Bidding Form_SHHIP Tranche 2_NPC 2023-36_Leron Yung Brdg Section

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 43

Section 4: Bidding Forms

Table of Forms

Letter of Bid pg. 2 – 6

Schedule of Payment Currencies pg. 6


Table(s) of Adjustment Data pg. 7
Activity Schedule pg. 8
Bill of Quantities pg. 9 – 19
Bid Security pg. 20
Bid Securing Declaration pg. 21

Affiliate Company Guarantee pg. 22

Technical Proposal
Personnel
Form PER – 1: Proposed Personnel pg. 23
Form PER – 2: Resume of Proposed Personnel pg. 23 – 24
Equipment pg. 24 – 25
Site Organization pg. 25
Method Statement pg. 25 – 26
Mobilization Schedule pg. 26
Construction Schedule pg. 26
Environmental, Health and Safety Management Plan pg. 26 – 28

Bidder’s Qualification
Form ELI – 1: Bidder’s Information Sheet pg. 29
Form ELI – 2: Joint Venture Information Sheet pg. 30
Form CON – 1: Historical Contract Nonperformance pg. 30 – 31
Form CON – 2: EHS Performance Declaration pg. 31 – 33
Form FIN – 1: Historical Financial Performance pg. 34
Form FIN – 2: Average Annual Construction Turnover pg. 35
Form FIN – 3: Availability of Financial Resources pg. 35 – 36
Form FIN – 4: Financial Requirement for Current Contract Commitments pg. 36
Form FIN – 5: Self-Assessment Tool for Bidder’s Compliance to Financial Resources pg.
37 38
Form EXP – 1: Contracts of Similar Size and Nature pg. 38
Form EXP – 2: Construction Experience in Key Activities pg. 38 - 43

Letter of Attorney pg. 43

Bidder’s Business Certificates pg. 43

Page 1 of 43
Letter of Bid

Kaia Works Limited – Civil Engineering Contractor,


Mingende Okuk Highway,
P. O. Box 605,
Kundiawa,
Simbu Province,
Papua New Guinea.

Date: 27th November 2023


NCB No.: NPC/2023 – 36
Invitation for Bid No.: NPC/2023 – 36

To: The Independent State of Papua New Guinea represented by The Secretary of the
Department of Works & Highways (DoWH).

We, the undersigned, declare that;

a) We examine and have no reservations to the Bidding Documents, including Addenda issued in
accordance with Instructions to Bidders (ITB) Clause 8.

b) We acknowledge that we have read and understand ADB’s Anticorruption Policy (1998) and
Integrity Principles and Guidelines (2015), both as amended from time to time.

c) We offer to execute in conformity with the Bidding Documents the following Works specified
in the TENDER NO: NPC/2023-36. Sustainable Highlands Highway Investment Program
(SHHIP) – Tranche 2. Performance Based Road Maintenance Contract from Leron Bridge
to Yung Bridge (53.8 km).

d) The total price of our Bid, excluding any discounts offered in the item (d) below is;

(US Two Million, Seven Hundred Seventy-Two Thousand, Eight Hundred Twenty-Nine Dollar
and Sixty-Seven Cents), (US$ 2,772,829.67), and (PNG Nine Million, Nine Hundred Ninety-Two
Thousand, One Hundred Sixty-Nine Kina and Zero Toea), (PGK 9,992,169.00)

e) The discounts offered and the methodology for their application are as follows; (insert
discounts and methodology for their application if any)

f) Our bid shall be valid for a period of (insert bid validity period as specified in ITB 18.1 of the
BDS) days start from the date fixed for the Bid Submission deadline in accordance with ITB
22.1, and it shall remain binding upon us and may be accepted at any time before the
expiration of that period.

g) If our Bid is accepted, we commit to obtain a Performance Security in accordance with the
Bidding Document.

h) Our firm, including any subcontractors or suppliers for any part of the contract, have
nationalities from eligible countries in accordance with ITB 4.2.

Page 2 of 43
i) We, our Directors, Key Officers, Key Personnel, including any Subcontractors, Consultants,
Subconsultants, Manufacturers, Services Providers or Suppliers for any part of the Contract,
do not have any conflict of interest in accordance with with ITB 4.3.

If there is any conflict of interest, please state details;


(i) Parties involved in the Conflict of Interest; Nil.
(ii) Details about the Conflict of Interest; Nil.

j) We are not participating, as a Bidder, either individually or as partner in a Joint Venture, in more
than one Bid in this bidding process in accordance with ITB 4.3(e), other than alternative offers
submitted in accordance with ITB 13.

k) Our Firm, Joint Venture Partners, our respective direct and indirect Shareholders, Directors,
Key Officers, Key Personnel, Associates, Parent Company, Affiliates or Subsidiaries, including
any part of the contract, are not subject to, or not controlled by any entity or individual that is
subject to, a temporary suspension or a debarment imposed by the Asian Development Bank
or a debarment of Debarment Decisions between the Asian Development Bank and other
Development Banks.

l) Our Firm, Joint Venture Partners, Our Respective Direct and Indirect Shareholders, Directors,
Key Officers, Key Personnel, Associates, Parrent Company, Affiliates or Subsidiaries, including
any Subcontractors, Consultants, Subconsultants, Manufacturers, Service Providers or
Suppliers for any part of the Contract are not under ongoing investigation and /or sanctions
proceedings by the Asian Development Bank or nay Multilateral Development Bank.

If under ongoing investigation and /or sanction proceedings by the Asian Development Bank or
any Multilateral Development Bank, please state details;
(i) Name of the Multilateral Development Bank: Nil.
(ii) Reason for the ongoing Investigation / allegations: Nil.

m) Our Firm, Joint Venture, Partners, Our Respective Direct and Indirect Shareholders, Directors,
Key Officers, Key Personnel, Associates, Parrent Company, Affiliates or Subsidiaries, including
any Subcontractors, Consultants, Subconsultants, Manufacturers, Service Providers or
Suppliers for any part of the Contract are not temporary suspended, debarred, declared
ineligible, or subject to any national and /or international sanctions by any country, any
international organization, any Multilateral Development Bank and other Donor Agency.

If so temporary suspended, debarred, declared ineligible, or subject to any National and /or
international sanctions by any country, any international organization, any Multilateral
Development Bank, and other Donor Agency, please state details (as applicable to each Joint
Venture partner, their respective direct or indirect shareholders, directors, key officers, key
personnel, associate, parent company, affiliate, subsidiaries, Subcontractors, consultants,
subconsultants, manufacturers, service providers and /or suppliers);

(i) Name of Institution: Nil.


(ii) Period of Temporary Suspension, debarment, ineligibility, or national or international
sanction (start and end Date): Nil.

Page 3 of 43
(iii) Reason for the Temporary Suspension, debarment, ineligibility, or national and
international sanction: Nil.
n) Our Firm, Joint Venture Partners, Associates, Parent Company, Affiliates or Subsidiaries,
including any Subcontractors, Consultants, Subconsultants, manufacturers, Service Providers,
Suppliers, Key Officers, Director’s and Key Personnel have never been Charged or convicted
with any criminal offence (including felonies but excluding misdemeanors) or infractions and /
or violations of ordinance; nor charged or found liable in any civil or administrative proceedings
in the last 10 years; or undergoing investigation for such, or subject to any criminal, civil or
administrative orders, monitorship or enforcement actions.

If so charged, convicted / or found liable, under ongoing investigation, or subject to orders,


monitorship, or enforcement actions, please state details;

(i) Nature of the offence, violation, proceedings, investigation, and or monitorship or


enforcement actions; Nil.
(ii) Court area of jurisdiction and or the enforcement agency: Nil.
(iii) Resolution (i.e., dismissed, settled, or convicted /duration of penalty) Nil.
(iv) Other relevant details (please specify): Nil.

o) Our firm, Joint Venture Partner, Our Respective Direct and Indirect Shareholders, Directors,
Key Officers, Key Personnel, Associates, Parrent Company, Affiliates or Subsidiaries, including
any Subcontractors, Consultants, Subconsultants, Manufacturers, Service Providers or
Suppliers, can make and receive electronic funds transfer payments through the International
Banking System or otherwise discharge the Employer’s obligation upon initiation of Wire
Transfer.

(i) Nature of the Restriction: No Restriction.


