Naretive Report
Naretive Report
i
Contents
1. EXECUTIVE SUMMARY...................................................................................................1
1.1 GENERAL..................................................................................................................................................................1
1.2 PROJECT PROGRESS....................................................................................................................................................1
1.3 PROJECT ASSESSMENT.................................................................................................................................................2
1.3.1 Contractor’s performance to-date...............................................................................................................2
1.3.2. Summarized Work Progress Status..................................................................................................................3
1.3.3 Survey, Investigation and Design......................................................................................................................4
1.3.4 Employer’s Representative’s Facilities.............................................................................................................14
1.3.5 Detour and Traffic Management....................................................................................................................14
1.3.6 Site Clearance and Earthwork.........................................................................................................................14
1.3.7. Sub Base.........................................................................................................................................................14
1.3.8 Bituminous Surface.........................................................................................................................................15
2. PROJECT INFORMATION..................................................................................................16
2.1. THE ROUTE............................................................................................................................................................... 16
2.2 PROJECT LOCATION MAP..............................................................................................................................................17
2.3 TYPICAL CROSS SECTIONS..............................................................................................................................................18
2.4 PAVEMENT THICKNESS DESIGN DETAILS...........................................................................................................................18
2.4.1 Design Traffic..................................................................................................................................................18
2.4.2 Pavement Thicknesses....................................................................................................................................18
2.5 BASIC CONTRACT DATA................................................................................................................................................19
2.5.1 Basic Contract Data of the Works Contract.....................................................................................................19
3. CONTRACTUAL MATTERS...............................................................................................22
3.1 RIGHT–OF–WAY (ROW) ISSUES.....................................................................................................................................22
3.2 POSSESSION OF SITE.....................................................................................................................................................23
3.3 SUMMARY OF CLAIMS..................................................................................................................................................24
3.4 SUMMARY OF DISPUTES................................................................................................................................................24
3.5 VARIATION.................................................................................................................................................................25
3.6 EOT, EXTENSION OF TIME............................................................................................................................................25
4. MOBILIZATION...................................................................................................................25
4.1 SITE ESTABLISHMENT....................................................................................................................................................25
4.1.1 Consultant’s Site Establishment......................................................................................................................25
4.2 CONTRACTOR’S PLANT AND EQUIPMENT..........................................................................................................................26
4.3 CONSULTANT’S EQUIPMENT STATUS...............................................................................................................................27
4.4 CONTRACTOR’S STAFF MOBILIZATION..............................................................................................................................27
5. WORKS PROGRAM..............................................................................................................29
5.1 CURRENT STATUS........................................................................................................................................................ 29
5.2 MONTHLY PROGRAM...................................................................................................................................................29
6. MATERIAL REPORT............................................................................................................30
6.1 PROGRESS OF MATERIAL PRODUCTION AGAINST TOTAL REQUIRED QUANTITIES.......................................................................30
6.2 MATERIAL ONSITE.......................................................................................................................................................31
i
7.6 BITUMINOUS ROAD BASE (BRB)....................................................................................................................................34
7.7 DRAINAGE WORKS (STRUCTURES)..................................................................................................................................34
7.8 WEATHER CONDITION..................................................................................................................................................35
7.9. PROBLEMS ENCOUNTERED............................................................................................................................................36
7.9.1 Problems from Previous Period.......................................................................................................................36
7.9.2 Problems this Period.......................................................................................................................................36
7.9.3 Actions taken / Proposed Solution..................................................................................................................36
9. FINANCIAL REPORT...........................................................................................................40
9.1 FINANCIAL STATEMENT.................................................................................................................................................40
9.1.1 Works Contract...............................................................................................................................................40
9.1.2 Supervision Contract.......................................................................................................................................40
VARIATIONS......................................................................................................................................................................40
9.1.3 Financial issues (Up to This Reporting Period).................................................................................................40
9.2 PAYMENTS MADE........................................................................................................................................................40
9.2.1 Payments to the Contractor............................................................................................................................40
ii
LISTS OF TABLES
iii
LISTS OF FIGURES
iv
1. Executive Summary
1.1 General
As part of continued need for infrastructure expansion, in terms of road network development,
the Government of Ethiopia (GOE), through its mandated body of the Ethiopian Roads
Administration (ERA) (and its regional counterparts), has been overseeing the planning and
implementation of successive Road Sector Development Programs (RSDPs) and has constructed,
rehabilitated, upgraded, and maintained various road segments and bridges.
In accordance to that The Ethiopian Roads Administration (Employer) and Dire Dawa road
maintenance (Contractor) have signed agreement for the design, execution, and completion of
works of Dire Dawa-Melka Jebdu Design and Build Road Project on December, 2, 2024.
