0% found this document useful (0 votes)
15 views186 pages

Draft HQ Report

Uploaded by

Stephen Katula
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
15 views186 pages

Draft HQ Report

Uploaded by

Stephen Katula
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
You are on page 1/ 186

1.1.

1 Improvement of Mudodo Lane- Imelda Road


KURA/RMLF/HQ/334/2021/2022
Project Name Improvement of Mudodo Lane- Imelda
Road
Tender No KURA/RMLF/HQ/334/2021-2022
Name of Contractor Suze Limited
Road Name Mudodo Lane- Imelda Road
Road ID HQ-15
Project Works Improvement
Category Women
Project Funding RMLF Conditional Allocatin
Planned Length 0.9 km
Budget Ksh. 40,000,000.00
Achieved Road Length -
Date of Procurement 15th Feb, 2022
Contract Award Date 11th April, 2022
Start Date 19th May, 2022
Completion Date 19th Nov, 2022
Contract Period 6 Months with 3 months DLP
R.E In charge Eng. Wilson Lepartobiko

Time elapsed 5 months


% Time elapsed 83%
% Progress of works 35%
Contract Sum Ksh. 39,238,740.00
Savings Kshs 761,260.00
Certified Amount to date -
% Of contract sum certified -
Date of Report Sept-22

1.1.1.1 Location Of Contract


S/NO ROAD NAME LENGTH
1 Mudodo lane- Imelda road 0.90
Total 0.90

1.1.1.2 Extent Of Contract


The works to be executed under the Contract comprise mainly of but not limited to the following:

 Site clearance including removal of encroachments


 Removal of topsoil
 Cut to spoil/fill for vertical alignment
 Filling with gravel or approved materials for sub-grade and sub-base layers; and shoulders
 Hand packing for base layers
 Installation of kerbs for edge restraint on the carriageway
 Installation of kerbs for edge restraint on the carriageway
 Ac 50mm surfacing for carriageway
 60mm Concrete Paving blocks walkway 1.0m width
 Excavation of drains
 Lining of drains using masonry/reinforced concrete
 Installation of culverts and Invert Block Drains (IBDs) where applicable
 Road marking.
- Road furniture:
- Installation of road signs and bollards
- Road marking.
 Protection works: Stone pitching etc.

Defects Liability Period shall be 3 months.


1.1.1.3 Specific Technical Audit Findings
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-1.
HQ
15-
334
spec
ific
findi
ngs
S/No
1 Need Identification of the need  The roads qualified for improvement  Commendable None Not
Assessment for implementation of the  It serves the the residents of Nairobi Applicable
works  Characterized by high traffic volume

2 Prioritizatio Verify the undertaking of  There are records on stakeholder  Conduct and Supplement  Noted KURA HQ
n of works RICS and its place in engagement ARICS with road maps
selection  There are no records of ARICS that depict road condition
and prioritization of conducted for the road and their extents
works. Stakeholder
participation.
Confirm proper scoping  Scoping of works conducted  HQ to provide geotagged  Noted and is KURA HQ
of works and appropriate  Key intervention measures captured photos showing road under
intervention measures were: conditions before implementati
- Cut to spoil/fill for vertical interventions on with RMS
alignment  Provide map showing road
- Filling with gravel or approved maintenance action
materials for sub-grade and sub- required depending on
base layers; and shoulders existing condition
- Hand packing for base layers
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-1.
HQ
15-
334
spec
ific
findi
ngs
S/No
- Installation of kerbs for edge
restraint on the carriageway
- Installation of kerbs for edge
restraint on the carriageway
- Ac 50mm surfacing for
carriageway
- 60mm Concrete Paving blocks
walkway 1.0m width
- Excavation of drains
- Lining of drains using
masonry/reinforced concrete
- Installation of culverts and Invert
Block Drains (IBDs) where
applicable
- Road marking.
 There is no documentation of road
conditions before intervention

3 Planning of Development of the  An annual workplan prepared and  Seeking approval of work None Not
Works annual work plan submitted to KRB plans commendable Applicable
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-1.
HQ
15-
334
spec
ific
findi
ngs
S/No
Verify the availability  PPRA’s Standard Documents for  Use of standard None Not
and use of Small Works applied documents commendable Applicable
guidelines/manuals for  Manuals for cost estimating (2019)  Apply updated cost
planning available at KURA HQ Offices. estimation manual once
 Cost estimating manuals require released
updating  In the meantime, apply
consumer indices to
reflect price changes
4 APRP Confirm eligibility of the  There is no project under HQ region - None Not
project for funding using that was listed in the APRP. Only the Applicable
the Road Maintenance amount allocated to the region was
Levy Fund stated

Check for works outside - - None Not


APRP Applicable
Explain the budget  No budget overruns.  Commendable None Not
Overruns/Savings  A budget Savings of Applicable
KShs.761,260.00 was realized.
Check for multiple  No multiple funding on the road  Commendable None Not
funding or duplication of  Project Was funded by RMLF Applicable
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-1.
HQ
15-
334
spec
ific
findi
ngs
S/No
works Conditional allocation
Check for omitted road  No omitted works from the APRP.  Commendable. None Not
works in the Applicable
APRP/County Gvt work
plans
Comment on the status  No carry over of the works  Commendable. None Not
of carry over works and  No overlaps with 2020/2021 projects Applicable
any overlaps with FY
2020/2021 works
5 Project Adherence to project  Detailed sketch with scoping report  Preparation of detailed None Not
Design preparation process and availed sketches commendable. Applicable
design steps  Establishing invert levels for
drainage works (Bill 5 activities)
done
 Standard drawings applied for
culverts, kerbs and IBD drains
 Use of raised road kerbs appropriate
in case of errant vehicles

Appropriateness of  Open drains suitable for the area  Commendable None Not
designs with regard to  Laying of kerbs with drainage slots Applicable
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-1.
HQ
15-
334
spec
ific
findi
ngs
S/No
economy and efficiency appropriate
 Side slabs for drains appropriate
 The designs were suitable
economically and were efficient
6 Tendering Advertisement of  A complete contract document was  Commendable. None Not
and tenders, Check for an signed. Applicable
Procurement efficient tendering  Performance bond was provide
process and the  Contract documents has main
completeness of contract sections for small works- conditions
documents, Publicity of contract, specifications, special
boards. specifications, and bill of quantities
 Tender was for women category,
which is appropriate to enhance
competition.
 1 No Publicity boards provided in the
contract and Engineers instructions
Adequacy of the BoQ  Bill descriptions are adequate as  Commendable None Not
descriptions compared to standard Applicable
specifications

Comparison of unit rates  Unit rates applied in this Contract  Commendable. None Not
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-1.
HQ
15-
334
spec
ific
findi
ngs
S/No
adopted in the BoQ with were within the prevailing market Applicable
the market rates rates as displayed in the BOQ
attached in the Annexures section of
this report.
7 Project Verify works supervision  Engineers staff included RE, ARE,  Supervision of the project None Not
Managemen and availability of Roads Inspector and Supervisor. was well facilitated. Applicable
t/ adequate supervision  Project provided a station wagon
Constructio resources (staff, vehicles, vehicle 4WD provided with adriver
n Stage funding etc) and maintained with fuel under bill
01.07
 Bill item 01.03 allows for allowances
for RE’s miscellaneous accoumt @
150,000.00
 Bill item 01.05 allows for allowances
for RE’s staff @ 1,000,000.00
 Bill Item 01.01 allows for material
testing @ Kshs. 200,000.
Handling of advances,  No variation orders encountered  Commendable None Not
guarantees, insurances,  Approval for expending supervision Applicable
site instructions, claims, PC sums sought by RE and granted
variation orders and cost by PE
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-1.
HQ
15-
334
spec
ific
findi
ngs
S/No
 No claims issued on project
 Advance payments not applicable
Comment on the  There are no payments done yet for - None Not
payment timelines to this project Applicable
contractors/suppliers
Comment on the delivery  Works are ongoing  Commendable. None Not
of works within the Applicable
planned time and cost
Confirm certification of  Completed works certified by RE,  Due to low quality precast  Noted KURA HQ
the works done; work ARE and Site Agent units (kerbs, IBDs,
approval forms,  Following tests were conducted at channels) in the market,
approved material tests, onset of the project: kerbs (see photo),
RE approvals for use of - Concrete classes manufacturer’s certificates
materials on site, - Asphaltic Concrete Mix Analysis. to accompany all
measurement sheets  Details for following tests missing deliveries on site
- Manufacturer certificates for  If kerbs are made on site,
Kerbs, IBDs, concrete confirmatory
- Confirmatory tests for concrete tests to be carried out
during casting of concrete in  Equip RE office with
culverts Rebound Hammer to test
quality of concrete before
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-1.
HQ
15-
334
spec
ific
findi
ngs
S/No
leaving manufacturer/
contractor’s yard
Verify proper field  Sufficient supervision team including  Keeping records Noted KURA HQ
inspection by road the RE, ARE, Inspectors and site Commendable
overseers and agent  Equip RE office with
methodology  Daily worksheets available. equipment for works
 Equipment for confirmatory tests not inspection.
availed to RE staff  Expand survey equipment
in specifications, Clause
132 to include Rebound
Hammer
Measurement of  Measurement sheet availed for  Commendable. None Not
individual bill items and individual bill items Applicable
valuation  Appraisal done
Inspection and  Daily inspection by the inspection  Commendable None Not
acceptance of works team as evident in the daily Applicable
worksheet
 No acceptance report as the project is
at 35%
Comment on proper  Quite commendable filing and record  Filing Commendable None Not
filling of records and Applicable
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-1.
HQ
15-
334
spec
ific
findi
ngs
S/No
ease of retrieval of keeping.
documents
8 Quality of Check on the  There is sufficient supervision of on-  Expand test results to  Noted KURA HQ
Ongoing/Co performance, standards, going work by the supervision team cover pre-casted units
mpleted adherence to tolerance  Materials used in the field subjected
works and durability of the to testing for quality in the lab prior
works to use in the field
Review construction  Method of construction and other  Commendable None Not
methods used, supplies procedures given by contractor Applicable
and work procedures approved by the engineer.
Carry out confirmatory  There are no culverts constructed yet - None Not
tests for completed and  There are no kerbs or IBDs or Applicable
ongoing works channels on site yet
 The work is relatively new
Perform visual  The works are ongoing  Commendable None Not
inspection of completed  Stone hand packing is done Applicable
works and rate the works sufficiently and ongoing (Figure 4-
as either good, fair or 106)
poor
9 Quality Review of quality control  Existing approach for quality control  Confirmatory tests for Noted KURA HQ
Control systems in place focusses on initial selection of Precast units to be carried
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-1.
HQ
15-
334
spec
ific
findi
ngs
S/No
materials. at the source by Engineer.
 Need to expand material testing  Engineer to issue Site
program to confirmatory tests on Instructions and ensure
site- earthworks and concrete. compliance with: testing
 For precast units, carry out the tests of precast units at the
at the source, before delivery. manufacturers yard

Compare the quality  Inspection and acceptance report  Commendable None Not
control records i.e., adequate with respect to the Applicable
inspection and specifications provided in the scope
acceptance reports with of work.
specifications
Comment on sampling  Most material tests are conducted at  Expand test results.  Noted KURA HQ
and testing of materials, the start of the contract works.  RE to expand issuance of
and use of test results to  Material Test results carried out at instructions to include
ensure works quality the start of the contract may not fully tests for precast units
address quality of works throughout
the project period.
10 Environmen Review the  There was no provision for  Conduct feasibility studies  Under KURA HQ
tal and environmental impact environmental impact and mitigation and ESIA and details to be implementati
Social Audit mitigation measures measures. captured in EMP on
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-1.
HQ
15-
334
spec
ific
findi
ngs
S/No
issues applied  However, no negative effects of this
project on the environment were
noted during the field visits and
audit.
Assess on-site health and  No provisions for trainings on  The on-site health and  Noted KURA HQ
safety measure occupational health and safety. safety measures should be
applied
 Provide for training SUM
in Bill 25 under Cross
Cutting Issues.
Gender considerations in  Monthly labour returns showing the  Commendable and should None Not
employment number of males and females who be upheld. Applicable
were involved in the project were
available.
Documentation of major  There was no documentation of on  Environmental  Noted KURA HQ
environmental and social major environmental and social Management Plan to
issues expected and issues expected. capture key environmental
appropriate remedial  Noise and dust expected due to and social issues should
measures proximity of houses to the road be provided for by the
Contractor to show how
he/she would deal with
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-1.
HQ
15-
334
spec
ific
findi
ngs
S/No
arising environmental and
social issues.
 Detailed EMP to be
captured in MPR
11 Road Safety Adherence to the designs  Project scope and activities did not  Commendable None Not
given in terms of road alter road geometry Applicable
geometries
Comment on clarity of  Road reserves clear  Commendable None Not
road reserves and Applicable
clearance of site
Verify the construction  Furniture provided for in Bill 20.  Commendable None Not
of necessary road Applicable
furniture
12 Roads 2000 Training on R2000  Specifications allow for Training of  Create awareness R2000  Noted KURA HQ
Strategy Strategy for both field site staff strategy by facilitating
and senior personnel training of personnel on
the same.
 Add training and
awareness creation as a
cross-cutting issue- Bill 25
Integration of cross  Labour sourced from project area  Commendable None Not
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-1.
HQ
15-
334
spec
ific
findi
ngs
S/No
cutting issues  Materials sourced from project area. Applicable
Employment levels and  30% gender rule not met as depicted  Adhere to the 30%  Noted KURA HQ
adherence to 30% in the Contractor’s monthly and daily employment to women
employment to women labour returns.
Extent of use of local  Extensive use of local labor and  Commendable None Not
labour and materials materials observed. Applicable
13 Post- Issuance of take over  The works are omgoing - None Not
Constructio certificate, defects Applicable
n liability period and
Managemen control of road services
t and utilities
14 Prior Audit .  The project was not audited - None Not
recommend previously Applicable
ations
15 Performance Aspects of good work  Kerb- kerb gaps that allow road  Commendable None Not
practice/weaknesses both surface drainage. Applicable
on the agency and  Kerbs used were of relatively good
contractor. quality.
 The road surfacing was well done
and were in good condition as shown
in the photos in the Annexure
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-1.
HQ
15-
334
spec
ific
findi
ngs
S/No
section.
 Filing system and documentation
good
1.1.2 Rehabilitation Of Five Star Road, Access Road to Hamayun Estate & Drainage Works on
Muhoho Road
Project Name Rehabilitation of Five Star Road, Access Road to Hamayun Estate
and Drainage Works in Muhohoh Road
Tender No KURA/RMLF/HQ/337/2021-2022
Name of Contractor Zila Systems Limited
Road Name & ID Five Star Road, Access Road to Hamayun Estate and Drainage Works
in Muhohoh Road
Road ID HQ-18
Project Works Rehabilitation
Category Youth
Project Funding RMLF Conditional Allocation
Planned Length 1.8 km
Budget Kshs. 165,000,000.00
Achieved Road Length 1.8
Date of Procurement 23/02/2022
Contract Award Date 19/04/2022
Start Date 22nd May, 2022
Completion Date 22nd Nov, 2022
Contract Period 6 months with 3 months DLP
R.E In charge -
Time elapsed 5 months
% Time elapsed 83%
% Progress of works 88%
Contract Sum Kshs. 163,567,656.00
Savings/Overrun Kshs. 1,432,344.00
Certified Amount to date Kshs. 70,776,872.00
% Of contract sum certified 43.3%
Date of Report Sept-22
KURA/RMLF/HQ/337/2021-2022
1.1.2.1 Location Of Contract

The project is located in Karen area of Nairobi county.

S/NO ROAD NAME LENGTH


1 Five star road 0.5
2 Access road to Hamayun Estate 0.4
3 Muhoho Road 0.9
Total 1.8 Km
1.1.2.2 Extent Of Contract
The works to be executed under the Contract comprise mainly of but not limited to the following: -

 Site clearance including removal of encroachments


 Removal of topsoil
 Cut to spoil/fill for vertical alignment
 Filling with gravel or approved materials for sub-grade and sub-base layers; and shoulders
 Hand packing for base layers
 Installation of kerbs for edge restraint on the carriageway
 AC 50mm surfacing for carriageway
 Excavation of drains
 Lining of drains using Invert Block Drains (IBDs)
 Installation of culverts where applicable
 Road furniture:
 Installation of road signs
 Road marking.
 Protection works: Stone pitching etc. Total Length of Roads = 1.8 km

Defects Liability Period shall be 3 months.


1.1.2.3 Specific Technical Audit Findings
Tabl Reporting Area Audit Observations Recommendation Management Action by
e Comments
2-2.
HQ
18-
337
spec
ific
findi
ngs
S/No
1 Prioritizati Verify the undertaking  No details on the undertaking of RICS were  RICS details Noted KURA-HQ
on of of RICS and its place provided. should be included
works in prioritization, in the project file.
selection and
development of the
annual work plan
Confirm proper  Scope of works to be executed was well  Commendable. None Not Applicable
scoping of works and documented. The works include ;
appropriate - Site clearance including removal of
intervention measures encroachments
- Removal of topsoil
- Cut to spoil/fill for vertical alignment
- Filling with gravel or approved
materials for sub-grade and sub-base
layers; and shoulders
- Hand packing for base layers
- Installation of kerbs for edge restraint
on the carriageway
- AC 50mm surfacing for carriageway
- Excavation of drains
- Lining of drains using Invert Block
Drains (IBDs)
Tabl Reporting Area Audit Observations Recommendation Management Action by
e Comments
2-2.
HQ
18-
337
spec
ific
findi
ngs
S/No
- Installation of culverts where applicable
- Road furniture:
- Installation of road signs
- Road marking.
- Protection works: Stone pitching
2 Planning of Stakeholder  Details of public participation were  Stakeholder None Not Applicable
Works participation; publicity provided. involvement was
boards, advertisement  The tender was advertised under the youth commendable
of tenders, road category. The contract was awarded to Zila  The advertisement
closures, Systems Limited. of the tender was
correspondences and  There is evidence that publicity boards were commendable.
minutes of meetings erected.

Verify the availability  Several manuals such as FIDIC and  Emphasis should None Not Applicable
and use of AASHTO 1999 were applied in planning, be made to the use
guidelines/manuals for contract management and supervision. of certified
planning e.g.; methods of
Supervision and measurements and
Contract Evaluation quotation.
manual, AASHTO
1999, FIDIC Red
Book etc.
Compare the unit rates  The rates adopted were within the market  Commendable None Not Applicable
Tabl Reporting Area Audit Observations Recommendation Management Action by
e Comments
2-2.
HQ
18-
337
spec
ific
findi
ngs
S/No
adopted to the market price.
rates
3 APRP Confirm eligibility of  The projects under HQ region were not  Commendable None Not Applicable
the project for funding listed in the APRP. Only the amount
using the Road allocated to the region was stated
Maintenance Levy  The project was funded through savings.
Fund
Check for works  No records for such works.  Commendable None Not Applicable
outside APRP or
County Government
work plans
Explain the budget  A savings of Kshs. 1,432,344.00 was  Commendable None Not Applicable
Overruns/Savings realized fom this project
Check for multiple  No multiple funding.  Commendable None Not Applicable
funding or duplication  Project is only funded through savings.
of works
Check for omitted  No works observed to have been omitted  Commendable None Not Applicable
road works in the
APRP/County Gvt
work plans
Comment on the status  There is no carry over work for this project.  Commendable. None Not Applicable
of carry over works
and any overlaps with
Tabl Reporting Area Audit Observations Recommendation Management Action by
e Comments
2-2.
HQ
18-
337
spec
ific
findi
ngs
S/No
FY 2020/2021 works
4 Project Appropriateness of  The designs provided were appropriate and  Commendable. None Not Applicable
Preparation designs with regard to adequate.
economy and  The contractor also provided an appropriate
efficiency work programme.
Project Adherence to project  Formation levels were provided  Commendable None Not Applicable
Design preparation process  The designs were customized to fit the
and design steps project
 Invert levels for culverts were provided and
documented
5 Tendering Advertisement of  A complete contract documented stamped  Commendable. None Not Applicable
and tenders, Check for an and signed was filed.
Procureme efficient tendering  Performance bond provided.
nt process and the  Contract documents has main sections for
completeness of small works- conditions of contract,
contract documents, specifications, special specifications, and
Publicity boards. bill of quantities
Adequacy of the BoQ  Bill descriptonas are adequate as  Commendable None Not Applicable
descriptions compared to standard specifications
Tabl Reporting Area Audit Observations Recommendation Management Action by
e Comments
2-2.
HQ
18-
337
spec
ific
findi
ngs
S/No
Comparison of unit Item BoQ Range Market  Unit rates applied
rates adopted in the Rate in this Contract
BoQ with the market AC 26064 2000- 30000 were within the
rates 39000 prevailing market
Kerbs 1200 400- 1000 rates
1500
Marking 1200 150- 1500
2500
Concrete 12000 1200- 13000
25000

