms, requires a Bidder to state a monetary amount, Bidders should indicate the USD

equivalent using the rate of exchange determined as follows:

(a) For construction turnover or financial data required for each year - Exchange rate prevailing on the last day of the respective

calendar year.

(b) Value of single contract - Exchange rate prevailing on the date of the contract.

Exchange rates shall be taken from the publicly available source identified in BDS 34.1 or, in case such rates are not available in the

source identified above, any other publicly available source acceptable to the Employer. Any error in determining the exchange rates

may be corrected by the Employer.

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Factor Requirement Single Entity

Joint Venture (existing or intended) Submission

Requirements All Parties Combined

Each Member One Member

2.1. Eligibility 2.1.1 Nationality Nationality in accordance with ITB

4.3 Must meet

requirement N/A Must meet

requirement N/A Forms ELI – 1

and 2, with attachments

2.1.2 Conflict of Interest

No conflicts of interest in ITB 4.2 Must meet requirement

N/A Must meet requirement

N/A Letter of Bid

2.1.3 JICA Ineligibility

Not having been declared ineligible by JICA, as described in ITB 4.4

Must meet requirement

N/A

Must meet requirement

N/A

Letter of Bid Form ACK

SECTION IV. Bidding Forms

BILL OF QUANTITES BF-7

B. WORK ITEMS BF-9

BILL OF QUANTITES

Bill No.1

Under Bill No.1 of Bill of Quantities

Replace the Page 3 of 49 and 4 of 49

MOMBASA PORT AREA ROAD DEVELOPMENT PROJECT Mombasa Southern Bypass andKipevu New Container Terminal Link Road

ITEM DESCRIPTION UNIT QUANTITY KSH JPY USD KSH JPY USD 1 2 3

BILL NO. 1 : GENERAL RATE AMOUNT TAXES(*1)

Brought forward from previous page.

Relocation of services1.16 Allow a Provisional Sum (P.S.) for removal and alteration of services

inclusive of liaison with the appropriate bodies in accordance withSpecifications and as directed by the Engineer. Such services include;water, power lines etc as per the attachedAppendix, Bill no. 1.16

P.S 1 210,776,771 210,776,771

1.17 E.O. item 1.16 for the contractor's overheads and profit. %

Attendance to the Engineer1.18 Provide a Provisional Sum (P.S) for the Engineer's attendance upon his

support staff including overtime in accordance with clause 137 & 140 of thespecifications and as directed by the Engineer.

P.S 1 11,200,000 11,200,000

1.19 E.O. item 1.18 for the contractor's overheads and profit. %

Support staff for Engineer1.20 Allow for payment of the Resident Engineer's support staff for the duration of

the Contract as directed by the Engineer and as per the specifications.(i) Administrative assistant - 1 No. M.mth 24(ii) Secretary - 1 No. M.mth 24(iii) Office attendants - 1 No. M.mth 24(iv) CAD technicians - 2 No. M.mth 48(v) Assistant Surveyors - 3 No. M.mth 72(vi) Laboratory Technologist -- 1 No. M.mth 24(vii) Laboratory technicians - 3 No. M.mth 72(viii) Senior Inspector of Works - 1 No. M.mth 24(ix) Inspector of Works - 3 No. M.mth 72(xi) Casual Workers - 10 No. M.mth 240

1.21 E.O. item 1.20 for the contractor's overheads and profit. %

Mobile phones and radio calls for Engineer1.22 Provide and maintain mobile phones complete with line connection for use

by the Engineer as per the specifications and as directed by the Engineer.No. 25

1.23 Allow a Provisional Sum (P.S) for the Resident Engineer and staff mobilephone airtime charges.

P.S 1 1,800,000 1,800,000

1.24 E.O. item 1.23 for the contractor's overheads and profit. %

Environmental Management1.25 Allow a Provisional Sum (P.S) for provision and operation of off - road

environmental mitigation measures, the Contractor's EnvironmentalManagement Plan and performance of all measures required by Clause 142of the special specifications including payment of all fees to NEMA.

