COUNTY GOVERNMENT OF KIAMBU

Similar documents
COUNTY GOVERNMENT OF KIAMBU

COUNTY GOVERNMENT OF KIAMBU

COUNTY GOVERNMENT OF KIAMBU

COUNTY GOVERNMENT OF KIAMBU

PROPOSED CONSTRUCTION OF WATER TREATMENT PLANT TENDER DOCUMENT

NAIROBI CITY COUNTY. REQUEST FOR QUOTATION From:

REPUBLIC OF KENYA PARLIAMENT OF KENYA TENDER NO. NA/01/

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF PUBLIC WORKS

KENYA REINSURANCE CORPORATION LIMITED KRC/2018/032

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

Envelop Year Employer Description of Works Amount Contractor s Responsibility (%) Total

COUNTY GOVERNMENT OF NANDI DEPARTMENT OF TRANSPORT AND INFRASTRUCTURE (RMLF BY KRB) TENDER NUMBER: NDCG/RMLF/RDS/TN/115/

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY OFFICE OF THE GOVERNOR GMC/W/T/133/2015/2016 AND COMMISSIONING OF MULTI STAGE

MACHAKOS UNIVERSITY. ISO 9001:2008 Certified PROPOSED TUITION AND OFFICE BLOCK AT MACHAKOS UNIVERSITY, MACHAKOS COUNTY.

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS & ENERGY

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

MURANG A UNIVERSITY OF TECHNOLOGY

Town of South Bruce Peninsula. Tender PW Asphalt Paving

BID DOCUMENT FOR CONSTRUCTION OF GUMBA BOX CULVERT IN MATHARE 4A IN UTALII WARD. TENDER No. NCC/RPW&T/WDF/T/128/

TENDER NO KRC/2017/321

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

REGISTRATION OF SUPPLIERS FOR GOODS, WORKS & SERVICES MTTI/ /

DRILLING & DISTRIBUTION OF KISIMUNI, KWA KASILIA, MWANYANI & KITONGUNI BOREHOLES. TENDER No. GMC/W/T/37/2017/2018 FINAL BID DOCUMENT

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES

ZONAL OFFICE, UJJAIN ZONE

SWAZILAND CIVIL AVIATION AUTHORITY

REPUBLIC OF KENYA MINISTRY OF LAND AND PHYSICAL PLANNING PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AT BOMET, BOMET COUNTY

INDIAN INSTITUTE OF TECHNOLOGY GOA At GEC Campus, Farmagudi, Ponda TENDER FOR PROVIDING SECURITY SERVICE AT IIT GOA

REPUBLIC OF KENYA MINISTRY OF ENERGY AND PETROLEUM NYAYO HOUSE P. O. BOX NAIROBI

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA

This annexure should be completed and signed by the Bidder s authorised personnel as indicated below:

South African Airways

PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FOR SUPPLY/PROVISION OF GOODS AND SERVICES

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16

TENDER FOR CONSTRUCTION OF ROAD WORK

TENDER GRAVEL CRUSHING PWT

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

Export Processing Zones Authority

DIRECTORATE OF EXAMINATIONS ADMINISTRATION AND CERTIFICATION INVITATION TO TENDER FOR

AIRPORTS AUTHORITY OF INDIA CIVIL AIR TERMINAL CHANDIGARH

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

UNIVERSITY OF PERADENIYA

TENDER. Enq. No. IIITMK/ 0641 /18 Date: 21/06/18 Due on : 27/06/2018 3PM

LIST OF ANNEXURES NOTE: ANNEXURE I, II, IV & VI ARE TO BE DULY FILLED AND SUBMITTED WITH TECHNICAL BID

Tender No- SBI/GITC/ESTATE/2017/2018/408 Date- 24/07/2017

EXPRESSION OF INTEREST. for. Bancassurance System

XXXXX TOWN WATER SUPPLY XXXXX TOWN WATER SUPPLY SYSTEM AND SEWERAGE AUTHORITY MANAGEMENT CONTRACT FOR. Date:

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

Automation of Winding Drawings for Power Transformer

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

Procurement of Licences of Business Objects BI Platform

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD

W-9 PROCUREMENT OF VERY SMALL WORKS UNDER NATIONAL COMPETITIVE BIDDING PROCEDURES

KENYA CIVIL AVIATION AUTHORITY

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS

Invitation of Tenders and Instructions to Bidders (Must Read Carefully)

INDIAN INSTITUTE OF ENGINEERING SCIENCE AND TECHNOLOGY, SHIBPUR HOWRAH , WEST BENGAL. Advt. No. ARCH/PLAN GRANT/TENDER/01/

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station

PART I PRELIMINARY 1. These Regulations may be cited as the Public Procurement and Disposal (Preference and Reservations) Regulations, 2011.