6 Project Verify works  Work supervision team not provided.  The Supervision Noted Director
Manageme supervision and  Resources to be used by the supervision team should be
nt/ availability of team not provided. well equipped and
Constructio adequate supervision  The contractor had the equipment required resourced.
n Stage resources (staff, in this project. (4 tippers, Concrete  The contractor was
vehicles, funding etc.) vibrators, water tank, Wheel loader, Motor well equipped.
loaders, Hydraulic crawler, Self-propelled
single dum, Paver, Pot hole cutter)
 The equipment was leased from the ministry
of transport.
Handling of advances,  No evidence of claims, advances, variation  Commendable None Not Applicable
guarantees, insurances, orders and cost in this project.
site instructions,
Tabl Reporting Area Audit Observations Recommendation Management Action by
e Comments
2-2.
HQ
18-
337
spec
ific
findi
ngs
S/No
claims, variation  1% performance guarantee of Kshs
orders and cost 1,635,676.56 provided and confirmed by
Century Microfinance Bank expiring on
25/05/2023.
 Site instructions provided.
Comment on the  IPC documents availed and fully supported  Commendable None Not Applicable
payment timelines to  DLP period active
contractors/suppliers
Comment on the  No progress reports provided.  Progress reports None Not Applicable
delivery of works should be well
within the planned documented.
time and cost
Confirm certification  Work approval forms provided and signed  Commendable None Not Applicable
of the works done; by the RE, ARE, Road inspector and the site
work approval forms, agent
approved material  Material test approved by the RE
tests, RE approvals for  Measurement sheets duly filled and
use of materials on documented
site, measurement
sheets
Verify proper field  Daily worksheet signed by the inspection  Commendable None Not Applicable
inspection by rad team
overseers and  Sufficient inspection team including the RE,
Tabl Reporting Area Audit Observations Recommendation Management Action by
e Comments
2-2.
HQ
18-
337
spec
ific
findi
ngs
S/No
methodology ARE, road inspector, surveyor and the site
agent
 Site instructions sufficiently issued
Measurement of  Measurement sheets provided sufficiently  Commendable None Not Applicable
individual bill items and all individual items valued
and valuation
Inspection and  Substantial inspection done and minutes  Commendable None Not Applicable
acceptance of works documented
 DLP active
Comment on proper  Proper filing of documents in a box file  Commendable None Not Applicable
filling of records and
ease of retrieval of
documents
7 Quality of Check on the  The road is completed and under use by  Commendable None Not Applicable
Ongoing/C performance, residence
ompleted standards, adherence  The drainages are well done
works to tolerance and  DLP is active
durability of the works
Review construction  Method of construction and other  Commendable None Not Applicable
methods used, procedures given by contractor and
supplies and work approved by the RE
procedures
Carry out  Rebound hammer test on Cabro is at  Ensure  Noted KURA-HQ
Tabl Reporting Area Audit Observations Recommendation Management Action by
e Comments
2-2.
HQ
18-
337
spec
ific
findi
ngs
S/No
confirmatory tests for 25N/mm2 compared to the required strength confirmation of
completed and of 49N/mm2 quality of pre-
ongoing works  Compressive strength of culvert wings at casted units before
22N/mm2 compared to the required strength procurement for
of 25N/mm2 use in the field
 Provide the RE
with rebound
hammer for
confirmation of
quality of concrete
used in the field
Perform visual  Carriage way is rated as good with good  Commendable None Not Applicable
inspection of traffic flow (Photo 4-60)
completed works and  Road marking is still pending, DLP is active
rate the works as (Photo 4-62)
either good, fair or  Well defined footpath and is aesthetic
poor (Photo 4-644)
 Stone pitching done and culverts installation
 Broken Kerbs (Photo 4-66)
 Cleaning of existing culverts and drains
(Photo 4-61)
8 Quality Review of quality  The Contractor leased all the necessary  The contractor was  Noted KURA-HQ
Control control systems in equipment for this project. well equipped with
Tabl Reporting Area Audit Observations Recommendation Management Action by
e Comments
2-2.
HQ
18-
337
spec
ific
findi
ngs
S/No
place  All material test were carried out at the machinery.
beginning of the project except for pre-  Carry out test for
casted units. pre-casted units
 The contractor engaged a qualified engineer. before
procurement to be
used in the field
Compare the quality  Daily inspection by supervision team as  Commendable None Not Applicable
control records i.e., evident in the daily worksheet
inspection and  Substantial inspection conducted
acceptance reports
with specifications
Comment on sampling  Concrete samples were submitted for class  Material testing to  Noted KURA-HQ
and testing of 15/20 and class 25/20 and were subjected to cover the pre-
materials, and use of 7 and 28 days for strength casted units
test results to ensure  There were no samples submitted for pre-
works quality casted units
9 Environme Review the  Copies of EIA and NEMA report and  EIA and NEMA  Noted KURA-HQ
ntal and environmental impact analysis were not provided. reports should be
Social mitigation measures documented in a
Audit applied detailed EMP
issues Assess on-site health  There are no records of safety gears like  Apply onsite  Noted KURA-HQ
and safety measures safety boots given to workers safety measures
 Use of reflectors by workers is  Provide for on-site
Tabl Reporting Area Audit Observations Recommendation Management Action by
e Comments
2-2.
HQ
18-
337
spec
ific
findi
ngs
S/No
commendable health and safety
measures in the
BoQ
Gender considerations  The monthly labour returns show that both  Commendable None Not Applicable
in employment male and female were employed in work
force
Documentation of  No documentation on environmental and  Major Noted KURA-HQ
major environmental social issues documented. environmental and
and social issues  No remedial Measure documented. social issues
expected and expected and
appropriate remedial appropriate
measures remedial measures
should be
documented
10 Road Adherence to the  The designs adopted did not alter with the  Commendable None Not Applicable
Safety designs given in terms road geometry
of road geometries
Comment on clarity of  The road reserve is clear except for some  Involve the county Under KURA-HQ
road reserves and encroachment government and implementation
clearance of site other stakeholders
to deal with
encroachment
Verify the  Furniture is provided for in the BoQ bill 20  Ensure that road Noted KURA-HQ
Tabl Reporting Area Audit Observations Recommendation Management Action by
e Comments
2-2.
HQ
18-
337
spec
ific
findi
ngs
S/No
construction of  Furniture installed include road signs and marking is done
necessary road road kerbs before the end of
furniture  Road marking is pending DLP
11 Roads Training on R2000  No evidence on trainings and sensitization  Trainings and Noted KURA-HQ
2000 Strategy for both field campaigns conducted. sensitization
Strategy and senior personnel campaigns should
be conducted by
the contractor.
 Provide for R2000
training in the
BoQ under Bill 25
Integration of cross  Labour and materials were sourced locally  Integrating  Noted KURA-HQ
cutting issues  Publicity signboard was installed as activities; training
instructed and creation of
 No records of HIV/AIDS training or awareness for
creation of awareness HIV/AIDS to be
conducted
Employment levels  The monthly labour returns indicated that  Adhere to the 30%  Noted KURA-HQ
and adherence to 30% both male and female were employed in threshold
employment to women work force but the 30% threshold was not employment to
me women
Extent of use of local  Local materials and labour were employed  Commendable None Not Applicable
labour and materials
Tabl Reporting Area Audit Observations Recommendation Management Action by
e Comments
2-2.
HQ
18-
337
spec
ific
findi
ngs
S/No
12 Prior Audit  The project was not previously audited. - None Not Applicable
recommend
ations
13 Exemplary Aspects of good work  Goof filling and record keeping  Commendable None Not Applicable
Performanc practice e.g.,
e documentation of
works done and
organization of files
1.1.3 Improvement Of Baraka Lane-Off Eastern Bypass
KURA/RMLF/HQ/342/2021-2022

Project Name Improvement of Baraka Lane-off Eastern Bypass


Tender No KURA/RMLF/HQ/342/2021-2022
Name of Contractor Makam Technical Services Ltd
Road Name & ID HQ-23
Project Works Improvement
Category Youth
Project Funding RMLF Conditional Allocation
Planned Length 1.5km
Budget Kshs. 44,333,170.00
Achieved Road Length 0.25 km
Date of Procurement 19th October, 2021
Contract Award Date 08th April, 2022
Start Date 27th May, 2022
Completion Date 27th Nov, 2022
Contract Period 6 Months with 1 month DLP
R.E In charge Eng. Joseph Kivangul
Time elapsed 5 months
% Time elapsed 83%
% Progress of works 30%
Contract Sum Kshs 43,506,542.40
Savings/Overrun Kshs. 826,627.60
Certified Amount to date Kshs 13,807,721.28
% Of contract sum certified 31.7%
Date of Report Aug-22

1.1.3.1 Location Of Contract


The works are located in Embakasi, Nairobi county.

S/NO ROAD NAME LENGTH


1 Baraka lane off eastern bypass 1.5
Total 1.5
The length of the roads is approximately 1.5 Km

1.1.3.2 Extent Of Contract


The works to be executed under the Contract comprise mainly of but not limited to the following: -

1. Road Works

 Earthworks
 Construction of 300mm Improved Subgrade 0.6km
 150mm Base quality subbase-0.6km
 150mm hand packed stones-0.6km
 50mm Ac surface
 Pothole patching and repair works
 AC regulation and Overlay
 Provision and installation of road furniture.
 Road marking

2. Drainage Works

 Construction of pipe culverts and other drainage works.


 Drain and culvert cleaning

3. Maintenance of passage of traffic through and around the works.

4. Relocation of services where necessary.

5. Maintenance of works during Contract Period.

Defect Liability Period shall be 1 month.


1.1.3.3 Specific Technical Audit Findings
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
1 Need Identification of the  The roads qualified for Improvement of  Commendable None Not
Assessment need for Baraka Lane-off Eastern Bypass Applicable
implementation of  It serves the residents of Embakasi and
the works is characterized by large traffic volume

2 Prioritization of Verify the  There are records on stakeholder  Conduct and  Noted KURA-HQ
works undertaking of engagement Supplement
RICS and its place  There are no evidence to show that ARICS with road
in selection ARICS conducted for the road maps that depict
and prioritization of road condition and
works. Stakeholder their extents
participation.
Confirm proper  Key intervention measures captured  HQ to provide  Noted KURA-HQ
scoping of works were: geotagged photos
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
and appropriate - Earthworks showing road
intervention - Construction of 300mm Improved conditions before
measures Subgrade 0.6km interventions
- 150mm Base quality subbase-0.6km  Provide map
- 150mm hand packed stones-0.6km showing road
- 50mm Ac surface maintenance
- Pothole patching and repair works action required
depending on
- AC regulation and Overlay
existing condition
- Provision and installation of road
furniture.
- Road marking
- Drainage works
- Maintenance of traffic around and
through works
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
- Relocation of services
 There is no documentation of road
conditions before intervention
3 Planning of Development of the  An annual workplan prepared and  Seeking approval None Not
Works annual work plan submitted to KRB of work plans Applicable
commendable
Verify the  PPRA’s Standard Documents for Small  Use of standard None Not
availability and use Works applied documents Applicable
of  Manuals for cost estimating (2019) commendable
guidelines/manuals available at KURA HQ Office.  Apply updated
for planning  Cost estimating manuals require cost estimation
updating manual once
released
 In the meantime,
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
apply consumer
indices to reflect
price changes
4 APRP Confirm eligibility  The projects under HQ were not listed  Commendable None Not
of the project for in the APRP. Only the amount allocated Applicable
funding using the to the region was stated
Road Maintenance  The project was funded under savings
Levy Fund
Check for works  There were no works outside the APRP  Commendable None Not
outside APRP Applicable
Explain the budget  No budget overruns.  Commendable None Not
Overruns/Savings  A budget Savings of Kshs. 826,627.60 Applicable
was realized.
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
Check for multiple  No multiple funding on the road  Commendable None Not
funding or Applicable
duplication of
works
Check for omitted  No omitted works from the APRP.  Commendable. None Not
road works in the Applicable
APRP/County Gvt
work plans
Comment on the  No carry over of the works  Commendable. None Not
status of carry over  No overlaps with 2020/2021 projects Applicable
works and any
overlaps with FY
2020/2021 works
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
5 Project Design Adherence to  Detailed sketch with scoping report  Commendable None Not
project preparation availed Applicable
process and design  Invert levels established
steps  Standard drawings applied for culverts,
kerbs and IBD drains
 Use of raised road kerbs appropriate in
case of errant vehicles
Appropriateness of  Open drains suitable for the area  Commendable None Not
designs with regard  Laying of kerbs with drainage slots Applicable
to economy and appropriate
efficiency  Side slabs for drains appropriate
 The designs were efficient and
economic
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
6 Tendering and Advertisement of  A complete contract document was  Commendable. None Not
Procurement tenders, Check for signed. Applicable
an efficient  Contract documents has main sections
tendering process for small works- conditions of contract,
and the specifications, special specifications,
completeness of and bill of quantities
contract documents,  Tender was for Youth category, which
Publicity boards. is appropriate to enhance competition.
 1 No Publicity boards provided in the
contract and Engineers instructions
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
Adequacy of the  Bill descriptions are adequate as  Commendable None Not
BoQ descriptions compared to standard specifications Applicable
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
Comparison of unit Item BoQ Range Marke  Unit rates applied None Not
rates adopted in the Rate t in this Contract Applicable
BoQ with the AC 23000 20000- 30000 were within the
market rates 39000 prevailing market
Kerbs 1000 400- 1000 rates except for
1500 AC which has a
Marking 1400 150- 1500 large variation
2500 from the market
Concrete 13000 1200- 13000 modal rate
25000

7 Project Verify works  Engineers staff included RE, ARE,  Supervision of the None Not
Management/ supervision and Roads Inspector and Supervisor. project was well Applicable
Construction availability of  Project provided a vehicle. facilitated.
Stage adequate  Bill item 01.80-030 allows for
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
supervision allowances for RE’s staff @ 600,000.00
resources (staff,  Bill Item 01.80-010 allows for material
vehicles, funding testing @ Kshs. 300,000.
etc)
Handling of  No variation orders encountered  Commendable None Not
advances,  Approval for expending supervision PC Applicable
guarantees, sums sought by RE and granted by PE
insurances, site  No claims issued on project
instructions, claims,  Advance payments not applicable
variation orders and
cost
Comment on the  One IPC document of Kshs.  Commendable None Not
payment timelines 13,807,721.28 is filed and fully Applicable
to supported
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
contractors/supplier
s
Comment on the  The works is at 30% with 83% of time  Commendable. None Not
delivery of works lapse. The project is slowly progressing Applicable
within the planned
time and cost
Confirm  Completed works certified by RE, ARE  Due to low quality  Noted KURA-HQ
certification of the and Site Agent precast units
works done; work  Following tests were conducted at onset (kerbs, IBDs,
approval forms, of the project: channels) in the
approved material - Concrete classes market, kerbs (see
tests, RE approvals - Asphaltic Concrete Mix Analysis. photo),
for use of materials - Base layers e.g., Field Density Tests manufacturer’s
on site,  Details for following tests missing certificates to
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
measurement sheets - Manufacturer certificates for Kerbs, accompany all
IBDs, deliveries on site
- Confirmatory tests for concrete during  If kerbs are made
casting of concrete in culverts on site, concrete
confirmatory tests
to be carried out
 Equip RE office
with Rebound
Hammer to test
quality of concrete
before leaving
manufacturer/
contractor’s yard
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
Verify proper field  Daily worksheets available.  Keeping records  Noted KURA-HQ
inspection by road  Records filed to september Commendable
overseers and  Equipment for confirmatory tests not  Equip RE office
methodology availed to RE staff with equipment for
works inspection.
 Expand survey
equipment in
specifications,
Clause 132 to
include Rebound
Hammer
Measurement of  Appraisal done  Commendable. None Not
individual bill items  Measurement sheets duly filled Applicable
and valuation
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
Inspection and  Daily inspection done as evident in the  Taking over None Not
acceptance of works daily worksheets certificate to be Applicable
 There are no substantial or acceptance issued to the
yet since the project is at 30% contractor.
Comment on proper  Quite commendable filing and record  Filing None Not
filling of records keeping. Commendable Applicable
and ease of retrieval
of documents
8 Quality of Check on the  Project is ongoing.  Expand test results  Noted KURA-HQ
Ongoing/Compl performance,  All materials were subjected to testing to cover pre-casted
eted works standards, prior to use in the field and the test units
adherence to results approved by the engineer
tolerance and  There was sufficient supervision of
durability of the work execution by the inspection team
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
works as evident in the daily worksheets
Review construction  Method of construction and other  Commendable None Not
methods used, procedures given by contractor Applicable
supplies and work approved by the engineer.
procedures
Carry out  Rebound hammer test on concrete  Commendable None Not
confirmatory tests structures is satisfactory (Photo 5-72) Applicable
for completed and
ongoing works
Perform visual  The works are ongoing  Commendable None Not
inspection of  Instalation of Kerbs on going (Photo 5- Applicable
completed works 70)
and rate the works
as either good, fair
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
or poor
9 Quality Control Review of quality  Existing approach for quality control  Confirmatory tests  Noted KURA-HQ
control systems in focusses on initial selection of materials. for Precast units to
place  Need to expand material testing be carried at the
program to confirmatory tests on site- source by
earthworks and concrete. Engineer.
 For precast units, carry out the tests at  Concrete works to
the source, before delivery. be subjected to
fresh and hardened
concrete tests.
Compare the quality  Inspection and acceptance report  Commendable None Not
control records i.e., adequate with respect to the Applicable
inspection and specifications provided in the scope of
acceptance reports work.
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
with specifications
Comment on  Most material tests are conducted at the  Expand test  Noted KURA-HQ
sampling and start of the contract works. results.
testing of materials,  Material Test results carried out at the
and use of test start of the contract may not fully
results to ensure address quality of works throughout the
works quality project period.
10 Environmental Review the  There was no provision for  Carry out  Noted KURA-HQ
and Social Audit environmental environmental impact and mitigation feasibility study
issues impact mitigation measures. and ESIA and
measures applied  However, no negative effects of this detail in the EMP
project on the environment were noted  Detailed EMP to
during the field visits and audit. be captured in the
monthly reports
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
Assess on-site  No provisions for trainings on  There is need to  Noted KURA-HQ
health and safety occupational health and safety. provide for
measure training SUM in
Bill 25 under
Cross Cutting
Issues.
 Provide for
training SUM in
Bill 25 under
Cross Cutting
Issues.
Gender  Monthly labour returns showing the  Commendable and None Not
considerations in number of males, females and PWD should be upheld. Applicable
employment who were involved in the project were
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
available.
Documentation of  There was no documentation of on  Environmental  Noted KURA-HQ
major major environmental and social issues Management Plan
environmental and expected. to capture key
social issues  Noise and dust expected due to environmental and
expected and proximity of houses to the road social issues
appropriate should be provided
remedial measures for by the
Contractor to show
how he/she would
deal with arising
environmental and
social issues.
11 Road Safety Adherence to the  Project scope and activities did not alter  Commendable None Not
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
designs given in road geometry Applicable
terms of road
geometries
Comment on clarity  Road reserves clear  Commendable None Not
of road reserves and Applicable
clearance of site
Verify the  Furniture provided for in Bill 20.  Commendable None Not
construction of Applicable
necessary road
furniture
12 Roads 2000 Training on R2000  Specifications allow for Training of site  Create awareness  Under KURA-HQ
Strategy Strategy for both staff R2000 strategy by implementatio
field and senior facilitating training n
personnel of personnel on the
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
same.
 Add training and
awareness creation
as a cross-cutting
issue- Bill 25
Integration of cross  Labour sourced from project area  Commendable None Not
cutting issues  Materials sourced from project area. Applicable
Employment levels  30% gender rule is not met as depicted  Adhere to the 30%  Noted KURA-HQ
and adherence to in the Contractor’s monthly and daily employment to
30% employment to labour returns. women
women
Extent of use of  Extensive use of local labor and  Commendable None Not
local labour and materials observed. Applicable
materials
Ta Reporting Area Audit Observations Recommendation Management's Action By
ble Comments
2-
3.
H
Q2
3-
34
2
sp
eci
fic
fin
di
ng
s
S/
No
13 Post- Issuance of take  There are no post construction - None Not
Construction over certificate, management practices in place yet as the Applicable
Management defects liability roject is ongoing at 30%
period and control
of road services and
utilities
14 Prior Audit . The project was not audited previously - None Not
recommendation Applicable
s
15 Performance Aspects of good  Filing system and documentation good Commendable None Not
work Applicable
practice/weaknesses
both on the agency
and contractor.
1.1.4 Periodic Maintenance of Pepo Lane & Windy Lane
KURA/RMLF/HQ/346/2021-2022

Project Name Periodic Maintenance of Pepo Lane & Windy Lane


Tender No KURA/RMLF/HQ/346/2021-2022
Name of Contractor Northcores Contractors Limited
Road Name Pepo lane and Windy Lane
Road ID HQ-25
Project Works Maintenance of 1.2 km of Pepo Lane and Windy Lane
Category Youth
Project Funding Surplus of FY 2020/2021
Planned Length 1.2 km
Budget Ksh. 89,845,325
Achieved Road Length -
Date of Procurement 15th Feb, 2022
Contract Award Date 19th Feb, 2022
Start Date 29th May, 2022
Completion Date 29th Nov, 2022
Contract Period 6 Months with 3 months DLP
R.E In charge Eng. John Orwa
A.R.E In charge Eng. Victoria Gakii
Time elapsed 5 months
% Time elapsed 83%
% Progress of works No Progress reports available by the time of this Audit.
Contract Sum Ksh. 89,845,325
Savings Kshs 0
Certified Amount to date No payment details by the time this Audit was being
conducted.
% Of contract sum certified N/A
Date of Report Sept-22

1.1.4.1 Location Of Contract


The project roads are located in Karen Area of Nairobi County.

S/NO ROAD NAME LENGTH


1 Pepo Lane 0.8
2 Windy Lane 0.4
Total 1.2 km
Total road length is approximately 1.2 km

1.1.4.2 Extent Of Contract


The works to be executed under the Contract comprise mainly of but not limited to the following: -

 Site clearance including removal of encroachments


 Removal of topsoil
 Cut to spoil/fill for vertical alignment
 Filling with gravel or approved materials for sub-grade and sub-base layers; and shoulders
 Hand packing for base layers
 Installation of kerbs for edge restraint on the carriageway
 AC 50mm surfacing for carriageway
 75m of Cabro on access
 Excavation of drains
 Lining of drains using Invert Block Drains (IBDs)
 Installation of culverts where applicable
 Road furniture:
 Installation of road signs
 Road marking.
 Protection works: Stone pitching etc.

Total Length of Roads = 1.2 km Defects Liability Period shall be 3 months.