P.S 1 7,448,280 7,448,280

1.26 E.O. item 1.25 for the contractor's overheads and profit. %

Training of Engineer's support staff1.27 Allow a Provisional Sum (P.S) for training of Engineers, Technicians and

other support staff as maybe instructed by the Engineer.P.S 1 8,000,000 8,000,000

1.28 E.O. item 1.27 for the contractor's overheads and profit. %

Total Carried forward to next page

NOTE (*1): 1-Customs ; 2-Railway levy; 3-Any Other Tax (contractor may insert columns and name)

TENDER N0:...................... Page 3 of 49 Bill Of Quantities: Bill No. 1

MOMBASA PORT AREA ROAD DEVELOPMENT PROJECT Mombasa Southern Bypass andKipevu New Container Terminal Link Road

ITEM DESCRIPTION UNIT QUANTITY KSH JPY USD KSH JPY USD 1 2 3

BILL NO. 1 : GENERAL RATE AMOUNT TAXES(*1)

Brought forward from previous page.

Temporary accomodation and offices for Engineer1.29 Allow a Provisional Sum (P.S) for provision of temporary accomodation and

office for Engineers staff in accordance with the specificationsP.S 1 6,000,000 6,000,000

1.30 E.O. item 1.29 for the contractor's overheads and profit. %

Photos and videos for Engineer1.31 Allow a Provisional Sum (P.S) for video coverage, processing of digital

pictures and keeping records of the Progress of WorksP.S 1 3,000,000 3,000,000

1.32 E.O. item 1.31 for the contractor's overheads and profit. %

Confirmatory testing and additional equipment1.33 Allow a Provisional Sum (P.S) for Engineer's confirmatory testing, purchase

of additional testing equipment and consumablesP.S 1 5,000,000 5,000,000

1.34 E.O. item 1.33 for the contractor's overheads and profit. %

Liaision with project affected authorities1.35 Allow a Provisional Sum (P.S) for coordination and liaison with the project

affected bodies as directed by the Engineer.P.S 1 8,000,000 8,000,000

1.36 E.O. item 1.35 for the contractor's overheads and profit. %

Deep wells for Construction1.37 Allow a Provisional Sum (P.S) for the construction of deep wells inclusive of

all works, purchase of equipment and testing as directed by the Engineer.P.S 1 5,000,000 5,000,000

1.38 E.O. item 1.37 for the contractor's overheads and profit. %

Dispute Board1.39 Allow a Provisional Sum (P.S.) for the cost of the Dispute Board. P.S 1 10,000,000 10,000,000

Security1.40 Allow a Provisional Sum (P.S) for Additional Security police Costs as

directed by the Engineer.1 40,000,000 40,000,000

1.41 E.O. item 1.40 for the contractor's overheads and profit. %

Total of Bill No. 1 carried forward to summary

NOTE (*1): 1-Customs ; 2-Railway levy; 3-Any Other Tax (contractor may insert columns and name)

TENDER N0:...................... Page 4 of 49 Bill Of Quantities: Bill No. 1

Bill No.27

Under Bill No.27 of Bill of Quantities

Replace the following page:

Page 35 of 49 and 36 of 49:

MOMBASA PORT AREA ROAD DEVELOPMENT PROJECT Mombasa Southern Bypass andKipevu New Container Terminal Link Road

ITEM DESCRIPTION UNIT QUANTITY KSH JPY USD KSH JPY USD 1 2 3

A. STREET LIGHTING

Supply, deliver, install and set to work the following:-

27A.1 12 metre Streetlighting installation27A.1.01 12m steel galvanised streetlighting column made from Class "B" steel

galvanised pipe complete with a bracket for mounting 4No. luminaireas per Drg. No. LS-1 including civil works for the foundation. Thestreetlighting pole to have a corrosion and rust proof finishing toEngineer's approval.

No. 76

27A.1.02 As Item 27A.1.01 above but for mounting 2No. Luminaire No. 178

27A.1.03 25Amp single phase cut-out complete with a 5A HRC fuse. StateMake………………………………..