Accordingly, Ethiopian Roads Administration (Employer) and Beza Engineering Keniya Limited
have signed agreement of Consultancy Services for Construction Supervision of the project.
Hence, this report is Monthly Progress Report prepared in accordance of the Consultancy Service
Contract Document which deal with the Construction Supervision of Dire Dawa-Melka-Jebdu
(~7.2 Km) for the progress of works performed along the period from 2 nd December 2024 up to
25th of Jun 2025. This Project progress report is, therefore, a summary of both the Works and
Service Contracts up to the Month Jun 2025.
The purpose of the report is to provide an update on progress with a review of the status of the
project, and to provide details of the tasks for the forthcoming period. It highlights the major
activities of the project and addresses the critical problems and/or challenges faced by both the
Contractor and the Consultant. It also highlights the actions taken to curb the
problems/challenges and/or suggest the necessary actions to be taken by the respective parties.
Physical Plan & Accomplishment to date as per Master Work Program: Rev. # 03
1
Total to date (up to June 2025) Remaining
Plan Actual Remain
ETB %age ETB %age ETB %age
467,714,317.56 35% 249,905,276.55 18.7% 1,086,421,345.06 81.30%
Financial Accomplishment
2
Clearance %
Series 3000 : 335,162,436.42 96,847,293.64 15.59
3 52,258,594.17 28.8%
Drainage %
Series 4000 : 92,720,254.08 81,526,866.53 11.35
4 10,525,604.89 87.9%
Earthworks %
Series 5000 : 45,814,883.13 7,666,524.11
Sub-
5 Base,Roadbase 7,469,729.47 16.3% 16.7%
And Gravel
Wearing Course
Series 6000 : 608,795,050.04 99,968,722.17
Bituminous 16.99
6 103,455,367.98 16.4%
Surfacing And %
Road Bases
Series 9000 : 190,753,102.19 59,705.42 16.98
7 32,405,413.83 0.03%
Ancilary Works %
Series 11000 : 8,634,613.75 - 13.59
8 1,173,855.99
Dayworks %
Note: Percentage report is percentage of the Total Contract Value (Excluding VAT)
3
1.3.3 Survey, Investigation and Design
The weighted percentage of the total for this activity is 2.00%. According to the work program,
the plan as up to Jun 2025. For Surveying and Design work was 1.95%, while 1.96% has been
achieved up this period (to date).
The to-date progress status of this item as compared to its own total value as per the first
breakdown of Lump sum price is:
4
Topographic Data For Melka Jebdu Asphalt Road Project From 0+380-1+420
BHS(The LHS is already completed sections)
1. Route Selection Report: The Contractor submitted final route selection report and
approval has been given.
2. Topographic Survey Report: The Contractor submitted the final topographic survey
report and approval has been given.
3. Geometric Design Report: The Contractor submitted the final geometric design report
and approval has been given.
4. Hydrology and Hydraulic Report: The Contractor submitted the final hydrology and
hydraulic report and approval has been given.
5. Environmental and Social Impact Assessment: The final ESIA has been submitted
after the Contractor incorporated the comment given on the draft submission and the final
ESIA is approved. Detour Construction and Traffic Management Plan is also approved.
6. Soil and Materials and Pavement Design Reports: The Contractor submitted the final
soil, material and pavement design report and approval has been given.
7. Drainage and Structures design report and Drawings: The Contractor has submitted
working drawings for some of the pipe culverts and approval has been given for 1168
pipe.
8. Technical Specification and Quantities: The Contractor submitted his final particular
technical specifications, and it is reviewed, commented and returned to the contractor for
correction but lately it is found to be revised again extra polluted form to be in harmony
work the geometric and design quantities submitted by the Contractor and approval has
been given by consultant.
The to-date progress status of this item as compared to its own total value as per the first
breakdown of Lump sum price is:
6
Schedule Planned Accomplished Slippage/Ahead
7
Schedule Planned Accomplished Slippage/Ahead
8
2. Project Information
2.1. The Route
The Design and Build project of Dire Dawa Melka-Jebdu Road is fully located in the Eastern
part of Ethiopia in the Dire Dawa town Administration.
The project start point in Dire Dawa town located at about 500km from Addis Ababa and
Around Ethio Djibouti real way station .The total length of the project road is approximately 7.2
km and the first 4km section of the project follows the existing gravel road done by other
contractor.
The work under this Contract consists of design and construction of 7.2 km length of road to
DS7 Standard with Asphalt Concrete surfacing in accordance with typical cross sections
provided in the Contract and modifications that can be made by the Consultant when necessary.
The works involve mainly earthworks, pavement construction, and construction of minor and
major cross drainage structures (pipe, slab / box culverts).
