bid evaluation report - ministry of public works and … 2012/cw3 bid... · bid evaluation report...

78
KINGDOM OF CAMBODIA MINISTRY OF PUBLIC WORKS AND TRANSPORT PROJECT MANAGEMENT UNIT 3 GREATER MEKONG SUBREGION - SOUTHERN COASTAL CORRIDOR PROJECT (SCCP) ADB LOAN NO. 2373-CAM (SF) and Government of Australia Grant 0096-CAM PROCUREMENT OF CIVIL WORKS Contract Name: Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Contract No. : SCCP – CW3 BID EVALUATION REPORT First Version April 2012

Upload: trancong

Post on 02-Apr-2018

221 views

Category:

Documents


2 download

TRANSCRIPT

KINGDOM OF CAMBODIA

MINISTRY OF PUBLIC WORKS AND TRANSPORT PROJECT MANAGEMENT UNIT 3

GREATER MEKONG SUBREGION - SOUTHERN COASTAL CORRIDOR PROJECT (SCCP)

ADB LOAN NO. 2373-CAM (SF) and Government of

Australia Grant 0096-CAM

PROCUREMENT OF CIVIL WORKS

Contract Name: Maintenance of National Road No. 3

(From Kampot to Veal Rinh)

Contract No. : SCCP – CW3

BID EVALUATION REPORT

First Version April 2012

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Bid Evaluation Report

Greater Mekong Subregion Southern Coastal Corridor Project ADB Loan No. 2373-CAM (SF) and Government of Australia Grant 0096-CAM

MAINTAINENCE OF NATIONAL ROAD NO. 3 (FROM KAMPOT TO VEAL RINH)

BID EVALUATION REPORT

CONTENTS

Page I. INTRODUCTION

A. Background 1 B. Bid Opening 1

II. BID EVALUATION

A. Bid Completeness 2 B. Bidders’ Qualification 3 C. Bidders’ Responsiveness 3 D. Evaluated Bid Prices – Bidders’ Ranking 4

III. CONCLUSIONS AND RECOMMENDATION 5

ATTACHMENTS 1. Procurement Notice 2. Minutes of the Public Opening of Bids 3. Status of Completeness of Bids 4. Detailed Bid Evaluation 5. Corrected evaluated Bid Prices 6. Clarifications provided by Bidder No. 4 7. Standard evaluation forms (Responsiveness Check/Method Statement)

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) 1 Bid Evaluation Report

MAINTENANCE OF NATIONAL ROAD NO. 3 (FROM KAMPOT TO VEAL RINH)

BID EVALUATION REPORT

I. INTRODUCTION

A. Background 1. The maintenance of the National Road No. 3 from Kampot to Veal Rinh is a component of the ADB-AusAID-financed GMS-Southern Coastal Corridor Project. The scope of the proposed work includes quantity and unit-priced maintenance works on road section from Km 12+300 to Km 32+850, and performance/output based routine maintenance for two years on two sections: Km 0+000 to Km 12+300, and Km 32+850 to Km 54+300 covering the indicative quantities as given in the Bill of Quantities. The cost of the NR3 maintenance work was estimated at $1.91 million. 2. The work also includes compliance with the Project’s Environmental Management Plan (EMP), which is included in the Specifications.

3. The bidding document was prepared in accordance with ADB guidelines for Procurement of Works (small contract) using the post-qualification option. The ADB-approved bidding document was issued to prospective bidders on 25 January 2011. The ADB-approved procurement notice was published in the Cambodia Daily, an English-published newspaper widely distributed in Cambodia, on 25 January 2012 (Attachment 1). 4. By the pre-bid meeting date of 8 February 2012, 7 contractors had purchased the bidding document and five attended the pre-bid meeting. Three questions were raised by contractors during the meeting: the first related to the exact project period, the second regarding the last 3 years of financial performance and the third regarding financial resources. One amendment to the bidding document was issued on 12th March 2012. The amendment was to revise the deadline for bid submission and bid opening from 13 March 2012 to 16 March 2012. 6 more contractors purchased the bidding document after pre-bid meeting.

B. Bid Opening 5. By the bid submission date of 16 March 2012, five bids were received all submitted prior to 3:00 pm, the bid closing time. No bids were received after the submission deadline. All bidders were from Cambodia which is a ADB member country. 6. The public opening of bids was held on 16 March 2012 at 3:30 pm. Bids were opened by order of submission, i.e., the first submitted bid was opened first. Prior to opening the bid envelope, each bidder was requested to confirm that their bid envelope remained sealed. 7. The bid price was read and recorded and the completeness of the bid was checked with regard to bid security and authorization to sign (power of attorney) (Attachment 2). Bidder’s name, country of origin and as-read bid prices are summarized in Table 1.

Table 1: Bidders’ As-read Bid Prices Bidder’s Name Country of Origin As-read Bid

Price $

Bidders’ No.

Diamond Construction & Import Export Co. Ltd.

Cambodia 1,493,051.79 No. 1

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) 2 Bid Evaluation Report Keurt Construction Enterprise Co. Ltd. Cambodia 1,522,149.90 No. 2 Banteay SREI Engineering & Construction Co. Ltd.

Cambodia 1,688,702.89 No. 3

Kuy Leang KY Construction Trading Group Co. Ltd.

Cambodia

1,976,101.82a

No. 4

Kry Huy Construction & Import Export Co. Ltd.

Cambodia

2,195,410.70

No. 5

a 5% discounted price, original bid price $2,080,107.18

II. BID EVALUATION

8. The three-step evaluation consisted in reviewing the bid completeness and evaluating bidder’s qualification and bid responsiveness. Detailed evaluation sheets are provided in Attachment 4. A. Bid Completeness 9. The completeness of the five bids was checked as a first step of the evaluation process. The status of bid completeness based on bidding requirements (Instruction to Bidders [ITB] Clause 11 and Bid Data Sheet [BDS]) is summarized in Attachment 3 and detailed evaluation is shown in Attachment 4. The five bids were found substantially complete, i.e., in terms of completeness as submitted by bidders. 10. However, of the five received bids, bidder No. 5 did not provide power of attorney and bidders Nos. 1, 2, 4 and 5 did not nominate the proposed specialist sub-contractor for Social Development, Gender and HIV/AIDS Awareness and Prevention Program and Human Trafficking Prevention Program. In the first instance the bid signatory is the owner of the company. In the second case the lack of subcontractor’s name and technical proposal for specialist subcontractors is considered a relatively minor deviation as it does not fundamentally affect the bidder’s qualification and responsiveness with regard to the building and civil works, nor does it impact on the bid price. B. Bidders’ Qualification 11. A comprehensive review of the five bids was carried out to evaluate bidders’ technical and financial capacities based on the qualification criteria listed in Section 3 of the bidding document (paras 2.1 to 2.7). 12. Bidder No.1 was disqualified for not meeting the requirements on a) average annual

construction turnover and b) specific construction experience.

13. Bidder No. 2 was disqualified for the a) incorrect validity period of the bid security and not meeting the requirements on b) average annual construction turnover, c) Financial resources d) Specific construction experience and e) personnel.

14. Bidder No. 5 was disqualified for the a) incorrect validity period of the submitted bid security (The correct bid security validity date is 28 days past the expiration of the Bidder’s bid) and not meeting the requirements on b) average annual construction turnover, c) General construction experienced) Specific Construction experience and e) personnel.

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) 3 Bid Evaluation Report

15. Bidder No. 3 is partially disqualified due to not meeting the criteria of specific

construction experience. Against the requirement of 2 projects of at least $1.6M, the bidder submitted the details of 3 projects of values $2.586M, $1.295M & $0.87M. It is recommended to the Employer and the Bank to give some relaxation on this account.

16. Bidder No. 4 shall stand qualified on all parameters provided this Bidder No. 4 was able to substantiate the credential on Personnel, Equipment and submitted the details of Specialist Sub-contractor as required according to the letter written to this bidder (dated 4th April 2012) on the above. The initial submitted list of personnel and machineries lacks clarity.

C. Bidder Responsiveness 17. The third evaluation step consisted in evaluating the two (one partially) qualified bidder’s responsiveness based on the criteria specified in the bidding document (Section 3). Of the 2 qualified bidders (one partially disqualified), both were found responsive. 18. Based on their general and specific road experience, the proposed two responsive bidders have the capacity to meet the technical project requirements and perform the contract within the contractual 104-weeks implementation period (BDS, ITB 13.2 and PCC, GCC 1.1 (u)). Likewise, the financial situation of the two responsive bidders in terms of balance sheet and income statement for the last three years, average annual construction turnover, financial resources and current contract commitments confirms their capacities to meet the project financial requirements.

19. The two responsive bidders have provided a technical proposal including preliminary schedule of works, equipment and personnel schedule, and resume’s of proposed personnel (ITB 16 and Section 4). The review of the bidders’ technical proposal confirms adequacy of the bidders’ proposed implementation arrangements with the works requirements and the contractual completion time.

20. With regard to the contractual provisions as specified in the draft General Conditions of Contract and the Particular Conditions of Contract attached to the bidding document, in particular those related to completion time, and conditions and terms of payment, none of the proposed two responsive bidders have raised either written comments or reservations. Accordingly, by signing the Letter of Bid the bidders have accepted the proposed contractual terms and conditions (Letter of Bid, paras. (a) and (n).

