You are on page 1of 22

FAO - KENYA OFFICE

INVITATION TO BID
Date:06 November 2023
TENDER No.: 2023/605

CLOSING DATE: Thursday, 16th November 2023 – 12:00 hrs Nairobi Time
The Food and Agriculture Organization of the United Nations (“FAO” or “Organization”) is an
intergovernmental organization with more than 194 member countries. Since its inception, FAO has worked
to alleviate poverty and hunger by promoting agricultural development, improved nutrition and the pursuit
of food security - defined as the access of all people at all times to the food they need for an active and
healthy life.

To achieve its goals, FAO cooperates with thousands of partners worldwide, from farmers’ groups to traders,
from non-governmental organizations to other UN agencies, from development banks to agribusiness firms
(further and more detailed information on FAO can be found on the internet site: http://www.fao.org).

In preparing your bid, you should take into account the international status and activities of FAO by
submitting your best commercial terms. You should also be aware that FAO enjoys certain privileges and
immunities which include exemption from payment of Value Added Tax ("VAT" or "IVA"), customs duties
and importation restrictions.

FAO intends to award a Contract for works, specifically:

“Rehabilitation of K’Owino Water Pan, Migori County, Kenya”

You are hereby invited to submit your best offer in connection with the award of such works.

The following procedures have been established by this Organization for the award of this Contract.

1. Procedures

1.1 You are invited to submit an offer for the above-mentioned works. A description of the requested works
is provided in Annex I;

1.2 In submitting your offer, you are supposed to have considered all aspects relevant to the performance of
the proposed contract and to have obtained all necessary information and data as to risks, contingencies and
other circumstances which may influence or affect your offer;

1.3 It is understood that all documents, calculations, etc. which may form part of your offer will become the
property of the Organization, who will not be required to return them to your firm;

1.4 The Organization may decide to make a partial award or no award at all should it consider that the results
of this tender and/or any other related circumstance so require;
TENDER No. 2023/605
1.5 All costs incurred to prepare your bid have to be borne by you; FAO will not be liable to reimburse any or
all of such cost;

1.6 The Organization reserves the right to publish the details of awards, including contractor name and
country, total Contract value and a brief description of the services. In all cases, unsuccessful bidders will
be notified;

1.7 Consortium of firms will be accepted provided that the companies indicate which firm will be the main
Contractor and will be responsible for the signature of the relevant contract. Bidders adhering to the
Consortium will have to notify FAO of their acceptance to participate in the Consortium;

1.8 Registration as a vendor in the UN Global Marketplace (UNGM), www.ungm.org, is a prerequisite for
accessing the tender document and receiving an award from FAO. Please register your firm with
UNGM. If you have any difficulties registering, please contact UNGM team using the Help button on the
web site www.ungm.org

1.9 The Organization has adopted a zero-tolerance approach to fraud, and it prohibits firms from engaging in
corrupt, fraudulent, collusive, coercive, unethical and obstructive practices when participating in
procurement activities. As provided by the Vendor Sanctions Procedures
(http://www.fao.org/fileadmin/user_upload/procurement/docs/FAO_Vendors_Sanctions_Policy_-
_Procedures.pdf), if the Organization determines that a firm has engaged in such conduct, it will impose
sanctions and may share information on sanctioned firms with other Intergovernmental or UN
Organizations;

1.10 A firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise
identified as ineligible by any Intergovernmental or UN Organization, including any organization within
the World Bank Group or any multi-lateral development bank, or by the institutions and bodies of
economic integration organizations (e.g., the European Union). You are therefore required to disclose to
the Organization whether your firm, or any of your affiliates, agents or subcontractors, is subject to any
sanction or temporary suspension imposed by any such organization or National Authority at any time
during the three years prior to the contract or at any time throughout the execution of the contract. You
acknowledge that a breach of this provision will entitle FAO to terminate its contract with your firm,
without any liability for termination charges or any other liability of any kind of FAO, and that material
misrepresentations on your status constitute a fraudulent practice;

1.11 Bidders must certify that their firm is not associated, directly or indirectly, with entities or individuals
(i) that are associated with terrorism, as in the list maintained by the Security Council Committee
established pursuant to its Resolutions 1267 (1999) and 1989 (2011), or (ii) that are the subject of
sanctions or other enforcement measures promulgated by the United Nations Security Council. Selected
bidders also agree to undertake all reasonable efforts to ensure that none of the funds received from FAO
under the awarded contract are used to provide support to individuals or entities associated with terrorism
or that are the subject of Security Council sanctions. This provision must be included in any subcontracts,
sub-agreements or assignments entered into under the awarded contract. The Bidder acknowledges and
agrees that this provision is an essential term of the awarded contract and any breach of these obligations
and warranties shall entitle FAO to terminate the Contract immediately upon notice to the Contractor,
without any liability for termination charges or any liability of any kind of FAO;