No. 254

27A.1.04 144W 700mA High Powered LED streetlighting luminaire with10941Lm lighting output, over 50,000hours lamp life, corrosion proofRoad Lighting Luminaire to IP65 complete with reflector electroniccontrol gear and lamp as per the specification no. 2724.The lanternsshould be engraved to KENHA stardards codes to be provided. StateMake and Cat No. ………………….....……….

No. 660

27A.1.05 90W High Powered LED streetlighting luminaire with 10800Lmlighting output, over 50,000Hours lamp life, wall mounted, corrosionproof tunnel lighting Luminaire to IP65 complete with reflectorelectronic control gear and lamp as per the specification no. 2724.Thelanterns should be engraved to KENHA stardards codes to beprovided. State Make and Cat No. ………………….....……….

No. 15

27A.1.06 120W High Powered LED streetlighting luminaire with 14400Lmlighting output, over 50,000Hours lamp life, wall mounted, corrosionproof tunnel lighting Luminaire to IP65 complete with reflectorelectronic control gear and lamp as per the specification no. 2724.Thelanterns should be engraved to KENHA stardards codes to beprovided. State Make and Cat No. ………………….....……….

No. 8

27A.1.07 2.5mm2 twin with earth PVC insulated copper cable. State Make…………………………………………….…

m 7,300

27A.1.08 Metal control pillar with a Metal Door as per Drg. No. L-45, withlocable facility for Three phase incomer and mounting plate for theelectrical switch gear. The Metal Control Pillar to have a corrosionand rust proof finishing to Engineer's approval. StateMake……………………………

No. 11

27A.1.09 4 way surface mounted distribution boards with a 100 Amps TPintegral isolator. State Make ………………………………….

No. 11

27A.1.10 Supply and Install Miniature Circuit breakers(MCB's)(a) 20Amp single phase MCB's for item No. 27A.1.09 above No 66

27A.1.11 Blanking plates for item No. 27A.1.09 above No. 66

27A.1.12 40Amps TPN current operated earth leakages circuit breaker withrated leakage current of 0.5A. State Make………………………………….

No. 11

27A.1.13 40Amp Double pole contactor. State Make ………………………… No. 254

27A.1.14(a) Photo cell kit, Photo cell socket and bracket. State Make …………… No. 262(b) 2 core 10.0mm2 PVC/SWA/PVC Cu cable m 11,300

27A.1.15 Earthing comprising of a 6mm2 earth lead and 1800mm long by 15mmdiameter copper earth electrode with a driving tip and clamp in a300mm by 300mm by 300mm concrete manhole with removablecover

No. 93

27A.1.16 Trenching, shifting, cable laying, tiling, concrete surround of 100mmand backfilling

m 11,300

27A.1.17 Cable glands for terminating underground cables No. 584

27A.1.18 1.5mm2 3 core PVC/SWA/PVC copper cable for terminating Photocell

m 3,200

27A.1.19 63Amp TP MCCB with enclosure type Crabtree or equivalent No. 11

27A.1.20 UPVC ducts for carrying the service lines and cables across the road,to have concrete surround of 100mm

m 2,500

TOTAL FOR 12M STREETLIGHTING INSTALLATION CARRIEDFORWARD TO PRICE SUMMARY SECTION C

NOTE (*1): 1-Customs ; 2-Railway levy; 3-Any Other Tax (contractor may insert columns and name)

BILL NO. 27: STREET LIGHTING AND INSTALLATION RATE AMOUNT TAXES(*1)

TENDER N0:...................... Page 35 of 49 Bill Of Quantities: Bill No. 27

MOMBASA PORT AREA ROAD DEVELOPMENT PROJECT Mombasa Southern Bypass andKipevu New Container Terminal Link Road

ITEM DESCRIPTION UNIT QUANTITY KSH JPY USD KSH JPY USD 1 2 3

BILL NO. 27: STREET LIGHTING AND INSTALLATION RATE AMOUNT TAXES(*1)

27A.2 30 metre streetlighting mast installation

27A.2.01 30m polygonal steel galvanised streetlighting highmast column madefrom Class "B" steel galvanised polygon cross section column, rootmounted, continous taper to meet 30m mounting height requirementwith luminaire assembly for 9No. 150W high powered LED floodlights,pulleys, anchoring bolts and lowering steel ropes including civil worksfor the foundation. The streetlighting pole to have a corrosion and rustproof finishing to Engineer's approval. State Make………………………………….