Table 2: Bidders’ Qualification and Responsiveness Bidder’s No. & Name Qualified Responsiveness Comments 1. Diamond Construction & Import Export Co. Ltd.

No Requirements for Average Annual construction Turnover & Specific Construction experience were not met. Sub- contractors detail not submitted.

2. Keurt Construction Enterprise Co. Ltd.

No Requirements for Average Annual construction Turnover, Financial resources, Specific Construction experience, and Personnel experience were not met. Sub- contractor details not submitted.

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) 4 Bid Evaluation Report

Bid security validity period was non-compliant

3. Banteay SREI Engineering & Construction Co. Ltd.

Partially Yes Requirements for Specific Construction Experience were partly met. Against the requirements of 2 projects of at least $1.6M, the bidder has submitted the credentials for 3 projects of values $2.586M, $1.295M and $0.87M

4. Kuy Leang KY Construction Trading Group Co. Ltd.

Partially Yes This bidder has been asked through separate letter to submit the detailed CV’s, equipment details and the Specialist Sub-Contractor details. If they are able to substantiate the credentials, this bidder shall stand qualified on all parameters.

5. Kry Huy Construction & Import Export Co. Ltd.

No Requirements for Average Annual construction Turnover, General & Specific Construction experience & Personnel experience were not met. Sub- contractor detail not submitted. Bid security validity period was non-compliant

D. Evaluated Bid Prices – Bidders’ Ranking 21. In compliance with ITB 15.1 and BDS ITB 15.1, all bid prices were expressed in US dollars. The bid price of each bidder has been recomputed based on the bidder’s unit prices. Some errors were found but all bidders have priced all bill items. The evaluated bid prices after correction of arithmetical errors and ranking of responsive bidders are summarized in Table 3. The lowest evaluated bid price of $1,600,052.16 is about 16% below the Engineer’s estimate of $1,908,582.13. A detailed analysis and comparison of the unit rates of the lowest evaluated bid versus Engineer’s estimate has been carried out.

Table 3: Evaluated Bid Prices Bidder’s Name As-read Bid

Price $

Evaluated Bid Price *

$

Bidders’ Ranking

Diamond Construction & Import Export Co. Ltd.

1,493,051.79 1,600,052.16 No.1

Keurt Construction Enterprise Co. Ltd.

1,522,149.90 1,632,000.22 No.2

Banteay SREI Engineering & Construction Co. Ltd.

1,688,702.89 1,688,703.85 No.3

Kuy Leang KY Construction Trading Group Co. Ltd.

1,976,101.82

1,976,102.13 No.4

Kry Huy Construction & Import Export Co. Ltd.

2,195,410.70

2,195,409.25 No.5

1,976,101.82a

2,195,410.70

* For detailed calculation of evaluated Bid Prices (after correction of arithmetical errors), kindly refer to Attachment 5

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) 5 Bid Evaluation Report

III. CONCLUSIONS AND RECOMMENDATION 22. Of the five bids received on 16 March 2012 (the deadline for submission), Bidders Nos. 1, 2 and 5 were disqualified under Evaluation and Qualification Criteria 2.1 to 2.7, and/or failing to provide a compliant bid security. The lowest evaluated Bidder No. 3 Banteay SREI Engineering & Construction Co. Ltd. has submitted a price of $1.688 million which is about 12% below the Engineer’s Estimate. This Bidder qualifies on all parameters, except for the specific Construction experience. Against the requirement of at least 2 projects of $1.6M, the bidder has submitted the credentials for 3 projects of value $2.586M (more than 60% of requirement), $1.295M (20% below the requirement) & $0.87 M.USD (almost 50% below the requirement). Thus, the Bidder has submitted credentials for three projects of value $4.75 M against the requirements of two projects of $3.2M as per Clause 2.4.2 of Evaluation and Qualification Criteria. Bidder No. 4, Kuy Leang Ky Construction Trading Group Co. Ltd. has submitted a bid price of $1,976,102.13 (after discount) which is about 4% above the Engineer’s estimate. However, a separate letter has been written to this bidder for further clarification on Personnel & Equipment and Specialist Sub-contractor. Bidder No. 4, Kuy Leang Ky Construction Trading Group Co. Ltd. has provided all requested clarifications/documents on 10 April 2012 (see Attachment 6) and stands now qualified on all Bidding parameters. 23. A relative study of all the bids reveals that Bidder No. 3 has complied with all the requirements except for one parameter discussed above (partially qualified). Incidentally, the bid price of Bidder No. 3 is 12% lower than the Engineer’s Estimate, while the bid price of Bidder No.4 is 4% above the Engineer’s Estimate. Based on the above analysis, Bidder No. 3 is recommended for approval, after partially relaxing the Specific Construction Experience of minimum 2 contracts of at least 1.60 Million USD.

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 1-1 Bid Evaluation Report

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 1-2 Bid Evaluation Report

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-1 Bid Evaluation Report

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-2 Bid Evaluation Report

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-3 Bid Evaluation Report

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-4 Bid Evaluation Report

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-5 Bid Evaluation Report

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-6 Bid Evaluation Report

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-7 Bid Evaluation Report

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-8 Bid Evaluation Report

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-9 Bid Evaluation Report

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-10 Bid Evaluation Report

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-11 Bid Evaluation Report

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-12 Bid Evaluation Report

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 3-1 Bid Evaluation Report Status of Completeness of Bids1 Diamond

Construction & Import Export Co.

Ltd.

Keurt Construction

Enterprise Co. Ltd.

Banteay SREI Engg.&

Construction Co. Ltd.

Kuy Leang KY Construction Trading

Group Co. Ltd.

Kry Huy Construction &

Import Export Co. Ltd.

Letter of Bid Yes Complied

Yes Complied

Yes Complied

Yes Complied

Yes Complied

Completed Schedules Yes Complied

Yes Complied

Yes Complied

Yes complied

Yes Complied

Bid Security Yes Complied

Yes Validity not compliant

Yes Complied

Yes Complied

Yes Validity not compliant

Alternative Bids Alternative bids shall not be permitted (ITB 13.1, BDS-ITB13.1) Written confirmation for the signatory of the Bid to commit the Bidder

Yes

Yes Yes Yes

No

Documentary evidence for the Bidder to perform the contract

Yes Yes Yes Yes

Yes

Technical Proposal Yes Yes Yes Yes Yes JV agreement or letter of intent

NA NA NA NA NA

Subcontractor HIV/AIDS-Trafficking3

NO NO Yes NO NO

1. For further details refer to Attachment 4, Detailed Evaluation sheets. NA = Not Applicable

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 1 Bid Evaluation Report

Detailed Bid Evaluation The following sheets detail the evaluation of the five received bids in accordance with

the evaluation and qualification criteria attached to the bidding documents.

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 2 Bid Evaluation Report Bidder No.1

BIDDER No.1 Bid completeness: Yes. Bidder’s qualification: No Bid’s responsiveness: No 1. BID COMPLETENESS Document Compliance Comments Yes No Letter of Bid X Bid Validity X 120 days Bid Security X $40,000 bank guarantee issued by ACLEDA

Bank Plc. valid until -------(11 August 2012) Power of Attorney X Financial Data/Information X Experience X Personnel X Equipment X Subcontractor HIV/AIDS-Trafficking

X

2. QUALIFICATION – BID RESPONSIVENESS 2.1 Eligibility

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.1.1 Nationality Nationality in accordance with ITB Sub-Clause 4.2.

Cambodia not applicable

not applicable

not applicable

X

2.1.2 Conflict of Interest No conflicts of interest in accordance with ITB Sub-Clause 4.3.

No conflicts of

interest

not applicable

not applicable

not applicable

X

2.1.3 ADB Eligibility Not having been declared ineligible by ADB, as described in ITB Sub-Clause 4.4.

Eligible not applicable

not applicable

not applicable

X

2.1.4 Government-owned Entity Bidder required to meet conditions of ITB Sub-Clause 4.5.

Private company

as per registration documents

not applicable

not applicable

not applicable

X

2.1.5 UN Eligibility Not having been declared ineligible based on a United Nations resolution or Employer’s country law, as described in ITB Sub-Clause 4.8.

Eligible not applicable

not applicable

not applicable

X

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 3 Bid Evaluation Report Bidder No.1

2.2 Pending Litigation

Criteria Compliance Requirements Compliance

Requirement Single Entity Joint Venture Meet the

Requirements All Partners Combined

Each Partner

One Partner Yes No

All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than seventy five (75) percent of the Bidder’s net worth.

None. Requirements

met.

not applicable

not applicable

not applicable

X

2.3 Financial Situation

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.3.1 Historical Financial Performance

Submission of audited balance sheets or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) years to demonstrate the current soundness of the Bidders financial position and its prospective long-term profitability. As a minimum, a Bidder's net worth calculated as the difference between total assets and total liabilities should be positive.

Audited financial statements provided for 2009, 2010 & 2011. Requirements met.

not applicable

not applicable

not applicable

X

2.3.2 Average Annual Construction Turnover

Minimum average annual construction turnover of US$ 4.0 million calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.

Av. $2.89 million for

2009, 2010 &2011.

Requirements not met.

not applicable

not applicable

not applicable

X

2.3.3 Financial Resources [5 x Working Capital + lines of credit] – [40% of current contract commitments] 5 x 0.854 + 0.673 - 2.198 = $2.745 mill > $1.60 mill Requirements met.

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 4 Bid Evaluation Report Bidder No.1

2.4 Experience

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the

Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.4.1 General Construction Experience

Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the applications submission deadline.