(ii) Jurisdiction of the Restriction: Nil.
(iii) Other relevant details: None.

p) Our Firm, Joint Venture Partners, Associates, Parent Company, Affiliates or Subsidiaries,
including any Subcontractors, Consultants, Subconsultants, Manufacturers, Service Providers
or Suppliers, Key Officers, Directors and Key Personnel are not from a Country which is
prohibited to export goods or services to, or receive any payments from the Employer’s
Country and /or are not prohibited to receive payments for particular goods or services by the
Employer’s country by and act of compliance with a decision of the United Nations Security
Council taken under Chapter VII of the Character of the United Nations.

q) We understand that it is our obligation to notify the Employer of any Changes in connection
with the matters described in paragraphs (i), (k), (l), (m), (n), (o), (p) and (t) of this Letter of Bid.

r) [We are not a government owned Enterprise] / [We are government Owned Enterprise but
meet the requirements of ITB 4.5].

s) We have not been suspended nor declared ineligible by the Employer based on execution of a
Bid Securing Declaration in accordance with ITB 4.6.

Page 4 of 43
t) We have paid, or intend to pay, either directly or indirectly, the following commissions,
gratuities, or fees with respect to the Bidding Process or Execution of the Contract.

u) We understand that this Bid, together with your written acceptance thereof included in your
notification of award through the issuance of Letter of Acceptance, shall constitute a binding
contract between us until a formal contract is prepared and executed.

v) We understand that you are not bound to accept the lowest evaluated Bid or any other Bid that
you may receive.

w) At any time following submission of our Bid, we shall permit, and shall couse our Joint Venture
partners, directors, key officers, key personnel, associates, parent company, affiliates or
subsidiaries, including any subcontractors, consultants, subconsultants, manufacturers,
service providers or suppliers of any part of the contract to permit ADB or it’s representative to
inspect our site, assets, accounts and records and other documents relating to the Bid
Submission and to have them audited by auditors appointed by ADB. We understand that
failure of this obligation may constitute obstructive practice that may result in debarment and /
or contract termination.

x) Regardless of weather the Contract will be awarded to us, we shall preserve all accounts,
records and other documents, related to Bid Submission for at least three (3) years from the
date of Submission of the Bid or the period prescribed in applicable law, whichever is longer.

y) If we are awarded the Contract, we shall preserve all accounts, records and other documents
related to the procurement and execution of the contract for the last five (5) years after
completing the works contemplated in the relevant contracts or the period prescribed in
applicable law, whichever is longer.

z) If our Bid is accepted, we commit to mobilize key equipment and personnel in accordance
with the requirements set forth in Section 6 (Employer’s Requirement) and our technical
proposal, or as otherwise agreed with the Employer.

aa) We certify on behalf of the Bidder, that the information provided in the Bid has been fully
reviewed, given in good faith, and to the best of our knowledge is true and complete. We
understand that it is our obligation to inform the Employer of any changes to the information as
and when it becomes known to us. We understand that any misinterpretation that knowingly or
recklessly misleads, or attempts to mislead may lead to automatic rejection of the Bid or
Cancellation of the Contract, if awarded, and may result in remedial actions, in accordance
with ADB’s Anticorruption Policy (1998, as amended to date) and Integrity Principles and
Guidelines (2015, as amended from time to time).

Name: Mr Henry Wala

In the Capacity of Senior Project Manager proposed for Road Maintenance Engineer in this Bid.

Page 5 of 43
Signed …………………………………………………………

Duly Authorized to Sign the Bid for and on behalf of Kaia Works Limited – Civil Engineering
Contractor

Date ……………………………...

Schedules

Schedule of Currencies

For the Entire Contract:

Separate tables may be required if the various sections of the Works (or of the Bill of Quantities) will
have substantially different foreign and local currency requirements. In such a case, the Employer
should prepare separate tables for each Section of the Works.

Not Applicable

A B C D
Percentage of
Rate of Local Currency
Name of Payment Amount of Net Bid Price
Exchange to Equivalent
Currency Currency (NBP)
Local Currency C=AxB
100 x C / NBP
Local Currency 9,992,169.00 0.28 2,797,807.32 28
Foreign Currency No. 01
Foreign Currency No. 02
Foreign Currency No. 03
Net Bid Price 9,992,169.00 2,797,807.32
Provisional Sums
Expressed in Local 1,033,282.50 0.28 289,319.10
Currency
BID PRICE 9,992,169.00 2,797,807.32

--Note--
The rates of exchange shall be the selling rates 28 days prior to the deadline for the submission of bids
published by the source specified in BDS 15.

Page 6 of 43
Table of Adjustment Data

Not Applicable

Page 7 of 43
Activity Schedule
Schedule of Price – Lump Sum Contracts

Not Applicable

Page 8 of 43
Bill of Quantities
A. Preamble

1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, General and
Particular 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.

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 Construction Plant, labor, supervisors, 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, weather
quantity is 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
summarized in the Bill of Quantities. Reference to relevant sections of the Contract
Documentations 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 expanded in
whole or in part at the direction and discretion of the Project Manager in accordance with the
Condition of Contract.

8. The Method of Measurement of completed work for the payment shall be in accordance with
the Specifications unless specified otherwise.

9. Arithmetic 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 correct, 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 the total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected.

Page 9 of 43
(c) If there is a discrepancy between the bid price in the Summary of Bill of Quantities and the
bid amount in item (d) of the Letter of Bid and the Bid Price in the Summary of Bill of
Quantities will prevail and the Bid Amount in Item (d) of the Letter of Bid will be corrected.

(d) 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), (b), and (c) above.

B. Work Items

1. Bidder shall price the Bill of Quantities in Local Currency only and since it is NCB Bidder’s
Schedule of Payment shall be in PGK.
2. The following abbreviations are applicable to this Bill of Quantities;

No Units Abbreviation
1 Millimeters mm
2 Linear Meter LM
3 Kilometer KM
4 Square Meter SM
5 Litre Lt
6 Cubic Meter CM
7 Metric Tonne MT
8 Number No.
9 Month Mth
10 Lump Sum LS
11 Provision Sum PS
12 Hour Hr.
13 Papua New Guinea Kina PGK
14

3. Scope of Work; Attention of Bidder is drawn to Clause 1.1 of Part IIA of the Specification where
the scope of works and services to be provided and the various categories of works and
services are defined. The works and services are to be carried out for a period of 36 months.
4. Bidders shall complete and price the following four (4) Bill of Quantities and two (2) Schedules
in the forms that follow in this Section B.
i. Bill No. 1 General Items and Site Establishment
ii. Bill No. 2 Initial Repairs
iii. Bill No. 3 Maintenance Services
iv. Bill No. 4 Improvement Works
v. Schedule of Emergency Works
vi. Schedule of Dayworks
vii. Summary of Bill of Quantities

Page 10 of 43
Bill No. 1 for General Items and Site Establishment

1. The Bill of Quantities for General Items contains those items the Contractor Shall provide for
the entire contract period. The Bills covers only the preparation and gaining the Project
Manager’s approval of the Quality Assurance Plan and Emergency Procedure Plan Immediately
following the Signing of the Contract Agreement. Implementation of these plans over the entire
contractor period shall be included in the Bid Price for the Maintenance Service contained in
Bill no. 3; Maintenance Services.

Bill of Quantities No. 01 for General Items


Item Rate Amount
Description Unit Qty
No. (PGK) (PGK)

Group 1 - General Clauses


1.1a Allow for Preparation of Traffic Management Plan LS 1.00 15,800.00 15,800.00
1.1b Allow for Implementation of Traffic and Safety
Month 36.00 7,800.00 280,800.00
Management Plan.
1.2a Allow for Preparation of Health and Safety
LS 1.00 15,800.00 15,800.00
Management Plan.
1.2b Allow for Implementation of Health and Safety
Month 36.00 7,000.00 252,000.00
Management Plan.
1.3a Allow for Preparation of Environmental
LS 1.00 15,800.00 15,800.00
Management Plan.
1.3b Allow for Implementation of Environmental
Month 36.00 7,500.00 270,000.00
Management Plan.
1.4a Allow for Preparation of HIV/AIDS Awareness
LS 1.00 15,800.00 15,800.00
and Management Plan.
1.4b Allow for Implementation of HIV/AIDS
Awareness Programme (Total 8 Cycles at 4 LS 1.00 6,000.00 6,000.00
months intervals).
1.5 Allow for Preparation of Quality Assurance Plan. LS 1.00 18,500.00 18,500.00
1.6 Allow for Preparation of Emergency Procedures
LS 1.00 18,400.00 18,400.00
Plan.
1.7 Allow for Provision of Social Interaction, Gender
Month 36.00 6,000.00 216,000.00
Awareness and Community Liaison activities.
1.8 Allow for Performance Security (Sub-Clause
LS 1.00 236,000.00 236,000.00
59.1 of the Conditions of Contract).
1.9 Allow for Insurance (Sub-Clause 19.1 of the
LS 1.00 112,000.00 112,000.00
Condition of Contract).

Group 2 - Site Establishment


2.1 Mobilization of Contractor's Site Establishment. LS 1.00 40,000.00 40,000.00
2.2 Maintenance of Contractor's Site Establishment. Month 36.00 7,400.00 266,400.00
2.3 Demobilization of Contractor's Site
LS 1.00 35,000.00 35,000.00
Establishment.
2.4 Supply, Erection, Maintenance, and Removal of
No. 2.00 6,500.00 13,000.00
Project Notice Boards (Size 2.4 m x 1.2 m).