Pakistan International Airlines Procurement & Logistics Department. Disposal Section

Pakistan International Airlines Procurement Logistics Department Commercial Purchases Section Tel:

Invitation of Tenders and Instructions to Bidders (Must Read Carefully) with Tender Reference Number (Financial Proposal)

e-tender Providing and fixing Modular Partition & Roller curtain Important Information: BID FORM for Procurement of

5.Section 5 - Specimen Forms

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT

QUOTATION FOR SUPPLY AND INSTALLATION OF LCD PROJECTOR AT GITC, BELAPUR

GOVERNMENT OF KARNATAKA

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

South African Airways RFQ GSM032/2018. South African Airways. RFQ GSM 032/2018 Request for Quotation for Wine/Bottle Openers

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY TENDER DOCUMENT FOR

FULTON COUNTY, OHIO 703 Aggregate THURSDAY DECEMBER 4, :00 A.M.

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

Application for pre-qualification of Civil Contractors

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...


TENDER NO CAJ 005/ REGISTRATION OF SUPPLIERS/CONTRACTORS/CONSULTANTS FOR SUPPLY/PROVISION OF GOODS, WORKS, SERVICES AND CONSULTANCY FOR

PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA)

Invitation for Strategic Partnership to Establish Flight Kitchen at NIIAP as Joint Venture Company

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

STOCK HOLDING CORPORATION OF INDIA LIMITED

REPUBLIC OF KENYA OFFICE OF THE ATTORNEY GENERAL AND DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS

ESCROW/SPECIAL ACCOUNT AGREEMENT

"PREVIEW COPY ONLY" TRANSNET SOC LTD. REQUEST FOR QUOTATION [RFQ] No RME JHB 213/2014. TRANSNET FREIGHT RAIL RME, a division of

TENDER NOTIFICATION FOR SUPPLY OF WALL CALENDARS

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

Invitation of Tenders and Instructions to Bidders (Must Read Carefully)

TENDER NOTICE No.9/2017 (RE-TENDER)

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

TENDER FOR THE TOWNSHIP OF SEVERN

Transcription:

COUNTY GOVERNMENT OF KIAMBU TENDER NAME: CONSTRUCTION AND REHABILITATION OF NGUMO WA JEREMIA ROAD IN LARI SUB COUNTY TENDER NO : KCG/RTPW&U/RMFL/031/2015-16 NAME OF BIDDER: DATE : CONTRACT DOCUMENT: INVITATION TO TENDER CONDITIONS OF CONTRACT AND INSTRUCTIONS TO CONTRACTORS THE STANDARD FORMS THE SPECIAL SPECIFICATIONS THE BILL OF QUANTITIES CLOSING DATE & TIME: Friday 26 th February 2016 at 12.00 noon COUNTY SECRETARY COUNTY GOVERNMENT OF KIAMBU P.O.BOX 2344-00900, KIAMBU, KENYA.

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 2 TABLE OF CONTENTS FORM OF TENDER 3 OPENING AND EVALUATION OF TENDERS...4 INSTRUCTIONS TO BIDDERS 6 CONDITIONS OF BID..7 FORM OF ATTORNEY.....8 FORM OF BID... 9 CONFIDENTIAL BUSINESS QUESTIONNAIRE...11 CONTRACT FORM...13 PREAMABLE TO BILL OF QUANTITIES...15 BILL OF QUANTITIES & SPECIFICATIONS.......14