Information provided on Buildings and Civil Works Contract. Requirements met.

not applicable

not applicable

not applicable

X

2.4.2 Specific Construction Experience, Contracts of Similar Size and Nature

Participation as contractor, management contractor, or subcontractor, in at least two (2) contracts within the last six (6) years, each with a value of at least US$ one point six (1.6) million that have been successfully or are substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics as described in Section 6 (Works Requirements)

Info provided for Contract of $3.766 million & $1.4 million. Requirements not met.

not applicable

not applicable

not applicable

X

2.5 Personnel

No. Position

Minimum Requirements Bidder’s Resources Total Work Experience

[years]

Experience In Similar

Work [years]

Total Work Experience

[years]

Experience In Similar Work

[years] 1 Project Manager

(currently employed by the bidder)

15 5 (similar size & type)

6 2

2 Routine Maintenance Unit Manager

10 3 (similar size)

11

6

3 Quality Control Engineer 10 3 (similar type)

12 3

4.1 Site Supervisor 1 10 3 (similar size & type)

12 4

4.2 Site Supervisor 2 10 3 (similar size & type)

16 3

5.1 Routine Maintenance Supervisor 1

10 3 (similar type)

10 4

5.2 Routine Maintenance Supervisor 2

10 3 (similar type)

14 8

5.3 Routine Maintenance Supervisor 3

10 3 (similar type)

17 4

5.4 Routine Maintenance Supervisor 4

10 3 (similar type)

14 3

6 Measurement Engineer 5 3 (similar type)

16 3

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 5 Bid Evaluation Report Bidder No.1

Requirements partly met

2.6 Equipment

No. Equipment Type and Characteristics Min. Number Required

Bidder’s Resources

1 Bulldozer D8 type 1 1

2 Excavator 0.7m3 bucket 3 3

3 Dump Truck 14m3 10 10

4 Vibrating Roller 15 tonne 2 2

5 Tyre Roller 15 tonne 2 2

6 Motor Grader (150 hp) 2 2

7 Water Bowser (8000 liter) 2 2

8 Bitumen Distributor/Boiler (6000 liter) 2 2

Requirements met.

2.7 Specialist Subcontractors

Social Development, Gender and HIV/AIDS Awareness and Prevention Program and Human Trafficking Prevention Program – Not submitted

7.1 Laboratory Technician 1 5 3 (similar type)

10 3

7.2 Laboratory Technician 2 5 3 (similar type)

16 8

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 6 Bid Evaluation Report Bidder No. 2

BIDDER No.2 Bid completeness: Yes. Bidder’s qualification: No Bid’s responsiveness: No 1. BID COMPLETENESS Document Compliance Comments Yes No Letter of Bid X Bid Validity X 120 days Bid Security X $40,000 bank guarantee issued by Canadia

Bank Phnom Penh. valid until 14 June 2012 Power of Attorney X Financial Data/Information X Experience X Personnel X Equipment X Subcontractor Unexploded Ordnance NA Subcontractor HIV/AIDS-Trafficking X 2. QUALIFICATION – BID RESPONSIVENESS 2.1 Eligibility

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.1.1 Nationality Nationality in accordance with ITB Sub-Clause 4.2.

Cambodia not applicable

not applicable

not applicable

X

2.1.2 Conflict of Interest No conflicts of interest in accordance with ITB Sub-Clause 4.3.

No conflicts of

interest

not applicable

not applicable

not applicable

X

2.1.3 ADB Eligibility Not having been declared ineligible by ADB, as described in ITB Sub-Clause 4.4.

Eligible not applicable

not applicable

not applicable

X

2.1.4 Government-owned Entity Bidder required to meet conditions of ITB Sub-Clause 4.5.

Private Construction

Company

not applicable

not applicable

not applicable

X

2.1.5 UN Eligibility Not having been declared ineligible based on a United Nations resolution or Employer’s country law, as described in ITB Sub-Clause 4.8.

Eligible not applicable

not applicable

not applicable

X

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 7 Bid Evaluation Report Bidder No. 2

2.2 Pending Litigation

Criteria Compliance Requirements Compliance

Requirement Single Entity Joint Venture Meet the

Requirements All Partners Combined

Each Partner

One Partner Yes No

All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than seventy five (75) percent of the Bidder’s net worth.

None. Requirements

met.

not applicable

not applicable

not applicable

X

2.3 Financial Situation

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.3.1 Historical Financial Performance

Submission of audited balance sheets or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) years to demonstrate the current soundness of the Bidders financial position and its prospective long-term profitability. As a minimum, a Bidder's net worth calculated as the difference between total assets and total liabilities should be positive.

Audited financial statements provided for 2009, 2010 & 2011. Requirements met.

not applicable

not applicable

not applicable

X

2.3.2 Average Annual Construction Turnover

Minimum average annual construction turnover of US$ 4.0 million calculated as total certified payments received for contracts in progress or completed, within the last three (3) years

Av. $2.17 million for

2009, 2010 &2011.

Requirements not met.

not applicable

not applicable

not applicable

X

2.3.3 Financial Resources [5 x Working Capital + lines of credit] – [40% of current contract commitments] 5 x 0.553 + 1.616 - 3.81 = $0.57 mill < $1.632 Requirements not met.

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 8 Bid Evaluation Report Bidder No. 2

2.4 Experience

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the

Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.4.1 General Construction Experience

Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the applications submission deadline.

Information provided on Buildings and Civil Works Contract. Requirements met.

not applicable

not applicable

not applicable

X

2.4.2 Specific Construction Experience, Contracts of Similar Size and Nature

Participation as contractor, management contractor, or subcontractor, in at least two (2) contracts within the last six (6) years, each with a value of at least US$ one point six (1.6) million that have been successfully or are substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics as described in Section 6 (Works Requirements)

None of the projects shown meets the minimum criteria of $1.6 million. Requirements not met.

not applicable

not applicable

not applicable

X

2.5 Personnel

No. Position

Minimum Requirements

Bidder’s Resources

Total Work

Experience [years]

Experience In Similar

Work [years]

Total Work Experience

[years]

Experience In Similar

Work [years]

1 Project Manager (currently employed by the bidder)

15 5 (similar size & type)

13

2 Routine Maintenance Unit Manager 10 3 (similar size)

16

3 Quality Control Engineer 10 3 (similar type)

19

4.1 Site Supervisor 1 10 3 (similar size & type)

19

4.2 Site Supervisor 2 10 3 (similar size & type)

15

5.1 Routine Maintenance Supervisor 1 10 3 (similar type)

17

5.2 Routine Maintenance Supervisor 2 10 3 (similar type)

12

5.3 Routine Maintenance Supervisor 3 10 3 (similar type)

9

5.4 Routine Maintenance Supervisor 4 10 3 (similar 6

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 9 Bid Evaluation Report Bidder No. 2

None of the candidates have experience in Road projects. Requirements not met.

2.6 Equipment

No. Equipment Type and Characteristics Min. Number Required

Bidder’s Resources

1 Bulldozer D8 type 1 1 (D2 type)

2 Excavator 0.7m3 bucket 3 1

3 Dump Truck 14m3 10 2

4 Vibrating Roller 15 tonne 2 2

5 Tyre Roller 15 tonne 2 1

6 Motor Grader (150 hp) 2 2

7 Water Bowser (8000 liter) 2 2

8 Bitumen Distributor/Boiler (6000 liter) 2 2

Requirements partly met.

2.7 Specialist Subcontractors

Social Development, Gender and HIV/AIDS Awareness and Prevention Program and Human Trafficking Prevention Program – Not submitted

type) 6 Measurement Engineer 5 3 (similar

type) 6

7.1 Laboratory Technician 1 5 3 (similar type)

7

7.2 Laboratory Technician 2 5 3 (similar type)

7

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 10 Bid Evaluation Report Bidder No. 3

BIDDER No.3 Bid completeness: Yes. Bidder’s qualification: Partially Qualified Bid’s responsiveness: Yes. 1. BID COMPLETENESS Document Compliance Comments Yes No Letter of Bid X Bid Validity X 120 days Bid Security X $40,000 bank guarantee issued by Phnom Penn

Commercial Bank, Phnom Penh. valid until 13 August 2012

Power of Attorney X Joint Venture Agreement X Financial Data/Information X Experience X Personnel X Equipment X Subcontractor Unexploded Ordnance NA Subcontractor HIV/AIDS-Trafficking

X

2. QUALIFICATION – BID RESPONSIVENESS 2.1 Eligibility

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.1.1 Nationality Nationality in accordance with ITB Sub-Clause 4.2.

not applicable

Cambodia not applicable

not applicable

X

2.1.2 Conflict of Interest No conflicts of interest in accordance with ITB Sub-Clause 4.3.

not applicable

No conflicts of

interest

No conflicts of

interest

not applicable

X

2.1.3 ADB Eligibility Not having been declared ineligible by ADB, as described in ITB Sub-Clause 4.4.

not applicable

Eligible Eligible not applicable

X

2.1.4 Government-owned Entity Bidder required to meet conditions of ITB Sub-Clause 4.5.

not applicable

Private construction

firm

Private construction

firm

not applicable

X

2.1.5 UN Eligibility Not having been declared ineligible based on a United Nations resolution or Employer’s country law, as described in ITB Sub-Clause 4.8.

not applicable

Eligible Eligible not applicable

X

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 11 Bid Evaluation Report Bidder No. 3

2.2 Pending Litigation

Criteria Compliance Requirements Compliance

Requirement Single Entity Joint Venture Meet the

Requirements All Partners Combined

Each Partner

One Partner Yes No

All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than seventy five (75) percent of the Bidder’s net worth.

