Download as pdf or txt
Download as pdf or txt
You are on page 1of 31

HOLISTIC PROJECT FINAL

GROUP-2

BID RESPONSE

G+1 RESIDENTIAL BUILDING


SUBMITTED TO: CHAIR OF PROJECT MANAGEMENT

INSTRUCTOR: ASMELASH AND TSEGAYE. FEBRUARY 26, 2020


Edna construction PLC.
FINANCIAL AND TECHNICAL PROPOSAL

“Don’t open the bid document before bid opening date”


Part 1: Bidding Procedures Section 4: Bidding Forms

A. Bid Submission Sheet


Place and Date Lideta area Next to Federal High Court, 26 February 2020
Procurement Reference Number: Bid SD 01-2020
To:Ato Abebe saide
Tsedey plc
Campus South P.O.Box 415
Chad street , Lideta area Next to Federal High Court
Addis Ababa
Ethiopia
SUBMITTED BY1:Mr. Dawit Solomon

Complete Legal Name and Address of the Seat of


Nationality2
the Bidder
Leader3 Mr. DAWIT SOLOMON ETHIOPIA

Member Ato Abel Mekonen ETHIOPIA

Etc …

In response to your Bidding Documents for the above Procurement Number:Bid SD 01-2020, we, the
undersigned, hereby declare that:
(a) We have examined and accept in full the content of the Bidding Documents for the, Procurement
Number : Bid SD 01-2020 We hereby accept its provisions in their entirety , without reservation or
restriction.
(b) We hereby declare that all the information and statements made in this Bid are true and accept that
any misinterpretation contained in it may lead to our disqualification.
(c) We, the undersigned, offer to execute in conformity with the Bidding Documents dated 29 March
2020 the following Works Of Residential G+1 Building :
(d) The total price of our Bid, including any discounts offered in item (e) below is 3,047,098.25 ETB ;
(e) The discounts offered and the methodology for their application are: 8 % of total price of our Bid
Unconditional Discount: If our bid is accepted, the following discounts shall apply. .
Methodology of Application of the Discounts: The discounts shall be applied using the following
method: ;
Conditional Discounts: If our bid(s) are accepted, the following discounts shall apply. .
Methodology of Application of the Discounts: The discounts shall be applied using the following
method: ;
(f) Our Bid shall be valid for a period of 30 days from the date fixed for the Bid submission deadline in
accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted
at any time before expiry of that period;

1
One signed original Bid Submission Form must be supplied together with the number of copies specified in the
Instruction to Bidders
2
Country in which the legal entity is registered.
3
Add/delete additional lines for members as appropriate. Note that a subcontractor is not considered to be a member
for the purposes of this bidding procedure. If this Bid is being submitted by an individual Bidder, the name of the
Bidder should be entered as "leader" and all other lines should be deleted.

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 1 of 29 Issued by:
Part 1: Bidding Procedures Section 4: Bidding Forms

(g) The prices in this bid have been arrived at independently , without , for the purpose of
restricting competition , any consultation , communication , or agreement with any other
bidder or competitor relating to:
i. Those prices;
ii. The intention to submit a bid; or
iii. The methods or factors used to calculate the prices offered.
(h) The prices in this bid have not been and will not be knowingly disclosed by the Abebe
Saide or indirectly, to any other bidder or competitor before bid opening
(i) We, including any subcontractors for any part of the contract resulting from this procurement
process, are eligible to participate in public procurement in accordance with ITB Clause 4.1
and have not been debarred by a decision of the Public Procurement and Property
Administration Agency from participating in public procurements for breach of our
obligation under previous contract
(j) We are not insolvent , in receivership , bankrupt or being wound up, not have had our
business activities suspended and not be the subject of legal proceedings for any of the
foregoing;
(k) We have fulfilled our obligations to pay taxes according to Ethiopian Tax laws
(l) We have read and understood the provisions on fraud and corruption in GCC Clause 5 and
confirm and assure to the Public Body that we will not engage ourselves into these evil
practices during the procurement process and the execution of any resulting contract;
(m) We have not committed an act of embezzlement, fraud or connivance with other Bidders.
(n) We have not given or have been offered to give inducement or bribe to an official or
procurement staff of the to influence the result of the Bid in our favor.
(o) We are not participating, as Bidders, in more than one bid in this bidding process, other than
alternative bids in accordance with the Bidding Document;
(p) We do not have any conflict of interest and have not participated in the preparation of the
original Schedule of Requirements for the Public Body;
(q) If our bid is accepted, we commit to submit a performance security in accordance with the GCC
Clause 58 of the Bidding Documents , in the amount of ETB 100,000 ETB /one hundred
thousand ETH) for the due performance of the Contract;
(r) We, including any subcontractors or suppliers for any part of the Contract, have nationalities
of ETHIOIPIA ];
(s) We will inform the immediately if there is any change in the above circumstances at any stage
during the implementation of the contract. We also fully recognize and accept that any
inaccurate or incomplete information deliberately provided in this Bid may result in our
exclusion from this and other contracts funded by the Government of the Federal Democratic
Republic of Ethiopia.
(t) We understand that this Bid, together with your written acceptance thereof included in your
notification of award , shall not constitute a binding contract between us, until a formal
contract is prepared and executed.
(u) We understand that you reserve the right to reject any or all Bids that you may receive.
Name DAWIT SOLOMON
In the capacity of Procurement & Property Administration team leader.
Signed Ato ABEL MEKONEN,
Duty authorized to sign the Bid for and on behalf of DAWIT SOLOMON.

