CO-OPERATIVE BANK OF KENYA LTD

710
PROPOSED CONSTRUCTION OF OFFICES AND ASSOCIATED FACILITIES CAN/T/02/2016/17. FOR NAKURU COUNTY ASSEMBLY IN NAKURU TOWN MAIN WORKS VOLUME 1 BILLS OF QUANTITIES (TENDER DOCUMENTS) Sign Pages Trade Preambles Preliminaries Specifications Bills of Quantities Grand Summary Drawings CLOSING DATE: 29TH NOVEMBER 2016 AT 12.00 P.M. NOVEMBER 2016 Architects: SCOPE DESIGN SYSTEMS P.O. Box 10591 NAIROBI-00100 Quantity Surveyor: Obra International P.O. Box 3494 00200 Tel: +254 (0) 20 2635947 [email protected] Nairobi. Structural Engineers: BerlConsult & Associates P.O. Box 7539-00100 Nairobi Services Engineers: Edson Engineers P.O. Box 5647 NAIROBI -00100

Transcript of CO-OPERATIVE BANK OF KENYA LTD

PROPOSED CONSTRUCTION OF OFFICES AND ASSOCIATED

FACILITIES CAN/T/02/2016/17.

FOR

NAKURU COUNTY ASSEMBLY

IN

NAKURU TOWN

MAIN WORKS

VOLUME 1 BILLS OF QUANTITIES

(TENDER DOCUMENTS)

Sign Pages

Trade Preambles

Preliminaries

Specifications

Bills of Quantities

Grand Summary

Drawings

CLOSING DATE:

29TH NOVEMBER 2016 AT 12.00 P.M.

NOVEMBER 2016

Architects:

SCOPE DESIGN SYSTEMS

P.O. Box 10591

NAIROBI-00100

Quantity Surveyor:

Obra International

P.O. Box 3494 – 00200

Tel: +254 (0) 20 2635947

[email protected]

Nairobi.

Structural Engineers:

BerlConsult & Associates

P.O. Box 7539-00100

Nairobi

Services Engineers:

Edson Engineers

P.O. Box 5647

NAIROBI -00100

OFFICE OF THE

CLERK TO THE ASSEMBLY

TEL: 0722590098 COUNTY ASSEMBLY

FAX: (051) 2216473 P O BOX 907-20100

NAKURU Email: [email protected] Website: www.nakuru.assembly.go.ke 99

INVITATION TO TENDER FOR PROPOSED CONSTRUCTION OF

OFFICES AND ASSOCIATED FACILITIES- CAN/T/02/2016/17.

The County Assembly of Nakuru Service board invites sealed bids from

interested and eligible contractors for the following tender:-

Main Contract (Builders Works)

Interested Contractors must be registered in NCA (3) for (Main Works)

and above. In addition, they will be required to be or have Domestic

Registered sub-contractors in the following Categories:-

a. Plumbing/drainage, horse Reels fire protection Works

(Sprinkler Systems) NCA(5)

b. Electrical Installations: NCA(5) and above

c. CCTV, Structured Cabling, PABX Installation; registered in

NCA(5) and with Communication Commission of Kenya for

telephone and Structured Cabling

d. Air Conditioning and Mechanical Ventilation; sub -

contractors must be registered in NCA(5) and above

Tender documents with detailed terms and conditions of application

shall be downloaded from County assembly of Nakuru website

www.assembly.nakuru.go.ke free of charge.

Completed tender documents in plain sealed envelope indicating tender

number and description as described in the tender document should be

deposited in the tender box located at the County assembly reception or

sent by post to:

The Clerk,

County Assembly of Nakuru.

P.O BOX 907-20100.

Nakuru.

The closing date for the submission of the tender documents will be on

29th November 2016 at 12.00 p.m. The bids will be opened immediately

at the assembly boardroom in the presence of bidders or their

representatives who choose to attend.

SENIOR PROCUREMNT OFFICER,

FOR: CLERK TO THE ASSEMBLY.

EVALUATION CRITERIA (TENDER NO: CAN/T/02/2016/17).

The following evaluation criteria shall be applied not withstanding anyother requirement in the tender documents.

A. MANDATORY REQUIREMENTS (MR)The following requirements must be met by the tenderer

NO. REQUIREMENTS RESPONSIVE ORNOT RESPONSIVE

MR1 Must Submit a copy of certificate of

Registration/IncorporationMR2 Must Submit a copy of Valid Tax

Compliance certificate

MR3 Must submit a copy of PIN certificate

MR4 Must submit a duly filled tenderdocument

MR5 Must submit a tender security of 2%of the contract sum

At this stage, the tenderer’s submission will either be responsive ornonresponsive. Then non responsive submissions will be eliminated from theentire evaluation process and will not be considered further.

C. TECHNICAL SCORES (TS)This section (Technical Evaluation) will be marked out of 100 and willdetermine the technical score (TS)

NO. EVALUATION ATTRIBUTE WEIGHTING SCORE MAXIMUMSCORE

T.S.1 Number of years in Business• 10 years and above

=10 marks

• Others prorated at:

Number of Years x 10

10

10T.S.2 Experience in works of a

similar nature and size foreach of the last five years, anddetails of work underway orcontractually committed

• 5 years referenceletters- 10 marks

• Others prorated at:

Number of Clients’ x 1010

10

T.S.3 Financial Capability (Assupported by AuditedAccounts for the last 2 years

5 years audited accounts– 10 marks

10

T.S.4 Copies of original documentsdefining the constitution orlegal status, place ofregistration and principalplace of business;

Details of physical addressand contacts with copy ofeither title, lease documentor latest utility bill

5

T.S.5 Total monetary value ofconstruction work performedfor each of the last five years

Attach evidence 10

T.S.7 Major items of constructionequipment proposed to carryout the contract and anundertaking that they will beavailable for contract

Attach evidence 10

T.S.8 Qualifications and experienceof key site management andtechnical personnel proposedfor the contract and anundertaking that they will beavailable for the contract.

Attach relevant supportingdocuments

10

T.S.9 Evidence of adequate workingcapital for thiscontract

Access to credit facilities andavailability of other financialresources

10

T.S.10 Information regarding anylitigation history in the lastfive years in which thetenderer is involved, theparties involved and thedisputed amount.

Provide proof 5

T.S.11 preliminary description of theproposed work method andschedule, including drawings

Provide proof 10

and charts, as necessary

T.S.12 Registration with the NationalconstructionAuthority-N.C.A 3-main worksN.C.A 5-plumbing,electrical, mechanical,CCTV installation and otherworks

Provide a copy 10

Only bidders who score 70% and above will be subjected to financialevaluation. Those who score below 70% will be eliminated at this stagefrom the entire evaluation process and will not be considered further.

D. FINANCIAL SCORE (FS)

The formulae for determining the Financial Score (FS) shall be as follows:- FS=100 X FM/F where FS is the financial score; Fm is the lowest priced bidderand F is the price of the bidder under consideration.

E. COMBINED TECHNICAL AND FINANCIAL SCORES (S)Bidders will be ranked according to their combined technical (TS) and financial(FS) scores using the weights (T=the weight given to the Technical Proposal: Pthe weight given to the Financial Proposal; T + p = I) indicated below. Thecombined technical and financial score, S, shall be calculated as follows:-S = TS x T % + FS x P %WeightingT = 0.70P = 0.30

INDEX

1/1

INDEX PAGES

INDEX

SIGNATURE PAGE 1/2

SURETY UNDERTAKING 1/3

DECLARATION ON AVAILABILITY OF RESOURCES 1/4

SPECIAL NOTES AND CONDITIONS OF TENDERING 1/6

STANDARD FORMS 2/01 – 2/54

SPECIFICATIONS 3/01-2/35

TRADE PREAMBLES 4/01-4/05

SECTION NO. 5 PRELIMINARIES 5/01 – 5/31

SECTION NO. 6 DEMOLITIONS 6/01- 6/01

SECTION NO. 7 GROUND FLOOR 7/01-7/26

SECTION NO. 8 FIRST FLOOR 8/01-8/22

SECTION NO. 9 SECOND FLOOR 9/01-9/22

SECTION NO. 10 THIRD FLOOR 10/01-10/23

SECTION NO. 11 FOURTH FLOOR 11/01-11/20

SECTION NO. 12 AUDITORIUM 12/01-12/25

SECTION NO. 13 ROOFING AND RAINWATER DISPOSAL 13/01-13/03

SECTION NO. 14 DAYWORKS 14/01-14/04

SECTION NO. 15 PRIME COST AND PROVISIONAL SUMS 15/01-15/03

VOL 2

VOL 3

MAIN SUMMARY MS/1

1/2

SIGNATURE PAGE

PROPOSED CONSTRUCTION OF A OFFICES AND ASSOCIATED FACILITIES FOR NAKURU COUNTY ASSEMBLY Supplied as part of the contract for the above works

Issued by;

Obra International Quantity Surveyors & Project Managers P.O. Box 3494 Nairobi 00200 October 2016, The Contract for the above-mentioned Works, entered into on the

____________________________ Day of ______________________________ 2016

by the undersigned parties refers to these SECTIONs of Quantities which shall be read and

Construed as part of the said Contract.

____________________________ _______________________

(EMPLOYER) (CONTRACTOR) DATE ___________________2016 DATE_____________________2016

1/3

SURETY UNDERTAKING

TO: The Clerk

Nakuru County Assembly

P.O. Box 907

Nakuru

Sir/Madam, PROPOSED CONSTRUCTION OF A OFFICES AND ASSOCIATED FACILITIES FOR NAKURU COUNTY ASSEMBLY

We_____________________________________________________

of_______________________________________________________

are willing to act as Surety and be bound to you in the sum equal to ten percent(10%) of the

contract price, for the due performance by

________________________________________________________(Tenderer)

of__________________________________________________________

of a contract which they contemplate entering into with you for the above works according to

the terms of the form of bond, a copy of which has been inspected by us ,without the addition of

any limitations. We further agree that this surety shall remain valid for sixty (60) days or such

extended time as agreed in writing by the tenderer, from the final date of submission of the

tender of which the document forms a part.

We agree to enter into a Bond under the above terms within seven days of being called upon to

do so.

_____________________________________________________(Surety)

Date__________________________________________________

Witnessed by:___________________________________________

Date___________________________________________________

1/4

DECLARATION ON AVAILABILITY OF MATERIALS AND PLANT AND SUPERVISION AND

SKILLED LABOUR

TO: The Clerk

Nakuru County Assembly

P.O. Box 907

Nakuru

Sir/Madam, PROPOSED CONSTRUCTION OF A OFFICES AND ASSOCIATED FACILITIES FOR NAKURU COUNTY ASSEMBLY

In connection with the attached Tender for the above Project, We have made full enquiries with manufacturers and /or to be distributors of the relevant building materials and plant required to be incorporated or used in the works and we hereby declare that we will have available: -

*(a) all the necessary *(b) a proportion of the necessary building materials, plant, tools and

Equipment, supervision and skilled labour

*(a) from stock in hand *(b) from sources of supply available to us

for use as and when they are required for the Works.

Signature of Tenderer ……………………………………………………………………. Name of Tenderer ……………………………………………………………………. Address …………………………………………………………………… ……………………………………………………………………

Date ………………………………………………………………….… NOTES:

1 * Delete whichever is not applicable 2 The Tenderer will be required before approval –

(a) to disclose the (i) actual quantities of the various materials and (ii) plant available for immediate use and (iii) supervision, (iv) skilled labour.

(b) to give details of the arrangements which have been made by the Tenderer for obtaining and delivery to the site of the further materials and plant and employment of supervision and skilled labour required to complete the works.

3. Failure to satisfy the Architect that adequate arrangements have been made to provide or

obtain the whole of the materials, tools and equipment necessary to complete the Works

1/5

within the contract period or such extended period as may be authorised, may render the Tenderer liable to be considered in default.

SPECIAL NOTES AND CONDITIONS OF TENDERING

1. The Contractor is required to check the numbers of the pages and should any be found to be missing or in duplicate or the figures or writing indistinct, he must inform the Quantity Surveyor at once and have the same rectified. Should the Contractor be in doubt about the precise meaning of any item, word or figure, for any reason whatsoever, or observe any apparent omission of words or figures he must inform the Quantity Surveyor in order that the correct meaning may be decided upon before the date for the submission of the tender.

2. No liability whatsoever will be admitted nor claim allowed in respect of errors in the Contractor’s tender due to mistakes in the SECTIONs of Quantities which should have been rectified in the manner described above.

3. The Contractor shall not alter or otherwise qualify the text of these SECTIONs of Quantities. Any alteration or qualification made without authority will be ignored and the text of the SECTIONs of Quantities as printed will be adhered to.

4. The Contractor shall be deemed to have made allowance in his prices generally to cover items of Preliminaries or additions to Prime Cost Sums or other items, if these have not been priced against the respective items.

5. All items of measured work shall be priced in detail and tenders containing lump sums to cover trades or groups of work must be broken down to show prices for each item before they will be accepted. Lump sums to cover items of Preliminaries shall likewise be broken down if so required.

6. In no case will any expenses incurred by Contractors in preparation of this Tender be reimbursed

7. The copyright of these SECTIONs of Quantities is vested in the Quantity Surveyor and no part thereof may be reproduced without their express permission given in writing.

8. The Contractor is solely responsible for the accurate ordering of materials in accordance with the Drawings and Architect’s Instructions and no claims for any loss or expense will be entertained for orders for materials based upon the SECTIONs of Quantities.

9. The SECTIONs of Quantities must be priced in ink and in Kenya currency, i.e. Shillings and cents

10. Rates inserted in the SECTIONs of Quantities to be INCLUSIVE of VAT component.

11. This is a Fixed Price Contract.

SPECIFICATIONS

3/1

BILL NO 2

SPECIFICATIONS

SECTIONS

1. GENERAL ITEMS

2. EXCAVATIONS AND

EARTHWORKS

3. CONCRETE WORK

4. WALLING

5. ASPHALT WORK

6. ROOFING

7. CARPENTRY AND JOINERY

8.

9. METAL WORK

10. PLUMBING INSTALLATIONS

11. FINISHINGS

12. GLAZING

13. PAINTING AND DECORATING

14. DRAINAGE

15. STRUCTURAL STEELWORK

16. EXTERNAL WORK

3/2

SECTION 1

GENERAL lTEMS

1.1 Materials Generally

All materials used on the works shall be new and of the qualities

and kinds specified herein aid equal to approved samples.

Deliveries shall be made sufficiently in advance to enable

samples to be taken and tested if required. No materials shall be

used until approved and all materials which are not approved or

which are damaged or contaminated or have deteriorated in any

way or do not comply in any way with the requirements of this

specification shall be rejected and shall be immediately removed

from the site at the contractor’s expense.

1.2 Materials for which there Is a Kenya Bureau

of standards Specification

All materials used in the works for which no Kenya Bureau of

Standards Specification has been published shall conform with

the latest edition thereof in every way. The Architect reserves the

right to demand that the Contractor shall obtain at his own

expense a certificate in respect of any material to state that it is in

accordance with the Kenya Bureau of Standards Specification.

1.2 Materials for which there Is no Kenya

Bureau of Standards Specification

All materials used in the works for which no Kenya Bureau of

Standards specification has been published shall conform with

the British Standards specification for such materials. If there are

no published standards as specified for any materials, the quality

of such material shall be generally of a standard equal to those

for which there is a Kenya Bureau of Standards or British

Standards Specification.

1.4 Alternatives to proprietary brands

Where materials are specified by their proprietary names or

where fittings are specified by catalogue numbers, or

descriptions, the Contractor may offer materials or fittings of

alternative manufacturers which are of same quality. Such

alternatives must be approved before being used in the works and

the Contractor shall allow for this, but prior to tendering he may

submit to the Architect for approval the names of any suppliers

or manufacturers whose products he intends to use, together with

catalogue numbers and descriptions and/or samples but the

decision of the Architect will be final.

1.5 Samples

The Contactor shall finish for approval, with reasonable

promptness all samples of materials and workmanship required

by the Architect. The Architect shall check and approve such

samples for conformity with the design concept of the Works

and for compliance with the information given in the Contract

Documents. The work shall be in accordance with approved

samples.

a) All material samples shall be delivered to

the Architect’s Office with all charges in connection therewith

paid by the Contractor.

b) Duplicate final approved samples, in addition

to any required for the Contractor’s use, shall be furnished to the

Architect, one for office use and one for the site.

c) Samples shall be finished so as not to delay

fabrication, allowing the architect reasonable time for

consideration of the sample submitted.

d) Each sample shall be properly labeled with the name

and quality of the material, Manufacturer’s name, name of

project, the Contractor’s name and the date of submission and

the specification number to which the sample refers.

1.6 Measuring and Testing Equipment

The Contractor shall provide the following equipment for

carrying out measuring and control tests on the site and maintain

them in full working order

a) Straight edges 2 metres and 4 metres long for testing

the accuracy of the finished concrete.

b) A glass graduated cylinder for use in the silt test of

organic impurities in the sand.

c) Slump test apparatus

d) 150mm steel cube moulds with base plates and

tamping rod to BS 1881.

e) Two 30 metre steel tapes

f) One dumpy or quickset level and staff

g) Micrometer

3/3

SECTION 2

EXCAVATIONS AND EARTHWORKS 2.1 Inspection of Site

The Contractor is deemed to have visited the site and to have ascertained the extent of the soil and sub-soils to be excavated.

2-2 Existing trees and shrubs

The contractor shall cut down and remove shrubs and trees as directed. No shrubs, trees, plants etc., shall be removed except as directed by the architect and the

contractor shall be held responsible for any damage caused by the building operations to those shrubs, trees etc., not so directed to be removed.

2.3 Site Clearance

Clearing site shall include clearing the site of all debris and rubbish, bushes, shrubs, undergrowth, vegetation and small trees, (i.e. those not exceeding 600mm girth) and grubbing up their roots. Cutting down trees shall include for grubbing up roots and for removal from site.

2-4 White Ant Insecticide Treatment

The Contractor must destroy any white ant nests found within the perimeter of the buildings and within a distance of 20 meters from the buildings externally and take out and destroy queen ants, impregnate holes and tunnels with approved insecticide and back-fill with hard material well rammed and consolidated.

2.5 Excavation

i) The excavations are to be executed to the widths shown on the Drawings, and to the depths below existing ground levels as directed by the Architect in order to obtain satisfactory foundations. If the contractor excavates to any widths or depths greater than those shown on the Drawings or as instructed by the Architect he shall at his own expense fill in such widths or depths of excavation beyond that instructed or shown with concrete to the satisfaction of the Architect

ii) The Contractor shall level and ram

bottoms of all excavations to receive concrete, form stepping if

necessary or as directed to allow for sloping ground, and well water

excavations before pouring concrete.

iii) The Contractor shall report to the Architect when secure bottoms to the excavations have been obtained. Any concrete or other work executed before the excavations

have been

inspected end approved shall, if so directed, be removed and new work substituted approved all at the Contractor’s expense

iv) Excavations made below required levels shall be filled with concrete identical to the foundations at the contractors expense.

2.6 Rock

Rock is defined as any material met within the

excavations which is of such size or position that it

can only be removed by means of wedges,

compressed air plant; or other special plant and the

Architects opinion of what constitutes rock shall be

final. Excavation in any material such as compacted

murram soft tuff stiff clay or similar materials which

in the opinion of the Architect can reasonably be

removed by pick, excavator or similar means will not

be taken as rock

2.7 Blasting

No blasting will be permitted without the prior approval of the architect and Local Authority.

2.8 Borrow Pits

Borrow pits will only be allowed to be opened up on the site on receipt of permission from the Architect

2.9 Hardcore filling

Hardcore for filling under floors etc., shall be good hard stones ballast or quarry waste to the approval of the Architect broken to pass not greater than a 150mm ring or to be 75% of the finished thickness of the layers being compacted whichever is the lesser and graded to contain sufficient smaller pieces to fill all voids so that it can be thoroughly compacted. The filling is to be laid in layers, each of the consolidated thickness not exceeding 225mm and well watered and compacted by hand or mechanical tampers. The top surface of the hardcore shall be levelled or graded to falls as required and blinded with a 75mm layer of similar material finely crushed and well rolled and watered immediately before concrete is laid.

2.10 Filling obtained from the excavations

Filling obtained from surplus excavated materials is to be free from all weeds, roots, vegetable or other unsuitable materials and is to be filled in layers each of not more than 225mm finished thickness. Each layer to be well watered and consolidated before the subsequent layer is filled in.

2.11 Materials found in the excavations

No sand, aggregate or other materials found in the excavations is to be used in the works without the written permission of the Architect

3/4

3/5

2.12 Insecticide treatment

The top surface of all filling shall be treated with an approved treatment; applied in accordance with Manufacturer’s printed instructions. 2.13 Protection of pipes, cables etc. Before commencing the works which include excavations or ground leveling by manual or mechanical excavations the Contractor shall at his expense ascertain in writing from the KP&TC, NCC Water & Sewerage Department and all other public bodies, companies and persons who may be affected, the positions and depths of their respective ducts, cables, mains or pipes etc. He shall thereupon search for and locate such services.

The Contractor shall at his own expense effectually prop, protect,

underpin, alter, divert; restore and make good as may be necessary

all pipes, cables or ducts, poles or wires disturbed or damaged during

the progress of the works, or in consequence thereof

Such services as are required to be removed or altered by virtue of

the layout of the permanent work and not the manner in which the

work is carried out, shall be so removed or altered at the expense of

the employer

The Contractor shall be liable for the cost of repairs to any services

damaged as a result of carrying out the works.