Group 23 - Road Network Upgrade

Page 11 of 43
23.1 Employer's Asset Registry Updating LS 1.00 90,000.00 90,000.00
23.2 Conduct Traffic Counts (7 Days) No. 2.00 32,000.00 64,000.00

Total Carried Forward to Summary as Bill No. 01. 1,981,300.00

Bill of Quantities No. 02 for Initial Repairs


1. The Bill of Quantities for Initial Repairs lists a set of Interventions that the Project Manager
shall decide necessary to Improve particular road sections before some or all of the Service
Level Criteria for Performance Based Maintenance defined in the Specifications can be
applied. The quantities are provisional quantities for the purpose of Bid Evaluation. This Bill of
Quantities is not applicable to works after the Contractor commences maintenance services
in any road section.

2. The Project Manager shall conduct an initial inspection of the entire road before the handover
of Site Possession to the Contractor and decide the initial repairs required. The Project
Manager and the Contractor shall agree on the quantities of initial repairs decided by the
Project Manager. Initial Repairs shall be completed within 2 months from the start date.

3. Payment shall be for work satisfactorily completed in conformity with the Specifications as
measured jointly by the Contractor and the Project Manager, and valued at the Rates and
Prices in the Priced Bill of Quantities.

Bill of Quantities No. 02 for Initial Repairs


Item Rate Amount
Description Unit Qty
No. (PGK) (PGK)
Group 3 - Clearing and Grubbing
Vegetation Control on Both Sides of the Road to a
minimum width of 5m from the Edge of Seal, clearing
3.1 km 53.80 6,800.00 365,840.00
all sand deposits along the Seal edge and dispose
waste legally.
Clear culverts of silt and debris, clearing inlets and
outlet channels of culverts in the road section and
disposing all waste legally. Rate to include
3.2 No. 107.00 6,240.00 667,680.00
excavation to provide unobstructed flow paths to
inlets and from outlets for a length of 10m each side
- All Types.
De-silt Line Drains, clear vegetation and debris and
3.3 lm 5,000.00 30.20 151,000.00
dispose all waste legally.
Group 6 - Bituminous Surfacing
Pothole Patching: Less than 50 mm in depth. Trim
6.1 and excavate damaged areas to a depth of 50 mm. sq.m 200.00 185.00 37,000.00
Prepare surface and apply bitumen pre-mix seal.
Pothole Patching: Greater than 50 mm in depth. Trim
and excavate damaged areas to a depth of 150 mm.
Supply, place and compact with approved
6.2 sq.m 150.00 217.00 32,550.00
basecourse materials. Prepare surface, prime and
apply seal with pre-coated 20 mm aggregate or as
directed by the Project Manager.

Page 12 of 43
Edge Breaks: Repair Damaged Edges of the Road
pavement as per specifications and apply seal with
6.3 lm 1,000.00 159.00 159,000.00
pre-coated 20 mm aggregate or as directed by the
Project Manager.
Total Carried Forward to Summary as Bill No. 02. 1,413,070.00

Bill of Quantities No. 3 for Maintenance Services

1. The Bill of Quantities is the Basis for Payment of Maintenance Services that are to be provided
on a lump sum per km basis for Maintaining the roads covered under the contract, at the
Service Level defined in the Specifications. The rate given by the Bidder shall, accept insofar as
is otherwise provided under the Contract, include all plant, equipment labour, management
and supervision, materials, erection, maintenance, insurance, profits, taxes and duties,
together with all general risks, liabilities and obligations set out or implied in the Contract.

2. The rate shall include the establishment and operation of the Self Control Unit as described in
the Specification, implementation of the approved Contractor’s Quality Assurance Plan and
Emergency Procedures Plan for the period of the Contract.

3. Payment shall be made in accordance with the actual performance of the Contractor and
compliance with the Service Level Criteria given in the Specification. Failure to meet the
Service Levels will result in payment reductions in accordance with Specification with
Maintenance Services.

4. When the Project Manager decides Initial Repairs are necessary for any Road Length, payment
of Maintenance Services for Such individual Road Lengths shall commence after the Initial
Repairs are completed and accepted by Project Manager.

5. The Maintenance Services for Year 3 are limited to the rehabilitated road sections (total of 22.3
km).

Bill No. 3 Maintenance Services


Bill of Quantities No. 03 for Maintenance Services

Item Description Unit Qty Rate Amount


No. (PGK) (PGK)

MS 1 Maintenance Services - Year 1 km - month 646.00 2,866.93 1,852,035.00


MS 2 Maintenance Services - Year 2 km - month 646.00 3,153.62 2,037,238.50
MS 3 Maintenance Services - Year 3 km - month 483.00 3,067.55 1,481,628.00

Total Carried Forward to Summary as Bill No. 03. 5,370,901.50

Page 13 of 43
Bill No. 4 Improvement Works
1. The Bill of Quantities for Improvement Works list a set of Interventions to be carried out by the
Contractor to the improved and maintained road lengths in the Contract that add new
characteristics to the Road in response to existing or new traffic, safety or other conditions, as
defined in the Condition of Contracts and the Specifications. The quantities are provisional
Quantities for the purpose of Bid Evaluation. The Project Manager shall determine the extent of
Improvement Works required after the first 12 months from the start date of the Contract at
Which time the Quantities shall be adjusted accordingly. The Improvement Works are not
applicable to rehabilitated road lengths (total of 22.3 km) in the Contract.

2. Payment for Improvement Works shall be made in relation to the Work outputs satisfactorily
completed in Conformity with the Specifications as measured jointly by the Contractor and the
Project Manager and valued at the unit rates and prices stated in the Price Bill of Quantities.

Bill of Quantities No. 04 for Improvement Works


Item Rate Amount
Description Unit Qty
No. (PGK) (PGK)
Group 4 - Earthworks
Supply, place and compact approved fill materials to low
4.01 areas of the Pavement shoulders in compacted layers not cu.m 100.00 102.40 10,240.00
exceeding 200 mm.
Group 5 - Base Course & Sub-Base
Supply, place, spread, form and compact to 200 mm thick
Type 2.1 C crushed base course material to pavement
5.01 repair sections larger than 5 sq.m in size. Rate to include cu.m 250.00 188.50 47,125.00
for excavating damaged sealed surface to a depth of 200
mm and compacting the base and disposing waste legally.
Group 6 - Bituminous Surfacing
Supply all materials, prepare surface and apply prime
6.01 sq.m 1,000.00 11.85 11,850.00
coat.
Supply all materials, prepare surface and apply 1st coat
6.02 seal with pre-coated 20 mm aggregate or as directed by sq.m 1,000.00 19.95 19,950.00
the Project Manager.
Supply all materials, prepare surface and apply 2nd coat
6.03 seal with pre-coated 10 mm aggregate or as directed by sq.m 1,000.00 17.20 17,200.00
Project Manager.
Group 7 - Drainage and Drainage Structures
Supply all materials and construct Type 4 stone pitched
line drains as per drawing No. A3/91971 at selected
7.01 lm 100.00 206.80 20,680.00
locations as specified and as directed. Rate to include
excavation, backfill, compaction and formwork.
Group 18 - Erosion & Bank Protection Works
Supply all materials and construct Gabion basket retaining
walls at selected locations including excavation,
18.01 compacting base, supplying and laying geo-fabric and Month 100.00 665.70 66,570.00
backfilling with approved fill materials and rock filling as
per specification and as directed.
Total Carried Forward to Summary as Bill No. 04. 193,615.00

Page 14 of 43
Schedule of Emergency Works
1. The Quantities given in the schedule of Emergency Works are hypothetical and provisional,
and are given to provide a common basis for Bidding. Actual Quantities for Emergency Works
will be specified in Work Orders, issued by Project Manager in accordance with Sub Clause 6
of Part IIB of the Specifications. The Basis of payment for Emergency Works will be the actual
Quantities of Work ordered and carried out, as measured jointly by the Contractor and Project
Manager and valued at the unit rates and prices as may be agreed or determined by the Project
Manager under the Provisions of the Contract.