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 2 of 29 Issued by:
Part 1: Bidding Procedures Section 4: Bidding Forms

Dated on 29 January], 2019Attachments:


1. Valid trade license indicating the stream of business in which the Ato Abel Mekonen is
engaged;
2. VAT registration certificate issued by the tax authority ;
3. A valid tax clearance certificate issued by the tax authority ;
4. Business organization registration certificate or trade license issued by the country of
establishment ;
5. Relevant professional practice certificates.
6. Bid Security; and
7. Other documents requested by the Public Body

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 3 of 29 Issued by:
Part 1: Bidding Procedures Section 4: Bidding Forms

B. Bidder Certification of Compliance


Place and Date Lideta area Next to Federal High Court, 26 February 2020
Procurement Reference Number:Bid SD 01 01-2020
To:ato Abebe saide
tsedyplc
Campus South P.O.Box 415
Chad street , Lideta area Next to Federal High Court Addis
Ababa
Ethiopia

1. General Information About the Bidder


Edna construction PLC.
Bidder’s Legal Name:

In case of Joint Venture,


legal name of each party:
Ministry of Urban Development and Housing/Ministry of
Place of Registration:
Construction
Addis Ababa, Bole sub-city Woreda 5.
Legal Address in Country of
Registration:
Name: DAWIT SOLOMON
Position: Procurement & Property Administration team
Authorized Representative
Address:Bole,Adiss Ababa
Information
Telephone/Fax:+251-11-18-02-89
E-mail address:Edna@gmail.com
In case of JV, letter of intent to form JV including a draft
agreement, or agreement governing formation of JV, in
accordance with ITB Sub-Clause 4.1
Attached copies of original Form Data on Joint Ventures
documents of: In case of government owned entity from the Public Body’s
country, documents establishing legal and financial
autonomy and compliance with the principles of commercial
law, in accordance with ITB Sub-Clause 4.4.

We have attached an official written statement by a power of attorney (or notary statement, etc.)
proving that the above person, who signed the Bid on behalf of the company/joint
venture/consortium, is duly authorized to do so.
2. Financial Standing
Dawit Solomon has adequate financial resources to manage this Contract as established by our
audited financial statements, audited by an independent auditor, submitted in this Bid. The
following table contains our financial data. These data are based on our annual

4
One signed original Bidder Certification of Compliance Form must be supplied together with the number of copies
specified in the Instruction to Bidders. If this bid is being submitted by a joint venture/consortium, the data in the tables
below must be the sum of the data provided by the joint venture/consortium members.

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 4 of 29 Issued by:
Part 1: Bidding Procedures Section 4: Bidding Forms

audited accounts. Figures in all columns have been provided on the same basis to allow a direct,
year-on-year comparison to be made.
Historic Information for Previous Three
FINANCIAL DATA Years
in ETB
Year 1 Last Year Current Year Average
A. Information from Balance Sheet
1.Total Assets 15,000,000 13,250,000 13,650,000 13,966,666
2. Total Liabilities 3,500,000 4,250,000 3,430,780 3,726,926
I. Net Value (1-2) 11,500,000 9,000,000 10,219,220 10,239,739
3. Current Assets 8,750,000 6,855,000 8,850,000 8,151,666
4. Short-term debts 6500 550,000 800,800 452,433.33
II. Working Capital (3- 8,743,500 6,304,652 8,000,740 7,699,232.67
4)
B. Information from Income Statement
1. Total Revenue 9,710,543.12 8,000,000.00 9,710,540.00 7,663,259.00
2. Pre-tax Profits 8,500,000.00 7,500,000.00 7,500,000.00 6,573,770
3. Losses 2,210,543.12 1,500,000.00 2,210,540.00 1,089,489
Along with financial data we provided above we have attached the following documents as proof
of our financial standing, as required in the BDS:
(a) XXX Excel file
(b) YYY Excel with PDF
Attached documents comply with the following conditions:
 Documents reflect the financial situation of the Bidder or partner to a Joint Venture, and not
sister or parent companies;
 Historic financial statements are audited by a certified accountant;
 Historic financial statements are complete, including all notes to the financial statements;
 Historic financial statements correspond to accounting periods already completed and audited.
Annual Turnover Data (Works Only)
Year Amount and Currency
2 9,680,500 ETB
1 6,504,368 ETB
Average Annual
8,231,216 ETB
Works Turnover*
*Average annual turnover calculated as total certified payments received for work in progress or
completed over the number of years specified in Section 3, Evaluation and Qualification Criteria,
Sub-Factor 4.2, divided by that same number of years.
Financial Resources
No. Source of Financing Amount
1 Owner 2,000,000 ETB
2 Bank loan 1,200,000 ETB
3 Advance Payment 1,000,000 ETB

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 5 of 29 Issued by:
Part 1: Bidding Procedures Section 4: Bidding Forms

3. Bidder's Organization
4. Technical Qualifications, Competence, and Experience in the Procurement
Object
As proof of the technical and professional ability in executing Works of a similar nature and
volume to the ones listed in our Bid the table below summarizes the major relevant contracts
successfully completed in the course of the past years with a budget of at least that of this Bid.
General Experience
Period
Percentage Prime Contractor Final acceptance
Name of project/kind of of Client and
Value of Works of Works (P) or issued?
works Contra Place
Completed Subcontractor (S)
ct
A. In Home Country
Addis
G+2 Construction 6,500,000 ETB 7 Month 100% P Yes: Not Yet No:
Ababa
School Construction 1 year 85% Ayat P Yes: Not Yet No:
,000,000 ETB
G+1 Residential Home 4,500,000 ETB 6 month 100% Bole p Yes: Not Yet No:
Arabisa
B. Abroad
Yes: Not Yet No:

Yes: Not Yet No:


Yes: Not Yet No:
Specific Experience
Percentag Prime
Name of e of Contractor Final acceptance
Period of
project/kind of Value of Works Works Client and Place (P) or issued?
Contract
works Complete Subcontracto
d r (S)
A. In Home Country
Abebech molisa,
G+2 Apartment 3,500,00 ETB 1 year 100% S Yes: Not Yet No:
Addis Ababa
G+1 Residential Teshome bedelu
8.5 Month 100% S Yes Not Yet No:
Building Addis Aaba
2,500,000 ETB
B. Abroad
Yes: Not Yet No:
Yes: Not Yet No:
Yes: Not Yet No:

The Clients' Certificates concerning the satisfactory execution of contract are attached to this
document

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 6 of 29 Issued by:
Part 1: Bidding Procedures Section 4: Bidding Forms

5. Historical Contract Non-Performance


Non-Performing Contracts in accordance with Section 3, Evaluation and Qualification Criteria

Contract non-performance did not occur during the stipulated period, in accordance with Sub-
Factor 3.3 of Section 3, Evaluation and Qualification Criteria.
Contract non-performance during the stipulated period, in accordance with Sub-Factor 3.3 of
Section 3, Evaluation and Qualification Criteria.
Outcome as Total Contract
Year Percent of Contract Identification Amount (current
Total Assets value)
Contract Identification:
Name of Client:
Address of Client:
Matter in dispute:
Pending Litigation, in accordance with Section 3, Evaluation and Qualification Criteria