1.12 Bidders must certify that their company and/or subcontractors are not associated, directly or indirectly,
with the consultant or any other entity who prepared the terms of reference or other bidding documents
for this tender;

2
TENDER No. 2023/605

1.13 Please note that Bidders who use an independent consultant to assist in the preparation of offers may
risk engaging in unacceptable practices if the same consultant assists another Bidder to prepare an offer
for the same tender. Bidders are reminded that they are fully responsible for the conduct of any consultant
who may be used to prepare offers for FAO tenders and they should take all measures to ensure that any
independent consultant engaged to assist in the preparation of an offer for an FAO tender has not and
will not be involved in the preparation of an offer for another Bidder for the same tender process.

1.14 Bidders are kindly requested to disclose to the best of their knowledge whether their company has any
personal or professional relationships with FAO. The disclosure shall include all relevant details and
should include, but not be limited to:
- ANY current or past employment relationship with FAO of your
company's representatives and employees;
- ANY current or past relationship with any FAO staff member (family members, spouses, etc.)
of your company's representatives and employees.

1.15 Fairness and transparency are fundamental principles for FAO procurement activities. Firms that
believe that the procurement process was not fair and transparent may request feedback from the office that
issued the tender. If a satisfactory response is not received, a firm may present a protest following the bid
protest procedures detailed in the following link:
http://www.fao.org/unfao/procurement/codedeconduitethique/protests/en/. To report allegations of fraud or
misconduct in the procurement process, bidders may submit information, also anonymously, to the Office of
the Inspector General Hotline: http://www.fao.org/aud/69204/en/.

2. Documents Enclosed

To facilitate preparing your Bid the following documents are enclosed:

2.1 The "Bid Summary" form, to be used for submitting your Bid;
2.2 Annex I: Statement of Works, Services and Specifications
2.3 Annex II: Drawings
2.4 Annex III: Bill of Quantities (BoQ) and Costs
2.5 Draft Contract this Organization intends to award consisting of the Sections I and II and the relevant
Annexes I through XII.

3. Documents to be Submitted and Mandatory Requirements

Your Bid should consist of the following clearly identified items:

3.1 The duly completed "Bid Summary" mentioned in paragraph 2.1 above, using the form enclosed
here with or copies of such form, along with the Mandatory Documents set out below in para. 3.3 (a) to (f);

3.2 The duly completed Annex III of the Letter of Invitation (Bill of Quantities and Costs) indicating the
prices. Bidders shall fill in the prices for all items of the Works described in Annex I (Statement of Works and
Specifications) and listed in the Bill of Quantities. Items for which no rate or price is entered by the bidder will
not be paid for by the Organization when executed and shall be deemed covered by the other rates and prices
in the Priced Bill of Quantities.

3
TENDER No. 2023/605
3.3 Mandatory Requirements (Pass/Fail):

Bidders are required to fulfill the following mandatory requirements. Failure to provide required
information/documents will result in the disqualification of the bidder from the tender evaluation
process.

(a) Certificate of Registration/Incorporation of the Company; the company must be registered legal entity
licensed to work in Kenya.

(b) VAT Registration Certificate(s)

(c) Valid National Construction Authority certificate (NCA)

(d) Audited financial statements including Income Statement and Balance Sheet of the bidder for the past
two years;

(e) Minimum 2 contracts for execution of works of a similar nature and comparable value to this Works or
of a higher value executed/completed by the bidder as the lead contractor during the last seven (7) years,
and a statement of the value of each contract and the name and address of the employer in each case;

(f) Minimum Staff required for the Implementation of the Works:

Project Engineer:

At least one (1) Project Engineer with the following minimum qualifications and experience required for the
successful execution of the Works (Please attach CV):
• Degree in Civil Engineering, Construction Management or Water/Agricultural engineering from a
reputable University;
• 5 years’ experience in construction/civil works (bias in civil works/construction projects);
• Fluency in written and spoken English and Swahili.

Construction Technician/Foreman:

At least one (1) site foreman/technician Full time on site with the following minimum qualifications and
experience required for the successful execution of the Works (Please attach CV):
• Diploma in Civil Engineering, Construction Management or Water/Agricultural engineering from a
reputable institution;
• 5 years’ experience in construction/civil works

Technician and Artisan:

At least one (1) technician with certificate in construction and one (1) artisan with certificate in
masonry/construction are required to demonstrable experience in undertaking similar construction/civil
works.

The Bidder should demonstrate ability to assemble all required manpower.

