INVEST-H | Inversión Estratégica de Honduras · Florentino, Marina, Paulina todos de apellido...

66

Transcript of INVEST-H | Inversión Estratégica de Honduras · Florentino, Marina, Paulina todos de apellido...

  • A Marzo

    31

    A Junio 30 A Setiembre

    30

    2012-2013 A Marzo 31 A Junio 30 A Setiembre

    30

    2012-2013

    TRANSPORTE 126.94 122.86 96.8% 0.00 0.00 4.08 102.82 24.12CA-5 incluye interconector 126.94 122.86 96.8% 0.00 0.00 4.08 102.82 24.12

    Reservas de contratos

    firmados

    Administracion3.06 2.83 92.4% 0.23 2.21 0.84

    Administracion 3.06 2.83 92.4% 0.23 2.21 0.84

    En pipeline de pagos 0.00Total 130.00 125.69 96.7% 4.31 105.03 24.97

    80.8%83.6%

    ESTATUS COMPROMISOS Y DESEMBOLSOS CUENTA DEL MILENIO A MAYO 21, 2012_FONDOS BCIE

    Actividad Fondos del

    Prestamo

    (US$x 1,000)

    Montos

    comprometidos a

    Mayo 21, 2012

    %

    comprometi

    do

    proyeccion de fondos por comprometer Montos

    desembolsados a

    Mayo 21, 2012

    proyeccion de fondos por desembolsar

    del Conveniode lo comprometido a la fecha

    ainestrozaCuadro de textoANEXO 1

  • Inicial Final

    1 S1-212A-T I 2+728 2+731 José Nicolas Cortez Terreno Irregular con servicios públicos 8,871.00 0.00 8,871.00

    2 S1-206A-VT I 2+877 2+900 María Anselma Ávila Valladares Terreno Irregular con servicios públicos 192,972.00 0.00 192,972.00

    3 S1-203-VT I 2+965 3+000 Elena Yamileth Flores Varela Terreno Irregular con servicios públicos 176,862.40 0.00 176,862.40

    4 S1-201-VT I 3+000 3+044 Filiberto Méndez Terreno Irregular con servicios públicos 90,474.80 0.00 90,474.80

    5 S1-198A-T I 3+086 3+095 Leyvi Patricia Varela Terreno Irregular con servicios públicos 44,850.00 0.00 44,850.00

    6 S1-198-VT I 3+083 3+113 Nelson René Varela Terreno Irregular con servicios públicos 100,035.00 0.00 100,035.00

    7 S1-198B-T I 3+113 3+129 María Juana Sosa Méndez Terreno Irregular con servicios públicos 77,248.60 0.00 77,248.60

    8 S1-196-VT I 3+140 3+238 María Otilia Méndez Cortés Terreno Irregular con servicios públicos 276,224.00 0.00 276,224.00

    9 S1-182C-T D 4+084 4+090 José Perfecto Méndez Méndez Terreno Irregular sin servicios públicos 80,160.00 0.00 80,160.00

    10 S1-182F-T D 4+084 4+090Mariana Feliciana Mendez y Maria Mariana

    MendezTerreno Irregular sin servicios públicos 242,203.00 0.00 242,203.00

    11 S1-173A-TC I 4+838 4+937 Justo Emilio Padilla Terreno Irregular sin servicios públicos 51,112.50 0.00 51,112.50

    12 S1-169-TCMV I 5+265 5+372 Alfredo Antonio Lazo Archaga Terreno Plano con servicios públicos 677,517.00 0.00 677,517.00

    AREA TOTAL AFECTADA 2,018,530.30 0.00 2,018,530.30

    103,461.32 0.00 106,631.29

    1 S1-155-T I 6+020 6+460 Herederos de Alberto López Martínez Terreno Irregular sin servicios públicos 2,845,130.00 0.00 2,845,130.00

    2 S1-148-VT I 7+160 7+189 Rodolfo Colíndres Erazo Terreno de topografia variable con servicios públicos 181,359.75 0.00 181,359.75

    3 S1-147-VT I 7+189 7+207 Aurelio Isidoro Archaga Zúniga Terreno de topografia variable con servicios públicos 91,929.00 0.00 91,929.00

    4 S1-146-VTN I 7+207 7+247 Mercedes Eleuteria Zúniga Medina Terreno de topografia variable con servicios públicos 322,476.00 0.00 322,476.00

    5 S1-145-VT I 7+247 7+345 Melvín Heraldo Rovelo Fuentes Terreno de topografia variable con servicios públicos 414,849.00 0.00 414,849.00

    6 S1-141-TCV I 7+435 7+478 Adolfo Victoriano Zúniga Medina Terreno de topografia variable con servicios públicos 106,473.00 0.00 106,473.00

    7 S1-141B-T 7+478 7+531 René Varela Durón Terreno de topografia variable con servicios públicos 65,699.58 0.00 65,699.58

    8 S1-139-TCN D 7+561 7+631 Marcial González Terreno Irregular con servicios públicos 761,244.00 0.00 761,244.00

    9 S1-R013-TC D 8+695 8+857 Ciriaco Ríos Andino Terreno Irregular sin servicios públicos 447,486.97 0.00 447,486.97

    10 S1-130A-T I 9+900 11+148 José Antonio Salgado Pavón Terreno Irregular con servicios públicos 2,485,048.64 0.00 2,485,048.64

    11 S1-R019-TC D 10+393 10+856 José Antonio Salgado Pavón Terreno Irregular con servicios públicos 1,664,165.85 0.00 1,664,165.85

    AREA TOTAL AFECTADA 9,385,861.79 0.00 9,385,861.79

    495,819.43 0.00 495,819.43

    Área

    247.45 354.91

    9,918.46 14,225.65

    Área

    Vr²

    142.55

    6,619.76

    297.11

    1,062.40

    2,258.39

    8,758.77

    204.45

    Sub Total Afectaciones

    La Cuesta

    ( L. )

    517.48

    TERCER PAQUETE PARA EXPROPIACIÓN FORZOSA. LISTADO GENERAL DE AFECTACIONES ( TERRENOS Y MEJORAS )

    ZONAS: LA CUESTA, EL DURAZNO, SANTA CRUZ, TAMARA, AMARATECA, LA PIRAMIDE Y TAULABÉ. MAYO 2012.

    2,311.10 3,314.72

    2,211.49

    9,119.13 13,079.20

    3,171.85

    1,574.60

    6,106.82

    172.50

    207.15

    740.73

    680.24

    347.98

    384.75

    223.56 320.54

    649.50 931.55

    Sub Total Afectaciones

    El Durazno / Santa Cruz

    ( L. )

    46,618.49

    636.35

    306.43

    1,074.92

    1,382.83

    32,503.50

    Sub Total Afectaciones

    La Cuesta (US $. ) ( Tasa cambiaria Mayo 2012: $ 1.00=L.19.52 )

    Sub Total Afectaciones

    La Cuesta (US $. ) ( Tasa cambiaria Mayo 2012: $ 1.00=L.19.52 )

    749.46

    964.14

    120.27

    LA CUESTA. SECCIÓN 1. (ZONA URBANA)

    474.28

    242.62

    268.26

    Valoración

    Total

    ( Lempiras )

    Valoración

    Mejoras

    (Lps)

    742.20

    No. CódigoLado

    D / I

    Estacionamiento

    Nombre Identificado / Referencia

    20.62 29.57

    Topografía del Terreno, servicios y

    Facilidades Existentes

    Valoración

    Terreno

    (Lps)

    9,842.33

    EL DURAZNO / SANTA CRUZ . SECCIÓN 1. (ZONA SEMI URBANA)

    443.67

    213.65

    218.13 312.86

    ainestrozaCuadro de textoANEXO 2

  • 1 S1-124-CT I 12+812 12+926Florentino, Marina, Paulina todos de apellido Lagos

    Varela y Santa Gloria Tercero VarelaTerreno semi-plano con servicios públicos 890,520.00 0.00 890,520.00

    2 S1-122A-T I 13+040 13+053 José Mariano Berrios Terreno Irregular sin servicios públicos 62,398.00 0.00 62,398.00

    3 S1-108-TC D 14+880 14+900 Elia María Gallegos Pavón Terreno semi-plano sin servicios públicos 65,203.20 0.00 65,203.20

    S1-099D-T 15+305 15+315 34,946.70 0.00 34,946.70

    S1-099-T 15+378 15+465 265,620.00 0.00 265,620.00

    5 S1-099C-T D 15+318 15+338 Gerardo Alfredo Moncada Garay Terreno Plano sin servicios públicos 54,501.50 0.00 54,501.50

    6 S1-099B-T D 15+338 15+357 Nelson Geovany Mendoza Sánchez Terreno Plano sin servicios públicos 54,431.20 0.00 54,431.20

    7 S1-R027-MCTO D 19+035 19+275Planta de Tratamiento de Madera Búfalo, S.A. de

    C.V.Terreno Irregular con servicios públicos 492,958.40 0.00 492,958.40

    AREA TOTAL AFECTADA 1,920,579.00 0.00 1,920,579.00

    101,456.89 0.00 101,456.89

    1 S1-042C-MVT I 20+234 20+255Luis Manuel Pavón Varela

    Inés Orfilia Escoto Terreno Plano con servicios públicos 88,084.50 0.00 88,084.50

    2 S1-039-NMTC I 20+672 20+848 Sonia Elizabeth Sánchez Lozano Terreno Plano con servicios públicos 662,529.16 0.00 662,529.16

    3 S1-025-T I 22+110 22+310 Aracely Eugenia Morales Durañona Terreno Plano con servicios públicos 634,878.92 0.00 634,878.92

    4 S1-R039-T D 23+655 23+750 Pablo Emilio Reyes Theodore Terreno semi-plano con servicios públicos 687,824.34 0.00 687,824.34

    AREA TOTAL AFECTADA 2,073,316.92 0.00 2,073,316.92

    109,525.46 0.00 109,525.46

    1 S2-004-T D 31+225 31+275 Abner Maradiaga Gutierrez Terreno de topografía variable con servicios públicos 33,002.00 0.00 33,002.00

    2 S2-CL-071-T I 41+360 42+120 Alba Margarita Hernández López Terreno Irregular sin servicios públicos 724,293.38 0.00 724,293.38

    42+120 43+430 1,307,088.08 0.00 1,307,088.08

    43+140 43+400 330,903.95 0.00 330,903.95

    4 S2-CL-073-T I 43+430 43+495 Herederos Moncada Terreno Irregular sin servicios públicos 66,403.14 0.00 66,403.14

    5 S2-003-PR D 51+560 51+640 Juan de la Cruz Cerrato Fúnes Terreno Irregular sin servicios públicos 314,020.64 85,979.36 400,000.00

    AREA TOTAL AFECTADA 2,742,709.19 85,979.36 2,828,688.55

    144,886.91 4,541.96 149,428.87

    1 S4-001-PR D 132+090 132+090 Octavio Corleto Moreira seccion 4 143,425.00 17,925.00 161,350.00

    2 S4-003-PR D 132+740 132+775 Compañía Hondureña de Incubación y Cría, S.A. seccion 4 639,711.07 0.00 639,711.07

    AREA TOTAL AFECTADA 783,136.07 17,925.00 801,061.07

    41,370.10 946.91 42,317.01

    CÓDIGO

    C

    T

    M

    V

    N

    O

    7,634.64

    217.53

    8,038.61

    1,539.77 2,208.43

    286.85

    286.48

    1,398.00

    362.24252.56

    Sub Total Afectaciones

    La Cuesta (US $. ) ( Tasa cambiaria Mayo 2012: $ 1.00=L.19.52 )

    Sub Total Afectaciones

    Zambrano y Rancho Chiquito

    ( L. )

    99,356.08 142,502.44

    Sub Total Afectaciones

    La Cuesta (US $. ) ( Tasa cambiaria Mayo 2012: $ 1.00=L.19.52 )

    115.05 165.01

    Muro GRAN TOTAL TERRENOS Y MEJORAS

    SECCIÓN 1., SECCIÓN 2 Y SECCIÓN 4. ( US $. )974,797.01

    Vivienda

    Lado Derecho / Lado Izquierdo

    1,792.82

    28,730.40

    13,123.67

    2,634.00

    3,020.01

    5,575.31

    74,363.51

    1,250.00

    41,206.86

    18,822.75

    3,777.84

    4,331.48

    Sección 1. (Tegucigalpa - Puente Río del Hombre), Carretera CA-5 Norte

    Sección 2. (Puente Río del Hombre - Inicio del V alle de Comayagua), Carretera CA-5 Norte

