Procurement and Contract Management Lecture Note
Procurement and Contract Management Lecture Note
Procurement and Contract Management Lecture Note
COURSE DESCRIPTION
Procurement and Contract Management: Processes, Applicable Laws and Regulations;
Procurement & Contract Delivery System: Types, Merits & Demerits; Procurement
Management: Purposes & Characteristics, Processes, Methods, Tender Forecasting; Contract
Management: Definition & Purposes, Processes, Types; Contract Changes Management:
Principles of Change Management; Requirement Changes, Time Changes, Cost Changes; Claim
and Dispute Management: Claim Management, Alternative Dispute Resolution; Procurement
and Contract Management in Ethiopia: Past Developments, Present Situations, Future Trends
Procurement and Contract Management
Course Outline - Table of Content
Chapter 1. Introduction
1.1. General Description
1.2. Procurement & Contract Management Process
1.3. Applicable Laws, Rules, Regulations and Guidelines
Chapter 2. Procurement & Contract Delivery Systems
2.1. Definition, Types and Development
2.2. Logistics, Supply Chain / Network / Management
Chapter 3. Procurement Management
3.1. Introduction and Purposes
3.2. Procurement Methods
3.3. Procurement Management Processes
3.4. Statistical Approach to Procurement
Chapter 4. Contract Management
4.1. Introduction and Purposes
4.2. Contract Management and its Processes
4.3. Contractual Stakeholders and their Roles and Relationships
4.4. Contract Types
Chapter 5. Contract Changes Management System
5.1. Introduction
5.2. Requirement Changes Management System
5.3. Time Changes Management System
5.4. Price Variations Management System
Chapter 6. Claim and Dispute Management System
6.1. Introduction
6.2. Claim Management System
6.3. Alternative Dispute Resolution System
Chapter 7. Procurement and Contract Management in Ethiopia
7.1. Past Developments
7.2. Current Situations
7.3. The Way Forward
Procurement & Contract Management
Chapter 1. Introduction
Construction Industry involves procurement and contract management systems in order to ensure fair
competition and distributions of obligations and rights among stakeholders. Competition helps:
the Project Owners’ to acquire the five rights (Counterpart, Cost, Time, Quality and Quantity) s/he is entitled to
the Project Financiers’ and Regulators’ to value market principles and effective utilization of finance such that
lowest qualified bids takes the project , and
the Project Providers’ to get impartial and neutral Opportunity for business.
Obligations and Rights help to allocate appropriate risks among contractual parties and their remedial rights.
That is, their entitlements and provisions are clearly stated and agreed upon.
Project Owners shall consider its own particular institutional and technical SWOT (including access to
financing) before selecting which procurement and contract forms to adopt for its projects. These include the
design source, allocation of coordination responsibilities and the pricing methods.
Each type of contracting affects, in its own way, the allocation of responsibility & the demands on the
Employer for coordination of the project. Through properly allocating these responsibilities for the project to
reflect the results and recommendations SWOT's, Project Owners’ can rationalize the contract price against
its exposure to project risks. Project Owners’ are at liberty to use either its own in-house capacity or to
allocate them to one or more other parties (Private and / or Public).
Procurement and Contract management has a strong linkage and relationship with Construction Process
and Stakeholders Management. The delivery system chosen, the procurement method adopted and the
contract types decided upon determine the construction process involved and the relationships and roles of
stakeholders along the process.
Procurement and Contract Management involves three major processes: Contract Planning, Procurement
Management and Contract Management (Figure 1).
Contract Planning: Construction projects are components of a certain business or development demands.
That is, they are formulated if and only if such businesses or development demands acknowledge their
contribution and it is a must to involve them. This requirement is dealt during the basic / strategic planning
phase of the over all business. This phase often pass through the identification, feasibility and financing
stages of Programs or Projects. Contract is a customary tool used to implement formulated programs or
projects. As a result, contract planning becomes part of this basic / strategic phase.
Delivery
Delivery System
System Contract
Contract Formulation
Formulation
Procurement
Procurement Method
Method Contract
Contract Administration
Administration
Contract
Contract Types
Types Contract
Contract Closing
Closing
Procurement
Procurement Preparation
Preparation
Tendering
Tendering
Tender
Tender Evaluation
Evaluation &
& Notice
Notice of
of Acceptance
Acceptance
Contract planning includes decisions on proposed Delivery Systems, Procurement Methods and
Contract Types to be followed and used together with its provisions for alterations. This is because such
decisions are related to regulatory requirements such as:
Procurement and Contract Management processes shall be based upon the approved contract planning
provisions; that is, the contract delivery system, the procurement method and contract types decided upon.
The approved contract provisions can only be changed following the change process stated in the contract
planning document and if and only if:
the Environment and Context considered are not correctly analyzed or changed,
their application can remarkably affect the objective of the project, and
procurement management process justifies change of the Contract Types.
Once the validity of the contract provisions are checked once again and taken for granted or other
provisions are devised; Procurement Management followed by Contract Management can be initiated,
planned, implemented, monitored and Closed.
Among the three important contract Planning Provisions, Procurement and Contract Delivery system is dealt
in Chapter 2. Procurement Methods and Contract Types are covered in their respective management
chapters (Chapter 3 and 4).
Procurement Management: is a process of selecting individuals or organizations to carry out the intended
services and / or works. Procurement Management is carried out based on the provisions made during the
contract planning phase of the Procurement and Contract Process. It involves the preparation of
procurement documents, their invitation and submission of tender proposals, and Opening and Evaluation of
tenders. On the bases of results from tender evaluations, the procurement team will recommend the lowest
responsive bidder for Contract Management Phase.
The following issues are necessary for a successful Procurement Management phase:
knowing and ensuring the implementation of procurement related National and International laws, rules and
regulations,
Adherence to the provisions made during the contract planning phase including their change processes, that
is; wrt. Delivery Systems, Procurement Methods and Contract Types,
establishment of a flexible procurement team, and
Adhering to the principles of Proof of competition, Impartiality, Neutrality, Accessibility and Formality.
The following issues are necessary for a successful Contract Management phase:
knowing and ensuring the implementation of contract related National and International laws, rules and
regulations,
adherence to the provisions made during the contract planning phase including their change processes, that
is; wrt Delivery Systems, Procurement Methods and Contract Types,
identifying, recognizing and involving all potential or key stakeholders to form a contract team,
understanding, mapping and monitoring all contract conditions agreed upon, and
ability to administer changes, claims and disputes.
The following Rules, Regulations and Guidelines are useful for Procurement and Contract Management:
Procurement and Contract Delivery system is the way Project Owners together with Project Regulators and
Financiers determine the assignment of responsibilities to Project Stakeholders along the Construction
Process. Procurement and Contract Delivery system is often determined during the Basic Planning phase of
Construction Project
Generally, there are six types of Procurement and Contract Delivery systems. These are:
Such Procurement and Contract delivery systems are developed overtime and are shown in Fig. 2 below.
The development was based on problem solving for the previous type and the Development of the
Construction Industry technologically and management wise.
Force
Force Account
Account -- Since
Since development
development started
started
Design
Design Bid
Bid Build
Build (DBB)
(DBB) –– 1950s
1950s // 1987
1987
Design
Design Build
Build (DB)
(DB) // Turnkey
Turnkey -- 1970s
1970s Onwards
Onwards // Mid
Mid 1990s
1990s
Finance
Finance // Design
Design Build
Build Operate
Operate -- 1980s
1980s // ……
……
CM
CM // Facility
Facility Management
Management -- Mid
Mid 1990s
1990s // 2000s
2000s
Alliances
Alliances && Outsourcing
Outsourcing –– 2000s
2000s // 2000s
2000s
Figure 2: The different Procurement and Contract Delivery Systems and their development overtime
These days this type of delivery system is often used when projects are small and places are remote such that
reaching them is difficult and in general they are not attractive enough to call the attention of Bidders. Besides
when projects are spatially scattered and maintenance are to be done for schools, colleges, health centres etc.,
such cases can be applied.
This is the most practiced type of delivery system in the Construction Industry of Ethiopia since the 1987. After
project owners did prepare the Basic Planning that identifies construction project programs, they call upon the
participation of Design and / or Supervision Consultants either by tender or by negotiated contracts. This
consultant will carry out the design together with the necessary tender documents which will be the bases for
tendering to select contractors. These process is called Design - Bid - Build and hence the name for such
delivery system.
In this type of delivery system, projects are divided into different packages interfacing to each other. Though
the design and supervision consultant will be the prime professional on behalf of the owner and largely
the administrator of the construction contract; the employer takes the responsibility of coordinating
the various project packages and their respecting interfaces.
Besides, designers have not been required to guarantee results but rather methods. That is, they are
held accountable on the basis of their superior knowledge and sufficient competency and ability to
design with a reasonable degree of technical skills. As a result, contracts and courts focused on
professional duty of care, not results or project goals. Contractors are also responsible to construct
works with due care and diligence and complete them in accordance with the contract, but they are
not held responsible for design deficiencies.
Since the 1980s, this traditional approach becomes less popular due to the following factors:
Severe Adversarial relations between the design and contract administration consultant and the contractor
Fragmented contract for the project owner
Project owner responsibility for risks associated with the design and contract administration
Non - Impartiality of the Design and Contract Administration services
The inability of design and contract administration consultants to cope up with new construction technologies
and constructability issues of their designs
Severe adversarial relationships between Urban Planners and Architects on the one hand; and Architects and
Engineers on the other hand on building projects
The indirect contractual obligation assigned for the Design and Contract Administration consultants
The incompatibility of consultancy fee to the desired activities they are required to provide, etc.
The following standard forms of DBB Conditions of Contract are known for use for such delivery system:
FIDIC White Book for Consultancy Services (Design and Supervision) and Red Book for Construction Works
Standard Conditions of Contract for Construction of Civil Works, 1994; MWUD
Design Build or Turnkey Delivery system is a response to problems associated to the last two types of delivery
systems. These were promoting privatization and its business like approach to enhance the Force Account
System and reducing fragmentation, adversarial relations and Project Owners’ risk which are recurrent
manifestations in the DBB delivery system.
Design Build or Turnkey by principle reduces numbers of procurement processes engaged in the fragmented
process and employ only one procurement process and a single contractor to provide the entire Construction
Implementation Process (Design and Construction Implementations). In the 1970s, large firms began to offer
both design and construction services in order to provide project owners with a single source for project
delivery. At the beginning, this delivery system was limited to complex projects such as industrial, big plants
and big infrastructural constructions.
DB delivery system is common worldwide specifically for Private projects. This led lead contracting firms to
form a team or consortium of designers and specialty contractors who work together to meet the entire
demand. Such services are initiated after the Project Owner built the project concept during the basic planning
phase and brought to the DB Contracting Firms. The project concept should clearly define the performance
criteria such as output, input, waste and any other performances the employer may desire. This makes an
additional responsibility to the contractor which is ¨fitness to purpose¨ according to the Orange Book of Fidic.
Fitness to purpose is beyond the professional duty of care and places liability on the contractor for any failure
of the design to perform the standards required.
For this type of delivery systems, either joint ventures or firms with large design and construction capabilities
were able to participate.
The disadvantage of this delivery system is loss of control, cost of tender and cost of risks.
Since limited supervisory role by the employer representative is practiced; which is relatively flexible and makes
the employer distanced from the whole process, the employer has little chance to understand what is
developed and entertain variations in requirements implying loss of control.
Contractors in order to provide reasonable offer, their tender cost is higher than in the case for DBB delivery
system. This is because they need to carryout acceptable design for project cost offers. Though it was not
practiced often, employers who shared costs related to tendering are informed to get seriously considered
offers. World Bank suggested a Two staged procurement method based first on technical merit and followed by
financial competition and not for more than six bidders.
The increase in risk transferred onto the contractor will be counterbalanced by the increase in contract prices
which can be taken to include these costs of risks.
Projects carried out using DB delivery system are often called Turnkey Projects because a single contractor is
responsible to hand over the completed facility and let the Project owner to turn the key and gets in. Often
Turnkey projects use Lump-Sum contract type which will be discussed in section 4.4. The following standard
forms of DB Conditions of contract are known for use for such delivery systems:
Build - Operate - Transfer is a form of procurement and contract delivery system that promotes Public Private
Partnership (PPP) in which a private company is contracted to finance, design, construct, and operate for a certain
period (usually 10 years) and transfer. BOT contractors look to project financiers for the realization of projects through
equity contributions or credits. Such provisions are different from budgetized finances such that they involve no or
limited re – course which means the project owner is not responsible for any liability other than force majeure and
agreed upon claim adjustments. This obliges that projects should first be viable for revenue generation in order to
payback its depts.
The Typical BOT contract is the process whereby a government grants a concession to a project development
company to develop and operate what would normally be a public sector project, for a given period of time known as
the concession period. BOT project involves a potentially complex contractual structure. The Operation period between
completion and transfer gives the contractor an opportunity to verify the quality of the output of the services and works,
and train the employer personnel on how to manage the facility afterwards. In some BOT contracts, defect liability
period will be included in order to ensure the quality of the facility during transfer. This is because, operators in an
attempt to save costs, may decrease operating and maintenance expenditures towards the end of the concession
period.
Such delivery system requires appropriate packaging of projects and their definition clearly. It is advisable to start with
small projects and tries to develop experience and expertise to make such delivery system successful. Most BOT
projects failed because of their built up and engagement in very large projects which is an extremely risky business for
contractors. Consortium of contractors is used to carry out such projects. The increasing popularity of the BOT project
is largely due to a shortage of public funding and the opinion that the facility will be more efficiently managed by a
private entity.
The following standard forms of BOT Conditions of Contract are known for use for such delivery systems:
Construction Management Consultancy Delivery System is a response to problems associated with DB and BOT
where the Project Owner was not well represented for its benefit and the problem of fragmentation between Planning
and Implementation. As a result, construction management consultancy firm is used to coordinate all activities from
concept inception through acceptance of the facility. Facility management consultancy adds operation of facility during
operation to Construction Management Consultancy.
Construction Management service in such delivery system include the management activities related to a construction
program carried out during the Basic Planning, Design & Construction Implementation and its completion process that
contributes for the successful completion of projects. The main difference of this delivery system is that, while all the
others involve only during the implementation phase after major decisions was made during the Basic planning phase
of the construction process, it is involved in the whole construction processes.
Construction Management Consultancy service are particularly attractive to organizations that involve in construction
physical infrastructures such as MoE, MoH, Real Estate Organizations, MoWRs, MoT&C, etc. Construction
Management Consultants then represents Project Owners to carry out the following services:
2.1.6. Partnering, Alliances, Outsourcing and CE & JIT (Running and Specialized Delivery System)
The need for constructing quicker, cheaper and to a higher quality of physical infrastructure by clients and at the same
time with very minimized or no dispute questioned fragmentation of packaging, costs related to wastes and overheads,
single staged procurement systems, involving in less competitive and comparative advantage for services and works
and existing stakeholders relationships. As a result,
which focuses most on management of relationships and value adding to ensure quicker, cheaper and quality services
and products with less disputes are recent developments. These systems require to overcome cultural and behavioral
barriers among interest groups and control motivated performance based management. These types of delivery
systems are often the bases behind DB, BOT, FM\CM consultancy delivery systems but their at most and recent
developments.
Procurement is a process used to select the lowest competitive and qualified bidder for procuring services or works or
goods from potential competitors based on reasonable relevant criteria. It can also be expressed as a method used to
employ or buy services or works or goods for the value (in the form of money) which includes reasonable profit.
Essentially, a bid or tender is a binding offer or proposal to furnish certain specified promises for the amount stated in the
tender.
Physical infrastructures are cost extensive and appropriate savings obtained through competition are the main factor
behind the procurement process. An effective and efficient procurement method ensures the following rights called the
"Five Rights". These are The Right Quality, The Right Quantity, The Right Cost / Price /, The Right Counterpart and The
Right Time.
The Right Quality: It is indeed wasteful and not necessary to spend time, money and all the efforts for procuring
unqualified services or goods or works. Therefore, it is essential to ensure whether such procurements are of the right
quality. Right Quality is always based on two major factors. These are the technical expectation and the economic
consideration, i.e.; Price & Availability.
While the technical quality can be insured by the provisions of specifications and checking their conformance reliability of
the intended job; the economic consideration can be taken into account by the competition initiated using procurement
processes. This implies that a tender document should, as much as possible, clearly specify the quality requirements and
allow participation of qualified and experienced firms for tendering.
