0% found this document useful (0 votes)
59 views51 pages

Naretive Report

The Monthly Progress Report for the Dire Dawa-Melka Jebdu Road Project covers the period from December 2024 to June 2025, detailing project progress, contractor performance, and financial accomplishments. As of June 2025, the project is 35% complete, with various activities such as surveying, site clearance, and road construction ongoing. The report also addresses challenges faced and actions taken to mitigate issues during the construction phase.

Uploaded by

tsegaw
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
59 views51 pages

Naretive Report

The Monthly Progress Report for the Dire Dawa-Melka Jebdu Road Project covers the period from December 2024 to June 2025, detailing project progress, contractor performance, and financial accomplishments. As of June 2025, the project is 35% complete, with various activities such as surveying, site clearance, and road construction ongoing. The report also addresses challenges faced and actions taken to mitigate issues during the construction phase.

Uploaded by

tsegaw
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
You are on page 1/ 51

The Federal Democratic Republic of Ethiopia

Ethiopian Roads Administration

CONSTRUCTION WORKS OF DIRE DAWA-MELKA JEBDU ROAD PROJECT

Monthly Progress Report

(December 2024 up to June 2025

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

7. PROGRESS OF THE WORKS.............................................................................................33


7.1. EMBANKMENT / FILL MATERIALS...................................................................................................................................33
7.2. SUB – BASE WORK.....................................................................................................................................................33
7.3. CRUSHED AGGREGATE FOR CONCRETE AND/OR ASPHALT....................................................................................................33
7.4. PRIME COAT..............................................................................................................................................................33
7.5. TACK COAT............................................................................................................................................................... 33

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

8. SUPERVISION AND MONITORING..................................................................................38


8.1 NARRATIVE REPORT.....................................................................................................................................................38
8.2. SITE VISIT..................................................................................................................................................................39

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

10. ENVIRONMENTAL & SOCIAL ISSUES.........................................................................42


10.1 GENERAL................................................................................................................................................................. 42
10.2 POSITIVE EFFECTS OF THE PROJECT...............................................................................................................................42
10.3 NEGATIVE EFFECTS OF THE PROJECT..............................................................................................................................42
10.4 GENERAL PRECAUTIONS TO BE TAKEN AT ENVIRONMENTALLY SENSITIVE AREAS IN THE PROJECT...............................................43
10.5 EMPLOYMENT OPPORTUNITY.......................................................................................................................................43
10.6 INCIDENT /ACCIDENT..................................................................................................................................................43
10.7 SAFETY AND ACCIDENT REPORT....................................................................................................................................46

11. METEOROLOGICAL REPORT........................................................................................47


12. PHOTOGRAPH....................................................................................................................48
13. LETTERS...............................................................................................................................49

ii
LISTS OF TABLES

Table 1.Planned/Actual Progresses........................................................................................................1


Table 2: Financial Accomplishment......................................................................................................2
Table 3: Contractor’s Performance to-date............................................................................................2
Table 4: Surveying Work accomplished up to date...............................................................................4
Table 5: Works Contract Data..............................................................................................................19
Table 6: Sections where Right of Way clearance completed...............................................................23
Table 7: Summary of claims................................................................................................................24
Table 8: Equipment Mobilization........................................................................................................26
Table 9: Contractor’s Manpower Mobilization....................................................................................27
Table 10: Contractor’s Manpower Mobilization..................................................................................28
Table 11: Progress of Material Production against Total Required Quantities...................................30
Table 12 : Material Onsite Jun 2025....................................................................................................32
Table 13: Construction of Slab culverts: -...........................................................................................35
Table 14: Summary of Contractor’s Payments to-date........................................................................41
Table 15: Incoming Letter....................................................................................................................49
Table 16 : Outgoing Letter...................................................................................................................51

iii
LISTS OF FIGURES

Figure 1.1: Route map of the project area............................................................................................18


Figure 2: S-Curve.................................................................................................................................29

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.

1.2 Project Progress


The status of progress up to the end of the reporting Month is shown in Table 1.1 below.

Table 1.Planned/Actual Progresses

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%

Table 2: Financial Accomplishment

Financial Accomplishment

Description Up to Previous Month This Month To date

%age (ETB) %age (ETB) %age (ETB)

Planned 27.5% 467,714,317.56 7.5% 1,327976435.36 35% 1,327976435.36

Actual 14.4% 249,905,276.55 4.3% 57,749,374.25 18.7% 291,060,534.70

Actual Vs 53.4% 4.35% 21.92%


Planned

1.3 Project Assessment

1.3.1 Contractor’s performance to-date

Table 3: Contractor’s Performance to-date

I. Contract Amount Financial (ETB) Percentage


Description
No (ETB) Plan Actual Plan Actual
Series 1000 : 48,845,740.28 454,186.73 16.83
1 8,223,401.26 0.93%
General %

2 Series 2000 : Site 5,884,969.22 1314980.792 4,537,236.10 77%


22.34

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 %

Total 1,336,611,049.11 291,060,534.70

Note: Percentage report is percentage of the Total Contract Value (Excluding VAT)

1.3.2. Summarized Work Progress Status


During the reporting period, the Contractor has performed the following activities of the project:
According to the work program, the Contractor has planned 40% to perform to date. However,
the actual progress is 35% which is mainly from design, Employer’s Representative’s permanent
and temporary facilities, detour construction, clearing and grubbing, undercut excavation,
replacement of undercut, cut to spoil, embankment, pipe production and installation, sub base
works, base course works, crushing of aggregates deliveries of bitumen, DBM Constriction and
Asphalt constriction.