    Sección 4. ( Siguatepeque - Taulabé ) Carretera CA-5 Norte

    6,825.31 9,789.26Sub Total Afectaciones

    Taulabé

    ( L. )

    7,996.44

    236.21

    1,844.49

    1,702.51

    338.79

    2,645.58

    2,441.84

    2,240.72

    2,968.40

    183.93

    1,562.28

    Sub Total Afectaciones

    La Cuesta (US $. ) ( Tasa cambiaria Mayo 2012: $ 1.00=L.19.52 )

    200.00

    311.99

    4 D Guillermo Alfonso López Gómez Terreno Irregular sin servicios públicos

    128.24

    Sub Total Afectaciones

    Amarateca

    ( L. )

    5,322.98

    Sub Total Afectaciones

    Tamara

    ( L. )

    5,604.71

    199.74

    974.72

    Otros

    José Santos MaldonadoI Terreno Irregular sin servicios públicos51,848.00

    AMARATECA. SECCIÓN 1. (ZONA SEMI URBANA)

    TAMARA. SECCIÓN 1. (ZONA SEMI URBANA)

    ZAMBRANO Y RANCHO CHIQUITO. SECCIÓN 2. (ZONA SEMI URBANA)

    TAULABÉ. SECCIÓN 4. (ZONA SEMI URBANA)

    3 S2-CL-072-T

    2,069.64

    Negocio

    Sub Total Afectaciones

    La Cuesta (US $. ) ( Tasa cambiaria Mayo 2012: $ 1.00=L.19.52 )

    SIGNIFICADO DEL TIPO DE AFECTACIÓN GRAN TOTAL TERRENOS Y MEJORAS

    SECCIÓN 1., SECCIÓN 2 Y SECCIÓN 4. ( L. )19,028,037.63

    Cerco

    Terreno

  • Inicial Final M2 Vr2 M2 Vr2

    1 S1-264-TCO I 0+861 0+875 Evelin Medina Terreno Irregular con Servicios Públicos 41.84 60.01 0.00 0.00 0.00 0.00 0.00

    2 S1-263-TMC I 0+875 0+898 Felix Roberto Medina Terreno Irregular con Servicios Públicos 131.47 188.56 0.00 0.00 0.00 221,460.00 221,460.00

    3 S1-262-TO I 0+898 1+060Mauricio Marchetti Fortín

    (Armando Marchetti)Terreno Irregular con Servicios Públicos 1,307.11 1,874.74 823.23 1,180.73 0.00

    4 S1-255-TMC D 1+346 1+442Jorge Adán Sierra Agurcia y Rolando Ernesto Sierra

    Agurcia (Sierras Impontrac)Terreno Semi plano con servicios públicos 613.99 880.62 0.00 0.00 0.00 0.00 0.00

    5 S1I-003-T I 1+407 1+492Antonia Domitila Maradiaga Varela y Francis Horaldo

    López (Antonia Maradiaga)Terreno Irregular sin servicios Públicos 1,740.52 2,496.36 468.21 671.53 0.00

    6 S1-252-VTNO D 1+442 1+480 María Pineda Rodríguez Terreno Semi plano con servicios públicos 309.2 443.47 0.00 0.00 0.00 92,399.46 92,399.46

    7 S1-251-TNO D 1+480 1+494 Carlos Martín Elvir Marquez (Martín Elvir) Terreno Semi plano con servicios públicos 157.81 226.34 0.00 0.00 0.00 68,971.50 68,971.50

    8 S1I-004-C D 1+494 1+528Luis Mauricio Marchetti Trejo

    (Mauricio Marchetti)Terreno Semi plano con servicios públicos 298.27 427.80 15.51 22.25 0.00 0.00 0.00

    9 S1-250-TMC D 1+528 1+560 Pedro Pablo Varela Terreno Semi plano con servicios públicos 515.48 739.33 114.07 163.61 0.00 0.00 0.00

    10 S1-243-TC I 1+751 1+766 María Eugenia Cortés Terreno Irregular sin servicios Públicos 298.03 427.45 46.04 66.03 29,713.50 0.00 29,713.50

    11 S1-240-TCO I 1+822 1+834 Virgeníz Escobar Espinoza Terreno Semi plano con servicios públicos 143.52 205.84 0.00 0.00 0.00 51,013.20 51,013.20

    12 S1-238-VMNCT I 1+834 1+877 Miguel Angel Medina Pineda Terreno Semi plano con servicios públicos 551.96 791.65 0.00 0.00 0.00 77,486.00 77,486.00

    13 S1-237-TM I 1+877 1+898Arminda Contreras García

    (Cristino Contreras)Terreno Semi plano con servicios públicos 366.13 525.13 8.46 12.13 7,884.50 64,000.00 71,884.50

    14 S1-236-NTCM I 1+898 1+943Reina Evelyn Benavides Lanza, en representación de

    los Señores Max Lenin Benavides Lanza y José Angel

    Benavides Lanza (Reina Evelyn Benavides Lanza)

    Terreno Semi plano con servicios públicos 1,803.27 2,586.36 602.03 863.47 0.00

    AREA DEFINITIVA DE AFECTACIÓN 2,077.55 2,979.75 37,598.00 575,330.16 612,928.16

    1,986.16 30,392.51 32,378.67

    Sub Total Afectaciones

    Intercambio de Milenio

    ( L. )

    Sub Total Afectaciones

    La Cuesta (US $. ) ( Tasa cambiaria Mayo 2012: $ 1.00=L.19.52 )

    Topografía del Terreno, servicios y

    Facilidades Existentes

    Área de Afectación DISEÑO

    ORIGINAL

    Área de Afectación

    DISEÑO DEFINITIVO Valoración

    Terreno

    (Lps)

    Valoración

    Mejoras

    (Lps)

    Valoración

    Total

    ( Lempiras )

    DETALLE DE CASOS CUYAS AREAS EXPROPIADOS PRESENTAN REDUCCIONES POR DIVERSOS AJUSTES AL DISEÑO

    ZONAS: INTERCAMBIADOR ANILLO PERIFÉRICO, LA CUESTA, EL DURAZNO Y SANTA CRUZ. MAYO 2012

    INTERCAMBIADOR ANILLO PERIFÉRICO. SECCIÓN 1. (ZONA URBANA)

    No. CódigoLado

    D / I

    Estacionamiento

    Nombre Identificado / Referencia

  • Inicial Final M2 Vr2 M2 Vr2

    Topografía del Terreno, servicios y

    Facilidades Existentes

    Área de Afectación DISEÑO

    ORIGINAL

    Área de Afectación

    DISEÑO DEFINITIVO Valoración

    Terreno

    (Lps)

    Valoración

    Mejoras

    (Lps)

    Valoración

    Total

    ( Lempiras )

    No. CódigoLado

    D / I

    Estacionamiento

    Nombre Identificado / Referencia

    1 S1-176-VTM D 4+390 4+470 Sonia Lizeth Garmendia Mejia Terreno Irregular con Servicios Públicos 1,263.72 1,812.50 0.00 0.00 0.00 0.00 0.00

    2 S1-176A-T D 4+470 4+560 Propietario no identificado Terreno Irregular sin servicios Públicos 1,443.64 2,070.56 0.00 0.00 0.00 0.00 0.00

    3 S1-176B-T D 4+560 4+580 Propietario no identificado Terreno Irregular sin servicios Públicos 158.41 227.20 0.00 0.00 0.00 0.00 0.00

    4 S1-174A-T D 4+738 4+920 Propietario no identificado Terreno Irregular sin servicios Públicos 1,833.46 2,629.66 0.00 0.00 0.00 0.00 0.00

    5 S1-174-MO D Ana Montoya / Danilo Montes Mejora ubicada dentro del Dercho de Vía 0.00 0.00 0.00 0.00 0.00 0.00 0.00

    6 S1R-001-T D 5+880 6+070 John Arevalo/Comuneros Santa Cruz Terreno Irregular sin servicios Públicos 2,974.66 4,266.44 0.00 0.00 0.00 0.00 0.00

    Inicial Final M2 Vr2 M2 Vr2

    1 S1-144A-CT I 7+400 7+440María Antonia Flores Molina y José René Oliva

    Euceda (María Antonia de Oliva)Terreno Irregular con Servicios Públicos 564.87 810.17 420.00 602.39 105,418.25 0.00 105,418.25

    AREA TOTAL AFECTADA 0.00 0.00 0.00 0.00 105,418.25

    0.00 0.00 5,577.69

    CÓDIGO

    C

    T

    M

    V

    N

    O

    Negocio

    Otros Sección 1. (Tegucigalpa - Puente Río del Hombre), Carretera CA-5 Norte

    Lado Derecho / Lado Izquierdo

    Muro GRAN TOTAL TERRENOS Y MEJORAS

    SECCIÓN 1. ( US $. )36,800.53

    Vivienda

    Valoración

    Terreno

    (Lps)

    Valoración

    Mejoras

    (Lps)

    SIGNIFICADO DEL TIPO DE AFECTACIÓN GRAN TOTAL TERRENOS Y MEJORAS

    SECCIÓN 1. ( L. )718,346.41

    Cerco

    Terreno

    Valoración

    Total

    ( Lempiras )

    Sub Total Afectaciones

    La Cuesta y El Durazno

    ( L. )

    Sub Total Afectaciones

    La Cuesta (US $. ) ( Tasa cambiaria Mayo 2012: $ 1.00=L.19.52 )

    Topografía del Terreno, servicios y

    Facilidades Existentes

    Área de Afectación DISEÑO

    ORIGINAL

    Área de Afectación

    DISEÑO DEFINITIVO

    LA CUESTA (ZONA URBANA ) Y EL DURAZNO (ZONA SEMI-URBANA) SECCIÓN 1

    5+020

    SANTA CRUZ. SECCIÓN 1. (ZONA SEMI-URBANA)

    No. CódigoLado

    D / I

    Estacionamiento

    Nombre Identificado / Referencia

  • ainestrozaCuadro de textoANEXO 3

  • 1

    ADDENDUM No. 10

    TO THE

    AGREEMENT FOR

    Construction Works of Section 2 South Segment of the CA-5 North

    Highway

    between

    MCA-Honduras

    and

    Consortium Corporación M&S Internacional CA, S. A. / Constructora Santa Fe

    Limitada

    February 2012

  • 2

    This Addendum No. 10 (hereinafter called the “Addendum”) to the Agreement signed between the

    Millennium Challenge Account Honduras (MCA Honduras) and the Contractor Consortium

    Corporación M&S Internacional CA, S. A. / Constructora Santa Fe Limitada (hereafter called the

    “Contractor”) for the execution of certain Works known as Construction Works of the Section 2 South

    Segment of the CA-5 North Highway(hereafter called the “contract”), signed on September 25th

    ,

    2008, is made between the original parties on this 3rd

    day of the month of February, 2012.

    WHEREAS

    (a) MCA Honduras and the Contractor entered into a contract signed on September 25th, 2008, to execute the Construction Works of the Section 2 South Segment of the CA-5 North Highway.

    The original Contract Price was USD 48,442,216.44 and the Time for Completion was 24

    months.

    (b) In February 24th, 2010, the Addendum No. 1 was signed to modify the Bill of Quantities of the Contract.

    (c) In May 11th, 2010, the Addendum No. 2 was signed to modify the Time for Completion to 26 months and 21 days.

    (d) Addendum No. 3 was signed to consider revisions made by the Engineer of the quantities required by the Project.

    (e) In March 10th, 2011 the Addendum No. 4 was signed to increase the Time for Completion in 159 days due to DAB´s Decision about Referral No. 2, Exceptional Rains, Political Events (Curfew

    on September 2009) and additional works that affected the critical path of the Project. In this

    addendum the Bill of Quantities was also revised to include quantities actually required.

    (f) Addendums No. 5 and No. 6 were signed to reflect the consideration of the payments established by the DAB in decisions for Referrals No. 1, 3, 4 and 5.

    (g) Addendum No. 7 was signed to reflect in the Contract an extension of 101 days caused by additional works (Pedestrian Bridges) ordered by the Employer.