No. 1

27A.2.02 Electrical Winch, heavy duty type, complete with an automatic torquelimiter for raising and lowering the luminaire assembly and remoteoperation. State Make ………………………………….

No. 1

27A.2.03 Allow for painting of the mast with the reflective red/white to KenyaCivil Aviation Authority (KCAA) requirements. State Make………………………

No. 1

27A.2.04 Allow for Installation of 2No. High quality, heavy duty beacon aircraftwarning lighting luminaire with polycabonate lenses and bases perhighmast. The luminaire to be complte with blinking flash illuminationand all accessories and wiring for each mast. State Make………………………………….

No. 1

27A.2.05 Three phase 25Amp cut-out complete with a 10A HRC fuse. StateMake …………………...…

No. 1

27A.2.06 150W High Powered LED Floodlights Luminaire with 18000Lmlighting output, corrosion proof Road Lighting Luminaire to IP65complete with reflector electronic control gear and lamp as per thespecification no. 2724.The lanterns should be engraved to KENHAstardards codes to be provided. State Make and Cat No.………………….....………...................................................................

No. 9

27A.2.07 2.5mm2 twin with earth PVC insulated copper cable m 600

27A.2.08 Metal control pillar with a Metal Door as per Drg. No. L-45, withlocable facility for Three phase incomer and mounting plate for theelectrical switch gear. The Metal Control Pillar to have a corrosionand rust proof finishing to Engineer's approval. StateMake……………………………

No. 1

27A.2.09 4 way surface mounted distribution boards with a 100 Amps DPintegral isolator. State Make

No. 1

27A.2.10 (a) 15Amp 3 phase MCB's for item No. 27A.2.09 above State Make………………

No. 1

(b) 15Amp single phase MCB 's for item No. 27A.2.09 above StateMake ……………

No 1

27A.2.11 Blanking plates for item No. 27A.2.09 above State Make………………………………

No. 2

27A.2.12 40Amps TPN current operated earth leakages circuit breaker withrated leakage current of 0.5A. State Make………………………………………….. ……………………..

No. 1

27A.2.13 40Amp TPN contactor. State Make …………………………………………... .No. 1

27A.2.14 Photo cell kit, Photo cell socket and bracket. State Make……………………..

No. 1

27A.2.15 4.6m steel column for mounting item No. 27A.2.14 above No. 1

27A.2.16 Supply, install and commission underground cables rated at 600/1000volts to BS 6346:1989 stardards(a) 10.0mm2 2 core PVC/SWA/PVC Cu cable State Make ……………… m 80

27A.2.17 Earthing comprising of a 6mm2 earth lead and 1800mm long by 15mmdiameter copper earth electrode with a driving tip and clamp in a300mm by 300mm by 300mm concrete manhole with removablecover

No. 1

27A.2.18 Cable glands for terminating underground cables. No. 7

27A.2.19 2.5mm2 3 core PVC/SWA/PVC copper cable for terminating Photocell. State Make ……………………………………………….…

m 30

27A.2.20 63Amp TP MCCB with enclosure type Crabtree or equivalent. StateMake ………………………………………………..