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:

Schedule Planned Accomplished Slippage/Ahead

Work program 1.95% 1.96% 0.01% Ahead plan

A. Surveying: Monthly Accomplishment


The Consultant and the Contractor have jointly taken surveying readings for the activities as
shown in Table 1.4 below:

Table 4: Surveying Work accomplished up to date.

4
Topographic Data For Melka Jebdu Asphalt Road Project From 0+380-1+420
BHS(The LHS is already completed sections)

P.N CHAINAGE EASTING NORTHING ELEVATION


O
1 1+420LWWE 809492.82 1063289.637 1172.457
0
2 1+420LCST1 809494.01 1063292.362 1172.301
8
3 1+420LCSB2 809494.06 1063292.412 1172.147
2
4 1+420LCSB3 809494.59 1063294.352 1172.079
6
5 1+420LCST4 809494.68 1063294.449 1172.247
9
6 1+420LCST5 809495.15 1063295.691 1172.266
5
7 1+420LCSB6 809495.16 1063295.656 1172.074
1
8 1+420MCSB7 809497.06 1063300.827 1172.224
9
9 1+420MCST8 809498.87 1063306.027 1172.384
6
10 1+420CL 809501.68 1063313.574 1172.677
3
11 1+420MCST 809503.98 1063320.148 1172.546
1
12 1+420MCSB1 809504.01 1063320.206 1172.363
5
13 1+420MCSB2 809507.78 1063330.489 1172.092
6
14 1+420LCST3 809507.93 1063330.459 1172.239
4
15 1+420LCST4 809508.41 1063331.839 1172.214
7
16 1+420LCSB5 809508.37 1063331.875 1172.076
1
5
17 1+420LCSB6 809508.96 1063333.652 1172.113
9
18 1+420LCST7 809509.00 1063333.700 1172.320
A. Design: To date Accomplishment
In this reporting period the overall status of the design works of the project are presented as
follows:

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.

1.3.4 Employer’s Representative’s Facilities


The percentage weight indicated in the contract for the Employer’s Representative facility is
3.7%. According to Action plan EFY 2017, the contractor had planned to accomplish 3%, while
the actual accomplishment is 1% up to this reporting month.

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

Work program 3% 1% 2% Ahead plan

1.3.5 Detour and Traffic Management


Currently, full width detour has been implemented on the active construction stretch from St.
KM: 5+480 to 6+838 RHS. As per the requirement, the Contractor has executed detour
maintenance and traffic management plan on this section.

Schedule Planned Accomplished Slippage/Ahead

Work program 0.84% 0.87% 0.03 % Ahead plan

1.3.6 Site Clearance and Earthwork


Site clearing and earthwork has weight of 7.4% from the total contract amount. The Contractor
had planned to accomplish 10.46ha in accordance with the Action plan EFY 2017, while the
actual accomplishment is 8.28ha until the end of this reporting month. The construction of
earthworks was started from St. Km: 0+40 to 0+540 (RHS), St. KM: 0+660 to 1+400(RHS), St.
KM: 5+438 to 6+478 (RHS) and St. KM: 5+438 to 6+498(RHS) is executed. As of this report,
the Contractor has almost completed Site Clearing and grubbing from St. KM 0+380 to
0+540(RHS), St. KM: 0+660 to 1+400 (RHS) and St. KM:5+520 to 6+520 has been completely
cleared

Schedule Planned Accomplished Slippage/Ahead

Work program 10.46 8.28 2.18% Behind plan

1.3.7. Sub Base


Sub base has weight of 3.4% from the total contract amount. While the Contractor planned to
accomplish 2.8% according to Action plan EFY 2017, while the actual accomplishment is
around 2.4% until the end of this reporting month. 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

• Sub base work has been executed from station: 0+410-0+540,0+660-1+400,6+000-


6+400,0+000-0+000,0+410-0+540,0+660-1+400,5+780-6+000

7
Schedule Planned Accomplished Slippage/Ahead

Work program 2.8% 2.4% 0.4% Behind Plan

1.3.8 Bituminous Surface


Bituminous Surfacing has weight of 45.8%% from the total contract amount. The Contractor
had planned to accomplish 25% according to Action plan EFY 2017, while the actual
accomplishment by providing bitumen material on site is 22.2% bituminous surface activity is
started up until the end of this reporting month.