Schedule of Emergency Works


Item Description Unit Qty Rate Amount
No. (PGK) (PGK)
Group 4 - Earthworks
Supply, place, shape to lines and levels and compact
approved fill material of varying thickness to lines and
levels in layers not exceeding 200 mm thickness to
4.1 cu.m 100.00 119.50 11,950.00
damaged areas of road pavement as directed. Rate to
include for removing unsuitable material from existing
surfaces before placing new fill materials.
Excavate fill material from cuttings or approved borrow
4.2 cu.m 150.00 117.25 17,587.50
pits, haul up to 8 km, deposit, shape, and compact to fill.
Remove and dispose of slip material which has fallen
from the road batters and is blocking any part of the
4.3 cu.m 100.00 44.80 4,480.00
roadway. Rate shall include for disposal of waste legally
to designated dump sites within 3 km.
Group 18 - Erosion & Bank Protection Works
Supply all materials and construct gabion basket
retaining walls at selected locations including
18.1 excavation, compacting base, supplying and laying Geo- cu.m 150.00 665.70 99,855.00
fabric and backfilling with approved fill materials and
rock filling as per specifications and as directed.
Supply all materials and construct 300 mm thick Reno
mattress erosion protection works at selected locations
18.2 including excavation, compacting base, supplying & sq.m 100.00 883.60 88,360.00
laying geo-fabric and back filling with approved fill
materials as per specification and as directed.
Total Carried Forward to Summary as Emergency Works. 222,232.50

Page 15 of 43
Schedule of Day Works
General

1. The Schedule of Day Works is included to provide the Employer with the facility to carry out
extra works that the Employer may wish to Execute, and that are not covered by the other Bills
of Quantities. Work shall not be executed on Daywork Basis except by written order of the
Project Manager /Engineer. Bidders shall enter basic rates for Daywork items in the Schedules,
which rates shall apply to any quantity of Daywork ordered by the Project Manager. Nominal
Quantities have been indicated against each item of dayworks, and the extended total for
Dayworks shall be carried forward as a Provisional Sum to the Summary Total Bid Amount.
Unless otherwise adjusted, payments for Dayworks shall be subject to Price adjustment in
accordance with the provisions in the Conditions of Contract.

Daywork Labour

2. In calculating payments due to the Contractor for the Execution of Daywork, 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 Daywork to the time of return to the original place of departure, but excluding
meal breaks and rest periods. Only the time of departure for classes of labour directly doing
work ordered by the Project Manager 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 labour is employed
on Dayworks, calculated at the rates (inclusive of overheads, profit, taxes etc.) entered by him
in the Schedule of Daywork Rates. 1. Labour.

Daywork Materials

4. The Contractor shall be entitled to Payment in respect of the Materials used for Dayworks at
the Basic rates (inclusive of overheads, profits, taxes etc.) entered by him in the Schedule of
Daywork Rates: 2. Materials. The cost of hauling materials for use on work ordered to be
carried out as daywork 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 Constructional Plant in this
Schedule.

Daywork Contractor’s Equipment

5. The Contractor shall be entitled to Payments in respect of Contractor’s Equipment already on


site and employed on dayworks at the rental rates entered by him in the Schedule of Daywork
Rates: 3. Contractor’s 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 cost of drivers, operators, and assistants, and all
overhead, profit, taxes, and administrative costs related to the use of such equipment.

6. In calculating the Payment due to the Contractor for Contractor’s Equipment employed on
daywork, only the actual number of working hours will be eligible for payment, except that
where applicable and agreed with the Project Manager, the travelling time from the part of the
Site where the Contractor’s Equipment was located when ordered by the Project Manager to

Page 16 of 43
be employed on daywork and the time from return journey thereof shall be included for
payment.

Schedule of Daywork Rates: 1. Labour


Item Description Unit Qty Rate Amount
No. (PGK) (PGK)

Supply of Labour to site including taxes, overhead & profit.


D 101 Foreman hr 100.00 40.00 4,000.00
D 102 Leading Hand hr 100.00 30.00 3,000.00
D 103 Mason hr 100.00 22.50 2,250.00
D 104 Carpenter hr 100.00 22.50 2,250.00
D 105 Driver hr 100.00 25.00 2,500.00
D 106 Operator hr 100.00 25.00 2,500.00
D 107 Skilled Labour hr 400.00 20.00 8,000.00
D 108 Unskilled Labour hr 400.00 12.00 4,800.00

Total for Daywork: Labour Carried Forward to Daywork Summary 29,300.00

Schedule of Daywork Rates: 2. Materials


Item Description Unit Qty Rate Amount
No. (PGK) (PGK)
Supply of Materials to site including taxes, overhead & profit.
D 201 Sub Base (CBR > 30) cu.m 200.00 105.00 31,500.00
D 202 Select Fill cu.m 300.00 60.00 30,000.00
D 203 Base Course Type 2.1 (Crushed Aggregate) cu.m 200.00 116.00 34,800.00
D 204 Fine Sand cu.m 50.00 85.00 8,500.00
D 205 Builder's Mix cu.m 10.00 95.00 950.00
D 206 Cement, ordinary Portland or Equivalent in Bags
bag 50.00 55.00 2,750.00
(25 kg)
D 207 Water cu.m 50.00 5.00 250.00
D 208 Prime Coat (MC 30) Litre 500.00 7.60
D 209 Asphalt Bitumen Litre 100.00 8.40
D 210 Stone Boulders for Riprap, masonry and Gabion cu.m 100.00 45.00 4,500.00
D 211 Gabion Wire Mesh cu.m 100.00 295.00 29,500.00
Total for Daywork: Labour Carried Forward to Daywork Summary 142,750.00

Schedule of Daywork Rates: 3. Contractor's Equipment


Item Description Unit Qty Rate Amount
No. (PGK) (PGK)

Supply of Construction Equipment to site including taxes, overhead & profit.


D 301 Excavator (PC 200 - 300) hr 50.00 285.00 14,250.00
D 302 Motor Grader (125 HP) hr 50.00 352.00 17,600.00

Page 17 of 43
D 303 Front End Loader (1.34 cu.m) hr 50.00 296.00 14,800.00
D 304 Tipper Truck (8 cu.m) hr 100.00 244.00 24,400.00
D 305 Tipper Truck (2 - 4 cu.m) hr 100.00 67.00 6,700.00
D 306 Pedestrian Roller hr 50.00 45.00 2,250.00
D 307 Vibro Compactor (10 ton) hr 50.00 236.00 11,800.00
D 308 Water Truck (10,000 liters) hr 50.00 225.00 11,250.00
D 309 Backhoe (1.2 cu.m) hr 100.00 256.00 25,600.00
D 310 Generator Upto 5kva hr 50.00 45.00 2,250.00
D 311 Plate Compactor hr 50.00 32.00 1,600.00
D 312 Sevice Pickup hr 100.00 65.00 6,500.00

Total for Daywork: Labour Carried Forward to Daywork Summary 139,000.00

Dayworks Summary
No. Description Amount (PGK)

1 Total for Daywork: Labour 29,300.00


2 Total for Daywork: Materials 142,750.00
3 Total for Daywork: Contractor's Equipment 139,000.00

Total Provisional Sum for Dayworks carried forward to 311,050.00


Summary

Page 18 of 43
Summary of Bill of Quantities
Part Description Amount (PGK)

A. Bill No. 1 General Items 1,981,300.00


B. Bill No. 2 Initial Repairs 1,413,070.00
C. Bill No. 3 Maintenance Services 5,370,901.50
D. Bill No. 4 Improvement Works 193,615.00
E. = A+B+C+D Subtotal of Bills 8,958,886.50
F. Add Provisional Sum for Emergency Works 222,232.50
G. Add Provisional Sum for Dayworks 311,050.00
H. Add Provisional Sum for Physical Contingency Allowance 500,000.00
I. = E+F+G+H Total Carried Forward to Letter of Bid 9,992,169.00

Notes:

1. All the amounts shall be inclusive of Bidder's overheads, profits, implementation of


management plans, etc., as well as GST and other applicable taxes.
2. All Provisional Sums including Contingencies are to be expended in whole or in part only at the
direction of the Project Manager in accordance with the Conditions of Contract.

Name: Mr. Henry Wala In the Capacity of Senior Project Manager

Signed _________________________________

Duly authorized to sign the bid for and on behalf of Kaia Works Limited – Civil Engineering Contractor

Dated on _____________________________ day of _____________________

Page 19 of 43
Bid Security
(Not Applicable)

Page 20 of 43
Bid-Securing Declaration

Date: 27th November 2023


Bid No: NPC/2023-36
Alternative No: Nil

To: The Independent State of Papua New Guinea represented by The Secretary of the
Department of Works & Highways (DoWH).

We, the undersigned, declare that:

We understand that, according to your conditions, Bids must be supported by a Bid Securing
Declaration.

We accept that we will automatically be suspended from being eligible for bidding in any contract with
the Borrower for the period of time of Three (3) years starting on the date that we receive a notification
from the Employer, if we are in breach of our obligation(s) under the bid conditions, because we

(a) have withdrawn our Bid during the period of bid validity specified in the Letter of Bid; or

(b) do not accept the correction of errors in accordance with the Instruction to Bidders
(hereinafter “the ITB”); or

(c) having been notified of the acceptance of our Bid by the Employer during the period of bid
validity, (i) fail or refuse to execute the Contract, if required; (ii) fail or refuse to furnish the
Performance Security, in accordance with the ITB; or (iii) fail or refuse to furnish the Domestic
Preference Security, if required.