The Right Quantity: The quantity should be computed carefully and included in the BOQ correctly. This is because it
has an effect on the project cost and site organisation which is the bases for offering the right price. If the quantity is
found mistakenly small, it will have consequential effects such as:
The Right Cost / Price /: In strict terms the right cost usually relates itself very much to the quality expected to
accomplish the task. It is clear to say that it is difficult to get the right cost, however to approach it, is a possibility. That is
one of the causes for procurement to be processed. Tendering together with negotiation and market intelligence
techniques is the only way that ensures the right cost and accomplishing the task successfully. Competition is the bases
for determing the Right Cost or Price. Here, the most important proverb professionals shall attend to is:
The Right Counter Parts: This is to guarantee that the parties agreeing to accomplish the task shall be fit to the job.
That is, the Project Owner should know what his needs are as accurately as possible, be competent to act as an
Employer and should possess the finance. The Consultant shall exercise reasonable skill, care and diligence in
the ;performance of his obligations. If authorised to certify, decide or exercise discretion, the Engineer do so fairly
between the client and the third party not as an arbitrator but as an independent professional acts by his skill and
judgement. The contractor shall be able to execute and maintain the task successfully with due care, diligence and
provide all labours including supervision thereof, materials, equipment, etc. Therefore, with the help of tendering, it is
possible to select the right counterparts.
The Right Time: The right time for the provision of resources and accomplishment of obligations of each party shall be
set and agreed. This usually relieves the extra cost incurred on the parties which will make them to suffer. Besides if the
project is not completed at the right time, its effects are devastating. To insure prevention of such happenings scheduling
with regard to right timing is essential.
Purposes: The purposes of a Procurement Management System can be summarized into two major points:
The successful achievement of these purposes requires the following seven characteristics (Figure 3):
Notice of advertisement: The advertisement shall be made on an official newspaper, mass media, and notice boards
etc. which can enable the advertisement to reach wide range of competitors.
Notice of
Advertisement
Avoidance of Proof of
Subjectivity Competition
Characteristics
of tendering
Accessibility Impartiality
Formality Neutrality
Proof of Competition: Tendering shall be as much as possible proof of competition. Unless otherwise conditions such
as complexity, specialisation of projects require restriction to open competition, tenders should be unlimited competition.
Neutrality: When the specifications are prepared care shall be taken to avoid preference to limited alternatives,
provided quality is not compromised. Therefore when specifications, whether standard or particular, are prepared;
neutrality shall be adhered as much as possible. Besides, the bidding documents (contract conditions) which the parties
agree with shall be balanced so as not to cause disruption of the task to be accomplished.
Accessibility: The place where bid documents are purchased shall be clearly indicated. The bid documents shall be
complete and clear. The purchasing cost of bidding documents shall be nominal to cover reproduction and mailing costs.
The place, dates and time for submission shall be notified. Sufficient bidding period shall be given. Besides the amount of
bid security should be reasonable enough not to discourage bidders to participate, usually 1 - 5% of the bid amount is
practiced.
Impartiality: During tendering if clarification is requested, do so accordingly but to all participating bidders so as not to
lead to partiality or preference. Often Pre-Bid Submission Meeting is used for this purpose. Negotiation is not allowed
during tender period.
Formality: Strict adherence to the submission & opening of bids, i.e., place, date and time, and rejection of late and non-
responsive bids shall be a formality to all tenders. Besides, forfeiture of bid bonds to those bidders violating the bid
security condition shall also be a formality to all tenders. As part of the formality; the Employer, the Funding organisation,
if different from the Employer, the Works to be executed shall shortly be described.
Avoidance of subjectivity: Criteria for evaluation shall be strictly set out in the instruction to bidders’ part of the bidding
document and all evaluations shall be carried out accordingly. Hence, award will also be done accordingly for the lowest
evaluated and qualified bidder.
Procurement of Goods: Physical resources used as components for undertaking consultancy services and/or
construction works such as Materials and Equipments are made available using Procurement of Goods.
Procurement of Services: In the construction Industry procurement of services are often termed as consultancy services
procurement. These include services like pre-feasibility and feasibility studies, design and contract administration of
projects, Construction management consultancy services, research or study based consultancy services, etc.
Procurement of Works: In the Construction Industry procurement of works mean the procurement of contractors to
carryout the actual physical infrastructures.
Generally, procurement types can be classified into Competitive and Negotiated Tendering when bidders’ coverage is
taken as a basis for classification.
Competitive Tendering: The objective of competitive bidding is to acquire the goods, or works, or services at the most
economic cost to the project owner. This type of tendering is commonly used for the selection of better and capable
winning bidder among the various eligible firms. Competitive bidding can either be Open or Limited Competitive
Bidding in the form their invitations.
As their name implies, while Open competitive bidding allows all eligible bidders to participate; Limited competitive
bidding allows a number of selected firms decided by the Project Owners in consultation with concerned parties for
qualification. The major difference between open and limited competitive bidding is the addition of qualifying criteria
beyond eligibility imposed on the procurement type for limited competitive bidding.
Limited Competitive Bidding is often used when the nature and urgency of the work justifies to do so. In this case limited
numbers of eligible firms are invited to participate for the bid. Commonly short listing is done based on the firms past
performance, work load at present, presence of a firm in the vicinity of the projects, knowledge of similar type of works
before and financial and technical capabilities of the firms. Besides, the listing shall take into account the renewal of
licenses of the firm and the specific requirements of the employer. These are some of the qualifying criteria used for
Limited Competitive Bidding. In such tendering, bidders can not be rejected as non-responsive for being unqualified
technically. Usually in such type of procurement, cost of projects might be higher than expected. To minimise such
effects, capable and competent professionals shall negotiate with the winning firm.
Negotiated Tendering: Under certain circumstances, which shall be rare in practice, direct appointment of an eligible firm
can be exercised by Project Owners. The nomination of this direct invitation is usually based on good performance,
acquaintance with the Project Owner, for supplementary agreements, etc. This kind of tendering is exceptionally
exercised when the project under consideration is very urgent or needs special skill whereby the required skill is rarely
available. The main disadvantage of this type of tendering is that the price offered can usually be higher than the
competitive bidding.
Procurement can be made using either of the four methods based on geographical coverage: these are
International, Regional, National and Local Tendering. Such types of procurements are generally caused by three
major factors. These are Local Capacity, Financial Sources and Globalization.
When projects could not be carried out by local capacity, project owners are forced to make tendering out of their
localities. Policies of the financial sources dictate the type of tendering geographically. For instance, donor financed
projects are often practicing International or Regional Tendering. The World trend for Globalization and the principles
of Free Trade and Trade Liberalization also encourages international tendering. In practice, Preference Margins in
the range of 7% are applied to local, national or regional tenderers, which imply tender offers higher than 7 % will be
given preference to encourage local participation.
To enhance proof of competition and increase accessibility, projects are recommended to create awareness starting
from its initiation. Following this requirement, General Procurement Notice is made during projects planning phase
and it is only interests of the bidders are aroused because sufficient tender documents are not available. This
approach is used:
General Procurement Notice (GPN) is of two types. These two types are based on their purpose why and when they
are notified. The first type is when the purpose is to create awareness and let bidders’ prior information about
upcoming projects such that they can follow up its development and include them in their plan. This type of GPN is
used for procurement of works and goods and is often announced as soon as the design implementation service is
started. The Second type is when the purpose is to determine interested bidders who could be invited in the form of
Limited Competitive Tendering. This type of GPN is used for procurement of services and is often announced after
financial sources are determined. GPN covers the Employer and its financiers for its project; Description of the
project with its probable or planed implementation time; type of procurement method and address where further
information can be obtained.
Specific Procurement Notice (SPN) is an Invitation for Tender or a Request for Proposal when the project is ready
for implementation. SPN can be sent to those interested bidders identified following GPN directly. Otherwise, it
should be advertise on the bases of enlarging opportunities. The contents of SPN are similar to The Form of
Invitation to Tender covered in section 3.2.
Procurement Steps: This includes Single Vs Two Staged; and Pre - Vs Post - Qualification Tendering.
Single or Two Staged Tendering: Procurement can be made using a single or two staged tendering process. They
are related with whether tender packaging for submission separately and their evaluations are staged for a single or
two steps when invitations are made. Often two staged biddings are made for the submission of technical and
financial proposals separately and their evaluations one after the other. According to Ethiopian Procurement
Regulations, the following shall be enforced to use Single or Two Staged Tendering:
Pre or Post Qualification Tendering: Procurement can also be based on Pre - or Post - Qualification processes.
Prequalification is an internationally accepted practice in procurement management. It would normally be required for
civil works contract of which its nature and cost is large and complex. So far in our country, there is no regulation on such
applications but practiced based on Project Owners, Regulators and Financiers initiatives. It is a procedure in which
eligible bidders are invited to provide evidence of their ability to perform the services required by the employer.
Prequalification is desirable because it enables the Employer to establish the competence of companies subsequently
evaluated. It is also in the interest of contractors since, if pre-qualified, they will know that they are competing against a
limited number of other firms, all of whom possess the required competence and capability.
Pre - qualification can be of two types. The First is when companies are already considered qualified during their
licensing requirements which entitled them for a single stage tendering process. For such types of tendering, the
most important tender evaluation criteria become the low priced bid. The Second is when two staged tendering is
used to pre-qualify tenderers’ for their technical competency. Once bidders qualify for the tender, either the lowest
priced bidder or the lowest evaluated bidder based on the weighted average of the technical and financial scores will
be recommended for award.
Pre - qualification should be based entirely on the ability of the bidder to carry out the required works satisfactory. The
following criteria are often used in determining this ability of the bidder;
Experience and past performance, Organizational arrangement and facilities,
Health, Safety and Environment Records, if any, Financial Status, and
Capability in respect of personnel and equipment, Schedule of Commitments.
FIDIC, 1994 recommended a procedural Flowchart for Procurement for Prequalification; however, it is
presented here with little modification to suit the current practices (Figure 4).
Post - qualification is a tendering type where Financial Evaluation is carried out first and rank bidders on the basis of
their offer for tender price. That is, Technical Evaluation will be done after the Financial Evaluation. However,
Technical Evaluation is performed step by step starting from the lowest financially evaluated bidder until
technically or cumulatively qualified bidder is determined. The advantage of this approach is not to loose
the lowest financially evaluated bidder and to save time during technical evaluations. However, Post
qualification approaches often cause to fix evaluators on financial results and be locked and biased for
successive technical evaluations.
Discussion Points:
Merit and Demerits of the different Procurement Methods
ProcedureEmployer / ConsultantContractorsProcurement and Contract Strategy
ProcedureEmployer / ConsultantContractorsProcurement and Contract Strategy
Contract Planning Phase
Delivery System
Procurement Contract Planning Phase
Delivery System
Method Awareness on Future
Procurement
Contract Type Method Awareness
Business on Future
and Follow Up
Contract
Action PlanType Business and Follow Up
Action Plan
Pre-qualification Documents
Letter of Invitation
Pre-qualification Documents
Letter of Invitation
Information about prequalification Collect information about
procedure Tender
Information aboutDocument Preparation
prequalification theCollect
projectinformation about
and its location
procedure
Project Tender Document Preparation
Information the project and its location
Project Information
Prequalification Application
Prequalification Application
Advertisement
Advertisement
Project Scope, Location, Source of Check Eligibility
Invitation
Project Scope, Location,
finance
Toof
Source Check
Check EligibilityAdvantage
Competitive
finance
Issue,
Invitation
Pre-qualify To
Submission and Opening dates of Check
Collect Competitive Advantage
Information
Pre-qualify
Issue, Submission and Opening dates of
Tenders Collect
Decide Information
to participate
Tenders to pre-qualify
Instructions and evaluation Decide to participate
Tendering
Instructions to pre-qualify
criteria and evaluation
Tendering
criteria Phase
Phase
Organization, Structure & Experience Request and Obtain Pre –
Organization,
Resources Structure
(Financial, & Experience
Managerial, Request anddocs.
Qualification Obtain Pre –
Resources
Technical, (Financial, Managerial,
Labor, Plant, Stock, etc) Qualification
Request & Obtain docs.
Technical,
Current Labor, Plant, Stock, etc)
Commitments Request & Obtain
Clarifications
Current Commitments
Acknowledge Receipt Clarifications
Complete and Submit Docs
Acknowledge Receipt andComplete
RelevantandInfo.Submit Docs
Issuance & Submission of Pre-qualification and Relevant Info.
docs.
Issuance & Submission of Pre-qualification docs.
Open Tender in the presence of relevant
Open Tender in theTendering
attendee presence of relevant Attend Tender Opening
attendee
Evaluate Tendering
Phase
for Eligibility, Technical, Attend Tender Opening
Ceremony
Evaluate for Eligibility,
Organizational Phase
Technical,
, Financial Capability Ceremony
Organizational , Financial Capability
Invitation
Invitation
Clarification
Clarification
Submission
Submission and
and Opening
Opening
Procurement Preparation phase is meant for the formation of a Procurement Team; the preparation of Tender
Documents and their approval for procurement implementations.
Procurement Team: Ethiopian Procurement Regulation states that a Procurement team consisting of a minimum of five
members shall be established. As Tender Evaluation is a joint technical and commercial exercise, the project owner shall
consider that the necessary experts shall be composed in the procurement team.
Instruct bidders on the procedures for the preparation and submissions of bids,
Inform prospective bidders about the nature of things to be procured,
Inform bidders about the criteria for evaluation and selection of the successful bidder, and
lay down the contract conditions, delivery system, procurement methods and contract types of the project.
Instruction to Bidder (ITB) is intended to acquaint potential competitors with the nature of the tender and shall provide
all Instruction
the necessary to Bidder (ITB)toisenable
information intended to acquaint
bidders potential
to prepare their competitors with thewith
offer in accordance nature
theofrequirements
the tender and shall
of the provide
Project
all the necessary
Owners. Whenever information
necessary, toit enable
will be bidders to prepare
supplemented by their offer ininformation
particular accordancewhich
with the requirements
cannot of the Project
be standardized or
Owners. Whenever
generalized necessary,
in the General it will The
ITB document. be supplemented by particular information which cannot be standardized or
ITB document includes:
generalized in the General ITB document. The ITB document includes:
Introductory Parts covering sources of fund, description of the project, eligibility and qualification requirements, and
Introductory Parts covering sources of fund, description of the project, eligibility and qualification requirements, and
necessary obligations concerning the cost of tendering, site visits, etc.
necessary obligations concerning the cost of tendering, site visits, etc.
Tender Document Parts eliciting the contents, clarification and amendment processes.
Tender Document Parts eliciting the contents, clarification and amendment processes.
Tender Preparation Parts which states the language, documents comprising and their precedence, form of tender and
Tender Preparation Parts which states the language, documents comprising and their precedence, form of tender and
appendix thereto requirements, and alternative offer and formats and signing of bids requirements.
appendix thereto requirements, and alternative offer and formats and signing of bids requirements.
Tender Submission part stressing sealing and marking of bids, deadline for submission of tenders, and modification
Tender Submission part stressing sealing and marking of bids, deadline for submission of tenders, and modification
and withdrawals.
and withdrawals.
Tender Opening and Evaluation Parts covering procedures and criteria for opening and evaluation of tenders, and
Tender Opening and Evaluation Parts covering procedures and criteria for opening and evaluation of tenders, and
preference for domestic or regional preferences.
preference for domestic or regional preferences.
Tender Award Parts stating Award criteria and procedures, and Rejection Rights and Obligations
Tender Award Parts stating Award criteria and procedures, and Rejection Rights and Obligations
Samples can be:
Samples can be:
Particular Instruction to Bidders, MWUD 1995
Particular Instruction to Bidders, MWUD 1995
FIDIC White Book
FIDIC White Book
demand checking, renewal and approvals of Tender Documents. Check list for review is the best practice used for
Tender Documents approval.
Prepare Checklist for
Prepare Checklist for
Request For Proposal including Proposed Program and Terms of References
Request For Proposal including Proposed Program and Terms of References
Architectural, Structural, Electrical and Sanitary Preliminary and Final Designs
Architectural, Structural, Electrical and Sanitary Preliminary and Final Designs
Feasibility Studies for Big Projects
Feasibility Studies for Big Projects
Road and Bridge Designs
Road and Bridge Designs
Water Works Designs
Water Works Designs
Contract Documents
Contract Documents
General Points
General Points
Tendering Phase includes Invitation, Clarification, Submission and Opening of tenders. Normally open tenders are
floated for a period between 30 to 45 days. Limited and Negotiated tenders can be invited between 7 to 15 days.