    (h) Addendum No. 8 was signed to consider revisions made by the Engineer of the quantities required by the Project.

    (i) Addendums No. 9 was signed to reflect the consideration of the payments established by the DAB in decision for Referrals No. 6.

    (j) The Contractor required an extension of the Time for Completion caused by additional work in the Change of Line Segment, specifically the protection of the slopes against the effects of

    precipitation, with Soil Nailing Procedure combined with the construction of a reinforced slab in

    the surface. It is important to mention that this works will guarantee the safety of the user of the

    highway.

  • 3

    (k) According to the MCC Procurement Guidelines, the extension of the Time for Completion regarding Addendums No. 7 and No. 10 represents 35.97% of the Original Contract (Threshold

    25%), so this addendum No. 10 requires the MCA Honduras Board of Directors’ Approval. The

    MCA Honduras Board of Directors gave the Approval on February 5th

    , 2012.

    NOW THEREFORE the parties hereto hereby agree to the following:

    1. Extend the Time for Completion in One Hundred Fifty Eight (158) calendar days in accordance with Clause 8.4 of the Contract, modifying the Clause 1.1.3.3. of the Appendix to Bid, which must

    be read as follows:

    Dates, Tests Periods and

    Completion

    1.1.3.3 Time for Completion from

    Commencement Date is:

    40 months and 19 days

    (Final Date: May 26th

    , 2012)

    Description of Contract Variations:

    Original Contract 48,442,216.44 24 months

    Addendum No. 1 18,230.25 --

    Addendum No. 2 0.00 2 months and 21 days

    Addendum No. 3 3,985,917.71 --

    Addendum No. 4 2,943,243.58 5 months and 9 days

    Addendum No. 5 1,051,906.06 --

    Addendum No. 6 1,036,999.41 --

    Addendum No. 7 0.00 3 months and 11 days

    Addendum No. 8 -826,897.70 --

    Addendum No. 9 620,876.67 --

    Addendum No. 10 0.00 5 months and 8 days

    Actual Contract +

    Claims Paid USD 57,478,513.45 40 months and 19 days

    The Contractor and MCA Honduras both acknowledge that if this new date set for the Time for

    Completion is not met by the Contractor, Delay Damages will be paid by the Contractor for the delay

    in completing the works as established under Sub-Clause 8.7.

  • 4

    Except as expressly set forth, nothing in this Addendum shall be deemed to amend or modify any other

    provision of the Contract.

    IN WITNESS WHEREOF, the Parties hereto have caused this Addendum to be signed in their

    respective names as of the day and year first above written.

    Signature:

    Name: Marco A. Bográn

    Capacity: General Director

    Authorized to sign on behalf of:

    Millennium Challenge Account Honduras

    (MCA Honduras)

    Signature:

    Name: Gabriel Farfán Cuervo

    Capacity: Legal Representative

    Authorized to sign on behalf of: Consortium

    Corporación M&S Internacional CA, S. A. /

    Constructora Santa Fe Limitada

  • 1

    PROGRAMA CUENTA DEL DESAFIO DEL MILENIO DE HONDURAS

    MCA HONDURAS

    INFORME AL CONSEJO DIRECTIVO DEL MCA HONDURAS

    Addendum No. 6

    Contrato de Construcción del Segmento I Sección 1 de la Carretera CA-5 Norte

    PRESENTADO POR:

    DIRECCION DE ADQUISICIONES

    Febrero 2012

  • 2

    I. Introducción

    La información que a continuación se presenta, resume la justificación y el nuevo alcance del contrato de

    Construcción del Segmento I Sección 1 de la Carretera CA-5 Norte.

    El Contrato fue suscrito el 10 de marzo de 2009 por un monto de USD 39,732,136.50, con base a las normas y

    procedimientos establecidos en el Convenio de la Corporación de Desafío del Milenio (MCC). El plazo de

    ejecución original fue de 24 meses.

    II. Generales del Programa MCA Honduras

    2.1 Convenio: Convenio Cuenta del Desafío del Milenio

    2.2 Objetivo:

    Reducción de la pobreza a través del desarrollo económico en Honduras;

    2.3 Monto (US$ millones)

    205.0 (MCC)

    130.0 (BCIE)

    2.4 Fecha de suscripción:

    13 de junio de 2005 (MCC)

    3 de octubre de 2008 (BCIE)

    2.5 Fecha de ratificación

    por el Congreso

    Nacional

    30 de agosto de 2005 (MCC)

    23 de septiembre de 2008 (BCIE)

    2.6 Fecha de publicación en Diario La Gaceta

    21 de Septiembre del 2005 (MCC)

    9 de diciembre de 2008 (BCIE)

    III. Presupuesto de Administración y Control del Programa

    3.1 Administración del

    Programa

    El Presupuesto para la Construcción del Segmento I Sección 1 de la

    Carretera CA-5 Norte.

    IV. Generales de la Actividad

    4.1 Actividad:

    Construcción del Segmento I Sección 1 de la Carretera CA-5 Norte.

    4.2 Objetivo

    4.3 Servicios adicionales

    requeridos

    Pavimentar con Concreto Asfáltico y ampliar la sección transversal de la

    Carretera CA-5 Norte desde la salida de Tegucigalpa hasta el Puente en el

    Río del Hombre, con respectivas obras de drenaje mayor y menor,

    señalización vertical y horizontal, implementando medidas de mitigación

    ambiental.

    No Aplica.

  • 3

    V. Variación al Plazo y/o Monto del Contrato

    5.1 Variación al Monto de las

    Obras Contratadas

    La variación en monto al aprobarse la Adenda No. 6 sería de

    USD 10,045,856.86, que representa un 25.28% en relación al Contrato

    original, por lo que se requiere aprobación del Consejo Directivo

    (Umbral: 10%). A continuación el detalle de las variaciones al monto del

    Contrato a la fecha:

    Addendum No. 1 0.00

    Addendum No. 2 USD 3,295,380.78

    Orden de Variación No. 1 0.00

    Addendum No. 3 USD 7,008,453.26

    Addendum No. 4 USD 3,734,321.41

    Addendum No. 5 USD 0.00

    Addendum No. 6 USD 10,045,856.86

    Total USD 63,816,148.80

    5.2 Plazo de Ejecución

    La variación en tiempo al aprobarse la Adenda No. 6 sería 1.5 meses que

    representa un 6.25% (Umbral: 25%). A continuación el detalle de las

    variaciones del plazo del Contrato a la fecha:

    Addendum No. 1 0.00

    Addendum No. 2 0.00

    Orden de Variación No. 1 0.00

    Addendum No. 3 3.00 meses

    Addendum No. 4 0.00

    Addendum No. 5 0.00

    Addendum No. 6 1.50 meses

    Total 28.5 meses

    5.3 Recomendación

    Por haberse superado el umbral de monto, se recomienda solicitar la

    aprobación por parte del Consejo Directivo previo a la firma del

    Addendum No. 6 al Contrato suscrito con el Contratista Eterna S. A.

    VI. Justificaciones

    Realizar una revisión general del Proyecto para incluir los elementos indispensables para una carretera de alto nivel con funcionalidad

    urbana.

    Realizar obras necesarias para el tratamiento de fallas que han aparecido en el Proyecto.

    El Ingeniero (Supervisor) ha realizado análisis que demuestran que es más conveniente la utilización del sistema de pavimentación conocido

    como Whitetopping en una longitud aproximada de 9.1 Km en dos

    carriles.

    La partida de Administración Delegada debe ser incrementada debido a que por su naturaleza, muchos trabajos especiales deben ser

    implementados bajo este concepto, por no tener un ítem de pago

    contenido en el Cuadro de Cantidades.

  • 4

    Como consecuencia del incremento de obra de este Addendum No. 6 y un análisis del Programa de Trabajo, se ha determinado que la ruta

    crítica del Proyecto se afecta directamente, requiriéndose un

    incremento de 45 días calendario (1.5 meses) sobre el plazo de

    terminación aprobado en Addendum No. 3.

    El Contratista y el Empleador, apoyados en la revisión del Ingeniero,

    han acordado modificar la Cláusula 8.7 para definir los Bonos Interino

    y de Terminación Temprana, con una mejor propuesta en términos

    financieros.

    VII. Aprobación para firma de Addendum

    Por lo anterior, el MCA Honduras solicita la correspondiente aprobación por parte del Consejo Directivo para la

    firma del Addendum No. 6 al Contrato de Construcción del Segmento I Sección 1 de la Carretera CA-5 Norte,

    con el Contratista Eterna S. A.

  • ADDENDUM No. 6

    TO THE

    AGREEMENT FOR

    Construction Works for Section 1 of the South Segment of the CA-5

    North Highway

    between

    MCA-Honduras

    and

    Eterna, S. A.

    February 2012

  • 2

    This Addendum No. 6 (hereinafter called the “Addendum”) to the Agreement signed between the

    Millennium Challenge Account Honduras (Employer or MCA Honduras) and the Contractor Eterna

    S. A. for the execution of certain Works known as Construction Works for Section 1 of the South

    Segment of the CA-5 North Highway, signed on March 10th

    , 2009, (hereafter called the “Contract”) is

    made between the original parties on this 23rd

    day of the month of February, 2012.

    WHEREAS

    (a) MCA Honduras and the Contractor entered into a contract signed on March 10th, 2009, to execute the Construction Works for the Section 1of the South Segment of the CA-5 North Highway. The

    contract amount was USD 39,732,136.50.

    (b) The Addendum No. 1 was signed on June 17th, 2010 to modify the number of DAB members.

    (c) The Addendum No. 2 was signed on October 15th, 2010 to make a revision of the Bill of Quantities in order to attend a revision of the Project by the Supervisor. The Contract Price was

    increased to USD 43,027,517.28.

    (d) The Variation Order No. 1 was signed on December 7th, 2010 to make a balance in the Bill of Quantities with no increase on the Contract Price nor the execution time, and perform an

    adjustment for items of the Project.

    (e) The Addendum No. 3 was signed on May 18th, 2011 to modify the Bill of Quantities and extend the Time for Completion in 3 additional months, due to the revision of Engineer that identified

    actual requirements of the Project and the increase of quantities for new works. Also the Contract

    was modified to allow the Contractor substitute the Retention Money with a bank guarantee and

    to add new materials to the list of Plant and Materials Intended for the Works. The Contract Price

    was increased to USD 50,035,970.54.

    (f) The Addendum No. 4 was signed on May 18th, 2011 to modify the Bill of Quantities in order to integrate to the Contract the amount of the Claim No. 1, which was approved by the DAB and

    calculated/determined by the Engineer. The Contract Price was increased to USD 53,770,291.95.

    (g) During the execution of the Project, the Engineer is constantly performing revisions to update the measurement of the works and to identify the activities actually needed. On July 22

    nd, 2011, the

    Addendum No. 5 was signed to define a revision of the construction concepts and quantities of

    the Project, without increase of the Contract Price.

    (h) A new revision of the Project was made by the Engineer. Following are the work activities that the Engineer considers now are subject to modification:

    Earthworks: This concept has been increased due to the saturation of the existing soil in the Project area, as well as in the cut slopes as and below the existing pavement structure product

    of the constant rains of September and October 2011, the concepts that were the most

    increased are Removal of rock or soil falls, Sub-Excavation and therefore a great part of the

    concept of Borrow excavation and Overhauling.

  • 3

    Pavement Works: During construction it was found that it was technically and economically inconvenient the application of layers of asphalt, milling and recycling the

    existing pavement; also it was not considered the subbase layers of leveling the ground due

    to irregularity in the existing pavement, so it was necessary to modify and enhance different

    concepts of work.

    This concept is modified by the addition of three new items that are required for long-term

    functionality of the pavement structure except for the item milling on existing surface, which

    is required to improve the adhesion of the new structure to be built with the existing one.

    As well it is considered a change of the asphaltic pavement to cement concrete pavement

    (Whitetopping) above the existing lane between the stations 2+100 to 10+800.

    Drainage Works: The items Reinforced Concrete Pipe 30" Type III and Reinforced Concrete Pipe 36" Type III are increased in the new design by the Engineer, because these

    include the constructions of a rain water collection system located on the central axis of the

    way, especially in the section between stations 0+000 and 0+800, 2+100 and 5+700 that is

    considered as an urban area, also the drainage works that need masonry and in some cases

    demolition of existing structures are also increased.