2.14 Protection

The Contractor shall protect all graded and filled areas from the

actions of the elements. Any settlement or washing away that occurs

shall be repaired and grades re-established to the required elevations

and slope

2.15 Rates of excavations

The rates for excavation, including excavation in rock mast include

for trimming, levelling and preparing bottoms and all faces to receive

concrete, etc., and for any extra excavation required for planking and

strutting.

Prices shall include for excavation in any material encountered

unless specifically otherwise described, handling, etc. of extra bulk

after excavating, or before consolidating, any extra excavation

required for formwork or planking and strutting, circular work,

grubbing up any old drains, roots, etc., that may be encountered, for

trimming sides and levelling and ramming bottoms, forming

steppings and trimming excavation or filling of embarkments and

batters as required.

In his price for the item “Keep excavations free from all water”

the Contractor shall allow and make provision for keeping the whole

of the work thoroughly drained and clear of water below the lowest

level of any part of them so long as may be required and if

considered necessary by the Architect, continuously day and night by

petrol or hand pumps or other mechanical appliances, pipes, chutes,

dams, manholes sumps, diversions or any other means necessary for

the purpose. Water pumped from the trenches shall not be allowed to

run down the road channels but shall be conveyed to the nearest

surface water sewer, ditch or river through troughs ,chutes or pipes

2.16Rates for disposal

Rates for disposal of excavated material are to include for selection of spoil as it arises and for all double handling and re-excavation from spoil heaps not specifically ordered by the Architect

2.17 Polythene sheeting

Polythene sheeting shall be obtained from an approved manufacturer. Joints in sheeting shall have a minimum of 300mm welted laps and taped with 50mm wide black plastic adhesive tape as manufactured by Sellotape Limited. The sheeting shall not be stretched but shall be laid loose with sufficient wrinkles to permit shrinkage up to 13%.

The membrane shall not be pierced during laying and

concreting.

Areas to be grassed shall be cleared of all debris and

roots and dug up to a depth of 300 mm.

Where outcrops of rock or murram occur, these will be

covered with suitable soil to a depth of 150mm.

Areas to be grassed shall be cleared of all debris and

roots and dug up to a depth of 300 mm.

Where outcrops of rock or murram occur , these will

be covered with suitable soil to a depth of 150 mm.

2.18 Grassed area

3/6

2/4

Reinforcement

Reinforcement shall comply with the following standards:

a. Mild steel rod reinforcement shall comply with KS 02-22

b. High tensile steel reinforcement shall be either cold

worked deformed steel bars of circular/octagonal section

complying with B.S. 4461 or hot rolled deformed high

tensile bars having a guaranteed minimum yield stress of

4200kg/sq cm (60,000 p.s.i) and other physical qualities

in accordance with B.S. 4449.

c. Welded steel fabric reinforcement shall comply with B.S.

4485. Storage shall be on clean surface

Reinforcement shall be kept free from rust

Water

The water used for mixing concrete shall be from an approved

source, clean, fresh and free from any impurities and acidic or

alkaline substances.

Ready-Mixed Concrete

Ready-mixed concrete may only be used with the prior permission of

the Architect. Such permission will impose conditions and controls

additional to this specification to ensure that the quality of the

concrete is to the specified standards.

Expansion Joints

Expansion joint filler shall be flexcell as manufactured by Expandite

Ltd. or other equal and approved .

Joint sealer

Sealers shall either be hot or cold applied. Hot applied sealers shall

comply with B.S 2400.the appropriate sealers specified shall be used

strictly in accordance with the manufacturers printed instructions

WORKMANSHIP

Measurement, mixing and proportions of concrete

Cement

The quantity of cement shall be measured by weight. Where

delivered in bags, each batch of concrete is to use one or more whole

bags of cement

Aggregates

For class 40 to 25 concrete, aggregates shall be measured by weight

in a weigh-batching machine as specified by the engineer

For class 15 concrete, aggregates may be measured by volume.

Approved gauge boxes of such sizes as will give the correct

proportion shall be used

The quantity of water introduced into the mixes shall be regulated

and arranged to the approval of the engineer so as to ensure a

constant water ratio, which shall be the minimum, required to

produce concrete in conformity with the specification requirements.

When measuring damp sand, allowance must be made for

bulking

2/6

The proportions of cement to fine plus coarse aggregates

measured separately shall not be altered bat the

proportions of fine to coarse aggregates shall be varied to suit the

type and grading of the aggregates so as to produce, except

where otherwise required, concrete of the maximum density

consistent with proper workability aid complying with the cube

strength requirements of this specification. The volumes of the

fine and coarse aggregates shall not vary to a greater extent than

is represented by a 33.3 per cent increase to the fine aggregate.

Concrete is required to have the properties and give the strength in Newtons per square millimetre as follows:- Class min max size max water min crushing Volumetric cementratio strengthof Ratio of mix byweight works test of cubes InN/MM2 7 days 28 days A.31.5/20 1:1:2 20MM 0.45 23 31.5 B.26.55/20 1:1:5:3 20MM 0.50 19 26.5

C.21/20 1:2:4 20MM 0.58 15.5 21 D.21/13 1:2:4 13MM 0.58 15.5 21 E.13.5/25 1:3:6 25MM 0.60 9 13.5 F.Mass Concrete 1:4:8 40mm 0.60

The above properties and crushing strengths are to be

considered as the minimum standard that will be accepted in

the finished works.

All concrete shall be mixed in a batch type

mechanical mixer of approved type having a drum rotating

about a horizontal or inclined axis. The speed of the drum is

to be not more than twenty and not less than fourteen

revolutions per minute.

The fine and course aggregates and the cement shall be mixed

for at least four turns, after which the required amount of

water shall be added gradually while the mixer is in motion

and the concrete mixed for not less than two minutes to a

uniform colour and consistency

3/7

3.4 PLACING, COMPACTION AND CURING

No traffic whatsoever, wheeled or fo* Shall take place over reinforcement or placed concrete.

Concrete shall be placed in its final position as rapidly as

practicable by methods which preclude segregation or loss of

ingredients and in any case, within 30 minutes from the time

that water is added to the mix; compaction shall be completed

before initial set commences. Partially set concrete shell not

be re worked or used. Flowing in formwodc shall be avoided

by placing and compacting in shallow layers in quick

succession. Concrete shall be placed into the forms from as less a height as possible and shall in no case be dropped from a height of more than 1.5 in except with the approval of the Architect

Concrete shall be thoroughly compacted and carefully

worked with suitable tools, into formwork and round

reinforcement and fixtures so as to avoid displacement A

competent steel fixer shall attend throughout concreting to

coevect any unavoidable displacement

Compaction shall be by means of vibrators, these shall be of

an approved pattern, of the immersion typr, clap on external

vibrators in adequate numbers shall be used only where the

density of reinforcement precludes immersion. Attachments

to reinforcement shall be avoided. Vibration shall be

executed by a competent operative and shall not be carried

out to the detriment of adjacement partly hardened concrete.

The workability of the concrete must never be altered by the

use of additional water or sand alone.

Foundations shall be placed their fall depth in one operation

and the top surface carefully levelled. concrete placed in

timbered excavations shall be well rammed close against the

excavation face as the timber is withdrawn.

Where the design of the work demands the placing of

reinforced concrete against the sides of excavations without

the use of formwork, the earth face in such locations shall be

prevented from crumbling or washing into concrete during

placing and compaction by my efficient means, and care shall

be taken to maintain the correct cover to the reinforcement.

All concreting shall be continuous to completion or to an

approved construction joint.

The concrete shall be cured by covering with a layer of

sacking, canvas, hessian or other absorbent material and the

concrete shall be kept constantly wet for the first seven days

after casting, Waterproof concrete

Whenever waterproof concrete is shown on the drawings it

shall be class B nominal and it shall be compacted by

mechanical vibration so that a dense and homogeneous mass

of concrete is obtained throughout every pour of the structure

all in accordance with C.P. 2007.

The Contractor shall be allowed at his own cost to add an

approved waterproofing additive to the mix using it strictly in

accordance with the maker’s printed instructions.

All permanent and construction joists shall be constructed in

accordance with the drawings and specifications to achieve

complete water tightness.

Construction Joints

All construction joints shall be straight, truly vertical or level as

the case may be, of profile shown and formed in the exact

positions shown on the drawing or if not shown on the drawings,

with prior approval of the Architect. Vertical joints shall be

formed against adequately secured rigid stop boards having

splayed fillets, designed to pass the continuous steel

reinforcement without temporary bending or displacement.

Joints in reinforced slabs and beams, shall be perpendicular to

the axis or surface of the member jointed and at the end of the

span. If an intersecting member occurs at that point the joint

shall be located at a point of minimum shear.

Striking time

It shall be the Contractor’s responsibility that no distortion, damage, overloading or undue deflection is caused to the structure by the striking of formwork but the Architect reserves the right to delay the time of striking in the interest of the work. Formwork shall not be struck until the concrete has sufficiently hardened. Approval of the Architect shall not relieve the Contractor of his liability to make good any concrete damaged by premature removal or collapse of forms. In no circumstances shall forms be struck until the concrete reaches a cube strength of at least twice the stress to which the concrete may be subjected at the time of striking.

The following striking times given in days (24 hours)

are the absolute minimum that will be permitted:

--------------------------------------------------------------

Ordinary Rapid

Forms Portland Hardening

Cement ------------------------------------------------------------------------------

Walls Columns

(unloaded) beam sides 2 2

Slabs - props left under 4 2

Beam soffits - props

left under 7 5

Slabs - props removal subject to

being satisfactory 10 5

Beam -props-Ditto 18 8

Cantilever slabs/ Beams - props 28 14

The time for removal of forms as set out shall not apply to slabs

and beams spanning more than 10 meters. For such spans

appropriate times shall be recommended or advised by the

Engineer.

3/8

Holes and chases and casting in

No holes or chases are to be cut in reinforced concrete works. The Contractor shall ensure that all necessary boles and chases, including fixing bolts for railings and balustrades etc., are carefully formed in the correct position by requisite measures prior to the placing of concrete.

All conduits, pipes, tubes and the like shall unless otherwise

detailed, be rim on top of the bottom reinforcement of the

concrete work. It shall be the Contractor’s responsibility to

ensure for co-ordination with sub-contractors in the setting out

for this purpose. Generally, conduits, pipes and special fixtures shall be concreted in where required and in the exact positions demanded.

Concrete fixing blocks shall not affect the strength or cover of

the structure nor affect finished work due to movement or other

cause. Details of the positions of all holes, chases and fixing blocks shall be submitted to the Architect for his approval prior to putting the work in hand. Column Ties

Ties for walls to vertical abutments with concrete members shall

be with No. 24 gauge “Exmet” steel fabric 65 mm wide and 450

mm long tacked to formwork with one end bent over and cast 75

mm into concrete and after formwork is removed, straightened

end built into alternate joints of walling.

Reinforcement

Reinforcement shall be bent cold exactly to detail using an

approved bending machine. Hooks, bends etc., where not

specifically detailed, are to be in accordance with B.S. 4466.

Reinforcement shall be placed in the exact position shown on drawing with all intersections tack welded or securely tied with 16 gauge soft steel tying wire. The designated cover shall be maintained by approved spacers, fixed to the reinforcement. These shall be dense concrete left with a wire brushed surface or being dipped in grout before fixing. No laps or splices in bars shall be made except those detailed on the drawings, without prior approval of the Architect. The insertion of reinforcement

into concrete already placed, the lengthening of bars by welding and the rebending of incorrectly bent bars will not be permitted.

Unless otherwise shown upon the Architect’s drawings, or

specified in B.S. C.P. 114, the reinforcement bars shall be given

the following cover of concrete or the diameter of the bar

whichever is greater

Foundations against each face -75mm Foundations against blinding - 50mm Columns -40mm Beams -25mm

Slabs -15mm

When the placing of the reinforcement for a particular section of

the works is completed and before concreting commences, the

engineer will inspect the reinforcement

and no concrete shall be placed until the engineer’s approval has

been given. The contractor shall give the Engineer 48 hours

notice of the time when the reinforcement will be ready for

inspection. Where the distance of the site of the works is more

than 100 kilometers from the nearest office of the Engineer, this

time shall be increased to 96 hours.

3.5 PRECAST CONCRETE

Precast concrete lintols shall comply with B.S. 5977 part 2

Precast concrete kerbs shall comply with B.S. 340, Figure 5

Concrete shall be cast in properly made strong moulds to form

shapes required. For work described as “finished fair” the mould

shall be lined with sheet steel or other approved material.

The coarse aggregate for precast concrete shall be 10mm gauge

for the mix specified.

The concrete shall be of the mixes described arid shall be

thoroughly tamped in the mould. And shall not be removed from

them until seven days after placing the concrete, but the sides

may be removed after three days, provided the moulds are such

that the sides are easily removable without damaging the

concrete.

The precast work shall be cast under sheds and shall remain

under the same for seven days in the mould. And a further seven

days after removal from the mould, during the whole of this

period the concrete shall be shielded by sacking or other

approved material kept wet. It shall then be removed for the

sheds and stacked in the open for at least seven days to season.

Lintols may be precast or insitu. If the former, they must not be

built upon for 14 days after casting. If cast insitu, they may be

built upon after seven days provided the soffit boards have not

been removed.

Lintols to be generally 300 mm longer than the width of the

opening and full width of the walls they have to carry

Ends of bar reinforcement shall be 25 mm from internal faces

and 40 mm from external faces. Nominally non-reinforced lintols

may contain reinforcement at the Contractor’s option for

handling purposes, the cost of which shall be deemed to be

included in the Contract Sum.

3/9

3.6 SURFACE FINISHES

Concrete surfaces to be rendered or plastered shall be thoroughly

hacked to form a good key. Fair-faced surfaces shall be free from

honeycomb, stains, fins, lapping; nail holes or excessive air holes

and shall be of a uniform color and texture. This surface shall be

obtained by the use of

(I) Wrot forms, i.e. timber forms planed smooth on the surfaces in contact with concrete

(ii) Forms lined with hardboard or plywood or other approved material, or

(iii) Smooth steel forms All imperfections shall be cut out, made good in cement mortar

and rubbed down with carborandum stone and finally bag-rubbed with cement slurry to finish to a high standard without

trace of shuttering mark joints or other disfigurements.

3.7 Formwork

Formwork shall be true to line, level face and profile and be of

robust construction, adequately framed, braced, strutted,

cramped, tied and propped to restrict deformation due to the

constructional loads to not more than 3 mm, and to entirely

eliminate deformation of the form faces by warping or buckling.

Wire ties will not be permitted. Formwork shall be grout-tight

under all conditions including vibration when specified or used. Formwork shall be designed to permit striking without force, shock or any damage whatsoever and permit the removal of sides without disturbing soffits. Propping shall be carried down to an approved bearing, shall not be supported by timber floors ad shall be arranged so that formwork may be lowered smoothly. Repropping will not be permitted. Provision shall be made for cleaning out and draining Formwork shall be constructed of material or lined with material as may be necessary to achieve the finishes specified herein and in such a manner as to eliminate screw or nail head imperfections. Before each use, form faces shall be treated with the minimum amount of an approved mould oil necessary to obtain a clean release. Mould oil shall not come into contact with the reinforcement Before the placing of the concrete, bolts and fixings shall be in position and cores and other devices used for forming openings, holes, pockets, recesses, ducts or other cavities shall be fixed to the shuttering. Formwork to soffits of beams shall be cambered upwards to a total rise at the center of the span of one centimetre per metre of span. Immediately prior to concreting, formwork shall be thoroughly cleaned out and rechecked. 3.7 Water bars

Water bars shall be P.V.C as manufactured by Expandite

Limited, or other approved type and shall be provided in the

positions indicated on the drawings

2/9 Joints shall be heat welded in accordance with the Manufacturer’s instructions and where the water bar is to be fixed vertically, metal clips as manufactured by the supplier of the water bar or of other approved Design shall be provided to suspend the water bar from the reinforcement at the spacing recommended by the `manufacturer’ or as instructed by the Engineer. Formwork shall be designed with sufficient timber forms and blocking pieces to support the water bar and to ensure that it is not displaced during concreting

3.9 TESTING EQUIPMENT

The Contractor shall provide equipment for carrying out control

tests on the site as specified in Section 1, Item 1.6

3.10 Works cube tests

Works cubes are to be made at intervals as required by the

Engineer in accordance with C.P. 110 and the test results shall

provide a continuous record of the concrete work. The cubes

shall be made in approved 150mm moulds in strict accordance

with the Code of Practice.

Three cubes shall be made on each occasion.

Cubes shall be forwarded, and all charges paid, to an approved

Testing Authority, in time to be tested, two at 7 days and the

remaining one at the discretion of the Engineer. No cube shall be

dispatched within 3 days of casting.

Copies of all Works Cube Tests shall be sent direct to the

Engineer by the Testing Authority and one copy shall be retained

on the site.

If the strengths specified are not attained and maintained through

the carrying out of the Contract, the Contactor will be required to

increase the proportion of cement and/or substitute better

aggregates so as to give concrete which does comply with the

requirements of the contract. The Contractor may be required to

remove and replace at his own cost any concrete which fails to

attain the required strength as ascertained by Works Cube Tests.

3.11 POWER FLOAT CONCRETING

Where concrete is required to be power float the surface of the

concrete shall be compacted by tamping and surface finish shall

be formed by the use of the mechanical/power operated steel

float to give a smooth, even level surface. Power float trowelling

shall be done to the absolute minimum required to achieve the

smooth surface and any overworking shall be avoided.

3/10

SECTION 4

WALLING

4.1 GENERALLY

Samples and sample panels

Before any bulk orders and deliveries are made, samples of all

types of blocks, bricks and stone required for the works shall be

produced to the Architect for his prior written approval. After

approval of samples, the Contractor shall erect 1200 mm x 1200

mm sample panels. No work shall be commenced until written

approval has been given of sample panels, which shall be

maintained for the direction of the works to which the sample

applies. The Sample panel will be the minimum standard for the

works and any work not meeting this standard shall be taken

down and removed, if required by the Architect, at the

contractor’s expense.

4.2 MATERIALS

Cement

Cement shall be as described in concrete work.

Aggregates

Fine aggregate for concrete blocks shall be as described in

concrete work

Coarse aggregate for concrete blocks shall be good, hard, clean

aggregates from approved quarries. It shall be free from all

decomposed materials and shall be graded up to 10mm and all as

described for coarse aggregate in concrete work.

Limes

Hydrated limes for cement/lime mortar shall comply with K.S.

02-97 semi-hydraulics or non-hydraulic calcium limes. Lime for

lime/sand mortar shall comply with K.S. 02-97 and shall be

hydraulic.

Sand for mortar

Sand for mortar shall comply with B.S. 1200

Concrete blocks

Concrete blocks for walling shall comply with B.S.

6073 Part 1, solid or hollow as specified, and made in approved

block making machines, under cover and of a composition as

follows: - Portland cement - 1 cubic meter

Fine Aggregates (graded up to 5mm) 3 cubic meter

Coarse aggregate (graded up to 10mm) 6 cubic meter

The compressive strength of non-load bearing blocks shall be not

less than:-

Average of 10 blocks 3.5N/sq mm gross area

Lowest individual block 2.8N/sq mm gross area

When load bearing, the compressive strength of blocks shall be not less than:-

2/10

Average of 10 blocks 7.0 N/sq mm gross

area

Lowest individual block 5.6 N/sq mm gross

area

All testing shall be in accordance with B.S. 2028

Newly made blocks shall be carefully deposited on

racks under sheds and left there for three days and kept

thoroughly wet the whole time, after which they shall

be put out in the open on the racks and protected with

approved matting, sacking or straw and kept wet for

further five days, then kept in the same position and

under the same mat cover, but without wetting, for a

further two days and then left in the open without

matting or wetting for a further seven days to season.

Blocks to be subsequently covered with an insitu

finishing may be slightly rough in texture. Fair face

blocks shall be perfectly smooth.

Precast concrete louvre or screen blocks

Precast concrete Louvre or screen blocks shall be

precast concrete mix 1:1½:3 and shall comply in all

respects with the specification for precast items

contained in the concrete work specification and shall

be constructed to the dimensions and form shown in

the drawings in cement and sand (1:4) mortar joints.

Hollow clay blocks

Hollow clay blocks shall comply with the provisions

of B.S. 3921 Section 2, are to be hard well burnt true

to size and shape and with sharp arises and keyed

faces and joints, and are to be obtained from an

approved manufacturer and to be equal in every

respect to a sample to be deposited with and approved

by the Architect. Cutting of blocks is to be avoided

wherever possible and full use is to be made of

quarter, half and three quarter blocks, and blocks with

conduit recesses.

Clay bricks and tiles

All clay bricks and tiles shall be obtained from a

manufacturing source specified by the Architect in

writing, or where not so specified, approved by him in

writing, and complying with K.S. 02-300.