Invitations shall widened opportunities to the project owner by reaching all potential and eligible competitors. The
invitation to tender shall clearly state:
the owner and his desirous service or works how long the tender will be floated,
eligibility requirements, how should the tender offer be packed, and
place to get further information, when and where submission and opening of tender
where to purchase & submit tender documents, will take place.
Clarifications can either be requested by interested bidder or carried out using a pre - tender clarification meeting. In
both cases, issues clarified shall be sent (written) to all bidders participating for the intended services or works. The
bidders shall submit their offer on or before the submission date and time. Late bids are automatically rejected.
Tender Opening: Bids shall be opened in public on the date, at the time and place mentioned in the invitation to tender
and stipulated in the tender documents. Ethiopian practice in tender opening for public construction projects is that, two
representatives from MWUD in addition to the Project Owner, Consultant (if available), and Contractors (Who wish to
attend) representatives shall attend during the tender opening ceremony.
Sample for Bid Recording Format for Basic Data during tender opening
Project: ______________________________ Bid Submission Date: ______________________________
Employer: ______________________________ Bid Opening Date: ______________________________
Tender Completion Currency Performance Alt. Offer Tender Advance Other
Bidders’ Name Offer Time Requirement Security w/Amount Security Payment Rebate Remark
s s
Tender Evaluation Phase: is made to determine and make award recommendation for the least evaluated bidder
using preliminary and detail evaluations. The recommended winner may or may not necessarily be the lowest
bidder. Factors such as technical qualification, completion time, commercial terms of the offer, etc are used in
determining the least evaluated bidder.
Preliminary Evaluations are made for Eligibility and Arithmetic Review requirements. Before commencing the actual
evaluation, it is useful and recommended to complete a Basic Data Sheet for each tender to record key information
and enable coding.
Eligibility Requirements: Tenders are subjected to eligibility qualifications before they enter to bid and their respective
evaluations. Most often sited issues considered in eligibility requirements are:
Valid & Up to date Trade and Professional License, Turnover requirements fulfilled
Valid & Up to date Membership to Financier Organizations, Power of Attorney, Signature and Sealing Requirements, and
Valid provision of Bid Security or Bond, Appropriate Invitation, Packaging and Submission
Completeness and submittals of all required documents, Requirements.
These eligibility requirements together with basic alterations of the conditions of the tender will be considered for
responsiveness or not. If the bidder offer provided weighs a major deviation from the tender condition, the tender will be
considered non - responsive and could not be further considered. But if it is minor deviation, either the procurement team use
their discretionary power to request clarification or the case will be recorded and taken up during negotiation if the respective
winner become the least evaluated tender. When the first approach is chosen, the bidder is not allowed to change any
information that can substantially affect the tender evaluation. For guideline during tender evaluation; table - outlined when a
tender is considered major deviation or not.
Arithmetic Review: Most tenders are often submitted hastily. As a result, tenders are not arithmetic error free. If tenders are
processed without arithmetic checks, on the first place tenders are not evaluated on the bases of equal merits and if they
become binding contracts being over-sighted, they will be the cause for potential disputes. Therefore, it is a formal evaluation
process to review arithmetics before carrying out detail evaluations. Arithmetic review can be done if and only when financial
proposals are opened.
Detail Evaluations include Technical, Commercial and Financial Qualification requirements. Evaluations at this stage
should first and foremost critically see the technical and commercial offers and establish system that can ensure
common bases for comparison. Finally, the Financial offer will be updated using Absolute Results from Commercial
comparisons
Additional cost due to Foreign Currency Exchange requirements can then be determined using selling rates at
15 days prior to tender submission date
Tender Opening Date
Decision for Award or Expiry of Tender Validity date
o Advance Payment
When different amounts of advance payment are requested as part of the tender offer, one could not directly
evaluate the tender price and determine the lowest evaluated bidder. This violates the principle of competition on
the same bases. Therefore, the evaluation should take minimum advance payment request as a basis and
consider others for additional cost incurred due to different mobilization advance requirements.
The Additional Cost due to differences in mobilization advance requirements can be computed from the following
expressions:
APAC = {(AP x TO) / 100} – PV; PV = A x PWF; A = {(AL%) x TO} / n; PWF = {(1 + i)n – 1} / {i(1 + n)n}
AP = Advance Payment Requirement in %; TO = Tender Offer after Arithmetic Check;
i = Discount Rate = 0.04 % per day; n = Completion time in days
PWF = Present Worth Factor; PV = Present Value
A contractor can be eligible for such preference margin if and only if;
Its legal constitution is in accordance with the Employers’ Country / Region
It is registered according to rules and regulations of the Employers’ Country / Region
It has proof that its majority of works are undertaken in the Employers’ Country / Region
Its majority of capital shares are held by the Employers’ Country / Region nationals
Its majority of the board of directors members are the Employers’ Country / Region nationals
Its 50 % key personnel are nationals of the Employers’ Country / Region
Its arrangement to execute the work should not involve major part of its work or net profit other than the
Employers’ Country / Region Nationals or Co - Companies
Financial Offer Comparison: After all commercial comparisons are considered on the same bases; the Tender offer will be
adjusted based on the Cost - Benefit principle which involves adding costs and benefits foregone. Besides, the preference
margin will also be deducted and Least evaluated Bidder is Determined. That is:
Besides, Financial offers per groups of trades of works are compared in order to evaluate whether tenders are front loaded or
not. Front loading often cause disruption of projects or overzealous contractual negotiations.
Rejection of All Tenders though is solely the power of the employer to decide, for the sake of fairness it is
recommended that such rights shall be exercised in the following cases:
All Tenders are found non – responsive during the Preliminary evaluations
Evidences of lack of competitions such as collusion among bidders, monopoly, etc
Lowest responsive offer is found unreasonably high.
The following procedural Flow Chart (Figure …) is recommended for Tendering following the Pre-Qualification
procedural flow chart shown in section …
ProcedureEmployer / ConsultantContractorsProcurement Document
ProcedureEmployer / ConsultantContractorsProcurement Document
Tender Document Preparation
Letter of Invitation Check Eligibility
Tender
Letter of to
Instruction BiddersDocument Preparation
Invitation Check
CheckCompetitive
EligibilityAdv.
Instruction
Conditions of to Bidders
Contract Collect
Check Information
Competitive Adv.
Decide to participate
Collect Information
Conditions
Drawings, BillofofContract
Quantities, Forms,
Decide to participate
Drawings,
Formats Bill of Quantities,
and Schedules, etc Forms,
Formats and Schedules, etc
Arrange date and Time for Pre Bid Request & Obtain
Arrange date
Submission and Time for Pre Bid
Meeting Request & Obtain
Clarifications
Submission
Send Clarification and Site Visit
Meetingto all bidders
all clarifications Clarifications
Request and Visit Site
Send all
Arrange date
Clarification
clarifications
and time fortosite
and Site Visit
all visit
bidders Request andreceipt
Acknowledge Visit Site
of all
Arrange
Prepare anddate
Issueand time
Addenda forfor
site
Tendering allvisit Acknowledge receipt of all
clarifications
Prepare and Issue Addenda
Clarifications Tendering
Phasefor all clarifications
Clarifications Phase
Given the following Bid Opening Data, Evaluate their offer; that is, determine the Least Evaluated Tender for Award
Recommendations and Write the Tender Evaluation Report.
Project: Fechfachit Campus Tender No.: 001 / 88 Engineer’s Estimate: Birr 20,877,188.00
Date of Invitation: Sept. 30, 1995 Procurement Method: ICB No. of Bid Sold: 8
No. of Bids Submitted: 6 Bid Submission Date: Nov. 15, 1996 Bid Validity Period: 45 Cal Days
Selling Ex. Rate 15 days before: 1 USD = Birr 6.30 Selling Ex. Rate for Evaluation: 1 USD = Birr 6.31
i = 0.05 % per day = 1.5 % per month for Completion Time; i = 0.04 % per day for Advance Payment computations
Domestic Preference Margin = 7.5 %
Tender Offer Tender Security (TS) Perf. Adv Comp Foreign
No Bidders Cat. TO Amount Type Security Req’d Time Ex. Req’d Rebate
1 DCM 1F 17,630,915.11 31,746 USD
CPO 20 % 20 % 645 55 % USD
2 CGTS 1L 22,145,153.10 260,000 USD
UIC 10 % 705
3 CGCS 1L 18,146,822.49 250,000 USD
AIC 10 % 705 3%
4 CECCS 1F 21,236,399.00 40,000 USD
CPO 20 % 705 50 % USD
5 CGCA 1L 24,110,160.00 300,000 USD
Cert. 10 % 20 % 705 15 % USD
Cheq
6 CBAS 1 L 22,766,237.75 250,000 USD EIC 10 % 20 % 705
Required Minimum Tender Security = 1 % of TO; F = Foreign Company and L = Local Company
Tender offer after Arithmetic Check was found as
Preliminary Evaluation
Preliminary evaluation covered two major parts; Eligibility Responsiveness and Arithmetic Review. For Eligibility
Responsiveness, the six tender offers were critically examined and Table 1 below has summarized the findings. Valid provision
of Bid Security / Bond and Turnover Requirements are separately computed and presented in Tables 2 & 3 – Annex 2.
Accordingly, all bidders except S and W were found responsive for eligibility requirements and considered for remaining
evaluation processes.
Eligibility Requirements R S T U V W
Valid and Up to date Trade and Professional License R R R R R R
Valid and Up to date Membership to Financier Organizations R R R R R R
Completeness and submittals of all required documents R R R R R R
Power of Attorney, Signature and Sealing Requirements R R R R R R
Appropriate Invitation, Packaging and Submission Requirements R R R R R R
Valid provision of Bid Security or Bond ** R R R R R R
Turnover requirements fulfilled ** R NR R R R NR
** Table 2 & 3; Annex 2 showed their eligibility Responsiveness.
For Arithmetic Review, the tender offer of four responsive bidders is checked and their tender offer after arithmetic check and
any additions or reductions due to rebate and alternative offers are tabulated in Table 2 Below.
The summary in table 3 above considered impacts due to different commercial offers and determined Tender Offer of each
Bidder for evaluation purpose. Hence, this part checks whether front loading is exercised by tenderers or not. Table 4
compares each tender value along acknowledged group of trades of works with Engineers Estimates, Average Tender Offers
and Adjusted Tender Offers. Similar table can be used to compare each Tender offer by Blocks or Lots or Packages.
Award Recommendation
Based on Detail Evaluation result taking foreign exchange at date of decision, Ranking of tenderers is shown in Table 5 Below.
Accordingly, Tender Offer T is recommended for award negotiation.
Project: Fechfachit Campus Tender No.: 001 / 88 Engineer’s Estimate: Birr 20,877,188.00
Date of Invitation: Sept. 30, 1995 Procurement Method: ICB No. of Bid Sold: 8
No. of Bids Submitted: 6 Bid Submission Date: Nov. 15, 1996 Bid Validity Period: 45 Cal Days
Selling Ex. Rate 15 days before: 1 USD = Birr 6.30 Selling Ex. Rate for Evaluation: 1 USD = Birr 6.31
i = 0.05 % per day = 1.5 % per month for Completion Time; i = 0.04 % per day for Advance Payment computations
Domestic Preference Margin = 7.5 %
Annexes
Annex – A: Basic Data on Tender Offer
A.1: Pre - Bid Basic Data
A.2: Tender Opening Records
A.3: Assignment of Codes and Bidders Particulars
Annex – B: Preliminary Evaluation Responsiveness
Annex – C: Detail Evaluation Results
3.4. Statistical Approach to Tendering / Procurement
Most of the construction works are awarded using competitive bidding. It means, Contractors shall submit their
estimates with respect to their offer including the Project Cost. The project cost, in the estimate, includes the actual
cost of the work (the Direct Cost), Overheads cost and Profit (the Indirect Cost). Besides, the contractor shall
consider to minimize risks and complete the project with in the cost and its completion time. If all goes well, the
winner will enjoy with a fair profit and remain competitive and build his reputations in the Construction Industry.
However, to win a competitive tender, a bidder should keep a step ahead of its competitors through new and
improved techniques of estimating to replace conventional methods and practices. One of these new and improved
methods of obtaining an advantage over competitors is to use statistical approach for Bidding.
A bidder as a business organization, one of its main objectives is profit making, specifically maximizing immediate
profit. Immediate profit is simply the difference between the amount of the bid and the actual cost of the work. In
competitive bidding, each bidder must submit a sealed bid and the lowest responsive bidder is awarded the contract.
Besides, It is clear that a bidder may either win or loose the contract. This basic uncertainty is the major problem to
contractors. To narrow the gap of this uncertainty, it is evident that several approaches attained through experience,
statistical, and mathematical knowledge can be used bidders in order to obtain an advantage over their competitors.
These approaches to competitive bidding can provide a useful guide in:
evaluating chances of being the winner of a contract,
determining maximum expected profit,
providing high competition among bidders by narrowing their price variation gaps,
saving unnecessary bid preparation expenses, and
saving from losses.
This part covers the concept of expected profit in line with the statistical approach in tendering. To open the eyes of
our contractors in line with these methods will greatly enhance the competitiveness of the construction industry.
However, one of the major limitations of a statistically developed strategy in competitive bidding is the basic
assumption used in determining the probability of competitiveness and the maximum expected profit there from.
That is, the assumption clearly states that the competition will follow the same general bidding pattern in the future to
that they behave in the past. Therefore, it is essential to update the data which is used to establish the bidding
behavior of competitors. Nevertheless in the absence of other updated information’s, the best guide will be that
already acquired.
Expected Profit: Expected profit is defined as the average profit per project that will be realized in the future
considering probability of winning a contract. Computation of the expected profit will help contractors in finalizing the
estimate of their bids. To explain with a simple example, let the cost of fulfilling a particular contract is 20,000 birr, let
the probability of contractors with bid amount of 30,000 birr (Bid A) and 25,000 birr (Bid B) winning the contract is
30% and 70% respectively, the expected profit for each contractor can be computed as follows:
then the expected profits for bids A and B are computed and tabulated below.
Bidder Bid Amount Actual Cost Imd. profit Pa (%) Exp. profit
(1) (2) (3) (4 = 3 - 2) (5) (6 = 4* 5)
Bid A 30,000 20,000 10,000 30 3,000
Bid B 25,000 20,000 5,000 70 3,500
A bid amount of larger expected profit is the value that the contractor should opt for. In the above example, the
contractor should submit a bid amount of 25,000 birr so that both their probability of winning and the expected profit
to be bigger. Expected profit can only be computed if the probability of a contractor being awarded the contract for a
bid is known or can be determined.
Statistical data of competitors shall be collected to determine the probability of winning a bid. It is obvious that the
probability of a contractor being awarded any particular contract is lying in the range of zero to unity. It is taken as
zero when a contractor is certainly make a bid so high that it is almost impossible to win the bid and unity when a
contractor make the bid so low, that it would certainly be awarded the contract.
That is, there is a relationship between the probability of award and size of bid relative to cost. This relationship can
be expressed by a. Probability of competitiveness as a basis for a cumulative probability distribution is defined as the
probability of a bid that there will be a competitive bid which will beat another bid and is determined by the difference
of the probabilities of being awarded for the same bids. To simplify this concept let us take an illustrative example;
Let the cost of fulfilling a particular contract be 100,000 birr, and
Let the bid amounts and their probability of award be as given in table below
From the above table it is easily understood that there is a probability of 0.07 that there will be a competitive bid of
90,000 birr which would win the bid of 100,000 birr, i.e; Bidder A is competitive over bidder B by a probability of 7%.
The cumulative distribution of the bids should always sum up to unity or 100%. This is to indicate that all possible
competitors are considered. Now, assuming that a contractor has the appropriate cumulative distribution, the
maximum expected profit is computed and found as 9,200 birr (See Table Above).
The following preparations shall be exercised by every bidder to use the method of expected profit in order to
determine their position to bid, these are:
collect earlier bid amounts of those contractors tendering for similar projects,
assembling, classifying and condensing earlier bid amounts for similar projects,
presentation of the data in the form of text, tables and / or graphs
make analysis of the data with regard to their frequency of bidding, their frequency of winning the bid, and their
ratio with respect to bidders amount and their frequency of occurrence,
Using the above preparation a bidder can obtain the necessary information about the distribution of the probabilities
of award as a function of the bid amount. Since it is a usual practice to announce openly the bids on large or public
contracts, it is possible to learn the bidding behavior of competitors. In determining their probability distribution, it is
assumed that competitors will follow the same general bidding patterns in the future that they have in the past and
three different cases are considered. These are;
Case 1: Numbers and Identities of competitors are known,
Case 2: Number of competitors are known but their Identities unknown,
Case 3: Numbers and Identities of competitors are unknown.