(g) Minimum Equipment Required for the Implementation of the Works


4
TENDER No. 2023/605
At least:
• 1 Backhoe excavator
• 2 Tipper lorries
• 1 Survey level machine/equipment

NOTE: Please state against each equipment whether owned or for-hire

(h) Work Plan and Schedule of Contract Performance should be provided by bidders.

4. Evaluation

The Bids received will be evaluated against the mandatory requirements. Pass/Fail methodology will be used
to evaluate each one of the mandatory requirements. Failure to comply with any of the mandatory requirements
will result in disqualification of the bid. FAO further reserves the right to consider, and disqualify firms based
on, documented prior poor performance, including but not limited to poor quality of goods or services
provided, late delivery and unsatisfactory performance. FAO further reserves the right to consider, and
disqualify firms based on their financial standing. The contract will be awarded to the most competitive offer
that complies with the technical specifications as laid out by the mandatory requirements.

5. Completeness of Bid

Bids will only be considered if they contain all of the above information and documents and observe the
provisions of the enclosed sample contract as otherwise it will not be possible to evaluate them on an equal
basis. Since this Organization is not allowed to sign contracts which do not specify its maximum financial
liability, proposals which do not allow us to calculate such liability may be rejected.

6. Participation by the Organization

You are invited to visit the site (described in “STATEMENT OF WORKS, SERVICES AND
SPECIFICATIONS” in Annex I) at your own costs and should examine carefully the nature and extent of the
participation in the contract performance by the Organization as set out in Annex V of the enclosed contract
since such contract assumes that all other requirements for its successful completion are provided at the cost of
the Contractor. There will be a Pre-Bid Site visit held on 14th November 2023 at the site You should therefore
state in the appropriate space provided in the "Bid Summary" (Part III) any additions or modifications
of the said Annex V which you suggest for a satisfactory performance of the contract (you can use a
separate sheet if necessary).

7. Privileges and Immunities

This Organization enjoys certain privileges and immunities which include exemption from payment of VAT,
customs duties and importation restrictions.

8. Currency of Bid and of Contract

Your bid should be expressed in Kenya Shillings.

9. Form of Submission and Closing Date

9.1 Your offer should be submitted as follows:

5
TENDER No. 2023/605
TO ENSURE THE VALIDITY OF YOUR OFFER, IT MUST BE SUBMITTED AS
FOLLOWS:

1. Uploading your Bid on UNGM:


Please login and upload all the documents requested in paragraph 3 to this Letter
of Invitation in the designated placeholders in the UNGM portal and within the
indicated deadline.

It is the exclusive responsibility of the bidders to ensure that the files are
uploaded before the tender deadline. The system will reject any bid received
after the deadline.

Please follow the instructions below to upload the electronic files in the UNGM
portal:

a) Log in the UNGM website with your e-mail and password;

b) Click on MY TENDERS and select the tender;

c) Click on VIEW DOCUMENTS (green button on the left of the specific tender notice
you are interested in);

d) Click on the second tab of the tender notice;

e) Click on the “OPT IN” button;

f) To upload all the documents, go under “MY TENDER RETURN - MAIN” and click
the red button “UPLOAD DOCUMENT”, as instructed in the corresponding
“Description”.

NOTE: It is highly recommended that the size of the files does not exceed 5MB and

that the format of the files is “PDF”, unless otherwise requested.

IMPORTANT: Once all files are uploaded, please remember to click on the red button
“SUBMIT MY RETURN” to send your offer. If the submission is properly completed,
you will be able to view and download a receipt under the “HISTORY” tab.

SUBMISSIONS BY E-MAIL OR FAX ARE NOT ALLOWED.

2. Modification or Withdrawal of Bid:

A bidder may, without prejudice, modify or withdraw an offer before the deadline with
the “MODIFY RETURN” function. No offer may be modified after the deadline for
submission.

3. No Bid Notice:
In the event that your company is not interested to participate in this tender, the
Organizations would appreciate your feedback with a brief explanation. In this case,
you are kindly requested to click on the “OPT OUT” button displayed in the UNGM
portal to send your reason for non-participation.

6
TENDER No. 2023/605

9.2 COMMUNICATING WITH FAO AND REQUESTING CLARIFICATIONS

All communications concerning this tender should mention the tender number ITB 2023 605 and
should be submitted as soon as possible through the UNGM portal under the
“CORRESPONDENCE” tab.

Bidders are responsible for appropriately examining this tender. If the Bidder finds discrepancies in or
omissions from the documents, or if their intent or meaning appear unclear or ambiguous, or if any
other questions arise, the Bidder shall submit any request for clarification through the aforementioned
“CORRESPONDENCE” tab.