    Related Works and Services: This concept is increased because of the claim by the contractor related to the change in geometry and hence the change in the price of the

    Concrete Curb (item #46) this item is replaced by the Concrete curb and Gutter (210 kg/cm2)

    + Reinforcing Steel; with new dimensions geometry and new price per m3., the concept that

    ins increased as well is Retaining walls (large stone masonry) especially in the section

    between stations 0+000 and 0+800, due to the need of adjusting to the new geometric

    design.

    Installation and Relocation of Poles and Electrical Lines: This concept is modified because where pedestrian bridges are located it has been necessary to use taller

    self-supporting poles, as well as due to the comprehensive review of all the electrical design

    of the highway.

    Bridge Works: The whole number of items of the bridges over the Rivers: La Presa, Frio and Del Hombre, are closed to the total amount built in the Project because these structures

    were completed to 100%, also in the case of the pedestrian bridges, that are built in a 95 %,

    the only change being made is the inclusion of the new concept Metal Handrails with Metal

    handrails with 2" GI Lightweight Tube, which are least exposed to be robbed.

    Box Culvert: El Durazno Interchange: This concept is modified because it is included as an indispensable part of the design of the interchange the item Mechanically Stabilized

    Retaining wall 0-10m Bloq Face, which will be built to serve as a retaining wall and slope

    protection of the ramp that exit the Concrete Box structure.

    Works required due to Geological Faults: This is a new item that is included into the Contract with the need to rehabilitate the area required for the construction of two new lanes

  • 4

    under the new design geometry, which was prepared by the Engineer as a result of geological

    faults that have been activated in specific project areas in Km 6 and 8.

    Dayworks: This concept must to be increased because of eventual works that have been encountered during the execution of the Contract, and in accordance of their nature cannot be

    consider for payment under the prices content in the Bill of Quantities. The Engineer

    foresees that these types of works will continue appearing in the rest of the Project, so a

    financial reserve shall be consider. The expected works to be paid under Dayworks can be

    compensation works for the people affected by the construction, relocation of potable water,

    geological surveys, special drain structures, reconstruction of wells, purchasing and storage

    of special material among others.

    (i) The balance between the amounts for increased and decreased quantities of contracted items, and the new items results in a total increase of USD 10,045,856.86.

    (j) The Contractor requested an extension of the Time for Completion caused by the additional works ordered in this Addendum No. 6. The Engineer evaluated the request of the Contractor and

    determined an extension of 45 calendar days as result of the Program analysis.

    (k) The Employer and the Contractor have accorded that the increase in the Contract Price pursuant this Addendum No. 6 and other subsequent addendums, shall not be consider for Interim Bonus

    nor Early Completion Bonus established in Clause 8.7 of the Contract (Appendix to Bid).

    (l) According to the MCC Procurement Guidelines, as this addendum increases the Contract Price in USD 10,045,856.86 that represents 25.28% of the Original Contract (Threshold 10% for value),

    this Addendum requires the MCA Honduras Board of Directors’ approval. The MCA Honduras

    Board of Directors gave the approval on February 23rd

    , 2012.

    NOW THEREFORE the parties hereto hereby agree to the following:

    1. The Bill of Quantities is substituted by the revised Bill of Quantities attached to this Addendum.

    Contract price + Claims to Date:

    (In words): Sixty Three Million Eight Hundred Sixteen Thousand One Hundred Forty

    Eight Dollars of the United States of America with Eighty Cents.

    (In figures): USD 63,816,148.80

  • 5

    Description of Contract Variations:

    Original Contract 39,732,136.50 24 months

    Addendum No. 1 0.00 --

    Addendum No. 2 3,295,380.78 --

    Variation Order No. 1 0.00 --

    Addendum No. 3 7,008,453.26 3 months

    Addendum No. 4 3,734,321.41 --

    Addendum No. 5 0.00 --

    Addendum No. 6 10,045,856.86 1.5 months

    Contract Price + Claims

    Pursuant to Addendum No. 6 63,816,148.80 28.5 months

    2. Extend the Time for Completion in Forty Five (45) calendar days in accordance with Clause 8.4 of the Contract, modifying the Clause 1.1.3.3 of the Appendix to Bid, which must be read as

    follows:

    Dates, Test Periods and Completion:

    Time for Completion from Commencement Date is: 28.5 months

    (Completion Date: October 31st, 2012)

    3. Modify the Clause 8.7 of the Appendix to Bid, which must be read as follows:

    Delay Damages

    Delay Damages shall be in the amount of: 0.045% per day, calculated from the final Contract

    Price excluding the value of claims and other provisional sum.

    Early Completion Bonus

    The Contractor shall be paid a Bonus calculated at the rate of 0.045% of the Contract Price

    approved in Addendum No. 5 excluding the value of claims and other provisional sum

    (USD 50,035,970.54), for each day that the Completion is earlier than the Intended

    Completion Date. The Engineer shall certify that the Works are complete, although that they

    may not be due to be complete.

    The maximum amount of Early Completion Bonus shall be three percent (3%) of the

    Contract Price approved in Addendum No. 5 excluding the value of claims and other

    provisional sum (USD 50,035,970.54).

    The increase of the Contract Price in this addendum No. 6 and other subsequent addendums

    shall not be considered for calculation of the Early Completion Bonus.

    The Employer shall pay to the Contractor the Early Completion Bonus in the 30 days after

    the emission of the Taking-Over Certificate.

  • 6

    Interim Delay Penalties for the Works

    Interims Delay Penalties shall be applied to the Contractor as follows:

    25% of the under-execution compared to the corresponding programmed monthly

    disbursement, only when the cumulative under-execution (Excluding the retention of the

    Advance Payment for Mobilization) is below the lower limit of the predetermined fluctuation

    envelope.

    Fluctuation Envelope is the band defined by the lower and upper limits, equivalent to the

    Programmed Accumulated Disbursements (PAD) ± the lowest absolute value between: 20%

    of the PAD or 5% of the Contract Price approved in Addendum No. 5 excluding the value of

    claims and other provisional sum.

    The cumulative Interim Delay Penalties will be balanced against the cumulative Interim

    Bonuses, corresponding to the Works approved by the Engineer from the Interim Payment

    Certificate No. 1 (July 2010) to Interim Payment Certificate No. 18 (December 2011).

    Interim Payment Certificate No. 19 and the subsequent ones until the Completion Date will

    not be considered for calculation of the Interim Delay Penalties.

    The cumulative Interim Delay Penalties and the cumulative Interim Bonuses shall be

    balanced after signed this Addendum No. 6.

    Interim Bonuses for the Works

    Interims Bonuses shall be paid to the Contractor as follows:

    25% of the over-execution compared to the corresponding programmed monthly

    disbursement, only when the cumulative over-execution (Excluding the retention of the

    Advance Payment for Mobilization) is above the upper limit of the predetermined fluctuation

    envelope.

    Fluctuation Envelope is the band defined by the lower and upper limits, equivalent to the

    Programmed Accumulated Disbursements (PAD) ± the lowest absolute value between: 20%

    of the PAD or 5% of the Contract Price approved in Addendum No. 5 excluding the value of

    claims and other provisional sum.

    The cumulative Interim Delay Penalties will be balanced against the cumulative Interim

    Bonuses, corresponding to the Works approved by the Engineer from the Interim Payment

    Certificate No. 1 (July 2010) to Interim Payment Certificate No. 18 (December 2011).

    Interim Payment Certificate No. 19 and the subsequent ones until the Completion Date will

    not be considered for calculation of the Interim Bonuses.

    The cumulative Interim Delay Penalties and the cumulative Interim Bonuses shall be

    balanced and pay after signed this Addendum No. 6.

  • 7

    4. Add to the Technical Specification of the Contract, the Specification ETS-50 Cement Concrete Pavement Whitetopping, which is attached to this addendum.

    Except as expressly set forth, nothing in this Addendum shall be deemed to amend or modify any other

    provision of the Contract.

    IN WITNESS WHEREOF, the Parties hereto have caused this Addendum to be signed in their

    respective names as of the day and year first above written. Signature: Name: Marco A. Bográn

    Capacity: General Director

    Authorized to sign on behalf of: Millennium Challenge Account Honduras (Employer)

    Signature: Name: Denis Erazo León Capacity: Legal Representative

    Authorized to sign on behalf of: Eterna S. A. (Contractor)

  • 8

    CONSTRUCTION WORKS FOR SECTION 1 OF THE SOUTH SEGMENT OF

    THE CA-5 NORTH HIGHWAY

    BILL OF QUANTITIES

    (FOR ADDENDUM No. 6)

    Nº Item Description Unit

    Increased or

    Decreased

    Quantities

    Final

    Quantity

    Unit Price

    (USD)

    Total

    (USD)

    GENERAL ACTIVITIES

    1 ETS-02 Project Identification Boards Unit

    2.00 733.00 1,466.00

    Sub-Total 1,466.00

    EARTHWORKS

    2 201 Cleaning and Grubbing Ha 14.00 74.00 6,609.00 489,066.00

    3 203.01.I(1) Common Excavation m3 1,060,000.00 4.20 4,452,000.00

    4 203.01.I(2) Rock Excavation m3 15,000.00 317,314.20 10.90 3,458,724.78

    5 203.03 Removal of rock or soil falls m3 15,000.00 30,000.00 2.53 75,900.00

    6 ETS-

    09.03.01 Sub-Excavation m3 15,000.00 184,000.00 3.73 686,320.00

    7 ETS-11 Borrow excavation m3 80,000.00 241,300.00 6.82 1,645,666.00

    8 205 Overhauling m3-Km. 300,000.00 2,200,000.00 0.36 792,000.00

    Sub-Total 11,599,676.78

    PAVEMENT WORKS

    9 ETS-13.03 Subgrade improvement m3 21,295.80 79,295.80 15.87 1,258,424.35

    10 ETS-30 Granular Sub base m3 -5,500.00 15,860.00 17.11 271,364.60

    11 ETS-31 Crushed stone base stabilized with

    cement m3 41,422.44 219,125.44 22.50 4,930,322.40

    12 ETS-32 Recycled Base stabilized with cement m3 -8,000.00 6,600.00 6.77 44,682.00

    12a 409 Milling performance of existing

    pavement m2 56,000.00 56,000.00 0.65 36,400.00

    13 ETS-33 Cement for base stabilization Kg -1,910,000.00 13,090,000.00 0.157 2,055,130.00

    14 ETS-34 Bituminous Priming Gallon 14,000.00 139,100.00 4.02 559,182.00

    15 ETS-35 Asphalt concrete (hot mix) 5.5%

    asphalt concrete content Ton -19,200.00 95,105.80 98.70 9,386,942.46

    16 ETS-35.1 Asphalt Cement for adjustment in

    cost due to variation in the asphalt

    cement content (+/-) 0.1%

    Ton 1.00 1.02 1.02

    17 ETS-38 Cement Concrete Pavement m3 13,300.00 154.90 2,060,170.00

    17a ETS-50 Cement Concrete Pavement

    Whitetopping m

    3 22,031.51 22,031.51 216.90 4,778,634.52

    17b ETS-38.02.08

    Concrete Joint Sealing ml 51,230.00 51,230.00 2.17 111,169.10

    17c 602(2) Reinforcing Steel 2,800 kg/cm²

    (Slabs) kg 30,000.00 30,000.00 1.86 55,800.00

    Sub-Total 25,548,222.45

    CONCRETE BOX CULVERTS

    18 206.03 Structural Excavation m3

    2,349.28 15.53 36,484.32

    19 602(2) Reinforcing Steel 2,800 kg/cm² Kg

    54,676.63 1.86 101,698.53

  • 9

    Nº Item Description Unit

    Increased or

    Decreased

    Quantities

    Final

    Quantity

    Unit Price

    (USD)

    Total

    (USD)

    20 601(2) Concrete f'c = 210 kg/cm² m3

    463.76 243.18 112,777.16

    Sub-Total 250,960.01

    DRAINAGE WORKS

    21 202.02(C) Removal of existing pipes m 1,000.00 30.20 30,200.00

    22 ETS-

    14.04(a) Culvert Cleaning m 400.00 11.42 4,568.00

    23 603(21)-24" Reinforced Concrete Pipe 24" Type III m 2,478.00 100.08 247,998.24

    24 603(21)-30" Reinforced Concrete Pipe 30" Type III m 1,200.00 6,295.00 143.63 904,150.85