Given the number of competitors’ equals 5, their identities based on collected and analyzed data are as tabulated
below, and let the ratio of Competitors Offer and the Contractor Offer be R. Then the probability of competitors’ is
computed as described below:
In the case of bidder A, the total frequency of occurrence is 53, and the various ratios’ frequencies of occurrences are known,
which gives sufficient information for the determination of the probability of the occurrences. Considering the ratio of 1.2, out
of the total occurrence which is 53, it is found that this ratio occurred 16 times; therefore the probability of occurrence of the
ratio 1.2 is 16 / 53 = 0.30. (It is simply determined by dividing each frequency of occurrences of the bidder to its total number
of occurrences.) Similarly, the probabilities of occurrences for other ratios and other bidders are determined and shown as the
table of probabilities of occurrences below.
Taking bidder A and R value of 1.3, with a probability of 32%, bidder A has submitted bids on contracts which were 1.2
times the contractor’s cost estimate. For practical works a more refined breakdown of the ratios would probably be
used.
Now, in order to determine the expected profit, the probability that the contractors bid is lower than the other bidders
individually shall be computed. As described above this varies between zero and unity. The probability that the
contractors bid is lower than the others bidders estimate is determined as follows:
Taking bidder A, Since the lowest bid is 0.9 times bid amount of A, it definitely win the bid which justifies that the probability
that the contractors bid is lower than bid amount A is 100%. Besides, 1.6 times bid amount of A is the highest bid that any
bid greater than this bid’s probability of being lowest is 0%. For other ratios, their probability will be determined and
tabulated below;
Bidder A
R Pc Cum.Pc P (lower)
0.9 0.02 0.02 1.00
1.0 0.06 0.08 0.98
1.1 0.13 0.21 0.92
1.2 0.30 0.51 0.79
1.3 0.32 0.83 0.49
1.4 0.11 0.94 0.17
1.5 0.04 0.98 0.06
1.6 0.02 1.00 0.02
>1.6 0.00 1.00 0.00
Now we have already obtained the probability that the contractor’s estimate is lower than the bidders estimate. That
is, the cumulative probability distribution which gives the probability for any given bid, expressed as a ratio of the
contractor’s cost estimate in which the contractor’s estimate be lower than that of competitors bid. In other words,
the contractor has sufficient information to determine his estimate that assures him the maximum expected profit. In
order to determine the expected profit, the probability theory should again be called upon when the number of
competitor is one or more. To revise the probability concept behind this the following illustrations are provided:
Addition law: The addition law of the probability theory applies when an event occurs in one of several possible ways, provided
these possible ways are mutually exclusive. And it is calculated as the sum of the probabilities of the occurrences of the
several different possible ways.
Multiplication law: The multiplication law of the probability theory applies when an event occurs in simultaneous occurrence. It
is calculated as the product of the probabilities of the occurrences of the several different possible ways.
In all cases and in any consideration of probabilities, the sum of all possible events must equal unity. Therefore, the
expected profit can also be determined using the above probability theories. Now let us first take only one competitor
(Bidder A), and then the expected profit is computed and tabulated below.
Bidder A
R Pc Cum. Pc P (lower) Pexp
0.9 0.02 0.02 1.00 (0.9c - c)*1.00 = -0.100c
1.0 0.06 0.08 0.98 0.00
1.1 0.13 0.21 0.92 (1.1c - c)*0.92 = 0.092c
1.2 0.30 0.51 0.79 (1.2c - c)*0.79 = 0.158c
1.3 0.32 0.83 0.49 (1.3c - c)* 0.49 = 0.147c
1.4 0.11 0.94 0.17 (1.4c - c)*0.17 = 0.068c
1.5 0.04 0.98 0.06 (1.5c - c)* 0.06 = 0.030c
1.6 0.02 1.00 0.02 (1.6c - c)*0.02 = 0.012c
>1.6 0.00 1.00 0.00 0.00
It is easily observed that a contractor estimate of 1.2 c gives the maximum expected profit of 0.158c, which is the
cost that the contractor should bid for.
Now let us take two competitors which are bidder A and B. The contractor will win this contract if and only if this bid
is found lowest of both bidders A and B. In probability theory this can be explained by an event of simultaneous
occurrence. Therefore, in order to determine the expected profit of the contractor, the probability that the contractor’s
bid be lower than the competitors shall be determined. This probability is determined as the product of the
probabilities of the individual competitors’ probability Pa (AB).
The above table now contains the probability for obtaining the bid, if the contractor is to bid lower than both bidder A
and B. From this, the expected profit is determined and tabulated below.
R Pa (AB) P exp
1.0 1.00 0.00
1.1 0.92 (1.1c - c)*0.92 = 0.092c
1.2 0.64 (1.2c - c)*0.64 = 0.128c
1.3 0.29 (1.3c - c)*0.29 = 0.087c
1.4 0.03 (1.4c - c)*0.03 = 0.012c
1.5 0.01 (1.5c - c)*0.01 = 0.005c
1.6 0.00 0.00
From the above table the maximum expected profit is 0.128c which is at 1.2 times the contractors bid. Similarly the
expected profit for more than two competitors can be determined.
Here the numbers of competitors are known, but their identities are unknown. Such a case is exercised when a
contractor enhance his grade to a higher position so that he joined a new team or a new career. Since specific
information about bidders’ is unknown, the concept of “average bidder” shall be used.
Average bidder identities are a hypothetical but typical competitor representing the collective bidding pattern of the
contractor against all competition. If the contractor is faced with only one competitor whose identities are unknown,
then the average bidders’ identity is used for the only unknown competitors. Generally speaking the average bidder
concept is applicable to each of those their identities are unknown, for others since their identities are known they
will be considered as they are. The probabilities and the expected profit will be determined as described similar to
case one above.
Case 3: Both Numbers and Identities of competitors unknown.
In the case where the contractor does not know both the identities and the numbers of competitors, statistics plays
little role in finding too good too be true estimates as to what the contractor shall make his bid. Such a possibility
usually exists in the case where the contractor is a beginner or of whose recording is not scientific. One of the best
ways to approach such a condition is by the way of obtaining an estimate of the number of competitors and the use
of the average bidder concept for determining the identities of the competitors. Similar to Case 1 & 2, other
computation will be computed.
Estimating the number of competitors: The important parameters considered here are the estimated cost of
bidders and the expected number of competitors. Usually, a contractor shall collect past data in order to enable him
to estimate the number of competitors likely to bid on a particular size and type of job. In so doing some correlation
shall be developed between the estimated cost of the bid and the number of bidders using statistical concept called
“regression-correlation.” A graph of the numbers of bidders versus the contractor’s cost estimates can be prepared
for use in cases where both identities and numbers of competitors are unknown.
If one considers the effect on a bid as the number of competitors is known, the cumulative probability distribution
from the average bidders’ identities can be used. For easy demonstration let us use the following illustrative
example:
Let the probability that the contractor’s estimate is lower than bid of average bidder and the ratio “R” of the
contractor estimate to the average bidders cost estimate be given in the table below:
Assuming the number of competitors increasing from one to three and the expected profit is calculated the following
values are obtained and tabulated below:
From the above table it is easily understood that as the number of competitors increases, the amount of expected
profit decreases. This indicates that the number of competitors is the most important variable in determining the bid
with regard to the maximum expected profit determination.
Chapter 4. Contract Management
4.1. Introduction
Contract is a written agreement between or among two or more parties whereby each party promises to do or not to
do something and agrees to terms (conditions and Warranties) set out in the contract. Conditions of Contract are
terms in which parties in the contract are governed / administered with. That is, it is an administrative law which is
the legally binding part of the contract. These promises and terms shall be enforceable by law and incorporates the
rights, obligations and Remedial rights of each contracting parties.
In other words, A Contract is an Agreement between two or more parties to do or not to do something for a certain
consideration that fulfill the following seven requirements:
Lawful and capable is to mean they are legally allowed to enter into contract and provides statements of facts
(statement of opinion + Knowledge) for their ability to perform their obligations. Misrepresentations of facts both from
Fraudulent or Innocence actions are liable for damages and / or rescission.
Legal and distinct is a description of both the promises and considerations (including rights and obligations) clearly
and distinctly stated and they should be practicable and legally binding.
Standards can be conditions, forms, formats, schedules, instructions, etc which are created for use as part of
contracts.
Consideration can simply be interpreted as ‘price for the promise’ which involves a benefit accrued from the offeree
in exchange for the promise the offeror is bound by the contract.
An Offer is an indication that one party is willing to be bound by specific terms set out in the contract. An offer can
remain open unless conditioned for termination using the following ways:
Refusal or Counter Offer
Closure of the Offering organization
Non – Acceptance with in the offer time
Failure of the offer condition
An Acceptance is the key for the formation of a contract which must be absolute, indication of consent, and
communicated to the offering entity by the offeree.
An Agreement though proves the existence of a contract; there are situations where it can be considered as there
isn’t. For instance, if contracts violate statutorily prohibited conditions such as promoting gambling; and / or also
violates unlawful conditions by the common law such as agreements to commit civil wrongs, discrimination, against
the benefit of the state, to promote corruption, that devalue the value of one party, etc.
Following these characteristics; While the contract is understood as the sub - framework of the law which can be
understood as the private law, the law provides a framework within which the services and works of the construction
industry is governed with. Therefore, the significance of any contract is that the promisee is obliged for their
performances against a certain return and if failed to compensate for non - performance and at the same be time
legally enforceable.
On the other hand, A contract is a not a mental state but an act which is a matter of inference from conduct. That is,
the parties are judged not by what is in their minds, but by what they have said or written or done. Essential Terms,
Certainty, Agreements to Agree, Subsequent words or conducts, Agreements after commencement, Agreement by
conduct, Formalities are some issues to be clearly understood when dealing with contractual matters.
To enforce law or bind conditions between or among the parties agree to procure services / works / goods
To clearly show the Terms and Conditions of contracts the parties agree with
To clearly show the Rights and Obligations of performances from the contracting parties
To clearly show remedial measures in cases for non - performances
To identify special risks and their treatment
To clearly show handling provisions for price, completion time, requirements variations adjustment systems, Changes
in cost and legislations and their dispute resolution mechanisms
Contract Management process can be idealized into three major processes. These include Contract Formulation,
Contract Administration, and Closing of Contract Processes (Figure 2).
Negotiations
Negotiations Closing
Closing of
of Accounts
Accounts
Contract
Contract Agreement
Agreement Contract
Contract Evaluations
Evaluations
Contract
Contract Implementation
Implementation
Changes
Changes Management
Management
Claims
Claims and
and Disputes
Disputes Management
Management
Contract Formulation: involves two sub processes, namely; Negotiation and Signing of Contract Agreement.
Negotiation is a process by which Project Owners together with their professional representatives’ deal with the
recommended winner of the tender on the requirements of the tender exclusively which will become the bases for
contractual agreements.
Contract Agreement when signed forms the contract document which will be the bases for Contract Administration.
A Construction Contract Document includes:
Signed and Sealed Form of Contract Agreement and Tender with Appendix if necessary,
General and Particular Conditions of Contract,
Technical Specification and Methods of Measurement,
Priced Bill of Quantities and Drawings, and
Forms, Formats and Schedules.
Form of Contract Agreement varies from contract to contract but is generally composed of:
Form of Contract Agreement varies from contract to contract but is generally composed of:
the date on which the agreement shall come into force
the date on which the agreement shall come into force
the contracting parties and the delegated services administrator, their addresses and being called upon
the contracting parties and the delegated services administrator, their addresses and being called upon
the services to be procured in brief
the services to be procured in brief
the general provisions such as words, meanings and expressions; order of precedence and Payment Terms
the general provisions such as words, meanings and expressions; order of precedence and Payment Terms
the construed parts of the contract document, and
the construed parts of the contract document, and
the Agreement Considerations, the Signing and Sealing places.
the Agreement Considerations, the Signing and Sealing places.
Sample Form for Contract Agreement
Sample Form for Contract Agreement
Form
Form of
of Agreement
Agreement In Consideration of the payments to be made by the
In Consideration
Employer of the payments
to the Contractor to be mentioned,
as hereinafter made by the
This
This Agreement
Agreement hereinafter
hereinafter called
called “the
“the Contract”
Contract” is is theEmployer
Contractortohereby
the Contractor
covenantsaswithhereinafter mentioned,
the Employer to
made
made onon the
the ___
___ day
day of
of __
__ 20
20 __
__ between
between onon the
the one
one the Contractor
execute and completeherebythecovenants
Works withand the Employer
Remedy any to
part
part __________
__________ of of ________
________ hereinafter
hereinafter called
called “the
“the execute
defects and incomplete
therein conformity the in
Works and Remedy
all respects with theany
Employer”
Employer” andand on
on the
the other
other part
part _______
_______ hereinafter
hereinafter defects therein
provisions in conformity in all respects with the
of the Contract.
called
called ‘the
‘the Contractor”
Contractor” // “the
“the Consultant”.
Consultant”. Theprovisions
Employerofhereby
the Contract.
covenants to pay the Contractor
in The Employer of
consideration hereby covenantsPrice
the Contract to payof the
suchContractor
other
Whereas
Whereas the
the Employer
Employer is
is desirous
desirous that
that certain
certain works
works sumin as
consideration
may becomeofpayablethe Contract
under Price of such other
the provisions of
// services
services should
should bebe executed
executed byby the
the Contractor
Contractor // thesum as may
Contract become
at the timespayable under
and in the the provisions
manner prescribed of
Consultant,
Consultant, viz.
viz. _________________
_________________ and and hashas by the
the Contract
Contract.at the times and in the manner prescribed
accepted
accepted the the tender
tender for
for thethe execution
execution // by the Contract.
implementation
implementation and and completion
completion of of such
such works
works // In Witness Whereof the parties hereto have caused this
services
services and
and the
the remedying
remedying ofof any
any defects
defects therein.
therein. In Witness
Contract Whereof to
/ Agreement thebeparties
signedhereto haverespective
in their caused this
Contract
places as of /the
Agreement to be and
day, the month signed
the in their
year firstrespective
above
Now
Now this
this Agreement
Agreement witnesses
witnesses asas follows:
follows: places as of the day, the month and the year first above
written.
In
In this
this Agreement
Agreement words
words and
and expressions
expressions shall
shall have
have written.
the
the same
same meanings
meanings asas are
are respectively
respectively assigned
assigned toto For and on behalf of the Employer
them
them in in thethe conditions
conditions of of contract
contract herein
herein after
after For and on behalf of the Employer
refered
refered to.
to. __________________ _______________
The
The following
following documents
documents shall
shall be
be deemed
deemed to to form
form __________________
Signature _______________
Date
and
and bebe read
read and
and construed
construed asas part
part of
of this
this Agreement,
Agreement, Signature Date
viz:
viz:
The
The Letter
Letter of
of Acceptance
Acceptance For and on behalf of the Contractor
The
The said
said Tender
Tender For and on behalf of the Contractor
The
The Conditions
Conditions of of Contract
Contract (I(I &
& II)
II) __________________ _______________
The
The Specifications
Specifications __________________
Signature _______________
Date
The
The Drawings,
Drawings, andand Signature Date
The
The Priced
Priced Bill
Bill of
of Quantities.
Quantities.
Standard and particular Technical Specification defines the quality expected to each trade of items or services whereby
Standard and particular Technical Specification defines the quality expected to each trade of items or services whereby
confirmation and approval required are clearly stated. Specifications are statements describing the nature and class of
confirmation and approval required are clearly stated. Specifications are statements describing the nature and class of
work, materials to be used, labor to be employed, methods of work, equipment and tools to be used, quality of works
work, materials to be used, labor to be employed, methods of work, equipment and tools to be used, quality of works
and workmanships and submittals and sampling for tests and approvals.
and workmanships and submittals and sampling for tests and approvals.
Specifications govern when it does not fit with drawings and it serves the following purposes:
Specifications govern when it does not fit with drawings and it serves the following purposes:
Guide bidders to arrive fair tender prices during procurement
Guide bidders to arrive fair tender prices during procurement
Be bases for execution and supervision of services and works and delivery of goods during implementation
Be bases for execution and supervision of services and works and delivery of goods during implementation
Help in purchasing of materials, hiring of workmen and provisions of equipment, and
Help in purchasing of materials, hiring of workmen and provisions of equipment, and
Help in accepting the different items of services and works and delivery of goods.