Beza Engineering Kenya is responsible for the design and Consultancy of all the works. Whereas
Beza Engineering Kenya Limited Consultancy as the representative of the Employer/ERA in the
duration of construction period and the defects liability period. Total duration of the construction
work is 365 Calendar days, and the defects liability period is 365 days from the issue of the
Taking Over Certificate.
Project Name Design and Build of Dire Dawa-Melka Jebdu Road Project
Region(s) / Federal Administration
Dire Dawa, (E=810842.544, N=1062840.432) The start of the
Start Point Description
project can be accessed by travelling 500km from Addis Ababa
Melka Jebdu (E=803895.047, N=1064028.774) is the end of the
End Point Description
project, which are considered to be the main control points.
Length (km) 7.2km
Road Functional
Main access road.
Classification(s)
9
Terrain Classification(s) Dominantly, flat (100%)
Based on climatic classifications of Ethiopia, the vicinity of the
Climate Classification(s)
project area can be grouped under climatic zone of Kola as the
Elevation (m) (min – max)
project road has an altitude varying from 960m - 2450m
Traffic Volume (vpd) 300-1000 (DS7)
Control Points / Villages Dire Dawa, Melka Jebdu
Figure 1 shows the map of the project area with respect to that of Ethiopia and Figure 2 indicates
the project alignment on an expanded Google Map.
10
i. Typical cross section for expansive soils in fill section of Dire Dawa and melka jebdu
towns has dual carriageways of 10.9m and median of 15m and Walk way and biycle
bicycle lane is 5m. The expansive soil needs to be undercut and replaced.
11
2.5 Basic Contract Data
2.5.1 Basic Contract Data of the Works Contract
The works contract agreement for the project is signed on December 2, 2025, between Ethiopian
Roads Administration and Dire Dawa District Road Maintenance district. for the construction
works of Dire Dawa-Melka Jebdu road project (7.2Km) Design and Build Road Project with a
contract amount of ETB 1,689,762,496.54. The contract time for completion of the project is 365
calendar days with Date of Commencement of 2 December 2024 and Completion Date of 2
December2025.
The scope of the project is the construction of a two lane of 28mm thick DBM Asphalt Concrete
(AC) surfacing to DS7 standard Road. The works involves earthworks, pavement layers’
construction, and construction of minor and major cross drainage structures (pipe, slab/box
culverts).
Dates
12
Maintenance Period
Amounts
ETB 1,689,762,496.54 Including Provisional Sums, 10%
Original Contract Amount
contingency and 15% VAT
Maximum amount of Advance 20% of the Contract Price less contingencies, provisional sum
Payment and day works.
Defects Liability Period 365 days from issue of Taking Over Certificate
Financial Data
13
Foreign Currency Local Currency
Guarantees (Construction)
Date Received -
Expiry Date -
Date Received -
Expiry Date -
Advance Guarantee -
Date Received -
Expiry Date -
Expiry Date -
3. Contractual Matters
3.1 Right–of–Way (Row) Issues
In accordance with the works contract, the Employer is obliged to clear obstructions from the
right-of-way limits of the project road where the permanent works are to be executed and should
clear any obstructions from sites. The Employer should also handover them to the Contractor so
that he can execute the works as per the Contract Agreement.
15
So far, identification of obstructions and properties within the road prism and other sites are
underway with joint execution of both Ethiopian road administration and Dire Dawa road
maintenance District.
16
3.3 Summary of Claims
The Contractor has forwarded a claim notice to the Consultant in respect of additional
cost incurred due to variation in quantity in contract amount and in site work for manhole
construction.
Harer Water line pipe protection work at station 7+100LHS side
Pipe protection for traffic passing
3.5 Variation
So far, no variation orders were issued
4. Mobilization
4.1 Site Establishment
A. Contractor’s Office
17
B. Site Laboratory
The Contractor has established site laboratory for both parties. Currently, testing is carried out at
the laboratory.
C. Surveying Equipment
The Contractor has mobilized two total station and one auto levels for construction works. The
Contractor has assigned separate design team working on the design.
D. Site Vehicles
E. Office Equipment
The contractor has mobilized office equipment for his site office works.
F. Communication
Radio system and office phones are not provided yet. Mobile phones are being used for
communication.
The permanent laboratory building of the Employer’s representative been completed and testing
of materials is being executed in it.
B. Surveying Equipment
C. Vehicles
D. Office Equipment
The contractor has furnished permanent office for the Consultant’s staff with the necessary
equipment and facilities in Main camp.
18
E. Communication
The consultant is currently using mobile communication system since radio communication
system is not yet in place.