In submitting a request for clarification, please do not, under any circumstances, submit a copy of
your offer or reveal any information about your intended quotation. This will invalidate your offer.

The deadline for submitting your requests for clarification is six (6) days before the tender closing
date.

9.3 FAO’s REPLIES TO BIDDERS’ REQUESTS FOR CLARIFICATION

Responses to clarification enquiries will be simultaneously issued by FAO to all bidders through the
UNGM. The system will send automatic e-mail notifications to all bidders every time a clarification,
or any other communication related to the tender notice, is sent out by FAO.

All FAO’s responses to bidders’ questions will be uploaded under the “CLARIFICATIONS” tab of
your Tender Management page and made available to all bidders. Please ensure to read all the
clarifications as they become part of the technical specifications.

9.4 Your bid should be submitted (uploaded on UNGM) no later than Thursday, 16th November
2023, 12.00 hours, noon, Nairobi Time

May I take this opportunity to express my appreciation for your interest in assisting this Organization in the
implementation of its activities.

Yours sincerely,

For: Anne Kinyua,


Assistant FAOR, (Administration)

7
TENDER No. 2023/605

TENDER No. 2023/FRKEN/FRKEN/5004015 (2023/605)

BID SUMMARY

Instructions: Please, tick (if applicable) on the boxes ( ) to the left below and duly sign and stamp this
document.

PART I: Mandatory Requirements

I certify that I have provided documentation as evidence of meeting the Mandatory Requirements set forth in
paragraph 3.3 (a to h) of the Letter of Invitation.

PART II: Commencement of Contract Performance

I undertake to commence the performance of the contract immediately upon receipt of the contract duly
signed by both Parties.

I propose to execute the Works described in the Contract within a period of _________ calendar days

I certify that I have submitted a detailed work plan and schedule of Contract Performance confirming
completion of works within a maximum of 60 calendar days

I certify that the following documents will be provided within one week from signature of the contract:

Performance Bond;

Insurance policy;

Detailed work schedule

PART III: Participation by the Organization in the contract performance (see Annex IV of the Contract)

Either:

I certify that the inputs to be provided by the Organization, as set out in Annex V of the sample Contract,
are adequate and sufficient for a satisfactory contract performance;
or

For a satisfactory contract performance, the following would have to be provided:

__________________________________________________________________
__________________________________________________________________
__________________________________________________________________
__________________________________________________________________

i
TENDER No. 2023/605

PART III: Bill of Quantities

Find attached Annex III, Bill of Quantities showing the costs related to the works required.

PART IV: Completeness of Bid

I confirm having obtained all relevant data and information as regards risk, contingencies, and any other
circumstances which may influence or affect the performance of the contract, which have been duly taken
into account in the formulation of this bid.

I understand that the contract resulting from this Tender will be a lumpsum contract (not ad-
measurement) based on the total amount of the bid submitted, the amount of which will represent the
maximum financial liability of the Organization.

I understand that items for which no price is entered by the Bidder shall be deemed covered by the other
prices in the Bill of Quantities and included in the total lumpsum.

PART V: Subcontractor(s): Indicate the proposed subcontractor(s), if any.

__________________________________________________________________

PART VI: Certification of Proper Procedures

I certify that my firm/organization (including all members of a consortium, if applicable) and its
subcontractors are not associated, directly or indirectly, with the consultant or any other entity who
prepared the terms of reference or other bidding documents for the project.

I acknowledge that my firm is responsible for any consultant, including independent consultants, who
assists in the preparation of offers and confirm that my firm has taken all measures to ensure that any
independent consultant engaged to assist in preparing this offer has not and will not be involved in the
preparation of another bid for another bidder for the same tender process.

PART VII: Conflict of Interest Disclosure

Either:

To the best of my knowledge, I confirm that none of my firm’s representatives or employees have a
current or former employment relationship with FAO, and none of my firm’s representatives or
employees has a current or past relationship with a FAO staff member (family members, spouses, etc.).
or
I have provided below details regarding the following representatives or employees of my firm who have
a current or former employment relationship with FAO and/or who have a current or past relationship
with an FAO staff member:
_____________________________________________________________________________
_____________________________________________________________________________
____________________________________________________________________________

ii
TENDER No. 2023/605

PART VIII: Contract Provisions:

I confirm that the terms and conditions of the contract/s as enclosed with the letter of invitation are
acceptable except for the reservations explicitly set out in this offer.

_____________________________________________________________________________
_____________________________________________________________________________
____________________________________________________________________________

I certify that my firm has not and will not engage in corrupt, fraudulent, collusive, coercive, unethical or
obstructive practices during the selection process and throughout the negotiation and execution of the
contract.