Help in accepting the different items of services and works and delivery of goods.
Specifications are of three types: Contract, Standard and Manufacturers’ specifications
Specifications are of three types: Contract, Standard and Manufacturers’ specifications
Contract Specification is a Technical Specification used to supplement drawings for a particular project which can be of
Contract Specification is a Technical Specification used to supplement drawings for a particular project which can be of
two types (General and Detailed). General specifications are written in the bill of quantities to show the class and type
two types (General and Detailed). General specifications are written in the bill of quantities to show the class and type
of works and materials together with workmanship and cost inclusions briefly. Detailed specification can either be the
of works and materials together with workmanship and cost inclusions briefly. Detailed specification can either be the
standard specification written to describe the how of the works and services or particular to the project under
standard specification written to describe the how of the works and services or particular to the project under
consideration.
consideration.
Standard Specification is a Technical Specification or Guidelines written to clearly establish the ‘What’ of the materials
Standard Specification is a Technical Specification or Guidelines written to clearly establish the ‘What’ of the materials
or (Sub) Products used or the “How’ of the services, works or goods which can generally be described for a construction
or (Sub) Products used or the “How’ of the services, works or goods which can generally be described for a construction
sector such as Buildings, Roads, Water Works, etc.
sector such as Buildings, Roads, Water Works, etc.
Manufacturers’ Specification is a technical specification prepared for the products companies produced to guide
Manufacturers’ Specification is a technical specification prepared for the products companies produced to guide
specifiers, designers and users. Such specifications include installation, use and maintenance instructions and are
specifiers, designers and users. Such specifications include installation, use and maintenance instructions and are
usually prepared in the form of manual.
usually prepared in the form of manual.
Page _______
Payment Certificate Sheet Page _______
Payment Certificate Sheet
Certificate of Payment No. : __________
Certificate of Payment No. : __________ Date: ____________
Date: ____________
Project: _____________________________ Amount (Curr )Main ContractSupp.
Project:No:_____________________________
Contract _____________________________ ContractContract Change No. 1Contract Change
Contract No: _____________________________ No.2Contract Change No.3Total Sum
Contract Date: _____________________________
Contract Date: _____________________________
Owner: _____________________________
Owner: _____________________________
Contractor: _____________________________
Contractor:
Location: _____________________________
_____________________________
Location: _____________________________
As per attached measurements and priced bill of quantities, the value of works executed and / or material
As perand
supplied attached measurements
net sum and priced
due to the contractor bill of
to date is: quantities, the value of works executed and / or material
supplied and net sum due to the contractor to date is:
Previous PaymentsPC. AmountTotal Sum due to the ContractorDeductions
No.DateAmountAdvance1234567
8910Total Exc. VAT
Contract
Contract Changes
Changes Description:
Description:
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
Contract
Contract Changes
Changes Initiated
Initiated by:
by: ______________
______________ Owners
Owners Consent
Consent on
on Advice
Advice Date:
Date: ___________
___________
Contract
Contract Change
Change Initiated
Initiated Date:
Date: ______________
______________ Contractor
Contractor Consent
Consent on
on Advice
Advice Date:
Date: ___________
___________
Consultant
Consultant Advisory
Advisory Date:
Date: ______________
______________ Change
Change Orders
Orders Date:
Date: ___________
___________
Mediate Disputes.
Such services are carried out to ensure projects are completed successfully and
The following Seven Points are worth noting as vital issues to consider during Contract Administration Services.
The
The Contractor
Contractor shares,
shares, inin most
most cases,
cases, the
the Owner’s
Owner’s desire
desire forfor aa final
final product
product of of high
high quality;
quality; however,
however, aa
contractor
contractor who who becomes
becomes caught
caught inin an
an irreconcilable
irreconcilable conflict
conflict between
between providing
providing that
that level
level of
of quality
quality and
and
realizing
realizing whatwhat he he believes
believes toto be
be aa reasonable
reasonable profit
profit will
will …….
…….
Construction
Construction is is recognized
recognized as as much
much an an art
art as
as aa science
science and and that
that the
the attainment
attainment of of something
something less less than
than
perfection
perfection is is ……..
…….. by by the
the Owner.
Owner.
Contract
Contract Administrator
Administrator is is not
not aa party
party toto the
the contract
contract between
between the the Owner
Owner and and the
the Contractor,
Contractor, but but isis aa
participant
participant in in the
the construction
construction process
process toto promote
promote the the successful
successful performance
performance of of projects
projects in in compliance
compliance with with
the
the contract.
contract.
Successful
Successful contract
contract administrators
administrators willwill know
know and and admit
admit the the limits
limits ofof their
their knowledge
knowledge and and will
will seek
seek thethe
assistance
assistance of of experts
experts inin the
the interpretation
interpretation and,
and, ifif necessary,
necessary, thethe legal
legal enforcement
enforcement of of the
the contract.
contract.
An
An overzealous
overzealous contract
contract administrator
administrator is is aa disservice
disservice to to both
both thethe Owner
Owner and and the
the Contractor
Contractor and and himself.
himself.
ItIt is
is clearly
clearly in
in the
the financial
financial interest
interest of
of the
the contractor
contractor that
that interim
interim payments
payments be be maximized,
maximized, and and ItIt is
is clearly
clearly inin
the
the interest
interest of
of the
the owner
owner that
that such
such payments
payments not not exceed
exceed thethe value
value ofof work
work completed;
completed; In In this
this situation,
situation, the
the
contract
contract administrator
administrator shallshall determine
determine what
what isis critical
critical for
for the
the success
success of of the
the project
project in
in the
the interests
interests of of fairness
fairness
to
to both
both the
the owner
owner andand contractor.
contractor.
Closing of Contract: Closing of Contract looks into issues related to Maintenance Period and Remedial works,
Dealing with Left Over Claims and Disputes, if any, Closing of Accounts and Completion Certificates.
Maintenance Period and Remedial Works: Construction works are subjected to Maintenance Periods (Usually One Year) in
order to reveal quality problems overseen by supervisors. The focus is not on normal wear and tear but rather damages seen on
the construction components which are solely under the responsibility of the contractor. These often include Sanitary and roof
leakages, Poor quality Door and Window Handles and Locks, Electrical Fittings, Structural damages, Cracks, Pavement
subsidence, Settlement, etc.
Left Over Claims and Disputes: If claims and disputes are not settled before provisional certificate of completion, they can be
dealt during this phase.
Closing of Accounts: Final Accounts together with the release of remaining retention moneys and performance securities are
carried out in accordance with the current situation at the time of closing and Final Payment Certificate is issued.
Completion Certificates: This is to entitle that the contractor is no longer responsible afterwards if satisfactory performance is
proved by Maintenance Period and its certification, Outstanding claims and disputes are settled, and closing of accounts are
made. Completion certificate is a certificate that concludes the contractual agreement and will not be considered binding there
after unless otherwise it is proved illegal
In Construction Industry, the following eight contract types are so far practiced:
Lump Sum Contract: When the Project or Tender price is determined and quoted as a total sum of money without
individual ratings to execute the whole of the works and / or services according to the drawings and specifications, it
is called a Lump Sum Contract. In such contracts:
It is difficult to administer changes and amendments but experiences of similar projects are used as a basis to this
effect,
Works or services are checked based on the specifications, the conditions of contract or terms of reference and
drawings if any for acceptance and closing of accounts, and
Payments are agreed at different stages of works or services.
A Lump Sum Contract is more suitable for works of smaller in size and where the contracting parties have prior
experience of similar projects. But it is not advisable for projects with considerable uncertainties such as; difficult sub
surface situation, unusual projects, maintenance projects, etc. A Lump Sum Contract mainly includes Contract
Agreement, Conditions of Contract, Drawings and Technical Specifications.
Bill of Quantities Contract: When the Project or Tender price is determined and quoted from unit rates assigned to
detailed bill of quantities, it is called a Bill of Quantity Contract. The Bill of Quantity includes short description of
specifications, unit of measurement, quantities and columns for pricing the unit rate and its total amounts. In such
contracts:
It is relatively easy to administer changes and amendments because actual and assigned quantities can be compared,
Works or services are checked based on the specifications, the conditions of contract or terms of reference, drawings if
any and the priced bill of quantities for acceptance and closing of accounts, and
Payments are made based on measurements of executed works and material on site provided on site.
Cost Plus Fixed Fee Contract: When projects are fast – track and required to be completed expeditiously and where it
is difficult to estimate the project cost before, the project expenses called costs will be recorded and a fixed amount
which is agreed upon by the contracting parties will be added as payment to the contractor. A contract that stipulates
to reimburse cost together with an additional fixed fee, it is called a cost plus fixed fee contract. Such a contract is
desirable when the scope and nature of the work can at least be broadly defined and for important structures such
as monumental buildings which are Time and Quality driven than Cost driven. In such contracts:
The work is executed in the best interest of the owner with regard to the project quality and time,
There is no way that the contractor can loose,
Changes and Amendments can be accommodated amicably,
The amount of the fixed fee is determined as a lump sum from a consideration of the scope of the work, its approximate
cost, nature of work, estimated time of construction, manpower and equipment requirements, and
The owner could not easily anticipate the final project price and can cause budgetary problems.
Cost Plus Percentage of Cost Contract : This type of contract is similar to the Cost plus fixed fee contract but its fixed
fee is made variable using a percentage of the cost which is meant to cover the overhead and profit costs of the
contractor. Contract Administration becomes intense in such type of contract in order to protect the interest of the
owner. This is because the payment is made by determining the actual cost of the work plus a certain percentage.
The disadvantage of such kind of contract is the tendency to increase the cost of the work to earn more profit by way
of percentage of enhanced actual cost.
Item Rate or Schedules of Rates Contract : A different form of fixed contract but priced based on the unit rate
approach for individual or groups of activities, not the whole project. When accurate specifications and quantities of
work or services could not be determined before executions, provisional quantities together with acceptable
specifications can be included to determine Provisional sums using unit rates. This type of contract is Item Rate or
Schedules of Rates Contract.
Labor Contract: When the Project owner is responsible for the provision of major resources such as materials and
Equipments other than labor, small tools and equipments and their management, it is called a labor contract.
Hybrid Contract: A contract that combines two or more contract types is called Hybrid Contract. This type of contract
is designed to meet the special requirement of certain classes of works to suit their particular needs.
Special Contract: As the name implies, in certain circumstances such as use of specializations, urgency,
supplementary nature and continuity of services or works; remoteness and smallness of projects, etc requires
special arrangements. These include:
Packaged Contract: In remote areas where there is a need to develop physical infrastructures and their smallness and cost are
too low that contractors are discouraged to participate, projects are grouped to combine two or more individual contracts so as
to arose interests by increasing their costs. A single contract formed from a combination of two or more separate contract to suit
special need of a project owner or financier or regulator is called a packaged contract. This type of contract becomes feasible in
order to promote privatization and discourage Force Account forms of delivery system.
Continuing / Supplementary Contract: When a project incurs additional works or services which is within 10 – 15 % of the
total contract price but should not be > 25 % can be allowed to supplement to the existing contractor in the form of Continuing or
Supplementary Contract. Such contract is advisable when the project owner is able to save cost and time due to tendering and
mobilization.
Running Contract: This type of contract is becoming popular after projects started to use Alliance and Outsourcing Delivery
System. Such contracts provide goods, services and works at specified intervals or as and when required by the Project Owner
for a certain period of time. The Contract price is often per unit rate of goods, services or works where the payment is based on
actual goods delivered and / or services rendered and / or works executed. Contract Prices can in some instances be fixed
specifically for services.
Sub Contract: This type of contract is made when specialized works are involved in the project package or if the Project Owner
envisaged other tangible as well as intangible benefits by using such a contract type. Competitive and Comparative advantages
can be sought using such a contract type and they are forms of outsourcing and alliances delivery systems.
Discussion Points:
Merits and Demerits of the different Contract Types
Chapter 5. Contract Changes Management
The two most important issues considered in contract change management are Uncertainties and
Changes. Uncertainties are issues that can either be difficult to reasonably predict or unknown during the
planning phase of Procurement and Contract Management. Changes are issues requiring alterations
during the implementation of Procurement and Contract Management.
Uncertainties are multi-dimensional. They can be Information related, and / or Time based, and / or
Ambition related; etc. Besides, they deal with complexity, risk, opportunity, ambiguity and chaos
associated with the project under consideration. For instance, when uncertainty is understood as the
difference between the amount of information required to perform the task and the amount of information
already available by the planning team (Figure …); one can clearly understand that uncertainty is the
major factor that conflicts with prediction or planning.
Uncertainty is higher in the early phase and reduces through time by getting more and better information.
At the same time, the early phase posses the most probable influencing power on the project during this
phase. That is, the early phase is well known for its highest influencing possibility of the project and
where the available information and knowledge of the overall situation that helps planning is very
minimal (Figure ….).
Information
Influence and
Uncertainty
Cost
Ti
me
Uncertainty is not only related to the future but also the knowledge of the past as well, that is;
information records and those based on experiences. This indicated that Uncertainty is always with us
and can never be eliminated. Subsequent to this, all decisions about the future is made in the absence of
certainty. What is important from this discussion is not to search for more information until certainty is
Project
build but to recognize that all decisions are and should beProject
made under such uncertainties. In other words,
Project
waiting until uncertainty is eliminated before making decision is an implicit endorsement of the stats quo,
Formulation Implementation
and often an excuse for maintaining it.
Completion
Phase Phase
Therefore, projects are planned Phase
under a certain level of uncertainty. This implies that all projects take
over risks during implementations. This can be therefore one of the major reasons why changes occur
during implementations.
Uncertainties can be mitigated using the following four interventions used in project contracts:
Absorbing: Understanding projects are planned under uncertainty and changes are expected during
implementations, Provisions in the form of Contingencies, Alterations, etc are made and used to absorb
changes caused by uncertainties.
Dividing or Splitting: When a project uncertainty is high or there is less past experience, dividing projects
into packages or different phases or to make them smaller sizes, etc is to divide or split to minimize the
uncertainties.
Postponing: When Contracts could not clearly state specifications, quantities and estimates, they often
place Provisional Quantity or Provisional Sum to postpone uncertainties.
Transferring: Lump Sum Contracts, DB and BOT delivery systems are some form of contractual
approaches to transfer uncertainties from Owners to Providers.
Changes
Points of Stakeholders’ Views on Changes: Stakeholders’ views and perceptions have considerable effects on
contract changes management. The following classical views are collected and listed for the different stakeholders’
based on their merits and demerits (Table …):
Discussion Points:
Changes Versus Delivery Systems
Changes Versus Procurement Methods
Changes Versus Contract Types
All projects are planned under the context of uncertainties, what makes them different among each other is that the
type and degree of uncertainties does differ. Accordingly, there are almost no times that projects are realized without
requirement changes. In virtually all contracts, that is why provisions for requirement changes are retained so that
Project Owners can prerogatively make changes during implementations. For instance, Clauses 51 and 52 of the
General Conditions of FIDIC Red Book provided provisions for Alterations (Additions and Omissions) to enable
Project Owners use the Engineer (the Consultant) to make requirement Changes.
Requirement changes can either be additional or extra or excess and / or omission works. They can cause review of
designs and / or create additional or changes in designs and / or just work orders to instruct contractors to carryout
the requirement changes. While project owners retain the right to requirement changes, the contractor is obliged to
accept as per the conditions of the contract. However, the contractor is entitled to request and agree upon new or
existing rates for such changes.
Change Orders are written instructions, agreed by the Project Owner or His Representative, directing the Project
Doer to make changes with or without the Consent of Regulatory Bodies. Often they are entertained using standard
formats of which Box … provides one of these types.
Unilateral Change Order: is a type of change order that provides the right to any of the parties to make changes
without causing any effect on the other parties or disrespecting any laws, regulations and rules binding the contract
and itself but requires notification to the other parties for knowledge
Bilateral Change Order: is a type of change order that require the agreement and / or consent of the two
contracting parties (the Project Owners and The Project Provider) to make changes but requires the respects for
laws, rules and regulations binding the contract and itself and requires notification to the other parties for knowledge
Multilateral Change Order: is a type of change order that require the agreement and / or consent of the three or
more contracting parties (the Project Owners, The Project Providers, The Project Financiers and / or the
Regulators) to make changes but requires the respects for laws, rules and regulations binding the contract and itself
and requires notification to the other parties for knowledge
Requirement changes based on the different types of change orders modifies contracts in either of or the
combinations of the following three ways:
These three ways are subsequently dealt with in their respective sections.