1.1.4.3 Specific Technical Audit Findings
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
1 Need Assessment Identification of the  The roads qualified for upgrading  Commendable None Not
need for  It serves the residents of Kaeren Applicable
implementation of and is characterized by large traffic
the works volume
2 Prioritization of works Verify the  The were evidence showing that  ARICS should be  Noted KURA-
undertaking of ARICS for FY-2020/2021 was supplemented with HQ
RICS and its place conducted for upgrading of Pepo road maps that depict
in prioritization, and Windy Lane Road. road condition and
selection and their extents
development of the
annual work plan
Confirm proper  The scope of the specific works to  Commendable None Not
scoping of works be executed in this project were Applicable
and appropriate well documented in the Contract
intervention Document.
measures
3 Planning of Works Stakeholder  The tender was advertised under the  Commendable None Not
participation; Youth category and the contract Applicable
publicity boards, was awarded to the lowest bidder
advertisement of (North core Contractors Ltd.) on
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
tenders, road 19th April, 2022.
closures,  There were no correspondences in
correspondences this particular project.
and minutes of  There were records of site meeting
meetings minutes for this project
Verify the  The standard specifications and  Commendable None Not
availability and use designs provided for in the BOQ Applicable
of were adequate and appropriate for
guidelines/manuals feasible execution of the works.
for planning e.g.;
Supervision and
Contract Evaluation
manual, AASHTO
1999, FIDIC Red
Book etc.
Compare the unit  The unit rates applied in the Bill of  Engineers should  Noted KURA-
rates adopted to the Quantities were checked against conduct their own HQ
market rates other contractors’ quotations and estimations for the
the current market rates during the project and come up
Audit. with appraisal
 Specific Sampled Applied Rates: reports at different
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
- Cut to spoil in soft material: Ksh stages of the project.
250 per cubic metre.  This can help curb
- Cut in hard material: abnormally high or
- Ksh. 800 per cubic metre. low unit rates that
 The findings fairly match the may have been
current market rates. provided by some
Contractors.
4 APRP Confirm eligibility  The project funding was through  Commendable None Not
of the project for Special Allocation. Applicable
funding using the
Road Maintenance
Levy Fund
Check for works  There was no work outside the  Commendable None Not
outside APRP or APRP or Headquarters AWRP. Applicable
County Government
work plans
Explain the budget  Budget Allocation=  Commendable None Not
Overruns/Savings Ksh.89,845,325 Applicable
 Contract Award Sum=
Ksh.89,845,325
 There was no budget Overrun or
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
Savings for this Project as the
Budgeted amount equalled the
Contract Award Sum.
Check for multiple  There were no multiple fundings  Commendable None Not
funding or for this project as it was only Applicable
duplication of works funded through Special Allocation
Check for omitted  No records of omitted road works  Commendable None Not
road works in the were noted in the APRP. Applicable
APRP/County Gvt  All road works budgeted for in the
work plans APRP appeared in the KURA
ARWP.
Comment on the  There was no carry over works  Planned projects are None Not
status of carry over from FY 2020/2021 for this being completed Applicable
works and any particular project encountered within the stipulated
overlaps with FY during the Audit. timeline, hence
2020/2021 works  All works financed in the FY Commendable and
2020/2021 had been undertaken to should be upheld.
completion.
5 Project Preparation Appropriateness of  The available standard drawings  Commendable None Not
designs with regard for the project were checked during Applicable
to economy and the Audit and it was evident that the
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
efficiency technical design was done in an
efficient manner and was
economically feasible.
Project Design Adherence to  The project was in line with the  Commendable None Not
project preparation design process. Standard drawing Applicable
process and design and rehabilitation guidelines were
steps included in the bid document.
6 Tendering and Advertisement of  A complete contract documented  Commendable. None Not
Procurement tenders, Check for stamped and signed was filed. Applicable
an efficient  Performance bond provided.
tendering process  Contract documents has main
and the sections for small works- conditions
completeness of of contract, specifications, special
contract documents, specifications, and bill of quantities
Publicity boards.
Adequacy of the  Bill descriptions are adequate as  Commendable None Not
BoQ descriptions compared to standard Applicable
specifications
Comparison of unit Item BoQ Range Marke  Unit rates applied in None Not
rates adopted in the Rate t this Contract were Applicable
BoQ with the AC 2308 2000- 30000 within the prevailing
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
market rates 2 39000 market rates except
Kerbs 1500 400- 1000 for AC which is
1500 slightly below the the
Marking 1000 150- 1500 market modal rate
2500 
Concret 1250 1200- 13000
e 0 25000
7 Project Verify works  Work supervision team comprised  Supervision None Not
Management/Construction supervision and the RE, ARE from the Contracting facilitation should be Applicable
Stage availability of Agency (KURA) upheld as provided
adequate  A provision was issued under Bill for under Bill 01 of
supervision 01 of the BOQ for the Contractor to the BOQ.
resources (staff, provide 1No. 4WD Station Wagon
vehicles, funding Vehicle of mileage 0-60,000km of
etc.) engine capacity 2500cc for
exclusive use by the RE.
 The Contractor provided the Bill 01
Item.
Handling of  There was evidence on claims,  Commendable None Not
advances, advances, variation orders and Applicable
guarantees, costs.
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
insurances, site  Performance insurance bond was
instructions, claims, available.
variation orders and  Sample Site instructions were
cost available for this project.
Comment on the  IPC documents were available and  Commendable None Not
payment timelines were fully supported Applicable
to
contractors/supplier
s
Comment on the  It was observed during the Audit  Commendable None Not
delivery of works that most projects started Applicable
within the planned immediately after the order to
time and cost commence work was issued, and
were being completed within the
stipulated timelines.
Confirm  There were no requests for - None Not
certification of the inspection of completed works for Applicable
works done; work this project by the time this Audit
approval forms, was being undertaken.
approved material  This indicates that the works had
tests, RE approvals just started and there was no
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
for use of materials significant physical progress of
on site, works at the time of the Audit.
measurement sheets
Verify proper field  Daily worksheets available.  Keeping daily None Not
inspection by rad  Site meetings were held and records to be upheld Applicable
overseers and minutes filed
methodology
Measurement of  Individual bill items were measured  Commendable. None Not
individual bill items as evident in the documented Applicable
and valuation measurement sheets.
 Measurement sheets were prepared
for the works measured. Each bill
item was measured individually.
Inspection and  Daily inspection of works was done  Daily inspection None Not
acceptance of works by the Inspector as evident in the works to be upheld Applicable
daily work reports
Comment on proper  The project had a few files.  All project files None Not
filling of records  The available files were properly should be referenced Applicable
and ease of retrieval filed and referenced for easy access. for easier retrieval of
of documents  However, a few files were missing required information.
references.
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
8 Quality of Check on the  All the materials used for  There were no test  Noted KURA-
Ongoing/Completed performance, construction were tested in the results for pre-casted HQ
works standards, adherence material labs and approved by the units
to tolerance and RE
durability of the  Adequate supervision team
works
Review construction  The workplan provided was  Commendable None Not
methods used, detailed work procedures to be Applicable
supplies and work executed and the projected cash
procedures flow.
 The work procedures were
approved by the RE and were found
to be in line with the contract terms.
Carry out  Rebound hammer results for road  There should be  Noted Director
confirmatory tests kerbs at pepo lane is at 28N/mm2 testing of pre-casted
for completed and and at windy lane is at 25N/mm2 units before
ongoing works compared to the required strength procurement to site
of 25N/Mm2  The engineer should
 Culverts rebound hammer results confirm the quality
for wing walls is at 20N/mm2 of concrete used in
compared to minimum requirement site
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
of 25N/mm2  Equip the RE with
the rebound hammer
for confirmation of
concrete quality used
in site
Perform visual  The work is ongoing  Installation of U- None Not
inspection of  IBD installation with side slab is drain is Applicable
completed works ongoing (Photo 4-84) commendable
and rate the works  Hand packing of stones is done
as either good, fair (Photo 4-82)
or poor  Footpath construction is ongoing
(Photo 4-86)
 At Pepo Lane Km 1+780, there is
installation of U-drain for anti-
gravity to prevent flooding since
IBDs seemed insufficient
9 Quality Control Review of quality  There was a provision in the BOQ  Ensure that all the  Noted KURA-
control systems in under Bill 01 to provide a materials used in the HQ
place provisional sum for Material field are subjected to
Testing and Other Laboratory testing prior to use
Services.
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
 Reports of material tests done were
available except for pre-casted units
 Quality Control systems employed
are adequate.
Compare the quality Daily inspection conducted as evident  Commendable None Not
control records i.e., in the daily worksheet Applicable
inspection and
acceptance reports
with specifications
Comment on  Tests for materials used in  Commendable None Not
sampling and testing construction of culverts were Applicable
of materials, and use sufficient as test were taken for
of test results to every culvert for materials used.
ensure works
quality
10 Environmental and Social Review the  No ESIA Reports are documented  ESIA and Feasibility  Noted and is KURA-
Audit issues environmental for this project. studies may be of under HQ
impact mitigation  However, no negative importance in some impelementatio
measures applied environmental impact was noted. projects, hence n
should be adopted to
ascertain any
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
possible effects of
the project
execution.
Assess on-site  Onsite health measures applied e.g.,  Commendable  Noted KURA-
health and safety use of reflectors and temporary HQ
measures warning signs
 Provide for the on-site health
measures in the BoQ Bill 25
Gender  The labour returns show that both  Commendable None Not
considerations in male and female were employed Applicable
employment
Documentation of  There were documentations on  Feasibility studies  Noted KURA-
major environmental and social issues and ESIA should be HQ
environmental and conducted prior to
social issues the project
expected and commencement to
appropriate remedial assess any issues that
measures may arise during the
project execution.
11 Road Safety Adherence to the  The designs did not alter the road  Commendable None Not
designs given in geometry Applicable
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
terms of road
geometries
Comment on clarity  The road reserve was clear  Commendable None Not
of road reserves and Applicable
clearance of site
Verify the  Road furniture was provided for in  Commendable None Not
construction of the BoQ bill 20 Applicable
necessary road  The furniture installation for road
furniture kerbs were ongoing
12 Roads 2000 Strategy Training on R2000  There were gaps in the training on  More emphasis  Has been taken KURA-
Strategy for both R2000 strategy for field staff. should be put on the up HQ
field and senior application of R2000
personnel Strategy before and
during the project
execution period.
 R2000 Strategy
should be facilitated
under Bill 01 of the
BOQ
Integration of cross  There was no documentation of  Occupational health  Noted KURA-
cutting issues training and sensitization and safety training HQ
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
campaigns conducted to both the should be conducted
field, office personnel or the to both the field and
community by the time this Audit office staff.
was being undertaken.  The community
 The installation of publicity should be sensitized
signboard as instructed and trained on
 Materials and labour were sourced matters such as
locally HIV/AIDS and
Gender-Based
Violence.
Employment levels  A good number of key staff  Employment None Not
and adherence to involved in the project from the inclusivity for both Applicable
30% employment to contracting agency (KURA) were genders was
women female. commendable for
 Site observation and inspection of this project and
daily casual worker’s lists on site should be upheld.
also indicate that quite a number of
women were involved in the
project.
Extent of use of  There was no evidence of the use of  Local materials, if None Not
local labour and local materials in this project by the available and of Applicable
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
materials time this Audit was being good quality, should
conducted. first be utilized
before any further
outsourcing of
materials is done.
 The local community
should be given the
first priority for job
opportunities for the
projects within their
area.
13 Prior Audit  There was no documentation of any - None Not
recommendations previous Audit Report for these Applicable
roads.
14 Exemplary Performance Aspects of good  Most documents and project files  The good filing None Not
work practice e.g., were not available. system should be Applicable
documentation of  Most of the available documents upheld.
works done and were well filed and referenced and  Documents and files
organization of files were easy to access during the audit should be updated in
the project files as
soon as they are
Tab Reporting Area Audit Observations Recommendation Management Action By
le Comments
2-4.
HQ
25-
346
spec
ific
find
ings
S/No
available.
1.1.5 Rehabilitation of Kerarapon Road (Karen)- Nairobi County
KURA/RMLF/HQ/356/2021-2022

Project Name Rehabilitation of Kerarapon Road (Karen)- Nairobi


County
Tender No KURA/RMLF/HQ/356/2021-2022
Name of Contractor Standard Business Solutions Ltd
Road Name Kerarapon Road
Road ID HQ-28
1.1.5.1 Project Works Rehabilitation
Category Youth
Project Funding RMLF Conditional allocation
Planned Length 3 km
Budget Ksh. 89,845,325
Achieved Road Length -
Date of Procurement 15th Feb, 2022
Contract Award Date
Start Date 30th May, 2022
Completion Date 30th Nov, 2022
Contract Period 6 Months with 1 months DLP
R.E In charge Eng. Caren Oyola
Time elapsed 5 months
% Time elapsed 83%
% Progress of works 5%
Contract Sum Ksh. 98,304,432.00
Savings Kshs 1,695,568.00
Certified Amount to date -
% Of contract sum certified -
Date of Report Sept-22

Location Of Contract

S/NO ROAD NAME LENGTH


1 Kerarapon Road 3.0
Total 3.0 km

The project road is located in Karen area of Nairobi County.

The length of the road is approximately 3.0 km

1.1.5.2 Extent Of Contract


The works to be executed under the Contract comprise mainly of but not limited to the following:-

1. Road Works
 Facilitation of the supervision staff
 Pothole patching and overlay on the 2km carriageway 
 Construction of 1.5km long, 2m wide walkway on both side of the carriageway using concrete paving
blocks
 Lining of drain using IBDs on both sides of the 1.5km long carriageway Issued by the Kenya Urban
Roads Authority
 Pothole
 Stage construction to subbase layer of the gravel section of the road
 Road marking
 Installation and repair of raised kerbs and channel
 Installation of road signs

2. Drainage Works

 Construction of pipe culverts and other drainage works.


 Drain and culvert cleaning
 Lining of drain using IBDs on both sides of the 1.5km long carriageway

3. Maintenance of passage of traffic through and around the works.

4. Relocation of services where necessary.

5. Maintenance of works during Contract Period – Defect Liability Period shall be 1 month.
1.1.5.3 Specific Technical Audit Findings
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No
1 Need Identification of  The roads qualified for Rehabilitation  Commendable None Not
Assessment the need for  It serves the residents of Karen Applicable
implementation of  Characterized by medium traffic volume
the works

2 Prioritization of Verify the  There are no records on stakeholder  Conduct and Supplement  Noted KURA HQ
works undertaking of engagement ARICS with road maps
RICS and its place  ARICS conducted for the road that depict road condition
in selection and their extents
and prioritization
of works.
Stakeholder
participation.
Confirm proper  Scoping of works conducted  HQ to provide geotagged  Noted KURA HQ
scoping of works  Key intervention measures captured were: photos showing road
and appropriate  Base repairs using hand packed conditions before
intervention stones. interventions
measures  Pot-hole repairs  Provide map showing
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No
 Site clearing road maintenance action
 Removal of top soil required depending on
 AC 50mm surfacing of carriage existing condition
way
 Installation of Kerbs and excavation
of drains
 Road furniture, marking and road
signs
 Installation of culverts and lining of
IBDs
 Protection works
 Drainage works
 Maintenance of traffic through
traffic
 Relocation of services
 There is no documentation of road
conditions before intervention

3 Planning of Development of  An annual workplan prepared and  Seeking approval of work None Not
Works the annual work submitted to KRB plans commendable Applicable
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No
plan
Verify the  PPRA’s Standard Documents for Small  Use of standard None Not
availability and use Works applied documents commendable Applicable
of  Manuals for cost estimating (2019)  Apply updated cost
guidelines/manuals available at KURA HQ Offices. estimation manual once
for planning  Cost estimating manuals require updating released
 In the meantime, apply
consumer indices to
reflect price changes
4 APRP Confirm eligibility  None of the projects under HQ region was None Not
of the project for listed in the APRP. Only the allocated Applicable
funding using the amount to the region was stated
Road Maintenance  The funding of this project was from the
Levy Fund special allocation
Check for works - - None Not
outside APRP Applicable
Explain the budget  No budget overruns.  Commendable None Not
Overruns/Savings  The contract sum was Kshs. Applicable
281,818,967.40 and engineer’s estimate
was Ksh. 89,845,325
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No
Check for multiple  No multiple funding on the road  Commendable None Not
funding or Applicable
duplication of
works
Check for omitted  No omitted works from the APRP.  Commendable. None Not
road works in the Applicable
APRP/County Gvt
work plans
Comment on the  No carry over of the works  Commendable. None Not
status of carry over  No overlaps with 2020/2021 projects Applicable
works and any
overlaps with FY
2020/2021 works
5 Project Design Adherence to  Detailed sketch with scoping report  Preparation of detailed None Not
project preparation availed sketches commendable. Applicable
process and design  Establishing invert levels for drainage
steps works (Bill 5 activities) done
 Standard drawings applied for culverts,
kerbs and IBD drains
 Use of raised road kerbs appropriate in
case of errant vehicles
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No

Appropriateness of  Open drains suitable for the area  Commendable None Not
designs with  Laying of kerbs with drainage slots Applicable
regard to economy appropriate
and efficiency  Side slabs and IBDs for drains appropriate
 The designs were suitable economically
and were efficient
6 Tendering and Advertisement of  A complete contract document was signed.  Commendable. None Not
Procurement tenders, Check for  Performance bond wa provided Applicable
an efficient  Contract documents has main sections for
tendering process small works- conditions of contract,
and the specifications, special specifications, and
completeness of bill of quantities
contract  1 No Publicity boards provided in the
documents, contract and Engineers instructions
Publicity boards.
Adequacy of the  Bill descriptions are adequate as  Commendable None Not
BoQ descriptions compared to standard specifications Applicable
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No
Comparison of unit Item BoQ Range Market  Unit rates applied in this None KURA-HQ
rates adopted in Rate Contract were slightly
the BoQ with the AC 10584 20000- 30000 lowerthan the
market rates 39000 prevailing market rates
Kerbs 400 400- 1000 for AC and kerbswhich
1500 has a large variation
Marking 1500 150- 1500 from the market modal
2500 rate
Concrete 18000 1200- 13000
25000

7 Project Verify works  Engineers staff included RE, ARE, Roads  Supervision of the project None Not
Management/ supervision and Inspector and Supervisor. was well facilitated. Applicable
Construction availability of  Bill item 01.10 allows for allowances for
Stage adequate RE’s staff @ 2,000,000.00
supervision  Bill item 01.03 allows for allowances for
resources (staff, RE’s miscellaneous account @
vehicles, funding 1,500,000.00
etc)  Bill Item 01.05 allows for provision of
vehicle 2 no. saloon car not less tha 2700
cc and maintained with fuel and provided
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No
driver
Handling of  No variation orders encountered None Not
advances,  Approval for expending supervision PC  Commendable Applicable
guarantees, sums sought by RE and granted by PE
insurances, site  No claims issued on project
instructions,  Advance payments not applicable
claims, variation
orders and cost
Comment on the  There are no payments made yet as the - None Not
payment timelines project is at 5% and is relatively new Applicable
to
contractors/supplie
rs
Comment on the  The works are oongoing  Contractor to be issued a  Noted REs
delivery of works  The project is at 5% and 83% of time has slow progress letter
within the planned elapsed hence the project is progressing at
time and cost a slow rate
Confirm  Completed works certified by RE, ARE  Due to low quality precast  Noted KURA HQ
certification of the and Site Agent units (kerbs, IBDs,
works done; work  Following tests were conducted at onset of channels) in the market,
approval forms, the project: kerbs (see photo),
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No
approved material - Concrete classes manufacturer’s
tests, RE approvals - Asphaltic Concrete Mix Analysis. certificates to accompany
for use of materials - Base layers e.g., Field Density Tests all deliveries on site
on site,  Details for following tests missing  If kerbs are made on site,
measurement - Manufacturer certificates for Kerbs, concrete confirmatory
sheets IBDs, tests to be carried out
- Confirmatory tests for concrete during  Equip RE office with
casting of concrete in culverts Rebound Hammer to test
quality of concrete before
leaving manufacturer/
contractor’s yard
Verify proper field  Daily worksheets available.  Keeping records  Noted KURA HQ
inspection by road  Records filed for all the months Commendable
overseers and  Equipment for confirmatory tests not  Equip RE office with
methodology availed to RE staff equipment for works
inspection.
 Expand survey equipment
in specifications, Clause
132 to include Rebound
Hammer
Measurement of  Measurement sheet availed for individual  Commendable. None Not
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No
individual bill bill items Applicable
items and  Appraisal done
valuation
Inspection and  Daily inspection by the supervision team  Commendable None Not
acceptance of as evident in the daily report Applicable
works  No acceptance report as the project is at
5%
Comment on  Quite commendable filing and record  Filing Commendable None Not
proper filling of keeping. Applicable
records and ease of
retrieval of
documents
8 Quality of Check on the  All materials used were subjected to  Expand test results to  Noted KURA HQ
Ongoing/Compl performance, testing in the lab prior to use in the field cover pre-casted units
eted works standards,  Sufficient supervision of work execution prior to use
adherence to as evident in the daily worksheet signed by  RE to issue instructions to
tolerance and the inspection team cover the pre-casted units
durability of the  Survey conducted adequately test results
works
Review  Method of construction and other  Commendable None Not
construction procedures given by contractor approved Applicable
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No
methods used, by the engineer.
supplies and work
procedures
Carry out  Tests done on concrete structures and  The quality of road kerbs  Noted KURA HQ
confirmatory tests elements available on site using a rebound and concrete paving
for completed and hammer blocks available on site is
ongoing works  Rebound hammer results for Kerbs is at poor
18N/mm2 compared to the required  The RE to ensure the
strength of 25N/mm2 quality of PCC units at the
 Rebound hammer results for Concrete manufacturer’s yard
paving blocks is at 22N/mm2 compared to before procurement
the required strength of 49N/mm2
 Construction is ongoing
Perform visual  Commendable None Not
inspection of  Installation of IBDs and side slabs is Applicable
completed works ongoing (Figure 4-99)
and rate the works  Channel installation and road kerbs
as either good, fair ongoing (Figure 4-98)
or poor  Base preparation of carriage way and
footpath is ongoing (Figure 4-97)
9 Quality Control Review of quality  Existing approach for quality control  Confirmatory tests for  Noted KURA HQ
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No
control systems in focusses on initial selection of materials. Precast units to be carried
place  Need to expand material testing program at the source by Engineer.
to confirmatory tests on site- concrete.  Concrete works to be
 For precast units, carry out the tests at the subjected to fresh and
source, before delivery. hardened concrete tests.

Compare the  Inspection and acceptance report adequate  Commendable None Not
quality control with respect to the specifications provided Applicable
records i.e., in the scope of work.
inspection and
acceptance reports
with specifications
Comment on  Most material tests are conducted at the  Expand test results.  Noted KURA HQ
sampling and start of the contract works.  RE to expand issuance of
testing of  Material Test results carried out at the start instructions to include
materials, and use of the contract may not fully address tests for precast units
of test results to quality of works throughout the project
ensure works period.
quality
10 Environmental Review the  There was provision for environmental  Conduct feasibility  Under KURA HQ
and Social Audit environmental impact and mitigation measures, e.g., for studies and ESIA and implementati
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No
issues impact mitigation dust, temporary water pumps were used in details to be captured in on
measures applied watering (Figure 4-100) EMP
 However, these were not capture in the
EMP
Assess on-site  Temporary road signs were used as  The on-site health and  Noted KURA HQ
health and safety warning signs safety measures should be
measure  Issuance of reflectors to the workers applied
 Provide for training SUM
in Bill 25 under Cross
Cutting Issues.
Gender  Monthly labour returns showing the  Commendable and should None Not
considerations in number of males, females and PWD who be upheld. Applicable
employment were involved in the project were
available.
Documentation of  There was no documentation of on major  The use of temporary  Noted KURA HQ
major environmental and social issues expected. water pumps and water
environmental and  Noise and dust expected due to proximity tanks to mitigate dust is
social issues of houses to the road commendable
expected and  Detailed EMP to be
appropriate captured in MPR
remedial measures
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No
11 Road Safety Adherence to the  Project scope and activities did not alter  Commendable None Not
designs given in road geometry Applicable
terms of road
geometries
Comment on  Road reserves clear  Commendable None Not
clarity of road Applicable
reserves and
clearance of site
Verify the  Furniture provided for in Bill 20.  Commendable None Not
construction of Applicable
necessary road
furniture
12 Roads 2000 Training on R2000  Specifications allow for Training of site  Create awareness R2000  Under KURA HQ
Strategy Strategy for both staff, but there was no evidence of such strategy by facilitating implementati
field and senior activities being conducted training of personnel on on
personnel the same.
 Add training and
awareness creation as a
cross-cutting issue- Bill
25
Integration of cross  Labour sourced from project area  Commendable None Not
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No
cutting issues  Materials sourced from project area. Applicable
Employment levels  30% gender rule not met as depicted in the  Adhere to the 30% Noted KURA HQ
and adherence to Contractor’s monthly and daily labour employment to women
30% employment returns.
to women
Extent of use of  Extensive use of local labor and materials  Commendable None Not
local labour and observed. Applicable
materials
13 Post- Issuance of take  The project is on-going - None Not
Construction over certificate, Applicable
Management defects liability
period and control
of road services
and utilities
14 Prior Audit .  The project was not audited previously Not Applicable None Not
recommendation Applicable
s
15 Performance Aspects of good  Kerb- kerb gaps that allow road surface  Commendable None Not
work drainage. Applicable
practice/weaknesse  Filing system and documentation good
s both on the
Tabl Reporting Area Audit Observations Recommendation Management' Action by
e s Comments
2-5.
HQ
27-
356
spec
ific
findi
ngs
S/No
agency and
contractor.
1.1.6 Improvement of Quickmart-Fedha school of aviation
KURA/RMLF/HQ/359/2021-2022

Project Name Improvement of Quickmart-Fedha school of


aviation
Tender No KURA/RMLF/HQ/359/2021-2022
Name of Contractor Kewa East Africa Ltd
Road Name Quickmart-Fedha school of aviation
Road ID HQ-31
Project Works Improvement
Category All
Project Funding RMLF Special allocation
Planned Length 0.5 km
Budget Ksh. 80,000,000.00
Achieved Road Length -
Date of Procurement 10th May, 2022
Contract Award Date 22nd June, 2022
Start Date 26th July, 2022
Completion Date 26th Jan, 2023
Contract Period 6 Months with 3 months DLP
R.E In charge Eng. Lepartobiko

Time elapsed 2 months


% Time elapsed 30%
1.1.6.1 % Progress of works 5% Location
Contract Sum Kshs. 79,974,112.00 Of
Savings Kshs 25,888.00 Contract
The Certified Amount to date - works are
% Of contract sum certified -
located in in
Date of Report Sept-22
Embakasi area in
Nairobi County

S/No Road Name Length


1 Quickmart-East Africa School of Aviation Road 1.0

Total 1.0 km
The total length of the road is approximately 1.0 Km.