    25 603(21)-36" Reinforced Concrete Pipe 36 Type III m 800.00 4,800.00 194.87 935,376.00

    26 603(21)-42" Reinforced Concrete Pipe 42" Type III m 72.00 227.55 16,383.60

    270 603(21)-60” Reinforced Concrete Pipe 60" Type III m 10.00 541.38 5,413.80

    27 603(21)-72" Reinforced Concrete Pipe 72" Type III m 140.00 618.09 86,532.60

    28 ETS-15-(60) Rehabilitation and Protection of

    Corrugated Metal Pipe, Diam 60” m 65.00 256.61 16,679.65

    29 ETS-15-(72) Rehabilitation and Protection of

    Corrugated Metal Pipe, Diam 72” m 130.00 200.00 293.27 58,654.00

    30 202.02 (B) Demolition of Existing structures m3 2,000.00 10,160.00 20.69 210,210.40

    31 603(31) Pipe Culvert excavation h>3.00 m m3 2,500.00 4.40 11,000.00

    32 604(1) Manhole Unit 16.00 46.00 756.56 34,801.76

    33 604(2)-B-1 Catch Basin type B-1 Unit 22.00 476.60 10,485.20

    34 604(2)-B-2 Catch Basin type B-2 Units 90.00 218.00 1,250.20 272,543.60

    35 604(6) Metal Frame and cover Pair 26.00 46.00 337.26 15,513.96

    36 ETS-

    14.04(b)

    Channel Excavation at culvert

    entrance and outlet m3 500.00 9,050.00 4.36 39,458.00

    37 610(2) Stone masonry structures Class A m3 2,000.00 5,330.00 91.76 489,080.80

    38 ETS-17 Stone Lining (Rip Rap) m2 -500.00 - 15.35 -

    39 622.(5) Drain Lining (concrete) m2 15,000.00 43,075.23 19.65 846,428.27

    40 ETS-19 Sub drainage m 8,000.00 54.53 436,240.00

    271 ETS-19 Sub drainage 6" m 1,000.00 6,600.00 43.72 288,552.00

    Sub-Total 4,960,270.73

    RELATED WORKS AND SERVICES

    41 ETS-26.01 River beds Cleaning m2 -12,000.00 - 2.24 -

    42 ETS-20.08 Retaining walls (large stone masonry) m3 1,200.00 17,284.00 177.09 3,060,823.56

    42a 206.03 Structural Excavation Retainig Walls m3 9,000.00 9,000.00 18.18 163,620.00

    43 630(1) Gabions m3 1,000.00 54.92 54,920.00

    44 630(2) Gabions Reno Type (9 inch thickness) m2 -500.00 - 19.89 -

    45 609(1) Concrete curbs (210 kg/cm2) m3 180.00 252.38 45,428.40

    46 609(3) Concrete curb and Gutter (210

    kg/cm2) m3 - 202.64 -

    46a 609(3) Concrete “Bordillo Integral” m3 1,200.00 2,700.00 327.18 883,386.00

    303 609(3) Concrete curb and Gutter (210

    kg/cm2) + Reinforcing Steel m3 - 320.00 -

    47 608(1) Concrete sidewalk 8 cm thick (180

    kg/cm2) m3 700.00 188.96 132,272.00

  • 10

    Nº Item Description Unit

    Increased or

    Decreased

    Quantities

    Final

    Quantity

    Unit Price

    (USD)

    Total

    (USD)

    47 a 608(1) Concrete 8 cm thick (f'c=180 kg/cm2) m3 400.00 400.00 188.96 75,584.00

    48 ETS-39 Unreinforced Concrete barriers (180

    kg/m2) (half New Jersey) m 1,000.00 65.99 65,990.00

    49 ETS-29 Bus Station stands Unit -18.00 - 3,299.30 -

    50 ETS-

    07.08.02 Barbed wire fence m 33,000.00 4.55 150,150.00

    51 ETS-07.02 Trench Excavation and backfilling for

    optic fiber and other service

    installations or relocation

    m3 8,000.00 6.56 52,480.00

    Sub-Total 4,684,653.96

    INSTALLATION AND RELOCATION OF POLES AND ELECTRICAL LINES

    52 ETS-

    08.03.02.(1) Primary StructureA-I-1 Unit 12.00 107.48 1,289.76

    53 ETS-

    08.03.02.(2) Primary StructureA-I-2 Unit 11.00 150.81 1,658.91

    54 ETS-

    08.03.02.(3) Primary StructureA-I-3 Unit 1.00 80.79 80.79

    55 ETS-

    08.03.02.(4) Primary StructureA-I-4 Unit 48.00 104.48 5,015.04

    56 ETS-

    08.03.02.(5) Primary StructureA-I-5 Unit 3.00 220.62 661.86

    57 ETS-

    08.03.02.(6) Primary StructureA-I-6 Unit 1.00 177.80 177.80

    58 ETS-

    08.03.02.(7) Primary StructureA-I-7 Unit 1.00 163.48 163.48

    59 ETS-

    08.03.02.(8) Primary StructureA-II-1 Unit 9.00 276.39 2,487.51

    60 ETS-08.03.02.(9)

    Primary StructureA-II-2 Unit 7.00 382.78 2,679.46

    61 ETS-

    08.03.02(10) Primary StructureA-II-3 Unit 1.00 182.76 182.76

    62 ETS-

    08.03.02(11) Primary StructureA-II-4 Unit 19.00 315.12 5,987.28

    63 ETS-

    08.03.02(12) Primary StructureA-II-5 Unit 4.00 536.85 2,147.40

    64 ETS-08.03.02(13)

    Primary StructureA-II-6 Unit 4.00 680.78 2,723.12

    65 ETS-

    08.03.02(14) Primary StructureA-II-7 Unit 1.00 420.26 420.26

    66 ETS-08.03.02 (14)(a)

    Primary Structure A-III-ER Unit - 465.07 -

    67 ETS-

    08.03.02.(15) Primary StructureA-III-1 Unit -6.00 40.00 290.72 11,628.80

    68 ETS-08.03.02.(16)

    Primary StructureA-III-2 Unit -9.00 18.00 510.44 9,187.92

    69 ETS-

    08.03.02.(17) Primary StructureA-III-3 Unit - 238.54 -

    70 ETS-08.03.02.(18)

    Primary StructureA-III-4 Unit -1.00 23.00 398.28 9,160.44

    71 ETS-

    08.03.02.(19) Primary StructureA-III-5 Unit -9.00 18.00 709.69 12,774.42

    72 ETS-08.03.02(19)(a)

    Primary StructureA-III-5V Unit 1.00 739.23 739.23

    73 ETS-

    08.03.02.(20) Primary StructureA-III-6 Unit - 799.12 -

    74 ETS-08.03.02.(21)

    Primary StructureA-III-7 Unit - 602.99 -

    75 ETS-

    08.03.03(21)(a) Primary StructureA-3 ER Unit - 632.08 -

    76 ETS-08.03.02.(21)(b)

    Primary StructureA-III-3 ER Unit - 650.09 -

    77 ETS-

    08.03.02.(21c) Primary Structure ER Unit - 636.41 -

  • 11

    Nº Item Description Unit

    Increased or

    Decreased

    Quantities

    Final

    Quantity

    Unit Price

    (USD)

    Total

    (USD)

    78 ETS-

    08.03.02.(22) Primary Structure B-I-1 Unit 298.00 26.62 7,932.76

    79 ETS-08.03.02.(23)

    Primary Structure B-I-2 Unit -6.00 323.00 26.32 8,501.36

    80 ETS-

    08.03.02.(24) Primary Structure B-I-3 Unit -67.00 761.00 59.71 45,439.31

    81 ETS-08.03.02.(25)

    Primary Structure B-II-1A Unit 54.00 62.82 3,392.28

    82 ETS-

    08.03.02.(26) Primary Structure B-II-2A Unit 29.00 71.13 2,062.77

    83 ETS-08.03.02.(27)

    Primary Structure B-II-3A Unit 10.00 73.83 738.30

    84 ETS-

    08.03.02.(28) Primary Structure B-II-4A Unit 1.00 75.46 75.46

    85 ETS-08.03.02.(29)

    Primary Structure B-II-1B Unit 1.00 75.81 75.81

    86 ETS-

    08.03.02.(30) Primary Structure B-II-2B Unit 1.00 79.41 79.41

    87 ETS-08.03.02.(31)

    Primary Structure B-II-3B Unit 1.00 81.04 81.04

    272 ETS-

    08.03.02.(32) Primary Structure ER-III-1 Unit 179.00 467.58 83,696.82

    273 ETS-08.03.02.(33)

    Primary Structure ER-III-2 Unit 90.00 741.40 66,726.00

    274 ETS-

    08.03.02.(34) Primary Structure ER-III-4 Unit 3.00 646.14 1,938.42

    275 ETS-

    08.03.02.(35) Primary Structure ER-III-5 Unit 37.00 1,001.20 37,044.40

    276 ETS-

    08.03.02.(36) Primary Structure ER-III-6 Unit 11.00 1,316.53 14,481.83

    277 ETS-

    08.03.02.(37) Primary Structure ER-III-7 Unit 4.00 945.91 3,783.64

    88 ETS-08.02.02 Primary Line 1/0, ACSR 1 phase m 1,400.00 2.83 3,962.00

    89 ETS-08.02.07 Primary Line 1/0, ACSR 2 phase m 1,000.00 5.65 5,650.00

    90 ETS-08.02.08 Primary Line 1/0, ACSR 3 phase m 1,000.00 8.47 8,470.00

    91 ETS-08.02.09 Primary Line 3/0, ACSR 1 phase m -1,000.00 - 4.94 -

    92 ETS-08.02.10 Primary Line 3/0, ACSR 2 phase m -1,000.00 - 9.90 -

    93 ETS-08.02.11 Primary Line 3/0, ACSR 3 phase m -6,171.00 16,249.00 14.87 241,622.63

    93a ETS-08.02.14 Primary Line 556, ACR 3 phase m -2,000.00 31,573.00 7.51 237,113.23

    278 ETS-08.02.13 Secondary Line 1/0, WP 2 phase (2

    Hilos) m 700.00 700.00 77.64 54,348.00

    94 ETS-08.02.12 Conductor m -3,720.00 400.00 2.30 920.00

    95 ETS-08.03.06 L-100 (Luminaria de sodio 100 watts) Unit 100.00 292.47 29,247.00

    96 ETS-08.03.06.(a)

    L-cobra Unit 150.00 410.95 61,642.50

    97 ETS-

    08.03.06.(b) Concrete Pole, 25 feet M-C-33 Unit - 336.47 -

    98 ETS-08-03.01 Concrete Pole, 30 feet M-C-34 Unit 2.00 374.37 748.74

    99 ETS-08.03.02 Concrete Pole, 25 feet M-C-35 Unit 10.00 355.43 3,554.30

    100 ETS-08.03.03 Concrete Pole, 40 feet M-C-40 Unit 433.00 1,091.85 472,771.05

    101 ETS-

    08.03.03.(a) Concrete Pole, 45 feet M-C-41 Unit 429.00 1,660.54 712,371.66

    101a ETS-08.03.03.(a)

    Concrete Pole, 50 feet M-C-41 Unit 12.00 12.00 4,537.27 54,447.24

    101b ETS-

    08.03.03.(a) Concrete Pole, 45 feet auto support Unit 8.00 8.00 4,045.47 32,363.76

    102 ETS-08.03.05.01

    Simple Retention E-I-1 Unit -5.00 207.00 147.47 30,526.29

  • 12

    Nº Item Description Unit

    Increased or

    Decreased

    Quantities

    Final

    Quantity

    Unit Price

    (USD)

    Total

    (USD)