The following flow chart represents the process in which the Management of Requirement Changes can be handled
(Figure …).
Figure … Management Processes for Requirement Changes
Contract Time can either be Competitively or Directly assigned. In both cases, Time planning can be made using
different approaches such as using CPM, PERT, MCS, SP or TOC. Bar Charts, Gantt Charts, Network Diagrams and
Tables can be used to show Time Plans and Accomplishments. Contractual Agreement finally defines the Contract
Time of a project. The Completion Time of projects include:
As a result, the following Expressions hold True for Construction Time Competitions (Box …).
Section … discussed progress tracking which is applicable to Completion Time Administrations. Hence, Planned and
Actual Schedules are compared for deviations or compliances which show whether there is a need for Time Change
Management System or Not. Unfortunately, in most instances projects exhibit a principal dimension measured by
such comparison called Time Delays and Overruns.
Time delays can occur in components of a project or trades of works, but when their cumulative effect makes the
actual completion time beyond the contract completion time, it is called time overrun. Contractors in some instances
accelerate projects in order to avoid liquidated damages. In this case, though part of the project did delay; it is
compensated which makes the delay irrelevant. However, contractors will lose some profit if they depend on
accelerating options most often.
Generally , Time delays can be classified into the following three categories:
Justifiable delays are delays that occurred due to causes which are beyond the control of project doer. If delays are caused by
project owners, the contractor or the consultant or the supplier is directly justified for the effects on delay of the project. Force
Majeur will also be one of the causes for justifiable delay.
Non - Justifiable or Non - Execusable Delays are delays that occurred due to negligence to fulfill contractual obligation and are
within the control of the contracting parties. Contractors or Consultants or Suppliers will be liable for Non - Justified delays.
While Justifiable delays can be either compensable or non compensable; Non - justifiable delays will cause remedial rights
(Section 5.3.3) for the project owners.
Delay damages can involve additional costs incurred by the contractor as a result of the extended duration of its
performance. These typically include costs of idle laborers and equipment, higher costs of performance during the
later period of time and extended general conditions. Examples of the type of additional costs associated with delays
include:
Extended or Increased management / supervisory costs
Additional payment / performance bond premiums
Additional liability insurance premiums
Extended equipment / trailer rental costs
Materials escalation costs
Unanticipated weather protection
Idle labor / equipment charges
The other component of delay damages is the unabsorbed overhead associated with the delay period. Overhead
expenses are not usually charged to a particular project, but rather, are combined and deducted from income
produced from all of the company's projects throughout the year. These costs are often referred to as "Eichlaey"
damages, which is the name of the formula most commonly used to calculate the Overhead expenses portion of a
delay claim.
One of the first factors for determining whether you can assert a valid claim for delay damages is your contract.
Unfortunately, many contractors often waive or severely limit their rights to recover delay damages before even
getting out to the project, through their contracts. For example, contract clauses can be in line with:
The first view expressly prohibits recovering of additional costs incurred as a result of delay, regardless of the cause
in creating the delay. The second view limits ability to recover or make a claim for delay or impact damages, so that
the recovery is very much dependent on causes of delay and their CPM Network. This obviously excludes recovery
for any unjustified delay damages. The third view does not inhibit or limit rights to recover due to delay damages. By
waiving your rights to delay damages before your work begins, you could be putting your company at significant
financial risk if a long unforeseeable delay or other schedule impact causes you to incur unanticipated costs. Be
aware of these provisions, and protect your right to make a delay claim, if needed. Contractual provisions are not the
only factor to consider when determining whether to make a delay claim. Certainly, the amount of compensable
damages and your ability to prove them are also a part of the decision.
Generally, the method for calculating the claim or damages is based on the type of claim or theory of liability. There
are two basic theories of liability: Contract or Tort. A breach of contract can be material, total or partial. The extent
of the breach determines the measure of damages. A tort is generally a civil wrong which entitles compensation for
damages. A claim that a contractor was negligent in performing a certain act can be the basis for a tort liability.
When the contractor delays the project, the owner can recover one of two types of damages: liquidated
damages or actual damages.
Liquidated damages are typically used when a determination of actual damages would be difficult if not
impossible to ascertain. The amount of and application of liquidated damages are normally set forth in
the contract. Some subcontracts incorporate the liquidated damage clauses in the prime contract. The
liquidated damage amount for a specific time period are determined before the breach occurred. In
California liquidated damages are generally enforceable. Some contracts attempt to include both
liquidated damages and actual damage clauses. When both clauses are included in the contract the
liquidation damage clause maybe invalid. If the owner caused the delay the liquidated damages provision
will not be enforced. If there are concurrent causes to delay which are attributable to the owner and the
contractor the courts will generally not enforce the clause. However, there are cases where the court has
attempted to apportion the damages.
When there is no liquidated damage provision in the contract the owner will be able to collect its actual
damages. If the owner has any direct involvement in the project its actual damages can include: (1)
additional supervisorial expenses, (2) other additional expenses actually caused by the delay, (3)
overhead expenses incurred during the delay period, (4) if project is intended to be leased reasonable
value of loss of use and the lost rents which could not have been reasonably avoided, (5) if the project is
not intended to be leased reasonable value of loss of use, interest expense, interest expense during the
delay period and (6) any other reasonably foreseeable damages the owner may have incurred including
lost profits from a business.
The components of a contractors delay claim include: (1) indirect costs that occurred during the extended
performance period, (2) home office overhead that was incurred during the extended performance period,
(3) increased (material escalation) material direct costs that occur during the delay (4) lost productivity
caused by the delay and (5) other damages directly related to and attributable to the delay.
Indirect costs include job site overhead (e.g. project supervision costs), extended general conditions or
extended or unabsorbed overhead, job shack, portable toilet, telephone, insurance, and job site power and
water.
Home office overhead for the extended performance period can be calculated using several formulas. The
Eichleay formula is one method for calculating overhead. The Eichleay formula resulted from a federal
Board of Contract Appeal case against the Eichleay Corporation. The formula is calculated as follows:
Overhead allocable to the contract equals contract billings divided by total billings for the contract
period times total company overhead for the contract period. Daily contract overhead equals allocable
overhead divided by days of performance. Amount of company overhead equals daily contract overhead
times number of delay days.
The formula cannot be applied to every claim. There are cases which limit its application when there is
not a total suspension of work. The formula is best used where home office overhead incurred and other
jobs did not absorb the overhead. Other methods include modified versions of the Eichleay formula
which are modified to fit the contractors particular delay circumstance such as: (1) segmenting costs to
the delayed project, (2) using the same overhead percentage as that included in the bid and (3) applying
industry published overhead averages.
Direct costs include: (1) Equipment rental costs and equipment ownership expenses (measured through
rate manuals, depreciation, taxes and insurance) during the delay period (2) Field labor if the scope of
work is increased as a direct result of the delay or if the hourly labor rate increases during the delay
period (e.g demobilization and re-mobilization expenses), and (2) Increased material costs if the scope of
work is increased or if the material cost increases during the delay period the contractor will be entitled to
that increased cost.
Delay damages can also include a contractors’ increased labor hours resulting from a loss of the on-site
labors efficiency. Disruption occurs when a contractor cannot achieve the productivity that was originally
anticipated. Productivity can also be impacted by a delays ripple effect. Loss of productivity can be
calculated using several methods. Generally, a productivity claim seeks the increased labor cost.
Typically, each area of lost productivity is determined by comparing the bid to the actual cost. Once, the
area of lost productivity is determined the damages are calculated for each individual item of work or
task where productivity is lost. Some contractors attempt to calculate the claim on a total overrun cost
basis, but such an approach is disfavored. It is thus very important to keep detailed time record when the
project is disrupted. The increased labor factors can be obtained through the following: Use of learning
curves and other similar models, time motion studies, expert witnesses, scientific models, and
comparisons to industry unit pricing standards.
Other damages that may be recovered include: (1) interest on the claim, (2) lost profits on other jobs if it
can be established that due to the delay the contractor couldn't get other jobs during the delay period,
typically, this occurs when a contractor bonding capacity restricts further contracts until the existing
work is completed.
Attorney fees are not recoverable unless there is an applicable attorneys fees provisions. If there is an
attorney's fees provision the prevailing party recovers the fees, but in discretion of the judge. AIA
documents attorneys fees provisions may not always allow the prevailing party to recover attorneys fees.
If the party who has been damaged fails to mitigate damages it may not be able to recover those damages
which could have been mitigated. Thus it is important for the contractor to make reasonable efforts to
minimize the damages it sustains as a result of a delay.
Remedial rights are provisions entitled for non performances of the contractual obligation by the contracting parties.
Such rights can be entertained considering the efforts sustained by the contracting parties in lieu of their duty to
mitigate the non – performances. Unless otherwise contracting parties can prove their effort for their duty to mitigate
the occurrences of non performances, remedial rights are not directly entiltled.
Time Extension: Time extension is a provision for justified time delays. Time extensions may or may not be entitled
for compensations. Using CPM, it is only justified delays that occur on the critical path that is compensable. In none
of the Conditions of Contract, the extension of time clauses do not make any provisions of payment; and nor do
delay and disruption clauses make entitlement of extension of time a condition precedent to entitlement to
compensation. Therefore, entitlement of compensation due to time extension is strongly associated with causes of
delay and whether it is on critical activities or beyond floats in the case for non critical activities.
The primary effect of time extension is to relieve liabilities of delay damages such as liquidated damages. However,
if found justified for compensation, it will also bring in entitlements for monetary claims.
Acceleration: When projects delay or when projects are required to be completed before its time, project doers are
obliged to accelerate their services or works to satisfy the requirements. The project doer is entitled to compensation
and time extension, if and only if delays are justified and at the same time compensable. Otherwise, the acceleration
of projects will only serve to relieve project doers from liabilities they should cover to the project owners.
Process: Notification; Justifications; Time Impact Analysis; Submission; Review and Approval
Claim is mostly concerned with entitlements and liabilities arising under, or as a result of, a legally valid
contract (Hughes & Barber, 1992). A construction claim is therefore can be a demand for payment of
additional compensation, adjustment of the parties' respective contractual obligations, Extension of Time
or compensating delay damages, or any other change with regard to the contractual conditions or terms.
Claim in practice can also be understood in different ways based on the perceptions held by contractual
stakeholders. Wideman, 2001 reflected these views in three expressive definitions; namely
Such a perception is one of the major motto behind all the process of Claim Administration and also a
motive for either making claims or not making claims. That is, claim is an emotive word that makes
contractual stakeholders to take sides and think the worst of each other. He further defined construction
claim formally as a legitimate request for additional compensation (cost and / or time) on account of a
change in the terms of the contract.
Further to this, Thesaurus and Synonyms of the word Claim from Microsoft Word, 2003 provided the
following categorical meanings (Table 1).
The very bases of such interpretations of the word claim indicate that any claim is:
A willful act by the claimant when s/he believes that there is no other way than claiming to compensate for
the loss s/he suffered during relationships,
All of such willful act of the claimant should base on her/his right, entitlement and privilege that can
legally be supported,
All of such willful act by the claimant need to be articulated in such a way that it proved the claim is
properly presented and can be justified,
Whenever necessary, claim goes through different types of processes when they become disputes among
parties in a relationship, and negotiation can be considered one form of such a process,
When claims reach its utmost and severe stage, its fate is totally geared to the formal litigation process, and
When they are concluded, they are made for compensation for which the claimant intends to retrieve an
entitlement.
Claims can be associated with three major categories that can be understood as the different types of
claims. These are:
Time Related Claims: Claims associated with delay or in time completion of projects where either of the following six
Entitlements or Penalties are subjected to:
o Time Extension only o Concurrent Compensations
o Liquidated Damages only o Bonus
o Time Extension and Cost Compensation o Reliving of Obligation
Cost Related Claims: Claims associated with monetary compensation where either of the following entitlements or
penalties are entertained:
o Additions requiring rate adjustments
o Price Changes
o Provisional sum adjustments
Default by Contracting Parties: Claims associated with non performances of contractual obligations such as:
o Delay in Payment Certificates
o Suspensions and Terminations
o ..
Claim administration process is understood as the process for the compensation of any damage, and/or
changes resulted during the implementation of Construction projects which are called entitlements with
quantum. This is because claims require to establish both the liabilities as well as the damages incurred in
any construction contract. Construction contracts allow that all contracting parties will be entitled to
make claims.
The claim administration process is then understood as the process starting from a willful act of the
claimant through claim notification by either of the contracting parties up to and including claims
approval and acceptance by both the Contracting parties for agreed or enforced compensations or
otherwise called claim enforcement.
Either the Contractor or the Employer can initiate the claim administration process. And, in some
instances, the Engineer can also advice on a reasonable incorporation of claims, on behalf of both the
contracting parties, if the engineer believed that without the treatment of such claims, the successful
performance of the project will considerably be affected. This is an obligation in the case of the
Employer, but in no case, used to accrue advantages only to the contractor.
Following the above interpretations for the word claim, accepted national and international procedures,
and findings from a research conducted recently, claim administration process can generally fall into
three major functions (Figure …). These included Claim Submittal, Claim Processing and Claim
Enforcement.
Claim Notification
Claim
Claim Notification
Preparation Claim Enforcement
Claim Preparation Claim
Claim Enforcement
Closure
Claim Submittal
Claim Submittal Claim Closure
Claim Handling
Claim Resolution
Dispute Handling
Dispute Resolution
Claim Approval
Claim Approval
Claim Submittal: This is a process by which the claimant is obliged to claim within a reasonable period
of time (28 – 30 days in most contracts) followed by her/his preparation for all substantial documents and
legal aspects supporting hers/his entitlements for an official submittal. This constituted that a claim has
been filed for its consideration if all these three sub processes called Claim Notification, Claim
Preparation and Claim Submittal are fully undertaken by the claimant.
Claim Processing: This process initiates checking of the claim whether, it is legally or contractually
supported or not; documents provided are valid and reliable to substantiate the claim for consideration or
not; and overall procedural requirements have been followed or not. After verifying the validity of the
claim proper computations and evaluations will be carried out to present the proposed compensation for
the contractual parties the claim is applicable to. Generally the sub process that undertakes these
requirements is termed as Claim Handling.
The contractual parties will pass through different dispute resolution system depending on their
acceptance over the proposed compensation varying from the simplest mediation by the consulting
engineer to the final court ruling in the form of litigation. Basically, three types of dispute resolution
systems are well recognized. These included:
1. Preventive Dispute Resolution System including Partnering, Use of dispute resolution advisors and Use
of Facilitators for early neutral evaluation and advise to prevent the happening of claims or their
consequential disputes
2. Amicable Dispute Resolution System including Negotiation, Mediation, Conciliation and use of Mini-
Trials to administer the claim in a less formal, simple procedure, more flexible, less adversarial and strictly
confidential mode so as to avoid the time and cost implication of claim processing.
3. Judgmental Dispute Resolution System including Adjucation or use of Dispute review board, Arbitration
and Litigation where the formal adjucatory or common law system is applicable to bring the closure of
claim processing.
This sub process where dispute was handled in any form of its resolution systems is termed as Dispute
Resolutions. Such dispute resolution systems require conducive Macro and Messo environments such us
legislations, policies, regulations, etc. above all other things. Once the contractual parties agree on the
final outcome of the claim process then they have reached into a stage where the claim is approved.
Claim Enforcement: This is a stage where the approved claim is enforced and finally becomes a closure
therefore two sub processes are included. The claim enforcement process will entertain the inclusion of
the approved claim into payment certificates where their enforcement is due.
Once this compensation or entitlement is due in accordance to the approved claim and its enforcement
requirements, then it is concluded for its closure. In order to account for such an administration process
contracts provide claim clauses with in their provisions in their conditions of contract.
Here claim clauses which are set out in the MoWUD's SCC for construction of civil work projects in
Ethiopia, 1994 are considered and given in Table ….. These claim clauses are largely similar to FIDIC's
SCC, 1996 except in the case of delegating Duties and Power of the Engineer by MoWUD. The duties
and power of the Engineer is limited such that it required special approvals of the MoWUD (ERA in the
case of Road projects) in connection with claim clauses causing:
From this summary of claim clauses one can generally classify claim entitlements and quanta into two
major types: Claim related to Variations in Time and Cost issues.