Schedule Planned Accomplished Slippage/Ahead

Work program 25% 22.2 % 2.7% Behind Plan

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.

Table 2. 1: Project Descriptions

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

2.2 Project Location Map


The project start point, Dire Dawa, town located at about 500km from Addis Ababa. The
coordinates of the beginning and end points of the road projects are ((E=810842.544,
N=1062840.432) and (E=803895.047, N=1064028.774) respectively. The project road is
intended to connect Dire Dawa to Melka Jebdu towns which are considered to be the main
control points of the project road.

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.

Figure 1.1: Route map of the project area

2.3 Typical Cross Sections


The drawings showing typical section that would be adopted for different section of the project.

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.

Figure 2. 1: Typical sections of the Project

2.4 Pavement Thickness Design Details


2.4.1 Design Traffic
As the pavement design of the road project that have been approved indicated that the Design
ESAL applied is Traffic class of T5. The subsequent traffic count conducted by the consultant
indicate that the forecasted cumulative ESAL for 20 years design life is also Traffic class of T5.

2.4.2 Pavement Thicknesses


The pavement Thicknesses for design traffic class of T5 and minimum subgrade strength of 5%
is applied to the project road and subdivided as follows:

 Asphalt concrete of 28mm


 Crashed stone base of 175mm
 Natural gravel subgrade of 200mm

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).

Table 5: Works Contract Data

Construction Contract Data

Contract Name Construction of Dire Dawa-Melka Jebdu Road Project

Funding Government of Ethiopia (GOE)

Contracting Authority Ethiopian Roads Administration

Length (km) 7.2km

Type of Contract On force contractor

Construction Type Construction of DBM Asphalt Concrete

Contractor Dire dawa road maintenance district

Dates

Notification of Award FEB,2025

Contract Signing Date FEB,2025

Commencement Date 02-Dec-24

Original Completion Date 02-Dec-25

Original Contract Period 365 Days

12
Maintenance Period

EOT Approved (days)

Revised Completion Date

Actual Completion Date -

Delay period (days) -


207 Calendar days up Julay 8, 2025 (56.9) % of total Calendar
Time elapsed to date
Days)

Amounts
ETB 1,689,762,496.54 Including Provisional Sums, 10%
Original Contract Amount
contingency and 15% VAT

Revised Contract Amount

Minimum Amount of IPC ETB 5,000,000.00

Maximum amount of Advance 20% of the Contract Price less contingencies, provisional sum
Payment and day works.

Advance payment certified to date -

Start of Advance Repayment -

Monthly recovery of Advance


-
payment

Retention Money 5 % of Interim Payment Certificates

Amount of Liquidated Damages -

Limit of Liquidated damage -

Defects Liability Period 365 days from issue of Taking Over Certificate

Financial Data

13
Foreign Currency Local Currency

Contract Amount N/A 1,689,762,496.54

Liquidated Damages N/A -

Advance Payments N/A

Price Adjustment to date N/A

Interest on Late Payments N/A -

Value of Variations Approved N/A -

Payments to date (including N/A ETB 254,768,625.70


advance) Excluding VAT

Guarantees (Construction)

Performance Guarantee N/A

Date Received -

Expiry Date -

Amount (Foreign Currency) -

Amount (Local Currency) -

Renewed Performance Guarantee -

Date Received -

Expiry Date -

Amount (Foreign Currency) -

Amount (Local Currency) -

Advance Guarantee -

Date Received -

Expiry Date -

Amount (Foreign Currency) -

Amount (Local Currency) -

Advance Guarantee (Renewed) -


14
Date Received -

Expiry Date -

Amount (Foreign Currency) -

Amount (Local Currency) -

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.

3.2 Possession of Site


The sites handed over and right of way clearance status of the project to this reporting period
from station,0+100 up to 1+700 is in table 3.1 below and the total length of possessed section
until the end of this reporting month is 1.6 km.

Table 6: Sections where Right of Way clearance completed

No. Description Total length Sections


(km) From To
1 To date possessed site 0+100 0+120
0+160 0+180
0+220 0+220
0+260 0+260
0+300 0+280
0+340 0+300
0+360 0+360
0+400 0+380
0+440 0+420
0+480 0+460
0+480 0+460
0+480 0+500
0+520 0+500
0+540 0+500
0+560 0+540
0+580 0+560
0+580 0+580
0+600 0+600
0+620 0+620
0+640 0+640

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

Table 7: Summary of claims

Claim Subject Date Reference No. Remark


 Variation in quantity in Noted
contract amount and in site
work for manhole construction
 Harer Water line pipe May 14,  BCK/DMJ/RE/
protection 2025 038/2025
 Pipe protection for traffic
passing

3.4 Summary of Disputes


There are no disputes so far.