1.1.6.2 Extend Of Contract


The works to be executed under the Contract comprise mainly of but not limited to the following;-

1. Road Works

 Facilitation of the supervision staff


 Site clearance
 Earthworks to formation levels including reprocessing existing road and topping up to achieve
formation level using natural gravel or suitable fill
 Construction of the pavement structure along the existing alignment as follows:
a) Laying of 300mm natural gravel subgrade
b) Laying of 150mm natural gravel subbase
c) Laying of 200mm hand packed stone base
 Laying 50mm AC Type I as wearing Course on Base
 35mm AC wearing course on 1.5m walkway on both sides of the road.
 Provision and installation of road furniture including road marking.
 Installation of Road signs

2. Drainage Works

 Construction of pipe culverts and other drainage works.


 Drain lining using Invert Block Drains (IBDs) with double side slabs
 Drain and culvert cleaning

3. Maintenance of passage of traffic through and around the works.

4. Relocation of services.

5. Maintenance of works during Contract Period – Defect Liability Period shall be 3 months.
1.1.6.3 Specific Technical Audit Findings
Tabl Reporting Area Audit Observations Recommendation Management's Action By
e Comments
2-6.
HQ
30-
359
spec
ific
findi
ngs
S/No
1 Need Identification of the  The roads qualified for  Commendable None Not
Assessment need for improvement Applicable
implementation of  It serves the Embakasi residents
the works  Characterized by high traffic
volume
2 Prioritization of Verify the  There are records on stakeholder  Conduct and  Noted KURA HQ
works undertaking of RICS engagement Supplement ARICS
and its place in  There are no records to show that with road maps that
selection ARICS conducted for the road depict road condition
and prioritization of and their extents
works. Stakeholder
participation.
Confirm proper  Scoping of works conducted  HQ to provide  Noted KURA HQ
scoping of works and  Key intervention measures geotagged photos
appropriate captured were: showing road conditions
intervention - Facilitation of the supervision before interventions
measures staff  Provide map showing
- Site clearance road maintenance action
- Earthworks to formation levels required depending on
Tabl Reporting Area Audit Observations Recommendation Management's Action By
e Comments
2-6.
HQ
30-
359
spec
ific
findi
ngs
S/No
including reprocessing existing existing condition
road and topping up to achieve
formation level using natural
gravel or suitable fill
- Construction of the pavement
structure along the existing
alignment
- Laying 50mm AC Type I as
wearing Course on Base
- 35mm AC wearing course on
1.5m walkway on both sides of
the road.
- Provision and installation of
road furniture including road
marking.
- Installation of Road signs
 There is no documentation of road
conditions before intervention

3 Planning of Development of the  An annual workplan prepared and  Seeking approval of None Not
Works annual work plan submitted to KRB work plans Applicable
Tabl Reporting Area Audit Observations Recommendation Management's Action By
e Comments
2-6.
HQ
30-
359
spec
ific
findi
ngs
S/No
commendable
Verify the  PPRA’s Standard Documents for  Use of standard None Not
availability and use Small Works applied documents Applicable
of  Manuals for cost estimating (2019) commendable
guidelines/manuals available at KURA HQ Offices.  Apply updated cost
for planning  Cost estimating manuals require estimation manual once
updating released
 In the meantime, apply
consumer indices to
reflect price changes
4 APRP Confirm eligibility of  The project was funded by CS  Commendable None Not
the project for allocation Applicable
funding using the  The projects under HQ were not
Road Maintenance listed in the APRP, only the
Levy Fund amount allocated to the region was
stated
Check for works  No works outside APRP  Commendable. None Not
outside APRP Applicable
Explain the budget  No budget overruns.  Commendable None Not
Overruns/Savings  The budget for this project was Applicable
Tabl Reporting Area Audit Observations Recommendation Management's Action By
e Comments
2-6.
HQ
30-
359
spec
ific
findi
ngs
S/No
Kshs. 80,000,000
Check for multiple  No multiple funding on the road  Commendable None Not
funding or Applicable
duplication of works
Check for omitted  No omitted works from the APRP.  Commendable. None Not
road works in the Applicable
APRP/County Gvt
work plans
Comment on the  No carry over of the works  Commendable. None Not
status of carry over  No overlaps with 2020/2021 Applicable
works and any projects
overlaps with FY
2020/2021 works
5 Project Design Adherence to project  Detailed sketch with scoping report  Preparation of detailed None Not
preparation process availed sketches commendable. Applicabl
and design steps  Establishing invert levels for e
drainage works (Bill 5 activities)
done
 Standard drawings applied for
culverts, kerbs and IBD drains
 Use of raised road kerbs
Tabl Reporting Area Audit Observations Recommendation Management's Action By
e Comments
2-6.
HQ
30-
359
spec
ific
findi
ngs
S/No
appropriate in case of errant
vehicles

Appropriateness of  Open drains suitable for the area  Commendable None Not
designs with regard  Laying of kerbs with drainage slots Applicable
to economy and appropriate
efficiency  Side slabs for drains appropriate
 The designs were suitable
economically and were efficient
6 Tendering and Advertisement of  A complete contract document was  Commendable. None Not
Procurement tenders, Check for an signed. Applicable
efficient tendering  Performance bond was provided
process and the  Contract documents has main
completeness of sections for small works-
contract documents, conditions of contract,
Publicity boards. specifications, special
specifications, and bill of quantities
 Tender was for All category, which
is appropriate to enhance
competition.
Tabl Reporting Area Audit Observations Recommendation Management's Action By
e Comments
2-6.
HQ
30-
359
spec
ific
findi
ngs
S/No
 1 No Publicity boards provided in
the contract and Engineers
instructions
Adequacy of the  Bill descriptions are adequate as  Commendable None Not
BoQ descriptions compared to standard Applicable
specifications
Comparison of unit Item BoQ Range Market Commendable. Unit None Not
rates adopted in the Rate rates applied in this Applicable
BoQ with the market AC 35000 2000- 30000 Contract were within
rates 39000 the prevailing market
Kerbs 1000 400- 1000 rates
1500
Marking 1300 150- 1500
2500
Concrete 15000 1200- 13000
25000

7 Project Verify works  Engineers staff included RE, ARE,  Supervision of the None Not
Management/Co supervision and Roads Inspector and Supervisor. project was well Applicable
nstrutcion Stage availability of  Project provided a double cab facilitated.
Tabl Reporting Area Audit Observations Recommendation Management's Action By
e Comments
2-6.
HQ
30-
359
spec
ific
findi
ngs
S/No
adequate supervision 4WD not less than 2500cc and
resources (staff, with driver and fuel maintenance
vehicles, funding etc) under bill 01.11
 Bill item 01.16 allows for
allowances for RE’s staff
 Bill Item 01.07 allows for material
testing @ KShs. 200,000.
Handling of  No variation orders encountered  Commendable None Not
advances,  Approval for expending Applicable
guarantees, supervision PC sums sought by RE
insurances, site and granted by PE
instructions, claims,  No claims issued on project
variation orders and  Advance payments not applicable
cost
Comment on the  No payments made yet as the  Commendable None Not
payment timelines to project is at 5% Applicable
contractors/suppliers
Comment on the  The project is ongoing  Commendable. None Not
delivery of works  It is at 5% and is expected to be Applicable
within the planned completed by Feb, 2023
time and cost
Tabl Reporting Area Audit Observations Recommendation Management's Action By
e Comments
2-6.
HQ
30-
359
spec
ific
findi
ngs
S/No
Confirm certification  Completed works certified by RE,  Manufacturer’s  Noted KURA HQ
of the works done; ARE and Site Agent certificates to
work approval forms,  Following tests were conducted at accompany all deliveries
approved material onset of the project: on site to ensure quality
tests, RE approvals - Concrete classes  If kerbs are made on
for use of materials - Asphaltic Concrete Mix site, concrete
on site, measurement Analysis. confirmatory tests to be
sheets - Base layers e.g., Field Density carried out
Tests  Equip RE office with
 Details for following tests missing Rebound Hammer to
- Manufacturer certificates for test quality of concrete
Kerbs, IBDs, before leaving
- Confirmatory tests for concrete manufacturer/
during casting of concrete in contractor’s yard
culvert

Verify proper field  Daily worksheets available.  Keeping records  Noted KURA HQ
inspection by road  Equipment for confirmatory tests Commendable
overseers and not availed to RE staff  Equip RE office with
methodology equipment for works
inspection.
Tabl Reporting Area Audit Observations Recommendation Management's Action By
e Comments
2-6.
HQ
30-
359
spec
ific
findi
ngs
S/No
Measurement of  Measurement sheet availed for  Commendable. None Not
individual bill items individual bill items Applicable
and valuation  Appraisal done
Inspection and  Daily inspection by the inspection - None Not
acceptance of works staff as evident in the daily Applicable
worksheets
 No substantial or acceptance work
yet as the project is relatively new
Comment on proper  Quite commendable filing and  Filing Commendable None Not
filling of records and record keeping. Applicable
ease of retrieval of
documents
8 Quality of Check on the  All materials were subjected to  Expand results to cover  Noted KURA HQ
Ongoing/Compl performance, testing prior to use in the filed pre-casted units
eted works standards, adherence  Sufficient work supervision by the  RE to issue instructions
to tolerance and inspection team to cover pre-casted units
durability of the
works
Review construction  Method of construction and other  Commendable None Not
methods used, procedures given by contractor Applicable
supplies and work approved by the engineer.
Tabl Reporting Area Audit Observations Recommendation Management's Action By
e Comments
2-6.
HQ
30-
359
spec
ific
findi
ngs
S/No
procedures
Carry out  Tests done on concrete structures  Quality control None Not
confirmatory tests for and elements. commendable. Applicable
completed and  Rebound tests results on concrete
ongoing works elements and structures such as
kerbs and culvert wing walls were
satisfactory.
Perform visual  Work is on-going  Commendable None Not
inspection of  Excavations and handpacking of Applicable
completed works and stones is ongoing (Figure 4-140)
rate the works as  Installation of Culverts is ongoing-
either good, fair or Access and cross culverts (Figure
poor 4-143)
9 Quality Control Review of quality  Existing approach for quality  Confirmatory tests for  Noted KURA HQ
control systems in control focusses on initial selection Precast units to be
place of materials. carried at the source by
 Need to expand material testing Engineer.
program to confirmatory tests on  Concrete works to be
site- earthworks and concrete. subjected to fresh and
 For precast units, carry out the tests hardened concrete tests.
 Engineer to issue Site
Tabl Reporting Area Audit Observations Recommendation Management's Action By
e Comments
2-6.
HQ
30-
359
spec
ific
findi
ngs
S/No
at the source, before delivery. Instructions and ensure
compliance with: testing
of precast units at the
manufacturers yard

Compare the quality  Inspection and acceptance report  Commendable None Not
control records i.e., adequate with respect to the Applicable
inspection and specifications provided in the
acceptance reports scope of work.
with specifications
Comment on  Most material tests are conducted  Expand test results to  Noted KURA HQ
sampling and testing at the start of the contract works. cover PCC units
of materials, and use  Material Test results carried out at
of test results to the start of the contract may not
ensure works quality fully address quality of works
throughout the project period.
10 Environmental Review the  There was no provision for  Conduct feasibility  Noted and is KURA HQ
and Social Audit environmental environmental impact and studies and ESIA and under
issues impact mitigation mitigation measures. details to be captured in implementatio
measures applied  However, no negative effects of EMP n
this project on the environment  Detailed EMP to be
Tabl Reporting Area Audit Observations Recommendation Management's Action By
e Comments
2-6.
HQ
30-
359
spec
ific
findi
ngs
S/No
were noted during the field visits captured in MPR
and audit.
Assess on-site health  No provisions for trainings on  The on-site health and  Noted KURA HQ
and safety measure occupational health and safety. safety measures should
be applied
 Provide for training
SUM in Bill 25 under
Cross Cutting Issues.
Gender  Monthly labour returns showing  Commendable and None Not
considerations in the number of males and females should be upheld. Applicable
employment who were involved in the project
were available.
Documentation of  There was no documentation of on  Environmental  Noted and is KURA HQ
major environmental major environmental and social Management Plan to under
and social issues issues expected. capture key implementatio
expected and  Noise and dust expected due to environmental and n
appropriate remedial proximity of houses to the road social issues should be
measures provided for by the
Contractor to show how
he/she would deal with
arising environmental
Tabl Reporting Area Audit Observations Recommendation Management's Action By
e Comments
2-6.
HQ
30-
359
spec
ific
findi
ngs
S/No
and social issues.
11 Road Safety Adherence to the  Project scope and activities did not  Commendable None Not
designs given in alter road geometry Applicable
terms of road
geometries
Comment on clarity  Road reserves clear  Commendable None Not
of road reserves and Applicable
clearance of site
Verify the  Furniture provided for in Bill 20.  Commendable None Not
construction of Applicable
necessary road
furniture
12 Roads 2000 Training on R2000  Specifications allow for Training  Create awareness R2000  Has been 
Strategy Strategy for both of site staff strategy by facilitating taken up
field and senior training of personnel on
personnel the same.
 Add training and
awareness creation as a
cross-cutting issue- Bill
25
Integration of cross  Labour sourced from project area  Commendable None Not
Tabl Reporting Area Audit Observations Recommendation Management's Action By
e Comments
2-6.
HQ
30-
359
spec
ific
findi
ngs
S/No
cutting issues  Materials sourced from project Applicable
area.
Employment levels  30% gender rule not met as  Adhere to the 30%  Noted KURA HQ
and adherence to depicted in the Contractor’s employment to women
30% employment to monthly and daily labour returns.
women
Extent of use of local  Extensive use of local labor and  Commendable None Not
labour and materials materials observed. Applicable
13 Post- Issuance of take over  The project is new and is at 5% - None Not
Construction certificate, defects Applicable
Management liability period and
control of road
services and utilities
14 Prior Audit .  The project was not audited - None Not
recommendation previously Applicable
s
15 Performance Aspects of good  Filing system and documentation  Commendable None Not
work good Applicable
practice/weaknesses
both on the agency
and contractor.
1.1.7 Upgrading To Bitumen Standard of Un Avenue-Kiambu Road Exit Link
KURA/RMLF/HQ/343/2021-2022

Project name Upgrading To Bitumen Standard of Un Avenue-Kiambu


Road Exit Link
Tender No KURA/RMLF/HQ/343/2021-2022
Name of Contractor Unami Construction Co. Ltd
Road Name UN Avenue-Kiambu Road Exit Link (Runda Constituency Area)
Road ID HQ-24
Project Works Upgrading to bitumen standards
Project Name Upgrading to Bitumen Standard of UN Avenue -Kiambu Road
Exit Link
Category Women
Project Funding RMLF Conditional Allocation
Planned Length 1 Km
Budget 60,000,000
Achieved Road Length 0.3 km
Date of Procurement 15/02/2022
Contract Award Date 08/04/2022
Start Date 28th May, 2022
Completion Date 28th Nov, 2022
Contract Period 6 months with 3 months DLP
R.E In charge Eng. Guyo
A.R.E In charge Eng. Victoria Gakii
Time elapsed 5 months
% Time elapsed 83%
% Progress of works 40%
Contract Sum Ksh58,527,196.80
Savings Kshs 1,472,803.18
Certified Amount to date -
% Of contract sum certified -
Date of Report Sept-22
1.1.7.1 Location Of Contract
The project is located in Runda Constituency Area in Nairobi county.

S/NO ROAD NAME LENGTH


1 UN-Avenue -Kambu Road Link 1.0
Total 1.0 km

1.1.7.2 Extent Of Contract


The works to be executed under the Contract comprise mainly of but not limited to the following:

 Site clearance including removal of encroachments


 Removal of topsoil,
 Cut to spoil/fill for vertical alignment
 Filling with gravel or approved materials for subgrade and sub-base layers; and shoulders
 Hand packing for base layers
 Installation of kerbs for edge restraint on the carriageway
 AC 50mm surfacing for carriageway
 35mm AC for walkway 1.0mm width
 Excavation of drains
 Installation of culverts and Invert Block Drains (ibds) where applicable,
 Road marking
 Road furniture

Defects Liability Period shall be 3 months.


1.1.7.3 Specific Technical Audit Findings
Table Reporting Area Audit Observations Recommendation Management Action By
2-7. Comments
HQ24
-343
specifi
c
findin
gs
S/No
1 Need Identification of the  The roads qualified for  Commendable None Not
Assessm need for upgrading Applicable
ent implementation of the  It serves the residents of Runda
works and is characterized by large
traffic volume
2 Prioritiza Verify the undertaking  No details on the undertaking of  Project file should include  Noted KURA-HQ
tion of of RICS and its place RICS were recorded in the RICS details
works in selection and project file
prioritization of works.  There were evidence of stake
Stakeholder holder participation
participation.
Confirm proper  Works to be executed were  Scoping of works None Not
scoping of works and properly scoped from site facilitates proper project Applicable
appropriate clearance and encroachment planning which is
intervention measures removal to the installation of commendable
road furniture
3 Planning Development of the  An annual work plan was  Commendable None Not
of Works annual work plan prepared listing the projects to Applicable
be funded in FY 2021/2022

Verify the availability  The Contract document was  Guidelines and manuals None Not
Table Reporting Area Audit Observations Recommendation Management Action By
2-7. Comments
HQ24
-343
specifi
c
findin
gs
S/No
and use of prepared to FIDIC standard. adequately used Applicable
guidelines/manuals for
planning e.g.;
Supervision and
Contract Evaluation
manual, AASHTO
1999, FIDIC Red
Book etc
4 APRP Confirm eligibility of  The project was funded under  Only projects in the None Not
the project for funding CS allocation APRP should benefit Applicable
using the Road from RMLF
Maintenance Levy
Fund
Check for works  Project funding was through  Only projects in the None Not
outside APRP or CS Allocation which doesn’t APRP should benefit Applicable
County Government affect APRP planned works from RMLF
work plans
Explain the budget  Savings of Kshs 1,472,803.18  A good practice to be None Not
Overruns/Savings were made since the award upheld Applicable
contract sum was Kshs
58,527,196.80 and the budget
allocation Kshs 60,000,000
Check for multiple  Funding was only done through  Commendable None Not
Table Reporting Area Audit Observations Recommendation Management Action By
2-7. Comments
HQ24
-343
specifi
c
findin
gs
S/No
funding or duplication CS allocation. Hence, no Applicable
of works multiple funding of the project
Check for omitted road  Project funding was through  Only projects in the None Not
works in the CS Allocation which doesn’t APRP should benefit Applicable
APRP/County Gvt affect APRP planned works from RMLF
work plans
Comment on the status  There was no carry over works  Commendable None Not
of carry over works from FY 2020/2021. Order to Applicable
and any overlaps with commence was issued on 4th
FY 2020/2021 works May 2022
5 Project Adherence to project  The design steps were adhered  Commendable. None Not
Design preparation process to.  Working drawings are a Applicable
and design steps  The designs provided were key deliverable in project
Appropriateness of adequate and appropriate for preparation and should be
designs with regard to feasible execution of the works. availed before project
economy and Drawing of proposed road commencement
efficiency realignment on LR No.
12825/203. Appropriate Work
programme prepared as well
6 Tenderin Advertisement of  The tender was advertised  Commendable None Not
g and tenders, Check for an under women category and the Applicable
Procurem efficient tendering contract awarded to the lowest
ent process and the bidder (Unami Construction Co.
Table Reporting Area Audit Observations Recommendation Management Action By
2-7. Comments
HQ24
-343
specifi
c
findin
gs
S/No
completeness of Ltd) on 8th April 2022.
contract documents,  The unit rates adopted and are
Publicity boards. as indicated above and within
market rates
 Item 1.09 in the BOQ provides
for the placing of publicity
stickers.
Adequacy of the BoQ  Bill descriptions are adequate  Commendable None Not
descriptions as compared to standard Applicable
specifications

Comparison of unit Item BoQ Range  Unit rates applied in this


Market
rates adopted in the Rate Contract were within the
BoQ with the market AC 27000 2000- 30000 prevailing market rates
rates 39000 except for AC which has
Kerbs 900 400- 1000 a large variation from the
1500 market modal rate
Markin 1800 150- 1500
g 2500
Concre 12000 1200- 13000
te 25000