Table …: Claim clauses in SCC for construction of civil work projects, MoWUD, 1994
Clause No. Description of claims Entitlement Due to
5.2 Ambiguities or discrepancies among several documents forming the Additional Cost + Time The Contractor
contract Extensions
6.4 Failure or inability to issue Engineering drawings with in reasonable Additional Cost + Time The Contractor
time causing disruption of progress. Extensions
12 Physical conditions or artificial obstructions which can not be Additional Cost + Time The Contractor
predictable Extensions
18 Additional boreholes or exploratory excavation Additional Cost + Profit The Contractor
20.1 Repairs due to damages, loss or injury from any of the excepted risks Additional Cost + Profit The Contractor
25 Contractor's failure to insure. Repayment successively The Employer
26.3 Compliance with statutes, Regulations, etc. Additional Cost The Contractor
27 Obstructions such as archeological and geological interests or Additional Cost The Contractor
structures
30.2 & 30.4 Protection or strengthening due to special loads to highways or Additional Cost + Profit The Contractor
bridges
30.3 & 30.4 Damages due to extraordinary traffic claims Repayment successively The Employer
31 Use of constructors belongings for other purposes by the Employer Additional Cost + Profit The Contractor
36.4 Tests additional to provided in the contract Additional cost The Contractor
38.2 Uncovering and making openings to inspected works Additional cost The Contractor
39.2 Removal of improper work & Material Repayment successively The Employer
40.1 Extra cost due to suspension Additional Cost + Time The Contractor
extension
42.1 Failure on the part of the Employer for possession on time Additional Cost + Time The Contractor
Extension
47.1 Delay in completion time Liquidated damage The Employer
49.3 Cost due to remedy works other than contractors responsibility Additional cost + Profit The contractor
49.4 Remedy on contractor's failure Repayment The Employer
50 Searching for defects, imperfections, or faults Additional cost +Profit
52.1 Valuation of variations +/- cost The contractor/ The
Employer
63.1 & 63.3 Costs incurred by the Employer due to default by the contractor Repayment The Employer
64 Urgent remedial work made by the Employer Repayment The Employer
65.3 Damage due to special risks Additional cost + profit The Contractor
65.5 Increased costs due to special risks Additional cost
65.8 Payment after termination Additional cost The Contractor/
Repayment The Employer
69 Default by the Employer Additional cost + Time The Contractor
Extension
70.1 - 70.2 Changes in Cost & Legislation Additions / Omissions The contractor/ The
Employer
causing changes due to variations in requirements. Wideman, 2001 has also identified claim causes into
three main categories:
Changed conditions
Additional works, and
Delay for cost overruns and time extension.
In both cases, they understood that, though complete and 100% clear tender and / or contract documents
can not be drafted due to uncertainties, it is possible to minimize their potentials for breeds of contractual
claims if proper and clear tender document is prepared. And they also recognize in most contracts; errors,
omissions and ambiguities are common places. These, whether caused by poor or unclear tender and/or
contract documents; they can be good causes for changed conditions that incur both more time and
additional expenses.
Long and slow decision making process, Weak stakeholders’ relationships resulting from unhealthy
perceptions towards each other (see Wideman’s definitions), Lack of conducive Macro and Messo
environmental situations, and Subordinating common interests to self-interest serving practices creates
poor and inadequate administration of responsibilities by stakeholders (Wubishet, 2004). Such situations
are good grounds for adversarial relationships that trigger claims and disputes.
Sub surface conditions that can not be reasonably revealed; and Unforeseen Political, Economical,
Societal and Technological uncertainties can also be one of the major factors causing claims. From
several experiences, it becomes a well known fact that construction contracts are susceptible to a variety
of factors that may result in time and/or cost variations where legitimate claims can be considered and
compensated. As a result, claims and disputes in construction contracts can not be totally avoided which
can call upon identifying requirements for making a valid claim.
Following the above theoretical reviews, what is important to know for stakeholders in construction
business is that they are aware of the following two main requirements:
Know the different ways of how to deal with claims and disputes together with their merit and
demerits, and
Know required procedures and avail necessary documents to make a valid claim.
Following this two requirements, fair and valid claim administration process requires:
Conducive environment such as Policies, Codes, Standards, Rules and Regulations called “Macro
Environments”. These can be considered as Policy and Regulation related issues. These include:
Lack of Clear Claim Administration and Dispute Resolution System
Institutional capacity and capability to act as a good link between Macro and Micro Environments such
that their requirements are aligned, developed and work for better relationships called “Messo
Environments”. These can be considered as stakeholders relationships and capacity related issues. These
include:
Weak Stakeholders Relationships
Weak Organizational Capacity
Company specific issues that considered internalizing factors with regard to claim making called “Micro
Environments”. These can be considered as weaknesses of construction companies. These include:
Unhealthy Competition
Poor Information Management System
Before discussing the major factors outlined above why local contractors could not make claim in the
context of Ethiopia, an observation that has been made along the claim administration processes are
summarized in Table … to …. bellow. This is because these observations can be good grounds for their
explanations.
These observations are supported by informed opinions and further clarifications made with stakeholders
in the study. Though mostly claim related issues are less open to the public and researchers and these
observations largely focus on contractors’ side, they can be good inputs for this paper.
Table ….. tried to show the inability of contractors to make claims due to their lack of capacity and
capability with regard to their documentation system and lack of experienced human resources to timely
and contractually submit their valid claims.
Table …. emphasizes on the nature of claim processing where non transparency dominates due to weak
relationships among stakeholders and also lack of conducive environment for valid claims. There seems
to be unhealthy perceptions which have been reined to cause such weak stakeholders relationships that
make worst the position of making valid claims and often let to pass through a non transparent process.
Table ….: Claim Enforcement Process
Processes Regulations Observed Issues
Claims Enforcement
Acceptance This process is dependent upon the acceptance The researcher did not come across a case where claims
of claims by both the contracting parties with accepted by the contracting parties are reversed or
or without dispute resolution. modified by the MoI.
The researcher has come across three cases after court
ordering, negotiation results in less claim amounts.
Closure Incorporation of the approved and accepted Claim amounts became part of the contract.
claims into a contract and perform the
necessary consideration to the claimant will
conclude the claim administration process.
Table …. showed that it is better to use the first two dispute resolution systems (Preventive and
Amicable) and hereby advises for creation of conducive environments for them than the adjucatory
dispute resolution system. Now the three major requirements are discussed below.
Macro Environments: Generally, the Ethiopian Government has allocated an average annual capital
budget of 58.2% for public construction projects between 1997/98 and 2001/02 (Wubishet, 2004). This
trend has continued till today with a variation of between 40 to 60%.
The construction industry is constituted of building, communication, water works and other physical
infrastructures, of which the building sectors consumed considerably low proportion of such capital
budgets (relatively 8%).
Though the importance of the construction industry to the development demands of Ethiopia was well
recognized, its contribution to the GDP, HDI and other economic factors for the country are not well
presented so far. Besides, the Construction Industry was highly fragmented before 2001, and highly
diffused after Ministry of Infrastructure came into place.
As a result of these two major factors, the construction industry till today does not have clear guiding
policies and principles which will help its development visions. Consequently, the construction on site
practices of the primary age has still dominated the Ethiopian construction industry where uses of
construction plants and equipments are very minimal.
Besides, there are no clear claim administration and dispute resolution regulations which creates
conducive and fair environment for appropriate construction contract administrations. In the absence of
such conducive and fair macro environments, the ability of local contractors to make valid claims and
also the ability of regulatory bodies such as MWUD to entertain such claims is very much limited.
Messo Environments: The perception behind contractual stakeholders to one another based on a
classical contractual relationship is a very critical problem that considered claim as a potential ground for
unethical practices. Such a preemptive thought caused protracted and too suspected practices which
prolong adversarial and fragmented approach to contractual relationships.
Besides, Link organizations such as Owners, Beneficiaries and Regulatory authorities together with
contract administration consultants lack capacity in the contract administration process in general.
Predetermined completion time is not well thought of, and scarcity of professionals in the field of
contract management and administration is considerable. As a result of these two Messo factors, it is
mostly unlikely that construction companies can make claims but rather await for possible opportunities
that the regulatory framework provides sometimes.
Micro Environments: Companies in the construction tenders are well recognized for their low balling
characteristics where extremely low costs are offered. This created unhealthy competition which could
not be reasonably controlled by their business and professional associations. Rather it is only from
regulatory body sides where such control are tried to be exercised.
This practice put construction companies at high risk to carry out their obligations which instigated
protracted and overzealous contract administration processes in the form of various claims. But in most
cases these claims are incomplete due to poor documentations and information management systems and
at the same time their presentations are not timely or according to contractual conditions.
As a result, these companies are let with neither be able to present a valid claim nor be able to complete
their contractual obligations. This in turn will cause projects to suffer considerable delay such that claims
are multiplied. The only way out for these companies in such situations is often presenting themselves as
victims of the system or the environment they are operating in.
These unhealthy competitions together with their poor information and documentation management
system are considered vital reasons for the inability of construction companies to make valid claims.
Case Study 7: Example
A project was signed on April 12, 1993 for a cost of Birr 6,047,883.90 and executed with the following conditions;
Variation Variation
Description of works/ Excess in works/
works additions Quantities omissions
Cost 140,496.08 87,631.80 69,760.28
Description of
work Requested by Approved by Remarks
Workshop roof Employer Consultant Design is
truss changed
Workshop wall Contractor Employer Masonry to
bricks
All down pipes Contractor Employer PVC to GS
sheets
The following payment certificates are paid to the contractor as given in the table below;
The Employer has to pay within 30 Cal. days all payment certificates after approval by the consultant
and is liable for every days of delay to pay within such periods to compensate the contractor the unpaid
sum as per the Bank’s Saving account interest which is 6% per annum compounded semi - annually.
The project is completed and provisional acceptance was made on January 2, 1996.
The following table gives information on Changes in cost due to the inflation of Economy to
compute price variations compensations;
After computing those in Part A, Describe the project profile and give your recommendations to:
1. the Employer,
2. the contractor, and
3. the consultant.
Taking yourself as their representatives, and Employer’s representative in the case of the Contractor and
vice versa.
Part C
1. How do you make sure the material rates before and after increases are correct?
2. Why is necessary to compute Highest of basic prices for bid and rate before increase?
3. If the contractor exercised default by the Employer during the delay of P.C. No. 8, what would have
been the profile of the project?
4. When do you think the completion time of the project be in order the contractor be released of the
obligation of liquidated damages?
Good Luck
Solutions
Part A
1. Total delay of the project:
Justified
No. Description of Claims Computations delay
1. Due to Variation order amount (140,496.08 / 6,047,883.90) * 660 = 15,33 Variation + Excess in quantities - Omissions = 140,496.08 + 87,631.80 -
of Birr 140,496.08 days 69, 760.28 = 158,367.60.
2. Due to Excess in quantities (59,633.45 / 6,047,883.90) * 660 = 6.51 17 Cal.
amount of Birr 59,633.45 days Delay justified = (158,367.60 / 6,047,883. 90) * 660 = 17 Cal. days. days
3. Design change to relocate Requested by the Contractor dated Oct. 20, Delay to be claimed is From Oct. 20, 1993 to Nov. 19, 1993 = 30 Cal.
buildings and roads to insure 1993 and approval by the consultant and days. But during this period the contractor executed works amounting
minimum interference with Employer was made on Oct. 30, 1993. And 201,465.56 which saves (201,465.56 / 6,047,883.90) * 660 = 22 Cal.
existing trees, electric high the minimum interference were removed by days. Therefore, delay to be justified sshould be = 30 - 22 = 8 Cal. days
tension lines, water supply and the Employer, with the consultation and
sewerage lines, etc. approval of all public works authority for 30 Cal
the regulations proper, on Nov. 19, 1993. days
4. Design change for two Requested by the Contractor dated Nov. 20, Dinning hall: Completion time as per contract = (Component Cost /
components of the buildings, 1993 and Design changed and approved by Contract price) * contract time = (563.291.81/ 6,047,883.90) * 660 = 62
namely Dining hall and Hay the consultant and Employer was made on Cal. days. Completion time as per schedule is 150 Cal. days. Therefore;
burn Dec. 22, 1993 for Dinning hall and Nov. 18, Completion time for the dining hall will be 150 Cal. days. Delay to be
1993 for Hay burn. claimed is From Nov. 20, 1993 to Dec. 22, 1993 = 33 Cal. days which is
a proportion of the total work; ie, 33 / 660 = 0.05. Therefore delay to be
justified should be = 0.05 * 150 = 7.5 Cal. days. Similarly for Hay burn,
justified delay should be 4 Cal. days. Since both components are 7. 5 Cal.
scheduled parallely, the total justified delay is taken to be 7.5 Cal. days days
4. Design change for the roof Requested by the Contractor dated May. 4, Completion time as per contract = (Component Cost / Contract price) *
truss of workshop building. 1994 and Design changed and approved by contract time = (58,916/ 6,047,883.90) * 660 = 7 Cal. days. Completion
the consultant and Employer was made on time as per schedule is 10 Cal. days. Therefore; Completion time for the
May. 19, 1994. roof truss of the workshop will be 10 Cal. days. Delay to be claimed is
From May. 4, 1994 to May. 19, 1993 = 15 Cal. days which is a
proportion of the total work; ie, 15 / 660 = 0.023. Therefore delay to be 0.23 Cal.
justified should be = 0.023 * 10 = 0.23 Cal. days. days
6. Change in walling material for Requested by the Contractor dated Apr. 4, Since Changes are initiated and requested by the contractor for cost
Workshop building 1993 and acceptance by the Employer was advantage and easy availability with construction, and could he execute
made on May. 13, 1994.
7. Change in down pipes material Requested by the Contractor dated Aug. 9, as per contract if reply delayed, therefore; such delays are not
for all buildings. 1994 and acceptance by the Employer was justifyable.
made on Aug. 25, 1994. -
8. Fire break out in lecture hall Agreement made on Nov. 2, 1994 to Completion time as per contract = (Component Cost / Contract price) *
producing factory complete within 120 Cal. days. Fire contract time = (229,500 / 6,047,883.90) * 660 = 25.05 Cal. days.
breakout on Jan. 20, 1994. Another order Completion time as per schedule is 30 Cal. days. Therefore; Completion
was made to another factory and lecture hall time for the lecture hall seats will be 30 Cal. days. Delay to be claimed is
seats completed on May 2, 1995. From Nov. 2, 1994 to May. 2, 1995 = 92 Cal. days which is a proportion
of the total work; ie, 92 / 660 = 0.1394. Therefore delay to be justified 5 Cal.
should be = 0.1394 * 30 = 4.2 Cal. days. days
9. EELCO Transformer Request made to EELCO dated Jan. 5, 1994 Completion time as per contract = (Component Cost / Contract price) *
installation and Estimate from EELCO obtained on contract time = (90,015.83 / 6,047,883.90) * 660 = 9.82 Cal. days.
Aug. 4, 1994. Completion time as per schedule is 10 Cal. days. Therefore; Completion
time for the transformer installation will be 10 Cal. days. Delay to be
claimed is From Jan. 5, 1994 to Aug. 4, 1994 = 60 Cal. days which is a
proportion of the total work; ie, 60 / 660 = 0.091. Therefore delay to be
justified should be = 0.091 * 10 = 1 Cal. days. 1 Cal days
10. Change in working days from 6 660 / 30 = 22, then 22 * 4 * 0.5 = 44 The contract time is based on Cal. days, therefore changes in working
days a week to 5 days a week Working days days has no effect on the project. -
11. Due to bad weather condition Assuming the effect extends itself on the Weather conditions shall be considered in the contract time. Unless
during the two rainy season in project by 20%, then 120 * 2 * 0.20 = 48 adverse and unexpected weather conditions pertain to delay the project,
the construction period. Cal. days. no delays shall be justified with this regard.
-
12 Permission delay from Request made to Municipality dated Feb. 8, Completion time as per contract = (Component Cost / Contract price) *
Municipality for the 1994 and permission granted on Mar. 22, contract time = (205,368.00 / 6,047,883.90) * 660 = 22.41 Cal. days.
construction of External roads 1994. Completion time as per schedule is 90 Cal. days. Therefore; Completion
and connection to the existing time for the transformer installation will be 90 Cal. days. Delay to be
Municipal sewer point. claimed is From Feb. 8, 1994 to Mar. 22, 1994 = 31 Cal. days which is a
proportion of the total work; ie, 31 / 660 = 0.047. Therefore delay to be 5 Cal.
justified should be = 0.047 * 90 = 4.23 Cal. days. days
13. Delay in Payment certificate See table above Delay to be claimed From table above = 104 Cal.days. However, the
No. 5 and 8. contractor executes work amounting 285,000 + 368,945 = 653,945
which is a proportion of the total work; ie, 653,945 / 6,047,883.90 =
0.108. Therefore, justified delay would be 104 - (0.108 * 660) = 33 Cal. 33 Cal.
days days
The total justified delay is then, 17 + 30 + 7. 5 + 0.23 + 5 + 1 + 5 + 33 = 98.73 Say 99 Cal. days.