All bricks incorporated into the works shall be

properly burnt, clean, hard, square, uniform in shape

and as near uniform in colour as possible. Bricks to be

used for face work shall be selected to the Architect’s

approval

Hollow clay screen blocks

Hollow clay screen blocks shall be from an approved

manufacturer to the pattern and dimensions described,

free from flaws, chips etc., with completely clean

arrises when incorporated into the finished work

3/11

Stone

Stone shall be sound and hard and free from all defects and shall be obtained from a quarry approved by the Architect

All stone required for walling (unless otherwise described) shall

be chisel dressed into true rectangular blocks with each surface

even and at right angles to all adjoining surfaces. Ordinary

walling shall be built in 190 mm courses, and of the thickness

specified with all dimensions having a tolerance of plus or minus

6 mm. At least 80% of all stone blocks shall be not less than 500

mm in length and no blocks will be allowed to be cut or

redressed after it is built into the work

Multi coloured stone

Stone for multi coloured stone walling shall have at least three

distinct colours but shall in any case be to the approval of the

Architect

Reinforced Walls

Steel reinforcing bars in walls where specified shall be carefully

placed and spacers used to ensure that a minimum cover of

20mm is given to the reinforcement. Horizontal reinforcement in mortar joints shall be laid such that the reinforcement is not in contact with the block or stone. Damp-proof course

Bituminous felt sheeting for damp-proof courses shall be three-

ply heavy duty Hessian based felt in accordance with B.S. 743

Ref. "A" weighing not less then 3.8 Kgs. per square meter. The

sheeting is to be lapped 150mm at running joints and full width

of walls at angles.

4.3 WORKMANSHIP

Storage of Materials

Cement; sand and limes shall be stored as described in concrete

work. Blocks and bricks shall be open stacked to permit

ventilation and protected from the sun, rain and

rising damp.

Wetting blocks, bricks and stone

Blocks, bricks and stone shall be wetted as necessary before and

after laying. Walls shall be kept wet for three days after building.

Bonding walls

The blocks shall be properly bonded together and in such a

manner that no vertical joint in any one course shall be within

115 mm of similar joint in the course immediately above or

below. Sufficient bonders shall be provided. Alternate courses of

walling at all angles and intersections shall be carried through the

full thickness of the adjoining walls.

All wailing shall be built up entirely solid in blocks,

without voids, allowance being made for joints 10 mm

thick only. All perpends, reveals and other angles of

the walling shall be built strictly true and square.

Generally

The Contractor shall provide all setting out rods.

Walling shall not be built on concrete foundations

until at least four days after casting

All blockwork and brickwork shall be built uniform,

true aid level, with all perpends vertical and in line. No

work shall rise more than 1 meter above adjoining

work and all such risings are to be properly raked back

in long steps to prevent cracks. Risings and all walls

shall be leveled around at each floor.

Joints generally are not to exceed 10mm in thickness.

Cutting of blockwork against concrete soffits, etc.,

shall include for cutting to give normal 10mm joints

and complete filling thereof with mortar.

All walls built in hollow concrete blocks, where

finishing with an open top edge, (i.e. not against

ceiling, beams, etc), or at the underside of cills, shall

be finished with a solid concrete block top course.

Openings for metal frames are to be wide enough for

the frames to fit without being forced into position.

Lugs shall be built into joints and the space between

walling and frame filled with cement mortar well

tamped into the channel of the frames and pointed all

round.

All wall faces to be plastered or to receive similar

finishes shall have all projections dressed off and

joints raked out as key.

Mortar mixing

The constituent materials shall be measured separately

when dry in specially prepared gauge boxes of sizes to

give the proportions specified without consolidation of

the contents by ramming and shaking. The mortar

shall be mixed in an approved power driven mixer for

not less than two minutes per batch and using the

minimum quantity of water necessary to obtain a

working consistency. The mixer shall be used as close

as practicable to the works and mortar shall be used

within 30 minutes of mixing. Partially or wholly set

mortar shall not be used or remixed.

3/12

Stone walling

Stones are to be selected for size and colour and dressed on face

to match existing and neatly bonded in. The stones are to be

bedded in cement mortar and pointed with a neat recessed joint

and upon completion the exposed faces are to be well washed

down and wire brushed.

Bonding new to existing walls

Where new walls are bonded to existing the junctions are to be

properly cut toothed and bonded in with alternate courses let in at least 120 mm deep and tops of new walls are to be pinned up to

existing soffits in cement and sand (1:4) mortar.

Fair face work

Walling of any material required to be fair faced shall be of

selected materials, uniform, and even in appearance with joints

neatly executed as specified hereafter.

Holes and chases.

Where walling is cut, holed or chased for conduits, pipes or the like, all such chases shall be filled in solid with cement mortar

mix (1:4) prior to the application of finishes. In no case shall a

vertical chase be deeper than one-third the thickness of the wall and in no case shall a horizontal chase be deeper than one-sixth

the thickness of the wall.

Putlog holes shall be not less than one course deep, afterwards

filled with a block cut neatly to fit.

3/13

SECTION 5

ASPHALT WORK

5.1 GENERALLY

Specialist sub-contractor

A specialist sub-contractor approved by the Architect in writing

shall execute all work.

Samples

The Contractor shall, as and when required by the

Architect, submit and deliver samples of any materials for

testing.

Statement as to screed and underbed

The Contractor is to obtain from the Sub-Contractor a statement in writing to the effect that the screed and/or, underbed are clean and otherwise satisfactory before the coverings or asphalt are laid. A copy of the statement is to be forwarded to the Architect.

GUARANTEE

The Contractor is to obtain from the approved Sub Contractor for

asphalt work, a written guarantee and undertaking to the effect

that during period of twelve calendar months from and after the

certified date of completion of the whole of the works, such Sub

Contractor shall, at his own expense, make good to the

satisfaction of the Architect all and any defects in the asphalt

work which shall be attributable to improper materials or faulty

workmanship, and shall bear the cost of any consequential

damage.

5.2 MATERIALS

Asphalt For tanking

Asphalt for Tanking shall be Tropicalised Mastic Asphalt to B.S.

1097/1966 applied in three coats. In the case of horizontal work,

it will be on and including sheathing felt and in the case of

vertical work it will be without. The third and final coat is to

have a polished finish.

Asphalt for roofing

Asphalt for roofing shall be tropicalised and comply with

B.S. 988 Table 3, Column 2.

Felt underlay

The Underlay shall be impregnated flax black sheathing felt complying with B.S. 747 (type 4A) weighing 17kg per 25 metre

roll.

Rubbing sand Rubbing sand shall be clean natural coarse sand.

5.WORKMANSHIP

Preparation of surfaces

All surface to receive asphalt are to be dry, rough and finished to the requirements and to the entire satisfaction of the asphalt Sub-Contractor. 2/13 Melting asphalt on site

Asphalt blocks shall be broken into pieces of

convenient size and carefully melted in cauldron or

mechanically agitated mixers on the site at a

temperature not exceeding 215 deg C., (420 deg. F), or

the molten material may be delivered to the site in

mechanically agitated mixers.

Dusting of buckets

Buckets used for carrying molten asphalt shall be dusted with a fine inert dust. On no account shall ashes or oil be used fort his purpose. Laying

Asphalt shall be laid in bays generally not exceeding 2

meters wide, and succeeding coats shall be laid with

breaking joints. Junctions and fillets shall be properly

married, the laid asphalt being heated by the

application of hot material, the whole being worked so

that the joints are neatly made.

Surfaces of roofing shall be finished with rubbing sand, which shall be subsequently brushed off and the whole surface made perfectly clean.

Air pockets and stains

Air pockets and stains on the asphalt will not be

permitted and the finished asphalt work shall not ring

hollow over any parts of its surfaces. Joints and fillets

Joints in all asphalt work shall be carefully made and complete fusion obtained to make them water-tight Fillets shall be run at all internal angles and in at least two operations. Perfectly watertight joints shall be made around pipes passing through walls and floors and around gullies, etc,

Outlets

All outlets to be fixed 25mm below finished screed

level

The Contractor must ensure that all necessary

plumbing outlets and pipes passing through roofs, are

fixed in position before laying of asphalt is

commenced.

Felt underlay

Felt underlay shall be laid loose with 75 mm laps.

Test for falls

To ensure that asphalt has been truly laid to falls,

(minimum 40mm in 3 meters), the Contractor shall

3/14

arrange for roof areas to be flushed with water in the presence of

the Architect. Any defects or depressions in the asphalt shall be

rectified and retested for approval.

3/15

Protection

The contractor is to take all necessary precautions to

ensure that no damage is caused in tanking or roofing after its completion, by further building works, excessive

traffic or any other cause whatsoever

3/16

SECTION 6

CORRUGATED AND TROUGHED SHEET

ROOFING

6.1 Sheet roofing generally All sheet coverings shall be laid away from the prevailing

weather i.e. the exposed edge of the top most sheet to be on it’s leeward side .

6.2 Steel sheet and aluminum sheet roofing

(I) Corrugated steel sheets are to conform to

K.S.06-02 Part 1 and are to be galvanized

after foundation ad of the gauges

specified, laid with 11/2-corrugation side Laps and 150mm end laps. Sheets are to be properly stacked on battens and if kept in the open are to be stacked inclined to facilitate run-off of rainwater.

(ii) Fixing of corrugated steel sheeting is to be by

means of 14 gauge drive screws in the case of

a timber roof supporting

structures 6 mm galvanized hook bolts in

the case of a steel supporting structure.

Both types of fixing will incorporate a

bituminous felt washer backed by a

cranked diamond shaped aluminium

washer immediately below the screw

head omit whichever the case may be.

Each sheet is to have a minimum of two

fixings and the holes for the bolts or

screw are to be drilled through the crown

of the corrugation and be of such size to

give a 0.80 mm clearance on the bolt or

screw.

(iii) Pre-painted roofing sheets are to be

finished with coating of an approved

colour sprayed on and oven cured at the

works. Care is to be taken to avoid

damage to the finish and small scratches

and blemishes are to be touched up on

site with paint supplied by the

Manufacturer of the sheets. Sheets with

large scratches are to be returned to the

supplier for refinishing or are to be

replaced.

(IV) Accessories are to be obtained from the

same supplier as the roof sheeting and if

prepainted, are to properly match the

colour of the roof sheeting

3/17

Section 7

CARPENTRY AND JOINERY

7.1TImber Generally All woodwork shall be carried out in accordance with the drawings and the principals of first class carpentry joinery construction. Timber shall be from an approved sawmill, be sound, well conditioned, properly seasoned, containing not more than 15% moisture for joinery work or 18% moisture for carpentry work PLUGGING

The term plugging shall mean “rawl plugging” or

similar approved proprietary method all in

accordance with the manufacturer’s printed directions, i.e.

the holes bored with a patent drill (not percussion devices)

and plugged with patent composition plugs (Drill and plug

to be of the correct size for the screws to be used). Hacking

of holes and filling with timber plugs will not be permitted

under any circumstances. Tolerances and finishing sizes

Carpentry timber shall be deemed to be sawn on all faces unless otherwise stated as wrought Joinery timber shall be held to be wrought on all faces unless otherwise stated. Nominal size is a cross section dimension customarily used in the trade for the sale of timber; or as specified in national standards or specifications for metric dimensions of timber.

All sizes stated in this document are nominal Planed (wrought) timber shall be surfaced timber with a smooth finish with section dimensions not more than 5mm less than nominal dimensions.

Unless noted the tolerances on dimensions are as

follows:

For sawn timber

Width and thickness up to 100 mm; Minus 1 mm plus 3

mm

Width and thickness over 100mm; Minus 2 mm plus 6mm For planed (Wrought) timber plus or minus 0.5 mm (i.e. wrought timber shall not vary from the nominal size by

more than 5 mm plus or minus 0.5 mm) Qualities of timber

Prime grade timber - all timber described as prime grade is to be first grade (grade 1).

selected grade timber - All timber described as selected

grade is to be second grade (grade 2).

All hardwood is to be prime grade. The timber shall be

kept clean for staining, polishing or other similar finish.

7.2 Materials

Terminology

All technical terms shall be as defined in the

Glossary of Terms used in Timber Standards, K.S 02 1976

and, where applicable, the British

Standard Code of Practice No. 112.

Performance specification

These specifications refer to all softwood and hardwood

species and apply to timber sections incorporated in the

building after they have had a sufficient time to season.

The period required for green timber to season fully after

installation under cover shall be assumed to be one month

for each 23 mm thickness.

Defects shall not exceed those specified in Tables 1, 2&3

of K.S. 02-17.

Approval

All timber for permanent work in the building shall, before use, be approved by the Architect for quality in accordance with the foregoing specifications for its respective grade. Any timber not so approved by the Architect shall be removed from the site at the Contractor’s expense.

Should any timber be found to contain disease, pests, bores, termites, or any other defects after incorporation in the work and until the expiration of the maintenance period, not withstanding that the timber may have been approved by the Architect when brought to the site, such timber shall be removed and replaced, together with all work disturbed, at the contractor’s expense. No timber is to be incorporated in the building, which has been used for formwork, planking, strutting, scaffolding, or any other form of plant. Stacking

The contractor shall purchase the timber for the works immediately he is given possession of the site and he shall stack the timber on the site under cover from the weather

with all scantlings horizontal and separated from each other to permit a constant air current to flow over all surfaces of the timbers. Gum poles

Gum poles shall be to the species eucalyptus saligna or

eucalyptus maisenii, shall be of the minimum diameter

stated and shall be stripped of bark before incorporation in

the works. The Contractor's attention is drawn to the lengths of the poles, each of which must be in a single length; splicing will not be allowed. Plywood

Plywood shall be in accordance with appropriate

requirements of KS. 02-301 for general purpose. For

external use it shall be exterior type possessing a resistance

to moisture not less than is sufficient to

comply with the requirements for bonding Type WBP BS 6566 Part 8. H Hardwood plywood is to comply with B.S. 1088 and B.8.

4079

Grade 1 veneer plywood shall be used where the visible

surface is to receive any clear finish or be left unfinished.

Grade 2-veneer plywood shall be used where subsequent

painting is intended.

3/18

Chipboard

Chipboard shall comply with B.S. 5669

Blockboard

Blockboard shall be of approved imported or local manufacture, complying in all respects with K.S. 02-

302, of the thickness specified and softwood faced both

sides unless otherwise described. Samples of blockboard

veneered with hardwood as specified, shall be submitted to

the Architect for his approval before any orders are placed

Fibreboard

Fibreboard shall be “Celotex”, or other equal and approved

make, of the thickness specified and complying in all

respects with the requirements of B.S1142.

Hardboard

Hardboard shall be tempered and of approved manufacture

accordance with B.S. 1142, suitable for painting, prepared

and fixed in-accordance with the maker’s instructions

LAMINATED PLASTIC SHEETING

Laminated plastic sheeting shall be 1.5 mm ‘Formica or other equal approved sheeting complying with B.S. 3794 Class 1, in colors to be selected by the Architect

Prior to fixing laminated sheeting, the Contractor shall

obtain the Architect’s written approval to sample.

Pressure impregnated treatment

All timber so described is to be vacuum pressure

impregnated with “Celcure A” preservative to a dry salt net

retention of 10.5 Kg “Celcure A” per cubic metre of timber

and stacked until the moisture content returns to 18% or

15% as shove described. Timber to be tested shall be

machined to finished sections and cut component lengths

before impregnation.

Cut ends, notching, borings and faces of timber sawn after

treatment are to be swabbed liberally on cross cut ends

with “Walmonol” end grain preservative, allowed to dry,

and then applied in a similar manner a second time. The

Contractor’s prices for such timber must allow for this

treatment.

The Contractor is to keep on site certificates stating the nett

day salt retention for each batch of timber tested. The

Architect may take samples for testing dry salt retention.

Any other method of timber impregnation will be allowed

only upon the Architect’s approval being given.

Screws, nails, bolts, etc Nails, spikes and bolts shall be of the best quality mild steel and of lengths and weights approved by the Architect. Nails shall comply with B.S. 1202, wood

screws with B.S. 1210, and bolts with B.S. 4190. Bolt holes should be drilled to diameters as close as possible to the nominal diameter of the bolt and in no case

more than 1.6 mm larger than the bolt diameter

Care should be taken to avoid placing a bolt in any end

split. A minimum of one complete thread should protrude

from the nut. A washer should be fitted under the head of

each bolt and under each nut. Other fixing accessories are

to comply with B.S 1494.

Adhesive

Adhesive shall be synthetic resin type complying with B.S.

1204, Part 1, and type WBP.

7.3 WORKMANSHIP

Generally

Workmanship shall comply with B.S. 1186 Pat 2, and B.S.

Code of Practice 112.

All work shall be accurately set out and in strict accordance

with the Drawings, and shall be framed together and

securely fixed in the best possible manner with properly

made joints. All brads, nails, screws, etc., shall be provided

as necessary and as directed and approved.

All carpentry shall be executed with workmanship of the

best quality. Scantlings and boards shall be accurately sawn

and shall be uniform in widths and thickness throughout

and shall be as long as possible and practicable in order to

eliminate joints. All carpentry work shall be left with a

sawn surface except where specified to be wrought All joinery work shall be wrought unless otherwise

described. No joinery is to be put in hand until the details have been supplied or approved by the Architect and in all

cases the details are to be worked to.

All joinery is to be purpose made ad constructed to detail drawings, in a workmanlike manner, mortised and tenoned, dovetailed, tongued ad grooved, glued, pinned, screwed, etc., as best suited to the particular part. All mortise and tenon joints are to be pinned with hardwood dowels or with brass pins in addition to wedging and gluing. All joinery shall be together with waterproof adhesive.

All joinery shall be executed with workmanship of the best

quality in strict accordance with the detailed drawings;

moldings shall be accurately and truly run on the solid and

all work planed, sandpapered and finished to the approval

of the Architect. All arises to be slightly rounded. All

framed work shall be cut out, and framed together as soon

after the commencement of the building as is practicable

but should not be wedged up until the building is ready for

fixing the same and any portions that warp, get in winding,

develop shakes or other defects shall be replaced with new.

In door frames, etc., the heart face of the timber shall be

fixed away from the wall, as soon as required for fixing in

the building and framing shall be glued together with glue

as described and properly wedged or pinned etc., as

directed. The surface of woodblock floors is to be twice machine sanded using first course and then fine sand paper and brushed perfectly clean prior to applying the clear finish.

3/19

Contractor to check discrepancies

The Contractor shall be responsible for ascertaining from

the site, and for checking, all dimensions before the joinery

is put in hand. Any discrepancies between site dimensions

and those on the Architect’s drawings shall be reported

immediately to the Architect for rectification. Storage

All joinery shall be transported and stored protected from

the weather.

Priming

All joinery is to be primed before fixing but no work is to be primed until the Architect has approved it

Arrises

All arrises espoused in the finished work shall be rubbed down with glass paper.

Fixing fibreboard, hardboard and chipboard

Unless otherwise specified by the manufacturer, fibreboard, hardboard and chipboard shall be pinned to its backing, heads punched below the surface and puttied flush.

Fixing laminated plastic sheeting

Laminated plastic shall be fixed with an adhesive recommended by the manufacturers, and in accordance with their written instructions.

Plugs

The centres of fixing plugs shall not exceed 600 mm and shall be closer if the work so requires. Nailing and screwing

Where items are described as fixed with screws, they shall

be fixed with screws of the appropriate gauge and length,

the screws let in and pelleted over with wood pellets to

match the grain where applicable.

In all other instances, beads, fillets and other wrought

members shall be fixed with round or oval brads or nails

well punched in and stopped.

Cups and screws for fixed beads and fillets shall be spaced

150 mm apart and 23 mm from angles.

Carcassing timber shall be spiked, well driven anid

clenched.

Joints in structural timber

Structural timber shall as far as practicable be in single lengths. Where joints are unavoidable they shall be scarfed, spiked and bolted as required. Generally scat shall be 450mm long.

2/18

LIpping to blockboard

All exposed edges of blockboard, including those to be covered with formica, shall be lipped with a hardwood lipping to the size specified for the full thickness of the board to match the veneer of the general face. Lipping shall be fixed with pins of the appropriate gauge and length, punched and puttied. Where described as “tongued”, the edge of the blockboard shall be grooved to receive the lipping which shall be rebated twice to form the tongue.

F Fixing panels with beads

Where glass or other panels are fixed with beads, and may be required to be removed or replaced in the event of breakage, the beads shall, where fixed to both sides, be braded one side and fixed with brass screws an cups on the other side. Brass screws and cups shall only be used internally.

Flush doors

Flush doors shall be of the sizes and thickness indicated

and shall comply in all respect with B.S. 4 59 Pat 2 and the following modifications unless

otherwise stated.

(a) Core shall be general joinery selected timber

(b) Plywood facing to be 4mm thick

(c) Hardwood lipping to be 25 mm thick tongued on

back face into stiles and rails of core, mitred at angles and glued in.

(d) Semi-Solid Core shall be of 75 mm wide stiles,

top and bottom rails, all framed together with two 450 mm x 150 mm local blocks stab tenoned in each end to stiles.

Each horizontal rail and top and bottom lipping

to have 10 mm diameter hole bored through to

ensure air circulation through core (e) Solid Core to consist of 75 mm stiles top and

bottom rails with solid core of 13 mm

horizontal strips glued together under

pressure. The strips to be put together with

the grains alternating and to be tongued on

edge and let into vertical grooves in stiles.

Plywood facing to be 6 mm thick.

(f) They may be imported or of local manufacture

but in either case a sample must be approved by the Architect before an order is placed and

all doors must be equal to the approved

sample.