7 Project Verify works  R.E and A.R.E appointed for  Adequate facilitation of - -
Table Reporting Area Audit Observations Recommendation Management Action By
2-7. Comments
HQ24
-343
specifi
c
findin
gs
S/No
Manage supervision and the project and funds for their the RE and his staff in
ment / availability of remuneration provided for terms of vehicles and
Construct adequate supervision under Bill 1 in the Bill of remuneration.
ion Stage resources (staff, Quantities. Contractor provided  Key staff such as
vehicles, funding etc.) qualified project manager, site surveyor provided by the
agent and equipment (grader, contractor should be
lorry etc.) qualified
Handling of advances,  Performance bond provided by  Commendable None Not
guarantees, insurances, Century Micro Finance Bank, Applicable
site instructions, site instructions by the R.E filed
claims, variation in the project file
orders and cost
Comment on the  No amount had been certified  Payment should be made None Not
payment timelines to by the contractor at the time of to the contractor after Applicable
contractors/suppliers the audit inspection and approval
of works
Comment on the  Time elapsed is 40% and the  Slow progress report None Not
delivery of works work carried out is only issued to the contractor Applicable
within the planned earthworks with gravelling
time and cost  Slow progress report to be
issued by the RE
Confirm certification  Works approval for site  Commendable None Not
of the works done; clearance and earthworks for Applicable
Table Reporting Area Audit Observations Recommendation Management Action By
2-7. Comments
HQ24
-343
specifi
c
findin
gs
S/No
work approval forms, cut and fill availed
approved material  Approval done by ARE and RE
tests, RE approvals for
use of materials on
site, measurement
sheets
Verify proper field  Site instruction by RE on  Commendable None Not
inspection by road 10/6/2022 on setting out data Applicable
overseers and and traverse stations, clear site
methodology on road reserve, remove
cracked pipe culverts and earth
works
Measurement of  Measurement sheets filed, and  Commendable None Not
individual bill items duly filled Applicable
and valuation
Inspection and  Daily inspection by the  Commendable None Not
acceptance of works supervision team as evident in Applicable
the monthly report
 No record of substantial
inspection and acceptance
reports as the project is on
going
Comment on proper  Neat project file with  Ensure the filling of all  Noted KURA-HQ
Table Reporting Area Audit Observations Recommendation Management Action By
2-7. Comments
HQ24
-343
specifi
c
findin
gs
S/No
filling of records and documents sequentially filed project related documents.
ease of retrieval of and organized. However, the Update the project file
documents file missed minutes of site with all the documents
meetings required
8 Quality Check on the  All the materials used was  Expand test results to  Noted KURA-HQ
of performance, subjected to testing in the lab cover pre-casted units.
Ongoing/ standards, adherence prior to use in the field and Engineer to issue
Complete to tolerance and results approval done by the instructions to cover for
d works durability of the works engineer pre-casted units
 Sufficient supervision of work
execution
Review construction  Method of construction and  Commendable None Not
methods used, supplies other procedures given by Applicable
and work procedures contractor and approved by the
RE
Carry out confirmatory - - None Not
tests for completed and Applicable
ongoing works
Perform visual  Cut and fill work carried out  Commendable None Not
inspection of perfectly (Photo 4-77) Applicable
completed works and  Carriage way graded well.
rate the works as either (Photo 4-75)
good, fair or poor
Table Reporting Area Audit Observations Recommendation Management Action By
2-7. Comments
HQ24
-343
specifi
c
findin
gs
S/No
 The project is ongoing
9 Quality Review of quality  Provision for material testing  Quality control which None Not
Control control systems in and other material testing ensures quality works and Applicable
place services provided for in Bill 1 use of appropriate
of the BoQ construction methods
 RE provided with a 4WD sufficiently provided for.
station vehicle of fuel capacity
2500cc fueled and maintained
and an item of Kshs 1.5Million
to allow for attendance of the
RE to the staff
Compare the quality  Daily inspection carried out by  Commendable None Not
control records i.e., the supervision team Applicable
inspection and
acceptance reports
with specifications
Comment on sampling  Gravel samples were obtained  Commendable None Not
and testing of from the supplier and were Applicable
materials, and use of tested for dry sieving
test results to ensure
works quality
10 Environ Review the  Copies of EIA and NEMA  EIA and NEMA reports None Not
mental environmental impact report and recommendations should be included in the Applicable
Table Reporting Area Audit Observations Recommendation Management Action By
2-7. Comments
HQ24
-343
specifi
c
findin
gs
S/No
and mitigation measures were not present in the file file.
Social applied  Provision of Kshs 200,000 is
Audit made for operation of the
issues contractor’s Environmental
Management Plan and payment
of required fees to NEMA.
Assess on-site health  Bill 25 allows for HIV/ AIDS  Measure of on-site health  Noted KURA-HQ
and safety measures awareness campaigns. There to be put in place
are no records of such activities  Provide for on-site health
being conducted measures in the BoQ
 No records to show safety gears
availed
Gender considerations  The monthly labour returns  Commendable None Not
in employment shows that both male and Applicable
females were employed in the
work force
Documentation of  A letter written on 14th July  Provide remedial  Noted and KURA-HQ
major environmental 2022 to Chief Officer Water, measures for under
and social issues Environment, Energy and environmental issues implementati
expected and Natural resources (Kiambu experienced on
appropriate remedial County) to harvest trees lacks a  Detailed EMP to be
measures remedial measure e.g., planting captured in MPR
of trees to compensate for the
Table Reporting Area Audit Observations Recommendation Management Action By
2-7. Comments
HQ24
-343
specifi
c
findin
gs
S/No
cut trees
11 Road Adherence to the  Designs adopted did not alter  Commendable None Not
Safety designs given in terms the road geometries Applicable
of road geometries
Comment on clarity of  Road reserves were clear  Commendable None Not
road reserves and Applicable
clearance of site
Verify the construction  Bill 20 in the BOQ provides  Relevant road furniture None Not
of necessary road for the installation of reflectors, provided for in the BOQ Applicable
furniture thermoplastic material for road and is commendable
marking, 250*125 class 25/20
precast concrete, 100*125 flush
kerbs,16 steel pipe bollards of
Dia. 150mm; 1.05m above the
ground and permanent road
signs
12 Roads Training on R2000  Specs allow for Training of site  Create awareness R2000  Noted KURA-HQ
2000 Strategy for both field staff. There is no record of such strategy by facilitating
Strategy and senior personnel training activities being training of personnel on
conducted the same. Add training
and awareness creation as
a cross-cutting issue- Bill
25
Table Reporting Area Audit Observations Recommendation Management Action By
2-7. Comments
HQ24
-343
specifi
c
findin
gs
S/No
Integration of cross  Labour and Materials sourced  File the records of  Noted KURA-HQ
cutting issues from project area. HIV/AIDS activities
 The HIV/AIDS activities were being carried out
provided for in the BQ but there
is no record of such activities
being conducted
Employment levels  Labour returns show that both  Implement the 30%  Noted KURA-HQ
and adherence to 30% males and females were employment to women
employment to women employed but the 30%
employment to women was not
met
Extent of use of local  Extensive use of local labor and  Commendable None Not
labour and materials materials observed. Applicable
13 Post- Issuance of take over  The project is at 40% progress - None Not
Construct certificate, defects Applicable
ion liability period and
Manage control of road
ment services and utilities
14 Prior  The project was not audited - None Not
Audit previously Applicable
recomme
ndations
15 Performa Aspects of good work  Following documents checklist  Commendable None Not
Table Reporting Area Audit Observations Recommendation Management Action By
2-7. Comments
HQ24
-343
specifi
c
findin
gs
S/No
nce practice/weaknesses  Good filing and record keeping Applicable
both on the agency and
contractor.
1.1.8 Upgrading To Bitumen Standard of Kerarapon Drive (Part)
KURA/RMLF/HQ/335/2021-2022

Project Name Upgrading of Bitumen Standard of Kerarapon Drive (Part)


Tender No KURA/RMLF/HQ/335 /2021-2022
Name of Contractor M/S Jamason Africa
Road Name & ID Kerarapon Drive
Project Works Upgrading of Bitumen Standard
Category Women
Project Funding RMLF Conditional Allocation
Planned Length 2.0Km
Budget Kshs 150,023,722.00
Achieved Road Length Ongoing
Date of Procurement 15-Feb-2022
Contract Award Date 19-Apr-2022
Start Date 18-May-2022
Completion Date 18-Feb- 2023
Contract Period 9 months
R.E In charge Eng. Carren Oyolla
A.R.E In charge Joyline Ronoh
Time elapsed 1 month
% Time elapsed 11.11%
% Progress of works 90.0% site clearance and 61.88% Earthworks
Contract Sum Kshs 149,144,100
Savings Kshs 879,622
Certified Amount to date -
% Of contract sum certified -
Date of Report Aug-22

1.1.8.1 Location Of Contract


The project roads are located in Kerarapon Area of Kajiado County

S/NO ROAD NAME LENGTH


1 Kerarapon drive( end tarmac to 20th drive) 0.78
2 Drive 14 ( junction to catholic church) 0.62
3 Drive 17th 0.60
Total 2.0 Km
The length is approximately 2.0Km

1.1.8.2 Extent Of Contract


The works to be executed under the Contract comprise mainly of but not limited to the following: -

 Site clearance including removal of encroachments


 Removal of topsoil

 Cut to spoil/fill for vertical alignment

 Filling with gravel or approved materials for sub-grade and sub-base layers; and shoulders

 Hand packing for base layers

 Installation of kerbs for edge restraint on the carriageway

 AC 50mm surfacing for carriageway

 Excavation of drains

 Lining of drains using Invert Block Drains (IBDs)

 Installation of culverts where applicable

 Road furniture:

 Installation of road signs

 Road marking.

 Protection works: Stone pitching etc.

Defects Liability Period shall be 3 months.


1.1.8.3 Specific Technical Audit Findings
Table Reporting Area Audit Observations Recommendation Managemen Action by
2-8. t Comments
HQ1
6-
335
speci
fic
findi
ngs
S/No
1 Prioritizatio Verify the  There was documentation of RICS of  Commendable None Not
n of works undertaking of RICS Kerarapon drive and its contribution to Applicable
and its place in prioritization, selection and
prioritization, development of annual work plan
selection and
development of the
annual work plan
Confirm proper  Scope of works was documented in the  Quite commendable, None Not
scoping of works and contract whereby the contractor was scoping of works should be Applicable
appropriate instructed to perform several tasks documented as part of
intervention measures ranging from site clearance and removal contract management and
of encroachment to road marking and supervision.
road furniture erection.  The scope of works
provided stipulated the
exact duties and
responsibilities that the
contractor was expected to
carry out.
2 Planning of Stakeholder  Upgrading of Kerarapon drive started  Stake holders’ participation None Not
Works participation; with engagement with all stakeholders was recommendable as it Applicable
publicity boards, through a stakeholder consultation ensures smooth progress of
Table Reporting Area Audit Observations Recommendation Managemen Action by
2-8. t Comments
HQ1
6-
335
speci
fic
findi
ngs
S/No
advertisement of meeting dated 26th May, 2022. the project.
tenders, road  Tender was advertised in the gazette  Road should be closed
closures, dated 15th Feb, 2022. immediately when
correspondences and  Closure of Kerarapon drive for construction starts and an
minutes of meetings construction was not evident in the alternative route provided.
monthly progress report provided. This reinforces site security
 Two correspondences were and safety.
encountered. First, an invitation letter to  All the correspondences
a stakeholders’ meeting held in should be documented as
Methodist Church of Kenya, Kerarapon they addressed challenges
Worship Centre on 26th May, 2022. encountered on site and
Second, Public notice dated 17th May, stakeholders’ participation.
2022 from the office of the president
(Chief of Embulbul location) and
certified by Survey of Kenya addressing
the residents of Kerarapon about the
encroachment of the road reserves.
Verify the availability  Several manuals such as FIDIC and  Emphasis should be made None Not
and use of AASHTO 1999 were applied in to the use of certified Applicable
guidelines/manuals planning, contract management and methods of measurements
for planning e.g.; supervision. and quotation.
Supervision and
Table Reporting Area Audit Observations Recommendation Managemen Action by
2-8. t Comments
HQ1
6-
335
speci
fic
findi
ngs
S/No
Contract Evaluation
manual, AASHTO
1999, FIDIC Red
Book etc
Compare the unit Item BoQ Range Market  Unit rates applied in this None Not
rates adopted to the Rate Contract were within the Applicable
market rates AC 31000 2000- 30000 prevailing market rates
39000 except for concrete which is
Kerbs 1350 400- 1000 slightly higher than the
1500
market modal rate
Marking 2500 150- 1500
2500
Concret 20000 1200- 13000
e 25000
3 APRP Confirm eligibility of  The roads under HQ region were not  Involvement of both None Not
the project for listed in the APRP. Only the amount genders to be upheld in Applicable
funding using the allocated to the region was stated tender procurement so as to
Road Maintenance  The tender was reserved for women observe ⅔ gender rule.
Levy Fund
Check for works  No works outside the APRP  Commendable None Not
outside APRP or Applicable
County Government
Table Reporting Area Audit Observations Recommendation Managemen Action by
2-8. t Comments
HQ1
6-
335
speci
fic
findi
ngs
S/No
work plans
Explain the budget  The budget savings amounted to Kshs  Commendable None Not
Overruns/Savings 879,622 which resulted from the Applicable
difference between the quoted contract
sum Kshs 149,144,100 and engineer’s
estimate sum of Kshs 150,023,722.00.
Check for multiple  The project was funded singly from  Commendable None Not
funding or special allocation. Applicable
duplication of works
Check for omitted  There was no omitted works in the  Commendable None Not
road works in the APRP Applicable
APRP/County Gvt
work plans
Comment on the  There was no carryover work for this  Commendable None Not
status of carry over specific road project. Applicable
works and any
overlaps with FY
2020/2021 works
4 Project Appropriateness of  Efficiency was achieved as there were  Balance between economy None Not
Preparation designs with regard sufficient quality control mechanisms in and efficiency to be Applicable
to economy and place. maintained throughout the
efficiency  The contractor balanced economy and construction period.
Table Reporting Area Audit Observations Recommendation Managemen Action by
2-8. t Comments
HQ1
6-
335
speci
fic
findi
ngs
S/No
efficiency by providing all the required
equipment and plants on lease basis.
5 Project Adherence to project  The project was in accordance with the  Implementation of the None Not
Design preparation process preparation process. project in the field to adhere Applicable
and design steps  The scope of works was clearly drafted strictly to the planning,
in the bid document. Project preparation and design
methodology in specific specifications steps.
provided work programme of proposed
works in the tender document.
 Design steps were captured in the bid
document as guidelines and standard
drawings.
6 Tendering Advertisement of  A complete contract documented  Commendable. None Not
and tenders, Check for an stamped and signed was filed. Applicable
Procuremen efficient tendering  Performance bond provided.
t process and the  Contract documents has main sections
completeness of for small works- conditions of contract,
contract documents, specifications, special specifications,
Publicity boards. and bill of quantities
Adequacy of the BoQ  Bill descriptonas are adequate as  Commendable None Not
descriptions compared to standard specifications Applicable
Table Reporting Area Audit Observations Recommendation Managemen Action by
2-8. t Comments
HQ1
6-
335
speci
fic
findi
ngs
S/No
6 Project Verify works  In the elapsed project period, there was  Supervision team to be None Not
Manageme supervision and evidence of Engineers supervision. adequate and facilitated Applicable
nt /Constru availability of  Engineer’s staff vehicles purchase, adequately.
ction Stage adequate supervision operation and maintenance were quoted
resources (staff, in Bill.1.
vehicles, funding  Engineers staff included, RE, ARE,
etc.) Project surveyor, Assistant engineer,
Inspector, Lab technician and office
administrator among others.
Handling of  For the audited project period, there  Commendable None Not
advances, guarantees, were no advances, guarantees, claims or Applicable
insurances, site variations orders.
instructions, claims,  Performance insurances were clearly
variation orders and documented in the project file and in the
cost contract document.
 Site instructions were drafted in a
detailed manner and filed properly.
Comment on the  There are no payments made yet to the - - -
payment timelines to contractor as the project is relatively
contractors/suppliers new
Comment on the  The works are ongoing - - -
delivery of works
Table Reporting Area Audit Observations Recommendation Managemen Action by
2-8. t Comments
HQ1
6-
335
speci
fic
findi
ngs
S/No
within the planned
time and cost
Confirm certification  For the documented elapsed period of 1  Certification of works done None Not
of the works done; month only the approved material tests should be provided and Applicable
work approval forms, from MTRD were documented. followed by RE approval
approved material  The material test done included, Field certificates
tests, RE approvals Density Test, Sieve Analysis, and
for use of materials California Bearing Ratio
on site, measurement
sheets
Verify proper field  Daily worksheets were duly filled and  Commendable None Not
inspection by road certified by engineer’s representative Applicable
overseers and
methodology
Measurement of  Individual bill items were measured and  This should be observed all None Not
individual bill items filled. through. Applicable
and valuation
Inspection and  The monthly progress report was  Commendable None Not
acceptance of works provided. Applicable
 The progress report did not address
activities for that month in detail.
 There was adequate inspection and
Table Reporting Area Audit Observations Recommendation Managemen Action by
2-8. t Comments
HQ1
6-
335
speci
fic
findi
ngs
S/No
acceptance of work certificates in that
month.
Comment on proper  The project documents were filed well  Tagging of individual Noted KURA-HQ
filling of records and in a box file. documents in the file would
ease of retrieval of  The documents were not tagged or ensure ease of retrieval
documents coded and thus difficult to retrieve.
7 Quality of Check on the  Material tests conducted on the earth  This should be upheld to None Not
Ongoing/C performance, works were within the specified ensure the value of the Applicable
ompleted standards, adherence standards and thus attained the required investment is attained.
works to tolerance and standards and durability.
durability of the
works
Review construction  The contractor, M/S Jamason Africa Ltd  The contractor provides a None Not
methods used, clearly highlighted the construction detailed approach on the Applicable
supplies and work method starting with Site clearance, cut volumes of excavations and
procedures to spoil the earth, Earth Fills, earthworks.
Excavations for drainages and service  More details on the waste of
ducts and laying of Invert Block Drains excavations to be provided.
(IBD).
 The MPR captured the conditions of the
road before and after intervention and
construction methods were in place
Table Reporting Area Audit Observations Recommendation Managemen Action by
2-8. t Comments
HQ1
6-
335
speci
fic
findi
ngs
S/No
through tables and photos.
Carry out  The rebound hammer strength test for  Commendable None Not
confirmatory tests for culvert wing wall is at 28N/mm2(Photo Applicable
completed and 4-52)
ongoing works  Kerbs strength is at 26N/mm2
 The road width under construction is
9m (Photo 4-51)
Perform visual  The works are still ongoing  Instructions to correct the Noted KURA-HQ
inspection of  Survey team on site poorly done work
completed works and  Hand packing of stones ongoing (Photo commendable
rate the works as 4-50)  Use curved kerbs at curved
either good, fair or  Culverts under constructions (Photo 4- sections as they are
poor 53) provided in the BoQ
 Retaining wall at Km 0+020 has poor  Use the different types of
workmanship. The contractor is issued kerbs depending on the
instructions to redo condition since breaking
 At curved sections, straight kerbs are alters the strength
broken to fit the curved sections. This
interferes with the strength of PCC
 Relocation at Km 1+300, KPLC poles,
Kshs 900,000 paid to KPLC but
Table Reporting Area Audit Observations Recommendation Managemen Action by
2-8. t Comments
HQ1
6-
335
speci
fic
findi
ngs
S/No
relocation not done yet
8 Quality Review of quality  The Contractor Jamason Africa Ltd  Use of necessary machinery None Not
Control control systems in ensured that all the necessary machinery in the road work ensured Applicable
place for road works were onsite and were in quality was achieved
good condition. efficiently and
 The contractor engaged qualified economically.
engineers with the required experience  Experienced staff formed an
(5years and above) as depicted in the integral part of quality
CVs. control.
 Materials used were tested and  Testing of materials should
approved by the MTRD. be upheld to ensure design
specifications are achieved
Compare the quality  Inspection and acceptance reports were  Commendable None Not
control records i.e., in line with outlined specifications Applicable
inspection and  Daily inspection evident from the daily
acceptance reports worksheet signed by the inspection team
with specifications
Comment on Material tests on earthworks were carried  Sampling method None Not
sampling and testing out. satisfactory Applicable
of materials, and use  Field Density Test (MDD, OMC and
of test results to CBR), most test results bore the same
ensure works quality values MDD and OMC from different
Table Reporting Area Audit Observations Recommendation Managemen Action by
2-8. t Comments
HQ1
6-
335
speci
fic
findi
ngs
S/No
chainages.
 Atterberg Limits.
 Sieve Analysis.

9 Environme Review the  The contractor used a water sprayer  The exercise mitigated the None Not
ntal and environmental impact truck to subdue dust pollution negative environmental Applicable
Social mitigation measures emanating from the ongoing earth impact resulting from dust.
Audit applied works.  The Contractor had
issues  There was an Environmental and Social included the Environmental
Impact Assessment (ESIA) that was management plan in the Bill
carried out from 24th May,2022 to 27th of Quantities.
May, 2022. There was a memo written  This is commendable
to the Resident Engineer requesting for
approval of expenditure of
KSH.194,200 for the ESIA.
Assess on-site health  The excavations on site were  Safety measures onsite were  Noted KURA-HQ
and safety measures barricaded with safety tapes and found adequate and
warning signs to ensure safety working.
precautions.  HIV/AIDS awareness
 Dust pollution was mitigated by use of should be a mandatory
temporary bumps and water spraying exercise.
the earthworks.
Table Reporting Area Audit Observations Recommendation Managemen Action by
2-8. t Comments
HQ1
6-
335
speci
fic
findi
ngs
S/No
 There was no HIV/AIDs awareness for
the audited project period.
Gender  There were 22 staffs allocated to this  The ⅔ gender rule should  Noted KURA-HQ
considerations in project out of which 21 were male and 1 be observed given that the
employment female. This represented 95% male and project was under women
5% female category.
 2/3 gender rule was not attained.
Documentation of  Dust pollution is a major environmental  Quite commendable None Not
major environmental pollutant which was adequately Applicable
and social issues mitigated.
expected and  The social issues anticipated were
appropriate remedial handled through stakeholder
measures participation meetings and ESIA
reports.
10 Road Adherence to the  The road design specified a carriageway  Commendable None Not
Safety designs given in of 9m which was adhered to from Applicable
terms of road earthworks.
geometries
Comment on clarity  The road reserves were clear  Commendable None Not
of road reserves and Applicable
clearance of site
Verify the  Furniture provided for under bill 20  Commendable None Not
Table Reporting Area Audit Observations Recommendation Managemen Action by
2-8. t Comments
HQ1
6-
335
speci
fic
findi
ngs
S/No
construction of  The installation of road kerbs is ongoing Applicable
necessary road
furniture
11 Roads 2000 Training on R2000  Training on R2000 strategy was not  Field staff to be trained on Noted KURA-HQ
Strategy Strategy for both evident in the field staff. R2000 strategy.
field and senior  Provide for R2000 training
personnel in the BoQ Bill 25
Integration of cross  Cross cutting issues such as  All cross-cutting issues  Noted KURA-HQ
cutting issues environmental protection was followed should be followed up and
up and implemented in the field. implemented in the field as
 Some cross-cutting issues such as provided for in the BoQ
HIV/AIDS awareness, Covid 19
guidelines and gender equality were not
implemented in the field.
Employment levels  The staff composition was 95% men  The 30% women  Noted KURA-HQ
and adherence to and 5% women. composition should be
30% employment to  The 30% women employment was not reinforced both in the office
women observed. staff and field staff.
Extent of use of local  There was use of local labour and  This should be upheld None Not
labour and materials materials throughout the project Applicable
period
Table Reporting Area Audit Observations Recommendation Managemen Action by
2-8. t Comments
HQ1
6-
335
speci
fic
findi
ngs
S/No
12 Prior Audit  The project was not previously audited Not Applicable None Not
recommend Applicable
ations
13 Exemplary Aspects of good work  The files were well organized into  Quite commendable None Not
Performanc practice e.g., sections hosting different project Applicable
e documentation of documents.
works done and
organization of files
BOQs

1.1.1
Upgrading to bitumen standards of UN Avenue Kiambu road exit link
BILL 1: GENERAL
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
SHS
1.01 Allow a provisional Sum for material PC 1 200,000.00 200,000
testing services and other Laboratory SUM
Services.
1.02 Include percentage of P.C Sum in item 1.05 % 10 200,000.00 20,000
for Contractor's overhead and profit

1.03 Allow a provisional sum of Kshs PC 1 350,000.00 350,000.00


350,000for the Resident Engineer's SUM
Miscellaneous account to be spent in
whole or part as directed by the Resident
Engineer against receipts.
1.04 Include percentage of P.C Sum in item 1.07 % 10 350,000.00 35,000
for Contractor's overhead and profit
1.05 Allow Kshs 1,500,000 for attendance of PC 1 1,500,000.00 1,500,000
the Engineer to the staff in accordance with SUM
clause 137 of special specifications.
1.06 Include percentage of P.C Sum in item 1.09 % 10 1,500,000.00 150,000
for Contractor's overhead and profit
1.07 Provide, fuel and maintain with V.mth 9 150,000.00 1,350,000
driver,1No. 4WD Station Wagon
vehicle (Odometer 0 - 60,000km) of
engine capacity minimum 2500cc for
exclusive use of the Engineer inclusive of
the first4000 Km per vehicle month in
accordance with clause 138 of the
standard specifications.
1.08 EO Item 1.11 for kilometers travelled in km 2,000 300 600,000
any month in excess of 4,000km for all
running costs
1.09 Provide, place and maintain publicity stickers No. 2 100,000 200,000
in accordance to KURA's standard drawing
on the provided steel frames
(inclusive of transport of the steel frames
from KURA offices and returning the same
upon completion)
1.10 Provision and operation of the Contractor's PC 1 200,000.00 200,000
Environmental Management Plan and SUM
performance of all measures required by
Clause 142 including payment of all fees to
NEMA