3. Unjustified delay of the project
Unjustified delay = Total delay - Justified delay
= 143 - 99
= 44 Cal. days.
Therefore, unjustified delay of the project is 44 Cal. days.
4. Liquidated damages
The liquidated damage will be applicable for unjustified delays, therefore; the delay to be considered for
this part is 44 Cal. days.
Liquidated damage = 1/ 1000 per unjustified delay of that part of the contract price.
Unjustified delay = 44 Cal. days.
The part of the contract price included in the unjustified delay is:
= (44 / 660) * 6,047,883.90
= 403,192.26
Liquidated damage = (1/ 1000) * 44 * 403,192. 26
= 17,740.46
Limit of liquidated damage = 10% (6,047,883.90)
= 604,788.39. > 17,740.46
Therefore, the liquidated damage of the project is Birr 17,740.46.
5. Unpaid sum compensation
Amount of delayed payment certificate and delayed days:
P.C.N. 05 = Birr 500,000 and delayed for 103 - 30 = 73 Cal. days.
P.C.N. 08 = Birr 268,345 and delayed for 64 - 30 = 34 Cal. days.
Unpaid sum compensation for P.C.N. 05 is computed as:
= 500,000 * (73 / 365) * (6 / 100)
= 6000.
Unpaid sum compensation for P.C.N. 08 is computed as:
= 268,345 * (34 / 365) * (6 / 100)
= 149.50.
The total unpaid sum = 6000 + 149. 50
= 6149. 50.
1. Compare and Identify Merits and Demerits of the different Procurement and Contract Delivery Systems
2. Compare and Identify Merits and Demerits of the different Procurement Methods
3. Compare and Identify Merits and Demerits of the different Contract Types
4. Compare and Identify Merits and Demerits of General Conditions of Contract for Construction Works: MWUD - 1994, FIDIC
– Latest, WB – Latest, ADB – Latest,
5. SWOT analysis on Applicable Laws, Rules, Regulations and Guidelines for Procurement and Contract Management
Assignments
1. Procurement Evaluation
2. Contract Administration
Group Discussions
1. Delivery System
2. Procurement Method
3. Contract Types
4. Terms of References
5. Instruction to Bidders
6. Conditions of Contract
7. Advance Payment Provisions
8. Warranties and Guarantees
Case Study 1:
A Contract for surface water drainage to install 1500 m of 30 cm diameter clay pipes requires trench excavation
to a depth between 3 to 3.5 m.
The Contractor after excavating 200 m of trench called upon the Engineer for go ahead to lay the pipes.
In the mean time a nearby 600 m water main bursts and the trench collapses. The water could not be stopped
until two days. Work can not be started until the water main is repaired and it takes three weeks.
Investigation revealed that there was a bend on the water main with a thrust block close to the edge of the
trench and its effect was not considered when the trench support system was designed.
The Contractor took 30 days to re-excavate and could not satisfy the original design requirement for a narrow
trench condition (130 cm wide).
Possible solutions suggested by the Engineer for such a problem is either using cast iron pipe instead of the
clay pipes originally specified or to provide a concrete surrounding the original pipe specified.
The insurance company accepts the event and agrees to cover the cost for the removal of the materials washed
away, its replacement with borrowed fill for the damaged trench support system, and valid claim due to the
water main thrust.
The insurer clearly indicate that the costs due to the two possible solutions recommended by the Engineer, any
cost associated with the delay of the work and associated liquidated damages are outside its policy and can not
be covered.
Questions:
A Construction Management Consultant entered into a turnkey contract with a Contractor to design and
construct a large storage warehouse by the River Side.
The site information investigated by the Contractor showed 0.5 m of made up ground over 6 m of soft clay
overlaying a thick layer of sandy gravel.
A Foundation Report by the Geo-technical investigation team is driven precast concrete piles 8 m deep to the
sandy gravel level.
After the contract was made and before the piles are driven, the municipality river conservancy board approved
flood protection works which would raise the bank level by 1.5 m. Accordingly; the Construction Management
Consultant in consultation with the Employer provided a work order to raise the floor level of the warehouse by
1.65 m.
The Contractor following the work order notified that the precast piles already ordered can not be lengthened
and additional piles are required for additional negative skin friction induced by the rise of the bank level.
The Construction Management Consultant responds that the foundation type was made by the contractor and
that the valuation should be made by increasing the piling item prices pro rata and the design should have
allowed the negative skin friction even for the 0.5 m fill originally recommended.
Questions:
The Main Contractor who contracted to construct a bridge for widening an urban motorway subcontracted the
construction of piling and abutment works.
The Main Contractor was responsible for the piling design by the contract and this requirement was passed to
the sub contractor.
After the sub contract has been let, the Municipality which is the Employer and The Engineer at the same time
informed the Main Contractor that noise levels should be limited and that pile driving will not be permitted.
The Sub – Contractor submits a claim that it had intended to use driven precast piles that it will now have to
use Augured cast in place piles which will take longer and cost more.
Questions:
The City of Addis Ababa planned to construct four parks for its Millennium celebrations.
The Works are divided in four lots (A, B, C and D) which are expected for completion within 15, 18, 21 and 24
weeks.
The substructure work of each section was planned to take five weeks. The remaining works including Road
and Drainage works will be completed by end of 32 weeks.
Liquidated damages are fixed in the appendix to the form of tender at 1/1000 per day to a limit of 15 % of the
contract price.
Progress is slower because of three reasons: unavailability of resources, Heavy rainfall during March for four
weeks, and changes in design.
The changes in design caused revision for Section A and B are ready at the End of week 12 and 22
respectively. Section C and D are unchanged.
The Electric source which should be available by EEPCO has been delayed by three weeks due to a decision to
increase the power requirement by 200 %.
The Engineer and the Contractor are pressed by the City Council Millennium Committee to ensure the works
are completed within the time table, even if it involves additional expenses.
Questions:
As a Consultant workout
1. the total and justified delay of the project
2. the liquidated damage
3. Payments delay compensations
Determine the position of the project and recommend action required?
Assume no other claim is filed by the contractor and / or the Employer.
Case Study 8
A project was signed on May 12th, 2004 for a contract price of Birr 8,050,354.90 and Executed with the following
conditions:
Part A
1. Determine the total delay of the project
2. Determine the Liquidated damage due to the Employer
3. Determine the unpaid sum compensation due to delay of Payment Certificate No. 06 due to the contractor
Part B
4. After computing those in part A, Write a report on the project profile as a Contract Administrator
Case Study 9: Example
A project was signed on April 12, 1993 for a cost of Birr 6,047,883.90 and executed with the following conditions;
Variation Variation
Description of works/ Excess in works/
works additions Quantities ommisions
Cost 140,496.08 87,631.80 69,760.28
Description of
work Requested by Approved by Remarks
Workshop roof Employer Consultant Design is
truss changed
Workshop wall Contractor Employer Masonry to
bricks
All down pipes Contractor Employer PVC to GS
sheets
The following payment certificates are paid to the contractor as given in the table below;
The Employer has to pay within 30 Cal. days all payment certificates after approval by the consultant
and is liable for every days of delay to pay within such periods to compensate the contractor the unpaid
sum as per the Bank’s Saving account interest which is 6% per annum compounded semi - annually.
The project is completed and provisional acceptance was made on January 2, 1996.
The following table gives information on Changes in cost due to the inflation of Economy to
compute price variations compensations;
After computing those in Part A, Describe the project profile and give your recommendations to:
4. the Employer,
5. the contractor, and
6. the consultant.
Taking yourself as their representatives, and Employer’s representative in the case of the Contractor and
vice versa.
Part C
5. How do you make sure the material rates before and after increases are correct?
6. Why is necessary to compute Highest of basic prices for bid and rate before increase?
7. If the contractor exercised default by the Employer during the delay of P.C. No. 8, what would have
been the profile of the project?
8. When do you think the completion time of the project be in order the contractor be released of the
obligation of liquidated damages?
Good Luck
Solutions
Part A
2. Total delay of the project:
Justified
No. Description of Claims Computations delay
1. Due to Variation order amount (140,496.08 / 6,047,883.90) * 660 = 15,33 Variation + Excess in quantities - Omissions = 140,496.08 + 87,631.80 -
of Birr 140,496.08 days 69, 760.28 = 158,367.60.
2. Due to Excess in quantities (59,633.45 / 6,047,883.90) * 660 = 6.51 17 Cal.
amount of Birr 59,633.45 days Delay justified = (158,367.60 / 6,047,883. 90) * 660 = 17 Cal. days. days
3. Design change to relocate Requested by the Contractor dated Oct. 20, Delay to be claimed is From Oct. 20, 1993 to Nov. 19, 1993 = 30 Cal.
buildings and roads to insure 1993 and approval by the consultant and days. But during this period the contractor executed works amounting
minimum interference with Employer was made on Oct. 30, 1993. And 201,465.56 which saves (201,465.56 / 6,047,883.90) * 660 = 22 Cal.
existing trees, electric high the minimum interference were removed by days. Therefore, delay to be justified sshould be = 30 - 22 = 8 Cal. days
tension lines, water supply and the Employer, with the consultation and
sewerage lines, etc. approval of all public works authority for 30 Cal
the regulations proper, on Nov. 19, 1993. days
4. Design change for two Requested by the Contractor dated Nov. 20, Dinning hall: Completion time as per contract = (Component Cost /
components of the buildings, 1993 and Design changed and approved by Contract price) * contract time = (563.291.81/ 6,047,883.90) * 660 = 62
namely Dining hall and Hay the consultant and Employer was made on Cal. days. Completion time as per schedule is 150 Cal. days. Therefore;
burn Dec. 22, 1993 for Dinning hall and Nov. 18, Completion time for the dining hall will be 150 Cal. days. Delay to be
1993 for Hay burn. claimed is From Nov. 20, 1993 to Dec. 22, 1993 = 33 Cal. days which is
a proportion of the total work; ie, 33 / 660 = 0.05. Therefore delay to be
justified should be = 0.05 * 150 = 7.5 Cal. days. Similarly for Hay burn,
justified delay should be 4 Cal. days. Since both components are 7. 5 Cal.
scheduled parallely, the total justified delay is taken to be 7.5 Cal. days days
4. Design change for the roof Requested by the Contractor dated May. 4, Completion time as per contract = (Component Cost / Contract price) *
truss of workshop building. 1994 and Design changed and approved by contract time = (58,916/ 6,047,883.90) * 660 = 7 Cal. days. Completion
the consultant and Employer was made on time as per schedule is 10 Cal. days. Therefore; Completion time for the
May. 19, 1994. roof truss of the workshop will be 10 Cal. days. Delay to be claimed is
From May. 4, 1994 to May. 19, 1993 = 15 Cal. days which is a
proportion of the total work; ie, 15 / 660 = 0.023. Therefore delay to be 0.23 Cal.
justified should be = 0.023 * 10 = 0.23 Cal. days. days
6. Change in walling material for Requested by the Contractor dated Apr. 4, Since Changes are initiated and requested by the contractor for cost
Workshop building 1993 and acceptance by the Employer was advantage and easy availability with construction, and could he execute
made on May. 13, 1994.
7. Change in down pipes material Requested by the Contractor dated Aug. 9, as per contract if reply delayed, therefore; such delays are not
for all buildings. 1994 and acceptance by the Employer was justifyable.
made on Aug. 25, 1994. -
8. Fire break out in lecture hall Agreement made on Nov. 2, 1994 to Completion time as per contract = (Component Cost / Contract price) *
producing factory complete within 120 Cal. days. Fire contract time = (229,500 / 6,047,883.90) * 660 = 25.05 Cal. days.
breakout on Jan. 20, 1994. Another order Completion time as per schedule is 30 Cal. days. Therefore; Completion
was made to another factory and lecture hall time for the lecture hall seats will be 30 Cal. days. Delay to be claimed is
seats completed on May 2, 1995. From Nov. 2, 1994 to May. 2, 1995 = 92 Cal. days which is a proportion
of the total work; ie, 92 / 660 = 0.1394. Therefore delay to be justified 5 Cal.
should be = 0.1394 * 30 = 4.2 Cal. days. days
9. EELCO Transformer Request made to EELCO dated Jan. 5, 1994 Completion time as per contract = (Component Cost / Contract price) *
installation and Estimate from EELCO obtained on contract time = (90,015.83 / 6,047,883.90) * 660 = 9.82 Cal. days.
Aug. 4, 1994. Completion time as per schedule is 10 Cal. days. Therefore; Completion
time for the transformer installation will be 10 Cal. days. Delay to be
claimed is From Jan. 5, 1994 to Aug. 4, 1994 = 60 Cal. days which is a
proportion of the total work; ie, 60 / 660 = 0.091. Therefore delay to be
justified should be = 0.091 * 10 = 1 Cal. days. 1 Cal days
10. Change in working days from 6 660 / 30 = 22, then 22 * 4 * 0.5 = 44 The contract time is based on Cal. days, therefore changes in working
days a week to 5 days a week Working days days has no effect on the project. -
11. Due to bad weather condition Assuming the effect extends itself on the Weather conditions shall be considered in the contract time. Unless
during the two rainy season in project by 20%, then 120 * 2 * 0.20 = 48 adverse and unexpected weather conditions pertain to delay the project,
the construction period. Cal. days. no delays shall be justified with this regard.
-
12 Permission delay from Request made to Municipality dated Feb. 8, Completion time as per contract = (Component Cost / Contract price) *
Municipality for the 1994 and permission granted on Mar. 22, contract time = (205,368.00 / 6,047,883.90) * 660 = 22.41 Cal. days.
construction of External roads 1994. Completion time as per schedule is 90 Cal. days. Therefore; Completion
and connection to the existing time for the transformer installation will be 90 Cal. days. Delay to be
Municipal sewer point. claimed is From Feb. 8, 1994 to Mar. 22, 1994 = 31 Cal. days which is a
proportion of the total work; ie, 31 / 660 = 0.047. Therefore delay to be 5 Cal.
justified should be = 0.047 * 90 = 4.23 Cal. days. days
13. Delay in Payment certificate See table above Delay to be claimed From table above = 104 Cal.days. However, the
No. 5 and 8. contractor executes work amounting 285,000 + 368,945 = 653,945
which is a proportion of the total work; ie, 653,945 / 6,047,883.90 =
0.108. Therefore, justified delay would be 104 - (0.108 * 660) = 33 Cal. 33 Cal.
days days
The total justified delay is then, 17 + 30 + 7. 5 + 0.23 + 5 + 1 + 5 + 33 = 98.73 Say 99 Cal. days.
3. Unjustified delay of the project
Unjustified delay = Total delay - Justified delay
= 143 - 99
= 44 Cal. days.
Therefore, Unjustified delay of the project is 44 Cal. days.
4. Liquidated damages
The liquidated damage will be applicable for unjustified delays, therefore; the delay to be
considered for this part is 44 Cal. days.
Liquidated damage = 1/ 1000 per unjustified delay of that part of the contract price.
Unjustified delay = 44 Cal. days.
The part of the contract price included in the unjustified delay is:
= (44 / 660) * 6,047,883.90
= 403,192.26
Liquidated damage = (1/ 1000) * 44 * 403,192. 26
= 17,740.46
Limit of liquidated damage = 10% (6,047,883.90)
= 604,788.39. > 17,740.46
Therefore, the liquidated damage of the project is Birr 17,740.46.
5. Unpaid sum compensation
Amount of delayed payment certificate and delayed days:
P.C.N. 05 = Birr 500,000 and delayed for 103 - 30 = 73 Cal. days.
P.C.N. 08 = Birr 268,345 and delayed for 64 - 30 = 34 Cal. days.
Unpaid sum compensation for P.C.N. 05 is computed as:
= 500,000 * (73 / 365) * (6 / 100)
= 6000.
Unpaid sum compensation for P.C.N. 08 is computed as:
= 268,345 * (34 / 365) * (6 / 100)
= 149.50.
The total unpaid sum = 6000 + 149. 50
= 6149. 50.