3 Motor Grader 2 2 2 2 2 2 1 1 1 1 1
4 Wheel loader 2 2 2 2 2 2 2 2 2 2 2
5 Vibrating Rollers 2 2 2 2 2 2 2 2 2 2 2
6 Double Drum Steel Roller 2 2 2 2 2 2 2 2 2 2 2
7 Pneumatic Roller 1 1 1 1 1 1 1 1 1 1 1
8 Dumper 1 1 1 1 1 1 1 1 1 1 1
9 Crane 1 1 1 1 1 1 1 1 1 1 1
10 Truck Mixer 2 2 2 2 2 2 2 2 2 2 2
11 Dump Truck (16M3) 16 # 16 16 16 16 16 16 16 16 16
12 Water Truck 4 4 4 4 4 4 4 2 2 2 2
13 Fuel Truck 2 2 2 2 2 2 2 2 2 2 2
14 Low bed 1 1 1 1 1 1 1 1 1 1 1
15 Paver 1 1 1 1 1 1 1 1 1 1 1
16 Asphalt Distributor 1 1 1 1 1 1 1 1 1 1 1
17 Chips Spreader 1 1 1 1 1 1 1 1 1 1 1
18 Stationary Asphalt Heater 1 1 1 1 1 1 1 1 1 1 1
19 Drilling Machine 1 1 1 1 1 1 1 1 1 1 1
20 Compressor 1 1 1 1 1 1 1 1 1 1 1
21 Crusher (200 MTP) 1 1 1 1 1 1 1 1 1 1 1
22 Asphalt Plant(120Ton/Hr) 1 1 1 1 1 1 1 1 1 1 1
23 Small Vehicles 6 6 6 6 6 6 6 6 6 6 6
Generator crusher and Ac plant
24 3 3 3 3 3 3 3 3 3 3 3
(500kw)
Generator and W.source ( @ Camp,
25 1 1 1 1 1 1 1 1 1 1 1
300KW)
26 Welding Generator
27 Concrete Mixer (500ml) 2 2 2 2 2 2 2 2 2 2 2
28 Concrete Vibrator 4 4 4 4 4 4 4 4 4 4 4
29 Water pump 4'' &/ 3" 2 2 2 2 2 2 2 2 2 2 2
30 Plate Compactor 1 1 1 1 1 1 1 1 1 1 1
19
4.3 Consultant’s Equipment Status
Table 9: Contractor’s Manpower Mobilization
20
Required 2024 2025
No Type of Manpower
Number Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec
Project Manager Office
1 Project Manager 1 1 1 1 1 1 1 1 1 1 1 1 1
Project Finance and
2 1 1 1 1 1 1 1 1 1 1 1 1 1
Administration
Secretery 1 1 1 1 1 1 1 1 1 1 1 1 1
3 Ass. Secretery 1 1 1 1 1 1 1 1 1 1 1 1 1
Sub Total 4 4 4 4 4 4 4 4 4 4 4 4 4
Office Engineering
1 Office Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1
2 Jonior Office Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1
3 Surveyor 1 1 1 1 1 1 1 1 1 1 1 1 1
4 Level Man 3 3 3 3 3 3 3 3 3 3 3 3 3
Sub Total 6 6 6 6 6 6 6 6 6 6 6 6 6
Construction Section
Construction Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1
Sub Total 1 1
I) Erathwork Crew
1 Forman (Earthwork) 1 1 1 1 1 1 1 1 1 1 1 1 1
2 Ass. Forman 1 1 1 1 1 1 1 1 1 1 1 1 1
3 Grade Checker 1 1 1 1 1 1 1 1 1 1 1 1 1
4 Daily Labourers 20 16 16 20 20 20 20 20 20 20 20 20 20
5 Data collectors 3 2 2 3 3 3 3 3 3 3 3 3 3
Sub Total 26 21 21 26 26 26 26 26 26 26 26 26 26
II) Structure Crew
1 Forman (Structure) 2 2 2 2 2 2 2 2 2 2 2 2 2
2 Bar Bender Forman 2 2 2 2 2 2 2 2 2 2 2 2 2
3 Carpenters 6 6 6 6 6 6 6 6 6 6 6 6 6
4 Bar benders 4 4 4 4 4 4 4 4 4 4 4 4 4
5 Mason 4 4 4 4 4 4 4 4 4 4 4 4 4
6 Daily Labourers 61 61 61 61 61 61 61 61 61 61 61 61 61
7 Data collectors 3 3 3 3 3 3 3 3 3 3 3 3 3
8 Timekeepers 3 3 3 3 3 3 3 3 3 3 3 3 3
Sub Total 85 85 85 85 85 85 85 85 85 85 85 85 85
Other
1 Guard 10 10 10 10 10 10 10 10 10 10 10 10 10
2 Store keeper 2 2 2 2 2 2 2 2 2 2 2 2 2
3 Fuel boy 2 2 2 2 2 2 2 2 2 2 2 2 2
4 Temporary Employees 5 5 5 5 5 5 5 5 5 5 5 5 5
6 Operaters 10 10 10 10 10 10 10 10 10 10 10 10 10
7 Heavy Truck drivers 15 15 6 6 6 6 6 6 6 6 6 6 6
Sub Total 44 44 35 35 35 35 35 35 35 35 35 35 35
21
5. Works Program
5.1 Current Status
The Contractor submitted an incomplete Works Program on 29 Feb 2025 that didn’t show the
actual Date of Commencement. Thus, the Consultant has forwarded comments to the Contractor
on 10th of Feb 2025 and advised him to submit a works program that fulfills the requirements of
the Contract.