We understand that this Bid-Securing Declaration shall expire if we are not the successful Bidder,
upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii)
28 days after the expiration of our Bid.

Signed: ____________________________

In the capacity of Senior Projects Manager

Name: Mr Henry Wala

Duly authorized to sign the bid for and on behalf of Kaia Works Limited – Civil Engineering
Contractor

Dated on ____________ day of ____________________, __________

Corporate Seal:

Page 21 of 43
Affiliate Company Guarantee

Not Applicable

Page 22 of 43
Technical Proposal
Personnel

Form PER – 1: Proposed Personnel

Bidder should provide the details of the proposed personnel and their experiences record in the
relevant Information Forms below for each candidate:

1 Title of Position: Road Manager


Name: Mr. Godfrid Wau Umba
2 Title of Position: Road Maintenance Engineer – 1
Name: Mr. Henry Wala
3 Title of Position: Road Maintenance Engineer – 2
Name: Mr. Luke Konia
4 Title of Position: Pavement Works Supervisor – 1
Name: Mr. Tonny Kassai
5 Title of Position: Sealing Supervisor – 1
Name: Mr. Sangia Helly
6 Title of Position: Pavement Works Supervisor – 2
Name: Mr. David Tupum
7 Title of Position: Sealing Supervisor – 2
Name: Mr. Ketona Nani
8 Title of Position: Site Engineer – 1
Name: Mr. Richard Chauka
9 Title of Position: Site Engineer – 2
Name: Mr. Michael Wamugl
11 Title of Position: OHS Officer
Name: Mr. Peter Daka

-Note
All titles of positions will be as listed in Section 6 (Employer’s Requirements).

Form PER – 2: Resume of Proposed Personnel


The Bidder shall provide all the information requested below. Use one form for each position.

Position

Personnel Full Legal Name Date of birth


Information
Known as Place of Birth

Nationality Citizenship

Page 23 of 43
Type of Government ID ID number

Attach a copy of ID to this form


Professional Qualifications

Present Name of employer


employment
Address of employer

Telephone Contact (manager/ personnel officer)

Fax E-mail

Job title Years with present employer

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

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


Experience

Please refer to Appendix 1 for Resume of Proposed Personnel.

Equipment

Form EQU: Equipment

The Bidder shall provide adequate information and details to demonstrate clearly that it has the
capability to meet the equipment requirements indicated in Section 6 (Employer’s Requirements),
using the Forms below. A separate Form shall be prepared for each item of equipment listed, or for
alternative equipment proposed by the Bidder.

Type of Equipment

Equipment Name of Manufacturer Model and power rating


Information
Capacity Year of manufacture
Current Current Location
Status Details of current commitments

Page 24 of 43
Source Indicate source of equipment
Owned Rented Leased Specially Manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of owner

Adress of owner

Telephone Contact name and title

Fax Telex

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

Refer to Appendix 2 for Equipment

Site Organization

Bidders shall give below full particulars of the organization the propose to establish, direct, and
administer the performance of the Contract. Bidders shall indicate the location of site camps and the
resources they intend to allocate to the Self-Control Unit and Maintenance Services.

1. Site organization chart and narrative description.

2. Organization and narrative description of Self-Control Unit.

3. Narrative description of subcontracting arrangements with Subcontractors/Partners including


local community groups. None.

4. Narrative description of organization and deployment of labour, equipment and materials for
Maintenance Services including location of camps, depots and workshop.

Refer to Appendix 3 for Site Organization

Method Statement

Provide Method Statements for:

Page 25 of 43
1. Initial Repairs (Months 1-2)
2. Maintenance Services (Months 1-36)
3. Self-Control Unit Operations
4. Environmental Management Plan
5. Health and Safety Management Plan
6. Emergency Procedures Plan
7. Traffic Management Plan

Refer to Appendix 4 for Method Statement

Mobilization Schedule

Please reflect the no-objection request and approval step for Site Specific Environmental, Health and
Safety Management Plan as per Contract Conditions in the Mobilization Schedule.

Refer to Appendix 5 for Mobilization Schedule

Construction Schedule

The construction schedule shall include the following key milestones:

1. Establishment of Contractors site facilities


2. Establishment of Self Control Unit
3. Initial Repairs

Refer to Appendix 6 for Construction Schedule

Environmental, Health and Safety Management Plan (EHSMP)

The Bidder shall submit an outline Environmental, Health and Safety Management Plan (EHSMP)
commensurate with the risks and impacts of the proposed works and activities. These strategies and
plans shall describe in detail the actions, materials, equipment, management processes etc. that will
be implemented by the contractor, and its subcontractors.

In developing these strategies and plans, the Bidder shall have regard to the EHS provisions of the
contract and EHS risks including those as may be more fully described in Section 6 (Employer’s
Requirements).

The Good Practice Note designed to identify and tackle sexual exploitation, abuse, and harassment
(SEAH) in ADB-financed projects with civil works can be downloaded from the following link:

https://www.adb.org/documents/good-practice-seah-adb-financed-projects

Refer to Appendix 7 for Environmental, Health and Safety Management Plan (EHSMP)

Page 26 of 43
Environmental, Health and Safety Code of Conduct

Environmental, Health and Safety Code of Conduct for Contractor’s Personnel Form

ENVIRONMENTAL, HEALTH AND SAFETY CODE OF CONDUCT FOR CONTRACTOR’S


PERSONNEL

We are the contractor, Kaia Works Limited. We have signed a contract with The Independent State
of Papua New Guinea Represented by the Secretary of The Department of Works and Highway
(DoWH) for Sustainable Highlands Highway Investment Program (SHHIP) – Tranche 2.
Performance Based Road Maintenance Contract from Leron Bridge to Yung Bridge (53.8 km).
These works will be carried out at within Highlands Highway Section between Mangiro Bridge and
Miunde Bridge in Simbu Province. Our contract requires us to implement measures to address
environmental, health and safety risks related to the Works.

This EHS Code of Conduct is part of our measures to deal with environmental, health and safety risks
related to the Works. It applies to all our staff, laborer’s and other employees at the Works site or other
places where the Works are being carried out. It also applies to the personnel of each subcontractor
and any other personnel assisting us in the execution of the Works. All such persons are referred to as
“Contractor’s Personnel” and are subject to this EHS Code of Conduct.

This EHS Code of Conduct identifies the behavior that we require from all Contractor’s Personnel.

Our workplace is an environment where unsafe, offensive. Abusive or violent behavior will not be
tolerated and where all persons should feel comfortable raising issues or concerns without fear or
retaliation.

REQUIRED CONDUCT

Contactor’s Personnel shall:

1. Carry out his/her duties competently and diligently;

2. Comply with this EHS Code of Conduct and all applicable laws, regulations and other
requirements, including requirements to protect the health, safety and well-being of other
Contractor’s Personnel and any other person;

3. Maintain a safe working environment including by:

a. ensuring that workplaces, machinery, equipment and processes under each person’s
control are safe and without risks to health.

b. wearing required personal protective equipment

c. using appropriate measures relating to chemical, physical and biological substances and
agents; and

d. following applicable emergency operating procedures

Page 27 of 43
4. Report works situations that he/she believes are not safe or healthy and remove
himself/herself from a work situation which he/she reasonably believes presents an imminent
and serious danger to his/her life or health;

5. Treat other people with respect, and not discriminate against specific groups such as women,
people with disabilities, migrant workers or children;

6. Report violations of this EHS Code of Conduct; and

7. Not retaliate against any person who reports violations of this EHS Code of Conduct, whether
to us or the Employer, or who makes use of the grievance mechanism for Contractor’s
Personnel or the Project’s Grievance Redress Mechanism.

RAISING CONCERNS

If any person observes behavior that he/she believes may represent a violation of this EHS Code of
Conduct, or that otherwise concerns him/her, he/she should raise the issue promptly. Thos can be
done by call 67571957348 / 67576548996 and leave a message.

The person’s identity will be kept confidential, unless reporting of allegations is mandated by the
country law. Anonymous complaints or allegations may also be submitted and will be given all due and
appropriate consideration. We take seriously all reports of possible misconduct and will investigate
and take appropriate action. We will provide warm referrals to service providers that may help support
the person who experienced the alleged incident, as appropriate.

CONSEQUENCES OF VIOLATING THE ENVIRONMENTAL, HEALTH AND SAFETY CODE


OF CONDUCT

Any violation of this EHS Code of Conduct by Contractor’s Personnel may result in serious
consequences, up to and including termination and possible referral to legal authorities.