No pending litigation in accordance with Sub-Factor 3.4 of Section 3, Evaluation and Qualification
Criteria
Pending litigation in accordance with Sub-Factor 3.4 of Section 3, Evaluation and Qualification
Criteria, as indicated below
Outcome as Total Contract
Year Percent of Contract Identification Amount (current
Total Assets value)
Contract Identification:
Name of Client:
Address of Client:
Matter in dispute:
Contract Identification:
Name of Client:
Address of Client:
Matter in dispute:

6. Current Contract Commitments / Works in Progress

Estimated Average Monthly


Client's Contact Value of
No. Name of Contract Completio Invoicing over
Details outstanding work n Date Last Six Months
Finishing Work Contract +251-115-14-02-89 1,546,900 ETB 4 Month 250,650 ETB
School Construction +251 -123-12-23 6,000,000 ETB 1 year 500,000 ETB

7. Professional Qualifications and Capabilities


In order to proof our professional qualifications and capability the following table contains
personnel statistics for the current and the two previous years.

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 7 of 29 Issued by:
Part 1: Bidding Procedures Section 4: Bidding Forms

Year before last Last year This year


Average Specialists in Specialists in Specialists in
manpower Overall Technical Overall Technical Overall Technical
Area Area Area
Permanent 16 6 14 4 15 4
Temporary 20 12 15 8 13 6
TOTAL 36 18 29 12 18 10

8. Comments and Suggestions on the Schedule of Requirements


9. Quality Assurance / Managerial and Control Procedures
10. Further Information
11. Bidder's Audit Agency
12. Bank Account Number and Bank Address
The bank account into which payment should be made and bank address are the following:
Name Ato Abel mekonen
In the capacity of Bidder’s Legal Name.
Signed Ato ABEL MEKONEN, Bidder’s Legal Name
Duty authorized to sign the Bid for and on behalf of DAWIT SOLOMON.
Dated on 29 January], 2020 Attachments:
1. Statement issued by a power of attorney authorizing the signatory of the Bid and all related
documentation;
2. Certificates of satisfactory execution of contracts provided by contracting parties to the
contracts successfully completed in the course of the past years, as required in the BDS,.
3. Audited financial statements;
4. Documents required as proof of the Bidder's financial standing, as listed in the BDS.
C. Financial Offer -Unit Price Contract
1. Bill of Quantities
Place and Date Lideta area Next to Federal High Court, 26 February 2020
Procurement Reference No.: Bid SD 01-2020
Alternative No.:
To:Ato ABEBE SAIDE
Tsedey plc
Campus South P.O.Box 415
Chad street , Lideta area Next to Federal High Court
Addis Ababa
Ethiopia

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 8 of 29 Issued by:
Part 1: Bidding Procedures Section 4: Bidding Forms

Item
Description
no Unit Qty Rate Amount
A-SUB STRUCTURE
1. EXCAVATION & EARTH WORK
Site Clearing and removing the top soil to an average
1.1
depth 200mm thick. m2 108.86 54.12 5,891.24
Excavation for isolated footing in ordinary soil to
1.20
adepth 150cm from reduced ground level m3 22.48 96.05 2,159.35
Trench excavationin ordinary soil for masonry
1.30
foundation to depth of 100cm from reduced level. m3 10.32 40.40 416.97
Bulk excavation in ordinary soil to a depth of 500mm
1.40
from reduced level under built up area. m3 19.78 40.40 799.31

Backfill to the depth of 150cm around footing


1.50 foundation and trench from outside the site well rolled
and compacted in layer not exceeding 200mm thick.
m3 16.35 398.58 6,516.50
1.60 Cart away surplus excavated material to appropriate tip
m3 126.46 120.98 15,298.55
25cm Thick basaltic stone hard core, consolidated and
1.70
blinded with crushed stone m2 49.46 144.80 7,161.23
Total carried to Summary 38,243.16
2. CONCRETE WORK
C-5 lean concrete with minimum cement content of
2.01
150 kg /m3 of concrete:
a) Under footing pad m2 17.64 3,817.3 67,337.34
b) Under masonary m2 15.70 2,523.8 39,610.76
c)Under grade beam m2 3.06 2,054.0 6,274.85

Reinforced concrete quality C-25. minimum cement


content of 360 kg OPC cement/m3 filled in to form
2.02
work and vibrated around rod reinforcement
(Formwork and reinforcement measured separately)
-
a) In footing pad m3 7.91 3,817 30,175.83
b) In footing columns m3 2.56 3,793 9,719.18
c) In Grade beam m3 4.35 3,775 16,430.68
d) 10cm thick ground slab m3 5.28 3,615.28 19,101.98
e) In 15cm thick sptic tank Slab m3 1.85 3,267.43 6,044.74
e) In 20cm thick septic tank share wall m3 5.30 3,267.43 17,317.37
f) 10mm styrofoam joint filler board 100mm wide in
movement joint between edge of concrete slab and
grade beam ml 61.70 428.14 26,413.98

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 9 of 29 Issued by:
Part 1: Bidding Procedures Section 4: Bidding Forms