Then, the Contractor has revised and resubmitted “Work Program and the Consultant accepted
this Program which was going to be used for the evaluation of the progress of the project.
Accordingly, the Contractor has planned to execute 40% up to the month of 26 Jun 2025 but the
executed amount is 35% according to work program.
500,000,000.00 1,600,000,000.00
450,000,000.00 1,400,000,000.00
400,000,000.00
1,200,000,000.00
350,000,000.00
300,000,000.00 1,000,000,000.00
- -
C B PR N G T
DE FE A JU AU OC
Figure 2: S-Curve
22
6. Material Report
6.1 Progress of Material Production against Total Required Quantities
23
age
Loos
e
Facto
r)
3 Asph m 11
alt 3 11,4 ,415 971 777 922 1,2 1,2 1,2 1,3 1,3 1,1 1,1
Aggr 15.2 .21 .51 .21 .93 62. 62. 62. 11. 11. 65. 65.
egate 1 96 96 96 53 53 81 81
Produ
ction
_ for
AC
4 Conc m 2
rete 3 2,17 ,174 185 148 175 240 240 240 249 249 222 222
Aggr 4.04 .04 .02 .02 .77 .53 .53 .53 .78 .78 .03 .03
egate
for
Drain
age
Work
s
5 Sand m 1
(12% 3 1,44 ,449 123 98. 117 160 160 160 166 166 148 148
swell 9.38 .38 .35 68 .18 .36 .36 .36 .52 .52 .02 .02
factor
)
6 RC- N
Pipe o 700. 700. 59. 47. 56. 77. 77. 77. 80. 80. 71. 71.
Produ 00 00 57 66 60 45 45 45 43 43 49 49
ction
(48")
24
Table 12 : Material Onsite Jun 2025
2025 2026
S/N Material List Unit Total
July Aug Sep Oct Nov Dec Jan Feb Mar Apr
11 17 18 26 26 26 25 24 25 25
1.0 Fuel Lit. 3,876,104.00 150,927.47 228,354.75 259,355.38 378,523.21 378,523.21 381,123.21 366,464.63 359,707.77 374,695.60 380,345.81