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 3 FORM OF INVITATION FOR TENDER To: M/S Dear Sir/Madam, RE: CONSTRUCTION AND REHABILITATION OF NGUMO WA JEREMIA ROAD IN LARI SUB COUNTY TENDER NO.: KCG/RMFL/031/2015-16 We hereby invite you to submit a bid for the execution and completion of the above works. Pretender site visit is optional and tenderers are advised to visit the site on their own. Completed bid documents enclosed in sealed envelopes and clearly marked with the respective Tender Number and Tender Name should be addressed to: COUNTY SECRETARY, COUNTY GOVERNMENT OF KIAMBU, P.O.BOX 2344-00900 KIAMBU, KENYA And deposited in the tender box located at the Ruiru Sub County -Roads,Transport, Public works and Utilities Department, P.O. Box 2344-00900, Kiambu during normal working hours. Yours Faithfully, COUNTY SECRETARY KIAMBU COUNTY

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 4 21 Opening and Evaluation of Tenders 22.1 The Procuring entity will evaluate and compare the tenders which have been determined to be substantially responsive. EVALUATION CRITERIA Mandatory requirements 1. Attach a copy of VAT Registration Certificate 2. Attach a copy of Certified Certificate of Business Registration /Incorporation 3. Attach a copy of current and valid Tax Compliance Certificate 4. Attach a copy of Registration certificate with NCA 5. Adequate equipment and key personnel 6. Proof of sound financial standing 7. Fill confidential business questionnaire 8. Completeness of Tender Document 9. Pretender site visit certificate 10. For special groups a copy of the applicable certificate to be provided i.e. youth, women and disadvantaged groups 11. Two copies of the bid document clearly marked ORIGINAL and COPY. 2. TECHNICAL EVALUATION (80 MARKS) i) Technical personnel - Site Manager with a minimum of 2 years experience in works of an equivalent nature and volume(tds- (Engineer, Foremen, Artisans) (20mks) ii) Proof of ownership/hire of equipments (Equipment to be made available for the Contract) (24Mks) a) Motor grader b) Tipper Lorry (Minimum capacity10 M³ ) c) Poker Vibrator d) 10 ton Vibratory roller e) Backhoe f) Water bowser minimum 10,000 litres iii) Litigation history of the company (3Mks) iv) Preference for youth, women & people with disabilities (10Mks) v) Proof of works of similar magnitude (10Mks) vi) Local preferences for Kiambu contractors (10 Mks) vii) Work Plan (3Mks) 3. FINANCIAL EVALUATION (20 MARKS) a) Proof of sound financial standing (10 Mks) - Certified Bank Statements for a duration of 3 years. b) Competitiveness of the Bid (10Mks)

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 5 INSTRUCTIONS TO BIDDERS 1. All entries must be typed or written in ink. Mistakes must not be erased but should be crossed out and corrections made and initialled by the persons signing the quotation. 2. Quote for each item separately, and in units as specified. 3. The form of bid shall be duly signed and stamped by an authorised representative of the bidder. 4. Form of powers of attorney shall be duly filled, signed and stamped. 5. Each quotation should be submitted in a sealed envelope with the Tender Number and Name endorsed on the outside. 6. A copy of National Construction Authority (NCA). 7. Valid current year single business permit (AGPO group exempted). 8. A valid tax compliance certificate 9. Duly filled and signed confidential business questionnaire by an individual entrusted with the powers of attorney. 10. Bidders who fall under the AGPO category shall attach their certificates. 11. The bidder shall submit original and copy of tender document with each clearly labelled ORIGINAL and COPY respectively.

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 6 CONDITIONS OF BID 1. The General Conditions of the Contract with the Government of Kenya apply to this transaction. This form properly submitted constitutes the agreement to apply or provide the services shown at the prices and within the delivery period stated in the Local Service Order. 2. The offer shall remain firm for 30 days from the closing date unless otherwise stipulated by the COUNTY SECRETARY-KIAMBU COUNTY 3. KIAMBU COUNTY shall not be bound to accept the lowest or any other offer, and reserves the right to accept any offer in part unless the contrary is stipulated by the candidate s expenses, or may be collected by the owner. 4. Test Materials to be used on the works when required will be provided by the contractor free and before execution of works. 5. Time for completion of the contract shall be indicated in the form of tender. 6. The contract shall be signed within 30days but not earlier than 14days from the award of Tender.