3/20

Fire check flush doors

Shall comply in all respects other than the following

modifications with B.S PD 6512 Part 1. (a) To be of the thickness and size stated in the Bills

of Quantities. (b) Core shell be 24mm asbestos sheetings

(c) Hardwood lipping to be 25 mm thick tongued on

back face into stiles and rails of core mitred at angles and glued in.

(f) The core to be constructed of 50 mm wide stiles

and top and bottom rails. Each side

to be fitted with 6mm asbestos lining let in flush

to stiles and rails and faced with 1.6 mm

laminated plastic sheeting

Inspection and testing

The Architect shall be given facilities for inspection of all

works in progress whether in workshops or on site. All

timber as it arrives on the site may be inspected by the

Architect and any timber brought onto the site and not

approved by him must be removed forthwith, failing which

he may arrange for the removal of the rejects and dispose

of them as he may consider advisable at the Contractor’s

expense.

Notwithstanding approval having been given as above, any

timber incorporated in the Works found to be in any way

defective before the expiry of the maintenance period shall

be removed and renewed at the Contractor’s expense. The

Contractor is to allow for testing of prototypes of special

construction units and the Architect shall be at liberty to

select any sample he may require for the purpose of testing,

i.e. for moisture content, or identification of species,

strength, etc.

Where timbers need to be extended into a wall, they shall

be thoroughly brush treated with “Walmanol”, in addition

to preservative treatment as already described above, with

as much clear air space maintained around the timber

where it adjoins the wall as possible.

Casing and protection

All fixed joinery which is liable to become bruised or

damaged in any way, shall be properly cased and protected

by the Contractor until the completion of the Works.

Clearing up

The contract is to clear and destroy or remove all cuts ends,

shaving and other wood waste from all parts of the building

and site generally, as the work progresses and at the

conclusion of the works.

IRONMONGERY Generally

The rates for ironmongery shall include the cost of all fixing screws.

References

Where items of ironmongery are not specified by manufacturers catalogue reference, the Contractor shall submit for the Architects approval within one month of the date of possession of site, Specifications including manufacturers catalogue reference numbers of the items he proposes to purchase.

Prior to fixing any item of ironmongery, the Contractor

shall obtain the Architects approval of a sample.

Fixing

Where woodwork is painted the ironmongery shall be fixed while the joinery is primed but before painting. All lock handles and the like shall be removed until after painting is complete when they will be fitted and adjusted and left in perfect working order.

Locks

All locks shall be under master key where so described in the measured items Keys and labels

All locks are to be provided with two keys and no key is to pass the wards of any but its own lock. All keys are to be provided with a ring and plastic tag on which is to be firmly written the position of the door.

3/21

2/19

SECTION 8

METALWORK

8.1 GENERALLY

All materials shall be the best of their respective kinds free from defects and all work to be curled out in the most workmanlike manner ad strictly as directed by the Architect

Holes for attachments

Where lags or other subsidiary members are given in the

description of the main members of plates, bars, sections or

tubes, boles required for the screws, bolts or rivets by

which the subsidiary members are attached to the main

members shall be deemed to be included.

WELDING

In the absence of specific requirements the technique and

materials employed in welding shall be selected with due

regard to the character of the work and the metal being

connected.

Shop drawings

The Contractor shall submit complete shopdrawing as and

when required by the Architect for his approval

Standard of construction for structural work

Structural metalwork and testing shall comply with the

relevant clauses of B.S 449 Pert 2.

Fabrication of structural metalwork

A specialist firm shall fabricate structural metalwork and

before the Contractor places an order, the Architect shall

approve such specialist firm

Shop details for structural work

The contractor shall include for the preparation of all shop

details for stuctural work from the drawings supplied by

the Architect Ml such details shall be approved in writing, by the Architect before the work is pat in hand. Every

drawing shall show the number ad sizes of all rivets ad

bolts, complete details of welds, type of electrodes, welding procedure, whether the welds are to be made in the

shop or elsewhere

8.2 MATERIALS

Steel generally

The steel used for (I) hot rolled steel products (ii) cold

formed steel products ad (iii) had drawn steel wire ad steel sections shall comply with KS. 02-18. Where applicable

this standard shall overrule any other standard here after

stated.

]Steel for general metalwork

Mild steel shall comply with 8.8. 4360, Grade 43A1 or 43k Hot rolled sections shall comply with 8.8.4, Pat 1. Hot rolled hollow sections shall comply with B.S 4848, Pat 2. Tubes (other than circular hot rolled hollow sections) shall comply with 8.3. 6323 ad shall be of the type of steel ad method of manufacture described

Steel for structural metalwork

(I) All structural mild steel shall comply with 8.8.449 Pert 2 ad 8.8.4360. (ii) All structural steel tubes shall comply with

8.8. 1775 ad 8.8. 449: Pat 2

(iii) Mild steel and medium tensile steel electrodes

for metal-arc welding shall comply with the requirements of B.S. 639.

(iv) All mild steel bolts and nuts shall have a tensile

strength of not less than 432 N/sq mm (28 tons/sq in) and a minimum elongation of fl4.

(v) All high tensile bolts, nuts ad washers shall have a minimum tensile strength of 70N/sqmm (37tons/aq. in)

(vi) High strength friction grip bolts ad washers shall comply withB.8. 4395: Part

(vii) All plain washers shall be of steel. Tapered or other specially shaped washers shall be made of

Steel or malleable cast iron complying with B.8. 3410 Cast Iron

Cast iron shall comply with 8.8.1452.

Galvanized work

(Galvanized plain steel sheets shall comply with KS 06-02 Zinc sprayed iron and steel shall comply with 8.8. 2569 pat 1. The nominal thickness of zinc coating shall be not less than 0.102 mm ad at no point less than 0.070 mm.

Bolts ad arts

Bolts ad nuts shall comply with 8.8.1494, and 8.5. 916 (imperial) or 8.3. 4190 (metric)

3/22

Aluminum

Wrought aluminum shall be of the alloys described

shall comply with the following.

Plate, sheet and strip - 8.5. 1470

Drawn table- 8.3. 1471

Extruded round tube and

Hollow sections, bars

And rods - K.t02-299

8.3 WORKMANSHIP

smithing, Etc.

All smithing and bending shall be soundly and neatly

executed, care

being taken not to overheat

Forging

All straps, bolts and similar work shall be forged neat

and clean from the anvil

Welding

The word ‘welded’ is to be understood to include the

normal trade methods of jointing metals using electric

arc welding apparatus or an oxyacetylene torch, rod and

flux. The joints shall be made so that they will transmit

the loads and resist the stresses to which they will be

subjected. All excess metal is to be filed down end

smoothed off to a workmanlike finish to the approval of

the Architect The materials employed in welding shall

be selected with due regard to the character of the work

and the metals being connected.

Structural work generally

The whole of the fabrication and erection of the

structural Metalwork shall be carried out in accordance

with 8.3. 449: Part 2. The welding of steel to 8.3.4360

must conform to:

8.3.1140- “Genernlrequirements for the

Spot welding of

Light assemblies in

mild Steel”; or

8.5. 5135 - “Metal arc welding of

carbon and carbon

Manganese steels”,

as applicable.

For welding any particular type of joints the Contractor

shall provide evidence acceptable to the Architect that the welder has satisfactorily completed the appropriate

tests as described in 8.5.449, part 2, Chapter 6. Any

welder’s test shall be made at the Contractor’s expense and shall include the cost of any fees incurred by the

Employers for witnessing of, or making such tests.

Rejection

Any portion of the work which, in the opinion of the Architect is not in accordance with the drawings or

specification shall be rejected whether before or after

delivery and must be removed from the site, if delivered, within 24 hours of receipt of such notice of

rejection at the

contractor’s expense. Any delay caused by such

rejection will not in any way relieve the

Corrector from his responsibility with regard to the provisions of the Contract

Fabrication

As such of the work of fabrication of the structural metalwork as is reasonably practicable shall be

completed in the manufacturer’s works. Field

connections shall be male in accordance with the approved drawings. The Contractor shall give four day’s

clear notice of structural Metalwork ready for inspection

at the manufactures works, to facilitate inspection before delivery.

Joints and connections

No variation of the number, type or position oft joins or

connections shown on the drawings of structural

Metalwork shall be made without the consent of the

Architect If such consent is desired the Contractor shall submit detailed drawings of the proposed joints fort

approval oft Architect and no extra cost incurred by

reason of such addition or alterations will be allowed to the Contractor.

Painting at works

Where described as primed at works, structural Metalwork shall be freed off fist, mill scale, welding

slag and flux residue and shall be dry immediately prior

to painting with primer.

For joints with high strength friction grip bolts the contact surface shall be left unpainted but special care

shall be taken after assembly to paint all edges and

corners near the joints together with bolt heads, nuts and washers to prevent the ingress of moisture. For joints

nude with other bolts and rivets the contact surfaces

shall be brought together while the paint is still wet

For welded connections where the contact surfaces are

not completely sealed the contact surfaces shall be painted to within 50 mm of the edges that are to be

welded. The primer shall be touched up with similar

primer if damaged by subsequent handling.

Welded members to be galvanised

All galvanized members, which are to be welded, shall be galvanized only tall fabrication and welding is

complete

3/23

SECTION 9

PLUMBING INSTALLATIONS

9.1 GENERALLY

execution and plumbing work

All plumbing work shall be executed in accordance with

the best principles of modem practice by a firm of folly

qualified and registered plumbers. The Contractor shall

obtain from the Architect written approval of the firm

he proposes to employ before the plumbing works are

commenced.

The Contractor shell obtain the Architects prior written

approval to the position of all pipe runs, valve position

control points, access points and the like for all

plumbing installations.

At the time of practical completion the Contractor shall

prepare and hand to the Architect four copies of plans

and diagrams showing the positions of all pipes runs,

valve positions, control points, access points and the

like for all plumbing installations. Such plans and

diagrams shall be to the Architects approval, and

practical completion of the plumbing installations shall

be deemed to have taken place only after receipt by the

Architect of such approved plans and diagrams.

All plumbing and drainage works shall be executed in

accordance with the Regulations of the Local

Authorities and Water Supply Companies. The

Contractor shall give all notices and pay all fees

required thereunder. The amount of such fees shall be

deemed to be included in the Contract sum, unless they

are expressly included in the contract documents byway

of Provisional Sum or PC Sum.

Painting

The preperation of surfaces shall be deemed to be

included with the description of painting. In the absence

of specific requirements herein, surfaces shall be

prepared in the manner recommended by the

manufacture of the paint being used.

Welding

In the absence of specific requirements the techniques

and material employed in welding shall be selected with

due regard to the character of the work and the metals

being connected.

Background requiring plugging

The term ‘backgrounds requiring plugging. Shall mean

any or all of the background described in S.M.M Clause

Q.l (h) (iv), and shall be deemed to include the

associated plugging.

Plugging

The term ‘plugging shall mean provision and fixing of

hardwood or approved proprietary

plugs, or, at the Contractor’s option, fixing by means of

a cartridge Operated rivet gun or other approved

mechanical means

Surface finishes

In the absence of specific requirements, the

treatment and finish to pipe fittings shell be appropriate to the finish of the pipes with which they are associated

Pipe sizes

The size of the pipe shall be the diameter of the bore

9.2 RAINWATER INSTALLATIONS

Plastic pipes

Plastic pipes, fittings and accessories shall be from a

manufacturing source approved by the Architect in

writing and complying with BS 4576, heavy grade PVC,

color to be selected by the Architect fixed true to line

with straps supplied by the manufacturer, screwed to

hardwood pugs with galvanized screws, and jointed all

in accordance with the manufacturer’s instructions.

Rubber sealing rings shall comply with BS 2494 type 2.

Gelvanized steel tubes fittings

Galvanized steel tubes and fittings shall comply with

B.S 1387 with galvanized reinforced malleable cast Iron

fittings complying with B.S. 143

and 1236, with B.S. 1256 dreads.

Jointing - tubing aid fittings shall be seam-jointed using

hemp aid red lend putty or ‘Boss’ white.

Fixing. Tubes shall be fixed clear of walls or soffits,

with galvanized malleable iron brackets complying with

B. & 1494, (or with hangers or special fixing where so

described) spaced at not more than 3 meter centers.

Rainwater outlets

PVC rainwater outlets shall be manufactured to the

Sizes and profiles specified herein from heavy grade

PVC, with a minimum 75 mm wide flange all round the

top fixing to roof surfaces; filly bedded in hot bitumen

and jointed to PVC rainwater pipes.

9.3 SANITARY INSTALLATION

Spum cast iron pipes ,cast iron fittings Accessories

Spun cast iron pipes and said cast iron fittings shall

comply with B.S. 416 for medium grade coasted pipes

aid fittings. Sockets and spigots shall be type 8 on pipes

and type A on fittings.

Access - doors shall be oval type with asbestos Washers

and manganese

bronze bolts.

Jointing - Pipes and fittings shall be jointed with a

Gasket of hemp and tightly caulked with cold caulking

with compound

Fixing - Except where adequately restrained and

supported by being built in, all pipes and fittings shall

be fixed with one holderbat to each socket Pipes less

than 75 mm diameter shall be fixed 25 mm clear of

walls. Holder bats shall comply with B.S. 416 Table 21.

3/24

Shall be assembled entirely in accordance with the manufacturer’s written instructions.

Storage cisterns shall comply with ES. 417, Grade A,

galvanized with one piece galvanized, covers.

Hot water pipe insulation Hot water pipe insulation material shall be preformed glass fiber sections of

approved manufacture

9.5 TESTING

Rainwater installations shall be subjected to a water test

and proved capable of withstanding a pressure of 1.05

m head of water to the satisfaction of the Architect Any

defects are to be made good by the Contractor and the

whole system left sound and patch

The Contractor shall, from time to time as required to

suit the progress of the building, air-test the plumbing

and internal drainage in sections, to the satisfaction of

the Architect, before any such wait is covered At the

completion of the works all pasts of the internal

drainage works connected directly with any sewerage,

drain, ventilating. Or soil pipes shall be subjected to a

water test and be proved capable of resisting a pressure

of 1.5-meter head of water. The Contractor shall supply

everything necessary for these tests.

The contractor shall clean oat storage cisterns and

tanks, including removal of all sward and fill and test

the whole of the hot and cold-water installations, rectify

all defects, drain and leave in a clean, serviceable

condition.

9.6 CLEANSING

On completion of the waits, immidiedetly before

banding over, the contractor shall cleanse thoroughly

the whole of the system and prove that it is functioning

freely to the satisfaction of the Architect

9.7 STERILIZATION Of WATER SYSTEM

All underground water mains and above ground

Distribution systems including storage tanks shall be

thoroughly sterilized and flushed out after the

completion of all teats and before being filly

commissioned for handover. The sterilization

procedure shall be carried out in accordance with the

requirements of B.S. Code of Practice 310 Clause 409

to the approval of the Architect

9.8 HABITATION CERTIFICATE

On completion, the Contractor shall obtain a

‘Habitation’ certificate from the Local Council and

forward into the Architect

SECTION 10

FINISHINGS

10.1 PLASTERWORK

MIXES

Render, both internal and external shall be cement and

said in the proportions 1:4 finished to the thickness

specified.

Plaster shall consist of an undercoat of 1 pat cement to

6 parts sand by volume, and a finishing coat of 1 part

cement to 10 parts lime putty. Each coat shall be

finished to the thickness specified.

3/25

Tyrolean mixes shall be as described under render

above.

Cement

Ordinary Portland cement shall comply with KS 02-

White and colored cements shall comply with

B.S. 12 and be obtained from an approved

Manufacture

Lime putty

Lime patty shall be prepared from hydrated lime

complying with B.S. 890, Part!

Hydrated lime shall be added to water, stired to a

Creamy consistency and left to mature for at least 16

Hours before use.

Alternatively, ready slaked lime may be obtained front

an approved source.

The lime patty shall be protected from drying out

Sands

Sands for cement and lime mixes shall comply with

B.S. 1199, Table 1.

Sand for use with white Portland cement shall be silver

sand and that for use in colored cement mixes shall be

of a suitable color.

Water

Water shall be clean and kept free from all impurities.

Storage of materials

All plasters lime and cement shall be stored in a

properly roofed, weatherproof: thy, well-ventilated

shed, used exclusively for this purpose, with a

Wood Floor not less than 150 mm clear above the

earth.

All sands shall be stored separately, according to

Type, on clean thy hard standings and shall be

Protected from contamination.

Testing

Samples of all materials, as directed, shall be taken

from time to time as required by the Architect Sample

panels shall also be made if required by aid for the

approval of the Architect

All defective materials shall be removed from the site

without delay, at the Contracts expense.

Preparation of surfaces & curing

Surfaces to receive plastering shall be dry banished to

remove all loose particles, dust, laitance, efflorescence,

etc., and any projecting fins on concrete surfaces shall

be hacked oft All traces of mould oil shall be removed

from concrete surfaces by scrambling with water

containing detergent and rinsing with fresh water.

Concrete surfaces shall be well hacked to provide an

adequate key.

Surfaces shall be wetted and re-wetted as required to

equalize sanction before the plaster costs are applied In

particular, dense hard concrete surfaces shall be wetted

and re-wetted as required before bonding plaster is

applied.

Plaster is to be maintained in a moist condition for at

least free days after it has developed enough strength

not to be damaged by water.

Dubbing eat

Dabbing out shall be in the sane mix as subsequent

coats and shall not exceed 10 mm in thickness in one

particular application.

Mixing of materials

All materials shall be thoroughly mixed in the

proportions described. No mixes of plasters, other than

described shall be used.

Bunkers and gauge boxes shall be thoroughly cleaned

after each mix and attention shall be given at all times

to their cleanliness.

Cement - lime - sand plasters shall be used within two

hours of the gauging with cement.

All tools shall be kept clean and fresh plaster shall not

be contaminated with set plaster.

Period between coats

Cement - lime undercoats shall be allowed to dry out

thoroughly before further coat is applied.

Finish

All undercoats shall be scratched to provide an

adequate key for the next coat unless otherwise

described, all rendering shall be finished with a wood

float shall all undercoats All finishing coats shall be

finished with a steel trowel or wood float as described.

Junctions of wall and ceiling

A nest definite cut shall be made with the edge of the

trowel through all coats of the wall plaster at the

junctions with ceilings.

Arrises

All arises shall be pencil rounded unless otherwise specified.

10.2 BEDS AND BACKINGS

Materials, storage, testing and mixing of materials

Cement, sand, water etc, storage, testing and mixing of materials shall be as described for plasterwork. Lightweight roof screeds

Light weight roof screeds shall consist of one part cement to six parts vermiculite aggregate, laid to falls as necessary and finished with 12 mm cement and sand (1:4) screed finished to receive roofing. All junctions between horizontal and vertical surfaces to roofs shall be finished with a triangular angle fillet of the sizes described. Lightweight roof screeds shall be cured properly for 7 days, and shall be thoroughly and completely dry

3/26

before any finishing are applied. Cement and sand proportions

A mix referred to as (1:4) shall mean l cubic metre of Cement to 4 cubic meters of sand and other mixes shall be construed accordingly. Preparation of surfaces and curing

Walls shall be prepared as described for “plasterwork”. Concrete floors or roofs to receive screeds or paving shall be backed where necessary to remove concrete mortar or plaster droppings and to expose the coarse aggregate and well brushed to remove all loose particles and dirt

Concrete floors end roofs shall be wetted before

screeds or paving laid with a cement sand slurry (1:1)

being scrubbed into the surface in front of theScreed or

paving lying.Curing of the beds and backings shall be

as described under plaster herein.

laying

Beds and backings shall be laid in bays of suitable lengths and widths aid to falls where so shown with proper screeds and shall be kept wet and protected until set hard.

Surfaces of beds and backings

Screeded beds for insitu floor finishings or floor

finishing bedded in mortar shall be left rough from the

greeding board.

Floated beds for inflexible floor finishing bedded in

mastic shall be left with a plain surface.

Screeded backings for insitu wall finishing or wall finishing bedded in mortar, shell be scratched for key Floated backings for inflexible wall finishing fixed with adhesive shall be left with a plain surface.

Trowel led backing for flexible wall finishing shall be

finished smooth arid free from score marks or

depression.

Beds and Backings for finishing by specialists shall be

to the approval of the specialist

10.3 OTHER INSITU FINISHENGS

Materials, storage, testing and mixing of materials

Cement sand, water, etc., storage, testing and mixing of

materials, shall be as described for

“plasterwork”

Waterproofer

Waterproofers shall be ‘Sealocrete Double Strength

Premix’ or other approved integral waterproofer, used in accordance with the manufacturers instructions. Integral hardeners

Integral hardeners shall be ‘Febspeed plus’, or other approved used in accordance with the manufacturers instructions.

Preparation of surfaces

Concrete surfaces to receive paving without screeds shall be prepared as described herein. Cement and sand paving

Cement and sand paving shall be in the proportions and to the thickness described , shall be finished with a steel trowel unless otherwise specified and shall be protected and kept wet until hard. Granolithic paving and wall finishes.

The thickness of the pavings , etc., in these Bills of Quantities include for the combined screed or backing and the granolithic finish but in any case these are to be laid integrally. Paving to be 30mm minimum thickness granolithic laid on a screed to make up full thickness specified . The screed is to be cement and sand (1:3)

Dados to be 10 mm minimum thickness granolithic applied to cement and sand (1:3) backings to make up the full thickness specified. Granolithic is to be composed of sound , hard , clean black trap chippings free from dust and graded 10 mm to 3 mm and selected clean granular sand or fine crushed black trap free of dust. The aggregate to cement ratio is to be 3:1 of which the sand should not exceed 30% of the total aggregate . A satisfactory mix proportion , is generally of 1:1:2 cement , sand , aggregate but this must be ascertained by a trial mix and varied as required.