3.5 Variation
So far, no variation orders were issued

3.6 EOT, Extension of Time

No EOT, Extension of time

4. Mobilization
4.1 Site Establishment
A. Contractor’s Office

The Contractor completed have permanent 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

The Contractor has mobilized vehicles for his site staffs.

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.

4.1.1 Consultant’s Site Establishment


A. Laboratory Building &Equipment

The permanent laboratory building of the Employer’s representative been completed and testing
of materials is being executed in it.

B. Surveying Equipment

The Contractor has provided surveying equipment to the Consultant.

C. Vehicles

The Contractor has provided three permanent vehicles to the Consultant.

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.

4.2 Contractor’s Plant and Equipment


The Contractor has mobilized 30 major equipment up to this reporting period as presented in
Table 4.1 below.

Table 8: Equipment Mobilization


Total 2025 2026
No Type of Equipment Availa Jul
ble Aug Sep Oct Nov Dec Jan Feb Mar Apr
y
1 Bull Dozer 1 1 1 1 1 1 1 1 - - -

2 Chain Excavator (With 1 Jack Hamer) 2 2 2 2 2 2 2 2 2 - -

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

No Equipment Availability Status Remark

1 Laboratory Available Calibrated


2 Surveying Equipment Available Calibrated

4.4 Contractor’s Staff Mobilization


The human resources of the Contractor that are mobilized to site to the end of the reporting
period is summarized in Table 4.2 below.

Table 10: 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.

5.2 Monthly Program


As the Master Work Program, (MWP) is broken down on monthly basis; the monthly plans can
be taken from it. The Contractor’s Work Program , which incorporated the comments given in
the first submission is realistic and is being used for monitoring and evaluation of the project
progress.

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

250,000,000.00 800,000,000.00 TOTAL OF ALL


BILLS (ETB)
200,000,000.00 600,000,000.00 CUMMULATIVE OF
TOTAL OF ALL
150,000,000.00 BILLS (ETB)
400,000,000.00
100,000,000.00
50,000,000.00 200,000,000.00

- -
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

Table 11: Progress of Material Production against Total Required Quantities

CONSTRUCTION MATERIAL PRODUCTION


SCHEDULE FOR EFY-2018
It Desc U Tota 2025 2026
e rption ni l
m of t Prod Jul Au Sep Oct No Dec Jan Feb Ma Apr
N Const uctio y g v r
o. ructio n
: n Qty
Mater
ial
Produ
ction
1 Borro m 40
w 3 40,0 ,000 3,4 2,7 3,2 4,4 4,4 4,4 4,5 4,5 4,0 4,0
Mater 00.0 .00 04. 23. 34. 25. 25. 25. 95. 95. 85. 85.
ial 0 26 40 04 53 53 53 74 74 11 11
Prodc
ution
(40%
Com
pacti
on &
Wast
age
Loos
e
Facto
r)
2 Sub m 12
base 3 12,0 ,000 1,0 817 970 1,3 1,3 1,3 1,3 1,3 1,2 1,2
Mater 00.0 .00 21. .02 .21 27. 27. 27. 78. 78. 25. 25.
ial 0 28 66 66 66 72 72 53 53
Produ
ction
(35%
Com
pacti
on &
Wast

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")

6.2 Material Onsite

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.

7.2. Sub – Base Work

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.

7.3. Crushed aggregate for Concrete and/or Asphalt


A source at 2+000 offset 8km has been tested and found to be suitable for aggregates of concrete
and bituminous mixes. The Contractor has submitted Site Specific Environmental Management
Plan (SSEMP) which was forwarded to the Employer and acceptance was granted and
Contractor begins site clearance.

7.4. Prime Coat


The prime coating of the trial base course section has been completed, applying an average rate
of 1.1 liter per square meter, which has proven to be appropriate for the specific base material.
By the conclusion of this reporting month, the prime coat application has advanced within the
contract.

7.5. Tack Coat


The Tack coating of the trial base course section has been completed, applying an average rate of
0.25 liter per square meter, which has proven to be appropriate for the specific base material. By

26
the conclusion of this reporting month, the Tack coating application has advanced within the
contract.

7.6 Bituminous Road Base (BRB)

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.

7.7 Drainage Works (Structures)

Currently, the contractor has been executed the following drainage works (structures):

i. Concrete Pipe (Class B) Installations


Installation of drainage storm concrete pipe (Class B laying with 48”) has been executed from
ST: KM 0+420 to 0+540(RHS), KM 0+660 to 0+940 (RHS), KM 1+080 to 1+300 (RHS),1+300
to 1+400(RHS) 5+898 to 6+469(RHS), 5+532 to 5+857(RHS) and 6+500 to 6+600 (RHS) with a
total of 1.728 KM on right hand of (RHS) is completely installed.