FOR CONTRACTOR’S PERSONNEL

If I have received a copy of this EHS Code of Conduct written in a language that I comprehend. I
understand that if I have any questions about this EHS Code of Conduct, I can contact OHS Officer
with Class 5 Mining and Industrial Training Certificates requesting an explanation.

Name of Contractor’s Personnel: Mr. Peter Daka

Signature: ___________________________________________________

Date: [day/month/year] 27th November 2023

Countersignature of authorized representative of the Contractor:

Signature: _______________________________________________
Date: [day/month/year] 27th November 2023

Page 28 of 43
Bidder’s Qualification
To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and
Qualification Criteria) the Bidder shall provide the following information requested in the
corresponding Information Sheets.

Form ELI – 2: Joint Venture Information Sheet

Each partner of the Joint Venture and Specialist Subcontractor must fill out this form separately.

Joint Venture / Specialist Subcontractor Information


Bidder’s legal name
If the Bidder is a
Information of Joint subsidiary or branch,
Venture Partner or information of any
Specialist Subcontractor parent company/
companies
Names Full legal name(s)
Full trading name(s) (if any)
Addresses Registered address(es)
Trading address(es)
Postal address(es) (if
different from trading
address)
Type of organization
Country of
constitution/incorporation/registration
Year of
constitution/incorporation/registration
Corporate or registration number
Joint Venture Partner’s or Specialist
Subcontractor’s authorized representative
information
(name, address, telephone number(s), fax
number(s), email address)

Attached are copies of the following documents.


1. Articles of incorporation or constitution and company incorporation/registration of the legal
entity named above, in accordance with ITB 4.1 and ITB 4.2.
2. Authorization to represent the firm named above, in accordance with ITB 20.2.
3. In the case of a government-owned enterprise, documents establishing legal and financial
autonomy and compliance with commercial law, in accordance with ITB 4.5.

Page 29 of 43
Form CON – 1: Historical Contract Nonperformance

Each Bidder must fill out this form in accordance with Criteria 2.2.1 and 2.2.3 of Section 3 (Evaluation
and Qualification Criteria) to describe any history of nonperforming contracts and pending litigation or
arbitration formally commenced against it.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:

Joint Venture Partner: None.

Table 1: History of Nonperforming Contracts


Choose one of the following:
 No nonperforming contracts.
 Below is a description of nonperforming contracts involving the Bidder (or each Joint Venture partner
if Bidder is a Joint Venture).

Amount of Non
performed Total Contract
Year Description Portion of Amount ($
Contract equivalent)
($ equivalent)
[insert Contract Identification: [indicate complete [insert amount] [insert
year] contract name/ number and any other amount]
identification] Nil
Name od employer: [insert full name]
Address employer: [insert street/city/country] Nil Nil
Reason(s) for nonperformance: [indicate main
reason(s)]

Table 2: Pending Litigation and Arbitration


Choose one of the following:
 No pending litigation, arbitration or any other material events impacting the net worth and/or
liquidity of the bidder.
 Below is a description of all pending litigation, arbitration involving the Bidder or any other material
events impacting the net worth and/or liquidity of the Bidder (or each Joint Venture partner if Bidder
is a Joint Venture).
Value of
Value of Pending Pending Claim
Year Matter of Dispute Claim in $ as a
Equivalent Percentage of
Net Worth
[insert Contract Identification, as applicable: [indicate [insert amount] [insert amount]
year] complete contract name/number, and other
identification]
Name of Employer, parties involved in the
Nil Nil Nil
material events impacting thenet worth and/or
liquidity of the bidder: [insert full name]
Address of Employer, parties involved in the
material events impacting the net worth and/or
liquidity of the bidder: [insert street/city/country]

Page 30 of 43
Matter of Dispute: [indicate full description of
dispute]
Party who initiated the dispute: [indicate
“Employer” or “Contractor”]
Status: [indicate status of dispute]

- Note –
Table 2 of this form shall only be included if Criterion 2.2.3 of Section 3 (Evaluation and Qualification Criteria) is
applicable.

Form CON – 2: EHS Performance Declaration


Each Bidder must fill out this form in accordance with Criterion 2.2.4 of Section 3 (Evaluation and
Qualification Criteria).
In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:
Joint Venture Partner: None for this Bid

In case of a Specialist Subcontractors, each Specialist Subcontractor must fill out this form and
provide the Specialist Subcontractor’s name:
Specialist Subcontractor: None for this Bid

Environmental and Health and Safety Performance Declaration in accordance with


Section 3 (Evaluation and Qualification Criteria)
 No suspension or termination of contract: An employer has not suspended or terminated
a contract and/or called the performance security for a contract for reasons related to
Environmental or Health and Safety performance since the date specified in Section 3
(Evaluation and Qualification Criteria), Criteria 2.5.
Bidder’s Nil Experience.

 Declaration of suspension or termination of contract: The following contract(s) has/have


been suspended or terminated and/or Performance Security called by an employer(s) for
reasons related to Environmental or Health and Safety performance since the date specified
in Section 3 (Evaluation and Qualification Criteria), Criterion 2.5. Details are described
below:
Bidder’s Nil Experience.
 Declaration of request for replacement of Key Environment Health and Safety
Personnel: The following contract(s) has/have experienced a request by the Employer to
replace Environmental, Health and Safety Personnel for reasons related to Environmental or
Health and Safety performance since the date specified in Section 3 (Evaluation and
Qualification Criteria), Criterion 2.5. Details are described below:
Bidder’s Nil Experience.
 Declaration of past fatality resulted from EHS issues on site: The following contract(s)
has/have experienced a fatality resulted from EHS issues on site since the date specified in
Section 3 (Evaluation and Qualification Criteria), Criterion 2.5. Details are described below:

Page 31 of 43
Total Contract
Suspended or
Amount (current
terminated
Year Contract Identification value, currency,
portion of
exchange rate and
contract
US$ equivalent)
[insert year] [insert amount and Contract identification: [indicate [insert amount]
percentage] complete contract name/ number,
and any other identification]
Name of employer: [insert full
name]
Address of Employer: [insert
street/city/country]
Reason(s) for suspension or
termination: [indicate main
reason(s) e.g., discharge over
environmental limit, workers did not
have required health and safety
permits to undertake high risk work,
work carried out was not adhered to
approved construction
methodology and quality control
plan]
[insert year] [insert amount and Contract Identification: [indicate [insert amount]
percentage] complete contract name/number,
and any other identification.
Name of Employer: [inset full name]
Address of Employer: [insert
street/city/country]
Reason(s) for suspension or
termination: [indicate main
reason(s)]
… [list all applicable contracts] …

Performance Security called by an employer(s) for reasons related to EHS performance
Total Contract
Amount (current
Year Contract Identification value, currency,
exchange rate and
US$ equivalent)
[insert year] Contract Identification: [indicate complete contract [insert amount]
name/number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for suspension or termination: [indicate main
reason(s) e.g., discharge over environmental limit,
workers did not have required health and safety permits
to undertake high risk work, work carried out was not
adhered to approved construction methodology and
quality control plan]

Page 32 of 43
Key EHS personnel replacement requested by the employer for reasons related to EHS
performance
Personnel
Year Contract Identification and Reasons replacement action
and results
[insert year] Contract Identification: [indicate complete contract
name/number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for requesting for replacement: [indicate main
reason(s)

Fatality due to EHS issues on Site

Follow-on actions
Year Contract Identification taken by the
contractor
[insert year] Contract Identification: [indicate complete contract
name/number, and any other identifications]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Description of fatality event:
Causation:

Page 33 of 43
Form FIN – 1: Historical Financial Performance
Each Bidder must fill out this form.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:

Joint Venture Partner: None.

Financial Data for Previous Three (3) Years [$ Equivalent]

Year: 2020 Year: 2021 Year: 2022

Total Assets (TA) 22,021,188.00 29,618,508.00 26,517,204.00


Total Liabilities (TL) 12,179,023.00 15,372,345.00 10,840,495.00
Net Worth = TA – TL 9,842,165.00 14,246,163.00 15,676,709.00
Current Assets (CA) 8,527,493.00 6,511,807.00 5,298,066.00
Current Liabilities (CL) 7,217,835.00 11,204,877.00 7,827,170.00
Working Capital = CA - CL 1,309,658.00 -4,693,070.00 -2,529,104.00

Most Recent Working To be obtained for most recent year and carried
Capital forward to FIN – 3 Line 1; in case of Joint
Ventures, to the corresponding Joint Venture
Partner’s FIN – 3.
Information from Income Statement

Total Revenues 20,570,223.00 34,361,176.00 31,898,144.00


Profits Before Taxes 12,413,186.00 29,206,908.00 26,435,790.00
Profits After Taxes 8,157,037.00 5,154,268.00 5,462,354.00
 Attached are copies of financial statements (balance sheets including all related notes,
and income statements) for the last 3 years, as indicated above, complying with the
following conditions.
1. Unless otherwise required by Section 3 of the Bidding Document, all such
documents reflect the standalone financial situation of the legal entity or entities
comprising the Bidder and not the Bidder’s parent companies, subsidiaries, or
affiliates.
2. Historical financial statements must be audited by a certified accountant.
3. 3) Historical financial statements must be complete, including all notes to the
financial statements.
4. Historical financial statements must correspond to accounting periods already
completed and audited (no statements for partial periods shall be requested or
accepted).