    103 ETS-

    08.03.05.02 Simple Retention E-I-2 Unit -31.00 258.00 174.94 45,134.52

    104 ETS-08.03.05.03

    Simple Retention E-I-3 Unit -11.00 54.00 487.68 26,334.72

    105 ETS-

    08.03.05.04 Simple Retention E-I-4 Unit 47.00 217.60 10,227.20

    106 ETS-08.03.05.05

    Simple Retention E-I-5 Unit 14.00 636.92 8,916.88

    107 ETS-

    08.03.07.01 Transformer, 15.0 kva, 120/240 v Unit 2.00 3,460.55 6,921.10

    108 ETS-08.03.07.01.(b)

    Transformer, 25.0 kva, 120/240 v Unit 10.00 3,534.52 35,345.20

    109 ETS-

    08.03.07.02 Transformer, 37.5 kva, 120/240 v Unit 1.00 4,029.23 4,029.23

    110 ETS-08.03.07.02.(a)

    Tower A+6 Unit 1.00 29,751.42 29,751.42

    111 ETS-

    08.03.07.02.(b) Tower A+3 Unit 1.00 29,751.42 29,751.42

    112 ETS-08.03.07.02.(c)

    Tower A+0 Unit 1.00 29,751.42 29,751.42

    113 ETS-

    08.03.07.03

    Existing Electric Lines and Poles

    Relocation Glb 1.00 27,012.08 27,012.08

    113a ETS-

    08.03.05.06 Grounding m 60.00 60.00 67.98 4,078.80

    279 ETS-

    08.03.08 Cutout 100amp, 34.5kv Unit 30.00 344.98 10,349.40

    280 ETS-

    08.03.05.06 Hilo Guarda m 17,000.00 2.84 48,280.00

    281 ETS-

    08.03.06(b) Foto control 60amp Unit 10.00 30.00 479.34 14,380.20

    Sub-Total 2,625,237.84

    RELOCATION OF TELEPHONE LINES

    114 ETS-47.(17) Flexible Duct m -8,954.80 15,045.20 5.40 81,244.08

    115 ETS-47.(18) Wooden Pole 25 Fts Supply and

    Installation Unit

    - 283.50 -

    116 ETS-47.(19) Wooden Pole 30 Fts Supply and

    Installation Unit

    - 335.53 -

    117 ETS-47.(20) Aerial Cupper Cable 200/24 F8

    Supply and Installation m

    - 46.82 -

    118 ETS-47.(21) Aerial Cupper Cable 150/24 F9

    Supply and Installation m

    - 36.92 -

    119 ETS-47.(22) Aerial Cupper Cable 100/24 F10

    Supply and Installation m

    - 32.06 -

    120 ETS-47.(23) Aerial Cupper Cable 70/24 F11

    Supply and Installation m

    - 28.81 -

    121 ETS-47.(24) Aerial Cupper Cable 50/24 F12

    Supply and Installation m

    - 27.56 -

    122 ETS-47.(25) Aerial Cupper Cable 300/24 F13

    Supply and Installation m

    - 79.24 -

    123 ETS-47.(26) Aerial Cupper Cable 200/24 F14

    Supply and Installation m

    - 73.39 -

    124 ETS-47.(27) Retention Supply and Installation Unit

    - 217.61 -

    125 ETS-47.(28) Connectors Supply and Installation Unit

    - 30.54 -

    126 ETS-47.(29) Subscribers Installation Unit

    - 1.45 -

    127 ETS-47.(30) Removal of cables and poles from

    right of way Gbl

    - 22,439.45 -

    Sub-Total 81,244.08

  • 13

    Nº Item Description Unit

    Increased or

    Decreased

    Quantities

    Final

    Quantity

    Unit Price

    (USD)

    Total

    (USD)

    REPLACEMENT OF POTABLE WATER AND SANITARY SEWER SERVICES

    128 ETS-07.06(4)

    4" GI Potable Water Pipe

    w/accessories m

    800.00 62.75 50,200.00

    129 ETS-

    07.06(5)

    6" GI Potable Water Pipe

    w/accessories m

    70.00 198.87 13,920.90

    130 ETS-

    07.06(13)

    8" GI Potable Water Pipe

    w/accessories m

    64.00 355.41 22,746.24

    131 ETS-

    07.06(6)

    4" HDS Sanitary Sewer Pipe

    w/accessories m

    30.00 21.72 651.60

    132 ETS-

    07.06(7)

    6" HDS Sanitary Sewer Pipe

    w/accessories m

    20.00 29.17 583.40

    133 ETS-07.06(8)

    8" HDS Sanitary Sewer Pipe m

    20.00 42.83 856.60

    134 ETS-

    07.06(9) Anchorages Unit

    30.00 125.26 3,757.80

    135 ETS-07.06(14)

    4” GI Strap Unit

    2.00 52.79 105.58

    136 ETS-

    07.06(15) 6” GI Strap Unit

    2.00 175.96 351.92

    137 ETS-07.06(16)

    8” GI Strap Unit

    2.00 351.93 703.86

    138 ETS-

    07.06(17) 4” GI Elbow Unit

    2.00 26.39 52.78

    139 ETS-

    07.06(18) 6” GI Elbow Unit

    2.00 153.97 307.94

    140 ETS-

    07.06(19) 8” GI Elbow Unit

    3.00 322.60 967.80

    141 ETS-

    07.06(20) 4” GI, Tee Unit 10.00 -

    142 ETS-

    07.06(21) 6” GI, Tee Unit

    2.00 139.30 278.60

    143 ETS-

    07.06(22) 8” GI, Tee Unit

    2.00 322.60 645.20

    144 ETS-

    07.06(23) 6” to 4”, GI, Reducer Unit

    2.00 362.92 725.84

    145 ETS-

    07.06(24) 8” to 6”, GI, Reducer Unit

    2.00 483.90 967.80

    146 ETS-

    07.06.(10) Potable Water Hydrostatic Test m 1,000.00 2.20 2,200.00

    147 ETS-

    07.06.(11) Sanitary Sewer Hydrostatic Test m 900.00 1.10 990.00

    148 ETS-

    07.06.(12) Sanitary man hole Unit

    5.00 1,020.50 5,102.50

    Sub-Total 106,116.36

    VERTICAL AND HORIZONTAL SIGNALIZATION

    149 ETS-22.06(1)

    White edge line 10 cm (thermoplastic) m

    48,900.00 1.69 82,641.00

    150 ETS-

    22.06(2) White discontinuous lane line 10 cm m

    52,300.00 1.69 88,387.00

    151 ETS-22.06(3)

    Thermoplastic continuous yellow line

    10 cm (center line, medians, traffic

    circles and islands)

    m

    48,900.00 1.69 82,641.00

    152 ETS-22-

    06(4) Pavement marking(thermoplastic) m2

    350.00 20.78 7,273.00

    153 ETS-23.01(1)

    Plastic reflective device 1 yellow face Unit

    4,250.00 3.67 15,597.50

    154 ETS-

    23.01(2) Plastic Reflective device 1 white face Unit

    7,800.00 3.67 28,626.00

    155 ETS-21.01(c)

    Preventive road signs (P) Unit

    150.00 205.29 30,793.50

    156 ETS-

    21.01(a) Restrictive road signs (R) Unit

    220.00 205.29 45,163.80

  • 14

    Nº Item Description Unit

    Increased or

    Decreased

    Quantities

    Final

    Quantity

    Unit Price

    (USD)

    Total

    (USD)

    157 ETS-

    21,01(b) Informative road signs (I) Unit

    31.00 256.61 7,954.91

    158 ETS -21.01(d)

    Kilometer post sign (IK) Unit

    48.00 109.98 5,279.04

    159 ETS-

    21.01(e) Special Road Signs (SRS) Unit

    50.00 293.27 14,663.50

    160 ETS-21.01(a)

    School signs (Restrictive) Unit

    6.00 205.29 1,231.74

    161 ETS-

    21.03.A Bridge Signs Units

    8.00 4,271.47 34,171.76

    162 ETS-21.03.B Flag signs Units

    2.00 2,677.66 5,355.32

    Sub-Total 449,779.07

    ENVIRONMENTAL MITIGATION

    163 ETS-45 Erosion Control and slope

    stabilization with Vetiver m

    80,040.00 3.06 244,922.40

    164 ETS-17 Stone lining (slope protection) m2

    2,600.00 15.35 39,910.00

    165 ETS 46(1) Trees planting (Cassia siamea) Unit

    7,450.00 11.00 81,950.00

    166 ETS 46(2) Trees planting (Pinus oocarpa) Unit

    9,540.00 6.60 62,964.00

    167 ETS-48 Cutting, removal, transportation and

    Piling up of trees. Ha

    36.00 2,932.71 105,577.56

    168 624(1) Supply and planting top soil m3

    4,812.00 28.59 137,575.08

    169 629(1) Supply and planting square section of

    grass m2

    17,680.00 5.13 90,698.40

    170 EMP Section 2 -6.3

    EMP Implementation Lump

    sum 1.00 232,916.99 232,916.99

    Sub-Total 996,514.43

    BRIDGE OVER THE LA PRESA RIVER

    Superstructure

    171 601(1) Concrete f'c= 280 Kg/cm2 m3

    123.63 289.77 35,824.27

    172 602(1) Reinforcing Steel fy=4200Kg/cm2 Kg

    15,979.58 1.86 29,722.02

    173 601A(1) Pre-stressed Concrete Girders,

    AASHTO Type WS 100 L=30 m Unit

    6.00 13,746.45 82,478.70

    174 ETS-26.02 Concrete Bridge rail m -7.90 69.00 117.71 8,121.99

    175 ETS-26.04 Drains for bridges d = 4'' (PVC) Units 10.00 29.33 293.30

    Abutments

    176 206.03 Structural Excavation m3

    2,970.99 18.18 54,012.60

    177 601(1) Concrete f'c= 280 Kg/cm2 m3

    514.32 372.18 191,419.62

    178 602(1) Reinforcing Steel fy=4200Kg/cm2 Kg 60,325.00 1.86 112,204.50

    179 635.05 Neoprene supports, 50x60x3cm

    hardness 60 ASTM Unit 12.00 295.49 3,545.88

    180 600 A(19) Test Piles Unit - 10,308.05 -

    181 600 A(4) Supply of piles, 45 ton m - 84.01 -

    181 600A(13) Installing piles Unit - 997.41 -

    182 Approach Slab

    183 ETS-25(1) Concrete for Slab (f'c= 280 Kg/cm2) m3

    49.14 139.52 6,856.01

    184 ETS-25(2) Reinforcing Steel fy=4200Kg/cm2 Kg

    3,779.58 1.86 7,030.02

    Sub-Total 531,508.91

  • 15

    Nº Item Description Unit

    Increased or

    Decreased

    Quantities

    Final

    Quantity

    Unit Price

    (USD)

    Total

    (USD)

    BRIDGE OVER THE FRIO RIVER

    Superstructure

    185 601(1) Concrete f'c= 280 Kg/cm2 m3

    101.60 289.77 29,440.63

    186 602(1) Reinforcing Steel fy=4200Kg/cm2 Kg

    14,012.00 1.86 26,062.32

    187 601A(1) Pre-stressed Concrete Girders,

    AASHTO Type WS 100 L=25 m Unit - 12,526.19 -

    282 601A(1) Pre-stressed Concrete Girders,

    AASHTO Type WS 100 L=25.65 m Unit 6.00 12,848.61 77,091.66

    188 ETS-26.02 Concrete Bridge rail m 51.40 117.71 6,050.29

    189 ETS-26.04 Drains for bridges d = 4'' (PVC) Units 16.00 29.33 469.28

    Abutments

    190 206.03 Structural Excavation m3

    1,968.90 18.18 35,794.60

    191 601(1) Concrete f'c= 280 Kg/cm2 m3

    763.87 372.18 284,297.14

    192 602(1) Reinforcing Steel fy=4200Kg/cm2 Kg

    66,508.90 1.86 123,706.55

    193 635.05 Neoprene supports, 50x60x3cm

    hardness 60 ASTM Unit

    12.00 295.49 3,545.88

    Approach Slab

    194 ETS-25(1) Concrete for Slab (f'c= 280 Kg/cm2) m3

    49.14 139.52 6,856.01

    195 ETS-25(2) Reinforcing Steel fy=4200Kg/cm2 Kg

    3,780.06 1.86 7,030.91

    Sub-Total 600,345.27

    BRIDGE OVER RIO DEL HOMBRE

    Superstructure

    196 601(1) Concrete f'c= 280 Kg/cm2 m3

    141.49 289.77 40,999.56

    197 602(1) Reinforcing Steel fy=4200Kg/cm2 Kg

    10,026.43 1.86 18,649.16

    198 601A(1) Pre-stressed Concrete Girders,

    AASHTO Type WS 100 L=30 m Unit - 13,765.98 -

    199 ETS-26.02 Concrete Bridge rail m 76.00 117.71 8,945.96

    200 ETS-26.04 Drains for bridges d = 4'' (PVC) Unit 12.00 29.33 351.96

    283 601A(1) Post - Stressed Concrete Girders

    AASHTO Type VI , L= 34 mt, Unit 6.00 22,993.40 137,960.40

    Abutments

    201 206.03 Structural Excavation m3

    463.60 18.18 8,428.25

    202 601(1) Concrete f'c= 280 Kg/cm2 m3

    87.56 372.18 32,588.08

    203 602(1) Reinforcing Steel fy=4200Kg/cm2 Kg 4,919.35 1.86 9,149.99

    204 635.05 Neoprene supports, 50x60x3cm

    hardness 60 ASTM Unit - 295.49 -

    284 635.05 Neoprene supports, 25"x28"x2"

    hardness 60 ASTM Unit 12.00 882.05 10,584.60

    Approach Slab

    205 ETS-25(1) Concrete for Slab (f'c= 280 Kg/cm2) m3 -69.14 12.86 139.52 1,794.23

    206 ETS-25(2) Reinforcing Steel fy=4200Kg/cm2 Kg -4,593.46 1,860.54 1.86 3,460.60

    Sub-Total 272,912.79

    BOX CULVERT - EL DURAZNO INTERCHANGE

    285 206.03 Structural Excavation m3 3,200.00 6,278.47 15.53 97,504.64

  • 16

    Nº Item Description Unit

    Increased or

    Decreased

    Quantities

    Final

    Quantity

    Unit Price

    (USD)