In this Ethiopian Fiscal Year (EFY-2018) the Contractor has planned to install 1,544m of
concrete pipe storm drainage.

ii. Manhole and catch pit structures


The construction of complete manhole structures has been executed with a total number of 80 up
to the end of June, 2025 and 2018 E.F.Y the contractor planned to execute the remaining 101
manhole structures.

iii. Kerb Stone Casting


The construction of kerb stone has been executed from station 0+100 to 0+340 (RHS), 0+400 to
0+540 (RHS), 0+660 to 0+920 (RHS), 5+900 to 6+140(RHS), 6+180 to 6+400 (RHS), 6+180 to
6+400 (RHS),5+780 to 5+900(RHS),0+920 to 1+100 (RHS) and 1+340 to (1+420) is completed
with a total length of 2,920m along median side and manhole side. In this, 2018 E.F.Y the
contractor planned to execute a total of 22,800m kerb stone along median and manhole side.

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.

7.8 Weather Condition


According to the Ethiopian Road Authority Mannul-2013 (Site investigation manual 2013) “The
major factors influencing rainfall in Ethiopia are the Inter Tropical convergence zone (ITCZ) and
winds blowing from the Atlantic and Indian oceans. The variation in altitude throughout the
country also influences climatic conditions. The traditional classifications of climatic zones in
Ethiopia is based on altitude and temperature and it divide the country in to five climatic zones”
Based on this the project road is within the climatic zone is Kola.

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.)

1. Slab No. 1 1 1+360 1


Culverts

7.9. Problems Encountered


7.9.1 Problems from Previous Period
 Failure for timely commencement of crushing Activity.
 Delayed commencement of Asphalt aggregate production.
 Delay in starting of Base Course and Asphalt woks.
 Failure to timely perform Asphalt Mix Design.
 Structure & drainage works are halted (Pipe installation and Slab culvert) due to lack of
supply of Mainly reinforcement steel (1162pipes,1 slab are free from obstruction and
possible to work)
 Unsatisfactory efforts in synchronize the available resources to reduce idle hour
(excavators could be engaged on str. Works,

7.9.2 Problems this Period


 Delay in compensation payment and subsequent clearing of handing over of the site to
the Contractor as per the Contractor’s request and work program.
 Delay in removal of electric poles, telephone lines/poles and water supply lines.
 Delay in removal of underground and above ground obstructions in town sections.
 Repetitive disruptions of work and road blockage at the site by people complaining of
delayed compensation payment.

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.

7.9.3 Actions taken / Proposed Solution


 The Contractor has been advised on many occasions (formal progress evaluation letters,
monthly meetings etc.) to concentrate on the activates that he can progress on the ROW
free sections like base course, asphalt, structures and drainage works.
 Advised to enhance asphalt aggregate and base course crushing by utilization of the
Crusher to its full capacity by extending the working hours.
 Discussion was made with the localities through the help of dire dawa and melk jebdu
city admiration to solve the disruption created at different locations/time.
 Construction of pipe and slab culvert need to be recommenced by increase the crew and
to make better progress.
 The Contractor is needed to procure major construction materials like reinforcing steel,
cement and fuel intime.
 Properly plan, synchronize and execute the construction work, which shall be consistent
with the schedule and to reduce idle hour.

 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.

8. Supervision and Monitoring


8.1 Narrative Report
The objective of the consulting service is to conscientiously fulfil to the highest professional
standards the role of the Employer’s Representative, as defined under the works Contract and set
in the TOR and to supervise construction of the works (on behalf of the Employer) throughout
the entire construction period, including the defects liability (maintenance) period.

The consultant is required (but not limited to):

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.

 Mobilization of equipment and manpower of the Contractor.


 Review of the Contractor’s design submittals and providing comments on each
submission. The design submittals reviewed include.
a) Review, comment and subsequent recommendation for provisionally approval of
route selection report.
b) Review and comment on Contractor’s Environmental Impact Assessment Report.
c) Review and approval of the Contractor’s Geometric design submittals.
d) Review and approval of the Contractor’s Hydrology and Hydraulic report.
e) Review and approval of the Contractor’s Soil and Materials Investigation and
Pavement Design Report.
 Ensuring all guarantees are in order.
 Review Workmen Compensation Insurance Policies and advising contractor to comply.
 Review of the Contractor’s site work methodologies and subsequent advice on
improvements.
 Joint Identification of obstructions from subsequent facilitation of removal process.
 Joint sampling of roadbed material between for suitability assessment and subsequent
testing.
 Assessment of the Contractor borrows pit requests and facilitating for subsequent action.
 Reviewing templates.
 Monitoring environmental, site safety and traffic management issues.
 Reviewing different day to day submittals of the Contractor on various issues and
responding same.
 Liaising with local administration on right of way management issues
 Monitoring overall project management critical issues and liaising with respective
stakeholders.
 In addition, the Contractor’s other submittal like Cross-section templates are also
reviewed, commented and approved

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

Amount of advance payments taken (Including VAT): -

Amount of Retention withheld to-date: ETB 84,488,124.827

Price Adjustment Taken: -

Amount of Advance repaid (Including VAT): -

Total Amount Certified to-date (Including VAT): ETB 254,768,625.70

9.1.2 Supervision Contract


Advance Payment effected to-date (Including VAT): -

Amount of advance repaid: (Excluding VAT) -

Value of Variations To-date: None

Amount of Interim Payment paid to-date: -

Amount of service accomplished to-date (Excluding VAT): ETB 254,768,625.70

Variations

No variation so far.