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 7 FORM OF POWER OF ATTORNEY (All bidders shall complete this form otherwise, their bids shall be considered as non-responsive) We (Name of Bidder) having our offices located in (Name of Town and Building) duly authorise (Name of person appointed to act for and on behalf of the bidder) to act for and on our behalf on all matters pertaining to the execution of works as stipulated under Tender No. KCG/RMFL/031/2015-16: CONSTRUCTION AND REHABILITATION OF NGUMO WA JEREMIA ROAD IN LARI SUB COUNTY. Duly signed and delivered: Name of appointed attorney: Signature of appointed attorney: Witnessed by: 1. Name of First Company Director: Signature: 2. Name of Second Company Director: Signature: Company Seal:

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 8 FORM OF BID To: Office of the County Secretary, Kiambu County, P.O. Box 2344-00900 KIAMBU, Dear Sir, RE: CONSTRUCTION AND REHABILITATION OF NGUMO WA JEREMIA ROAD IN LARI SUB COUNTY. In accordance with the Instructions to bidders, Conditions of Bid, Specifications and Bills of Quantities for the execution of the above named works, we, the undersigned offer to perform the works and remedy any defects therein for the sum of: Kshs.Amount in figures Kenya Shillings... [Amount in words] We undertake, if our tender is accepted, to commence the Works as soon as is reasonably possible after the receipt of the Employer s Representative s notice to commence, and to complete the whole of the Works comprised in the Contract within.[period] days. We agree to abide by this tender for a period of 30 days from the date of bid opening and shall remain binding upon us and may be accepted at any time before that date. Unless and until a formal Agreement is prepared and executed this bid together with your written acceptance thereof, shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any tender you may receive. Dated this.. day of 20.. Signature.in the capacity of. duly authorized to sign tenders for and on behalf of:.. [Name of Bidder]

Of.. [Address of Bidder] C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 9

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 10 PIN No... VAT CERTIFICATE No. Witness: Name. Address. Signature

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 11 REPUBLIC OF KENYA CONFIDENTIAL BUSINESS QUESTIONNAIRE You are requested to give the particulars indicated in Part 1 and either Part 2 (a), 2(b) or 2(c) whichever applies to your type of business. You are advised that it is a serious offence to give false information on this Form. Part 1 - General: Business Name:....... Location of Business Premises...... Plot No.......Street/Road... Postal Address....Tel No....... Nature of Business...... Current Trade Licence No.......Expiring Date. Maximum value of Business which you can handle at any one time: Kshs...... Name of your Bankers..... Branch........ Are you an agent of the Kenya National Trading Corporation? YES/NO Part 2(a) - Sole Proprietor: Your Name in full............ Age:............ Nationality......Country of Origin.......... *Citizenship details............

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 12 Part 2(b) - Partnership: Give details of partners as follows: Name Nationality Citizenship Details* Shares 1.......... 2......... 3..... Part 2(c) - Registered Company: Private or Public...... State the nominal and issued capital of the company- Nominal: Kshs....... Issued: Kshs....... Give details of all Directors as follows: Name Nationality Citizenship Details Shares 1............ 2......... 3..... 4......... 5..... Part 2 (d)- Interest in the Firm: Is there any person / persons in KIAMBU COUNTY, who has interest in this firm? Yes /No** Date:...Signature of Contractor...... Attach proof of citizenship (Compulsory)

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 13 CONTRACT FORM THIS AGREEMENT made on the day of 20 between COUNTY GOVERNMENT OF KIAMBU of P.O BOX 2344-00900 KIAMBU, KENYA (hereinafter called the Procuring entity) of the one part AND of [or whose registered office is situated at] (Hereinafter called the Contractor ) of the other part. ; WHEREAS THE Employer is desirous that the Contractor executes TENDER FOR CONSTRUCTION AND REHABILITATION OF NGUMO WA JEREMIA ROAD IN LARI SUB COUNTY. KCG/RMFL/031/2015-16 (hereinafter called the Works ) and the Employer has accepted the tender submitted by the Contractor for the execution and completion of such Works and the remedying of any defects therein for the Contract Price of Kshs [Amount in figures],kenya Shillings [Amount in words]. NOW THIS AGREEMENT WITNESSETH as follows: 1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents shall be deemed to form and shall be read and construed as part of this Agreement i.e. (i) (ii) (iii) (iv) (v) (vi) Letter of Acceptance Form of Tender Conditions of Contract Specifications Drawings Priced Bills of Quantities

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 14 3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract. 4. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day and year first before written. The common Seal of Was hereunto affixed in the presence of Signed Sealed, and Delivered by the said Binding Signature of Employer Binding Signature of Contractor In the presence of [i] Name Address Signature [ii] Name Address Signature