No. 1

27A.2.21 Allow provision for the highmast floodlighting to Engineer's approvals Item 1 150,000 150,000

TOTAL FOR 30M HIGHMAST INSTALLATION CARRIEDFORWARD TO PRICE SUMMARY SECTION C

NOTE (*1): 1-Customs ; 2-Railway levy; 3-Any Other Tax (contractor may insert columns and name)

TENDER N0:...................... Page 36 of 49 Bill Of Quantities: Bill No. 27

VOLUME 2

SECTION VI.B SPECIFICATIONS

PART 1: STANDARD SPECIFICATIONS

Insert the following Page:

Section VI.B - Specifications

The Specifications for this Project consist of two (2) parts. Part 1 – the Standard Specification for

Road and Bridge Construction (Volume III 1986 Edition) issued by the Ministry of Transport and

Communications, Part 2 – Special Specification, which are specific for the Project. The contents of

these Sections supplement/modify the Part 1- Standard Specification.

Section VI.B Specifications (Part 1: Standard Specification) ST-1

Part – 1

STANDARD SPECIFICATION (ST)

The Standard Specifications for this Project are the “Standard Specification for Road and Bridge

Construction (1986 Edition) issued by the Ministry of Transport and Communications (hereinafter

referred to as “Standard (ST)

A copy of this Standard Specification is not attached to these Bidding Documents/Contract.

PART 2: SPECIAL SPECIFICATION

SECTION 1 - GENERAL

Replace Page SPL-10, SPL-11, SPL-18 and SPL-19

Section VI.B Specifications (Part 2 : Special Specification) SPL 10

shall also provide the Engineer with two copies of the digital photography

stored on DVD/CD ROM or similar.

(c) Payment for processing of videos and digital photographs shall be made from

the Provisional Sum for the items allowed in the Bill of Quantities.

131 SIGNBOARDS

Delete paragraph 1 of item 131 of the Standard Specification and replace it with

the following:

The Contractor shall provide and erect one (1) project signboards on the site as directed.

The minimum dimensions of the boards shall be as shown in the Drawings and as

directed by the Engineer. The boards shall be prepared primed and painted cream and

lettered in black. The boards shall be of weatherproof construction and be able to

withstand any wind conditions prevailing in the area.

132 HOUSING ACCOMMODATION FOR THE ENGINEER AND HIS STAFF,

OFFICES AND LABORATORIES FOR THE ENGINEER, WITH

LABORATORY AND SURVEY EQUIPMENT AND FURNITURE

Add the following Sub clauses to Item 132 of the Standard Specifications:

132.1 Housing Accommodation for the Engineer's Senior Staffs (BOQ Item

No. 1.01(a))

The Contractor shall construct, equip and maintain houses (2 No. of type II

houses as indicated in the BOQ) for the Engineer's senior staff. The

Engineer's senior staff houses shall be separate from that of the Contractor's

staff housing and shall be located and constructed to the satisfaction of the

Engineer as detailed in the Drawings.

Type II Houses shall be in accordance with the book of drawings, with sizes and

number of rooms as shown in the table below, and shall be constructed with

material to be approved by the Engineer. The Engineer shall approve the design

and construction of the same. These houses shall revert to the Contractor at the

end of the project. They shall be paid for in accordance with item 141 of the

Standard Specification and under the Bill of Quantities.

All material used shall be new, strong, durable and weatherproof. Ceilings

and floor must be properly insulated against heat with approved insulated

material. The floor shall have a level smooth finish. All windows shall be glass, able to be opened, and with mosquito nets. The building materials shall

be mosquito and termite proofed and painted inside and outside with two

coats of paint/varnish, all to the approval of the Engineer.

The ceilings of houses and verandas shall be lined with ceiling board. All

doors are to be fitted with mortise locks, which must be heavy duty on

external doors. All windows shall be fitted with burglar bars.

Section VI.B Specifications (Part 2 : Special Specification) SPL 11

The roof cladding shall be with G.I. corrugated sheets or equivalent material.

The workbenches in kitchen shall have approved cover. All the sanitary ware

shall be vitreous China or equivalent of approved quality.

All houses are to be provided with a fire extinguisher and fire axe. Fire axes are to be secured to the outside of the buildings. A medium sized split-type

air-conditioner of adequate capacity shall be fitted to each house.

All storerooms shall be fitted with at least 3 substantial shelves and kitchens

shall be fitted with shelves, drawers and cupboards as instructed.