The paving is to be spread and compacted by hand

tamping or the use of vibrating compacting beams or

metal rollers and hand floated after all surplus moisture

has disappeared, each stage of the laying operation is to

be properly carried out at the optimum degree of

stiffness of the mix so that the aggregate remains

correctly distributed throughout the paving, etc., and so

finished that the surface is true to level, dense, smooth

and free of laitance and other defects and blemishes.

The use of dry cement or sand to absorb surplus

moisture will not be allowed.

Washed granolithic is to have all surplus cement lightly

brushed and washed of when the surface is sufficiently

hard to resist the dislodgement of the aggregate

Polished granolithic is to have all surplus cement

lightly brushed off when the surface is sufficiently hard

to resist dislodgement of the aggregate? %Then the

surface is hard enough it shall be wet ground using a

machine until the aggregate is uniformly revealed and

then well washed with clean water. Any small voids or

holes left in the surface are to be filled with cement

gout and rubbed down by hand. Moldings, etc., not

accessible to machines are to be hand rubbed and

polished with carborundum After an interval of 1 to 3

days the surface is to be finally machine ground using a

3/27

fine adhesive

Terrazzo paving and wall finishes

A specialist firm approved by the Architect in writing

shall cry out terrazzo work,

The provisions of “Granolithic paving and wall

finishing” above generally apply except that the mix

will be as follows:

The mix to be one part of white or colored

cement to two pat of clean marble chippings

washed and free from dust. The Architect

will select the color of the cement and

chippings and the chippings may vary in

size from 3mm to 16mm and be graded in

accordance with the Architects

requirements. No work is to be commenced

until sample areas of finished paving have

been approved

Division strips

To be set in position before paving is

commenced and embedded straight andtrue.

TILE, SLAB, AND BLOCK FINISHING

Rates

The rates for tile, slab and block finishes shall include

for rounded edge tiles and angles, cutting and fitting up

to boundaries and around pipes, brackets, etc. Work in

row widths, small and isolated areas, waste and

incidental labors.

Mortar for bedding sad pointing

All materials for mortar, their storage, testing and

mixing shall be as described in Plasterwork’.

Preparation of surface

All surfaces to receive the Finishing in this section shall

be thoroughly cleaned Screeded to receive Finishing

bedded in mortar shall be well wetted before laying is

commenced.

Glazed ceramic wall tiles

Glazed ceramic wall tiles shall comply with B.S. 1281

and shall be of the sizes and colors described, and have

cushion edges

The titles shall be soaked in clean water for at least half

an hour before fixing, stacked on edge tightly together

and end tiles turned glazed face outwards and fixed as

soon as the surface water has gone. The tiles shall be

bedded in cement and sand, (1:3), with straight joints

1.5 mm wide pointed in white cement, after scratching

the surface of the backing awed to form a key.

Alternatively, tiles shall be wiped clean and fixed dry

with ‘Richafix’ or other approved adhesive, all in

accordance with the manufacturer’s recommendation

straight joints 1.5 mm wide pointed in white cement.

Ceramic tile. Paving and accessories

Ceramic tiles and accessories of the types described

herein are to e fixed in an adhesive to comply with B.S.

Code of practice 202:1972 “Tile flooring and slab flooring!’ Tiles are to be laid with close straight joints

in each direction and upon completion grouted in

matching colored cement and washed and cleaned

down. Tiles are to be cut with an electric tile-cutting

saw.

10.5 PLAIN SHEET FINISHING

Generally

Plywood, block, chipboard laminated plastic sheeting

etc., and their fixing shall be as described in carpentry

and joiner

Vinyl Asbestos tiles

Vinyl asbestos flour tiles shall comply with B.S. 3260,

be from an approved manufacturer and to patterns

directed by the Architect The

adhesives are to be as recommended by the

manufacturer and approved by the Architect. On

completion, the Vinyl asbestos tiles are to be sealed and

polished with way in accordance with the

manufacturers instructions.

10.6 SUSPENDED CEILINGS

Generally

Workmen skilled in this work in a rigid and secure

manner shall erect suspended ceilings so that the final

surface is free from any waves, buckles or sags.

Expanded metal lathing ceilings

Framework or expanded metal lath ceilings shall be as

specified. Straps shall be bolted either to steelwork or to steel

angle cleats raw bolted to Concrete soffits.

Covering shall be galvanized expanded metal lathing fixed to

underside of suspension grid with 16 gauge soft galvanized

having wire or to underside of timber framing at maximum

356mm centres.

The whole to form a suspension grid ready and have

Adequate strength to receive plaster or other applied

Finish and with supports for lighting fittings where required.

The Contractor shall submit to the Architect for approval

prior to erection, shop drawings showing the precise layout

of suspended ceiling system.

Acoustic ceilings

Acoustic tile ceilings shall be have approved Manufacture. The ceilings shall include a proprietary suspending system

as recommended by he manufacturer. The suspension

system shell be suspended from wire hangers fixed to the concrete soffit by an approved method. All to be fixed

3/28

strictly in accordance with the manufacture instructions

Rates

Rates shall include for all edge details angle runners and light

fitting frames as required.

Section 11

Glazing

Generally

The provincial of glazing compounds and putties and springs,

clips and other sundry fixing, shall be demanded to be

included with all items of glazing.

Glass for glazing and morrows shall be the best quality clear

glass free from defects so as to afford uninterrupted vision or reflection or without distortion obscured glass shall be as

specified by the architect

All glass shall comply in al respect with appropriate section

of B.S .952

Plain sheet clear glass shall be ordinary glazing quality

{OQ}

Plate glass shall be selected glazing {SG} quality Float glass and obscured glass shall as approved by the

architect

Putty for glazing to wood

Putty for glazing to wood shall be comply with B.S 544

PUTTY FOR GLAZINFG TO METAL

Putty for glazing to metal shall be approved mastic

manufacture for the purpose, used in accordance with the manufacture instructions

Safety glass

Where safety glass is required this shell be Triplex.

Wash-leather

Wash-leather shall be best quality chamois oil national

colored. Where wash-leather is called for an approved

substitute may be employed.

Mirrors

Mirrors shall be polished float glass silver in quality,

protected at back with elector-copper backing coated with

shellac varnish and paint. The mirrors are to be fixed with

chromium plated dome headed minor screws with plastic of

rubber distance pieces and washers unless otherwise stated

and rates shall include forts.

Samples

Samples not less than 150 mm square are to be

submitted to the Architect for approval before any

glass is cut.

3/29

Glass to be kept free from moisture

All glass surfaces shall be kept dry dining transit

and storage. Glass becoming moist from

condensation or other causes shall be thoroughly

dried and aired. Rebates and beads

Rebates and beads

All glazing and beads in wood shall be primed,

before glazing is commenced.

Edges of glass

All glass shall have clean-cut edges. The edges of

louvers shall be rounded aid polished.

Bead Glazing

Glazing fixed by beads shall have both glass and

beads bedded and back puttied, and the putty

trimmin off flush Where sealing strip is used, it

shall pass round both faces of the glass and be

trimmed off flush on both sides. Metal surfaces to

receive sealing strip shall be treated with mineral

oil before glazing

Putty glazing

Glazing in putty shall be executed in proper bed

and back putties, sprigs, clips and splayed and

mitered front putties. The back putties shall be

trimmed off flush with the top of rebate and the

splayed frost putties shall be finished 3 mm back

from sight Line to allow for sealing between glass

and putty with paint

Wired glass

The wire in wired glass shall extend to the edges,

be free from rust and be parallel to the framing.

Wired glass shall be cit so that the wires

embedded are truly vertical and horizontal (i.e at

right angles to cut edges).

2/29

Primer for aluminum

Primer for new or weathered aluminium shall be zinc

chromate priming paint in accordance with DEF 1039.

Primer for bituminous steelwork

Primer for bituminous suites, to be finished with oil paint

shall contain leafing alaminuim flake.

Prime for fret and steelwork

Primer for iron and steelwork shall be:

(a) Lead based priming paint complying with B.S.

2523, Type B.

(b) Calcium plumbates priming paint complying with

B.8. 3698, Type A

Prime for zinc or galvanised steel

Printer for weathered or new zinc and galvanized surfaces

shall be calcium plum bate paint complying with BS 3698,

Type A

Creosote type preservative

Creosote type preservative shall comply with B.S 144, OR

B.S. 3031.

Non-creosote type preservative

Non-creosote type preservative shall be “Brunophen No. 2”,

“Rentokil QD” or other approved.

Primer for woodwork

Primer for internal woodwork; other then the internal

surfaces of external doors, windows and their frames and the

backs of frames and linings, etc. in contact with masonry,

concrete or plaster, shall be leadless white or light gray

priming paint not darker than 9-093 of B.S. 4800 which shall

be compatible with the subsequent coats end obtained from

the same

Primer for external woodwork and the internal surfaces of

external doors, windows and their frames, and the backs of

tall frames, linings, etc., in contact with masonry, concrete or

plaster shall be lead based pink priming paint complying with

B.S. 2521.

Oil paints

Hard gloss, semi-gloss mat and fat oil paints, and respective

imdercoarts, shall be approved quality, as appropriate.

Polyurethane Lacquer

Polyurethane lacquer shall be en approved single

pack or two-pack lacquer as described, of interior

or exterior quality as appropriate.

Decorative wood preservative

Decorative wood preservative shall be pinotex

timbergaurd or other equal and approved

3/30

Textured coating

A specialist firm approved by the Architect shall

apply the manufacturers instructions concerning

application of the coating ore to be strictly followed

12.2 PREPARATION OF SURFACES

The prepared surfaces must be seen and approved by the

Architect before any coatings ore applied.

Plaster, rendering, concrete blockwork and brickwork

All plaster or mortar splashes, etc shall be removed from

plaster rendering, concrete, block work and brickwork by

careful scraping. All holes, cracks, etc., shall be stopped and

the whole of the surface shall be brushed down to remove

dust and loose materials. In addition, all traces of mould oil

shall be removed from concrete surfaces by scrubbing with

water and detergent and rinsing with clean water to remove

all detergent

W when efflorescence has occurred, or is suspected, painting

shall be deferred for a period as required by the Architect

Asbestos cement

All plaster or mortar splashes, etc., shall be removed from

asbestos cement by cureful scraping. All oil and grease spots

shall be removed with white spirit all holes shall be stopped

and the whole of the surfaces brushed down to remove dust

and loose material.

Lead lead and copper

Lead end copper surfaces shall be washed with soap and

water, roughed with abrasive paper and washed with white

spirit

Aluminum

Aluminum surfaces shall be washed with white spirit and

either carefully roughed with abrasive paper or treated with

etching solution in accordance with the maker’s

instructions

Iron and Steel

Before fixing, all rust and scale shall be removed from iron

aid steel surfaces by wire brushing, scraping, hammering,

flame cleaning etc.

Zinc and galvanized surfaces

Zinc aid galvanized surfaces shall be washed with white

spirit

Fiberboard

All dust shall be brushed off from fiberboard suites. After

priming all nail holes and other imperfections shall be

stopped

2/31

Plywood

Surfaces of plywood to be painted shall be filled as required with a plaster based filler for internal wood and a filler as described in

“stopping” here before for external work, and then rubbed down and all dust aid loose materials brushed off

Woodwork to be painted

Before fixing woodwork all surfaces, which will be visible after fixing shall be rubbed down, and all knots aid resin pockets shall be scorched back aid coated with knotting After priming aid fixing, all nail holes and other imperfections shall be stopped aid the whole surface shall be rubbed down aid all dust brushed off Woodwork to receive clear finish

All holes and other imperfections in surfaces to receive a clear finish shall be stopped aid the whole state shall be rubbed down to a

fine satin finish and all dust brushed off

Existing painted surfaces

a. Generally

The Contractor is to carefully examine all surfaces to be redecorated for signs of any defects in the underlying stracture. Signs of any

dampness, alkali action and loose or unsound platerwork, loose putty, etc., are to be reported to the Architect before any further work

on that area is put in hand.

b. Plastered surfaces

(I)To be painted with emulsion paint or distemper after general examination of states for defects as described above1 the suites are to be washed and brushed down with a stiff fiber brush to remove dust or dirt preparatory to applying paint and all small cracks are to be made good with hard stopping (ii)To be repainted with Oil Paint after general examination of suites for defects as described above the suites are to be washed aid brushed down with a stiff fiber brush to remove dust or dirt preparatory to applying — and all small cracks are to be made good with hard stopping.

3/31

Rub down paint; which in the opinion of the Architect; is sound, firmly adhering and without sign of underlying defect; with

waterproof glass paper as required to form a good key; nib down crazed, flaked, peeling, blistered, loose and rough local patches as

required to produce a fair and even surface throughout, remove areas of defective paint and wash down with clean water.

Bring forward local areas from which paint has been removed and other slight irregularities with alkali-resistant primer, filler and one undercoat, all as previously described. Touch up filling to cracks, etc., with alkali-resistant primer and an undercoat

c. Metal surfaces

Wire brush or scrub as required to remove all rust 7% all crazed, flaked, peeling, blistered, loose aid perished paint The metal under such areas is to be left bare and cleat.Paint which, in the opinion of the Architect; is soundly adhering and without sign of underlying

rust, may be left on but I into be well rubbed down to form a sound key for new paint.

All bare surfaces exposed by the above preparation are to be primed and painted one undercoat before the main first coat ii applied.

12.3 WORKMANSHIP

Standard of workmanship

Prior to the commencement of internal or external decoration, areas not exceeding 50 square meters in total area, and designated by the

Architect; shall be completely decorated, and after approval shall be used as a standard for the whole of the works. Any additional cost

involved in carrying out such decoration in advance of the general work shall be deemed to be included in the Contact Sum Such

decorated surfaces shall be made good and touched op as necessary prior to the handing over of the works.

Stirring of materials

The contents of all cans and containers of all materials must be properly and thoroughly stirred before and during use aid shall be

suitably stained as and when necessary. Manufacturers instructions

All materials shall be used strictly in accordance with instractions issued by the manufacturers concerned. The addition of thinners,

driers or other materials will only be permitted when specially required by the maker and the procedure approved by the architect

Brush work

Unless otherwise described, all coatings shall be applied by brush. Written permission must be obtained from the Architect for the

application of coatings by spray or roller where not so described, aid if permission is gated, such application shall not result in extra

cost to the Employer.

Priming of Joinery

Joiner

Joinery shall be delivered to the site primed and is to be protected from rain and damp during transit It is to be stored in clean, thy,

ventilated structures and no primer shall be applied while the timber is in any way damp. The stores aid drying room shall be adequate

size to allow for proper costing and storage of primed work Primer shall be applied as soon as possible after inspection and acceptance

of the joinery by the Architect

Condition priming

If by the time that the work is to receive the first undercoat the priming coat has in any way deteriorated, or has been damaged, the

affected

Portions or the whole, if necessary shall be rubbed down and re-printed.

3/32

In the case of articles primed at works, the priming shall be touched up where required with a similar

Coating to be dry

All coatings shall be allowed to be dry thoroughly before succeeding coats are applied.

Rubbing down

All undercoats far oil paints and clear finishes shall be rubbed down to a. smooth surface with abrasive paper, and all dust removed

before the succeeding coat is applied.

Differing colors .of undercoat.

Each succeeding coat of priming and undercoating paint shall be sufficiently different in color as to be readily distinguishable.

Painting in unsuitable conditions

No coatings shall be applied to surfaces affected by wet, damp or other unsuitable conditions, or to any surface damp with moisture.

Protection of wet surface.

Adequate care mud is taken to protect surfaces while still wet by the use of screens and ‘wet paint’ signs, where necessary

Damage to adjoining surfaces

Care must be taken in storing materials, preparing surfaces or painting, etc., not to damage or stain other work. The Contractor shall

remove such stains, make good, and touchup.

Cleanliness

All brushes, tools end equipment shall be kept in a clean condition and surfaces shall be clean and free from dust during painting.

Painting shall not be carried oat in the vicinity of other operations which might came dust.

The Contractor shall provide a suitable moveable receptacle into which are to be placed all the liquids, slop washings, etc., which are

on no account to be thrown down any of the gullies, manholes, sinks lavatories, W.C.’s or any other sanitary fittings. All solid refine

or inflammable residues must be removed from the site or burned.

Removal of ironmongery, etc

All surface fixed ironmongery, fittings, etc., except hinges, shall be removed before painting and refixed on completion.

3/33

SECTION 13

DRAINAGE

13.1 GENERALLY

The whole of the drainage installation will be executed by a Lilly qualified and registered firm of plumbers and drain layers in strict

compliance with the requirements of the drainage by laws and regulations for the Local Authority and shall be executed to the

satisfaction of the Architect and the Local Authority.

Cement Send etc

The specifications contained in earlier sections of this document shall apply hereto.

Inspections

The Contractor shall give written notice to the Architect for the purpose of inspection and measurement whenever excavations are

completed, concrete beds are laid, drains are completed and

when concrete haunching and coverings are laid.

No farther work shall be executed until each stage of the work has been inspected.

Levels of existing drains

The Contractor shall check the inverts of existing drains, sewers and manholes before laying out new drains, and shall notify the

Architect immediately if the declared invert levels are found to be inaccurate.

13.2 MATERIALS

Pitch impregnated fiber drainpipes, couplings end fittings

Pitch impregnated fiber drains, couplings and fittings shall comply with 8.3.2760.

P.V.C. pipes and fittings

P.V.C. pipes and fittings shall be Key Terrain 1800 pvc Underground System or of other approved manufacturing source.

Spun cast iron drain pipes and cast Iron fittings, gullies etc

Spun cast iron drain pipes shall be coated, centrifugally cast (spun) iron pipes complying with

8.3.4622.

Fittings, gullies etc., shall be of coated cad iron and shall comply with 8.5. 4622.

Concrete pipes and fittings

Concrete pipes and fittings shall comply with 8.5. 5911 Parts 1-3. They shall be reinforced, and of sulphate resisting cement if

specified.

Manhole covers and road gratings

Manhole covers and road gratings and frames shall comply with B.S 497

2/34

Step iron

Step irons shall be galvanized malleable cast iron complying with B.S 1247

Mesh reinforcement

Mesh reinforcement shall be steel fabric complying with B.S 4483

13.3 Workmanship

The Contractor shall set out all drains in accordance with the drawings, and provide all profiles, etc., necessary for the execution of the

work.

Excavation

3/34

The bottoms of all excavations shall be trimmed and consolidated to the correct levels. Unauthorized excavations below the required

level shall be filled with concrete of the same composition as for drain beds at the contractractor’s expense.

Where the bottom is insufficiently firm, the Contractor

shall excavate until, in the Architects opinion, a firm bottom is obtained and the level shall be made up with concrete of the sane

composition as for drain beds. Particulars of such additional work shall be

agreed with the Architect’s representative before the work is covered up, otherwise no claim in this respect will be entertained.

Planking and strutting

Care shall be taken not to undermine the foundations of the buildings and, if so directed by the Architect, planking and strutting shall

be left in, or other means adopted to protect the foundations. Details of such additional items shall be agreed with the Architect’s

representative before the work is covered up otherwise no claim in this respect will be entertained.

Backfilling

Trenches for pitch impregnated fiber or P.V.C pipes shall first be filled with selected screened material carefully hand-tamped

between the pipe and sides of the trench, followed by 150 nun - 200 nun of similar material before the general filling is carried out

Trenches for concrete or cast iron drains shall first be filled to a depth of 300mm with selected fine material carefully hand-packed

around the pipe. On no account shall materials be tipped into the trench until the first 300mm has been completed.

Filling shall be continued in layers not exceeding 300 nun thick well rammed and, if necessary, watered.

LAYING DRAINS

Drains shall be laid truly straight on tine aid gradient with sockets upstream and the fall bore shall be

unobstructed.

Pitch impregnated fiber drains

All hard obstructions shall be removed from trench bottoms before laying pitch impregnated fiber pipes.

The pipes shall be bedded in sand and laid and

jointed in accordance with B.S. 2760.

P.V.C drains

P.V.C drain pipes shall be laid and jointed with

elastomeric or solvent welded joints entirely in accordance with the manufactures instructions. Pipes shall be bedded in sand after all

hard obstructions have been removed from trench bottoms.

Cast Iron drains

Cast iron drains shall be laid on concrete beds where

specified or shown on the drawings and shall be jointed with a gasket of hemp, well caulked, to a depth of 30 mm for 100 mm pipes

and 40 mm for larger pipes, and the remainder of the socket shall be filled with molten lead or lead fiber solidly caulked.

Connections of iron to concrete drains shall be jointed as described for concrete drains.

Cast iron drains fixed to walls or beams shall be supported on brackets at 1,350mm centers.

Gullies, outlets, etc., on drains under concrete floors shall be set in position at correct levels before the floors are laid.

Concrete drains

Concrete drains shall be jointed with one him of tarred gaskin, well caulked and the remainder of the socket filled with cement and

sand (1:3). finished with as angle fillet around the pipe. all surplus mortar shall be removed from the inside of the pipe with a badger.

Where pipes are sulphate resisting, the jointing mortar shall contain sulphate-resisting cement.