9.1.3 Financial issues (Up to This Reporting Period)


The payment made to the Contractor to-date is Advance Payment and IPC from No. 01 to 02 is a
total amount of ETB 254,768,625.70 Excluding VAT.

33
9.2 Payments Made
9.2.1 Payments to the Contractor

Table 14: Summary of Contractor’s Payments to-date

34
Contract Amount Previous Amount This Period Amount Todate Amount
Bill NO Description Progress(%)
(ETB) (ETB) (ETB) (ETB)

1 SERIES 1000 : GENERAL ITEMS 48,345,740.28 1,877,059.23 944,709.61 2,821,768.84 5.840%


2 SERIES 2000 : SITE CLEARANCE 5,884,969.22 3,586,663.13 - 3,586,663.13 60.950%
SERIES 3000 : DRAINAGE
3 335,162,436.42 88,932,502.13 14,366,449.08 103,298,951.20 30.820%
STRUCTURES
SERIES 4000 : EARTH WORKS AND
4 92,720,254.08 35,984,769.65 - 35,984,769.65 38.810%
MATERIAL STABILIZATION
SERIES 5000 : SUBBASE, ROADBASE
5 45,814,883.13 6,154,387.69 552,676.95 6,707,064.64 14.640%
AND GRAVEL WEARING COURSE
SERIES 6000 : BITUMINOUS
6 608,795,050.04 79,511,397.99 17,032,236.70 96,543,634.68 15.860%
SURFACING AND ROAD BASES
7 SERIES 9000 : ANCILLARY WORKS 190,753,102.19 - - - 0.000%
8 SERIES 11000: D- DAY WORKS 8,850,186.25 - - - 0.000%
Sub Total A 1,336,326,621.61 216,046,779.82 32,896,072.34 248,942,852.14 18.630%
Contingencies (Provisional) - - - -
Price Adjustment (Clause 70.1) - - - -
Physical Variation - - - -
Subsequent legislation (Clause 70.8) - - - -
Sub Total B - - - -
Recovery of Materials Advance (Clause
- - - -
60.3)
Re-payment of Retention Money (Clause
- - - -
60.6)
Sub Total C - - - -
Materials On Site (Clause 60.3) - - 5,825,773.56 5,825,773.56
Advance Payment (Clause 60.7) - - - -
Interest On Late Payment (Clause 60.8) - - - -
Sub Total D - - 5,825,773.56 5,825,773.56
Sub Total A+B+C+D 1,336,326,621.61 216,046,779.82 38,721,845.90 254,768,625.70
Retention Money 5% (Clause 60.5) - - (1,936,092.30) -
Sub Total E - - (1,936,092.30) -
Sub Total A+B+C+D+E 1,336,326,621.61 216,046,779.82 36,785,753.60 254,768,625.70
15 % Value Added Tax (VAT)=F 200,448,993.24 32,407,016.97 5,517,863.04 38,215,293.86
Sub Total A+B+C+D+E+F 1,536,775,614.85 248,453,796.79 42,303,616.64 292,983,919.56

NET PAYMENT DUE TO CONTRACTOR WITHOUT VAT(15%) 216,046,779.82 36,785,753.60 254,768,625.70

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.

10.2 Positive Effects of the Project


The project has so many advantages both during construction and after completion. The positive
outcomes expected include:

 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

10.3 Negative Effects of the Project


As any construction project has some negative effect to the project environment, this project is
also expected to have some negative effects.

Accordingly, the Contractor must employ the appropriate measures for the following negative
impacts:

 Dust from earthworks and construction traffic


 Vibration and noise during compaction and earthwork operations
 Interference on the Water resource and channels
 Destabilization of the environment effect of development of borrow pits and quarries
 Deforestation and degradation of the environment due to the construction
 Spread of communicable diseases such as TB due to the influx of numbers of people to
the project area

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.

10.4 General Precautions to be taken at Environmentally Sensitive Areas in


the Project
In addition to the general measures stipulated in the Contract, specific measures to be taken shall
be included in this report as presented in the attached report.

10.5 Employment Opportunity


In addition to the permanent staffs mobilized for various works, the Contractor has employed
skilled and unskilled local labors.