Formwork shall be timbered or steel or combination of


two sufficient to contain the wet concrete with out
2.30 leakage.enough to support temporary loading and
pressure from placing compaction or vibration without
displacement or appriciable deflection -
a)To footing pad m2 25.10 385.78 9,684.61
b) To footing columns m2 10.89 572.94 6,239.30
c) To Grade beams m2 36.07 723.18 26,086.59
Steel bar reinforcement according to structural
2.04 drawings. Price includes cutting, bending, placing in
position,tying wire and concrete spacers and chairs. -
a) Dia. 8 deformed Kg. 309.32 71.60 22,147.03
b) Dia. 10 deformed Kg. 470.36 71.60 33,677.46
c) Dia. 12 deformed Kg. 270.41 69.87 18,894.76
d) Dia. 14 deformed Kg. 696.69 71.60 49,882.85
e) Dia. 16 deformed Kg. 101.41 69.87 7,085.70
Total carried to Summary 412,125.02
3. MASONRY WORK
500mm thick basaltic or equivalent type stone
3.10 masonery bedded in cement mortar (1:3) mix below m3 15.70 1,711 26,857.25
ground surface. Price shall include cement mortar bed
500mm thick basaltic or equivalent type stone
masonery wall for septic tank wall in cement mortar
3.20 m3 8.25 1,774.48 14,639.46
(1:3) mix above ground surface. Price shall include
cement mortar bed
Total carried to Summary 41,496.71
B. B.SUPER -STRUCTURE
1 CONCRETE WORK
Reinforced concrete quality C-25,360 kg of cement per
1.01 m3 of concrete filled in to form work and vibrated
around rod.
a) In elevation columns m3 2.93 4,652 13,607.57
b) In Intermidiate beam beams m3 5.18 5,283 27,370.62
c) In Top Tie beam m3 5.18 6,201 32,125.38
d) In Staircase m3 2.48 8,013 19,855.74
e) In 15cm thick first Floor Slab m2 5.88 6,962.59 40,907.41
f) concrete gutter m3 10.15 6,247 63,411.51
Provide, cut and fix in position sawn zigba wood or
1.02 -
steel formwork which ever is appropriate.
a) To elevation columns m2 14.97 368.75 5,518.92
b) To Intermidiate beam beams m2 50.90 385.90 19,641.84
c) To Top Tie beam m2 64.93 356.59 23,155.27
d) To stair case m2 14.97 374.97 5,612.02
e) To first Floor slab form work m2 113.96 232.30 26,473.59
f) To concrete gutter m2 10.50 402.19 4,223.01

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 10 of Issued by:
29
Part 1: Bidding Procedures Section 4: Bidding Forms

Mild steel reinforcement according to structural


1.03 drawings. Price includes cutting, bending, placing in -
position , tying wire, and required spacer
" 14mm. " " kg 1,124.30 67.02 75,349.58
" 10mm " " kg 154.82 71.91 11,132.74
" 8mm " " kg 1,012.82 71.91 72,827.38
Total Carried to summary birr 441,212.58
2 BLOCK WORK
2.1 200mm thick HCB wall bedded in cement sand mortar
mix (1:3)
a)Ground Floor m2 70.27 660.28 46,400.18
b) First Floor m2 67.43 660.28 44,522.66
2.2 150mm thick HCB wall bedded in cement sand mortar
mix (1:3)
a)Ground Floor m2 43.90 604.49 26,538.46
b) First Floor m2 73.25 604.49 44,277.92
c) paraphet m2 17.33 494.40 8,567.38
Total Carried to summary birr 170,306.59
Item no Description Unit Qty Rate Amount
3 ROOFING
3.1 Supply and fix pre-coated EGA-300 (t-0.40mm) roof
cover. Price shall include roof ridge cover, "J" fixing
bolts with nuts and washers and other necessary 111.83
accessories. Roof cover measured in horizontal
projection. m2 840.70 94012.80
Total Carried to summary birr 94,012.80
4 CARPENTRY AND JOINERY
Supply and fix 40mm thick semi solid internal flush
type wooden doors in hard wood frame with wooden
moldings, both sides covered with 4mm thick oak
veneered plywood.
a) ground Floor
4.1 Size 700 x 2800mm pcs 1.00 3,628.07 3,628.07
4.2 Size 800 x 2800mm pcs 3.00 4,549.44 13,648.33
4.3 Size 1150 x 2100mm pcs 3.00 5,218.43 15,655.28
4.4 Size 1200 x 2100mm pcs 2.00 5,579.84 11,159.69
a) First Floor -
4.5 Size 700 x 2800mm pcs 2.00 3,628.07 7,256.14
4.6 Size 800 x 2800mm pcs 3.00 4,549.44 13,648.33
Supply and fix Eucalyptus wooden truss. Price shall
include two coats of anti-termite solution and ø6mm
plain bars to fix with concrete beam.
-
4.7 70x50mm zigba purlin placed. ml 148.17 203.40 30,137.72
4.8 4o x50 celing betten ml 187.17 119.73 22,410.58

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 11 of Issued by:
29
Part 1: Bidding Procedures Section 4: Bidding Forms

Upper and lower chord -


4.9 Size Ø 100mm ml 183.27 788.33 144,477.89
Vertical and diagonal member -
4.1 Size Ø 80mm ml 233.17 777.53 181,297.50
Total Carried to summary birr 443,319.52
Item no Description Unit Qty Rate Amount
5 METAL WORK
Supply and fix Rayners or similar composite anodized
aluminum windows and doors made of extruded
profiles of 6060 standard of UNI3569 HB65 norms
dimensional tolerance and thickness of the aluminum to
be of UNI3879 norm spacer for the glazing and panels
with average from 10-42mm.
Ground floor
5.1 GW-1 Size 700X1200mm( m2 0.08 7,986.90 670.90
5.2 GW-2 Size 1200X1200mm m2 1.44 7,986.90 11,501.13
5.3 GW-3 Size 1500X1200mm m2 1.20 7,986.90 9,584.28
5.4 GW-4 Size 900X1200mm m2 2.16 7,986.90 17,251.70
5.5 GW-5 Size 800X1200mm m2 0.96 7,986.90 7,667.42
Gd1Size900X2500mm m2 1.20 7,986.90 9,584.28
5.7 GWD-1 Size 3400X2800mm m2 9.52 7,986.90 76,035.27
First
5.8 FW-1 Size 700X1200mm m2 0.84 7,986.90 6,708.99
5.9 FW-2 Size 1200X1200mm m2 4.32 7,986.90 34,503.40
6 FW-3 Size 1500X1200mm m2 1.95 7,986.90 15,574.45
6.1 FW-4 Size 900X1200mm m2 2.16 7,986.90 17,251.70
6.3 FW-6 Size1000X1200mm m2 2.40 7,986.90 19,168.56
6.4 FWD-2 Size 2500X2800mm m2 7.00 7,986.90 55,908.29
5.18 Supply and fix stair case hand rail made of aluminum
17.20 61,688.99
profile all as per the given detail drawing. . ml 3,586.57
Total Carried to summary birr 343,099.36
6 FINISHING
6.1 Apply two coats of cement plaster cement sand mortar
mix (1:3) to internal HCB wall surfaces including 278.46 91,514.11
exposed beams and columns. m2 328.65
6.2 Ditto but to R.C slab soffit. m2 74.68 432.60 32,304.09
6.3 Ditto but to stair case and landings. m2 11.41 430.40 4,910.84
6.4 Apply three coats of cement plaster cement sand mortar
167.92 15,138.70
mix (1:3) to external wall surfaces. m2 90.15
6.5 25mm thick smooth finished cement crushed aggregate
01 screed (1:3) bed under ceramic floor tile. And 20.74 3,880.88
ceramic tile
m2 187.17
6.60 Supply and fix 8mm thick non-slip ceramic floor tiles
with approved type adhesive mortar. 23.80 23,649.62
m2 993.89