Refer to Appendix 8 for Audited Financial Statements

Page 34 of 43
Form FIN – 2: Average Annual Construction Turnover
Each Bidder must fill out this form.

The information supplied should be the Annual Turnover of the Bidder or each partner of a Joint
Venture for the total certified payments received from the clients for contracts in progress or
completed, converted to US dollars at the rate of exchange at the end of the period reported.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:

Joint Venture Partner: None.

Annual Turnover Data for the Last 3 Years (Construction only)

Year Amount Currency Exchange Rate US$ Equivalent


2022 30,779,730 0.28 8,931,480.32
2021 33,698,727 9,621,129.28
2020 18,009,426 5,759,662.44
Average Annual Construction Turnover 8,104,090.68

Form FIN – 3: Availability of Financial Resources


Bidder must demonstrate sufficient financial resources, usually comprising of Working Capital
supplemented by credit line statements or overdraft facilities and others to meet the Bidder’s financial
requirements for

(a) its current contract commitments, and


(b) the subject contract.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:

Joint Venture Partner: None

Financial Resources (PGK): 0.2800


Total Amount Amount (US$
No. Source of Financing
(PGK) Equivalent)
1 Working Capital -2,529,104.00 -708,149.12
2 Credit Line 1 - BSP Finance PNG Limited** 3,225,806.45 903,225.81
Credit Line 3 – PNG Steel Limited – For 1 Month –
3 55,644.68 15,580.51
PNGK350,000.00
Credit Line 4 – Puma Energy- For 1 Month – PNGK
4 119,584.46 33,483.65
250,000.00
Credit Line5 – Dunlop PNG for 1 Month – PNGK
5 17,754.00 4,971.12
100,000.00
6 Cash at Bank as at June 2021 7,199,074.00 2,015,740.72
7 IBD with BSP Finance Ltd as at June 2021 3,042,635.48 851,937.93
8 Total Amount – Actual Available 11,131,395.07 3,116,790.62

Page 35 of 43
Total of Financial Commitments to Suppliers,
9 192,983.14 54,035.28
Subcontractors or Others, plus Amounts in Dispute
10 (Rows 8-9) = Total Funds Available 10,938,411.93 3,062,755.34
ͣ To be substantiated by a letter from the bank issuing the line of credit.

Form FIN – 4: Financial Resources Requirement


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

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provided the
Joint Venture Partner’s name;

Joint Venture Partner: None.

Current Contracts Commitments


Remaining Monthly
Contract Outstanding Contract Financial
Name of Employer’s Contact
No. Completion Contract Period in Resources
Contract (Address, Tel, Fax)
Date Value (X)a months Requirement
(Y)b (X/Y)
Civil
Works –
Urr Water
MAmbane@waterpng.com.pg
Main
RAurere@waterpng.com.pg
Pipeline
MYuka@waterpng.com.pg
for 5th February PGK 2.273
1 PMandan@waterpng.com.pg PGK 5 mill 2.2
Kundiawa 2024 Mil
BNaisen@waterpng.com.pg
Water
JSimet@waterpng.com.pg
Supply.
MJaro@waterpng.com.pg
Contract
No.
156/2022
2
3
4
PGK 2.273
Total Monthly Financial Requirements for Current Contract Commitments
MIL

a
Remaining outstanding contract values to be calculated from 28 days prior to the bid submission
deadline ($ equivalent based on the foreign exchange rate as of the same date).
b
Remaining contract period to be calculated from 28 days prior to bid submission deadline.

Page 36 of 43
Form FIN – 5: Self-Assessment Tool for Bidder’s Compliance to Financial Resources
(Criterion 2.3.3 of Section 3)
This form requires the same information submitted in Forms FIN – 3 and FIN – 4. All Conditions of
“Available Financial Resources Net of CCC ≥ Requirements for the Subject Contract” must be satisfied
to qualify.

Form FIN – 5A: For Single Entities


Total Monthly
Financial
Total Requirement for Results: Yes
Available Current Contract Available Requireme or No (D
Financial Commitments Financial nts for the must be
For Single Resources (CCC) from FIN – Resources Subject greater than
Entities: from FIN – 3 4 Net of CCC Contract or equal to E)
(A) (B) (C) D = (B-C) (E) (F)
PGK PGK
PGK
Kaia Works 11,131,395. PGK 2.273 mil 8,858,395.
2,550,240
Limited 07 07 mil

Form FIN – 5B: For Joint Ventures None for this Bid
Total Monthly Results: Yes
Total Financial Available or No (D
Available Requirement for Financial Requirements must be
Financial Current Contract Resources for the greater than
For Joint Resources Commitments Net of Subject or equal to
Ventures: from FIN – 3 (CCC) from FIN – 4 CCC Contract E)
(A) (B) (C) D = (B-C) (E) (F)
One Partner:

(Name of the
Partner)
Each
Partner:

(Name of the
Partner 1)

(Name of the
Partner 2)

(Name of the
Partner 3)
Ʃ D = Sum of available financial
All Partners
resources net of Current Contract Ʃ D = _____
Combined
Commitments for all Partners

Page 37 of 43
-Note-
Form FIN – 5 is made available for use by the Bidder as a self-assessment tool, and by the Employer
as an evaluation work sheet, to determine compliance with the financial resources requirement as
stated in 2.3.3. Failure to submit Form FIN – 5 by the Bidder shall not lead to Bid Rejection.

Form EXP – 1: Contracts of Similar Size and Nature


Fill up one (1) form per contract. Each contract shall be supported by the documents such as Signed
Contract Agreement or Certificate of Completion of the Works.

The exchange rate to be used to calculate the value of contract for conversion to a specific currency
shall be the selling rate of the Borrower’s Central Bank on the date of the Contract.

Contract with Similar Size and Nature


Contract No.: ………………… of Contract Identification: ………………………………………………………..
Award Date: Completion Date:
Total Contract Amount:
If partner in a Joint Venture or Percentage of Total Amount
Subcontractor, specify
participation of Total Contract
Amount
Employer’s Name:
Address:
Telephone Number:
Fax Number:
E-mail:
Description of the Key Activities in Accordance with Criterion 2.4.2 of Section 3 (Evaluation
and Qualification Criteria)

The Bidder haven’t been awarded a similar contract yet. However, various cyclic grading on Highlands
Highway within Simbu Section was awarded to Bidder by Go-PNG represented by National Roads
Authority. Several emergencies and rehabilitation contracts were also awarded from GoPNG through
DoWH.

Form EXP – 2: Construction Experience in Key Activities


Fill up one (1) from per contract. Each contract shall be supported by documents such as Signed
Contract Agreement or Certificate of Completion of the Works.

Each Bidder must fill out this form.

If compiled by specialist Subcontractor, each specialist subcontractor must fill out this form and
provide the Specialist Subcontractor’s name;

Specialist Subcontractor: ________________________

1. Contract of similar size and nature

Page 38 of 43
Contract No.: of Contract Identification: Long Term Maintenance of Wau/Bulolo Highway
Pavement Repair & Sealing Works From 9mile Junction to Timini Bridge.

Award Date: 4th April 2023

Role in Contract: Contractor Management Contractor Subcontractor


Total Contract Amount: PGK 8, 993, 532.00 (excl. GST)

If partner in a JV of Subcontractor, specify


Participation of total contract Percent of Total 0.00 % of Amount: PGK 8, 993, 532.00
= Amount: PGK 0.00

Employer’s Name: AusAID – DEPARTMENT OF WORKS & HIGHWAY – Lae


Address: The Provincial Works Manager, PO Box 221, LAE 411, Morobe Province.
Telephone or Fax Number: (675) 3241114, (675) 3241102
Email: samsonapai@gmail.com (PWM – Lae Morobe Province)

2. Contract of similar size and nature

Contract No.: AA-43NR08-23-PR02 of Contract Identification: Description: Pavement Repair and


Sealing Works between Gusap Bridge (Ch 16.00 km) and Pompai Bridge (Ch 32.00 km) along
Ramu Highway in Morobe Province.