I confirm that my firm, including any affiliates, agents or subcontractors, is not subject to any sanction
or temporary suspension imposed by an Intergovernmental or UN Organization, including any
organization within the World Bank Group or any multi-lateral development bank, or by an institution
or body of an economic integration organization (e.g., the European Union). If my firm, or any affiliates,
agents or subcontractors, has been subject to any temporary suspension or sanction by any such
organization or National Authority within the preceding three years, I have provided further information
below:

_____________________________________________________________________________
_____________________________________________________________________________
____________________________________________________________________________

I certify that my firm is not associated with any individual or entity appearing on the 1267/1989 list of
the UN Security Council or with any individual or entity subject to any other sanctions or enforcement
measures promulgated by the UN Security Council.

PART IX: Validity of Bid:

This offer is valid for acceptance for a period of TWELVE (12) MONTHS as from the deadline for
the submission of the offer indicated in the letter of invitation.

Name of Firm:

Mailing Address:

UNGM #:

Fax:

Tel:

Email:
iii
TENDER No. 2023/605

Person(s) to contact:

Signature:

Date:

Name & Title:

Company seal:

iv
ANNEX I

STATEMENT OF WORKS, SERVICES, SPECIFICATIONS AND DRAWINGS

CONTRACT OBJECTIVES

The objective of this contract is to Rehabilitate the K’Owino Water Pan in Migori County.

Location
The existing water pan is located in Ojawa village of Ungowe sublocation of Central Okayo Location of, West
Nyatike Sub-County of Migori County ((Lat, long) -0.834786,34.235200.

Description and Specifications of the Works

The contractor(s) shall provide the works as described in detail in the Drawings in Annex II and the BOQ in
Annex III. These shall consist of:

• Desilt the reservoirs are to firm ground.


• Clear the embankment of trees and bushes.
• Rehabilitate the embankment to reinstate the eroded sections.
• Construct a spillway sill at the spillway inlet.
• Incorporate and draw-off system incorporating water abstraction point for both animal and livestock.
• Construct a fencing around the reservoir and the dam and the dam.
• Excavate a silt trap upstream of the dam

Drawings

The drawings related to the Works are attached in Annex II.

A. EXPECTED TIME TO COMPLETE WORKS

60 Calendar Days.

SPECIFICATIONS OF CONSTRUCTION MATERIALS AND WORKS

GENERAL SPECIFICATIONS

A. GENERAL ITEMS

A.1 Materials Generally


All materials used on the Works shall be new and of the qualities and kinds specified herein and equal to
approved samples. Deliveries shall be made sufficiently in advance to enable samples to be taken and tested if
required. No materials shall be used until approved and all materials which are not approved, or which are
damaged, contaminated or have deteriorated in any way or do not comply in any way with the requirements of
this Specification shall be rejected and shall be immediately removed from the Site at the Contractor's expense.

A.2 Materials for which there is a Local Standards Specification


All materials used in the Works for which there is a local, British Standard Specification or equivalent as has
been published, shall conform with the latest edition thereof in every way. The Resident Engineer reserves the

i
right to demand that the Contractor shall obtain at his own expense a certificate in respect of any materials to
state that is in accordance with the Local, British Standard Specification or equivalent.

A.3 Materials for which there is no Local Standards Specification


All materials used in the works for which no Local Standards Specification has been published shall conform
with the British standards or equivalent specification for such materials. If there are no published standards and
specified for any materials, the quality of such materials shall be generally of a standard equal to those for
which there is a Local, British Standard Specification or equivalent.

B. EXCAVATIONS AND EARTHWORK

B.1 Site Clearance


Site clearance shall include the cutting down of all trees, stumps, bushes, vegetation and rubbish, burning the
debris arising in approved locations and carting remaining material to a tip provided by the Resident Engineer.
This should be inclusive of provision of access road.

B.2 Nature of the Soil


The Contractor is advised to visit the site and to ascertain the nature of the ground to be excavated and he/she
shall price accordingly, and no claim will be allowed for want knowledge in this respect. Rates for excavation
shall include for excavation in soil, earth, black cotton, sandy soil, murram, tuff, soft rock, boulders or whether
other sub soil is encountered except hard rock as defined below.

B.3 Top Soil


The top soil across the pan area will be excavated and disposed of to spoil as directed by the Resident Engineer.

B.4 Foundation Excavations


If the Contractor excavates to any greater depths than shown in the drawings or as instructed by the Resident
Engineer, then he/she shall at his/her own expense fill in such extra depth of excavation with concrete as
specified for the foundations to the satisfaction of the Resident Engineer. The Contractor shall not be paid for
the cost of any excavation executed deeper or wider than shown on the drawings.