1.11 Include percentage of P.C Sum in item 1.14 % 10 200,000 20,000


for Contractor's overhead and profit
Total of Bill Carried Forward to Summary 4,625,000

BILL 4: SITE CLEARANCE AND TOPSOIL STRIPPING


BILL 1: DESCRIPTION UNIT QTY RATE AMOUNT
GENERAL KSHS
SHS
4.01 Clear site on road reserve including m2 10,000 30 300,000
removal of trees, hedges, bushes,
vegetation, enchroachments
(includingstructures) and other
deleterious materials grub up roots and
compact backfill to 100%
MDD(AASHTO T99) with approved
material in accordance with the
specifications, and as directed.
4.02 Heavy bush clearing m2 1,000 60 60,000
4.03 Excavate, remove and dispose cracked PC 100 1,500 150,000
pipe culverts of any size. SUM
Total of Bill Carried Forward to 510,000
Summary
BILL 5: EARTH WORKS
ITEM DESCRIPTION Units QTY Rate Amount
SHS
No separate payments shall be made for the PC 1
overhaul of material and the cost of such SUM
haulage shall be included in the rates and or
prices
5.01 Cut to spoil in soft material m3 9,360 250 2,340,000

5.02 Cut in hard material m3 250


1,500 375,000

5.03 Provide, place and compact approved fill m3 4,212 850 3,580,200
material on cut areas.
Total of Bill Carried Forward to Summary 6,295,200
BILL 8: CULVERTS AND DRAINAGE WORKS
DESCRIPTION UNIT QTY RATE AMOUNT
No separate payment shall be made for gravel for 1
blinding and hauling to spoil unsuitable excavation
materials and the cost of such shall be included in the
rates and /or prices.
8.01 Excavate in soft materials for side drains,drop inlets, 3
m 3,900 400 1,560,000
outfall and mitre drains including cart to spoil.
8.02 Clean culverts of all sizes to free flow conditions m 100 400 40,000
8.03 Excavate in soft materials for pipe culverts headwalls, m3 100 400 40,000
wingwalls, apron, toewalls and drop inlets.
8.04 Provide, lay and joint 450 mm inner diameter (ID) m 100 600 60,000
precast concrete pipes.
8.05 As in item 8.06 but 600 mm ID. m 150 8,000 1,200,000
8.06 As in item 8.06 but 900 mm ID. m 50 10,000 500,000
8.07 Provide place and compact class 15/20 concrete to beds, m3 200 11,000 2,200,000
sorrounds, haunches and
for margin between the shoulder and open drain.
8.08 Provide place and compact class 25/20concrete to 3
m 120 12,000 1,440,000
headwalls, wingwalls, aprons and toe walls to
pipeculverts; and slabs on drains, including form work
8.90 Provide and place A142 fabric mesh reinforcement for m 2 20 550 11,000
item 8.11.
8.10 Provide and lay 150mm thick grouted stone pitching with m 2 500 1,800 900,000
ratio 1:4 cement to mortar as directed
8.11 Excavate in any material, provide, lay and joint 600mm x m 2,600 1,200 3,120,000
360mm Invert Block Drain (IBD) complete with 2 side
slabs of 600x225x75mm as lining for storm water drain
including bedding and backfilling with selected material
as per the specifications or as instructed by the Engineer.
8.12 Excavate in any material, provide, lay and joint 300mm m 200 1,000 200,000
Invert Block Drain (IBD)with single side slabs of
600x225x75mm as lining for storm water drain including
bedding and backfilling with selected material as per the
specifications or as instructed by the Engineer.
8.13 Extra over Item 8.11 for precast sideslab of 600x225 m 2 100 1,200 120,000
75mm
Total of Bill Carried Forward to Summary 11,391,000
BILL9: PASSAGE OF TRAFFIC
ITEM DESCRIPTION UNIT QTY RATE AMOUNT

KSHS SHS
9.01 Allow for the passage of traffic km 1.0 200,000 200,000
through the works.
Total of Bill Carried Forward to 200,000
Summary

BILL 12: NATURAL MATERIAL BASE AND SUBBASE


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
KSHS SHS
Note: All haulage is to be included in the
Contractor's rates and prices. There is no
separate payment for overhaul
12.01 Provide, place and spread natural gravel of m 3 2,484 900 2,235,600
CBR greater than 30% as sub-base material on
selected sections as directed.
12.02 Provide, lay, and compact hand packed stone m 3 1,404 1,000 1,404,000
material for base layer including filling of
voids with stone dust and watering as directed
by the Engineer.
Total of Bill Carried Forward to Summary 3,639,600

BILL 15: BITUMINOUS SURF. TREAT.& S DRESSING


ITEM DESCRIPTION UNIT QTY RATE AMOUNT

KSHS SHS
15.01 Prepare surface of carriageway and repair Ltr 15,552 140 2,177,280
areas, provide and spray MC-30 cutback
bitumen at a rate of 0.8-1.2 lt/m2 as prime
coat.
15.02 Prepare surface of carriageway, repair areas, Ltr 12,960 160 1,814,400
provide and spray K1-60bitumen emulsion as
tackcoat or seal to repair areas at a spray rate
of 0.8 - 1.0 L/m2 as directed.
Total of Bill Carried Forward to Summary 3,991,680
BILL 16: BITUMINOUS MIXES
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
KSHS
SHS
16.01 Provide, place and compact 50mm thick asphalt m 3 558
concrete Type 1 with 5 - 6 % nominal bitumen
content by weight to total mix as wearing course
on carriageway as directed.

Total of Bill Carried Forward to Summary

BILL 20: ROAD FURNITURE


ITEM DESCRIPTION UNIT QTY RATE AMOUNT

20.01 Provide and place reflectors (cateyes) as No. 50 2,000 100,000


instructed.
20.02 Provide thermoplastic material for road marking m 2 515 1,800 927,000
and mark lines on the road as directed
20.03 Excavate for, provide and place 250 x 125mm
class 25/20 precast concrete raised or ramped
kerbs haunched in100 mm thick class 15/20
concrete base bedding and mortar joined in
support to carriageway, bus bays and junctions
as directed by the Engineer.
(a) Straight kerbs. m 2,000 900 1,800,000
(b) Kerbs radius: 12 m-6 m. m 15 1,800 27,000
(c ) Ditto but radius: 5 m-1 m. m 10 1,500 15,000
20.04 Ditto 20.02 but 100 x 125 mm flush kerbs in
support of carriageway
(a) Straight kerbs m 2,000 800 1,600,000
(b) Kerbs radius: 12 m-6 m m 15 1,600 24,000
(c ) Ditto but radius: 5 m-1 m m 10 1,300 13,000
20.05 Place and provide gauge 16 steel pipe Bollards No 10 4,000 40,000
of Dia 150mm and 1.05m above the ground and
as directed
20.06 Extra over item 20.05 for reflective material m 10 1,500 15,000
including sticking/fixing to the bollards as
directed by the Engineer
Total of Bill Carried Forward to Summary 4,561,000
ITEM DESCRIPTION UNIT QTY RATE AMOUNT

20.07 Provide and erect permanent road signs


where instructed in accordance with the
specifications as follows;
(a) Warning signs. No 5 15,000 75,000
(b) Priority, prohibitory and mandatory No 3 15,000 45,000
signs.
( c) Standard informatory signs. No 3 15,000 45,000
(d) Non- standard informatory signs of
area.
(i) Less than 1.0 m2. No 1 10,000 10,000
Total of Bill Carried Forward to Summary 4,736,000

SUMMARY OF BILLS OF QUANTITIES

Bill DESCRIPTION AMOUNT


No.
1 GENERAL 4,625,000
4 SITE CLEARANCE AND TOPSOIL STRIPPING 510,000
5 EARTHWORKS 6,295,200

8 CULVERTS AND DRAINAGE WORKS 11,391,000

9 PASSAGE OF TRAFFIC 200,000

12 NATURAL MATERIAL SUBBBASE AND BASE 3,639,600


15 BITUMINOUS SURFACE TREATMENT AND SURFACE 3,991,680
DRESSING
16 BITUMINOUS MIXES 15,066,000

20 ROAD FURNITURE 4,736,000


Sub-total 1 50,454,480
Add 16% of Sub-total 1 for Value Added Tax to be reimbursed in 8,072,716.80
certificates against official receipts
Grand Total Carried Forward to Form of Bid 58,527,196.80
1.1.1 Improvement of Quickmart- Fedha East Africa school of aviation

Item Description Units Quantity Rate


No.
BILL 1

1.07 Allow a provisional sum of KShs.200,000.00 for offsite PC 1 200,000


Material Testing as directed by the Sum
Engineer

1.08 Extra over item 1.07 for % 200,000 10%


contractors’ overheads and profits
1.11 Provide, fuel, insure and maintain with driver 1No. new V. 9 275,000
4WD double cabin Diesel propelled, with engine capacity Month
of not less than 2500cc for the exclusive use by the
Resident Engineer inclusive of the first 4000km per vehicle
month
1.12 Extra over item 4000km on item km 2,000.00 47
1.11 for contractors’ overheads and profits.

1.13 Allow a Provisional Sum of KShs 500,000 for the Prime 1 500,000
Engineer's miscellaneous account to be spent in whole or Cost
part as instructed by the Engineer and to be reimbursed
against receipts.
1.14 Extra over item on item 1.13 for contractors’ overheads % 500,000 10%
and profits.
1.15 Provide erect and maintain publicity signs as instructed by No. 2 155,000
the Engineer.
1.16 Allow for attendance upon the Engineer by the following PC
staff in accordance with Clause 137 of Special Sum
Specification

Assistant Engineer M.mth 9 50,000.00


Inspector of works M.mth 9 40,000.00
Surveyor M.mth 9 30,000.00
Total Carried Forward to Summary:
BILL 4 SITE CLEARANCE
Item Description Units Quantity Rate Amount
No. (KSh)
4.01 Clear site on road reserve including removal 2
m 4,800 10 48,000.00
of trees,hedges, bushes, and other vegetation
or deleterious
organic material , grub up roots in
accordance with the specifications

4.04 Excavate, remove and dispose m 100 1,200.00 120,000.00


existing culverts, OG pipes, IBD and drain
lining of any material
4.05 Allow a Prime Cost sum of Ksh. 500,000.00 PC 1.00 500,000.00 500,000.00
for removal and Sum
reinstatement of services.

4.06 Extra Over on Item 4.05 for the Contractors % 500,000 10% 50,000.00
Overheads and Profit.

4.07 Allow a Prime Cost sum of Ksh. 200,000.00 PC 1 200,000.00 200,000.00


for carrying and payment for EIA and Sum
NEMA
Licenses and other environmental mitigation
measures.
4.08 Extra Over on Item 4.07 for the Contractors
Overheads and Profit.

Total Carried Forward to Summary: 938,000.00


BILL 5 EARTHWORKS
Item Description Units Quantity Rate Amount
No. (KSh)
No separate payments shall be made for the
overhaul of the material and the cost of such
haulage shall be included in the
rates and or prices.
5.01 Cut to fill in soft material 3
m 10,800 260 2,808,000.00
5.02 As Item 5.01 but in hard material 3
m 500 950 475,000.00
5.05 Fill in soft material to 95% MDD (AASHTO 3
m 2,970 1,000 2,970,000.00
T99) in layers of150mm each in accordance
with Cl. 502, 504, 505, 508, 511, 512 & 513
of
the specs.
5.06 Provide, spread, water, process and compact 3
m 3,240 1,000 3,240,000.00
300 mm improved subgrade to 100% MDD
(AASHTO T99) in two layers of 150 mm
thickness.
5.07 Provide and fill in hard material as per 3
m 400 1,500 600,000.00
standard specifications.
5.08 Rock fill as directed by the 3
m 432 1,800 777,600.00
Engineer
Total Carried Forward to Summary: 10,870,600.00
BILL CULVERTS AND DRAINAGE WORKS
8
Item Description Units Quantity Rate Amount
No. (KSh)
No separate payments shall be made for the
overhaul of the material and the cost of such
haulage shall be included in the rates and or
prices.
8.01 Excavate in soft material to the range of 3
m 320 350 112,000.00
depths stated below for pipe culverts, subsoil
drains, headwalls, wing walls, aprons, toe
walls, drop inlets, mitre drains, cut off drains,
outfall to free flowing, catch water drains and
median drains including support of trench
sides, backfilling and compacting
as specified or as instructed by the Engineer.
8.02 As Item 8.01 but hard material (requiring no 3
m 40 1,000 40,000.00
blasting)
8.03 Provide, lay, joint and backfill with m 50 6,000 300,000.00
suitable material 300mm I.D. concrete pipes
for service ducts
8.04 Provide, lay, join and backfill with suitable m 300 6,750 1,350,000.00
material 450mm I.D. concrete pipes
8.05 Provide, lay, joint and backfill with m 160 8,750 1,400,000.00
suitable material 600mm I.D. concrete pipes
8.06 Provide, lay, joint and backfill with suitable m 50 9,500 475,000.00
material 900mm I.D. concrete pipes
8.08 Provide and place A142 fabric mesh 2
m 150 750 112,500.00
reinforcement or equivalent for item 8.05,
8.06, 8.07
8.09 Provide, place and compact Class 15(20) 3
m 250 13,000 3,250,000.00
concrete to beds, surrounds and haunches
including all formwork and provision and
placing of reinforcement as shown
in the drawings.
8.1 Provide and place Class 25/20 concrete for 3
m 300 15,000 4,500,000.00
side walls, top slabs, trenches, drains,
retaining walls, toe walls, head walls, rest
crushed sand including formwork and wing
walls and aprons, 20% natural and provision
and placing of reinforcement as shown on the
drawings or as instructed by the Engineer.
Item Description Units Quantity Rate Amount
No. (KSh)
8.11 Provide class 20/20 for drainage 3
m 180 13,000 2,340,000.00
bed
8.12 Excavate in any material provide and joint m 2200 3,350 7,370,000.00
600x360 mm invert block drains (IBD)
precast concrete channels with double side
precast side slabs of 600x225x75 mm as
lining for storm water drain including bedding
and backfilling with selected material as
directed by the Engineer.
8.13 Extra over item 8.13 for precast side slabs of 2
m 300 2,250 675,000.00
600x225x75mm.
8.14 Provide and place 200mm thick stone pitching 2
m 310 1,200 372,000.00
including grouting to outfall drains as detailed
in the drawings or as directed by the
Engineer
Total Carried Forward to Summary: 22,296,500.00

BILL 9 PASSAGE OF TRAFFIC


Item Description Units Quantity Rate Amount
No. (KSh)
9.02 Allow for the passage of traffic Km 1 75,000 75,000.00
through the works including
temporary signage
Total Carried Forward to 75,000.00
Summary:
BILL 12 NATURAL MATERIAL BASES AND SUBBASES

Item Description Units Quantity Rate Amount (KSh)


No.
12.01 Provide neat gravel sub-base material,haul, 3
m 1,980 1,100 2,178,000.00
spread, compact at least 100% M.D.D.
(AASHTO T-
180) and shape to level and tolerance
12.02 Provide, lay and compact hand packed 3
m 1,170 3,000 3,510,000.00
stone as base including dusting and
compacting to refusal
density
Total Carried Forward to Summary: 5,688,000.00

BILL 15 BITUMINOUS SURFACE TREATMENT

Item Description Units Quantity Rate Amount (KSh)


No.
15.01 Clean and prepare surfaces of main L 12,960 135 1,749,600.00
carriageway, slip roads, shoulders, bus
bays, accesses and junctions, provide, heat
and spray on the same MC 30 cutback
bitumen prime coat at a rate of spray in the
range of 1.0 litre/m² to 1.2 litres/m² or as
instructed by the Engineer
15.02 Clean and prepare surfaces of main L 10,800 135 1,458,000.00
carriageway, slip roads, shoulders, bus
bays, accesses and junctions, provide, heat
and spray on the same K-160 cutback
bitumen tack coat at a rate of spray in the
range of 0.8
litre/m² to 1.0 litres/m² or as instructed by
the Engineer
Total Carried Forward to Summary: 3,207,600.00
BILL BITUMINOUS MIXES
16
Item Description Units Quantity Rate Amount (KSh)
No.
16.01 Prepare surfaces, provide, mix, lay and compact m³ 486 35,000 17,010,000.00
Asphaltic Concrete (AC) (Type 1) as binder
course on base with bitumen and 0/20 mm
aggregates on prepared surface of asphalt base
layer of carriageway

Total Carried Forward to Summary: 17,010,000.00


BILL ROAD FURNITURE REPAIR AND MAINTENANCE
20
Item Description Units Quantity Rate Amount (KSh)
No.
20.01 Provide and lay hot applied thermoplastic road M2
marking compound in approved colour and
shade (ASTM 9) for road marking on
bituminous surface on centerline, 100 mm,
edge line 150 mm wide 3.0 mm thick, using
fully automatic extrusion machine and using
pre-melter for melting thermoplastic material
including cleaning the surface of all dirt, dust,
and other foreign matter, complete with
demarcation at site/pre- marking, finishing and
managing the traffic movements. Marking to
be done as per the specifications,
detailed drawings and as instructed by the
Engineer.

(i) For lane marking (broken lines) with yellow M2 132 1,300 171,600.00
paint, 100 mm wide
(ii) For edge lines (continuous line) with white M2 264 1,300 343,200.00
paint, 150 mm wide
20.02 Provide and lay cement concrete kerb/divider
for road edge and traffic islands in concrete
Class 25/20 as per the drawings and as
instructed by the Engineer
complete with all leads and lifts. Pre-cast/cast-
in-situ kerb / divider
(i) Raised kerbs m 1,000 850 850,000.00
(ii) Flush kerbs m 2,500 850 2,125,000.00
20.03 Provide and place approved road
signs (Area <1m2) as directed by the Engineer;

i) Warning Signs No. 5 15,000 75,000.00


ii) Priority, Prohibitory and No. 4 15,000 60,000.00
Mandatory signs
iii) Standard Informatory Signs No. 2 15,000 30,000.00
Total Carried Forward to Summary: 3,654,800.00
BILL CROSS CUTTING ISSUES
25
Item Description Units Quantity Rate Amount
No. (KSh)
25.03 Implement HIV/AIDS awareness campaign month 9 15,000 135,000.00
amongst the workers for the duration of the
Contract
25.04 Allow for the availability of condoms to month 9 10,000 90,000.00
workers and staff for the duration of
Contract
25.05 Allow for the engagement of specialist HIV month 9 30,000 270,000.00
sub-contractor to deal with prevention and
awareness activities as per programme to be
approved by the Engineer
Total Carried Forward to Summary: 495,000.00

Summary Project:
Item No. Description Amount (KShs)
1 Preliminary & General Items 4,729,000.00
4 Site clearance and topsoil stripping 938,000.00
5 Earthworks 10,870,600.00
7 Excavation and filling for structures
8 Culvert and drainage Works 22,296,500.00
9 Passage of traffic 75,000.00
12 Natural material subbase and base 5,688,000.00
15 Bituminous surface treatment & surface dressing 3,207,600.00
16 Bituminous Mixes 17,010,000.00
20 Road Furniture 3,654,800.00
25 Cross Cutting issues 495,000.00
Sub Total 68,964,500.00
Add VAT @ 16% 11,034,320.00
Grand Total Carried Forward to Form of Bid 79,998,820.00

1.1.1 Upgrading To Bitumen Standards Of Kerarapon Drive

BILL 1: GENERAL
ITE DESCRIPTION UNIT QTY RATE AMOUNT
M
1.01 Allow a provisional Sum for material testing PC 1 300000 300,000
services and other Laboratory Services. SUM
1.02 Include percentage of P.C Sum in item 1.05 for % 10 30,000
Contractor's overhead and profit
1.03 Allow a provisional sum of Kshs 500,000 for the PC 1 500000 500,000
Resident Engineer's Miscellaneous account to be spent SUM
in whole or part as directed by the Resident Engineer
against receipts.
1.04 Include percentage of P.C Sum in item 1.07 for % 10 50,000
Contractor's overhead and profit
1.05 Allow Kshs 2,000,000 for attendance of the PC 2,000,000
Engineer to the staff in accordance with clause 137 of SUM
special specifications.
1.06 Include percentage of P.C Sum in item 1.09 for % 10 200,000
Contractor's overhead and profit
1.07 Provide, fuel and maintain with driver, 1No. 4WD Station V.mth 8 200,000 1,600,000
Wagon vehicle (Odometer 0 - 60,000km)of engine
capacity minimum 2500cc for exclusive use of the
Engineer inclusive of the first 4000 Km per vehicle month
in accordance with clause 138of the standard
specifications.
1.08 EO Item 1.11 for kilometers travelled in any month in km 2,00 30 60,000
excess of 4,000km for all running costs 0
1.09 Provide, place and maintain publicity stickers in No. 3 40000 120,000
accordance to KURA's standard drawing on the provided
steel frames (inclusive of transport of the steel frames
from KURA offices and returning the same upon
completion)
1.10 Provision and operation of the Contractor's PC sum 1 200000 200,000
Environmental Management Plan and
performance of all measures required by Clause142
including payment of all fees to NEMA
1.11 Include percentage of P.C Sum in item 1.14 for % 0.1 20,000
Contractor's overhead and profit
Total of Bill Carried Forward to Summary 5,080,000.00

BILL 4: SITE CLEARANCE AND TOPSOIL STRIPPING


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
4.01 Clear site on road reserve including removal of m2 10,000
trees, hedges, bushes, vegetation,
enchroachments (includingstructures) and other 300 3,000,000
deleterious materials grub up roots and compact
backfill to 100% MDD(AASHTO T99) with
approved material in accordance with the
specifications, and as directed.

4.02 Light bush clearing m2 500 10 5,000

4.03 Excavate, remove and dispose cracked pipe m 100 600 60,000
culverts of any size.
Total of Bill Carried Forward to Summary 3,065,000.00

BILL 5: EARTH WORKS


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
No separate payments shall be made for the overhaul
of material and the cost of such haulage shall be
included in the rates and or prices
5.01 Cut to spoil in soft material m3 48,000 350 16,800,000

5.02 Cut in hard material m3 250 800 200,000

5.03 Provide, place and compact approved fill material on m3 5,040 1,500 7,560,000
cut areas.
Total of Bill Carried Forward to Summary 24,560,000.00
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
No separate payment shall be made for gravel for blinding and
hauling to spoil unsuitable excavation materials and the cost of
such shall be included in the rates and /or prices.
8.01 Excavate in soft materials for side drains, drop inlets, outfall and 3
m 9,000 300 2,700,000
mitre drains including cart to spoil.
8.02 Clean culverts of all sizes to free flow conditions m 100 200 20,000
8.03 Excavate in soft materials for pipe culverts headwalls, m3 100 400 40,000
wingwalls, apron, toewalls and drop inlets.
8.04 Provide, lay and joint 450 mm inner diameter (ID) precast m 150 4,500 675,000
concrete pipes.
8.05 As in item 8.06 but 600 mm ID. m 300 6,500 1,950,000
8.06 As in item 8.06 but 900 mm ID. m 60 9,000 540,000
8.07 Provide place and compact class 15/20 concrete to beds, m3 613 15,.000 9,195,000
sorrounds, haunches and for margin between the shoulder and
open drain.
8.08 Provide place and compact class 25/20 concrete to headwalls, 3
m 131 20,000 2,620,000
wingwalls, aprons and toe walls to pipe culverts; and slabs on
drains, including form work.
8.90 Provide and place A142 fabric mesh reinforcement for item 2
m 20 600 12,000
8.11.
8.10 Provide and lay 150mm thick grouted stone pitching with ratio 2
m 500 1,500 750,000
1:4 cement to mortar as directed
8.11 Excavate in any material, provide, lay and joint 600mm x m 4,200 1,500 6,300,000
360mm Invert Block Drain (IBD)complete with 2 side slabs of
600x225x75mm as lining for storm water drain including
bedding and backfilling with selected material as per the
specifications or as instructed by the Engineer
8.12 Excavate in any material, provide, lay and joint 300mm Invert m 500 1,500 750,000
Block Drain (IBD) with single side slabs of 600x225x75mm as
lining for storm water drain including bedding and backfilling
with selected material as per the specifications or as instructed
by the Engineer.
Extra over Item 8.11 for precast sideslab of 600x225 75mm 2
m 100 1,500 150,000

Total of Bill Carried Forward to Summary

BILL9: PASSAGE OF TRAFFIC


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
9.01 Allow for the passage of traffic through the works. km 2.0 100,000 200,000

Total of Bill Carried Forward to Summary 200,000

BILL 11: SHOULDER TO PAVEMENT


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
Note: All haulage is to be included in the Contractor's
rates and prices. There is no separate payment for
overhaul.
11.01 Prepare surface of shoulders/walkways, accesses and m 2 20 2,000 40,000
busbays, including benching where necessary, water,
process and compact in accordance with the
specification to receive gravel as directed.