Concrete beds, haunches and coverings

Where specified or shown on drawings drains shall be laid on concrete (14N/sq mm - 40 mm aggregate)

3/35

beds 100 mm thick, 400 mm wide for 100 mm diameter drains and 450 nun wide for 150 mm diameter drains. The concrete shall be

haunched up on both sides of the barrel to give lateral support.

Where drains, other than cast iron drains, are laid under buildings or paving carrying vehicular traffic, they shall be completely

surrounded in concrete (14N/sq nun - 40 mm aggregate) 150 mm thick, (i.e. 400 x 400 mm overall far 100 mm pipes and 450 mm x

450mm overall for 150mm pipes). Where directed, drain beds shall be reinforced.

Gullies shall be bedded and surrounded in concrete (14N/sq mm 40 mm aggregate) minimum 150 thick all round.

Sleeves

All drains passing through walls or foundations shall have sleeves of cast iron pipe of sufficient size to allow a clearance round the

drain.

Benching

Benching in bottoms of manholes shall be concrete (l4NJsq mm -40 tam aggregate) with this of not less than 10qor to channels

finished with cement and sand (1:2)25 mm thick, trowel led hard and smooth with all angles rounded.

Bedding and sealing covers and frames

Frames to manhole covers shall be bedded in cement mortar (1:3) and the covers in grease and sand.

Testing

All drains and manholes shall be tested for water-tightness and straightness to the satisfaction, and in the presence, of the Architect

and the Local Authority, Drains shall be filled with water to a head of 1.50 meters and are to be tested in sections agreed with the

Architect:-

(I) after joining

(ii) after hunching and backfilling

(iii) after completion of the works

The contractor shall provide all necessary testing apparatus and shall carry out such other tests as are required by the Architect and the

Local Authority.

Cleaning and flushing all drains

All drains, gullies, manholes, etc., shall be cored, cleaned and flushed on completion.

STANDARD FORM

2/2

INSTRUCTIONS TO TENDERERS

TABLE OF CONTENTS PAGE

Clause PAGE SECTION II: INSTRUCTIONS TO TENDERERS 3 - 14

SECTION III: CONDITIONS OF CONTRACT 15 - 32

SECTION IV: APPENDIX TO CONDITIONS OF CONTRACT 33 - 34

SECTION V: DRAWINGS 35

SECTION VI: STANDARD FORMS 36 – 53

2/3

SECTION II

INSTRUCTIONS TO TENDERERS

TABLE OF CONTENTS PAGE

CLAUSE PAGE 1. General 4 - 6

2. Tender Documents 6 - 7

3. Preparation of Tenders 7 - 9

4. Submission of Tenders 9 - 10

5. Tender Opening and Evaluation 10 - 12

6. Award of Contract 12 – 13

7. Corrupt and fraudulent practices 13-14

2/4

INSTRUCTIONS TO TENDERERS. 1. 1. General/Eligibility/Qualifications/Joint venture/Cost of tendering

1.1 The Employer as defined in the Appendix to Conditions of Contract invites tenders for Works Contract as described in the tender documents. The successful tenderer will be expected to complete the Works by the Intended Completion Date specified in the tender documents.

1.2 All tenderers shall provide the Qualification Information, a statement that the

tenderer (including all members of a joint venture and subcontractors) is not associated, or has not been associated in the past, directly or indirectly, with the Consultant or any other entity that has prepared the design, specifications, and other documents for the project or being proposed as Project Manager for the Contract. A firm that has been engaged by the Employer to provide consulting services for the preparation or supervision of the Works, and any of its affiliates, shall not be eligible to tender.

1.3 All tenderers shall provide in the Form of Tender and Qualification

Information, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary.

1.4 In the event that pre-qualification of potential tenderers has been undertaken,

only tenders from pre-qualified tenderers will be considered for award of Contract. These qualified tenderers should submit with their tenders any information updating their original pre-qualification applications or, alternatively, confirm in their tenders that the originally submitted pre-qualification information remains essentially correct as of the date of tender submission.

1.5 Where no pre-qualification of potential tenderers has been done, all

tenderers shall include the following information and documents with their tenders , unless otherwise stated:

(a) copies of original documents defining the constitution or legal status,

place of registration, and principal place of business; written power of attorney of the signatory of the tender to commit the tenderer, in case the signatory is not a director of the.

(b) total monetary value of construction work performed for each of the

last five years:

(c) experience in works of a similar nature and size for each of the last five years, and details of work under way or contractually committed; and names and addresses of clients who may be contacted for further information on these contracts;

(d) Major items of construction equipment proposed to carry out the

Contract and an undertaking that they will be available for the Contract.

(e) Qualifications and experience of key site management and technical

personnel proposed for the Contract and an undertaking that they shall be available for the Contract.

2/5

(f) reports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the past five years;

(g) evidence of adequacy of working capital for this Contract (access to

line(s) of credit and availability of other financial resources);

(h) authority to seek references from the tenderer’s bankers;

(i) information regarding any litigation, current or during the last five years, in which the tenderer is involved, the parties concerned and disputed amount; and

(j) Proposals for subcontracting components of the Works amounting to

more than 10 percent of the Contract Price.

1.6 Tenders submitted by a joint venture of two or more firms as partners shall comply with the following requirements, unless otherwise stated:

(a) the tender shall include all the information listed in clause 1.5 above

for each joint venture partner;

(b) the tender shall be signed so as to be legally binding on all partners;

(c) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms;

(d) one of the partners will be nominated as being in charge, authorised to

incur liabilities, and receive instructions for and on behalf of all partners of the joint venture; and

(e) The execution of the entire Contract, including payment, shall be done

exclusively with the partner in charge.

1.7 To qualify for award of the Contract, tenderers shall meet the following minimum qualifying criteria;

(a) annual volume of construction work of at least 2.5 times the estimated

annual cashflow for the Contract;

(b) experience as main contractor in the construction of at least

(c) two works of a nature and complexity equivalent to the Works over the last 10 years (to comply with this requirement, works cited should be at least 70 percent complete);

(d) proposals for the timely acquisition (own, lease, hire, etc.) of the

essential equipment listed as required for the Works;

(e) a Contract manager with at least five years’ experience in works of an equivalent nature and volume, including no less than three years as Manager; and

(f) Liquid assets and/or credit facilities, net of other contractual

commitments and exclusive of any advance payments which may be made under the Contract, of no less than 4 months of the estimated payment flow under this Contract.

2/6

1.8 The figures for each of the partners of a joint venture shall be added together

to determine the tenderer’s compliance with the minimum qualifying criteria of clause 1.7 (a) and (e); however, for a joint venture to qualify, each of its partners must meet at least 25 percent of minimum criteria 1.7 (a), (b) and (e) for an individual tenderer, and the partner in charge at least 40 percent of those minimum criteria. Failure to comply with this requirement will result in rejection of the joint venture’s tender. Subcontractors’ experience and resources will not be taken into account in determining the tenderer’s compliance with the qualifying criteria, unless otherwise stated.

1.9 Each tenderer shall submit only one tender, either individually or as a partner

in a joint venture. A tenderer who submits or participates in more than one tender (other than as a subcontractor or in cases of alternatives that have been permitted or requested) will cause all the proposals with the tenderer’s participation to be disqualified.

1.10 The tenderer shall bear all costs associated with the preparation and

submission of his tender, and the Employer will in no case be responsible or liable for those costs.

1.11 The tenderer, at the tenderer’s own responsibility and risk, is encouraged to

visit and examine the Site of the Works and its surroundings, and obtain all information that may be necessary for preparing the tender and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the tenderer’s own expense.

1.12 The procuring entity’s employees, committee members, board members and

their relative (spouse and children) are not eligible to participate in the tender.

1.13 The price to be changed for the tender document shall not exceed

Kshs.1,000/=

1.14 The procuring entity shall allow the tenderer to review the tender document free of charge before purchase.

2. Tender Documents

2.1 The complete set of tender documents comprises the documents listed below and any addenda issued in accordance with Clause 2.4.

(a) These Instructions to Tenderers (b) Form of Tender and Qualification Information (c) Conditions of Contract (d) Appendix to Conditions of Contract (e) Specifications (f) Drawings (g) Bills of Quantities (h) Forms of Securities

2.2 The tenderer shall examine all Instructions, Forms to be filled and

Specifications in the tender documents. Failure to furnish all information required by the tender documents, or submission of a tender not substantially responsive to the tendering documents in every respect will be at the tenderer’s risk and may result in rejection of his tender.

2/7

2.3 A prospective tenderer making an inquiry relating to the tender documents

may notify the Employer in writing or by cable, telex or facsimile at the address indicated in the letter of invitation to tender. The Employer will only respond to requests for clarification received earlier than seven days prior to the deadline for submission of tenders. Copies of the Employer’s response will be forwarded to all persons issued with tendering documents, including a description of the inquiry, but without identifying its source.

2.4 Before the deadline for submission of tenders, the Employer may modify the

tendering documents by issuing addenda. Any addendum thus issued shall be part of the tendering documents and shall be communicated in writing or by cable, telex or facsimile to all tenderers. Prospective tenderers shall acknowledge receipt of each addendum in writing to the Employer.

7 2.5 To give prospective tenderers reasonable time in which to take an addendum

into account in preparing their tenders, the Employer shall extend, as necessary, the deadline for submission of tenders, in accordance with Clause 4.2 here below.

3. Preparation of Tenders

3.1 All documents relating to the tender and any correspondence shall be in English language.

3.2 The tender submitted by the tenderer shall comprise the following:

(a) These Instructions to Tenderers, Form of Tender, Conditions of

Contract, Appendix to Conditions of Contract and Specifications;

(b) Tender Security;

(c) Priced Bill of Quantities ;

(d) Qualification Information Form and Documents;

(e) Alternative offers where invited; and

(f) Any other materials required to be completed and submitted by the tenderers.

3.3 The tenderer shall fill in rates and prices for all items of the Works described

in the Bill of Quantities. Items for which no rate or price is entered by the tenderer will not be paid for when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities. All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause relevant to the Contract, as of 30 days prior to the deadline for submission of tenders, shall be included in the tender price submitted by the tenderer.

3.4 The rates and prices quoted by the tenderer shall only be subject to

adjustment during the performance of the Contract if provided for in the Appendix to Conditions of Contract and provisions made in the Conditions of Contract.

3.5 The unit rates and prices shall be in Kenya Shillings.

2/8

3.6 Tenders shall remain valid for a period of One Hundred and Twenty (120)

days from the date of submission. However in exceptional circumstances, the Employer may request that the tenderers extend the period of validity for a specified additional period. The request and the tenderers’ responses shall be made in writing. A tenderer may refuse the request without forfeiting the Tender Security. A tenderer agreeing to the request will not be required or permitted to otherwise modify the tender, but will be required to extend the validity of Tender Security for the period of the extension, and in compliance with Clause 3.7 - 3.11 in all respects.

3.7 The tenderer shall furnish, as part of the tender, a Tender Security in the

amount and form specified in the appendix to invitation to tenderers. This shall be in the amount not exceeding 2 percent of the tender price

3.8 The format of the Tender Security should be in accordance with the form of

Tender Security included in Section G - Standard forms or any other form acceptable to the Employer. Tender Security shall be valid for 30 days beyond the validity of the tender.

3.9 Any tender not accompanied by an acceptable Tender Security shall be

rejected. The Tender Security of a joint venture must define as “Tenderer” all joint venture partners and list them in the following manner: a joint venture consisting of”…………”,”…………”,and “…………”.

3.10 The Tender Securities of unsuccessful tenderers will be returned within 28

days of the end of the tender validity period specified in Clause 3.6.

3.11 The Tender Security of the successful tenderer will be discharged when the tenderer has signed the Contract Agreement and furnished the required Performance Security.

3.12 The Tender Security may be forfeited

(a) if the tenderer withdraws the tender after tender opening during the

period of tender validity;

(b) if the tenderer does not accept the correction of the tender price, pursuant to Clause 5.7;

(c) in the case of a successful tenderer, if the tenderer fails within the

specified time limit to

(i) sign the Agreement, or

(ii) furnish the required Performance Security.

3.13 Tenderers shall submit offers that comply with the requirements of the tendering documents, including the basic technical design as indicated in the Drawings and Specifications. Alternatives will not be considered, unless specifically allowed in the invitation to tender. If so allowed, tenderers wishing to offer technical alternatives to the requirements of the tendering documents must also submit a tender that complies with the requirements of the tendering documents, including the basic technical design as indicated in the Drawings and Specifications. In addition to submitting the basic tender, the tenderer shall provide all information necessary for a complete evaluation

2/9

of the alternative, including design calculations, technical specifications, breakdown of prices, proposed construction methods and other relevant details. Only the technical alternatives, if any, of the lowest evaluated tender conforming to the basic technical requirements shall be considered.

3.14 The tenderer shall prepare one original of the documents comprising the

tender documents as described in Clause 3.2 of these Instructions to Tenderers, bound with the volume containing the Form of Tender, and clearly marked “ORIGINAL”. In addition, the tenderer shall submit copies of the tender, in the number specified in the invitation to tender, and clearly marked as “COPIES”. In the event of discrepancy between them, the original shall prevail.

3.15 The original and all copies of the tender shall be typed or written in indelible

ink and shall be signed by a person or persons duly authorised to sign on behalf of the tenderer, pursuant to Clause 1.5 (a) or 1.6 (b), as the case may be. All pages of the tender where alterations or additions have been made shall be initialled by the person or persons signing the tender.

3.16 Clarification of tenders shall be requested by the tenderer to be received by

the procuring entity not later than 7 days prior to the deadline for submission of tenders.

3.17 The procuring entity shall reply to any clarifications sought by the tenderer

within 3 days of receiving the request to enable the tenderer to make timely submission of its tender.

3.18 The tender security shall be in the amount of 0.5 – 2 per cent of the tender

price. 4. Submission of Tenders

4.1 The tenderer shall seal the original and all copies of the tender in two inner envelopes and one outer envelope, duly marking the inner envelopes as “ORIGINAL” and “COPIES” as appropriate. The inner and outer envelopes shall: (a) be addressed to the Employer at the address provided in the invitation

to tender;

(b) bear the name and identification number of the Contract as defined in the invitation to tender; and

(c) provide a warning not to open before the specified time and date for

tender opening.

4.2 Tenders shall be delivered to the Employer at the address specified above not later than the time and date specified in the invitation to tender. However, the Employer may extend the deadline for submission of tenders by issuing an amendment in accordance with Sub-Clause 2.5 in which case all rights and obligations of the Employer and the tenderers previously subject to the original deadline will then be subject to the new deadline.

4.3 Any tender received after the deadline prescribed in clause 4.2 will be

returned to the tenderer un-opened.

2/10

4.4 Tenderers may modify or withdraw their tenders by giving notice in writing before the deadline prescribed in clause 4.2. Each tenderer’s modification or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with clause 3.13 and 4.1, with the outer and inner envelopes additionally marked “MODIFICATION”and “WITHDRAWAL”, as appropriate. No tender may be modified after the deadline for submission of tenders.

4.5 Withdrawal of a tender between the deadline for submission of

tenders and the expiration of the period of tender validity specified in the invitation to tender or as extended pursuant to Clause 3.6 may result in the forfeiture of the Tender Security pursuant to Clause 3.11.

4.6 Tenderers may only offer discounts to, or otherwise modify the prices of their

tenders by submitting tender modifications in accordance with Clause 4.4 or be included in the original tender submission.

5. Tender Opening and Evaluation

5.1 The tenders will be opened by the Employer, including modifications made pursuant to Clause 4.4, in the presence of the tenderers’ representatives who choose to attend at the time and in the place specified in the invitation to tender. Envelopes marked “WITHDRAWAL” shall be opened and read out first. Tenderers’ and Employer’s representatives who are present during the opening shall sign a register evidencing their attendance.

5.2 The tenderers’ names, the tender prices, the total amount of each tender and

of any alternative tender (if alternatives have been requested or permitted), any discounts, tender modifications and withdrawals, the presence or absence of Tender Security, and such other details as may be considered appropriate, will be announced by the Employer at the opening. Minutes of the tender opening, including the information disclosed to those present will be prepared by the Employer.

5.3 Information relating to the examination, clarification, evaluation, and

comparison of tenders and recommendations for the award of Contract shall not be disclosed to tenderers or any other persons not officially concerned with such process until the award to the successful tenderer has been announced. Any effort by a tenderer to influence the Employer’s officials, processing of tenders or award decisions may result in the rejection of his tender.

5.4 To assist in the examination, evaluation, and comparison of tenders, the

Employer at his discretion, may ask any tenderer for clarification of the tender, including breakdowns of unit rates. The request for clarification and the response shall be in writing or by cable, telex or facsimile but no change in the price or substance of the tender shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered in the evaluation of the tenders in accordance with Clause 5.7.

5.5 Prior to the detailed evaluation of tenders, the Employer will determine

whether each tender (a) meets the eligibility criteria defined in Clause 1.7;(b) has been properly signed; (c) is accompanied by the required securities; and (d) is substantially responsive to the requirements of the tendering documents. A substantially responsive tender is one which

2/11

conforms to all the terms, conditions and specifications of the tendering documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the works; (b) which limits in any substantial way, inconsistent with the tendering documents, the Employer’s rights or the tenderer’s obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other tenderers presenting substantially responsive tenders.

5.6 If a tender is not substantially responsive, it will be rejected, and may not

subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.

5.7 Tenders determined to be substantially responsive will be checked for any

arithmetic errors. Errors will be corrected as follows:

(a) where there is a discrepancy between the amount in figures and the amount in words, the amount in words will prevail; and

(b) where there is a discrepancy between the unit rate and the line item

total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will prevail, unless in the opinion of the Employer, there is an obvious typographical error, in which case the adjustment will be made to the entry containing that error.

(c) In the event of a discrepancy between the tender amount as stated in

the Form of Tender and the corrected tender figure in the main summary of the Bill of Quantities, the amount as stated in the Form of Tender shall prevail.

(d) The Error Correction Factor shall be computed by expressing the

difference between the tender amount and the corrected tender sum as a percentage of the corrected Builder’s Work (i.e. Corrected tender sum less P.C. and Provisional Sums)

(e) The Error Correction Factor shall be applied to all Builder’s Work (as a

rebate or addition as the case may be) for the purposes of valuations for - Certificates and valuation of variations.

(f) the amount stated in the tender will be adjusted in accordance with the

above procedure for the correction of errors and, with concurrence of the tenderer, shall be considered as binding upon the tenderer. If the tenderer does not accept the corrected amount, the tender may be rejected and the Tender Security may be forfeited in accordance with clause 3.11.

5.8 The Employer will evaluate and compare only the tenders determined to be

substantially responsive in accordance with Clause 5.5.

5.9 In evaluating the tenders, the Employer will determine for each tender the evaluated tender price by adjusting the tender price as follows:

(a) making any correction for errors pursuant to clause 5.7;

2/12

(b) Excluding provisional sums and the provision, if any, for contingencies in the Bill of Quantities, but including Day works where priced competitively.

(c) making an appropriate adjustment for any other acceptable variations,

deviations, or alternative offers submitted in accordance with clause 3.12; and

(d) making appropriate adjustments to reflect discounts or other price

modifications offered in accordance with clause 4.6 5.10 The Employer reserves the right to accept or reject any variation, deviation,

or alternative offer. Variations, deviations, and alternative offers and other factors which are in excess of the requirements of the tender documents or otherwise result in unsolicited benefits for the Employer will not be taken into account in tender evaluation.

5.11 The tenderer shall not influence the Employer on any matter relating to his

tender from the time of the tender opening to the time the Contract is awarded. Any effort by the Tenderer to influence the Employer or his employees in his decision on tender evaluation, tender comparison or Contract award may result in the rejection of the tender.

5.12 Firms incorporated in Kenya where Kenyans own 51% or more of the share

capital shall be allowed a preferential bias as per the PPOA Act, provided that they do not sub-contract work valued at more than 50% of the Contract Price excluding Provisional Sums to a non-citizen sub-contractor.

6. Award of Contract

6.1 Subject to Clause 6.2, the award of the Contract will be made to the tenderer whose tender has been determined to be substantially responsive to the tendering documents and who has offered the lowest evaluated tender price, provided that such tenderer has been determined to be (a) eligible in accordance with the provision of Clauses 1.2, and (b) qualified in accordance with the provisions of clause 1.7 and 1.8.

6.2 Notwithstanding clause 6.1 above, the Employer reserves the right to

accept or reject any tender, and to cancel the tendering process and reject all tenders, at any time prior to the award of Contract, without thereby incurring any liability to the affected tenderer or tenderers or any obligation to inform the affected tenderer or tenderers of the grounds for the action.

6.3 The tenderer whose tender has been accepted will be notified of the award

prior to expiration of the tender validity period in writing or by cable, telex or facsimile. This notification (hereinafter and in all Contract documents called the “Letter of Acceptance”) will state the sum (hereinafter and in all Contract documents called the “Contract Price”)that the Employer will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract. At the same time the other tenderers shall be informed that their tenders have not been successful.

The contract shall be formed on the parties signing the contract.

2/13

6.4 The Agreement will incorporate all agreements between the Employer and the successful tenderer. Within 14 days of receipt the successful tenderer will sign the Agreement and return it to the Employer.

6.5 Within 21 days after receipt of the Letter of Acceptance, the successful

tenderer shall deliver to the Employer a Performance Security in the amount stipulated in the Appendix to Conditions of Contract and in the form stipulated in the Tender documents. The Performance Security shall be in the amount and specified form

6.6 Failure of the successful tenderer to comply with the requirements of clause

6.5 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Tender Security.