None. Requirements

met.

not applicable

No info. provided.

Requirements not met.

X

2.3 Financial Situation

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.3.1 Historical Financial Performance

Submission of audited balance sheets or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) years to demonstrate the current soundness of the Bidders financial position and its prospective long-term profitability. As a minimum, a Bidder's net worth calculated as the difference between total assets and total liabilities should be positive.

Audited financial statements provided for 2008, 2009 & 2010. Requirements met.

not applicable

not applicable

not applicable

X

2.3.2 Average Annual Construction Turnover

Minimum average annual construction turnover of US$ 4.0 million calculated as total certified payments received for contracts in progress or completed, within the last three (3) years

Av. $5.34 million for

2008, 2009 &2010.

Requirements met.

not applicable

not applicable

not applicable

X

2.3.3 Financial Resources [5 x Working Capital + lines of credit] – [40% of current contract commitments] 5 x 0.824 + 24.59 - 3.956 = $24.75 mill > $1.69 Requirements met.

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 12 Bid Evaluation Report Bidder No. 3

2.4 Experience

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the

Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.4.1 General Construction Experience

Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the applications submission deadline.

Information provided on Buildings and Civil Works Contract. Requirements met.

not applicable

not applicable

not applicable

X

2.4.2 Specific Construction Experience, Contracts of Similar Size and Nature

Participation as contractor, management contractor, or subcontractor, in at least two (2) contracts within the last six (6) years, each with a value of at least US$ one point six (1.6) million that have been successfully or are substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics as described in Section 6 (Works Requirements)

Info provided for Contract of $2.586 million, $1.295 million & $0.87 for three road projects. Requirements partly met.

not applicable not applicable

not applicable

X

2.5 Personnel

No. Position

Minimum Requirements Bidder’s Resources Total Work Experience

[years]

Experience In Similar

Work [years]

Total Work Experience

[years]

Experience In Similar Work

[years] 1 Project Manager

(currently employed by the bidder)

15 5 (similar size & type)

19 6

2 Routine Maintenance Unit Manager

10 3 (similar size)

16 8

3 Quality Control Engineer 10 3 (similar type)

24 4

4.1 Site Supervisor 1 10 3 (similar size & type)

14 10

4.2 Site Supervisor 2 10 3 (similar size & type)

12 6

5.1 Routine Maintenance Supervisor 1

10 3 (similar type)

8 7

5.2 Routine Maintenance Supervisor 2

10 3 (similar type)

8 4

5.3 Routine Maintenance Supervisor 3

10 3 (similar type)

19 14

5.4 Routine Maintenance Supervisor 4

10 3 (similar type)

19 17

6 Measurement Engineer 5 3 (similar 18 7

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 13 Bid Evaluation Report Bidder No. 3

Requirements met.

2.6 Equipment

No. Equipment Type and Characteristics Min. Number Required

Bidder’s Resources

1 Bulldozer D8 type 1 4

2 Excavator 0.7m3 bucket 3 10

3 Dump Truck 14m3 10 10

4 Vibrating Roller 15 tonne 2 4

5 Tyre Roller 15 tonne 2 2

6 Motor Grader (150 hp) 2 2

7 Water Bowser (8000 liter) 2 2

8 Bitumen Distributor/Boiler (6000 liter) 2 2

Requirements met.

2.7 Specialist Subcontractors

Social Development, Gender and HIV/AIDS Awareness and Prevention Program and Human

Trafficking Prevention Program – Submitted (Community Development Organization of Humanitarian).

type) 7.1 Laboratory Technician 1 5 3 (similar

type) 19 14

7.2 Laboratory Technician 2 5 3 (similar type)

7 7

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 14 Bid Evaluation Report Bidder No. 4

BIDDER No.4 Bid completeness: Yes. Bidder’s qualification: Yes Bid’s responsiveness: Yes 1. BID COMPLETENESS Document Compliance Comments Yes No Letter of Bid X Bid Validity X 120 days Bid Security X $40,000 bank guarantee issued by Acleda Bank

Plc., Tuol Kork Branch. valid until 16 August 2012

Power of Attorney X Financial Data/Information X Experience X Personnel X Equipment X Subcontractor Unexploded Ordnance NA Subcontractor HIV/AIDS-Trafficking X 2. QUALIFICATION – BID RESPONSIVENESS 2.1 Eligibility

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.1.1 Nationality Nationality in accordance with ITB Sub-Clause 4.2.

Cambodia not applicable

not applicable

not applicable

X

2.1.2 Conflict of Interest No conflicts of interest in accordance with ITB Sub-Clause 4.3.

No conflicts of

interest

not applicable

not applicable

not applicable

X

2.1.3 ADB Eligibility Not having been declared ineligible by ADB, as described in ITB Sub-Clause 4.4.

Eligible not applicable

not applicable

not applicable

X

2.1.4 Government-owned Entity Bidder required to meet conditions of ITB Sub-Clause 4.5.

Private company

as per registration documents

not applicable

not applicable

not applicable

X

2.1.5 UN Eligibility

Not having been declared ineligible based on a United Nations resolution or Employer’s country law, as described in ITB Sub-Clause 4.8.

not applicable

Eligible Eligible not applicable

X

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 15 Bid Evaluation Report Bidder No. 4

2.2 Pending Litigation

Criteria Compliance Requirements Compliance

Requirement Single Entity Joint Venture Meet the

Requirements All Partners Combined

Each Partner

One Partner Yes No

All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than seventy five (75) percent of the Bidder’s net worth.

None. Requirements

met.

not applicable

not applicable

not applicable

X

2.3 Financial Situation

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.3.1 Historical Financial Performance

Submission of audited balance sheets or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) years to demonstrate the current soundness of the Bidders financial position and its prospective long-term profitability. As a minimum, a Bidder's net worth calculated as the difference between total assets and total liabilities should be positive.

Audited financial statements provided for 2009, 2010 & 2011. Requirements met.

not applicable

not applicable

not applicable

X

2.3.2 Average Annual Construction Turnover

Minimum average annual construction turnover of US$ 4.0 million calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.

Av. $14.0million

for 2009, 2010 &2011.

Requirements met.

not applicable

not applicable

not applicable

X

2.3.3 Financial Resources [5 x Working Capital + lines of credit] – [40% of current contract commitments] 5 x 0.60 + 2.02 - 2.6 = $2.42 mill > $1.98 Requirements met.

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 16 Bid Evaluation Report Bidder No. 4

2.4 Experience

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the

Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.4.1 General Construction Experience

Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the applications submission deadline.

Information provided on Road and Civil Works Contract. Requirements met.

not applicable

not applicable

not applicable

X

2.4.2 Specific Construction Experience, Contracts of Similar Size and Nature

Participation as contractor, management contractor, or subcontractor, in at least two (2) contracts within the last six (6) years, each with a value of at least US$ one point six (1.6) million that have been successfully or are substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics as described in Section 6 (Works Requirements)

Info provided for Contract of $5.61M,5.889M ,$4.905M, $5.042M for four road/bridge and building projects. Requirements met.

not applicable

not applicable

not applicable

X

2.5 Personnel

No. Position

Minimum Requirements Bidder’s Resources Total Work Experience

[years]

Experience In Similar

Work [years]

Total Work Experience

[years]

Experience In Similar Work

[years] 1 Project Manager

(currently employed by the bidder)

15 5 (similar size & type)

16 11 The above data are taken from

abstract sheet. CV not submitted. 2 Routine Maintenance Unit

Manager 10 3 (similar

size) 21 8

3 Quality Control Engineer 10 3 (similar type)

20 15

4.1 Site Supervisor 1 10 3 (similar size & type)

13 10

4.2 Site Supervisor 2 10 3 (similar size & type)

20 14

5.1 Routine Maintenance Supervisor 1

10 3 (similar type)

15 12

5.2 Routine Maintenance Supervisor 2

10 3 (similar type)

15 10

5.3 Routine Maintenance Supervisor 3

10 3 (similar type)

CV not submitted

5.4 Routine Maintenance Supervisor 4

10 3 (similar type)

15 10

Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 17 Bid Evaluation Report Bidder No. 4

Requirements partly met

2.6 Equipment

No. Equipment Type and Characteristics Min. Number Required

Bidder’s Resources

1 Bulldozer D8 type 1 Form not available

2 Excavator 0.7m3 bucket 3 2 (0.5 cum capacity)

3 Dump Truck 14m3 10 6(of lesser capacity 6 to

15T)

4 Vibrating Roller 15 tonne 2 2

5 Tyre Roller 15 tonne 2 1

6 Motor Grader (150 hp) 2 2

7 Water Bowser (8000 liter) 2 2

8 Bitumen Distributor/Boiler (6000 liter) 2 2

Requirements partly met.

2.7 Specialist Subcontractors

Social Development, Gender and HIV/AIDS Awareness and Prevention Program and Human Trafficking Prevention Program – Not Submitted.