11.02 Provide, place and compact natural gravel of CBR m3 300 2,000 600,000
greater than 30% to shoulders/walkways, accesses and
busbays as directed.
Total of Bill Carried Forward to Summary 640,000.00

BILL 12: NATURAL MATERIAL BASE AND SUBBASE


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
Note: All haulage is to be included in the Contractor's
rates and prices. There is no separate payment for
overhaul
12.01 Provide, place and spread natural gravel of CBR 3
m 2,520 2,000 5,040,000
greater than 30% as sub-base material on selected
sections as directed.
12.02 Provide, lay, and compact hand packed stone material 3
m 2,520 2,000 5,040,000
for base layer including filling of voids with stone
dust and watering as directed by the Engineer.
Total of Bill Carried Forward to Summary 10,080,000.00

BILL 15: BITUMINOUS SURF. TREAT.& S DRESSING


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
15.01 Prepare surface of carriageway and repair areas, Ltr 25,200 150 3,780,000
provide and spray MC-30 cutback bitumen at a rate of
0.8-1.2 lt/m2 as prime coat.

15.02 Prepare surface of carriageway, repair areas, provide Ltr 25,200 150 3,780,000
and spray K1-60bitumen emulsion as tackcoat or seal
to repair areas at a spray rate of
0.8 - 1.0 L/m2 as directed.
Total of Bill Carried Forward to Summary 7,560,000.00

BILL 16: BITUMINOUS MIXES


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
16.01 Provide, place and compact 50mm thick asphalt 3
m 1,138 31,000 35,278,000
concrete Type 1 with 5 - 6 % nominal bitumen
content by weight to total mix as wearing course on
carriageway as directed.

Total of Bill Carried Forward to Summary 35,278,000.00


BILL 20; FURNITURE
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
20.01 Provide and place reflectors (cateyes) as instructed No. 50 1,000 50,000
20.02 Provide thermoplastic material for road marking 2
m 825 2,500 2,062,500
and mark lines on the road as directed
20.03 Excavate for, provide and place 250 x 125 mm
class 25/20 precast concrete raised or ramped kerbs
haunched in100 mm thick class 15/20 concrete
base bedding and mortar joined in support to
carriageway, bus bays and junctions as directed by
the Engineer.
(a) Straight kerbs. m 4,500 1,350 6,075,000
(b) Kerbs radius: 12 m-6 m. m 15 1,500 22,500
(c ) Ditto but radius: 5 m-1 m. m 10 1,500 15,000

20.04 Ditto 20.02 but 100 x 125 mm flush kerbs in


support of carriageway
(a) Straight kerbs. m 5,000 1,500 7,500,000
(b) Kerbs radius: 12 m-6 m. m 15 1,500 22,500
(c ) Ditto but radius: 5 m-1 m. m 10 1,500 15,000
20.05 Place and provide gauge 16 steel pipe Bollards of No 10 10,000 100,000
Dia 150mm and 1.05m above the ground and as
directed.
20.06 Extra over item 20.05 for reflective material m 10 2,500 25,000
including sticking/fixing to the bollards as directed
by the Engineer
20.07 Provide and erect permanent road signs where
instructed in accordance with the specifications as
follows;
(a) Warning signs. No 10 30,000 300,000
b) Priority, prohibitory and mandatory signs. No 3 30,000 90,000
c) Standard informatory signs. No 3 30,000 90,000
d) Non- standard informatory signs of area.

(i) Less than 1.0 m2. No 1 40,000 40,000


Total of Bill Carried Forward to Summary 16,407,500.00

SUMMARY OF BILL OF QUANTITIES


Bill DESCRIPTION AMOUNT
No.
1 GENERAL 5,080,000
4 SITE CLEARANCE AND TOPSOIL STRIPPING 3,065,000
5 EARTHWORKS 24,560,000
8 CULVERTS AND DRAINAGE WORKS 25,702,000
9 PASSAGE OF TRAFFIC 200,000
11 SHOULDERS TO PAVEMENT 640,000
12 NATURAL MATERIAL SUBBBASE AND BASE 10,080,000
15 BITUMINOUS SURFACE TREATMENT AND SURFACE DRESSING 7,560,000
16 BITUMINOUS MIXES 35,278,000
20 ROAD FURNITURE 16,407,500
Sub-total 1 128,572,500
Add 16% of Sub-total 1 for Value Added Tax to be reimbursed in certificates 20,571,600
against official receipts
Grand Total Carried Forward to Form of Bid 149,144,100.00
1.1.1 Rehabilitation of Kerarapon road

COST ESTIMATES FOR KERARAPON ROAD (KAREN)


BILL 1: GENERAL
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
1.01 Allow a provisional Sum for material testing PC 1 300,000 300,00
services and other Laboratory Services. SUM
1.02 Include percentage of P.C Sum in item 1.05 for % 10% 200,000 200,000
Contractor's overhead and profit
1.03 Allow a provisional sum of Kshs 500,000 for the PC 1 500,000 500,000
Resident Engineer's Miscellaneous account to be SUM
spent in whole or part as directed by the Resident
Engineer against receipts.
1.04 Include percentage of P.C Sum in item 1.07 for % 10% 90,000
Contractor's overhead and profit
1.05 Allow Kshs 2,000,000 for attendance of the PC 2,000,000
Engineer to the staff in accordance with clause 137 of SUM
special specifications.
1.06 Include percentage of P.C Sum in item 1.09 for % 10% 5,000 5,000
Contractor's overhead and profit
1.07 Provide, fuel and maintain with driver, 1No. 4WD V. 9 100,000 900,000
Double cab (Odometer 0 - 60,000km) of engine mth
capacity minimum 2500cc for exclusive use of the
Engineer inclusive of the first 4000 Km per vehicle
month in accordance with clause 138 of the
standard specifications.
1.08 EO Item 1.11 for kilometers travelled in any month in km 2,000 200 400,000
excess of 4,000km for all running costs
1.09 Provide, place and maintain publicity stickers in No. 2 25,000 50,000
accordance to KURA's standard drawing on the
provided steel frames (inclusive of transport of the
steel frames from KURA offices and returning the
same upon completion)
1.10 Provision and operation of the Contractor's PC 1 100,000 100,000
Environmental Management Plan and performance of sum
all measures required by Clause 142 including
payment of all fees to NEMA
1.11 Include percentage of P.C Sum in item 1.14 for % 10% 10,000 10,000
Contractor's overhead and profit
Total of Bill Carried Forward to Summary 4,351,000
BILL 4: SITE CLEARANCE AND TOPSOIL STRIPPING
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
4.01 Clear site on road reserve including removal of trees, m2 10,000 200 2,000,000
hedges, bushes, vegetation, enchroachments
(includingstructures) and other deleterious materials
grub up roots and compact backfill to 100%
MDD(AASHTO T99) with approved material in
accordance with the specifications, and as directed.

4.02 Light bush clearing m2 500 150 75,000

4.03 Excavate, remove and dispose cracked pipe


culverts of any size. m 200 300 60,000
Total of Bill Carried Forward to Summary 2,135,000.00

BILL 5: EARTH WORKS


ITEM DESCRIPTION Units QTY RATE 500,000
No separate payments shall be made for the
overhaul of material and the cost of such haulage
shall be included in the rates and or prices

5.01 Cut to spoil in soft material m3 3,600 350 1,260,000


5.02 Cut in hard material m3 250 250 312,500

5.03 Provide, place and compact approved fill material m3 3,600 300 1,080,000
on cut areas.

Total of Bill Carried Forward to Summary 2,652,500.00


BILL 8: CULVERTS AND DRAINAGE WORKS
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
No separate payment shall be made for gravel for
blinding and hauling to spoil unsuitable excavation
materials and the cost of such shall be included in the
rates and /or prices.
8.01 Excavate in soft materials for side drains, drop inlets, m3 9,000 300 2,700,000
outfall and mitre drains including cart to spoil.
8.02 Clean culverts of all sizes to free flow conditions m 100 300 30,000
8.03 Excavate in soft materials for pipe culverts headwalls, 3
m 100 300 30,000
wingwalls, apron, toewalls and drop inlets.
8.04 Provide, lay and joint 450 mm inner diameter (ID) m 150 6,000 900,000
precast concrete pipes.
8.05 As in item 8.06 but 600 mm ID. m 300 9,000 2,700,000

8.06 As in item 8.06 but 900 mm ID. m 60 12,000 720,000


8.07 Provide place and compact class 15/20 concrete to 3
m 613 7,500 4,597,500
beds, sorrounds, haunches and for margin between the
shoulder and open drain.
8.08 Provide place and compact class 25/20 concrete to 3
m 131 18,000 2,358,000
headwalls, wingwalls, aprons and toe walls to
pipeculverts; and slabs on drains, including form work.
8.90 Provide and place A142 fabric mesh reinforcement for 2
m 20 1,500 30,000
item 8.11.
8.10 Provide and lay 150mm thick grouted stone pitching 2
m 500 2,500 1,250,000
with ratio 1:4 cement to mortar as directed
8.11 Excavate in any material, provide, lay and joint m 3,000 3,000 9,000,000
600mm x 360mm Invert Block Drain (IBD) complete
with 2 side slabs of 600x225x75mm as lining for
storm water drain including bedding and backfilling
with selected material as per the specifications or as
instructed by the Engineer.
ITEM DESCRIPTION UNIT QTY RATE AMOUNT

8.12 Excavate in any material, provide, lay and joint m 200 2,000 400,000
300mm Invert Block Drain (IBD) with single side
slabs of 600x225x75mm as lining for storm water
drain including bedding and backfilling with selected
material as per the specifications or as instructed by
the Engineer.

Extra over Item 8.11 for precast sideslab of 600x225 m 2 100 300 30,000
75mm

Total of Bill Carried Forward to Summary 24,745,500.00

BILL9: PASSAGE OF TRAFFIC


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
9.01 Allow for the passage of traffic through the works. km 3.0 50,000 150,000

Total of Bill Carried Forward to Summary 150,000.00

BILL 11: SHOULDER TO PAVEMENT


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
Note: All haulage is to be included in the Contractor's
rates and prices. There is no separate payment for
overhaul.
11.01 Prepare surface of shoulders/walkways, accesses and m2 20 500 10,000
busbays, including benching where necessary, water,
process and compact in accordance with the
specification to receive gravel as directed.
11.02 Provide, place and compact natural gravel of CBR m3 300 1,600 480,000
greater than 30% to shoulders/walkways, accesses
and busbays as directed.
Total of Bill Carried Forward to Summary 490,000.00
BILL 12: NATURAL MATERIAL BASE AND SUBBASE
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
Note: All haulage is to be included in the Contractor's
rates and prices. There is no separate payment for
overhaul

12.01 Provide, place and spread natural gravel of CBR m3 1,080 2,000 2,160,000
greater than 30% as sub-base material on selected
sections as directed.
12.02 Provide, place and spread natural gravel of CBR m3 1,080 2,000 2,160,000
greater than 60% as base material on walkways as
directed by the Engineer.
12.03 Provide, lay, and compact hand packed stone material m3 252 3,000 756,000
for base layer and base repair sections including
filling of voids with stone dust and watering as
directed by the Engineer.

Total of Bill Carried Forward to Summary 5,076,000.00

BILL 15: BITUMINOUS SURFACE TREATMENT & SURFACE DRESSING


ITEM DESCRIPTION UNITS QTY RAT AMOUN
E T
15.01 Prepare surface of carriageway and repair areas, Ltr 2,016 200 403,200
provide and spray MC-30 cutback bitumen at a rate of
0.8-1.2 lt/m2 as prime coat.

15.02 Prepare surface of carriageway, repair areas, provide Ltr 12,960 200 2,592,000
and spray K1-60bitumen emulsion as tackcoat or seal
to repair areas at a spray rate of
0.8 - 1.0 L/m2 as directed.
Total of Bill Carried Forward to Summary 2,995,200

BILL 16: BITUMINOUS MIXES


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
16.01 Provide, place and compact 50mm thick asphalt m3 378 28,000 10,584,000
concrete Type 1 with 5 - 6 % nominal bitumen
content by weight to total mix as wearing course
on carriageway as directed.
Total of Bill Carried Forward to Summary 10,584,000.00
BILL 20: ROAD FURNITURE
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
20.01 Provide and place reflectors (cateyes) as instructed. No. 50 150 7,500

20.02 Provide thermoplastic material for road marking and 2


m 990 1,500 1,485,000
mark lines on the road as directed

20.03 Excavate for, provide and place 250 x 125 mm class


25/20 precast concrete raised or ramped kerbs
haunched in100 mm thick class 15/20 concrete base
bedding and mortar joined in support to carriageway,
bus bays and junctions as directed by the Engineer.

(a) Straight kerbs. m 2,000 400 800,000

(b) Kerbs radius: 12 m-6 m. m 15 666.667 10,000


(c ) Ditto but radius: 5 m-1 m. m 10 1,000 10,000
20.04 Ditto 20.02 but 100 x 125 mm flush kerbs in support
of carriageway
(a) Straight kerbs m 4,000 400 1,600,000
(b) Kerbs radius: 12 m-6 m m 15 700 10,500
(c ) Ditto but radius: 5 m-1 m m 10 1,000 10,000

20.05 Place and provide gauge 16 steel pipe Bollards of Dia No 10 3,500 35,000
150mm and 1.05m above the ground and as directed.

20.06 Extra over item 20.05 for reflective material including m 10 400 4,000
sticking/fixing to the bollards as directed by the
Engineer

20.07 Provide and erect permanent road signs where


instructed in accordance with the specifications as
follows;
(a) Warning signs. No 10 5,000 50,000
(b) Priority, prohibitory and mandatory signs. No 3 5,000 15,000
( c) Standard informatory signs. No 3 5,000 15,000
(d) Non- standard informatory signs of area.
(i) Less than 1.0 m2. No 1 10,000 10,000
Total of Bill Carried Forward to Summary 4,062,000
BILL 23: CONCRETE PAVING BLOCKS
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
23.01` Supply, lay and compact 60mm thick concrete m² 7,800 3,500 27,300,000
coloured paving blocks with a 49N/mm² cube
crushing strength conforming to BS 6717 Part 1
of 1986 or Kenya Bureau of Standards
equivalent including 30mm thick sand/quarry
dust bed
Total of Bill Carried Forward to Summary 27,300,000.00

BILL No. DESCRIPTION AMOUNT


4 SITE CLEARANCE AND TOPSOIL STRIPPING 2,135,000
5 EARTHWORKS 2,652,500
8 CULVERTS AND DRAINAGE WORKS 24,745,500
9 PASSAGE OF TRAFFIC 150,000
11 SHOULDERS TO PAVEMENT 490,000
12 NATURAL MATERIAL SUBBBASE AND BASE 5,076,000
15 BITUMINOUS SURFACE TREATMENT & SURFACE 2,995,200
DRESSING
16 BITUMINOUS MIXES 10,584,000
20 ROAD FURNITURE 4,062,000
23 CONCRETE PAVING BLOCKS 27,300,000
Sub-total 1 84,745,200
Add VAT to be charged against official receipts 13,559,232
Grand Total Carried Forward to Form of Bid 98,304,432
1.1.1 Rehabilitation of five star Roade, Access to Hamayun Estate and Drainage works
on Muhohoh Road

BILLS OF QUANTITIES-PEPO LANE & WINDY LANE

BILL 1: GENERAL
ITE DESCRIPTION UNIT QTY RATE AMOUNT
M
1.01 Allow a provisional Sum for material testing PC 1 200,000.00 200,000
services and other Laboratory Services. SUM
1.02 Include percentage of P.C Sum in item 1.05 % 1 10% 20,000
for Contractor's overhead and profit
1.03 Allow a provisional sum of Kshs 150,000 for PC 1 500,000.00 500,000
the Resident Engineer's Miscellaneous account to SUM
be spent in whole or part as directed by the
Resident Engineer against receipts
1.04 Include percentage of P.C Sum in item 1.07 % 1 10% 50,000
for Contractor's overhead and profit

1.05 Allow Kshs 1,000,000 for attendance of the PC 1 2,500,000.00 2,500,000


Engineer to the staff in accordance with clause 137 SUM
of special specifications.
1.06 Include percentage of P.C Sum in item 1.09 % 1 10% 250,000
for Contractor's overhead and profit
1.07 Provide, fuel and maintain with driver, 1No. 4WD V. mth 9 290,000.00 2,610,000
Station Wagon vehicle (Odometer 0 - 60,000km) of
engine capacity minimum 2500cc for exclusive use
of the Engineer inclusive of the first 4000 Km per
vehicle month in accordance with clause 138 of the
standard specifications.
1.08 EO Item 1.11 for kilometers travelled in any month km 2,000 100 200,000
in excess of 4,000km for all running costs
1.09 Provide, place and maintain publicity stickers in No. 4 45,000.00 180,000
accordance to KURA's standard drawing on the
provided steel frames (inclusive of transport of the
steel frames from KURA offices and returning the
same upon completion)
1.10 Provision and operation of the PC 1 200,000.00 200,000
Contractor's Environmental Management Plan and SUM
performance
of all measures required by Clause 142
including payment of all fees to NEMA
1.11 Include percentage of P.C Sum in item 1.14 % 1 10% 20,000
for Contractor's overhead and profit
Total of Bill Carried Forward to Summary 6,730,000

BILL 4: SITE CLEARANCE AND TOPSOIL STRIPPING


ITE DESCRIPTION UNIT QTY RATE AMOUNT
M KSHS
4.01 Clear site on road reserve including removal of trees, m2 2 129,800 259,600
hedges, bushes, vegetation, encroachments (including
structures) and other deleterious materials grub up
roots and compact backfill to 100% MDD(AASHTO
T99) with approved material in accordance with the
specifications, and as directed.

4.02 Light bush clearing m2 3840 500 1,920,000

4.03 Excavate, remove and dispose cracked pipe culverts m 200 700 140,000
of any size.
Total of Bill Carried Forward to Summary 2,319,600

BILL 5: EARTH WORKS


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
KSHS
No separate payments shall be made for the overhaul
of material and the cost of such haulage shall be
included in the rates and or prices
5.01 Cut to spoil in soft material m 3 7,776 500 3,888,000
5.02 Cut in hard material m 3 250 390 222,500

5.03 Provide, place and compact approved fill material on m 3 7,776 1,600 12,441,600
cut areas.
5.04 Provide rock fill to formation level or as directed by m 3 240 2,500 600,000
the Engineer
Total of Bill Carried Forward to Summary 17,152,100
BILL 8: CULVERTS AND DRAINAGE WORKS
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
No separate payment shall be made for gravel for
blinding and hauling to spoil unsuitable excavation
materials and the cost of such shall be included in the
rates and /or prices.
8.01 Excavate in soft materials for side drains, drop inlets, 3
m 5,400 500 2,700,000
outfall and mitre drains including cart to spoil.
8.02 Clean culverts of all sizes to free flow conditions m 200 150 30,000
8.03 Excavate in soft materials for pipe culverts headwalls, 3
m 1000 500 500,000
wingwalls, apron, toewalls and drop inlets.
8.04 Provide, lay and joint 450 mm inner diameter (ID) m 200 1,500 300,000
precast concrete pipes.

8.05 As in item 8.06 but 600 mm ID. m 400 3,000 1,200,000


8.06 As in item 8.06 but 900 mm ID. m 80 7,000 560,000
8.07 Provide place and compact class 15/20 concrete to beds, 3
m 620 10,000 6,200,000
sorrounds, haunches and for margin between the
shoulder and open drain.
8.08 Provide place and compact class 25/20 concrete to 3
m 310 12,000 3,720,000
headwalls, wingwalls, aprons and toe walls to
pipeculverts; and slabs on drains, including form work.
8.90 Provide and place A142 fabric mesh reinforcement for 2
m 20 700 14,000
item 8.11.
8.10 Provide and lay 150mm thick grouted stone pitching with 2
m 500 1,050 525,000
ratio 1:4 cement to mortar as directed
8.11 Excavate in any material, provide, lay and joint 600mm x m 6,500 3,500 22,750,000
360mm Invert Block Drain (IBD)complete with 2 side
slabs of 600x225x75mm as lining for storm water drain
including bedding and backfilling with selected material
as per the specifications or as instructed by the Engineer
8.12 Excavate in any material, provide, lay and joint 300mm m 350 3,000 1,050,000
Invert Block Drain (IBD) with single side slabs of
600x225x75mm as lining for storm water
drain including bedding and backfilling with selected
material as per the specifications or as instructed by the
Engineer.
Extra over Item 8.11 for precast sideslab of 600x225 2
m 2000 1,500 3,000,000
75mm
Total of Bill Carried Forward to Summary 42,549,000.00
BILL9: PASSAGE OF TRAFFIC
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
KSHS
9.01 Allow for the passage of traffic through the works. km 1.8 200,000 360,000

Total of Bill Carried Forward to Summary 360,000.00

BILL 12: NATURAL MATERIAL BASE AND SUBBASE


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
KSHS
Note: All haulage is to be included in the Contractor's
rates and prices. There is no separate payment for
overhaul
12.01 Provide, place and spread natural gravel of CBR 3
m 5,400 1,800 9,720,000
greater than 30% as sub-base material on selected
sections as directed.
12.02 Provide, lay, and compact hand packed stone material 3
m 1,050 2,870 3,013,500
for base layer including filling of voids with stone
dust and watering as directed by the Engineer.

Total of Bill Carried Forward to Summary

BILL 15: BITUMINOUS SURF. TREAT.& SURFACE


DRESSING
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
KSHS
15.01 Prepare surface of carriageway and repair areas, Ltr 14,400 160 2,304,000
provide and spray MC-30 cutback bitumen at a rate of
0.8-1.2 lt/m2 as prime coat.

15.02 Prepare surface of carriageway, repair areas, provide Ltr 20,640 120 2,476,800
and spray K1-60bitumen emulsion as tackcoat or seal
to repair areas at a spray rate of
0.8 - 1.0 L/m2 as directed.