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 15 PREAMBLE TO BILLS OF QUANTITIES 1. The bills of quantities form part of the contract documents and are to be read in conjunction with contract drawings and general specifications for materials and works. 2. The prices quoted shall be deemed to include for all the obligations under the contract including but not limited to supply of materials, labour, and delivery to site storage on site, installation, testing and commissioning and all taxes (including 16% VAT) 3. All prices omitted from any item, section or part of the Bills of Quantities shall be deemed to have been included to another item, section or part thereof. 4. The brief description of the items given in the Bills of Quantities is for the purpose of establishing a standard to which the contractor shall adhere. Otherwise alternative brands of equal and approved quality will be accepted. 5. Should the contractor install any materials not specified here-in before receiving written approval from the Project Manager, the contractor shall remove the material in question and at his own cost, install the proper material. 6. The grand total of prices in the price summary page must be carried forward to the Form of Tender for the tender to be deemed valid.

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 16 COUNTY GOVERNMENT OF KIAMBU ROADS, TRANSPORT, PUBLIC WORKS & UTILITIES BILL OF QUANTITIES TITLE: CONSTRUCTION AND REHABILITATION OF NGUMO WA JEREMIA ROAD IN LARI SUB COUNTY COUNTY GOVERNMENT OF KIAMBU LARI SUB COUNTY; KINALE WARD NGUMO KWA JEREMIA ROAD 1.0KM PREMLIMINARIES AND GENERAL ITE M 1.01 1.02 DESCRIPTION UNIT QTY RATE AMOUNT Provide and fix in mass concrete 1.2 M x 1.8M high fabricated steel publicity sign to Engineers specifications and maintain the board for 1 year. Allow for surveying and setting out the road alignment of boundaries on both sides of the road to the required width as directed by the Engineer No 1 l.sum 0 - - 1.03 Include percentage of P.C sum in item 1.02 for Contractor's overhead and profit % 25.00 1.04 Allow a prime cost sum of ksh. 10,000 for material testing services and other laboratory sevices. l.sum - - 1.05 Include percentage of P.C sum in item 1.04 for Contractor's overhead and profit % 25.00 - Subtotal for Preliminaries and General Items

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 17 SITE CLEARANCE 4.01 Clear site of bushes, hedges, remove stumps and burn the waste material M 2 1000 4.02 4.03 Heavy Grade to fall and crossfall including camber formationto a slope of 2.5% and formation of a well defined drain Provide the necessary equipment(minimum 15 tonne) and compact the sub-grade base to 95% MDD( AASHTO T99)( where directed by the engineer) M 2 6000 l.sum 0 - - Sub total Site clearance DRAINAGE WORKS 8.01 Clean,grade to shape existing drains, drainage structure and pipe culverts of any description and size to free flowing conditions. M 50 8.02 Excavate in soft material for pipe culverts, headwalls, wingwalls, aprons, toe walls,drop inlets, minor drainage structures and compact excavated surface as specified by the Engineer. M 3 0 - - 8.03 Provide, lay, joint, haunch and backfill with suitable material 600mm I.D concrete pipes for cross or access M 12 8.05 Ditto item 8.03 for 900mm I.D concrete pipes M - 8.06 8.07 Provide,place and vibrate class 25/20 conrete to headwalls, wingwalls and aprons to pipe culverts including formwork and provision and placing of reinforcement as shown on the drawings Provide all material, excavate for and construct masonary scour checks(as directed by the engineer) M 3 11 No 0 - -

C o u n t y G o v e r n m e n t o f K i a m b u. P a g e 18 8.08 Excavate for mitre, catch water and outfall drains in soft material Subtotal for Drainage Works M 3 SURFACE MATERIAL 12.01 Supply,spread, water and compact the approved natural gravel to a minimum thickness of 100mm to 95% MDD (AASHTO T18). M 3-12.02 Ditto item 12.01 above for quarry waste M 3 600 Subtotal for Surfacing Materials SUMMARY OF TOTAL BILL OF QUANTITIES Description 1 Preliminaries 4 Site clearance and top soil stripping 8 Drainage 12 Surfacing material TOTAL ADD VAT(@16%) TOTAL TENDER SUM Signature of bidder Rubber stamp