6 Measurement Engineer 5 3 (similar type)

15 10

7.1 Laboratory Technician 1 5 3 (similar type)

14 10

7.2 Laboratory Technician 2 5 3 (similar type)

14 10

Development of Cross Border Facilities at Lork-Kampot Attachment 4- 18 Bid Evaluation Report Bidder No. 5

BIDDER No.5 Bid completeness: Yes. Bidder’s qualification: NO Bid’s responsiveness: NO 1. BID COMPLETENESS Document Compliance Comments Yes No Letter of Bid X Bid Validity X 120 days Bid Security X $40,000 bank guarantee issued by Acleda Bank,

Daun Penh Branch valid until 16 July 2012 Power of Attorney X Financial Data/Information X Experience X Personnel X Equipment X Subcontractor Unexploded Ordnance NA Subcontractor HIV/AIDS-Trafficking X 2. QUALIFICATION – BID RESPONSIVENESS 2.1 Eligibility

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.1.1 Nationality Nationality in accordance with ITB Sub-Clause 4.2.

Cambodia not applicable

not applicable

not applicable

X

2.1.2 Conflict of Interest No conflicts of interest in accordance with ITB Sub-Clause 4.3.

No conflicts of

interest

not applicable

not applicable

not applicable

X

2.1.3 ADB Eligibility Not having been declared ineligible by ADB, as described in ITB Sub-Clause 4.4.

Eligible not applicable

not applicable

not applicable

X

2.1.4 Government-owned Entity Bidder required to meet conditions of ITB Sub-Clause 4.5.

Private company

as per registration documents

not applicable

not applicable

not applicable

X

2.1.5 UN Eligibility Not having been declared ineligible based on a United Nations resolution or Employer’s country law, as described in ITB Sub-Clause 4.8.

Eligible not applicable

not applicable

not applicable

X

Development of Cross Border Facilities at Lork-Kampot Attachment 4- 19 Bid Evaluation Report Bidder No. 5

2.2 Pending Litigation

Criteria Compliance Requirements Compliance

Requirement Single Entity Joint Venture Meet the

Requirements All Partners Combined

Each Partner

One Partner Yes No

All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than seventy five (75) percent of the Bidder’s net worth.

None. Requirements

met.

not applicable

not applicable

not applicable

X

2.3 Financial Situation

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.3.1 Historical Financial Performance

Submission of audited balance sheets or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) years to demonstrate the current soundness of the Bidders financial position and its prospective long-term profitability. As a minimum, a Bidder's net worth calculated as the difference between total assets and total liabilities should be positive.

Audited financial statements provided for 2009, 2010 & 2011. Requirements met.

not applicable

not applicable

not applicable

X

2.3.2 Average Annual Construction Turnover

Minimum average annual construction turnover of US$ 4.0 million calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.

Av. $0.928 million for

2009, 2010 &2011.

Requirements not met.

not applicable

not applicable

not applicable

X

2.3.3 Financial Resources [5 x Working Capital + lines of credit] – [40% of current contract commitments] 5 x 0 + 2.62 - 0 = $2.62 mill > $2.195 Requirements met.

Development of Cross Border Facilities at Lork-Kampot Attachment 4- 20 Bid Evaluation Report Bidder No. 5

2.4 Experience

Criteria Compliance Requirements Compliance

Requirement Single Entity

Joint Venture Meet the

Requirements

All Partners Combined

Each Partner

One Partner Yes No

2.4.1 General Construction Experience

Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the applications submission deadline.

Information provided on Buildings and Civil Works Contract for the last 3 years only. Requirements not met.

not applicable

not applicable

not applicable

X

2.4.2 Specific Construction Experience, Contracts of Similar Size and Nature

Participation as contractor, management contractor, or subcontractor, in at least two (2) contracts within the last six (6) years, each with a value of at least US$ one point six (1.6) million that have been successfully or are substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics as described in Section 6 (Works Requirements)

Info provided for Contract of 0.227 million for one project Requirements not met.

not applicable

not applicable

not applicable

X

2.5 Personnel

No. Position

Minimum Requirements Bidder’s Resources Total Work Experience

[years]

Experience In Similar

Work [years]

Total Work Experience

[years]

Experience In Similar Work

[years] 1 Project Manager

(currently employed by the bidder)

15 5 (similar size & type)

24 15

2 Routine Maintenance Unit Manager

10 3 (similar size)

16 5

3 Quality Control Engineer 10 3 (similar type)

8 -

4.1 Site Supervisor 1 10 3 (similar size & type)

7 -

4.2 Site Supervisor 2 10 3 (similar size & type)

CV not submitted

5.1 Routine Maintenance Supervisor 1

10 3 (similar type)

9 3

5.2 Routine Maintenance Supervisor 2

10 3 (similar type)

CV not submitted

5.3 Routine Maintenance Supervisor 3

10 3 (similar type)

CV not submitted

5.4 Routine Maintenance Supervisor 4

10 3 (similar type)

CV not submitted

Development of Cross Border Facilities at Lork-Kampot Attachment 4- 21 Bid Evaluation Report Bidder No. 5

Requirements not met

2.6 Equipment

No. Equipment Type and Characteristics Min. Number Required

Bidder’s Resources

1 Bulldozer D8 type 1 2 (T-130)

2 Excavator 0.7m3 bucket 3 2

3 Dump Truck 14m3 10 5 (3 no.-7 cum & 2 no.-14 cum

capacity)

4 Vibrating Roller 15 tonne 2 2 (10T)

5 Tyre Roller 15 tonne 2 2 (10T)

6 Motor Grader (150 hp) 2 2

7 Water Bowser (8000 liter) 2 2 (5000 Liter)

8 Bitumen Distributor/Boiler (6000 liter) 2 2

Requirements partly met.

2.7 Specialist Subcontractors

Social Development, Gender and HIV/AIDS Awareness and Prevention Program and Human Trafficking Prevention Program – Information not provided.

6 Measurement Engineer 5 3 (similar type)

CV not submitted

7.1 Laboratory Technician 1 5 3 (similar type)

CV not submitted

7.2 Laboratory Technician 2 5 3 (similar type)

CV not submitted

Maintenace of National Road No. 3 Cost  estimate

SUMMARY of Bill of Quantities Contract No. CW3Maintenance of National Road No.3 PK 0+000 to PK 54+300

Engineer's Estimate Diamond Construction &

Import Export Co.

Keurt Construction Enterprise Co. Ltd.

Banteay SREI Engineering &

Construction Co. Ltd.

Kuy Leang KY Construction Trading

Group Co. Ltd. Amount (US$) Amount (US$) Amount (US$) Amount (US$) Amount (US$)

Bill Number 2 - Earthworks 60,755.43 55,865.85 124,249.75 67,627.90 60,640.91

Bill Number 3 - Sub-Base and Base Course 221,279.39 269,350.00 409,104.00 304,500.00 245,014.00

Bill Number 4 - Bituminous Works 467,456.90 464,068.00 602,018.30 370,140.00 428,756.00

Bill Number 6 - Drainage and Protection Works 56,695.90 55,172.00 126,946.80 92,830.00 73,315.00

Bill Number 9 - Miscellaneous 877,534.00 550,920.00 162,915.00 643,130.00 1,036,299.80

Bill Number 10 - Day Work Schedule 100,000.00 100,000.00 100,000.00 100,000.00 100,000.00Total 1,783,721.62 1,495,375.85 1,525,233.85 1,578,227.90 1,944,025.71

Add 7% for Contingencies 124,860.51 104,676.31 106,766.37 110,475.95 136,081.80Total Bid Price after discount 1,908,582.13 1,600,052.16 1,632,000.22 1,688,703.85 1,976,102.13

Bill No. & Description

Egis International Page1

Maintenace of National Road No. 3 Cost  estimate

Kry Huy Construction &

Import Export Co. Amount (US$)

158,124.15431,140.00702,933.00139,222.20520,365.00100,000.00

2,051,784.35143,624.90

2,195,409.25

Egis International Page2

Maintenace of National Road No. 3 Cost  estimate

Bill No. 2 - Earthworks

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

2.1(1) Clearing and Grubbing sqm 60,000 $0.30 18,000.00 0.3 18000 0.27 16200 0.1 6000 0.35 21000 1.2 72000

2.2(1) Roadway Excavation, Common cum 9,730 $1.88 18,292.40 1.5 14595 5.4 52542 3 29190 2.2 21406 5 48650

2.2(2) Roadway Excavation, Unsuitable cum 487 $2.25 1,094.63 2 973 11.7 5692.05 3 1459.5 2.35 1143.275 6 2919

2.2(4) Roadway Excavation of Bituminous Material

cum 97 $8.00 778.40 4.5 437.85 9 875.7 8 778.4 4.95 481.635 5.5 535.15

2.4(1) Channel excavation, common cum 4,000 $2.48 9,920.00 2 8000 4.5 18000 3 12000 1.65 6600 3.5 14000

2.6(1) Embankment cum 1,400 $4.50 6,300.00 5 7000 8.1 11340 6 8400 3.3 4620 8 11200

2.6(3) Selected Sub-grade Material cum 980 $6.50 6,370.00 7 6860 20 19600 10 9800 5.5 5390 9 8820

Total For Bill No. 2 (carried forward to summary) 60,755.43 55,865.85 124,249.75 67,627.90 60,640.91 158,124.15

Keurt Construction Enterprise Co. Ltd.