Total of Bill Carried Forward to Summary 4,780,800


BILL 16: BITUMINOUS MIXES
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
KSHS
16.01 Provide, place and compact 50mm thick asphalt 3
m 869 30,000 26,064,000
concrete Type 1 with 5 - 6 % nominal bitumen
content by weight to total mix as wearing course on
carriageway as directed.

Total of Bill Carried Forward to Summary 26,064,000


BILL 20: ROAD FURNITURE
ITE DESCRIPTION UNIT QTY RATE AMOUNT
M KSHS
20.01 Provide and place reflectors (cateyes) as instructed.

20.02 Provide thermoplastic material for road marking and 2


m 772 1,650 1,273,800
mark lines on the road as directed

20.03 Excavate for, provide and place 250 x 125 mm class


25/20 precast concrete raised or ramped kerbs
haunched in100 mm thick class 15/20 concrete base
bedding and mortar joined in support to carriageway,
bus bays and junctions as directed by the Engineer.

(a) Straight kerbs. m 4,000 1,200 4,800,000

(b) Kerbs radius: 12 m-6 m. m 15 1,200 18,000


(c ) Ditto but radius: 5 m-1 m. m 10 1,200 12,000

20.04 (Ditto 20.02 but 100 x 125 mm flush kerbs in


support of carriageway
(a) Straight kerbs m 3,840 800 3,072,000

(b) Kerbs radius: 12 m-6 m m 15 800 12,000


(c ) Ditto but radius: 5 m-1 m m 10 800 8,000

20.05 Place and provide gauge 16 steel pipe Bollards of


Dia 150mm and 1.05m above the ground and as
directed.
20.06 Extra over item 20.05 for reflective material
including sticking/fixing to the bollards as directed
by the Engineer
20.07 Provide and erect permanent road signs where
instructed in accordance with the specifications as
follows;
(a) Warning signs. No 10 15,000 150,000
(b) Priority, prohibitory and mandatory signs. ( c) No 5 10,000 50,000
Standard informatory signs.
(d) Non- standard informatory signs of area. No 5 10,000 50,000

(i) Less than 1.0 m2. No 2 12,000 24,000


Total of Bill Carried Forward to Summary 8,196,000
BILL 25: CONCRETE PAVING BLOCKS

ITE DESCRIPTION UNIT QTY RATE AMOUNT


M KSHS
23.01 Supply,lay and compact 80mmthick precast paving m2 7680 2,620 20,121,600
blocks with 49N/mm2 cube crushing strength
conforming to BS6717 part 1 of 1986 or Kenya
Bureau of Standards equivalent including 50mm thick
sand/quarry dust bed for carriageway

Total of Bill Carried Forward to Summary 20121600

SUMMARY OF BILLS OF QUANTITIES

Bill DESCRIPTION AMOUNT


No.
1 GENERAL 6,730,000
4 SITE CLEARANCE AND TOPSOIL STRIPPING 2,319,600

5 EARTHWORKS 17,152,100
8 CULVERTS AND DRAINAGE WORKS 42,549,000
9 PASSAGE OF TRAFFIC 360,000

12 NATURAL MATERIAL SUBBBASE AND BASE 12,733,500

15 BITUMINOUS SURFACE TREATMENT AND SURFACE DRESSING 4,780,800

16 BITUMINOUS MIXES 26,064,000

20 ROAD FURNITURE 8,196,000

23 CONCRETE PAVING BLOCKS 20,121,600

Sub-total 1 141,006,600
Add 16% of Sub-total 1 for Value Added Tax to be reimbursed in certificates 22,561,056
against official receipts
Grand Total Carried Forward to Form of Bid 163,567,656
1.1.1 Periodic maintenance of Pepo Lane Windy Lane

BILLS OF QUANTITIES-PEPO LANE & WINDY


LANE
BILL 1:
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
1.01 Allow a provisional Sum for material PC 1 200,000.00 200,000
testing services and other Laboratory Services. SUM
1.02 Include percentage of P.C Sum in item 1.05 % 200,000 15% 30,000
for Contractor's overhead and profit
1.03 Allow a provisional sum of Kshs 150,000 for PC 1 150,000.00 150,000.0
the Resident Engineer's Miscellaneous account SUM 0
to be spent in whole or part as directed by
the Resident Engineer against receipts.
1.04 Include percentage of P.C Sum in item 1.07 % 150,000 15% 22,500
for Contractor's overhead and profit
1.05 Allow Kshs 1,000,000 for attendance of PC 1 1,000,000.00 1,000,000
the Engineer to the staff in accordance with SUM
clause 137 of special specifications.
1.06 Include percentage of P.C Sum in item 1.09 % 1,000,000 15% 150,000
for Contractor's overhead and profit
1.07 Provide, fuel and maintain with driver, 1No. V.mt 6 200,000.00 1,200,000
4WD Station Wagon vehicle (Odometer 0 - h
60,000km) of engine capacity minimum 2500cc
for exclusive use
of the Engineer inclusive of the first 4000 Km
per vehicle month in accordance with clause 138
of the standard specifications.
1.08 EO Item 1.11 for kilometers travelled in any km 2,000 3223.75 6,447,500
month in excess of 4,000km for all running costs
1.09 Provide, place and maintain publicity stickers in No. 2 40,000.00 80,000
accordance to KURA's standard drawing on the
provided steel frames (inclusive of transport of
the
steel frames from KURA offices and returning
the same upon completion)
1.10 Provision and operation of the PC 1 200,000.00 200,000
Contractor's Environmental Management Plan SUM
and performance
of all measures required by Clause 142
including payment of all fees to NEMA
1.11 Include percentage of P.C Sum in item 1.14 % 200,000 15% 30,000
for Contractor's overhead and profit
Total of Bill Carried Forward to Summary 9,510,000

BILL 4: SITE CLEARANCE AND TOPSOIL


STRIPPING
ITEM DESCRIPTION UNI QTY RATE AMOUNT
T KSHS
4.01 Clear site on road reserve including removal of m2 10,000 50 500,000
trees, hedges, bushes, vegetation, enchroachments
(includingstructures) and other deleterious
materials grub up roots and compact backfill to
100% MDD(AASHTO T99) with approved
material in accordance with the specifications, and
as directed.
4.02 Light bush clearing m2 500 10 5,000

4.03 Excavate, remove and dispose cracked pipe

culverts of any size. m 100 600 60,000

Total of Bill Carried Forward to Summary 565,000


BILL 5:
EARTH
WORK
S
ITEM DESCRIPTION PC QTY RATE AMOUNT
SUM KSHS KSHS
No separate payments shall be made for the
overhaul of material and the cost of such haulage
shall be included in the rates and or prices
5.01 Cut to spoil in soft material 3
m 20,800 250 5,200,000

5.02 Cut in hard material 3


m 250 800 62,500

5.03 Provide, place and compact approved fill material 3


m 6,720 800 5,376,000
on cut areas.
Total of Bill Carried Forward to Summary 10,638,50
0
BILL 8: CULVERTS AND DRAINAGE WORKS
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
No separate payment shall be made for gravel for
blinding and hauling to spoil unsuitable excavation
materials and the cost of such shall be included in the
rates and /or prices.
8.01 Excavate in soft materials for side drains, drop inlets, m3 7,200 300 2,160,000
outfall and mitre drains including cart to spoil.
8.02 Clean culverts of all sizes to free flow conditions m 100 500 50,000
8.03 Excavate in soft materials for pipe culverts headwalls, m3 100 600 60,000
wingwalls, apron, toewalls and drop inlets.
8.04 Provide, lay and joint 450 mm inner diameter (ID) m 150 4,000 600,000
precast concrete pipes.
8.05 As in item 8.06 but 600 mm ID. m 150 4,500 675,000
8.06 As in item 8.06 but 900 mm ID. m 50 4,800 240,000
8.07 Provide place and compact class 15/20 concrete to m3 350 9,500 3,325,000
beds, sorrounds, haunches and for margin between the
shoulder and open drain.
8.08 Provide place and compact class 25/20 concrete to m3 127 12,500 1,587,500
headwalls, wingwalls, aprons and toe walls to
pipeculverts; and slabs on drains, including form work
8.90 Provide and place A142 fabric mesh reinforcement for m2 20 4,000 80,000
item 8.11.
8.10 Provide and lay 150mm thick grouted stone pitching m2 500 1,200 600,000
with ratio 1:4 cement to mortar as directed
8.11 Excavate in any material, provide, lay and joint 600mm m 2,400 1,500 3,600,000
x 360mm Invert Block Drain (IBD complete with 2 side
slabs of 600x225x75mm as
lining for storm water drain including bedding and
backfilling with selected material as per the
specifications or as instructed by the Engineer
8.12 Excavate in any material, provide, lay and joint 300mm m 500 2,500 1,250,000
Invert Block Drain (IBD) with single side slabs of
600x225x75mm as lining for storm water
drain including bedding and backfilling with selected
material as per the specifications or as instructed by the
Engineer.
Extra over Item 8.11 for precast sideslab of 600x225 m2 100 2,000 200,000
75mm
Total of Bill Carried Forward to Summary 14,427,500
BILL9: PASSAGE OF TRAFFIC
ITE DESCRIPTION UNIT QTY RATE AMOUNT
M KSHS
9.01 Allow for the passage of traffic through the works. km 1.4 800,000 1,120,000

Total of Bill Carried Forward to Summary 1,120,000

BILL 11: SHOULDER TO PAVEMENT


ITE DESCRIPTION UNIT QTY RATE AMOUNT
M
Note: All haulage is to be included in the Contractor's
rates and prices. There is no separate payment for
overhaul.

11.01 Prepare surface of shoulders/walkways, accesses and m 2 20 1,500 30,000


busbays, including benching where necessary, water,
process and compact in accordance with the
specification to receive gravel as directed.
11.02 Provide, place and compact natural gravel of CBR m3 300 1,200 360,000
greater than 30% to shoulders/walkways, accesses and
busbays as directed.

Total of Bill Carried Forward to Summary 390,000

BILL 12: NATURAL MATERIAL BASE AND SUBBASE


ITE DESCRIPTION UNIT QTY RATE AMOUN
M KSHS T
SHS
Note: All haulage is to be included in the Contractor's
rates and prices. There is no separate payment for
overhaul
12.01 Provide, place and spread natural gravel of CBR m3 2,016 900 1,814,400
greater than 30% as sub-base material on selected
sections as directed.
12.02 Provide, lay, and compact hand packed stone material m3 2,880 900 2,592,000
for base layer including filling of voids with stone
dust and watering as directed by the Engineer.

Total of Bill Carried Forward to Summary 4,406,400

BILL 15: BITUMINOUS SURF. TREAT.& Surface


Dresing

ITEM DESCRIPTION UNIT QTY RATE KSHS AMOUNT


SHS
15.01 Prepare surface of carriageway and Ltr 16,128 120 1,935,360
repair areas, provide and spray MC-
30 cutback bitumen at a rate of 0.8-
1.2 lt/m2 as prime coat.

15.02 Prepare surface of carriageway, Ltr 13,440 120 1,612,800


repair areas, provide and spray K1-
60bitumen emulsion as tackcoat or
seal to repair areas at a spray rate of
0.8 - 1.0 L/m2 as directed.

Total of Bill Carried Forward to 3,548,160


Summary

BILL 16: BITUMINOUS MIXES


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
KSHS
SHS
16.01 Provide, place and compact 50mm thick asphalt 3
m 672 34,348.52 23,082,205.4
concrete Type 1 with 5 - 6 % nominal bitumen 4
content by weight to total mix as wearing course on
carriageway as directed.

Total of Bill Carried Forward to Summary 23,082,205.4


4

DESCRIPTION UNIT QTY RATE KSHS AMOUNT


SHS
Provide and place reflectors (cateyes) as No. 50 4,000 200,000
instructed.
Provide thermoplastic material for road m2 462 1,000 462,000
marking and mark lines on the road as directed
Excavate for, provide and place 250 x 125 mm
class 25/20 precast concrete raised or ramped
kerbs haunched in100 mm thick class 15/20
concrete base bedding and mortar joined in
support to carriageway, bus bays and junctions
as directed by the Engineer.
(a) Straight kerbs. m 2,800 1,500 4,200,000
(b) Kerbs radius: 12 m-6 m. m 15 5,000 75,000
(c ) Ditto but radius: 5 m-1 m. 10 5,000 50,000
Ditto 20.02 but 100 x 125 mm flush kerbs in
support of carriageway
(a) Straight kerbs. m 2,800 1,500 4,200,000

(b) Kerbs radius: 12 m-6 m. m 15 4,800 72,000


(c ) Ditto but radius: 5 m-1 m. m 10 4,800 48,000
Place and provide gauge 16 steel pipe Bollards No 10 5,600 56,000
of Dia 150mm and 1.05m above the ground and
as directed.
Extra over item 20.05 for reflective material m 10 5,000 50,000
including sticking/fixing to the bollards as
directed by the Engineer
Provide and erect permanent road signs where
instructed in accordance with the specifications
as follows;
(a) Warning signs. No 10 15,000 150,000
(b) Priority, prohibitory and mandatory signs. ( No 3 8,000 24,000
c) Standard informatory signs.
(d) Non- standard informatory signs of area. No 3 10,000 30,000

(i) Less than 1.0 m2. No 1 10,000 10,000


Total of Bill Carried Forward to Summary 9,627,000
DESCRIPTION AMOUNT
SHS.
GENERAL 9,510,000
SITE CLEARANCE AND TOPSOIL STRIPPING 565,000
EARTHWORKS 10,776,600

CULVERTS AND DRAINAGE WORKS 14,427,500

PASSAGE OF TRAFFIC 1,120,000

SHOULDERS TO PAVEMENT 390,000

NATURAL MATERIAL SUBBBASE AND BASE 4,406,400

BITUMINOUS SURFACE TREATMENT AND SURFACE DRESSING 3,548,160

BITUMINOUS MIXES 23,082,207

ROAD FURNITURE 9,627,000

Sub-total 1 77,452,867
Add 16% of Sub-total 1 for Value Added Tax to be reimbursed in certificates 12,392,458.72
against official receipts
Grand Total Carried Forward to Form of Bid 89,845,325.72
1.1.1 Improvement of Baraka Lane off Eastern Bypass
COST ESTIMATES FOR BARAKA LANE

BILL 1: GENERAL
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
1.01 Allow a provisional Sum for material testing PC 1 200,000.00 200,000
services and other Laboratory Services. SUM
Include percentage of P.C Sum in item % 10 20,000
1.02 1.05 for Contractor's overhead and profit
1.03 Allow a provisional sum of Kshs PC 1 200,000.0 200,000
200,000 for the Resident Engineer's SUM 0
Miscellaneous account to be spent in whole or
part as directed by the Resident Engineer against
receipts.
1.04 Include percentage of P.C Sum in item 1.07 % 10 20,000
for Contractor's overhead and profit
1.05 Allow Kshs 1,000,000 for attendance of PC 1 1,000,000. 1,000,000
the Engineer to the staff in accordance with SUM 00
clause 137 of special specifications.
1.06 Include percentage of P.C Sum in item 1.09 % 10 100,000
for Contractor's overhead and profit
1.07 Provide, fuel and maintain with driver,1No. V.mth 9 150,000.00 1,350,000
4WD Station Wagon vehicle (Odometer 0
- 60,000km) of engine capacity minimum
2500cc for exclusive use of the Engineer
inclusive of the first4000 Km per vehicle
month in accordance with clause 138 of
the standard specifications.
1.08 EO Item 1.11 for kilometers travelled in any km 2,000 20 40,000
month in excess of 4,000km for all running costs
1.09 Provide, place and maintain publicity stickers in No. 2 50,000 100,000
accordance to KURA's standard drawing on the
provided steel frames (inclusive of transport of
the steel frames from KURA offices and returning
the same upon completion)
1.10 Provision and operation of the PC 1 200,000.00 200,000
Contractor's Environmental SUM
Management Plan and performance of all
measures required by Clause 142 including
payment of all fees to NEMA
1.11 Include percentage of P.C Sum in item 1.14 % 10 20,000
for Contractor's overhead and profit
Total of Bill Carried Forward to 3,250,000
Summary
BILL 4: SITE CLEARANCE AND TOPSOIL STRIPPING
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
4.01 Clear site on road reserve including removal of m2 400 10 4,000
trees, hedges, bushes, vegetation,
enchroachments (includingstructures) and other
deleterious materials grub up roots and compact
backfill to 100% MDD(AASHTO T99) with
approved material in accordance with the
specifications, and as directed.
4.02 Light bush clearing PC 500 6 3,000
SUM
4.03 Excavate, remove and dispose cracked pipe % 100 1000 100,000
culverts of any size.
Total of Bill Carried Forward to 107000
Summary
BILL 5: EARTH WORKS
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
KSHS
PC 200,000
SUM
No separate payments shall be made for the
overhaul of material and the cost of such
haulage shall be included in the rates and or
prices
5.01 Cut to spoil in soft material 3
m 8,910 300 2,673,000

5.02 Cut in hard material % 250 700 175,000

5.03 Provide, place and compact approved fill 3


m 4,752 620 2,946,240
material on cut areas.
Total of Bill Carried Forward to 5,794,240
Summary
BILL 8: CULVERTS
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
No separate payment shall be made for gravel for
blinding and hauling to spoil unsuitable excavation
materials and the cost of such shall be included in the
rates and /or prices.
8.01 Excavate in soft materials for side drains,drop inlets, 3
m 3,900 300 1,170,000
outfall and mitre drains including cart to spoil.
8.02 Clean culverts of all sizes to free flow conditions m 100 200 20,000
8.03 Excavate in soft materials for pipe culverts headwalls, 3
m 100 300 30,000
wingwalls, apron, toewalls and drop inlets.
8.04 Provide, lay and joint 450 mm inner diameter (ID) m 50 5,000 250,000
precast concrete pipes.
8.05 As in item 8.06 but 600 mm ID. m 150 6,000 900,000
8.06 As in item 8.06 but 900 mm ID. m 100 9,000 900,000
8.07 Provide place and compact class 15/20concrete to m3 200 12,000 2,400,000
beds, sorrounds, haunches and for margin between the
shoulder and open drain.
8.08 Provide place and compact class 25/20concrete to 3
m 120 13,000 1,560,000
headwalls, wingwalls, aprons and toe walls to
pipeculverts; and slabs on drains, including form
work.
8.90 Provide and place A142 fabric mesh reinforcement 2
m 20 400 80,000
for item 8.11.
8.10 Provide and lay 150mm thick grouted stone pitching 2
m 500 1,600 800,000
with ratio 1:4 cement to mortar as directed
8.11 Excavate in any material, provide, lay and joint m 1,500 3,000 4,500,000
600mm x 360mm Invert Block Drain (IBD) complete
with 2 side slabs of 600x225x75mm as lining for
storm water drain including bedding and backfilling
with selected material as per the specifications or as
instructed by the Engineer.
8.12 Excavate in any material, provide, lay and joint m 200 3,000 600,000
300mm Invert Block Drain (IBD) with single side
slabs of 600x225x75mm as lining for storm water
drain including bedding and backfilling with selected
material as per the specifications or as instructed by
the Engineer.
8.13 Extra over Item 8.11 for precast sideslab of 600x225 2
m 100 2,000 200,000
75mm
Total of Bill Carried Forward to Summary 13,410,000
BILL9: PASSAGE OF TRAFFIC
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
9.01 Allow for the passage of traffic through the works. km 1.5 100,000 150,000

Total of Bill Carried Forward to Summary 150,000


BILL 12: NATURAL MATERIAL BASE AND SUBBASE

ITEM DESCRIPTION UNIT QTY RATE AMOUNT


Note: All haulage is to be included in the
Contractor's rates and prices. There is no separate
payment for overhaul
12.01 Provide, place and spread natural gravel of CBR 3
m 918 20,000 1,836,000
greater than 30% as sub-base material on selected
sections as directed.
12.02 Provide, lay, and compact hand packed stone 3
m 648 2,500 1,620,000
material for base layer including filling of voids with
stone dust and watering as directed by the Engineer.

Total of Bill Carried Forward to Summary 3,456,000


BILL 15: BITUMINOUS SURF. TREAT.& S DRESSING
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
KSHS

15.01 Prepare surface of carriageway and repair areas, PC 9,072 100 907,200
provide and spray MC-30 cutback bitumen at a rate SUM
of 0.8-1.2 lt/m2 as prime coat.

15.02 Prepare surface of carriageway, repair areas, provide % 7,560 100 756,000
and spray K1-60bitumen emulsion as tackcoat or seal
to repair areas at a spray rate of 0.8 - 1.0 L/m2 as
directed.
Total of Bill Carried Forward to Summary 1,663,200

BILL 16: BITUMINOUS MIXES


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
16.01 Provide, place and compact 50mm thick asphalt concrete m 3 279 23,000 6,417,000
Type 1 with 5 - 6 % nominal bitumen content by weight
to total mix as wearing course on carriageway as
directed.
Total of Bill Carried Forward to Summary 6,417,000
BILL 20: ROAD FURNITURE
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
20.01 Provide and place reflectors (cateyes) as No. 50 3,000 150,000
instructed.
20.02 Provide thermoplastic material for road marking and 2
m 238 1,400 333,200
mark lines on the road as directed
20.03 Excavate for, provide and place 250 x 125mm class
25/20 precast concrete raised or ramped kerbs haunched
in100 mm thick class 15/20 concrete base bedding and
mortar joined in support to carriageway, bus bays and
junctions as directed by the Engineer.
(a) Straight kerbs. m 1,200 1,000 1,200,000
(b) Kerbs radius: 12 m-6 m. m 15 1,000 15,000
(c ) Ditto but radius: 5 m-1 m. m 10 1,000 10,000
20.04 Ditto 20.02 but 100 x 125 mm flush kerbs in support of
carriageway
(a) Straight kerbs m 1,200 1,000 1,200,000.00
(b) Kerbs radius: 12 m-6 m m 15 1,000 15,000
(c ) Ditto but radius: 5 m-1 m m 10 1,000 10,000
20.05 Place and provide gauge 16 steel pipe Bollards of Dia No 10 7,000 70,000
150mm and 1.05m above the ground and as directed.
20.06 Extra over item 20.05 for reflective material including m 10 1,500 15,000
sticking/fixing to the bollards as directed by the Engineer
20.07 Provide and erect permanent road signs where instructed 200,000
in accordance with the specifications as follows;
(a) Warning signs. No 5 20,000 100,000
(b) Priority, prohibitory and mandatory signs. No 3 20,000 60,000

( c) Standard informatory signs. No 3 20,000 60,000


(d) Non- standard informatory signs of area.
(i) Less than 1.0 m2. No 1 20,000 20,000

Total of Bill Carried Forward to Summary 3,258,200

Bill DESCRIPTION AMOUNT


No.
1 GENERAL 3,250,000
4 SITE CLEARANCE AND TOPSOIL STRIPPING 107,000
5 EARTHWORKS 5,794,240
8 CULVERTS AND DRAINAGE WORKS 13,410,000
9 PASSAGE OF TRAFFIC 150,000
12 NATURAL MATERIAL SUBBBASE AND BASE 3,456,000
15 BITUMINOUS SURFACE TREATMENT AND SURFACE DRESSING 1,663,200
16 BITUMINOUS MIXES 6,917,000
20 ROAD FURNITURE 3,258,200
Sub-total 1 37,505,640
Add 16% of Sub-total 1 for Value Added Tax to be reimbursed in 6,000,902.40
certificates

Grand Total Carried Forward to Form of Bid 43,506,542.40

You might also like