6.7 Upon the furnishing by the successful tenderer of the Performance Security,

the Employer will promptly notify the other tenderers that their tenders have been unsuccessful.

6.8 Preference where allowed in the evaluation of tenders shall not be allowed

for contracts not exceeding one year (12 months)

6.9 The tender evaluation committee shall evaluate the tender within 30 days of the validity period from the date of opening the tender.

6.10 The parties to the contract shall have it signed within 30 days from the date

of notification of contract award unless there is an administrative review request.

6.11 Contract price variations shall not be allowed for contracts not exceeding one

year (12 months)

6.12 Where contract price variation is allowed, the valuation shall not exceed 15% of the original contract price.

6.13 Price variation request shall be processed by the procuring entity within 30

days of receiving the request.

6.14 The procuring entity may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination.

6.15 The procuring entity shall give prompt notice of the termination to the

tenderers and on request give its reasons for termination within 14 days of receiving the request from any tenderer.

6.16 A tenderer who gives false information in the tender document about its

qualification or who refuses to enter into a contract after notification of contract award shall be considered for debarment from participating in future public procurement.

7. Corrupt and Fraudulent practices

7.1 The procuring entity requires that tenderers observe the highest standards of ethics during procurement process and execution of contracts. A tenderer

2/14

shall sign a declaration that he has not and will not be involved in corrupt and fraudulent practices.

7.2 The Procuring Entity will reject a tender if it determines that the tenderer recommended for award has engaged in corrupt and fraudulent practices in competing for the contract in question.

7.3 Further a tender who is found to have indulged in corrupt and fraudulent practices risks being debarred from participating in public procurement in Kenya.

2/15

SECTION III CONDITIONS OF CONTRACT

Table of Contents

1 Definitions 17

2 Interpretation 18

3 Language and Law 19

4 Project Manager’s Decisions 19

5 Delegation 20

6 Communications 20

7 Sub-Contracting 20

8 Other Contractors 20

9 Personnel 20

10 Works 20

11 Safety and temporary works 20

12 Discoveries 21

13 Work Program 21

14 Possession of site 21

15 Access to site 21

16 Instructions 21

17 Extension or Acceleration of completion date 22

18 Management Meetings 22

19 Early Warning 22

20 Defects 22

21 Bills of Quantities 23

22 Variations 23

23 Payment certificates, currency of payments and

Advance Payments 24

24 Compensation events 26

25 Price Adjustment 27

26 Retention 28

27 Liquidated Damages 28

28 Securities 29

2/16

29 Day Works 29

30 Liability and Insurance 29

31 Completion and taking over 30

32 Final Account 30

33 Termination 31

34 Payment upon termination 31

35 Release from performance 32

36 Corrupt gifts and payments of commission 32

37 Settlement of Disputes 33

2/17

CONDITIONS OF CONTRACT

1. Definitions

1.1 In this Contract, except where context otherwise requires, the following terms shall be interpreted as indicated;

“Bill of Quantities” means the priced and completed Bill of Quantities forming part of the tender. “Compensation Events” are those defined in Clause 24 hereunder. “The Completion Date” means the date of completion of the Works as certified by the Project Manager, in accordance with Clause 31. “The Contract” means the agreement entered into between the Employer and the Contractor as recorded in the Agreement Form and signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein to execute, complete, and maintain the Works, “The Contractor” refers to the person or corporate body whose tender to carry out the Works has been accepted by the Employer. “The Contractor’s Tender” is the completed tendering document submitted by the Contractor to the Employer. “The Contract Price” is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract. “Days” are calendar days; “Months” are calendar months. “A Defect” is any part of the Works not completed in accordance with the Contract. “The Defects Liability Certificate” is the certificate issued by Project Manager upon correction of defects by the Contractor. “The Defects Liability Period” is the period named in the Contract Data and calculated from the Completion Date. “Drawings” include calculations and other information provided or approved by the Project Manager for the execution of the Contract. “Dayworks” are Work inputs subject to payment on a time basis for labour and the associated materials and plant. “Employer”, or the “Procuring entity” as defined in the Public Procurement Regulations (i.e. Central or Local Government administration, Universities, Public Institutions and Corporations, etc) is the party who employs the Contractor to carry out the Works. “Equipment” is the Contractor’s machinery and vehicles brought temporarily to the Site for the execution of the Works. “The Intended Completion Date” is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date may be revised only by the Project Manager by issuing an extension of time or an acceleration order. “Materials” are all supplies, including consumables, used by the Contractor for incorporation in the Works.

2/18

“Plant” is any integral part of the Works that shall have a mechanical, electrical, chemical, or biological function. “Project Manager” is the person named in the Appendix to Conditions of Contract (or any other competent person appointed by the Employer and notified to the Contractor, to act in replacement of the Project Manager) who is responsible for supervising the execution of the Works and administering the Contract and shall be an “Architect” or a “Quantity Surveyor” registered under the Architects and Quantity Surveyors Act Cap 525 or an “Engineer” registered under Engineers Registration Act Cap 530. “Site” is the area defined as such in the Appendix to Condition of Contract. “Site Investigation Reports” are those reports that may be included in the tendering documents which are factual and interpretative about the surface and subsurface conditions at the Site. “Specifications” means the Specifications of the Works included in the Contract and any modification or addition made or approved by the Project Manager. “Start Date” is the latest date when the Contractor shall commence execution of the Works. It does not necessarily coincide with the Site possession date(s). “A Subcontractor” is a person or corporate body who has a Contract with the Contractor to carry out a part of the Work in the Contract, which includes Work on the Site. “Temporary works” are works designed, constructed, installed, and removed by the Contractor which are needed for construction or installation of the Works.

“A Variation” is an instruction given by the Project Manager which varies the Works.

“The Works” are what the Contract requires the Contractor to construct, install, and turnover to the Employer, as defined in the Appendix to Conditions of Contract.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning in English Language unless specifically defined. The Project Manager will provide instructions clarifying queries about these Conditions of Contract.

2.2 If sectional completion is specified in the Appendix to Conditions of Contract,

reference in the Conditions of Contract to the Works, the Completion Date and the Intended Completion Date apply to any section of the Works (other than references to the Intended Completion Date for the whole of the Works).

2.3 The following documents shall constitute the Contract documents and shall be

interpreted in the following order of priority;

(1) Agreement,

(2) Letter of Acceptance,

(3) Contractor’s Tender,

(4) Appendix to Conditions of Contract,

(5) Conditions of Contract,

2/19

(6) Specifications,

(7) Drawings,

(8) Bill of Quantities,

(9) Any other documents listed in the Appendix to Conditions of Contract as

forming part of the Contract.

Immediately after the execution of the Contract, the Project Manager shall furnish both the Employer and the Contractor with two copies each of all the Contract documents. Further, as and when necessary. The Project Manager shall furnish the Contractor [always with a copy to the Employer] with three [3] copies of such further drawings or details or descriptive schedules as are reasonably necessary either to explain or amplify the Contract drawings or to enable the Contractor to carry out and complete the Works in accordance with these Conditions.

3. Language and Law

3.1 Language of the Contract and the law governing the Contract shall be English language and the Laws of Kenya respectively unless otherwise stated.

4 Project Manager’s Decisions

4.1 Except where otherwise specifically stated, the Project Manager will decide contractual matters between the Employer and the Contractor in the role representing the Employer.

5 Delegation

5.1 The Project Manager may delegate any of his duties and responsibilities to others after notifying the Contractor.

6 Communications

6.1 Communication between parties shall be effective only when in writing. A notice shall be effective only when it is delivered.

7 Subcontracting

7.1 The Contractor may subcontract with the approval of the Project Manager, but may not assign the Contract without the approval of the Employer in writing. Subcontracting shall not alter the Contractor’s obligations.

8 Other Contractors

8.1 The Contractor shall cooperate and share the Site with other contractors, public

authorities, utilities etc. as listed in the Appendix to Conditions of Contract and also with the Employer, as per the directions of the Project Manager. The Contractor shall also provide facilities and services for them. The Employer may modify the said List of Other Contractors etc., and shall notify the Contractor of any such modification.

2/20

9 Personnel

9.1 The Contractor shall employ the key personnel named in the Qualification Information, to carry out the functions stated in the said Information or other personnel approved by the Project Manager. The Project Manager will approve any proposed replacement of key personnel only if their relevant qualifications and abilities are substantially equal to or better than those of the personnel listed in the Qualification Information. If the Project Manager asks the Contractor to remove a person who is a member of the Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the Work in the Contract.

10 Works

10.1 The Contractor shall construct and install the Works in accordance with the Specifications and Drawings. The Works may commence on the Start Date and shall be carried out in accordance with the Program submitted by the Contractor, as updated with the approval of the Project Manager, and complete them by the Intended Completion Date.

11 Safety and Temporary Works

11.1 The Contractor shall be responsible for the design of temporary works. However before erecting the same, he shall submit his designs including specifications and drawings to the Project Manager and to any other relevant third parties for their approval. No erection of temporary works shall be done until such approvals are obtained.

11.2 The Project Manager’s approval shall not alter the Contractor’s responsibility for

design of the Temporary works and all drawings prepared by the Contractor for the execution of the temporary or permanent Works, shall be subject to prior approval by the Project Manager before they can be used.

11.3 The Contractor shall be responsible for the safety of all activities on the Site.

12 Discoveries

12.1 Anything of historical or other interest or of significant value unexpectedly discovered on Site shall be the property of the Employer. The Contractor shall notify the Project Manager of such discoveries and carry out the Project Manager’s instructions for dealing with them.

13 Work Program

13.1 Within the time stated in the Appendix to Conditions of Contract, the Contractor shall

submit to the Project Manager for approval a program showing the general methods, arrangements, order, and timing for all the activities in the Works. An update of the program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining Work, including any changes to the sequence of the activities. The Contractor shall submit to the Project Manager for approval an updated program at intervals no longer than the period stated in the Appendix to Conditions of Contract. If the Contractor does not submit an updated program within this period, the Project Manager may withhold the amount stated in the said Appendix from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue program has been submitted. The Project Manager’s approval of the program shall not alter the Contractor’s obligations. The Contractor may revise the program and submit it to the Project Manager again at any time. A revised program shall show the effect of Variations and Compensation Events.

2/21

14. Possession of Site

14.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is not given by the date stated in the Appendix to Conditions of Contract , the Employer will be deemed to have delayed the start of the relevant activities, and this will be a Compensation Event.

15. Access to Site

15.1 The Contractor shall allow the Project Manager and any other person authorised by the Project Manager, access to the Site and to any place where work in connection with the Contract is being carried out or is intended to be carried out.

16. Instructions

16.1 The Contractor shall carry out all instructions of the Project Manager which are in accordance with the Contract.

17. Extension or Acceleration of Completion Date

17.1 The Project Manager shall extend the Intended Completion Date if a Compensation

Event occurs or a variation is issued which makes it impossible for completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining Work, which would cause the Contractor to incur additional cost. The Project Manager shall decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Project Manager in writing for a decision upon the effect of a Compensation Event or variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay caused by such failure shall not be considered in assessing the new (extended) Completion Date.

17.2 No bonus for early completion of the Works shall be paid to the Contractor by the

Employer.

18. Management Meetings 18.1 A Contract management meeting shall be held monthly and attended by the Project

Manager and the Contractor. Its business shall be to review the plans for the remaining Work and to deal with matters raised in accordance with the early warning procedure. The Project Manager shall record the minutes of management meetings and provide copies of the same to those attending the meeting and the Employer. The responsibility of the parties for actions to be taken shall be decided by the Project Manager either at the management meeting or after the management meeting and stated in writing to all who attended the meeting.

19. Early Warning

19.1 The Contractor shall warn the Project Manager at the earliest opportunity of specific

likely future events or circumstances that may adversely affect the quality of the Work, increase the Contract Price or delay the execution of the Works. The Project Manager may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate shall be provided by the Contractor as soon as reasonably possible.

19.2 The Contractor shall cooperate with the Project Manager in making and considering

proposals on how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the Work and in carrying out any resulting instructions of the Project Manager.

2/22

20. Defects

20.1 The Project Manager shall inspect the Contractor’s work and notify the Contractor of any defects that are found. Such inspection shall not affect the Contractor’s responsibilities. The Project Manager may instruct the Contractor to search for a defect and to uncover and test any Work that the Project Manager considers may have a defect. Should the defect be found, the cost of uncovering and making good shall be borne by the Contractor, However, if there is no defect found, the cost of uncovering and making good shall be treated as a variation and added to the Contract Price.

20.2 The Project Manager shall give notice to the Contractor of any defects

before the end of the Defects Liability Period, which begins at Completion, and is defined in the Appendix to Conditions of Contract. The Defects Liability Period shall be extended for as long as defects remain to be corrected.

20.3 Every time notice of a defect is given, the Contractor shall correct the notified defect

within the length of time specified by the Project Manager’s notice. If the Contractor has not corrected a defect within the time specified in the Project Manager’s notice, the Project Manager will assess the cost of having the defect corrected by other parties and such cost shall be treated as a variation and be deducted from the Contract Price.

21. Bills Of Quantities

21.1 The Bills of Quantities shall contain items for the construction, installation, testing and commissioning of the Work to be done by the Contractor. The Contractor will be paid for the quantity of the Work done at the rate in the Bills of Quantities for each item.

21.2 If the final quantity of the Work done differs from the quantity in the Bills of

Quantities for the particular item by more than 25 percent and provided the change exceeds 1 percent of the Initial Contract price, the Project Manager shall adjust the rate to allow for the change.

21.3 If requested by the Project Manager, the Contractor shall provide the Project

Manager with a detailed cost breakdown of any rate in the Bills of Quantities. 22. Variations

22.1 All variations shall be included in updated programs produced by the Contractor. 22.2 The Contractor shall provide the Project Manager with a quotation for carrying out

the variations when requested to do so. The Project Manager shall assess the quotation, which shall be given within seven days of the request or within any longer period as may be stated by the Project Manager and before the Variation is ordered.

22.3 If the work in the variation corresponds with an item description in the Bills of

Quantities and if in the opinion of the Project Manager, the quantity of work is not above the limit stated in Clause 21.2 or the timing of its execution does not cause the cost per unit of quantity to change, the rate in the Bills of Quantities shall be used to calculate the value of the variation. If the cost per unit of quantity changes, or if the nature or timing of the work in the variation does not correspond with items in the Bills of Quantities, the quotation by the Contractor shall be in the form of new rates for the relevant items of Work.

22.4 If the Contractor’s quotation is unreasonable, the Project Manager may order the

variation and make a change to the Contract price, which shall be based on the

2/23

Project Manager’s own forecast of the effects of the variation on the Contractor’s costs.

22.5 If the Project Manager decides that the urgency of varying the Work would prevent a

quotation being given and considered without delaying the Work, no quotation shall be given and the variation shall be treated as a Compensation Event.

22.6 The Contractor shall not be entitled to additional payment for costs that could have

been avoided by giving early warning.

22.7 When the Program is updated, the Contractor shall provide the Project Manager with an updated cash flow forecast.

23. Payment Certificates, Currency of Payments and Advance Payments

23.1 The Contractor shall submit to the Project Manager monthly applications for payment giving sufficient details of the Work done and materials on Site and the amounts which the Contractor considers himself to be entitled to. The Project Manager shall check the monthly application and certify the amount to be paid to the Contractor within 14 days. The value of Work executed and payable shall be determined by the Project Manager.

23.2 The value of Work executed shall comprise the value of the quantities of the items in

the Bills of Quantities completed; materials delivered on Site, variations and compensation events. Such materials shall become the property of the Employer once the Employer has paid the Contractor for their value. Thereafter, they shall not be removed from Site without the Project Manager’s instructions except for use upon the Works.

23.3 Payments shall be adjusted for deductions for retention. The Employer shall pay

the Contractor the amounts certified by the Project Manager within 30 days of the date of issue of each certificate. If the Employer makes a late payment, the Contractor shall be paid simple interest on the late payment in the next payment. Interest shall be calculated on the basis of number of days delayed at a rate three percentage points above the Central Bank of Kenya’s average rate for base lending prevailing as of the first day the payment becomes overdue.

23.4 If an amount certified is increased in a later certificate or as a result of an award by

an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute.

23.5 Items of the Works for which no rate or price has been entered in will not be paid for

by the Employer and shall be deemed covered by other rates and prices in the Contract.

23.6 The Contract Price shall be stated in Kenya Shillings. All payments to the

Contractor shall be made in Kenya Shillings and foreign currency in the proportion indicated in the tender, or agreed prior to the execution of the Contract Agreement and indicated therein. The rate of exchange for the calculation of the amount of foreign currency payment shall be the rate of exchange indicated in the Appendix to Conditions of Contract. If the Contractor indicated foreign currencies for payment other than the currencies of the countries of origin of related goods and services the Employer reserves the right to pay the equivalent at the time of payment in the currencies of the countries of such goods and services. The Employer and the Project Manager shall be notified promptly by the Contractor of an changes in the expected foreign currency requirements of the Contractor during the execution of the Works as indicated in the Schedule of Foreign Currency Requirements and the foreign and local currency portions of the balance of the Contract Price shall then be

2/24

amended by agreement between Employer and the Contractor in order to reflect appropriately such changes.

23.7 In the event that an advance payment is granted, the following shall apply:-

a) On signature of the Contract, the Contractor shall at his request, and without

furnishing proof of expenditure, be entitled to an advance of 10% (ten percent) of the original amount of the Contract. The advance shall not be subject to retention money.

b) No advance payment may be made before the Contractor has submitted proof of the establishment of deposit or a directly liable guarantee satisfactory to the Employer in the amount of the advance payment. The guarantee shall be in the same currency as the advance.

c) Reimbursement of the lump sum advance shall be made by deductions from

the - payments and where applicable from the balance owing to the Contractor. Reimbursement shall begin when the amount of the sums due under the Contract reaches 20% of the original amount of the Contract. It shall have been completed by the time 80% of this amount is reached.

The amount to be repaid by way of successive deductions shall be calculated by means of the formula: R = A(x1 – x11)

80 – 20 Where: R = the amount to be reimbursed A = the amount of the advance which has been granted

X1 = the amount of proposed cumulative payments as a percentage of the original amount of the Contract. This figure will exceed 20% but not exceed 80%.

X11 = the amount of the previous cumulative payments as a

percentage of the original amount of the Contract. This figure will be below 80%but not less than 20%.

d) with each reimbursement the counterpart of the directly liable guarantee may

be reduced accordingly.

24. Compensation Events

24.1 The following issues shall constitute Compensation Events:

(a) The Employer does not give access to a part of the Site by the Site Possession Date stated in the Appendix to Conditions of Contract.

(b) The Employer modifies the List of Other Contractors, etc., in a way that

affects the Work of the Contractor under the Contract.

(c) The Project Manager orders a delay or does not issue drawings, specifications or instructions required for execution of the Works on time.

(d) The Project Manager instructs the Contractor to uncover or to carry out

additional tests upon the Work, which is then found to have no defects.

(e) The Project Manager unreasonably does not approve a subcontract to be let.

2/25

(f) Ground conditions are substantially more adverse than could reasonably

have been assumed before issuance of the Letter of Acceptance from the information issued to tenderers (including the Site investigation reports), from information available publicly and from a visual inspection of the Site.

30

(g) The Project Manager gives an instruction for dealing with an unforeseen condition, caused by the Employer or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities, or the Employer does not work

within the dates and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The effects on the Contractor of any of the Employer’s risks.

(j) The Project Manager unreasonably delays issuing a Certificate of

Completion.

(k) Other compensation events described in the Contract or determined by the Project Manager shall apply.

24.2 If a compensation event would cause additional cost or would prevent the Work

being completed before the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date shall be extended. The Project Manager shall decide whether and by how much the Contract Price shall be increased and whether and by how much the Intended Completion Date shall be extended.

24.3 As soon as information demonstrating the effect of each compensation event upon

the Contractor’s forecast cost has been provided by the Contractor, it shall be assessed by the Project Manager, and the Contract Price shall be adjusted accordingly. If the Contractor’s forecast is deemed unreasonable, the Project Manager shall adjust the Contract Price based on the Project Manager’s own forecast. The Project Manager will assume that the Contractor will react competently and promptly to the event.

24.4 The Contractor shall not be entitled to compensation to the extent that the

Employer’s interests are adversely affected by the Contractor not having given early warning or not having co-operated with the Project Manager.

24.5 Prices shall be adjusted for fluctuations in the cost of inputs only if provided for in

the Appendix to Conditions of Contract.

24.6 The Contractor shall give written notice to the Project Manager of his intention to make a claim within thirty days after the event giving rise to the claim has first arisen. The claim shall be submitted within thirty days thereafter.

Provided always that should the event giving rise to the claim of continuing effect, the Contractor shall submit an - claim within the said thirty days and a final claim within thirty days of the end of the event giving rise to the claim.

25. Price Adjustment

25.1 The Project Manager shall adjust the Contract Price if taxes, duties and other levies are changed between the date 30 days before the submission of tenders for the Contract and the date of Completion. The adjustment shall be the change in the amount of tax payable by the Contractor.