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 12 of Issued by:
29
Part 1: Bidding Procedures Section 4: Bidding Forms

6.70 Supply and fix 8mm thick pvc tiles flooring with
approved type adhesive to cement screed. Price shall 85.06 47,873.48
include adhesive glue. (Cement screed m/s). m2 562.81
6.80 Supply and fix 340x20mm marble tread with cement
sand mortar (1:3).Price shall include cement sand bed, 29.60 75,793.84
chamfering and other necessary works. ml 2,560.60
6.90 Ditto but riser size 170x20mm. ml 29.60 2,491.10 73,736.41
6.10 Ditto but 20mm thick landing. m2 17.38 1,948.34 33,862.15
6.11 Supply and fix 100mm pvc tiles skirting to wall with
approved type tile adhesive. Price shall include tile 122.50 35,400.27
adhesive and other necessary works. ml 288.98
6.12 Supply and fix 200*300mm wall tile ceramic tile
35.91 20,375.84
with cement sand mortar backing (1:3). m2 567.41
6.13 Supply and chipwood ceiling made of galvanized
profile and suspension, 8mm thick chippwood . Price 48.34 23,728.56
shall includes supply of joint tape m2 490.90
Total Carried to summary birr 482,168.80
7 GLAZING
7 Supply and fix 4mm thick glass. Price shall include all
fixing accessories. 29.94 17,551.10
m2 586.17
Total Carried to summary birr 17,551.10
Item no Description Unit Qty Rate Amount
8 PAINTING
8.1 Apply three coats of plastic emulsion paint to internal
plastered wall surfaces. 254.85 20,159.72
m2 79.11
8.2 Ditto but to external plastered wall surfaces. m2 166.48 79.11 13,169.48
8.3 Ditto but to R.C slab soffit. m2 74.68 93.78 7,002.78
8.4 Ditto but to stair case and landings. m2 11.41 93.78 1,069.99
8.5 Ditto but to chipwood ceiling. Painting m2 48.34 93.78 4,532.87
Total Carried to summary birr 45,934.85
9 SANITARY INSTALLTION
9.1 Elevated water tank manufacatured
Supply and mount an elevated water tank
manufacatured from fiber glass having capacity of 1 11,096.91
1.5m3 pcs 11,096.91
9.2 Manhole for water supply, waste
construct man holes on a sanitary sewer drainage 44,613.4
2
13.52
systems as where m 3,299.81 0.0
9.3. Manhole Cover Slab Reinforcement cocrete m 2 4.5 2,550.09 11,475.4
.Internal water supply pipes of PPR-Pipes of PN20. for
9.4 cold water supply line
PPR supply pipe De20 ml 18.68 141.13 2,636.4
PPR supply pipe De25 ml 41.21 156.63 6,454.8
PPR supply pipe De32 ml 20.88 141.57 2,956.0

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 13 of Issued by:
29
Part 1: Bidding Procedures Section 4: Bidding Forms

Internal water supply pipes of galvanized Steel


Pipes.for hot water supply linesupply pipe De20 25.5
9.5. ml 138.49 3,531.5
9.6 External water supply pipes of HDPE-Pipes of PN16
PPR supply pipe De25 ml 38.79 162.05 6,286.0
9.7 UPVC type of waste water sewerage
Waste water drainage pipe
d/ diameter of 50 mm ml 35.52 202.34 7,187.1
d/ diameter of 110 mm ml 22.92 313.58 7,187.2
UPVC Storm water drainage pipes according in the
drawing showing compete with the necessary fittings 25.96
9.8 for horizontal d/ diameter of 160 mm ml 498.16 12,932.1
Hand wash bain made of write vitreous china, size of 4
9.9 550 x400mm pcs 2,190.57 8,762.3
Bath tub made at enameled castiron plate, size 1800 x 2
9.10 800 mm pcs 1,280.51 2,561.0
kitchen sink made of stainless steel brass chrome plate 2
9.11 trap with double bow size 1400 x 500m pcs 3,229.49 6,459.0
9.12 Gate valves to toilets, kitchens and so on. pcs 34 547.19 18,604.3
9.13 Ring handle for Manhole Cover Slab pcs 7 153.23 1,072.6
9.13' Construct Equivalent Grill Covered Ditch ml 4.6 472.25 2,172.4
9.14 Factory Made Marmox Covered Ditch ml 7 472.25 3,305.8
9.15 Electrical water heater
a. Liter Water Heater pcs 3 2,742.24 8,226.7
b. Instant Water Heater pcs 1 2,742.24 2,742.2
Floor drains made of enameled cast iron, diameter
5
9.16 15mm pcs 300.20 1,501.0
9.17 Roof drains made of PVC, diameterof 100mm ml 6 423.16 2,538.9
9.18 Vent stack from below ,diameter of 50mm pcs 4 408.11 1,632.4
9.19 Vent caps made of rigid PVC diameter of 50 mm pcs 2 574.95 1,149.9
9.2 Downpipe ,diameter of 110mm pcs 12 577.27 6,927.3
9.21 DS(Discharge Stack), Diameter of 110mm pcs 4 1,685.55 6,742.2
9.23 Water Closet pcs 4 3,104.59 12,418.4
9.24 Hand Spray pcs 2 432.29 864.6
9.25 ∅25mm Water Meter @ 400mm pcs 1 937.03 937.0
Total Carried to summary birr 204,974.80
Item no Description Unit Qty Rate Amount
10 10.ELECTRICAL INSTALLATION WORKS -
Supply and Install ;Tele Terminal Box
10.1.1. Tele Terminal Box (By Telephone Utility). no 1 1889.77 1,889.77
10.2. LOW VOLTAGE SYSTEM EARTHLING
10.2.1. 16x24mm earth rod. no 1 1106.08 1,106.08

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 14 of Issued by:
29
Part 1: Bidding Procedures Section 4: Bidding Forms