The Contractor shall provide new furniture, equipment and fittings as listed

herein below. The Contractor should obtain approval of the Engineer for the

type and quality of the furniture, fittings and equipment before ordering.

All houses shall be provided with a piped supply of clean, unpolluted water

suitable for bathing and for the washing of clothes. Bottled drinking water

shall be provided as required on a daily basis. Electricity, liquefied gas for

the cooking consumption of the Engineer and his staff shall be provided and

the Contractor shall provide all necessary waterborne sanitation and disposal

systems to the satisfaction of the Engineer.

The Contractor shall pay for water, electricity and gas consumed, and for the

statutory charges associated therewith. The Contractor shall be responsible for rubbish disposal by providing outside bins and daily collection and

disposal to a central area located to the satisfaction of the Engineer.

Each type I and II house shall be erected separately. A barbed wire topped chain

link wire fence 2 metres high with a chain and padlock lockable gate shall be

provided around the general perimeter of the types I and II houses.

Each type I and II house shall be provided with day and night watchmen and

security lights, the cost of which shall be deemed to have been included in the

rates for the houses.

The number of senior staff is as shown in the BOQ.

Alternatively, the Contractor, subject to the approval of the Engineer,

may rent equivalent housing for the Engineer’s Senior Staff.

132.2 Housing Accommodation for Engineer's Junior Staff (BOQ Item No.

1.01(b))

The Contractor shall construct, equip, furnish and maintain (2 no.) units Type

III and (22 no.) units Type IV houses or equivalent for the Engineer’s Junior

staff, to be located adjacent to the Engineer’s offices and laboratory, the

location of which will be subject to Engineer's approval.

Junior staff houses shall be temporary and made in durable and weatherproof

materials and to a similar standard as the senior staff houses.

Section VI.B Specifications (Part 2 : Special Specification) SPL 18

133 TIME FOR ERECTION OF THE ENGINEER’S STAFF HOUSES, OFFICES

AND LABORATORY

Modify entire Item 133 to read as follows:

All the houses, offices and laboratories to be provided under the Contract shall be

handed over to the Engineer in finished and fully habitable condition not later than

sixty days after the Engineer’s order to commence work (Clause 8.1 of the

Conditions of Contract.)

From the possession of site until taking over of the Engineer’s houses and offices,

the Contractor shall provide suitable hotel or rented accommodation and

appropriately located temporary office space, all adequately furnished and equipped

to the approval of the Engineer. The Contractor shall be deemed to have allowed in

his rates for the temporary accommodation of the Resident Engineer, Materials

Engineer, Highway Engineer, Senior Surveyor, and three support staff during this

mobilization period and no separate payment will be made.

135 MAINTENANCE OF THE ENGINEERS STAFF HOUSES, OFFICES,

LABORATORIES, FURNITURE AND EQUIPMENT

Add the following paragraph to Item 135:

The Contractor shall provide adequate security 24 hours per day until expiry of the

Period of Maintenance. The costs of staff required for security and to keep

accommodation facilities, offices and laboratories in a well maintained, clean and

fully habitable condition, plus the costs of consumables, shall be included in the

relevant items for maintenance in the Bill of Quantities.

137 ATTENDANCE UPON THE ENGINEER AND HIS STAFF

Add the following paragraph:

The costs for attendance required by this Clause 137, and additional attendant staff,

as may be required by the Engineer, shall be paid for under Item 1.18 and Item 1.20

of the Bill of Quantities respectively.

138 PROVISION OF VEHICLES

The description, number and types of vehicles to be provided by the Contractor

are as follows:

All vehicles to be supplied will be brand new, right hand drive, diesel powered and

fitted with air-conditioner/heater as described below.

- 2 No. (two) new 4WD 7 seater station wagon vehicles of minimum 3000cc

turbo-diesel engine, or equivalent approved, 5 door Utility Vehicle or similar

approved, fitted with air bags, mobile telephone hands-free headset.

- 6 No. (six) new fully loaded 4WD double cabin Pick Up vehicles of minimum 2500cc diesel engine, or equivalent approved, fitted with mobile telephone

hands-free headset and VHF mobile radio unit.