    Total

    (USD)

    286 601(3) Concrete f'c= 350 Kg/cm² m3 - 398.10 -

    304 Concrete f'c= 280 Kg/cm² ( Sub

    Structure) m3 400.00 372.18 148,872.00

    305 Concrete f'c= 280 Kg/cm² ( Super

    Structure) m3 705.00 289.77 204,287.85

    287 602(1) Reinforcing Steel fy=2800Kg/cm2 Kg 47,247.64 1.86 87,880.61

    288 ETS-26.02 Concrete Bridge rail m 110.00 117.71 12,948.10

    289 ETS-26.04 Drains for bridges d = 4'' (PVC) Units 20.00 29.33 586.60

    290 ETS-20.08 Retaining walls (large stone masonry) m3 75.00 117.09 8,781.75

    291 ETS-19(c) Sub drainage m 110.00 54.53 5,998.30

    292 ETS-

    49.04(a)

    Mechanically Stabilized Retaining

    wall 0- 10m m2 486.38 519.08 252,470.13

    293 ETS-

    49.04(a)

    Mechanically Stabilized Retaining

    wall 0- 15m m2 1,690.10 767.45 1,297,067.25

    294 ETS-49.03(a)

    Anchor Earth Wall m2 1,080.00 379.34 409,687.20

    294a ETS-

    49.04(a)

    Mechanically Stabilized Retaining

    wall 0- 10m Bloq Face m

    2 800.00 800.00 409.95 327,960.00

    Sub-Total 2,854,044.43

    PEDESTRIAN BRIDGE - L=26.40 m (1 Structure: Sta 0+300 -El Carrrizal)

    Substructure

    207 206.03 Structural Excavation m³ 36.96 316.96 18.18 5,762.33

    208 206.1 Fill Granular Foundation (Abutments). m³ 130.00 15.05 1,956.50

    209 601(2) Concrete f'c= 210 Kg/cm² m³

    - 241.37 -

    295 601(1) Concrete f'c= 280 Kg/cm² m³ -58.32 94.68 368.95 34,932.19

    210 602(1) Reinforcing Steel fy=4200Kg/cm2 kg -790.98 4,189.02 1.86 7,791.58

    Superstructure

    211 601(3) Concrete f'c= 280 Kg/cm² m³ - 368.95 -

    212 601(4) Concrete f'c= 350 Kg/cm² m³ - 398.10 -

    213 602(1) Reinforcing Steel fy=4200Kg/cm2 kg -2,407.97 8,246.03 1.86 15,337.62

    214 635.05 Neoprene supports, 20x20x3cm

    hardness 60 ASTM Unit - 43.14 -

    296 635.05 Neoprene supports, 17.5x30x2.5cm

    hardness 60 ASTM Unit 4.00 43.14 172.56

    215 ETS-26.04 Drains for bridges d = 2'' (PVC) Unit -4.00 16.00 14.66 234.56

    216 601A(1) Pre-stressed Concrete Girders,

    AASHTO Type WS 100 L=26.90 m Unit - 12,900.80 -

    297 601 A(1) Pre-stressed Concrete Girders, Type

    T, L=13.20 m Unit 2.00 8,147.16 16,294.32

    217 717.15 Metal handrails m -132.00 - 109.98 -

    217a 717.15 Metal handrails with 2" GI

    Lightweight Tube m 122.00 122.00 143.40 17,494.80

    Sub-Total 99,976.46

    PEDESTRIAN BRIDGE – L total=32.40 m (2 Structures Sta 3+020 La Cuesta I Y II, 5+600 El Durazno)

    Substructure

    218 206.03 Structural Excavation m³ -91.76 508.24 18.18 9,239.80

  • 17

    Nº Item Description Unit

    Increased or

    Decreased

    Quantities

    Final

    Quantity

    Unit Price

    (USD)

    Total

    (USD)

    219 206.1 Fill Granular Foundation (Abutments). m³ -185.00 - 15.06 -

    220 601(2) Concrete f'c= 210 Kg/cm² m³ - 241.37 -

    298 601(1) Concrete f'c= 280 Kg/cm² m³ -153.00 197.00 368.95 72,683.15

    221 602(1) Reinforcing Steel fy=4200Kg/cm2 kg -4,473.36 5,486.64 1.86 10,205.15

    Superstructure

    222 601(3) Concrete f'c= 280 Kg/cm² m³ - 368.95 -

    223 601(4) Concrete f'c= 350 Kg/cm² m³ - 398.10 -

    224 602(1) Reinforcing Steel fy=4200Kg/cm2 kg -2,089.57 18,670.43 1.86 34,727.00

    299 635.05 Neoprene supports, 20x20x3cm

    hardness 60 ASTM Unit - 43.14 -

    300 635.05 Neoprene supports, 17.5x30x2.5cm

    hardness 60 ASTM Unit 8.00 43.14 345.12

    226 ETS-26.04 Drains for bridges d = 2'' (PVC) Unit 40.00 14.66 586.40

    227 601A(1) Pre-stressed Concrete Girders,

    AASHTO Type WS 100 L=31.50 m Unit - 14,449.45 -

    301 601A(1) Pre-stressed Concrete Girders, Type

    T, L=16.20 m Unit 4.00 9,509.51 38,038.04

    228 717.15 Metal handrails m -282.00 - 109.98 -

    228a 717.15 Metal handrails with 2" GI

    Lightweight Tube m 273.70 273.70 143.40 39,248.58

    Sub-Total 205,073.24

    PEDESTRIAN BRIDGE – L total=37.40 m (1 Structure Sta 17+400 Penitenciaría Nacional)

    Substructure

    229 206.03 Structural Excavation m³ 250.00 18.18 4,545.00

    230 206.1 Fill Granular Foundation (Abutments). m³ -90.00 - 15.06 -

    231 601(2) Concrete f'c= 210 Kg/cm² m³ - 241.37 -

    306 Concrete f'c= 280 Kg/cm² m³ -53.15 96.85 368.95 35,732.81

    232 602(1) Reinforcing Steel fy=4200Kg/cm2 kg -2,155.00 2,825.00 1.86 5,254.50

    Superstructure

    233 601(3) Concrete f'c= 280 Kg/cm² m³ - 368.95 -

    234 601(4) Concrete f'c= 350 Kg/cm² m³ - 398.10 -

    235 602(1) Reinforcing Steel fy=4200Kg/cm2 kg -2,488.35 7,891.65 1.86 14,678.47

    236 635.05 Neoprene supports, 17.5x30x2.5cm

    hardness 60 ASTM Unit 4.00 43.14 172.56

    237 ETS-26.04 Drains for bridges d = 2'' (PVC) Unit -4.00 16.00 14.66 234.56

    238 601A(1) Pre-stressed Concrete Girders, Type

    T, L=20.20 m Unit 1.00 11,346.66 11,346.66

    302 601A(1) Pre-stressed Concrete Girders, Type

    T, L=17.20 m Unit 1.00 9,969.63 9,969.63

    239 717.15 Metal handrails m -140.00 - 109.98 -

    239a 717.15 Metal handrails with 2" GI Lightweiht

    Tube m 143.00 143.00 143.40 20,506.20

    Sub-Total 102,440.39

    PEDESTRIAN BRIDGE - Ltotal=42.40 m (1 Structure Sta 22+160 Col. Divina Providencia)

    Substructure

  • 18

    Nº Item Description Unit

    Increased or

    Decreased

    Quantities

    Final

    Quantity

    Unit Price

    (USD)

    Total

    (USD)

    240 203.03 Structural Excavation m³ -38.47 211.53 18.18 3,845.62

    241 206.1 Fill Granular Foundation (Abutments). m³ -100.00 - 15.06 -

    242 601(2) Concrete f'c= 210 Kg/cm² m³ - 241.37 -

    307 Concrete f'c= 280 Kg/cm² m³ -53.48 96.52 368.95 35,611.05

    243 602(1) Reinforcing Steel fy=4200Kg/cm2 kg -800.11 4,179.89 1.86 7,774.60

    Superstructure

    244 602(1) Reinforcing Steel fy=4200Kg/cm2 kg -2,911.82 7,468.18 1.86 13,890.81

    245 635.05 Neoprene supports, 17.5x30x2.5cm

    hardness 60 ASTM Unit 4.00 43.14 172.56

    246 ETS-26.04 Drains for bridges d = 2'' (PVC) Unit -4.00 16.00 14.66 234.56

    247 601A(1) Pre-stressed Concrete Girders, Type

    T, L=21.20 m Unit 2.00 11,917.14 23,834.28

    248 717.15 Metal handrails m -144.00 - 109.98 -

    248a 717.15 Metal handrails with 2" GI Lightweiht

    Tube m 150.00 150.00 143.40 21,510.00

    Sub-Total 106,873.48

    PEDESTRIAN BRIDGE - Ltotal=50.40 m (1 Structure Sta 19+000 Támara)

    Substructure

    249 206.03 Structural Excavation m³ -141.98 268.02 18.18 4,872.60

    250 206.1 Fill Granular Foundation (Abutments). m³ -120.00 - 15.06 -

    251 602(2) Concrete f'c= 210 Kg/cm² m³ - 241.37 -

    308 Concrete f'c= 280 Kg/cm² m³ -41.20 108.80 368.95 40,141.76

    252 602(1) Reinforcing Steel fy=4200Kg/cm2 kg -1,766.58 3,333.42 1.86 6,200.16

    Superstructure

    253 602(1) Reinforcing Steel fy=4200Kg/cm2 kg -112.44 10,267.56 1.86 19,097.66

    254 635.05 Neoprene supports, 17.5x30x2.5cm

    hardness 60 ASTM Unit 4.00 43.14 172.56

    255 ETS-26.04 Drains for bridges d = 2'' (PVC) Unit -2.00 18.00 14.66 263.88

    256 601A(1) Pre-stressed Concrete Girders, Type

    T, L=25.20 m Unit 2.00 13,964.41 27,928.82

    257 717.15 Metal handrails m -172.00 - 109.98 -

    257a 717.15 Metal handrails with 2" GI Lightweiht

    Tube m 175.00 175.00 143.40 25,095.00

    Sub-Total 123,772.44

    PEDESTRIAN BRIDGE - L=35.90 m (4 structures: Sta.13+500 - San Miguel Arcángel, Sta. 14+820 -La Joya, Sta. 20+000 -

    Maquilas, Sta.23+800 -Escuela 21 de Octubre)

    Substructure

    258 206.03 Structural Excavation m³ -916.32 1,023.68 18.18 18,610.50

    259 206.1 Fill Granular Foundation (Abutments). m³ -560.00 - 15.05 -

    260 601(2) Concrete f'c= 210 Kg/cm² m³ 350.40 241.37 84,576.05

    261 602(1) Reinforcing Steel fy=4200Kg/cm2 kg 14,280.00 1.86 26,560.80

    Superstructure

    262 601(3) Concrete f'c= 280 Kg/cm² m³ - 368.95 -

    263 601(4) Concrete f'c= 350 Kg/cm² m³ - 398.10 -

  • 19

    Nº Item Description Unit

    Increased or

    Decreased

    Quantities

    Final

    Quantity

    Unit Price

    (USD)