10.2.2. 1x16sq.mm bare copper earth conductor from ml


KWHMB earth terminal to earth rods in PVC pipe
32mm diameter. 20 43.40 868.09
10.3. K-WH METERS BOARD 0.00
10.3.1. Meters Board for 1-single phase energy meter, madeof No
RHS frame and backalite board to be fixed to wall as
per EEPCO requirment. 1 450.00 450.00
10.4. DISTRIBUTION BOARDS
Flush mounted distribution Board-LPP-A1/F1…F2, No
LPP-A1/S1…S2, with lockable door including bus bars
of ---A/1phase, all necessary fixing and connecting
accessaries, complete and consisting of:- 1 1643.96 1,643.96
10.4.1. MAIN DISTRIBUTION BOARD,MDB
Ditto, but LPP-A1/G1...G5, consisting of:- No
1PC 63A, MCCB main , 3phase
2PC 32A, MCCB main , 3phase
1PC 50A, MCCB main, 3phase 1 1643.96 1,643.96
10.4.2. SUB DISTRIBUTION BOARD, SDB-GF
Ditto, but LPP-A1/G1...G5, consisting of:- No
1PC 32A, MCCB main , 3phase
4PC 10A, MCCB , 1phase
5PC 16A, MCCB , 1phase
with 25% reserve pitches 1 1643.96 1,643.96
10.4.3. SUB DISTRIBUTION BOARD, SDB-FF
Ditto, but LPP-A1/G1...G5, consisting of:- No
1PC 32A, MCCB main , 3phase
4PC 10A, MCCB , 1phase
with 25% reserve pitches 1 1643.96 1,643.96
11.4.4. SUB DISTRIBUTION BOARD, SDB-SF
11.5. FEEDER POWER CABLES
11.5.1. Multi-core power cable copper conductor, PVC/PVC,
colour coded, in PVC conduits , coneected and tested,
all as specified and as shown on drawings.
10.6. Cables:-
10.6.1. 3(25/16)from EEPCo KWHM to MDB ml 30 145.35 4,360.42
10.6.2. 4x16+1x10 mm² from MDB up to SDB-SF ml 45 201.37 9,061.75
10.6.3. 4x10+1x6 mm2 from MDB up to SDB-FF ml 42 109.77 4,610.54
10.7. Light Points : -
flush mounted light points fed through 2X2.5Sq.mm NO
PVC insulated conductor inside thermoplastic PVC
conduit of Dia. 16mm complete with all junction boxes
with covers and insulating screw cap connectors,all
connections and accessories are complete . 127 879.46 111,690.96
10.8. Switches
10.8.1. Single way switch points fed through PVC insulated NO
conductors of inside PVC conduits of 16mm Dia.
Including junction boxes with covers, and insulating
screw cap connectors all for flush mounting. 52 66.97 3,482.48

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 15 of Issued by:
29
Part 1: Bidding Procedures Section 4: Bidding Forms

10.8.2. Flush mounted push button type switch Legrand NO


Neptune or equivalent quality. 20 68.60 1,371.99
10.8.3. Double way switch points fed through PVC insulated NO
conductors of inside PVC conduits of 16mm Dia.
Including junction boxes with covers, and insulating
screw cap connectors all for flush mounting. 36 140.71 5,065.72
11.8.4. Two way switch points fed through PVC insulated NO
conductors of inside PVC conduits of 16mm Dia.
Including junction boxes with covers, and insulating
screw cap connectors all for flush mounting. 6 122.97 737.84
10.8.5. Intermediat switch points fed through PVC insulated NO
conductors of inside PVC conduits of 16mm Dia.
Including junction boxes with covers, and insulating
screw cap connectors all for flush mounting. 1 256.36 256.36
10.8.6. Fixing Flush Mounted Switches
10.8.7. Flush mounted single switch NO 20 214.48 4,289.53
10.8.9. Flush mounted double switch NO 12 377.82 4,533.84
10.8.10 Flush mounted two way switch NO 16 284.98 4,559.74
10.8.11 Flush mounted intermediate switch NO 30 255.82 7,674.59
10.9. Flush mounted Socket Outlet Points
10.9.1. b)10-16A/1P socket outlet points fed through PVC
insulated conductors of 3x2.5mm² inside PVC conduits
of 16mm diameter including junction boxes with
covers, and insulating screw cap connectors all for
flush mounting. NO 90 611.26 55,013.41
10.9.2. Fixing Flush Mounted Socket Outlets
With Earth Contact NO 2 432.30 864.60
10.9.3. Flush Mounting Socket Outlet of 10/16A 1ph. NO 90 106.24 9,562.02
10.9.4. Ditto, but with switch for water heater Socket Outlet of NO
16A 1ph. 1 495.72 495.72
10.9.5. Flush Mounting Socket Outlet of 20 1ph for stove. NO
1 495.72 495.72
Flush Mounting Socket Outlet of 25 1ph for injera NO
mitad. 1 298.48 298.48
10.1 Light Fittings and Lamps 0.00
(Specified or Equivalent approved) 0.00
a)Fluorescent light fitting type PHILIPS TMS NO
0121/236 with all necessary accessaries are complete
OR APPROVED Qualiy. 36 297.95 10,726.07
10.10.1. b)Ceilling suspended incandesent lamp fitting NO 27 240.93 6,505.08
10.11. Telephone point . 0.00
Telephone point fed through 2x0.80 PVC insulated NO
wire inside thermoplastic conduit of minimum diameter
13 mm. 11 3800.89 41,809.77
10.12. TV outlets
TV point fed through thermoplastic conduit of NO
minimum diameter 13 mm. 3 557.16 1,671.49
SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)
Document: Bidding Forms Page 16 of Issued by:
29
Part 1: Bidding Procedures Section 4: Bidding Forms

10.13 BELL 0.00


NO
Intecom system (michrophone and speakersystem) 2 1406.22 2,812.43
Buzzer for 220V operation NO 4 1406.22 5,624.87
10.14 Manholes 0.00
Manhole in masonry including reinforced concrete
cover, internally plastered and back filled with sand
including sealing fillers on pipe mouths and of
800x800x700mm. NO 1 4187.78 4,187.78
Total carried to Summary……………..…………….
312,652.97
Total carried to Summary of
project……………..……………. 3,047,098.25

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 17 of Issued by:
29
Part 1: Bidding Procedures Section 4: Bidding Forms
Item no