Section VI.B Specifications (Part 2 : Special Specification) SPL 19

- 6 No. (six) new 4WD Single cabin Pick up vehicles with minimum 2500cc

diesel engine, or equivalent approved, (with canvas back and seats), fitted with

mobile telephone hands-free headset and VHF mobile radio unit.

The contractor shall provide comprehensive insurance for all the vehicles and shall

provide competent drivers approved by the Engineer during normal working hours

and whenever required by the Engineer.

Modify the fourth paragraph of Item 138 to read as follows:

Should any vehicle supplied not be in road worthy condition, the Contractor shall

immediately provide an acceptable equivalent replacement vehicle until such time as

the original vehicle is repaired to the satisfaction of the Engineer and returned to

use.

Add the following paragraph under Item 138.

Payment for the vehicles shall be by a rate per vehicle month for the provision of

vehicles and inclusive of the first 4000 Km for the running cost per vehicle month

and a rate per kilometre for the running costs above the 4000 Km per month, which

shall include for all fuels, lubricants, insurance, maintenance, driver and repairs. The

km rate shall include for any overtime the driver might be due or any other

allowances in addition to the normal working hours.

In addition, the monthly rate for running costs of vehicles shall also include:

(i) Cost of any repairs necessary as shall be required to meet roadworthiness and

compliance with registration requirements and regular servicing as required.

(ii) Any other repairs and regular servicing as shall be instructed by the Engineer

139 MISCELLANEOUS ACCOUNTS (BOQ Item No. 1.13)

Modify Item 139 to read as follows:

The Contractor may be instructed by the Engineer to make payments of general

receipted accounts for such items as stationery, stores, additional furniture and

equipment, claims and allowances for supervision personnel and any miscellaneous

claims or the Engineer may direct the Contractor to purchase or pay for the above.

The Contractor will, on provision of receipts, be paid under the Bill No. 1- General,

pay item 1.13.

140 PAYMENT OF OVERTIME FOR ENG’S JUNIOR STAFF (BOQ Item

No.1.20)

Delete in the last line the words "shall be at the Contractor's own expense" and

substitute with

When any overtime work by the Engineer’s junior staff is incurred by the need for

the Engineer to inspect work which, owing to earlier default by the Contractor, has

resulted in such work being performed outside the normal working hours as defined

SECTION VI-C

DRAWINGS

Replace the entire page

Section VI - C

DRAWINGS

Detailed drawings are contained in separate volume:

1. C-1 HIGHWAY AND DRAINAGE DESIGN DRAWINGS

2. C-2 BRIDGE DESIGN DRAWINGS

BOOK OF DRAWINGS

B1-2-02 3-1 Box U-Turn Km 13+730 – Rebar Layout and Schedule of Reinforcement

Drawing Not used;

B2-6-01 Existing Road Access Box Approach Slab Layout and Reinforcement Details Sta.

15+100

C-1 HIGHWAY & DRAINAGE DESIGN DRAWINGS

The Book of Drawings has been reissued and uploaded on the KeNHA website with the following

amendments;

1. C-1 HIGHWAY AND DRAINAGE DESIGN DRAWINGS

Replace the following,

・G-2 INDEX OF DRAWINGS (PK-3)

Insert the followings,

・UT3-1-1 U-TURN 3-1 LAYOUT

・UT3-1-2 U-TURN 3-1 TYPICAL SECTION (RAMP A, RAMP B)

・UT3-1-3 U-TURN 3-1 TYPICAL SECTION (RAMP C, RAMP D)

・RS-24 PROJECT PUBLICITY SIGNBOARD

・SL-3 STREETLIGHT POLE DETAILS (12m)

・SL-4 STREETLIGHT POLE DETAILS (30m)

C-2 BRIDGE DESIGN DRAWINGS

The Book of Drawings has been reissued and uploaded on the KeNHA website with the following

amendments;

2. BRIDGE DRAWINGS

Replace the following Drawing;