Estimate

Banteay SREI Engineering &

Construction Co. Ltd. Estimate

Kuy Leang KY Construction

Trading Group Co. Ltd. Estimate

Kry Huy Construction &

Import Export Co. Ltd. EstimateQuantityUnitDescription

Spec. Clause

No

Engineer's Estimate Diamond Construction &

Import Export Co. Ltd.Estimate

Egis International Page3

Maintenace of National Road No. 3 Cost  estimate

Bill No. 3 - Sub-Base and Base Course

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

3.1(1) Sub-base cum 2,800 $11.29 31,618.79 12 33600 21.6 60480 15 42000 12.65 35420 18 50400

3.2(1) Reconstructed Sub-base sqm 17,000 $1.25 21,250.00 1.5 25500 5.4 91800 3 51000 3.3 56100 8 136000

3.2(2) Additional Sub-base Material cum 950 $8.50 8,075.00 20 19000 21.6 20520 15 14250 8.8 8360 18 17100

3.3(1) Aggregate Base Course cum 6,930 $20.92 144,975.60 25 173250 28.8 199584 25 173250 19.8 137214 28 194040

3.6(2) Soil Aggregate Magin cum 1,200 $12.80 15,360.00 15 18000 30.6 36720 20 24000 6.6 7920 28 33600

Total For Bill No. 3 (carried forward to summary) 221,279.39 269,350.00 409,104.00 304,500.00 245,014.00 431,140.00

Keurt Construction Enterprise Co. Ltd.

Estimate

Banteay SREI Engineering &

Construction Co. Ltd. Estimate

Kuy Leang KY Construction

Trading Group Co. Ltd. Estimate

Kry Huy Construction &

Import Export Co. Ltd. EstimateQuantityUnitDescription

Spec. Clause

No

Engineer's Estimate Diamond Construction &

Import Export Co. Ltd.Estimate

Egis International Page4

Maintenace of National Road No. 3 Cost  estimate

Bill No. 4 - Bituminous Works

Unit Price (US$) Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

4.1(1) Bituminous Prime Coat sqm 33,250 $1.30 43,225.00 1.30 43225 0.95 31587.5 0.72 23940 1.35 44887.5 1.7 56525

4.2(1) Bituminous Seal Coat 19mm sqm 32,510 $1.80 58,518.00 1.80 58518 2.43 78999.3 1.5 48765 1.45 47139.5 2.8 91028

4.2(2) Bituminous Seal Coat 12mm sqm 43,500 $1.50 65,250.00 1.50 65250 2.25 97875 1.35 58725 1.45 63075 2.6 113100

4.2(3) Sealing Aggregate 19mm sqm 33,250 $1.90 63,175.00 1.90 63175 1.71 56857.5 1 33250 1.65 54862.5 3.5 116375

4.2(4) Sealing Aggregate 12mm sqm 43,500 $1.40 60,900.00 1.40 60900 1.53 66555 0.75 32625 1.4 60900 3 130500

4.3(1) Bituminous Tack Coat sqm 4,500 $1.50 6,750.00 1.50 6750 0.95 4275 0.75 3375 1.35 6075 3 13500

4.7(1) Repair of Cracking m 5,500 $2.80 15,400.00 3.50 19250 8.1 44550 2 11000 2.95 16225 2 11000

4.7(2) Repair of Pot Holes sqm 2,000 $12.68 25,360.00 12.68 25360 28.8 57600 15 30000 7.7 15400 3 6000

4.7(3) Repair of Edge Breaks sqm 1,950 $15.80 30,810.00 15.80 30810 23.4 45630 6 11700 5.5 10725 19.5 38025

4.7(4)a Repair of Depressions (Asphaltic Concrete Leveling Course)

Tonne $350.00 246.80 0 185 0 110 0 385 0 600 0

4.7(4)b Repair of Depressions (Layers of Bituminous Surface Treatment Leveling) sqm 3,600 $7.60 27,360.00 12.00 43200 14.4 51840 18 64800 9.9 35640 16 57600

4.7(5) Repair of Pavement Failures sqm 4,330 $16.33 70,708.90 11.00 47630 15.3 66249 12 51960 17.05 73826.5 16 69280Total For Bill No. 4 (carried forward to summary) 467,456.90 464,068.00 602,018.30 370,140.00 428,756.00 702,933.00

Keurt Construction Enterprise Co. Ltd.

Estimate

Banteay SREI Engineering &

Construction Co. Ltd. Estimate

Kuy Leang KY Construction Trading

Group Co. Ltd. Estimate

Kry Huy Construction & Import Export Co.

Ltd. EstimateQuantityUnitDescriptionSpec.

Clause No

Engineer's Estimate

Diamond Construction &

Import Export Co. Ltd.Estimate

Egis International Page5

Maintenace of National Road No. 3 Cost  estimate

Bill No. 6 - Drainage and Protection Works

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

6.2(4) Grouted riprap, Class A cum 150 $43.13 6,469.50 42 6300 80 12000 60 9000 46.2 6930 60 9000

6.6(1) Slope protection Block sodding sqm 20,000 $0.95 19,000.00 1 20000 2.7 54000 1 20000 1.65 33000 3 60000

6.7(2) Topsoil for embankment slopes and side drains sqm 20,000 $0.75 15,000.00 0.9 18000 1.8 36000 1 20000 1.1 22000 3 60000

6.10(1) Cleaning of existing drainage systems by hand method, for pipes less than 1m dia m 744 $2.50 1,860.00 2.5 1860 10 7440 15 11160 2.2 1636.8 2 1488

6.10(2) Cleaning of existing drainage systems by hand method, for pipes 1m dia or greater m 1,014 $2.00 2,028.00 2 2028 9 9126 15 15210 3.3 3346.2 2.3 2332.2

6.10(5) Cleaning Existing channel through bridges m 1,164 $10.60 12,338.40 6 6984 7.2 8380.8 15 17460 5.5 6402 5.5 6402

Total For Bill No. 6 (carried forward to summary) 56,695.90 55,172.00 126,946.80 92,830.00 73,315.00 139,222.20

Keurt Construction Enterprise Co. Ltd.

Estimate

Banteay SREI Engineering &

Construction Co. Ltd. Estimate

Kuy Leang KY Construction

Trading Group Co. Ltd. Estimate

Kry Huy Construction & Import Export Co.

Ltd. EstimateSpec. Clause

NoDescription Unit Quantity

Engineer's Estimate

Diamond Construction &

Import Export Co. Ltd.Estimate

Egis International Page6

Maintenace of National Road No. 3 Cost  estimate

9 - Miscellaneous

Unit Price (US$) Amount (US$) Unit Price

(US$)Amount

(US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)Unit Price (US$)

Amount (US$)

9.1(1) Provide, furnish & maintain on site offices for the Engineer

Lump Sum 1 $35,000.00 35,000.00 25000 25000 20125 20125 24000 24000 49500 49500 36000 36000

9.1(2) Engineer’s Materials Testing Equipment and Testing Allowances

Lump Sum 1 $28,000.00 28,000.00 31000 31000 13800 13800 18000 18000 28900 28900 24000 24000

9.1(7) Provide full time staff to work for the Engineer

0 0 0

(a) Secretary/word processor operator Month 12 $650.00 7,800.00 300 3600 287.5 3450 400 4800 649 7788 400 4800(b) Draftsman/CAD Operator Month 12 $850.00 10,200.00 300 3600 402.5 4830 500 6000 836 10032 500 6000(c) Office messenger Month 12 $550.00 6,600.00 200 2400 230 2760 300 3600 528 6336 400 4800(f) Laboratory Technician Month 12 $1,000.00 12,000.00 350 4200 402.5 4830 750 9000 880 10560 600 7200

9.2(2) Rental and Maintenance of Type “B” vehicle for the use of the Engineer

Month 24 $2,300.00 55,200.00 2200 52800 720 17280 2000 48000 3300 79200 1500 36000

9.2(3) Rental and Maintenance of Type “C” vehicle for the use of the Engineer

Month 24 $800.00 19,200.00 800 19200 720 17280 750 18000 825 19800 1200 28800

9.5(1) Maintain Safe Traffic Operations Km-month 648 $100.00 64,800.00 40 25920 10 6480 50 32400 28.6 18532.8 30 194409.6(1) Progress photographs Month 12 $292.00 3,504.00 100 1200 180 2160 250 3000 297 3564 500 60009.7(1) Project information board No 2 $1,465.00 2,930.00 1500 3000 900 1800 500 1000 1375 2750 500 10009.8(1) Site clean up Lump Sum 1 $6,000.00 6,000.00 3000 3000 1800 1800 2490 2490 5500 5500 2500 2500

9.9

Socially Development, gender and HIV/AIDs Awareness and Prevention Program and Human Trafficking Prevention Program (provisional)

0 0 0

9.9.(1) Staffing 0 0 0(a) Communication Specialist Month 12 $1,000.00 12,000.00 500 6000 207 2484 1000 12000 1650 19800 200 2400(b) Training Specialist Month 6 $800.00 4,800.00 200 1200 207 1242 900 5400 1870 11220 250 1500(c) Gender Specialist Month 3 $800.00 2,400.00 200 600 230 690 800 2400 1870 5610 200 600(d) Office Support Staff Month 12 $650.00 7,800.00 400 4800 138 1656 700 8400 770 9240 200 2400

9.9.(2) Out of pocket expense (Logistics, Office Expenses, field allowances)

0 0 0 0

(a) Per Diem P-day 100 $30.00 3,000.00 10 1000 34.5 3450 200 20000 99 9900 25 2500

(b)

Office expenses (office support staff, office rental, depreciation of office equipment and utilities, office consumable and maintenance, office communication and operating cost)

Lump Sum per month 12 $500.00 6,000.00 1000 12000 414 4968 1500 18000 1650 19800 2000 24000

(c) Land Transport Lump Sum per month

12 $1,500.00 18,000.00 500 6000 450 5400 1000 12000 1430 17160 250 3000

9.9.(3) Advocacy and Training 0 0 0

(a) Advocacy workshop with relevant stakeholders

Workshop 1 $1,000.00 1,000.00 200 200 2500 2500 650 650 990 990 4000 4000

Keurt Construction Enterprise Co. Ltd.