2.0 Cement: OPC Qts. 54,825.00 2,730.31 1,464.02 801.28 6,030.92 1,157.41 5,167.38 4,968.63 5,003.95 5,212.45 8,194.50
2.2 Cement: OPC Qts.
3.0 Sand m3 7,862.00 78.64 121.53 128.68 185.87 185.87 814.31 782.99 751.67 782.99 1,481.58
4.0 Reinforcement bar
4.1 kg
4.2 Ф6mm kg 14,365.00 1,454.87 965.89 423.20 2,691.36 2,142.35 2,691.36 2,587.85 1,053.56 354.65
4.3 Ф8mm kg 16,737.00 1,746.15 1,019.90 512.30 3,256.56 4,363.87 2,029.86 2,068.98 1,282.34 457.87
4.4 Grade 60 Reinforcement Steel kg 63,345.00 - - 20,683.03 17,051.58 13,551.58 5,051.58 5,472.55 875.69 659.87
4.5 Grade 40 Reinforcement Steel kg 93,000.00 21,653.69 32,673.90 23,897.65 6,103.17 5,945.10 1,458.98 1,268.45
5.1 Binding Black Wire: Ø 2.5mm kg - - - - - - - - - - -
4.6 Binding Black Wire: Ø 1.5mm kg 13,996.00 858.46 807.96 4,987.24 1,503.20 1,561.01 1,387.57 1,387.57 1,503.20
4.0 Paint -
No-105 (for camp) gallon -
No-117 (for camp) gallon -
White (for survey) gallon -
Black (for survey) gallon -
6.0 Eucalyptus posts
(Ф6 cm) pcs 12,036.00 3,009.22 3,009.22
6.1 (Ф8 cm) pcs 28,648.00 7,365.90 7,365.90
6.2 (Ф10 cm) pcs 11,088.00 - - - - - - - 2,948.59 2,948.59
6.3 (Ф12 cm) pcs 16,827.00 - - - - - - - - 4,498.83 4,498.83
(Ф14 cm) pcs - - - - - - - 96.98 96.98 73.70
(Ф16 cm) pcs
6.4 (Ф20 cm) pcs 653.00 - 67.67 67.67 67.67 67.67 65.06 65.06 65.06 62.46 62.46
CIS (Corrugated Iron Sheet) pcs
6.0 Pipe Mould Ø 1220mm PCs 10.00 - - - - - - - 96.98 96.98 73.70
7.0 Nails
Roof Nail kg 2,452.00 490.45 490.45 490.45
#6 kg 2,452.00 490.45 490.45 490.45
#8 kg 247.00 49.51 49.51 49.51
7.1 # 10 kg 5,986.00 - - - - - 53.02 1,591.10 1,591.10
7.2 # 12 kg 3,322.00 - - - - - 58.44 873.05 873.05
Bitumen: MC-30 (60%
8.0 Lit. 281,096.00 11,429.09 17,663.14 18,702.15 27,014.21 27,014.21 27,014.21 25,975.20 24,936.20 25,975.20 25,975.20
Bitumen P 80/100 & 40%
9.0 Bitumen: MC-3000 Lit. 40,093.00 - - - - - - - - - 14,740.24
10.0 Kerosene Lit. 126,502.00 4,571.64 7,065.26 7,480.86 10,805.69 10,805.69 10,805.69 10,390.08 9,974.48 10,390.08 11,864.11
11.0 Bitumen: 60/70 Lit. 1,101,913.00 45,567.87 70,423.07 74,565.61 107,705.88 107,705.88 107,705.88 103,563.34 99,420.81 103,563.34 103,563.34
7.0 Explosives
7.1 Ammonium Nitrate kg 33,055.00 2,754.59 2,754.59 2,754.59 2,754.59 2,754.59 2,754.59 2,754.59 2,754.59 2,754.59 2,754.59
7.2 Dynamite Power jel kg 2,924.00 243.71 243.71 243.71 243.71 243.71 243.71 243.71 243.71 243.71 243.71
7.3 Detonating Cord m 15,238.00 1,269.84 1,269.84 1,269.84 1,269.84 1,269.84 1,269.84 1,269.84 1,269.84 1,269.84 1,269.84
7.4 Electric Detonator pcs 4,504.00 375.37 375.37 375.37 375.37 375.37 375.37 375.37 375.37 375.37 375.37
8.0 Elastrometric Bearing No - - - - - - - - - - -
9.0 100mm Dia. PVC pipe m - - - - - - - - - -
15.0 Gabion Boxes; Ø 2.7mm (1.5x1x1m) m3 - - - - - - - - - - -
16.0 Filter Fabric m2 - - - - - - - - - - -
17.0 Galvanized guardrail m - - - - - - - - - - -
18.0 Steel Posts m - - - - - - - - - - -
Thermoplastic Retroreflective
19.0
Paint
19.1 White Lit. - - - - - - - - - - -
19.2 Yellow Lit. - - - - - - - - - - -
10.0 Road Studs (Cats Eye) No - - - - - - - - - - -
25
7. Progress of the Works
7.1. Embankment / Fill Materials
Materials sourced from the following locations have been evaluated and deemed appropriate for
use as borrow material. The Contractor and the Consultant have carried out tests jointly on the
existing Embankment fill materials from;0+000 km to 0+040 km,0+040 km to 0+090 km,0+440
km to 0+530km, 6+000 km to km 5+760 km and 2+180km, from borrow fill, 1+440km to
1+220km,1+440 to 1+20,0+920 km to0+640km,6+000km up to 6+200km,6+200km up to
6+400km. The materials situated at designated locations along the route, are presently utilized
for replacement and as fill material in the construction of embankments.
The construction of sub base work is completed, from 0+410 to 0+540 (RHS), 0+660 to 1+400
(RHS), 0+920 to 1+280 (RHS) and from 5+780 to 6+400 (RHS) for both carriage way and
bicycle lane with a total of 3,823 m 3 compacted selected soil. In this Ethiopian Fiscal Year
(EFY-2018) the Contractor has planned to execute 11,087m3 of the remaining sub base work for
the road section.
26
the conclusion of this reporting month, the Tack coating application has advanced within the
contract.