B.5 Surplus Soil Disposal


Excavated material shall be removed to areas off site which shall be approved by the Resident Engineer at no
additional cost.

B.6 Water Pan, Diversion Channel, and Silt Trap


1) Earthwork excavations shall be undertaken by machinery (backhoe and tipper lorry) unless otherwise
advised for technical reasons;
2) The water pan and associated works shall be constructed as specified in the bill of quantities with the
supervision of the Engineers from the client and the contractor;
3) All embankment slopes shall be trimmed to required slopes and dimensions as specified on the drawings
or as instructed by the Resident Engineer.

C. WORKMANSHIP

C.1 Manufacturer’s instructions


All materials shall be used strictly in accordance with instructions issued by the manufacturers concerned.

C.2 Inspections
ii
The Contractor shall give written notices to the Resident Engineer for the purpose of inspection and
measurement, whenever sections of excavations and compactions are completed.

C.3 Sill Levels


The Contractor shall take particular care to ensure the sill levels are truly horizontal and placed at the correct
level.

C.4 Gabion Boxes


Gabion boxes shall be placed at the direction of the Resident Engineer. Gabion boxes shall be filled by carefully
placing stones of not less than 5Kg weight by hand so as to make a compact form within the gabion box.

D. PROTECTION

D.1 Existing services


Before commencing works the Contractor shall at his/her own expense ascertain in writing from the relevant
local authorities and all other public bodies, companies and persons who may be affected, the position and the
depths of their respective ducts, cables, mains, or pipes and appurtenance. He/she shall thereupon search for
and locate such services. Location of all active existing services shall be marked adequately and protected from
damage. Inactive services may be removed or sealed off in accordance with the agreement with the local
authorities.

D.2 Protection
The Contractor shall protect all the graded and filled areas from action of the construction. Any settlement or
washing away that occurs prior to acceptance of the works shall be repaired and surface re-established to the
required elevations and slopes at the contractor’s own expense.

It is the Contractor’s responsibility to ensure adequate supply of electricity and water to be used for the execution
of the Works.

ANNEX II: DRAWINGS

The drawings relating to the Works are provided herein Annex II.

iii
ANNEX III
BILL OF QUANTITIES (BOQ) AND COSTS
REHABILITATION OF K’OWINO WATER PAN, MIGORI COUNTY, KENYA

REHABILITATION OF KOWINO DAM IN MIGORI COUNTY


BILL NO. 1: Preliminary and General Items

Rate Amount
Item Description Units Qty
(Kshs) Kshs)
Allow for Contractors Mobilization, including
Mobilization of plant and equipment to the project
site, Site establishment, Maintenance and
demobilization. Rate shall be inclusive of
1.1 Item 1
Demobilization after completion of the works.
Plant to include but not limited to the following:
Personnel, Excavator, Bulldozer, Roller, and
Water Bowser etc.

Provide and erect contract / Project Sign boards


1.2 water pan intake works site as directed. No 2

Allow for provision for all statutory requirements


1.3 in accordance with General Conditions. Item 1 100,000

BILL NO 1: PRELIMINARIES AND GENERAL ITEMS CARRIED TO GRAND SUMMARY

BILL No. 2 WATER PAN


Rate Amount
Item Description Unit Quantity
(KES) (KES)
Site Clearance
Clear the embankment area of all bushes, grass SM 2,700.0
2.1.1 and shrubs including grabbing up roots and
deposit away as directed by the engineer

Rates to include disposal or stockpiling for


re-use as directed
Cut to spoil away from the dam, in the reservoir CM 3,500
2.1.2 area depth not exceeding 1.0m

2.1.3 Ditto for depth between 1.0m and 2.0m CM 1,500

Silt trap

iv
Cut to spoil in soft material for the dam silt trap, CM 4,500
2.1.4 depth not exceeding 2.0m

Earthworks
Rates to include disposal or stockpiling for
re-use as directed
Strip embankment side slopes and crest of SM 2,700
250mm top soil not exceeding 250mm and
2.1.5
spread on site or dispose off as directed by the
Engineer

Prepare Upstream Embankment face, place and CM 775


compact 0.5m thick approved embankment
2.1.6 material in layers not exceeding 150mm
thickness and compact to 95% Maximum Dry
Density to form the side slop to 1(v) :3(H)

Prepare Downstream Embankment face, place CM 1,750


and compact 0.5m thick approved embankment
2.1.7 material in layers not exceeding 150mm
thickness and compact to 95% Maximum Dry
Density to form the side slop to 1(v) :2.5(H)

Excavate a breach in the embankment 5m wide CM 1,890


2.1.8 at the bottom with 1(v) to 2(h) side slopes to
allow evacuation of the dam water

Place and compact approved embankment fill


material in layers not exceeding 150mm
2.1.9 thickness and compact to 95% Maximum Dry CM 1,890
Density to form the side slope to correspond to
the embankment sections

Element No. 2: Spillway concrete protection


Allow for excavation to levels as indicated in the CM 5
2.2.1 drawing.