Estimate

Banteay SREI Engineering &

Construction Co. Ltd. Estimate

Kuy Leang KY Construction Trading

Group Co. Ltd. Estimate

Kry Huy Construction & Import Export Co.

Ltd. EstimateSpec. Clause

NoDescription Unit Quantity

Engineer's EstimateDiamond Construction &

Import Export Co. Ltd.Estimate

Egis International Page7

Maintenace of National Road No. 3 Cost  estimate

Unit Price (US$) Amount (US$) Unit Price

(US$)Amount

(US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)Unit Price (US$)

Amount (US$)

Keurt Construction Enterprise Co. Ltd.

Estimate

Banteay SREI Engineering &

Construction Co. Ltd. Estimate

Kuy Leang KY Construction Trading

Group Co. Ltd. Estimate

Kry Huy Construction & Import Export Co.

Ltd. EstimateSpec. Clause

NoDescription Unit Quantity

Engineer's EstimateDiamond Construction &

Import Export Co. Ltd.Estimate

(b) Two-days training for peer educators Workshop 2 $1,000.00 2,000.00 200 400 350 700 580 1160 990 1980 4000 8000

(c) One-day training for construction workers Workshop 2 $700.00 1,400.00 100 200 450 900 500 1000 440 880 4000 8000

(d) Education campaign (community events) Unit 2 $700.00 1,400.00 100 200 270 540 400 800 715 1430 3000 6000

(e) Incentive support for volunteers (~20 volunteers)

Allowance-day

240 $10.00 2,400.00 5 1200 30 7200 5 1200 9.9 2376 20 4800

(f) Travel cost for volunteers (~20 volunteers) Per travel 240 $10.00 2,400.00 5 1200 20 4800 5 1200 9.9 2376 10 2400

9.9.(4) Provision and Distribution of IEC 0 0 0(a) IEC Materials on HIV & STI prevention Set 2 $1,200.00 2,400.00 200 400 540 1080 900 1800 1155 2310 2000 4000

(b) IEC materials on Human Trafficking prevention

Set 2 $1,200.00 2,400.00 200 400 540 1080 900 1800 1155 2310 2000 4000

(c) IEC materials on gender equality Set 2 $1,000.00 2,000.00 200 400 540 1080 900 1800 968 1936 2000 4000

9.9.(5) Provision and Distribution of Medical Packages

0 0 0

(a) Medical packages for STI Unit 80 $20.00 1,600.00 10 800 25 2000 6 480 19.8 1584 70 5600

(b) Provision of Condoms Set of 100 Units

350 $10.00 3,500.00 1 350 5 1750 6 2100 8.8 3080 2.5 875

(c) Cost for referral to VCT & STI Clinics Unit 300 $10.00 3,000.00 100 30000 25 7500 8 2400 9.9 2970 2 600

9.9.(6)Reporting all-inclusive (Monthly & quarterly reports, final report, other reports, baseline and M&E reports)

Lump Sum per month 12 $400.00 4,800.00 200.00 2400 450 5400 500 6000 550 6600 1200 14400

9.10 Repair of bridge deck joint (Provisional Sum)

No. 1 $2,000.00 2,000.00 2,500.00 2500 1800 1800 1000 1000 2035 2035 4500 4500

9.11 (Part C) Routine Maintenance Km-year 67.5 $8,000.00 540,000.00 4500 303750 120 8100 5500 371250 9900 668250 3500 236250

Total For Bill No. 9 (carried forward to summary) 877,534.00 550,920.00 162,915.00 643,130.00 1,036,299.80 520,365.00

Egis International Page8

Maintenace of National Road No. 3 Cost  estimate

BILL No. 10 Dayworks Schedule

Schedule of Daywork Rates: 1. Labour

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

10.1(1) Ganger hr (Rate Only) 4.25 3 1.2 5 5.5 2.510.1(2) Skilled labourer (Artisan) hr (Rate Only) 3.65 2 1.5 3 4.4 1.510.1(3) Unskilled labourer hr (Rate Only) 3.25 1 1 2 3.3 1.0410.1(4) Mason hr (Rate Only) 3.25 2 1.45 3 3.3 1.8710.1(5) Carpenter hr (Rate Only) 3.00 3 1.8 3 3.3 1.8710.1(6) Steel fixer hr (Rate Only) 3.00 1 1.8 3 3.3 1.810.1(7) Driver - vehicle up to 10 t hr (Rate Only) 5.40 2 2 3 5.5 0.7510.1(8) Driver - vehicle over 10 t hr (Rate Only) 5.40 3 2 5 5.5 0.7510.1(9) Equipment operator, crane hr (Rate Only) 6.40 5 2.5 5 6.6 0.83

10.1(10) Equipment operator, tractor, loader, excavator, grader, roller etc. hr (Rate Only) 6.40 5 2.5 5 6.6 0.83

- 5% 0% 0% 0% 10%

Kry Huy Construction &

Import Export Co. Ltd. Estimate

Allow _____ percent * of Sub-Total for Contractor’s overhead, profit, etc.

Description Unit Quantity

Engineer's Estimate Diamond Construction &

Import Export Co. Ltd.Estimate

Keurt Construction

Enterprise Co. Ltd. Estimate

Banteay SREI Engineering &

Construction Co. Ltd. Estimate

Kuy Leang KY Construction

Trading Group Co. Ltd. Estimate

Spec. Clause

No

(carried forward to Daywork Summary)

Egis International Page9

Maintenace of National Road No. 3 Cost  estimate

Schedule of Daywork Rates: 2. Materials

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

10.1(100) Cement, Portland or equivalent in bags ton (Rate Only) 110.00 71 95 80 110 10510.1(101) Steel reinforcement grade 300 plain round ton (Rate Only) 750.00 649 920 850 869 88010.1(102) Steel reinforcement grade 400 deformed ton (Rate Only) 750.00 780 920 850 869 88010.1(103) Coarse concrete aggregate (nominal 19 mm) cu.m (Rate Only) 25.00 60 27 25 25.3 2210.1(104) Fine concrete aggregate cu.m (Rate Only) 25.00 50 27 20 25.3 2410.1(105) Sand cu.m (Rate Only) 12.00 10 22 10 11 1010.1(106) Crushed rock Base Course cu.m (Rate Only) 25.00 18 25.5 20 27.5 2310.1(107) Laterite cu.m (Rate Only) 4.00 8 19.5 10 7.7 9.510.1(108) Lime ton (Rate Only) 200.00 100 65 80 203.5 7010.1(109) Bitumen, Pen grade 60/70 ton (Rate Only) 630.00 550 900 750 690 80010.1(110) Bitumen, Pen grade 80/100 ton (Rate Only) 630.00 600 900 800 690 85010.1(111) Bitumen Emulsion ton (Rate Only) 570.00 500 870 750 650 65010.1(112) Sealing Aggregate, 19 mm cu.m (Rate Only) 25.00 22 27 20 27.5 2210.1(113) Sealing Aggregate, 12 mm cu.m (Rate Only) 25.00 22 27 15 33 2210.1(119) RC Pipe, 1000 mm dia nr (Rate Only) 40.00 80 68 120 88 85

- 0% 0% 0% 0% 0%

Engineer's Estimate

Quantity

Diamond Construction &

Import Export Co. Ltd.Estimate

Keurt Construction

Enterprise Co. Ltd. Estimate

Banteay SREI Engineering &

Construction Co. Ltd. Estimate

Kuy Leang KY Construction

Trading Group Co. Ltd. Estimate

Kry Huy Construction &

Import Export Co. Ltd. Estimate

Spec. Clause

NoDescription Unit

Allow _____ percent * of Sub-Total for Contractor’s overhead, profit, etc.