10.6 Incident /Accident


1. Project Information:
Project Name: Dire Dawa-Melka jebdu road Report No.: 01
project
Date of Incident: Click here to enter text. Time of Click here to enter text.
Incident:
2. Location of Fire:
Basement Stores
Room External Area
Corridor Workers Rest Area
Common Area Podium
Offices Others (Specify):
3. List works or persons in the vicinity of Fire:
None

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):

9. Building Fire Level:


Level 5: If permanent FLS including smoke and fire detectors , alarms and sprinklers from

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:

12. describe fire incident root causes:

13. Key Corrective Actions taken to Prevent Recurrence of Fires:

14. Key Corrections taken Immediately after the Fire:

15. Witnesses:

No. Name Designation Signature Date


1.
2.

39
Applicable Reports: Police Civil Defense Other (Specify)
Click here to enter text.
Attached: Yes Yes Yes No
No No

10.7 Safety and Accident Report


Though the Contractor is assigning in excavation areas and has given safety vests to supervisory
staffs, the provision of helmets and safety shoes are yet not implemented. The Contractor’s
commitment in implementing site safety activities, provision of adequate personnel protective
equipment and strict reinforcement of safety measures are not that satisfactory. However, the
Contractor has now mobilized safety and environmental expert and he is expecting to improve
safety works.

Health and Safety Management on site

 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.

11. Meteorological Report


No Rainfall is recorded in this Month

40
12. Photograph

41
13. Letters
Incoming and outgoing letters

Table 15: Incoming Letter

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

15 BCK/DMJ/RE/1341/2025 February 17, 2024 14. Mobilization of Highway Engineer


16 BCK/DMJ/RE/022/2025 March 1, 2025 15. class C- 30 concrete 7 days test result approval
17 BCK/DMJ/RE/025/2025 March 9, 2025 16. Notification of replacement of pavement mmaterial Engineer
18 BCK/DMJ/RE/027/2025 March 27, 2025 17. Urgent quality concerns regarding pipe production
19 BCK/DMJ/RE/026/2025 March 26, 2025 18. Temporary delegation of Duties - pavement Material Engineer
20 BCK/DMJ/RE/028/2025 March 20, 2025 19. Comments on submitted steel reinforcement bar test result
21 BCK/DMJ/RE/029/2025 March 25, 2025 20. Instruction_for_concrete_encasement_of_longitudinal_pipe_drainage
22 BCK/DSB/220/2025 March 24, 2025 21. Urgent_notice_on_provision_of_facilities_for_supervision_team_
23 BCK/DMJ/RE/022/2025 April 7, 2025 22. Acknowledgment_and_instruction_regarding_steel_reinforcement_bar
24 BCK/DMJ/RE/038/2025 April 23, 2025 23.
Reminder_to_submit_master_work_schedule_in_accordance_with_the_signed
25 BCK/DMJ/RE/039/2025 April 23, 2025 24. Response to reinforcement steel sample testing request
26 BCK/DMJ/RE/040/2025 May 9, 2025 25.
Reminder_and_instruction_regarding_implementation_of_HIVAIDS_prevention
27 BCK/DMJ/RE/046/2025 May 15, 2025 26. Submission_of_supervision_staff_salary_details_for_accommodation
28 BCK/DMJ/RE/054/2025 June 17, 2025 66. Approval_of_Project_Quality_Assurance_Manual_and_Final_Particular
29 BCK/DMJ/RE/035/202 April 8, 2025 52. instruction_of_undercut_and_replace_roadbed_section_between_station
30 BCK/DMJ/RE/031/2025 April 4, 2025 54. Response to request for submission of progress report
31 BCK/DMJ/RE/037/2025 April 14, 2025 55. Request_for_office_elevation_reading_for_harar_water_supply_line
32 BCK/DMJ/RE/054/2025 June 17, 2025 66. Approval_of_Project_Quality_Assurance_Manual_and_Final_Particular
33 BCK/DSB/199/2025 January 27, 2025 70. Arrangement_of_Transport,living_facilities_and_accommodation_for
34 BCK/DSB/011/2025 January 15, 2025 71. call_for_meeting_to_discuss_project_progress,issues,and_solutions
35 BCK/DMJ/RE/012/2025 January 16, 2025 72. Delegation_of_Duties_and_Authorities_for_supervision_Activities
36 BCK/DMJ/RE/0021/2025 February 12, 2025 73. Distribution of minutes of meeting - 28 th of January 2025
37 BCK/DSB/208/2025 February 4, 2025 74. Instruction to provide facilities and vehicles
38 BCK/DMJ/RE/0019/2025 February 11, 2025 75. List_of_supervision_staff_to_be_accommodated_for_the
39 BCK/DMJ/RE/0020/2025 February 11, 2025 76.
List_of_supervision_staff_to_be_accommodated_for_the_month_of_January
40 BCK/DMJ/RE/0018/2025 February 18, 2025 77.
List_of_supervision_staff_to_be_accommodation_for_the_month_of_November
41 BCK/DMJ/RE/0017/2025 February 7, 2025 78. Request for the removal of obstruction (Tele pole)
42 BCK/DMJ/RE/0015/2025 January 29, 2025 79. Revoking_delegation_of_Duties_and_Authorities_for_supervision_Activities
43 BCK/DMJ/RE/0016/2025 February 3, 2025 80. Urgent_interruption_of_inspection_work_due_to_non_provision_of_vehicle
44 BCK/DMJ/RE/057/2025 June 20, 2025 82. Approval of Concrete Mix Design for C-25 and C-30 Grades
45 BCK/DMJ/RE/058/2025 June 23, 2025 Provision of Revised setting out data for storm drainage pipe works(Chainage
6+655 to 5+420-LHS) .pdf 43
46 BCK/DMJ/RE/055/2025 June 18, 2025 85. Approval of Asphalt (BRB) Mix Design
47 BCK/DMJ/RE/061/2025 June 26, 2025 87. Acknowledgment_and_Further_Requirements_Regarding_Revised_Storm
48 BCK/DMJ/RE/063/2025 July 2, 2025 88. Comments on IPC 01 and Required Adjustments
49 BCK/DMJ/RE/062/2025 July 2, 2025 89. Provision_of_junction_locations_as_advised_by_the_client_and_City
Table 16 : Outgoing Letter