The construction of bituminous road base (Asphalt concrete with 190mm) is completed, from
0+410 to 0+540 (RHS), 0+660 to 1+400 (RHS), 0+920 to 1+280 (RHS) and from 5+780 to
6+400 (RHS) for carriage way with a total of area of 13,013.21 m2. In this Ethiopian Fiscal Year
(EFY-2018) the Contractor has planned to execute 31,995 m2 (BRB), 55,980 m2 asphalt
surfacing (50mm thick) and 76,504m2 asphalt binder (40mm thick) using bitumen penetration
grade of 60/70 for both carriage way and bicycle lane.
Currently, the contractor has been executed the following drainage works (structures):
In this Ethiopian Fiscal Year (EFY-2018) the Contractor has planned to install 1,544m of
concrete pipe storm drainage.
27
iv. Reinforced Concrete For Drainage Pipe Protections
The construction of reinforce concrete for drainage pipe protection has been executed according
the Engineer work order from station 1+100 to 1+170 (RHS), 0+930 to 1+100(RHS),5+900 To
5+909(RHS) and from 5+575 to 5+620 with a total of 1,512 by changing to equal type 2 vehicle
pass RC concrete cover.
The project areas altitude lies between 960m – 2450m and the weather conditions throughout the
reporting month of December were characterized by alternating period’s sunshine. The sunny
periods provided favorable conditions for all construction operations. The Contractor capitalized
on these advantageous sunny periods to carry out earthworks, base course placement, and asphalt
paving activities
28
Table 13: Construction of Slab culverts: -
To date To Date
Total This Month
execute executed
Type of No. of
No. Unit d No. of Executed
Activity Work
works
s Stations Remar
(No.) Stations Stations k
(No.)
29
Resistance of local people in construction of drainage structures and canalization at the
specific design location.
Problem in having agreement on water supply lines removal/relocation cost estimates
between Dire dawa and ERA.
The Consultant has discussed with the Dire dawa administrators and the local people to
progress the work till the compensation fee settle.
The Contractor installed crusher, the crusher installation is completed, and production
started.
Discussion was made with the localities to solve the disruption created at different
locations.
The Contractor is requested to start stone production for structure works, quarry site
approved and already started.
Excavation for pipe and slab culvert structure is being executed in this and the previous
reporting month.
Pipe culvert construction is being executed in all stations.
Slab culvert construction is started in the previous reporting months for 1+360 station.
30
Sub base work is being executed in this and the previous reporting month.
I. Review for completeness and adequacy of all survey and engineering design works
performed by the Design and builder (Contractor) and give approval and/or suggestions
for improvement as per the terms of the contract between the parties;
II. To ensure that the road is constructed in accordance with the Technical Specifications
and Engineering Drawings or any amendments there to and meet the standards quality of
the end product;
III. To optimize the use of available material resources to minimize costs to the client to
maximize the quality of the works and to expedite construction and to optimize the use of
natural resources and ensure environmentally as well as socially sustainable construction
and;
IV. To ensure that the road is constructed with in the contract Price and Time for completion
allowed under the contract or any agreed amendments there to;
Accordingly, the Supervision Consultant committed itself to ensure that the Construction work
will progress as per the plan.
31
To this end, the Consultant carried out the following review activities.
32
8.2. Site Visit
On this reporting Month There is No Site visit.
9. Financial report
9.1 Financial Statement
9.1.1 Works Contract
Value of Works completed and Materials supplied to-date (Excluding VAT): ETB
1,689,762,496.54
Variations
No variation so far.
33
9.2 Payments Made
9.2.1 Payments to the Contractor
34
Contract Amount Previous Amount This Period Amount Todate Amount
Bill NO Description Progress(%)
(ETB) (ETB) (ETB) (ETB)
35
10. Environmental & Social Issues
10.1 General
Implementation of such construction projects has generally various social and Economic
advantages for the local people, for the region and for the country at large but there would be
unavoidable negative impacts as well. Therefore, mitigation of the negative consequences would
be given due attention on the course of execution. Specifically, in carrying out the execution of
the permanent and temporary works of this project, the Contractor has to implement the
Environmental Protection and Mitigation Measures according to all applicable contractual
requirements.
Provision of vehicular access to the local people especially to the people living in the
towns across the road and to the farmers.
Better access for local producers to central markets;
Initiates investors to come to the area and to invest;
Job opportunities and construction skill development in the area;
And others
Accordingly, the Contractor must employ the appropriate measures for the following negative
impacts:
36
Spread of sexually transmitted diseases (STD) and HIV/AIDS
Pressure on local services and facilities
In addition, due attention must be given to ecological resources, resource with archaeological
value, landscapes etc. and acted upon to minimize the negative effect.