(carried forward to Daywork Summary)

Egis International Page10

Maintenace of National Road No. 3 Cost  estimate

Schedule of Daywork Rates: 3. Construction Equipment & Plant

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

Unit Price (US$)

Amount (US$)

10.1(200) Dozer with blade and ripper, min 55 KW hr (Rate Only) 60 28 45 30 60.5 3510.1(201) Dozer with blade and ripper, min 100 KW hr (Rate Only) 40 30 55 30 41.8 3710.1(202) Motor Grader, min 100 KW hr (Rate Only) 40 35 60 20 41.8 3710.1(203) wheeled Loader, min 2cu-m capacity bucket hr (Rate Only) 40 23 45 25 41.8 3010.1(204) Excavator, up to 1 cu-m capacity bucket hr (Rate Only) 40 23 50 30 41.8 3010.1(205) Roller, vibratory, smooth drum, min 10 tones hr (Rate Only) 40 25 40 30 41.8 3010.1(206) Roller, vibratory, pad-foot, min 10 tones hr (Rate Only) 40 30 42 30 41.8 3010.1(207) Roller, vibratory, smooth drum, min 1.5 tones hr (Rate Only) 40 35 35 30 41.8 3010.1(208) Roller, pneumatic typed, min 15 tones hr (Rate Only) 40 25 40 30 41.8 3010.1(209) Backhoe/loader, min 0.5 cu-m capacity loader bucket hr (Rate Only) 30 25 30 10 30.8 2510.1(210) Dump truck, max 7 cu.m capacity hr (Rate Only) 30 12 32 8 30.8 2010.1(211) Flat-bed truck, min 10 tones capacity hr (Rate Only) 30 15 36 15 30.8 2810.1(212) Low Loader truck and trailer, min 40 tones capacity hr (Rate Only) 30 14 50 20 30.8 2810.1(213) Water tanker with spraybar, min 6,000 L capacity hr (Rate Only) 30 12 35 15 30.8 2510.1(214) Bitumen Distributor, with spraybar, min 6,000 L capacity hr (Rate Only) 40 22 40 20 41.8 4010.1(215) Mechanical Road Broom hr (Rate Only) 20 9.5 30 10 19.8 3010.1(216) Chip spreader (self mobile or lorry -mounted), min spread

width 3 m hr (Rate Only) 50 14 40 15 52.8 25

10.1(217) Water Pump, min 100 mm dia hr (Rate Only) 10 6 25 5 8.8 2510.1(218) Mobile Crane, min 25 tones capacity hr (Rate Only) 100 17 50 30 104.5 4010.1(219) Concrete mixer, min 1 cu-m capacity hr (Rate Only) 10 7 20 5 8.8 5

- 5% 0% 0% 0% 10%Allow _____ percent * of Sub-Total for Contractor’s overhead, profit, etc.

Keurt Construction

Enterprise Co. Ltd. Estimate

Banteay SREI Engineering &

Construction Co. Ltd. Estimate

Kuy Leang KY Construction

Trading Group Co. Ltd. Estimate

Kry Huy Construction &

Import Export Co. Ltd. Estimate

Engineer's Estimate Diamond Construction &

Import Export Co. Ltd.EstimateUnitDescription

Spec. Clause

No

(carried forward to Daywork Summary)

Quantity

Egis International Page11

Maintenace of National Road No. 3 Cost  estimate

Daywork Summary (All)

No. Amount in US$

1 30,000.00 2 30,000.00 3 40,000.00

100,000.00

Total for Daywork: LaborTotal for Daywork: MaterialsTotal for Daywork: Construction Equipment & Plant

TOTAL FOR BILL NO.10 (Carried forward to grand summary)

Description

Egis International Page12

Responsiveness Check for different Bidders of Maintenance of NR No. 3 (From Kampot to Veal Rinh)Description Reference Requirement

Diamond Construction & Import Export Co. Ltd.

AnomalyKeurt Construction Enterprise Co. Ltd.

AnomalyBanteay SREI Engineering & Construction Co. Ltd.

AnomalyKuy Leang KY Construction Trading Group Co. Ltd.

AnomalyKry Huy Construction & Import Export Co. Ltd.

Anomaly

Bid DocumentsNo of Bid Document Copies ITB 20.1 4 Yes Yes Yes Yes YesSubstantially complete document submission? Yes Yes Yes Yes YesLetter of Bid complete? Yes Yes Yes Yes Yes………. Signed? Yes Yes Yes Yes Yes………. Amount Stated? Yes Yes Yes Yes Yes………. Satisfy Bid Validity? 120 days Yes Yes Yes Yes Yes………. Conditional Bid? No No No No No………. Discount? No No No Yes NoPower of Attorney (POA) to sign Bid Yes Yes Yes Yes NoBid Security (ITB 19) ITB 19 US$ 40,000 Yes Yes Yes Yes Yes

Bill of Quantities priced ? ITB 14 Yes Yes Yes Yes Yes…………………. signed ? Yes Yes Yes Yes Yes

Sec 4 Yes Yes Yes Yes YesSec 4 N/A N/A N/A N/A N/A

Bidder Qualification Forms ITB 17ELI-1 Bidder Information Sheet completed? Yes Yes Yes Yes YesNationality? ITB 4.2; Sec 3, Qual 2.1.1 Cambodia Cambodia Cambodia Cambodia CambodiaArticles of Incorporation attached ? Yes Yes Yes Yes YesELI-2: JV Information Sheet completed? ITB 4.2 Yes Yes Yes Yes YesConflict of Interest? ITB 4.3; Sec 3, Qual 2.1.2 Not, according to Letter of Bid Not, according to Letter of

BidNot, according to Letter of Bid Not, according to Letter of Bid Not, according to Letter of Bid

Declared Ineligible by ADB? ITB 4.4; Sec 3, Qual 2.1.3 Not, according to Letter of Bid Not, according to Letter of Bid

Not, according to Letter of Bid Not, according to Letter of Bid Not, according to Letter of Bid

Government Owned Entity? ITB 4.5; Sec 3, Qual 2.1.4 No No No No NoEligibilty for Domestic Preference? ITB 33, Section 3, Item 1.5 All bidders were domestic.

Hence no consequencesAll bidders were domestic. Hence no consequences

All bidders were domestic. Hence no consequences

All bidders were domestic. Hence no consequences

All bidders were domestic. Hence no consequences

LIT: Pending Litigation Sec 3, Qual 2.2.1 No No No No NoFIN-1: Financial Situation Sec 3, Qual 2.3.1 Assets > Liabilities.

Profitability.(For each Party in case of JV)

Yes Yes Yes Yes Yes

FIN-2: Average Annual Construction Turnover Sec 3, Qual 2.3.2 AACT > $4.0 million.(For all Parties combined in case of JV. Also

each Party 25%, one Party 40%)

$2.89 million

$2.17 million

$5.34 million $14.0 Million $0.928 million

FIN-3: Financial ResourcesFIN-4: Current Commitments/ Work in Progress

EXP-1: General Construction Experience Sec 3, Qual 2.4.1 >5 years experience.(For each Party in case of JV)

Yes Yes Yes Yes No

EXP-2a: Specific Construction Experience Sec 3, Qual 2.4.2(a) 2 similar contracts each of >$1.6 million within last 6 years.

(For all Parties combined in case of JV)

Not Adequate.

None of the projects meets the minimum criteria

Info provided for Contract of $2.586 million, $1.295 million & $0.87 for three road projects. Thus the bidder has submitted the credential for 3 projects of value $4.75M against the requirements of 2 projects of $3.2M

Adequate. Not Adequate

Technical Proposal ITB 16PER-1: Proposed Personnel Sec 3, Qual 2.5 gives key

positions and total/similar work experience required

Project Manager - 15/5yrsRoutine Maintenance Unit Manager - 10/3yrs

Quality Control Engineer - 12/3yrsSite Supervisor - 1 - 10/3yrsSite Supervisor - 2 - 10/3yrs

Routine Maintenance Supervisor- 1 - 10/3yrsRoutine Maintenance Supervisor- 2 - 10/3yrsRoutine Maintenance Supervisor- 3 - 10/3yrsRoutine Maintenance Supervisor- 4 - 10/3yrs

Measurement Engineer - 5/3yrsLaboratory Technician - 5/3yrsLaboratory Technician - 5/3yrs

6/211/612/312/416/310/414/817/414/316/310/316/8

13/016/019/019/015/017/012/09/06/06/07/07/0

19/616/824/414/1012/68/78/419/1419/1718/719/147/7

CV not submitted21/820/1513/1020/1415/1215/10not submitted15/1015/1014/1014/10

24/1516/58/07/0CV not submitted9/3CV not submittedCV not submittedCV not submittedCV not submittedCV not submittedCV not submitted

PER-2: Resume of Proposed Personnel YesEquipment Sec 3, Qual 2.6 lists key

equipment requirementBulldozer D8 type -1

Excavator, 0.7cum bucket - 3Dump Track 14m3 - 10

Vibtating Roller 15 tonne - 2Tyre Roller 15 tonne - 2

Motor Grader (150 hp) - 2Water Bowser (8000 liter) - 2

Bitumen Distributor/Boiler (6000 liter) - 2

13

1022222

1 (D2 type)1221222

4101042222

Form not available2 (0.5 cum capacity)

6(of lesser capacity 6 to 15T)21222

2(T-130)2

5 (3 no. - 7 cum & 2 no. -14 cum capacity)2 (10T)2 (10T)

22 (5000 Liter)

2

Site Organisation Yes, appropriate Yes, appropriateMethod Statement Yes, detailed Yes, detailedMobilization Schedule Yes, shows equipment deployment Yes, shows equipment deployment

Completed Schedules, i) Payment Currencies, ……………………….. ii) Adjustment Data

Sec 3, Qual 2.3.3 [5 x Working Capital + lines of credit] – [40% of current contract commitments]

Yes YesNo

Yes Yes

Responsiveness Check for different Bidders of Maintenance of NR No. 3 (From Kampot to Veal Rinh)Description Reference Requirement

Diamond Construction & Import Export Co. Ltd.

AnomalyKeurt Construction Enterprise Co. Ltd.

AnomalyBanteay SREI Engineering & Construction Co. Ltd.

AnomalyKuy Leang KY Construction Trading Group Co. Ltd.

AnomalyKry Huy Construction & Import Export Co. Ltd.

Anomaly

Construction Schedule Yes, shows progressive approach Yes, shows progressive approach

Responsiveness of Bid Substantive Substantive