No Ref No. Date Subject

1 E.R.A.919- 15-May-25 Request for Approval of Asphalt mix Design.


2025

2 E.R.A.815- 20-May-25 Request for Approval of Asphalt Mix Design


2025

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)

5 E.R.A.932- 20-May-25 Request for reinforcement steel sampling testing


2025

7 E.R.A.933- 20-May-25 Request for Approval of Asphalt Mix Design Report(Binder


2025 course) (replaced)

8 E.R.A.973- 3-Jun-25 IPC-1 (SUBMISSION OF INTERIM PAYMENT CERTIFICATE No.01)


2025

9 E.R.A.1002 10-Jun-25 Submission of project quality Assurance Manual


-2025

1 E.R.A.996- 9-Jun-25 Request for clerance of obstruction at station 6+66 RHS


0 2025

1 E.R.A.1007 12-Jun-25 IPC-001


1 -2025

1 29-Mar-25 27.
2 Request_for_vehicle_rental_fee_confirmation_including_VAT_and
_Fuel

1 E.R.A.747- 20-7-2017 28. የትንሽ_መኪና_የኪራይ_ዋጋ_እንድታሳውቁን_ስለመጠየቅ


3 2017

1 B13/2017 23-07-2017 29. የኪራይ_መሣሪያ_አቅርቦትን_ይመለከታል


4

1 E.R.A.1007 28-Mar-25 30. Project Handover


5 -2025

1 E.R.A.404- 20-07-2017 31. Request for approval of manhole reinforcement detail

44
6 2024

1 E.R.A.391- 21-Dec-24 32. Request for removal of obstructions


7 2024

1 E.R.A.423- 30-Dec-24 33. Request for Clearance of obstructions utility 2


8 2024

1 E.R.A.427- 31-Dec-24 34. Request for approval of pipe production


9 2024

2 E.R.A.426- 31-Dec-25 35. Request for approval of Man -Hole cover construction
0 2024

2 E.R.A.439- 2-Jan-25 36.


1 2025 submission_of_existing_sub_grade_test_results_taken_from_5+5
60LHS

2 E.R.A.526- 3-Jan-25 37. Request for Clearance of obstructions


2 2025

2 E.R.A.442- 4-Jan-25 38. Request for Clearance of obstructions utility


3 2025

2 E.R.A.707- 21-Mar-25 39.


4 2025 Response_to_comments_on_submitted_steel_reinforcement_bar
_test_result

2 E.R.A.747- 31-Mar-25 40.


5 2025 Request_for_use_of_laboratory_for_asphalt_mix_design_preparat
ion

2 E.R.A.706- 21-Mar-25 41. Response to quality concerns regarding pipe production


6 2025

2 3-Apr-25 42. Request for work order


7

2 E.R.A.367- 25-Mar-25 43. Request for submission of work program


8 2025

2 E.R.A.823- 24-Apr-25 44. Submission of work program


9 2025

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

3 E.R.A.902- 18-Jun-25 67. Request for Approval of Concrete Mix Design


2 2025

3 E.R.A.902- 18-Jun-25 68. Resubmission of Revised interim payment certificate No.1


3 2025

3 2-Jun-25 64. Request for approval of reinforcement bar modification


4

3 E.R.A.1083 20-Jun-25 81. Submission of interim pavement certificate No.01


5 -2025

3 E.R.A.1048 25-Jun-25 86.


6 -2025 Comments_on_the_released_revised_setting_out_data_for_storm
_drainage

3 E.R.A.1083 3-Jul-25 90.


7 -2025 Request_for_approval_of_variation_for_the_additional_work_iden
tified

3 E.R.A.1084 3-Jul-25 91.


8 -2025 Request_for_approval_of_variation_for_manholes_and_catch_pit_
structures

46

You might also like