Provide and Place reinforced concrete class No 8


25/20 in Spillway Sill 13.2.0m long by 1.0m deep
2.2.2 by 0.35m Thick. Rate to include formwork and
Y10 reinforcement as indicated in the
drawing.

Provide and Place Concrete Class 15/20 in No 8


upstream spillway apron 15.0m wide by 2.0m
2.2.3 wide by 0.25m deep. Rate to include
MEASHA142 reinforcement as indicated in
the drawings.

v
Provide and Place Concrete Class 15/20 in No 19
downstream spillway apron 15.0m wide by 5.0m
2.2.4 wide by 0.25m deep. Rate to include
MEASHA142 reinforcement as indicated in
the drawings.

Supply materials, cut to recess and construct No 18


weighted Gabion mattress 6mx1mx0.3m as
2.2.5
riprap at Spillway to pan Filled, placed and
properly anchored

Provide grouted stone rip rap protection 300mm SM 24


2.2.6 THK spill way along contact areas with earth
embankment

BILL NO. 2 CARRIED TO SUMMARY PAGE

BILL NO. 3: Perimeter Fence

RATE AMOUNT
ITEM DESCRIPTION UNIT Quantity
(KES) (KES)

FENCING AND GATE

Provide and Install 3.0m high, 150 by 150mm Nr 200


Square precast concrete intermediate cranked
top fencing post suitable for 3 rows of barbed
3.1 wire @ 150mm C/C over cranked section and 6
line plain wire over straight section @ 3000m C/C
as shown in the drawings

Provide and Install 3.0m, 150 by 150mm Square Nr 10


precast concrete corner fencing post suitable for
3.2
4 line wires @ 500mm C/C as shown in the
drawings

Provide and Install 2.5m, 150 by 150mm Square Nr 60


precast concrete corner and intermediate post
3.3 strainers as shown in the drawings. Intermediate
strainers at 25 interval

Provide and Install 2.1m high, 3.2mm diameter m 600


chain-link fencing to KEBS standard KS
261:2007,with 80 x 80mm aperture stayed using
3.4 6 strands of galvanised plain wire 2.5mm
diameter to KS-261-2007 (Kenya Standards).
Cost includes all straining and fixing components

vi
Provide and Install 3 strand barbed wire, gauge m 1,800
16 to KS-261-2007 (Kenya Standards) fencing
3.5 over cranked fence section. Cost to include all
straining and fixing components

Provide and Install 4.0m wide by 2400high Nr 2


double leaf metal gate fixed on 100 x 6mm SHS
3.6 to detail as shown on the drawings including all
fixing, bolting and locking fixtures

Provide Materials and Construct a Nr 1


2000mmx2000mm guard house at the gate
3.8
including roofing galsheets and finishes to
Engineers approval

500No drought resistant Tree planting around the


perimeter fence placed @1.5m C/C as wind
3.9 break for protection of water pan embankment Nr 400
and prevent erosion. Water the trees to grow
during the DLP

BILL NO. 3 TOTAL CARRIED TO SUMMARY


PAGE

BILL NO. 4: Cattle Trough


Description Rate Amount
Item Unit Quantity (KES) (KES)
Excavations
Excavation including maintain and supporting
4.1 sides and keeping free from water, mud and m 6
fallen materials by bailing , pumping or otherwise
4.2 Excavate bulk for pit 0.00-1.5 metres m3 1
4.3 Remove surplus excavated material from site m 3
2

Hardcore filling
Supply, fill and ram 300mm thick approved
4.4 ton 10
Hardcore
4.5 Stone pitching 2.0m wide around the trough m2 25

Concrete work
Concrete in foundations
4.6 Mass concrete strip foundations m3 0.8
4.7 10mm diameter reinforcement bars 150mm c/c Kg 30
4.8 100mm thick reinforced concrete slab m3 1.3
4.9 Timber shattering provided to sides of floor slab m 30
4.10 Weld mesh Reinforcement A142 m2 10

vii
(II) SUPERSTRUCTURES
Walling
225 mm Thick (building stones
4.11 /rubble/interlocking soil blocks) walling in cement m2 16
and sand mortar (1:3)