E. Technical Proposal
Place and Date Lideta area Next to Federal High Court , 26 February 2020
Procurement Reference No.: Bid SD 01-2020
Alternative No.:
To: Ato Abebe saide

Tsedey plc
Campus South P.O.Box 415
Chad street , Lideta area Next to Federal High Court
Addis Ababa
Ethiopia

1. Personnel
The following Team Skill Matrix identifies the personnel to be employed on the contract and
their skills that are relevant to the role in the contract team and are required for successful
execution of the contract:
FORM PER 1: Proposed Personnel
Expert Name Abebaw Ketema
Title of Position: Construction engineer
Nationality: Ethiopian
Resume Page
Qualification Knowledge Level Comments
Reference
BSC p 16

Years of experience (with the Resume Page


Knowledge Level Comments
company/in works) Reference
6, x 12

Additional Knowledge and Resume Page


Knowledge Level Comments
Experience Reference

Experience indicated in the matrix is backed up in the individual’s resume.


We have used the following ratings in order to accurately reflect the skill ratings of our team:
Has exposure to education in the subject area but has not used this skill set in
U Understanding
practice.
W Working Has limited working experience using this skill set.
Has hands-on experience using this skill set to implement between 3 to 5
P Proficient
projects of various scope/complexity.
Has hands-on experience using this skill set in a key role to implement more than
X Expert
5 projects of various scope/complexity.

2. Equipment
SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)
Document: Bidding Forms Page 24 of 29 Issued by:
Part 1: Bidding Procedures Section 4: Bidding Forms

DESCRIPTION Power/ No of Age Source of equipment Current


No.
(type/make/model) capacity units (years) Location
A. Construction Plant
Owned Rented Leased
Owned Rented Leased
Owned Rented Leased
Owned Rented Leased
B. Vehicles and Trucks
Dump Truck 9m3 1 2 Owned Rented Leased
Pick up >4qta 1 1 Owned Rented Leased
Excavator 11.5m3 1 .5 Owned Rented Leased
Owned Rented Leased
C. Other Plant
Concrete Mixer 1.5m3 2 1 Owned Rented Leased
vibrator 3 2 Owned Rented Leased
Owned Rented Leased

The following information shall be provided only for equipment not owned by the Bidder
Name of owner: Ato Abel Mekonen
Address of owner:Addis Ababa Bole sub city Woreda
Owner Telephone: :+251-11-18-02-09 Contact name and title:

Fax: Email address:


Details of rental / lease / manufacture agreements:yes we have

Agreements

3. Work Plan and Site Organization

4. Method Statement

5. Mobilization Schedule

6. Construction Schedule

Value of subcontract as Experience in similar


Work intended to be Name and details of
percentage of the total work (details to be
subcontracted subcontractors
cost of the project specified)

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 25 of 29 Issued by:
Part 1: Bidding Procedures Section 4: Bidding Forms

H. Bid Security
Date: Lideta area Next to Federal High Court, 26 February 2020
Procurement Reference Number: Bid SD 01-2020
Alternative No:
To: Tsdey plc
Whereas Ato Abel mekonen (hereinafter “the Bidder”) has submitted its Bid dated for
Procurement reference Number for the supply of , hereinafter called “the Bid.”
KNOW ALL PEOPLE by these presents that WE , of Addis Ababa having our registered office at
Chad street , Lideta area Next to Federal High Court (hereinafter “the Guarantor”), are bound
unto Tsedy plc(hereinafter “the Public Body”) in the sum of 200 ETB (Two hundred ETB , for
which payment well and truly to be made to the aforementioned Public Body , the Guarantor
binds itself, its successors or assignees by these presents. Sealed with the Common Seal of this
Guarantor this 26 February 2020] , .
THE CONDITIONS of this obligation are the following:

1. If the Bidder withdraws its Bid during the period of Bid validity specified by the Bidder
in the Bid Submission Sheet, except as provided in ITB Sub-Clause 20.2; or
2. If the Bidder, having been notified of the acceptance of its Bid by the Public Body,
during the period of Bid validity, fails or refuses to:
(a) Execute the Contract; or
(b) Furnish the Performance Security, in accordance with the ITB Clause 47; or
We undertake to pay the Public Body up to the above amount upon receipt of its first written
demand, without the Public Body having to substantiate its demand, provided that in its demand
the Public Body states that the amount claimed by it is due to it, owing to the occurrence of one
or more of the above conditions, specifying the occurred conditions.
This security shall remain in force up to and including twenty-eight (28) days after the period of
Bid validity, and any demand in respect thereof should be received by the Guarantor no later than
the above date.
Name: Ato Abel mekonen
In the capacity of Procurement & Property Administration team
Signed: Ato abel mekonenPr ocurement & Property Administration team
Duly authorized to sign the Bid for and on behalf of: Ato Abel mekonen
Dated on 29 day of March, 2020

SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Bidding Forms Page 29 of 29 Issued by:
Appendix

i. Curriculum vitae for proposed personnel


ii. Trade license
iii. Tax clearance certificate
iv. VAT registration certificate
v. Relevant professional certificate
Curriculum vitae for proposed personnel

1. Proposed position: project manager


2. Name of firm: Edna construction plc
3. Name of staff: Betelehem yirga
4. Date of birth: december- 23- 1992
Nationality: Ethiopian
5. Education: BSc in construction technology
6. Membership of the professional association: Member of construction technology and
management professionals
7. Other training: Leadership and management skill development
8. Countries of work experience: Ethiopia
9. Language: Amharic and English
10. Employment record:
From 2015 to 2020
Employer: Ato Abel mekonen
Position held: Project manager
11.Detailed task assigned: 12.work undertaken that best illustrate
Primarily to emphasize the need for capability to handle the task assigned:
management to be efficient to ensure Name of assignment or project: G+2 residential building
successful completion of the project. Year: 2019
Location: Addis Ababa
Client: Ato Endale besufkad and tsion
Demweke
Main project features: residential building
Position held: Project manager
Activity performed:

13. Certification:

I, the undersigned, certify that to best of my knowledge and belief, this CV correctly describes myself,
my qualification, experience, I understand that any willful misstatement described herein may lead to
disqualification or dismissal, if engaged.