The Consultant’s environmentalist has visited the site and provided necessary comments on
improvements of environmental, public and workmen safety issues. Accordingly, the Contractor
is expected to make necessary arrangements in regard to partial workmen safety protective
equipment provision and mobilize safety and environment site engineer.
37
4. Area Ownership/ Under:
name MEP ✘
Contractor
5. Class of Fire Reported:
Class 1: Destructive Fire- Civil Defense extinguished
Class 2: Dangerous Incident , fire and smoke- Civil Defense called
Class 3: Potentially Dangerous incident - Extinguished by Project Team
Class 4: Minor incident , smoldering, smoke or small fire in bin / external are ,
extinguished immediately
6. Fuel Sources:
Cardboard Boxes Carpets, Furniture and Fittings
Piles of Waste Timber
Combustible Fuels Hessian
Office Documents Gas Bottles/Cylinders
Stored Materials (Paint, Chemicals etc.) Ceiling
7. Fire Enhancing Factors:
(List contributing or subsequent events or fuels which increased the size or duration of
the fire)
10 minutes
8. Root Causes:
Damaged Cables Wooden DBs
Wires with no Plugs Non Fire-Rated Buildings
Overloaded Multiple Sockets Smoking
Old Un-Serviced Air conditioners Arson
Overheated Halogen Lamps Others (Specify):
38
permanent power and water supplies not operational when at Fire Safety Level 4
Level 4: Buildings being fitted out with carpets, curtains and furniture, painting on-going
Level 3: Ceiling being closed, Joinery Works on-going, MEP and T&C ongoing
Level 2: MEP installation and Building works commenced
Level 1: Structural Concrete works only
10. Describe the Fire Incident in detail:
NO
11. Describe how Fire was extinguished:
15. Witnesses:
39
Applicable Reports: Police Civil Defense Other (Specify)
Click here to enter text.
Attached: Yes Yes Yes No
No No
Ensuring, Investigating, Documenting and treating the currently health issues and
associated disease control activity in the project staffs and throughout the community
Assigning trained flag man at all active site of the project and Erecting proper warning
traffic signage
Complete backfilling immediately to avoid falling accidents were due attention.
40
12. Photograph
41
13. Letters
Incoming and outgoing letters
42
NO. Ref. No Date of receiving Subject
1 BCK/DSB/226/2025 May 13, 2025 Notification of contract commencement date/Submit Work program
2 BCK/DSB/220/2025 May 16, 2025 Comments on submission of river sand test results
3 BCK/DMJ/RE/047/2025 May 16, 2025 51. Instruction_to_resubmit_asphalt_mix_design_bituminous_road_base
4 BCK/DMJ/RE/046/2025 April 14, 2025 Suspension of curbston construction at station 6+100-6+140
5 BCK/DMJ/RE/042/2025 April 15, 2025 Submission of Required profile data based on your commments
6 BCK/DMJ/RE/038/2025 May 14, 2025 Request for official elevation reading for harar water supply line
7 BCK/DMJ/RE/036/2025 May 16, 2025 Response to request for submission of progress report
8 BCK/DSB/220/2025 March 24, 2025 Urgent notice on provision of facilities for supervision team
9 BCK/DMJ/RE/048/2025 May 26, 2025 Provision of Revised Setting Out Data for Longitudinal Storm Drainage Pipe (KM
6+440 to KM 6+660,RHS)
10 BCK/DMJ/RE/049/2025 May 27, 2025 Approval of Asphalt (BRB) Mix Design
11 BCK/DMJ/RE/050/2025 May 31, 2025 4. Recommendation_for_Additional_Efficient_pneumatic_Tire_Roller_
12 BCK/DMJ/RE/1454/2025 June 3, 2025 Delegation of Duties and Authorities for supervision Activities
13 BCK/DMJ/RE/051/2025 June 3, 2025 Response to request for appproval of renforcement bar modification
14 BCK/DMJ/RE/001/2024 February15, 2024 13. Introduction of project site supervision team
3 E.R.A.901- 10-May-25 Test report for asphalt material (Prime coat,tack coat,MC-
2025 30,RC-70 Ctback Bitumen)
4 E.R.A.803- 11-May-25 Request for survey data for secondery ditch@ station 5+420 to
2025 6+740(LHS)
1 29-Mar-25 27.
2 Request_for_vehicle_rental_fee_confirmation_including_VAT_and
_Fuel
44
6 2024
2 E.R.A.426- 31-Dec-25 35. Request for approval of Man -Hole cover construction
0 2024
3 E.R.A.879- 3-May-25 45. Request for Approval of asphalt mix design for DBM works
0 2025
45
3 E.R.A.902- 9-May-25 46. Assignment of Qualified Laboratory Technician
1 2025
46