Finishes
Wall finishes
Cement and sand (1:3) render as described
in:
4.12 13mm Thick with finish to masonry walling m2 16
4.13 25mm thick floor finish m 2
11
Prepare and apply three coats plastic
emulsion paint to:
4.14 Rendered wall surfaces m2 13.2

Others
32mm diameter GS pipes and fittings
4.15 Class PN 10 pipe and all fittings m 10
4.16 Barrel Nipples No 6
4.17 Sockets No 4
4.18 Unions No 3
4.19 GI Gate Valves No 2
4.21 Ball valve No 1
4.22 Elbows No 4

BILL NO. 4 TOTAL CARRIED TO SUMMARY


PAGE

Bill No. 5- Waterpoint

AMOUNT
ITEM DESCRIPTION RATE (Ksh)
UNIT QUANTITY (KSh)
CLASS E: EARTHWORKS

Excavation for foundations


To include for all trimming to levels, backfilling with
approved selected spoil, compacting, disposal of
surplus material and reinstatement.

General excavation for floor area depth not exceeding


5.1
250mm deep m3 2.5

5.2 Excavation for foundation exceeding 1200mm deep m3 1.0

Filling

viii
Approved Hardcore backfill minimum depth 250mm
5.3 compacted in 150mm layers to floor slab and front
area m3 0.6

5.4 Approved Murrum blinding to floor slab m3 0.8

CLASS G: CONCRETE ANCILLIARIES

Provide and place the following concrete including all


form work.

5.5 Concrete grade 15/20 -in Platform m3 7

5.6 BRICKWORK IN CEMENT MORTAR MIX 1:4 m2 1

REINFORCEMENT

Provide support and fix the following reinforcement,


including all cutting, bending and supports.

5.7 BS 142 weld mesh reinforcement m2 5

5.8 150 X 25mm formwork m2 6

CLASS I: PIPEWORK - PIPES


All pipes to be GI KS ISO 1425-2

5.9 50mm Dia PN 16 GI inlet pipe m 6

5.10 40mm Dia PN 16 GI outlet pipe m 5

CLASS J: PIPEWORK - FITTINGS AND VALVES


All fittings are GI unless Specified

5.11 160mm slotted upstand m 2

160mm GI pipe installed through the embankment,


5.12 rate to include 250mm concrete Surround complete m
with anti seepage collars at 1.5m c/c 75

5.13 160 by 900 bend No. 1

5.14 160 by 100mm Reducing Tee No. 2

5.15 100mm pipe m 50

5.16 100 by 900 bend No. 1

5.17 50 mm dia. Elbows GI No. 4

5.18 100 by 32mm Reducing Tee No. 1

5.19 160mm Flushing Sluice Valve in a chamber No. 1

ix
5.20 32mm dia. Valve sockets No. 1

5.21 32mm gate valve No. 2

5.22 32mm uPVc Faucet Socket No. 1

5.23 12mm brass BIBCOCK No. 2

5.24 Reducing socket 32mm-12mm No. 2

5.25 32mm Double elbow No. 3

5.26 32mm Double socket No. 1

5.27 32mm Pegler or approved Water Meter No. 1

CLASS K: PIPEWORK - MANHOLES AND


PIPEWORK ANCILLARIES
Drainage

Excavate for 400mm square X 900mm catch pit to


5.28
detail No. 1

Excavate for 1000mm square X 1500mm soak pit as


5.29
detailed No. 1

5.30 4" X 8 X 18" lining block to the site of the catch pit m 7

5.31 100mm thick mass concrete for catch pit base slab m 1

5.32 Mass concrete to the soak pit cover slab m 0.3

Catch pit grating made from welded to form 25mm


5.33
square mesh on 50mm steel frame No. 1

Graded approved free draining Hardcore/rubble stone


5.34
filling the soak pit m3 2

5.35 225mm Dia. uPVC drainage pipes m 1

BILL NO. 5 CARRIED TO SUMMARY PAGE

SUMMARY OF COSTS

Bill Amount
Description
No. (Kshs.)

x
Bill Preliminaries and General items
No. 1:

Bill Reservoir Desilting and Embankment Rehabilitation


No. 2:

Bill Perimeter Fence


No. 3:

Bill Cattle trough


No. 4:

Bill Waterpoint
No. 5:

GRAND TOTAL

This Bills of Quantities has been assembled generally in accordance with the Rules of the Civil Engineering
Standard Method of measurement Third Edition (CESMM3) approved and sponsored by the Institution of
Civil Engineers, UK.

* It is understood that the TOTAL amount is a lumpsum and includes all costs incurred for the completion
of all activities involved in the performance of this contract.

Bidder (Company): ____________________________________________

Name (Authorised Person): _____________________________________

Signature: __________________________

Date: _____________________

Company Stamp:

xi

You might also like