Date: September 11- 2019

Full name of authorized representative: Ato Abel Mekonen


Curriculum vitae for proposed
personnel
1. Proposed position: office engineer
2. Name of firm: Edna construction plc
3. Name of staff: Tsion demeke
4. Date of birth: jan - 23- 1994
Nationality: Ethiopian
5. Education: BSc in construction technology and management
6. Membership of the professional association: Member of construction technology and
management professionals
7. Other training: Leadership and management skill development
8. Countries of work experience: Ethiopia
9. Language: Amharic and English
10. Employment record:
From 2017 to 2019
Employer: Ato Abel mekonen
Position held: Office engineer
11.Detailed task assigned: 12.work undertaken that best illustrate
Primarily to emphasize the need for capability to handle the task assigned:
management to be efficient to ensure Name of assignment or project: G+1 residential building
successful completion of the project. Year: 2018
Location: Addis Ababa
Client: Ato Endale besufkad
Main project features: residential building
Position held: Office engineer
Activity performed:

13. Certification:

I, the undersigned, certify that to best of my knowledge and belief, this CV correctly describes myself,
my qualification, experience, I understand that any willful misstatement described herein may lead to
disqualification or dismissal, if engaged.

Date: September 11- 2020


Full name of authorized representative: Ato Abel Mekonen
Curriculum vitae for proposed
personnel
1. Proposed position: project administrator
2. Name of firm: Edna construction plc
3. Name of staff: Ewunet yilma
4. Date of birth: October- 24- 1985
Nationality: Ethiopian
5. Education: BSc in construction technology
6. Membership of the professional association: Member of construction technology and
management professionals
7. Other training: Leadership and management skill development
8. Countries of work experience: Ethiopia
9. Language: Amharic and English
10. Employment record:
From 2016 to 2019
Employer: Ato Abel mekonen
Position held: Project administrator
11.Detailed task assigned: 12.work undertaken that best illustrate
Primarily to emphasize the need for capability to handle the task assigned:
management to be efficient to ensure Name of assignment or project: Abiyot free school project
successful completion of the project. Year: 2018
Location: Addis Ababa
Client: kkk construction
Main project features: infrastructure
Position held: Project administrator
Activity performed:

13. Certification:

I, the undersigned, certify that to best of my knowledge and belief, this CV correctly describes myself,
my qualification, experience, I understand that any willful misstatement described herein may lead to
disqualification or dismissal, if engaged.

Date: September 11- 2019

Full name of authorized representative: Ato Abel mekonen


Curriculum vitae for proposed
personnel
1. Proposed position: Contract administrator
2. Name of firm: Edna construction plc
3. Name of staff: Habtamu Tulu
4. Date of birth: July- 03- 1988
Nationality: Ethiopian
5. Education: Bsc in construction technology
6. Membership of the professional association: Member of construction technology and
management professionals
7. Other training: Leadership and management skill development
8. Countries of work experience: Ethiopia
9. Language: Amharic and English
10. Employment record:
From 2017 to 2019
Employer: Ato Abel mekonen
Position held: Contract administrator
11.Detailed task assigned: 12.work undertaken that best illustrate
Primarily to emphasize the need for capability to handle the task assigned:
management to be efficient to ensure Name of assignment or project: G+2 residential building
successful completion of the project. Year: 2018
Location: Addis Ababa
Client: Ato Endale besufkad
Main project features: residential building
Position held: Contract administrator
Activity performed:

13. Certification:

I, the undersigned, certify that to best of my knowledge and belief, this CV correctly describes myself,
my qualification, experience, I understand that any willful misstatement described herein may lead to
disqualification or dismissal, if engaged.

Date: September 11- 2019

Full name of authorized representative: Ato Abel mekonen


Curriculum vitae for proposed personnel

1. Proposed position: Financial administrator


2. Name of firm: Edna construction plc
3. Name of staff: beza takele
4. Date of birth: July- 04- 1990
Nationality: Ethiopian
5. Education: Bsc in accounting
6. Membership of the professional association: Member of association of accountants
7. Other training: Leadership and management skill development
8. Countries of work experience: Ethiopia
9. Language: Amharic and English
10. Employment record:
From 2017 to 2020
Employer: Ato Abel Mekonen
Position held: Financial administrator
11.Detailed task assigned: 12.work undertaken that best illustrate
Primarily to emphasize the need for capability to handle the task assigned:
management to be efficient to ensure Name of assignment or project: residential building
successful completion of the project. Year: 2018
Location: Addis Ababa
Client: Ato Yayew .T
Main project features: residential building
Position held: financial administrator
Activity performed:

13. Certification:

I, the undersigned, certify that to best of my knowledge and belief, this CV correctly describes myself,
my qualification, experience, I understand that any willful misstatement described herein may lead to
disqualification or dismissal, if engaged.

Date: September 11- 2019

Full name of authorized representative: Ato abel mekonen


Form No_l

2.
3.
4.

c-mail

6.
7.

9.

9.1.

9.2.

9.3.
10

i0. i.
10.2.
10.3.
l0.4.

i i,

12.

13.
T4.

29
AAfiC

ADuntp Truck'

Ah IC:

1 Dump truck 13 m3 2015 A&hAfi:

2 pick up 5 qtl 2016


3 Mixer .35m3 2016
4 vibrator 5HP 2017
5

1 Driver 1 3 1
2 mixer operator 4 2 3

30
Form No 2

GOVERNMENT OF THE FEDERAL DEMOCRATIC REPUBLIC OF ETHIOPIA


MINISTRY OF URBAN DEVELOPMENT & CONSTRUCTION
PROFESSIONALS REGISTRATION APPLICATION FORM
I. Applied for : Construction Design

II. Type of registration:

New Registration Renewal Upgrading


II. Name sex
Address: City A.A Wereda 08 Kebele House N° Tel. N’
Currently working at (name of Employer): Ato Abel mekonen
IV. Education
Professional Title
Educational Instltutlon Field of Study Date Received
(Certificate, Diploma , Degree)

A.A.U Civil Engineer Bsc 2011

1 hereby certify that the above information is true to the best of my knowledge. I know that giving
wrong information on this application results in rejectinn.
Date 27/4/2015 Signature of the applicant Ababaw ketema

V. For internal use only eEat 1 R d


S.N‘ Name of employer From Up to Year Month

2
3
4
5
6
Total. . .

I. Registered as:

3. Valid for:
4. Date of issue:
5. Remark:

Approved by:

You might also like