Award Date: 20th May 2023

Role in Contract: Contractor Management Contractor Subcontractor


Total Contract Amount: PGK 996,452.59 (excl. GST)

If partner in a JV of Subcontractor, specify


Participation of total contract Percent of Total 0.00 % of Amount: PGK 996,452.59
= Amount: PGK 0.00

Employer’s Name: AusAID – DEPARTMENT OF WORKS & HIGHWAY – Lae


Address: The Provincial Works Manager, PO Box 221, LAE 411, Morobe Province.
Telephone or Fax Number: (675) 3241114, (675) 3241102
Email: samsonapai@gmail.com (PWM – Lae Morobe Province)

3. Contract of similar size and nature

Contract No.: COI MPPC - EMG - MP - 3/2021, of Contract Identification: Survey, Design,
Construction and Sealing of Buang Road from Ch 5 Km to Ch 8 Km in Wau Bulolo District of
Morobe Province (Buang Road Phase 02 Extension).
Contract No.: COI MPPC-EMG-MP-2/2020, of Contract Identification: Upgrading and Sealing of
Buang Road from Wau Highway Turn-Off to An Extent Of 5.6 Km in Wau Bulolo District Of
Morobe Province (Buang Road Phase One).

Page 39 of 43
Award Date: 9th November 2021

Role in Contract: Contractor Management Contractor Subcontractor


Total Contract Amount: PGK 9,499,608.56

If partner in a JV of Subcontractor, specify


Participation of total contract Percent of Total 0.00 % of Amount: PGK 9,499,608.56
= Amount: PGK 0.00

Employer’s Name: Go-PNG – DEPARTMENT OF WORKS & HIGHWAY– Lae


Address: The Provincial Works Manager, PO Box 221, LAE 411, Morobe Province.
Telephone or Fax Number: (675) 3241114, (675) 3241102
Email: samsonapai@gmail.com (PWM – Lae Morobe Province)

4. Contract of similar size and nature

Contract No.: SSYDDA-PIP-DR-01 to 8/2021 of Contract Identification: Design, Construction


and Sealing of Dumun to Koge Road (7.3 Km) In Sinesine Yongumugl District in Simbu
Province. Maintenance & upgrade to Seal with Associated works including a 5 Span Bailey 200
bridge (Single Lane) at Unil and Wara Simbu Compact 200 16 Bays including Road
Realignment at Mogl to DPI.

Award Date: 9th November 2021

Role in Contract: Contractor Management Contractor Subcontractor


Total Contract Amount: PGK 12.5 million

If partner in a JV of Subcontractor, specify


Participation of total contract Percent of Total 0.00 % of Amount: PGK 12.5 million
= Amount: PGK 0.00

Employer’s Name: CEO / Chairman - Sinesine Youngumugl DDA


Address: P.O. BOX, KUNDIAWA, Simbu Province, PAPUA NEW GUINEA
Telephone or Fax Number: 675 7169 1966
Email: jnrthomaswii@gmail.com (District Engineer – Sinesina Youngomugl District, Simbu
Province)

5. Contract of similar size and nature

Contract No.: 28-COI-S2/CP1-007/21 (Phase 1 & 2), 28-DWH/COI/EA/S3P5/015/21 (Phase 1,


2 and 3), of Contract Identification: Double Bituminous Surface Treatment, Construction of
Karaldong Compact 200 Bailey Bridge Remaining Works for Gumanch Bridge, and construction
of a Box Culvert at Tenga Creek Along Eng Junction to Ambra Road in Western Highlands
Province.

Award Date: 8th November 2019

Page 40 of 43
Role in Contract: Contractor Management Contractor Subcontractor
Total Contract Amount: PGK 11.063 million

If partner in a JV of Subcontractor, specify


Participation of total contract Percent of Total 0.00 % of Amount: PGK 11.063 million
= Amount: PGK 0.00

Employer’s Name: Mr Jack Momdel – PWM – DOWH Mt Hagen


Address: P.O. BOX 167 Moka Street, MT HAGEN, WHP Province, PAPUA NEW GUINEA
Telephone or Fax Number:
Email: jackmomdel@gmail.com – (PWM, DOW Mt Hagen)

6. Contract of similar size and nature

Contract No.: PSTB – COI – WHP – EWM – 010/19 of Contract Identification: Emergency
Rehabilitation and Maintenance of Tinsley to Kyamanda Road (4.3 Km) in Baiyer District of
Western Highlands Province.

Contract No.: COI-TILU-/WHP-02/2021 of Contract Identification: Upgrading and sealing of 2.95


Km (10km to 14Km) Section of Tinsley to Lumusa in Mul-Baiyer District of Western Highlands
Province.

Award Date: 18th May 2019

Role in Contract: Contractor Management Contractor Subcontractor


Total Contract Amount: PGK 09 million

If partner in a JV of Subcontractor, specify


Participation of total contract Percent of Total 0.00 % of Amount: PGK 09 million
= Amount: PGK 0.00

Employer’s Name: Mr Jack Momdel – PWM – DOW Mt Hagen


Address: P.O. BOX 167 Moka Street, MT HAGEN, WHP Province, PAPUA NEW GUINEA
Telephone or Fax Number:
Email: jackmomdel@gmail.com

7. Contract of similar size and nature

Contract No.: COI MPPC-EMG-MP-18/2020 of Contract Identification: Urgent Upgrade and


Sealing of First 8km of Leron to Wantuot Starting from Highlands Highway Turn-Off in
Markham District of Morobe Province.

Award Date: 29th April 2020

Role in Contract: Contractor Management Contractor Subcontractor

Page 41 of 43
Total Contract Amount: PGK 6,995, 179.22
If partner in a JV of Subcontractor, specify

Participation of total contract Percent of Total 0.00 % of Amount: PGK 6,995, 179.22
= Amount: PGK 0.00

Employer’s Name: Go-PNG – DEPARTMENT OF WORKS & HIGHWAY – LAE.


Address: The Provincial Works Manager, PO Box 221, LAE 411, Morobe Province.
Telephone or Fax Number: (675) 3241114, (675) 3241102
Email: sapai@works.gov.pg (PWM – Lae Morobe Province)

8. Contract of similar size and nature

Contract No.: PC/PIP/EHP-RNB 23384-01 to 07-10/2020 of Contract Identification: Upgrading


and Sealing of Kainantu Town Roads in Kainantu District of Eastern Highlands Province.

Award Date: 17th November 2020

Role in Contract: Contractor Management Contractor Subcontractor

Total Contract Amount: PGK 3,498,822.12


If partner in a JV of Subcontractor, specify

Participation of total contract Percent of Total 0.00 % of Amount: PGK 3,498,822.12


= Amount: PGK 0.00

Employer’s Name: Go-PNG – DEPARTMENT OF WORKS & HIGHWAY – GOROKA


Address: P.O. BOX 1108, BOROKO, NCD, PAPUA NEW GUINEA
Telephone or Fax Number: (675) 3241114, (675) 3241102
Email: kkassen04@gmail.com (PWM – Goroka, EH Province)

9. Contract of similar size and nature

Contract No.: PC/PIP/EHP-RNB 23384-01 to 07-10/2020 of Contract Identification: Upgrading


and Sealing of Bulolo Town Roads in Wau Bulolo District of Morobe Province.

Award Date: 09th January 2019

Role in Contract: Contractor Management Contractor Subcontractor

Total Contract Amount: PGK 5.4 million

Page 42 of 43
If partner in a JV of Subcontractor, specify

Participation of total contract Percent of Total 0.00 % of Amount: PGK 5.4 million
= Amount: PGK 0.00

Employer’s Name: Go-PNG – DEPARTMENT OF WORKS & HIGHWAY – LAE


Address: The Provincial Works Manager, PO Box 221, LAE 411, Morobe Province.
Telephone or Fax Number: (675) 3241114, (675) 3241102
Email: sapai@works.gov.pg (PWM – Lae, MP)

10. Contract of similar size and nature

Contract No.: SC24-HH-14DK of CSTB3017 of Contract Identification: Performance Based Road


Maintenance and Pavement Restoration of Highlands Highway Section from Wara Chimbu to
Koronigle Bridge (22.0 Km) in Chimbu Province.

Award Date: 8th December 2014

Role in Contract: Contractor Management Contractor Subcontractor


Total Contract Amount: PGK 9, 954, 235.44

If partner in a JV of Subcontractor, specify


Participation of total contract Percent of Total 0.00 % Amount: PGK 9, 954, 235.44
Amount: PGK 0.00

Employer’s Name: Go-PNG – DEPARTMENT OF WORKS & HIGHWAYS – Mt Hagen


Address: P.O. BOX, Mt Hagen, WHP, Papua New Guinea
Telephone or Fax Number: (675) 3241114, (675) 3241102
Email: jackmomdel@gmail.com

Refer to Appendix 9 for Bidder’s Construction Experiences

Letter of Attorney
Refer to Appendix 10 – Letter of Attorney

Bidder’s Business Certificates


Refer to Appendix 11 – Bidders Business Certificates

Page 43 of 43

You might also like