    Total

    (USD)

    264 602(1) Reinforcing Steel fy=4200Kg/cm2 kg -2,268.72 27,356.28 1.86 50,882.68

    265 635.05 Neoprene supports, 20x20x3cm

    hardness 60 ASTM Unit - 43.14 -

    265a

    Neoprene supports, 17.5x30x2.5cm

    hardness 60 ASTM Unit 16.00 16.00 43.14 690.24

    266 ETS-26.04 Drains for bridges d = 2'' (PVC) Units -42.00 48.00 14.66 703.68

    267 601A(1) Pre-stressed Concrete Girders,

    AASHTO Type WS 100 L=35.90 m Unit - 15,559.90

    -

    268 Pre-stressed Concrete Girders, Type

    T, L=17.95 m m 8.00 9,971.69 79,773.52

    269 717.15 Metal handrails m -660.00 - 109.98 -

    269a 717.15 Metal handrails with 2" GI Lightweiht

    Tube m 596.00 596.00 143.40 85,466.40

    Sub-Total 347,263.87

    WORKS REQUIRED DUE TO GEOLOGICAL FAULT

    277-

    a ETS-

    49.04(a)

    Mechanically Stabilized Retaining

    wall 0- 10m m

    2 4,344.00 4,344.00 519.08 2,254,883.52

    278-

    a ETS-

    49.04(a)

    Mechanically Stabilized Retaining

    wall 0- 15m m

    2 300.00 300.00 767.45 230,235.00

    Sub-Total 2,485,118.52

    TOTAL 59,033,471.51

    DAYWORKS (Lump sum) 1,000,000.00

    CONTRACT PRICE 60,033,471.51

    CLAIMS

    R-1 -- Determination for Referral No. 1

    approved by DAB

    Lump

    Sum - 1.00 3,734,321.41 3,734,321.41

    TOTAL 3,734,321.41

    CONTRACT PRICE + CLAIMS 63,767,792.92

  • 20

    ETS-50 PAVIMENTO DE CONCRETO HIDRAULICO WHITETOPPING

    Para la ejecución de este concepto de obra, se modificara la Especificación Técnica

    Suplementaria ETS-38 Pavimento de Concreto Hidráulico en lo siguiente:

    Al final del numeral 38.03.02 Operaciones de Construcción, se deberá agregar lo siguiente:

    El pavimento de concreto hidráulico whitetopping se colocará en conformidad con los

    siguientes requisitos adicionales:

    i. Métodos de construcción

    (1) Los métodos a utilizar para la construcción del pavimento de concreto hidráulico whitetopping son: colocación directa, fresado y capa de nivelación.

    (2) Cuando se utilice el método de colocación directa del whitetopping, no será necesario realizar ningún trabajo previo al pavimento existente.

    (3) Cuando la superficie del pavimento existente se encuentre muy deformada o degradada en exceso y se va a realizar fresado, esta debe de cumplir lo siguiente:

    En el fresado se deberán remover de 2 a 7 cm de la carpeta de concreto asfáltico existente, de acuerdo a lo indicado por el Ingeniero.

    Si la temperatura de la superficie asfáltica está por encima de 43ºC, se debe enfriar con una lechada de cal o similar.

    Si es necesario, se puede profundizar la remoción para hacer el Whitetopping “encajado” (inlay).

    (4) Cuando la superficie del pavimento existente se encuentre muy deformada o degradada en exceso y se va a colocar una capa de nivelación, esta debe de cumplir lo

    siguiente:

    Realizar la limpieza de la superficie de concreto asfáltico existente.

    La capa de nivelación de concreto deberá ser de 2 a 5 cm.

    Si la temperatura de la superficie asfáltica está por encima de 43ºC, se debe enfriar con una lechada de cal o similar

    Puede requerir más equipo, materiales y tiempo de ejecución.

    j. Colocación del pavimento de concreto hidráulico whitetopping

    (1) Fresado de la superficie: Cuando sea necesario, la superficie deberá ser fresada en el ancho completo, y no se podrá colocar concreto en superficies que no hayan sido

    fresadas. Si la base está expuesta, el contratista presentará un plan para corregir dicha

    superficie de la base expuesta y continuar con la acción correctiva previa aprobación

    del plan. La superficie fresada no deberá abrirse al tráfico.

  • 21

    (2) Limpieza superficie: La limpieza inicial de la superficie fresada deberá ser realizada por barrido de la superficie con una escoba mecánica. Además se limpiará la superficie

    mediante el uso de presión para garantizar que todo el polvo, arena y cualquier otro

    material dañino, han sido retirados de la superficie. Todas las superficies fresadas

    deberán estar protegidas como sea necesario para evitar la contaminación hasta la

    colocación del concreto. Cuando las áreas no están adecuadamente protegidas, el

    contratista deberá realizar limpieza adicional antes de la colocación del concreto

    (whitetopping).

    (3) Humedecimiento de Protección: Después de que la superficie haya sido fresada, limpiada y aceptada y antes de la colocación del concreto (whitetopping), deberá de

    humedecerse la superficie preparada. El contratista deberá rociar una ligera niebla de

    agua justo por delante de la posición donde el concreto será colocado, de una manera

    que no cause encharcamiento. La colocación de la capa de concreto (whitetopping),

    deberá realizarse inmediatamente después de esta capa de humedad, mientras que la

    superficie está todavía húmeda.

    El pavimento de concreto para whitetopping se colocará a la profundidad especificada en los

    planos o determinadas por el Ingeniero. Deberá colocarse concreto adicional en los lugares

    donde sea necesario realizar ajustes debido a irregularidades en el pavimento existente, tal

    como sea indicado por el ingeniero.

    k. Directrices para la preparación del pavimento de asfalto existente

    (1) Previo al inicio de los trabajos de colocación del pavimento de concreto hidráulico whitetopping, el contratista deberá verificar si existen los siguientes defectos:

    Tipo de Defecto Preparación Previa

    Requerida

    Ahuellamiento > 50 mm Fresado o nivelación

    Ahuellamiento < 50 mm Ninguna

    Deformación plástica

    excesiva Fresado

    Baches Rellenar

    Falla de subrasante Remoción / Preparación

    Fisuras en general (fatiga, en

    bloques, transversales y

    longitudinales)

    Ninguna

    Exudación Ninguna

    Degradación Superficial Ninguna

    (2) La distancia entre las juntas transversales será de 25 veces el espesor del Whitetopping (en metros).

    (3) La profundidad del corte de las juntas será igual a 1/3 del espesor del Whitetopping.

  • 22

    Al final del numeral 38.04 Medición, se deberá sustituir por lo siguiente:

    Las cantidades de pavimento de concreto hidráulico whitetopping, aceptado por el Ingeniero,

    habiendo cumplidos los requisitos de calidad establecidos, serán medidas en metros cúbicos.

    El ancho se medirá horizontalmente incluyendo el sobre ancho permitido en las curvas. La

    longitud debe medirse horizontalmente a lo largo de la línea de centro de la carretera. Los

    espesores son los especificados en los planos para cada caso en particular.

    En esta medición se deberá incluir el suministro y colocación del concreto hidráulico

    requerido para realizar los ajustes de rasante e irregularidades.

    Si se realiza fresado este será pagado de acuerdo a lo establecido en la Sección 409 de las

    Especificaciones Técnicas Generales (Tomo 5 del Manual de Carreteras de SOPTRAVI).

    Al final del numeral 308.05 Pago, agregar lo siguiente:

    Item de Pago Unidad

    Pavimento de Concreto Hidráulico Whitetopping Metro cúbico (m3)

    Todo lo demás establecido en la Especificación Técnica Suplementaria ETS-38 Pavimento de

    Concreto Hidráulico, y que no ha sido modificado por esta Especificación Técnica

    Suplementaria ETS-50 Pavimento de Concreto Hidráulico Whitetopping, será de aplicación

    para la ejecución de este trabajo.

  • 1

    PROGRAMA CUENTA DEL DESAFIO DEL MILENIO DE HONDURAS

    MCA HONDURAS

    INFORME AL CONSEJO DIRECTIVO DEL MCA HONDURAS

    Adenda No. 6

    Contrato de Servicios de Supervisión de la Construcción del Segmento I Sección 2

    de la Carretera CA-5 Norte

    PRESENTADO POR:

    DIRECCION DE ADQUISICIONES

    Febrero 2012

  • 2

    I. Introducción

    La información que a continuación se presenta, resume la justificación y el nuevo alcance del contrato de

    Servicios de Supervisión de la Construcción del Segmento I Sección 2 de la Carretera CA-5 Norte.

    El Contrato fue suscrito con el Consorcio Tecnisa – Cinsa – Inocsa (TCI) el 7 de noviembre de 2008 por un

    monto de USD 2, 2,216,151.00, con base a las normas y procedimientos establecidos en el Convenio de la Corporación de Desafío del Milenio (MCC). El plazo de original de los servicios fue de 27 meses.

    II. Generales del Programa MCA Honduras

    2.1 Convenio: Convenio Cuenta del Desafío del Milenio

    2.2 Objetivo:

    Reducción de la pobreza a través del desarrollo económico en Honduras;

    2.3 Monto (US$ millones)

    205.0 (MCC)

    130.0 (BCIE)

    2.4 Fecha de suscripción:

    13 de junio de 2005 (MCC)

    3 de octubre de 2008 (BCIE)

    2.5 Fecha de ratificación

    por el Congreso

    Nacional

    30 de agosto de 2005 (MCC)

    23 de septiembre de 2008 (BCIE)

    2.6 Fecha de publicación en Diario La Gaceta

    21 de Septiembre del 2005 (MCC)

    9 de diciembre de 2008 (BCIE)

    III. Presupuesto de Administración y Control del Programa

    3.1 Administración del

    Programa

    El Presupuesto para la Supervisión de la Construcción del Segmento I

    Sección 2 de la Carretera CA-5 Norte.

    IV. Generales de la Actividad

    4.1 Actividad:

    Supervisión/Construcción del Segmento I Sección 2 de la Carretera CA-5

    Norte.

    4.2 Objetivo

    Supervisión, dirección técnica y control de la calidad y medidas

    ambientales de los trabajos realizados por Contratista de la ampliación,

    mejoramiento y pavimentación de la Sección 2 de la Carretera CA-5

    Norte desde el Puente Rio del Hombre hasta el inicio del Valle de

    Comayagua así como el estudio geológico para la evaluación durante la

    construcción de las obras de estabilización de los deslizamientos masivos

    en el tramo conocido como Cambio de Línea. El Consorcio también está

    encargado de la revisión del diseño para la ampliación y mejoramiento de

    la Carretera CA-5 Norte en la Sección 2A, que comprende el tramo desde

    Las Mercedes hasta la Villa de San Antonio, para un total aproximado de

    4.8 km.

  • 3

    4.3 Servicios adicionales

    requeridos

    No aplica. El presente adenda corresponde a extensión de los servicios ya

    contratados.

    V. Variación al Plazo y/o Monto del Contrato

    5.1 Variación al Monto de

    los Servicios

    Contratados

    A continuación el detalle de las variaciones al monto por cada Adenda

    (En USD):

    Contrato Original: 2,216,151.00

    Adenda No. 1 0.00

    Adenda No. 2 0.00

    Adenda No. 3 721,308.86

    Adenda No. 4 125,526.25

    Adenda No. 5 302,031.00

    Adenda No. 6 386,469.00

    Total: 3,751,486.11

    5.2 Plazo de Ejecución

    A continuación las variaciones al plazo por cada Adenda:

    Adenda No. 1 0.00 meses

    Adenda No. 2 0.00 meses

    Adenda No. 3 8.00 meses

    Adenda No. 4 0.00 meses

    Adenda No. 5 3.33 meses

    Adenda No. 6 5.27 meses

    Total: 43.60 meses

    5.3 Recomendación Solicitar la aprobación por parte del Consejo Directivo del MCA

    Honduras previo a la firma del Adenda No. 6 al Contrato suscrito con el

    Consorcio Tecnisa – Cinsa -