2/26

25.2 The Contract Price shall be deemed to be based on exchange rates current at the date of tender submission in calculating the cost to the Contractor of materials to be specifically imported (by express provisions in the Contract Bills of Quantities or Specifications) for permanent incorporation in the Works. Unless otherwise stated in the Contract, if at any time during the period of the Contract exchange rates shall be varied and this shall affect the cost to the Contractor of such materials, then the Project Manager shall assess the net difference in the cost of such materials. Any amount from time to time so assessed shall be added to or deducted from the Contract Price, as the case may be.

25.3 Unless otherwise stated in the Contract, the Contract Price shall be deemed to have

been calculated in the manner set out below and in sub-clauses 25.4 and 25.5 and shall be subject to adjustment in the events specified thereunder;

(i) The prices contained in the Contract Bills of Quantities shall be deemed to

be based upon the rates of wages and other emoluments and expenses as determined by the Joint Building Council of Kenya (J.B.C.) and set out in the schedule of basic rates issued 30 days before the date for submission of tenders.A copy of the schedule used by the Contractor in his pricing shall be attached in the Appendix to Conditions of Contract.

(ii) Upon J.B.C. determining that any of the said rates of wages or other

emoluments and expenses are increased or decreased, then the Contract Price shall be increased or decreased by the amount assessed by the Project Manager based upon the difference, expressed as a percentage, between the rate set out in the schedule of basic rates issued 30 days before the date for submission of tenders and the rate published by the J.B.C. and applied to the quantum of labour incorporated within the amount of Work remaining to be executed at the date of publication of such increase or decrease.

(iii) No adjustment shall be made in respect of changes in the rates of wages

and other emoluments and expenses which occur after the date of Completion except during such other period as may be granted as an extension of time under clause 17.0 of these Conditions.

25.4 The prices contained in the Contract Bills of Quantities shall be deemed to be based

upon the basic prices of materials to be permanently incorporated in the Works as determined by the J.B.C. and set out in the schedule of basic rates issued 30 days before the date for submission of tenders. A copy of the schedule used by the Contractor in his pricing shall be attached in the Appendix to Conditions of Contract.

25.5 Upon the J.B.C. determining that any of the said basic prices are increased or

decreased then the Contract Price shall be increased or decreased by the amount to be assessed by the Project Manager based upon the difference between the price set out in the schedule of basic rates issued 30 days before the date for submission of tenders and the rate published by the J.B.C. and applied to the quantum of the relevant materials which have not been taken into account in arriving at the amount of any - certificate under clause 23 of these Conditions issued before the date of publication of such increase or decrease.

25.6 No adjustment shall be made in respect of changes in basic prices of materials

which occur after the date for Completion except during such other period as may be granted as an extension of time under clause 17.0 of these Conditions.

25.7 The provisions of sub-clause 25.1 to 25.2 herein shall not apply in respect of any materials included in the schedule of basic rates.

2/27

26. Retention

26.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the Appendix to Conditions of Contract until Completion of the whole of the Works. On Completion of the whole of the Works, half the total amount retained shall be repaid to the Contractor and the remaining half when the Defects Liability Period has passed and the Project Manager has certified that all defects notified to the Contractor before the end of this period have been corrected.

27. Liquidated Damages

27.1 The Contractor shall pay liquidated damages to the Employer at the rate stated in the Appendix to Conditions of Contract for each day that the actual Completion Date is later than the Intended Completion Date. The Employer may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages shall not alter the Contractor’s liabilities.

27.2 If the Intended Completion Date is extended after liquidated damages have been

paid, the Project Manager shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rate specified in Clause 23.30

28. Securities

28.1 The Performance Security shall be provided to the Employer no later than the date specified in the Letter of Acceptance and shall be issued in an amount and form and by a reputable bank acceptable to the Employer, and denominated in Kenya Shillings. The Performance Security shall be valid until a date 30 days beyond the date of issue of the Certificate of Completion.

29. Dayworks

29.1 If applicable, the Dayworks rates in the Contractor’s tender shall be used for small additional amounts of Work only when the Project Manager has given written instructions in advance for additional work to be paid for in that way.

29.2 All work to be paid for as Dayworks shall be recorded by the Contractor on Forms

approved by the Project Manager. Each completed form shall be verified and signed by the Project Manager within two days of the Work being done.

29.3 The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks

forms. 30. Liability and Insurance

30.1 From the Start Date until the Defects Correction Certificate has been issued, the

following are the Employer’s risks:

(a) The risk of personal injury, death or loss of or damage to property (excluding the Works, Plant, Materials and Equipment), which are due to;

(i) use or occupation of the Site by the Works or for the purpose of the

Works, which is the unavoidable result of the Works, or

(ii) negligence, breach of statutory duty or interference with any legal right by the Employer or by any person employed by or contracted to him except the Contractor.

2/28

(b) The risk of damage to the Works, Plant, Materials, and Equipment to the extent that it is due to a fault of the Employer or in Employer’s design, or due to war or radioactive contamination directly affecting the place where the Works are being executed.

30.2 From the Completion Date until the Defects Correction Certificate has been issued,

the risk of loss of or damage to the Works, Plant, and Materials is the Employer’s risk except loss or damage due to;

(a) a defect which existed on or before the Completion Date.

(b) an event occurring before the Completion Date, which was not itself the

Employer’s risk

(c) the activities of the Contractor on the Site after the Completion Date.

30.3 From the Start Date until the Defects Correction Certificate has been issued, the risks of personal injury, death and loss of or damage to property (including, without limitation, the Works, Plant, Materials, and Equipment) which are not Employer’s risk are Contractor’s risks.

The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover from the Start Date to the end of the Defects Liability Period, in the amounts stated in the Appendix to Conditions of Contract for the following events; (a) loss of or damage to the Works, Plant, and Materials; (b) loss of or damage to Equipment; (c) loss of or damage to property (except the Works, Plant, Materials, and

Equipment) in connection with the Contract, and (d) personal injury or death.

30.4 Policies and certificates for insurance shall be delivered by the Contractor to the

Project Manager for the Project Manager’s approval before the Start Date. All such insurance shall provide for compensation required to rectify the loss or damage incurred.

30.5 If the Contractor does not provide any of the policies and certificates required, the

Employer may effect the insurance which the Contractor should have provided and recover the premiums from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due.

30.6 Alterations to the terms of an insurance shall not be made without the approval of

the Project Manager. Both parties shall comply with any conditions of insurance policies.

31. Completion and taking over

31.1 Upon deciding that the Works are complete, the Contractor shall issue a written

request to the Project Manager to issue a Certificate of Completion of the Works. The Employer shall take over the Site and the Works within seven [7] days of the Project Manager’s issuing a Certificate of Completion.

32. Final Account

32.1 The Contractor shall issue the Project Manager with a detailed account of the total

amount that the Contractor considers payable to him by the Employer under the Contract before the end of the Defects Liability Period. The Project Manager shall issue a Defects Liability Certificate and certify any final payment that is due to the Contractor within 30 days of receiving the Contractor’s account if it is correct and complete. If it is not, the Project Manager shall issue within 30 days a schedule that states the scope of the corrections or additions that are necessary. If the final account is still unsatisfactory after it has been resubmitted, the Project Manager

2/29

shall decide on the amount payable to the Contractor and issue a Payment Certificate. The Employer shall pay the Contractor the amount due in the Final Certificate within 60 days.

33. Termination

33.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental breach of the Contract. These fundamental breaches of Contract shall include, but shall not be limited to, the following;

(a) the Contractor stops work for 30 days when no stoppage of work is shown

on the current program and the stoppage has not been authorised by the Project Manager;

(b) the Project Manager instructs the Contractor to delay the progress of the

Works, and the instruction is not withdrawn within 30 days;

(c) the Contractor is declared bankrupt or goes into liquidation other than for a reconstruction or amalgamation;

(d) a payment certified by the Project Manager is not paid by the Employer to

the Contractor within 30 days (for - Certificate) or 60 days (for Final Certificate)of issue.

(e) the Project Manager gives notice that failure to correct a particular defect is a

fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Project Manager;

(f) the Contractor does not maintain a security, which is required.

33.2 When either party to the Contract gives notice of a breach of Contract to the Project

Manager for a cause other than those listed under Clause 33.1 above, the Project Manager shall decide whether the breach is fundamental or not.

33.3 Notwithstanding the above, the Employer may terminate the Contract for

convenience.

33.4 If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe and secure, and leave the Site as soon as reasonably possible. The Project Manager shall immediately thereafter arrange for a meeting for the purpose of taking record of the Works executed and materials , goods, equipment and temporary buildings on Site.

34. Payment Upon Termination

34.1 If the Contract is terminated because of a fundamental breach of Contract by the

Contractor, the Project Manager shall issue a certificate for the value of the Work done and materials ordered and delivered to Site up to the date of the issue of the certificate. Additional liquidated damages shall not apply. If the total amount due to the Employer exceeds any payment due to the Contractor, the difference shall be a debt payable by the Contractor.

34.2 If the Contract is terminated for the Employer’s convenience or because of a

fundamental breach of Contract by the Employer, the Project Manager shall issue a certificate for the value of the Work done, materials ordered, the reasonable cost of removal of equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works.

2/30

34.3 The Employer may employ and pay other persons to carry out and complete the Works and to rectify any defects and may enter upon the Works and use all materials on the Site, plant, equipment and temporary works.

34.4 The Contractor shall, during the execution or after the completion of the Works

under this clause remove from the Site as and when required, within such reasonable time as the Project Manager may in writing specify, any temporary buildings, plant, machinery, appliances, goods or materials belonging to or hired by him, and in default the Employer may (without being responsible for any loss or damage) remove and sell any such property of the Contractor, holding the proceeds less all costs incurred to the credit of the Contractor. Until after completion of the Works under this clause the Employer shall not be bound by any other provision of this Contract to make any payment to the Contractor, but upon such completion as aforesaid and the verification within a reasonable time of the accounts therefore the Project Manager shall certify the amount of expenses properly incurred by the Employer and, if such amount added to the money paid to the Contractor before such determination exceeds the total amount which would have been payable on due completion in accordance with this Contract the difference shall be a debt payable to the Employer by the Contractor; and if the said amount added to the said money be less than the said total amount, the difference shall be a debt payable by the Employer to the Contractor.

35. Release from Performance

35.1 If the Contract is frustrated by the outbreak of war or by any other event entirely

outside the control of either the Employer or the Contractor, the Project Manager shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop Work as quickly as possible after receiving this certificate and shall be paid for all Work carried out before receiving it.

36. Corrupt gifts and payments of commission

The Contractor shall not; (a) Offer or give or agree to give to any person in the service of the

Employer any gift or consideration of any kind as an inducement or reward for doing or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of this or any other Contract for the Employer or for showing or forbearing to show favour or disfavor to any person in relation to this or any other contract for the Employer.

(b) Enter into this or any other contract with the Employer in connection with which

commission has been paid or agreed to be paid by him or on his behalf or to his knowledge, unless before the Contract is made particulars of any such commission and of the terms and conditions of any agreement for the payment thereof have been disclosed in writing to the Employer. Any breach of this Condition by the Contractor or by anyone employed by him or acting on his behalf (whether with or without the knowledge of the Contractor) shall be an offence under the provisions of the Public Procurement Regulations issued under The Exchequer and Audit Act Cap 412 of the Laws of Kenya.

37. Settlement Of Disputes

37.1 In case any dispute or difference shall arise between the Employer or the Project Manager on his behalf and the Contractor, either during the progress or after the completion or termination of the Works, such dispute shall be notified in writing by either party to the other with a request to submit it to arbitration and to concur in the appointment of an Arbitrator within thirty days of the notice. The dispute shall be referred to the arbitration and final decision of a person to be agreed between the

2/31

parties. Failing agreement to concur in the appointment of an Arbitrator, the Arbitrator shall be appointed by the Chairman or Vice Chairman of any of the following professional institutions;

(i) Architectural Association of Kenya

(ii) Institute of Quantity Surveyors of Kenya

(iii) Association of Consulting Engineers of Kenya

(iv) Chartered Institute of Arbitrators (Kenya Branch)

(v) Institution of Engineers of Kenya

On the request of the applying party. The institution written to first by the aggrieved party shall take precedence over all other institutions.

37.2 The arbitration may be on the construction of this Contract or on any matter or thing of whatsoever nature arising thereunder or in connection therewith, including any matter or thing left by this Contract to the discretion of the Project Manager, or the withholding by the Project Manager of any certificate to which the Contractor may claim to be entitled to or the measurement and valuation referred to in clause 23.0 of these conditions, or the rights and liabilities of the parties subsequent to the termination of Contract.

37.3 Provided that no arbitration proceedings shall be commenced on any dispute or

difference where notice of a dispute or difference has not been given by the applying party within ninety days of the occurrence or discovery of the matter or issue giving rise to the dispute.

37.4 Notwithstanding the issue of a notice as stated above, the arbitration of such a

dispute or difference shall not commence unless an attempt has in the first instance been made by the parties to settle such dispute or difference amicably with or without the assistance of third parties. Proof of such attempt shall be required.

37.5 Notwithstanding anything stated herein the following matters may be referred to

arbitration before the practical completion of the Works or abandonment of the Works or termination of the Contract by either party:

37.5.1 The appointment of a replacement Project Manager upon the said person

ceasing to act.

37.5.2 Whether or not the issue of an instruction by the Project Manager is empowered by these Conditions.

37.5.3 Whether or not a certificate has been improperly withheld or is not in accordance with these Conditions.

37.5.4 Any dispute or difference arising in respect of war risks or war damage. 37.6 All other matters shall only be referred to arbitration after the completion or alleged

completion of the Works or termination or alleged termination of the Contract, unless the Employer and the Contractor agree otherwise in writing.

37.7 The Arbitrator shall, without prejudice to the generality of his powers, have powers

to direct such measurements, computations, tests or valuations as may in his opinion be desirable in order to determine the rights of the parties and assess and award any sums which ought to have been the subject of or included in any certificate.

2/32

37.8 The Arbitrator shall, without prejudice to the generality of his powers, have powers to open up, review and revise any certificate, opinion, decision, requirement or notice and to determine all matters in dispute which shall be submitted to him in the same manner as if no such certificate, opinion, decision requirement or notice had been given.

37.9 The award of such Arbitrator shall be final and binding upon the parties.

2/33

SECTION IV – APPENDIX TO CONDITIONS OF CONTRACT

THE EMPLOYER IS Name: THE - CLERK NAKURU COUNTY ASSEMBLY Address P O BOX 907 NAKURU Name of Authorized Representative: - CLERK NAKURU COUNTY ASSEMBLY

Telephone: ………………………………………………………………..

Telex: ……………………………………………………………

The Project Manager is Name: SCOPE DESIGN SYSTEMS

Address: P O BOX 10591 – 00100 NAIROBI

Telephone 020 - 2612299

Facsimile 020 - 2612299

The name (and identification number) of the Contract is

PROPOSED CONSTRUCTION OF OFFICES AND ASSOCIATED FACILITIES FOR NAKURU COUNTY ASSEMBLY

The Works consist of Construction up to completion of the above building complete with associated

services and external works

The Start Date shall be (as agreed with the Project Manager) The Intended Completion Date for the whole of the Works shall be ………………………………………weeks. The Contractor shall submit a revised program for the Works within Fourteen (14) days of delivery of the Letter of Acceptance. The Site Possession Date shall be (as agreed with the Project Manager) The Site is located at NAKURU COUNTY ASSEMBLY Hall and is defined in drawings (as listed in the Conditions of Contract)

The Defects Liability period is One Hundred and Eighty (180) days. Other Contractors,inter alia, utilities etc., to be engaged by the Employer on the Site include those for the execution of ;

1. Electrical Installation

2. Plumbing & Drainage

3. Mechanical Ventilation

4. Multimedia Installation

2/34

The minimum insurance covers shall be; 1. The minimum cover for insurance of the Works and of Plant and Materials is equivalent to the

full contract value plus cost and expense of removing debris and ten percent to cover professional fees

2. The minimum cover for loss or damage to the contractors plant and equipment is equivalent to

the value of such plant and equipment 3. The minimum for insurance of other property is Kshs. Five (5) million 4. The minimum cover for personal injury or death insurance

For the Contractor’s employees is Kshs. Two (2) million

And for other people is Kshs. Two (2) million The following events shall also be Compensation Events: 1.

__________________________________________________________________________ 2.

__________________________________________________________________________ 3.

__________________________________________________________________________ 4.

__________________________________________________________________________ The period between Program updates is Thirty (30) days. The amount to be withheld for late submission of an updated Program is Ten (10) percent of the gross amount of the current valuation The proportion of payments retained is Ten (10) percent up to a limit of Ten (10) percent of the contract value The Price Adjustment Clause SHALL NOT apply The liquidated damage for the whole of the Works is Kshs. Fifty Thousand (Kshs. 50,000.00) per calendar week

The Performance Security shall be for the following minimum amounts equivalent as a percentage of the Contract Price- Five percent (5 %) The Tender Security shall be in the sum of (as specified in the invitation advertisement) The Completion Period for the Works is …………………………………………………… Weeks The rate of exchange for calculation of foreign currency payments is not applicable The schedule of basic rates used in pricing by the Contractor shall be taken to be the Joint Building Council Price list in force 30 days prior to date of submission of this tender Advance Payment shall not be granted.

The formulae for determining the Financial Score (FS) shall be as follows:- FS=100 X FM/F where FS is the financial score; Fm is the lowest priced bidderand F is the price of the bidder under consideration.

E. COMBINED TECHNICAL AND FINANCIAL SCORES (S)Bidders will be ranked according to their combined technical (TS) and financial(FS) scores using the weights (T=the weight given to the Technical Proposal: Pthe weight given to the Financial Proposal; T + p = I) indicated below. Thecombined technical and financial score, S, shall be calculated as follows:-S = TS x T % + FS x P %WeightingT = 0.70P = 0.30

2/36

SECTION V - DRAWINGS DRAWING LIST

i) Topographical Survey

ii) Site Plan

iii) Ground Floor Plan

iv) Sections

v) Civil Works Site Layout Plan

vi) Septic tank drawing

Structural Drawings Mechanical Drawings Electrical Drawings

2/37

SECTION VI STANDARD FORM

(i) Form of Invitation for Tenders

(ii) Form of Tender

(iii) Letter of Acceptance

(iv) Form of Agreement

(v) Form of Tender Security

(vi) Performance Bank Guarantee

(vii) Bank Guarantee for Advance Payment

(viii) Qualification Information

(ix) Tender Questionnaire

(x) Confidential Business Questionnaire

(xi) Statement of Foreign Currency Requirement

(xii) Details of Sub-Contractors

2/38

FORM OF INVITATION FOR TENDERS

_______________________[date] To: _________________________________________ [name of Contractor]

_________________________________________[address]

_________________________________________

_________________________________________

Dear Sirs:

PROPOSED CONSTRUCTION OF OFFICES AND ASSOCIATED FACILITIESFOR NAKURU COUNTY ASSEMBLY

You have been prequalified to tender for the above project. We hereby invite you and other prequalified tenderers to submit a tender for the execution and completion of the above Contract. A complete set of tender documents may be purchased by you from NAKURU COUNTY Assembly

Upon payment of a non-refundable fee of Kshs 1,000.00 All tenders must be accompanied by Three (3) numbers of copies of the same and a security in the form and amount specified in the tendering documents, and must be delivered to

Tender Box at NAKURU COUNTY ASSEMBLY or to be addressed to - Clerk , NAKURU COUNTY

ASSEMBLY P.o. Box 907 NAKURU

at or before _______________________(time and date). Tenders will be opened immediately thereafter, in the presence of tenderers’ representatives who choose to attend. Please confirm receipt of this letter immediately in writing by cable/facsimile or telex. Yours faithfully, Project manager, - Clerk For , NAKURU COUNTY Assembly

2/39

FORM OF TENDER

TO: Clerk For, NAKURU COUNTY Assembly P.O. Box 907 NAKURU ____________[Date]

Ref: PROPOSED CONSTRUCTION OF OFFICES AND ASSOCIATED FACILITIESFOR NAKURU COUNTY ASSEMBLY

Dear Sir, 1. In accordance with the Conditions of Contract, Specifications, Drawings and Bills of

Quantities for the execution of the above named Works, we, the undersigned offer to construct, install and complete such Works and remedy any defects therein for the sum of Kshs Amount in figures] Kenya shillings [Amount in words]

2. We undertake, if our tender is accepted, to commence the Works as soon as is reasonably

possible after the receipt of the Project Manager’s notice to commence, and to complete the whole of the Works comprised in the Contract within the time stated in the Appendix to Conditions of Contract.

3. We agree to abide by this tender until [Insert date], and it shall remain binding upon us and may be accepted at any time before that date.

4. Unless and until a formal Agreement is prepared and executed this tender together with your written acceptance thereof, shall constitute a binding Contract between us.

5. We understand that you are not bound to accept the lowest or any tender you may receive.

Dated this day of 20 Signature in the capacity of duly authorized to sign tenders for and on behalf of [Name of Contractor] of [Address of Contractor] Witness; Name______________________________________ Address_____________________________________ Signature___________________________________ Date_______________________________________

2/40

LETTER OF ACCEPTANCE [Letterhead paper of the Employer] ………………………………………………………………… [date] To: ……………………………………………………………………………………………………….. [name of the Employer] ……………………………………………………………………………………………………………….[address of the Employer] Dear Sir,

This is to notify you that your Tender dated ………………………………………………………………………….

for the execution of PROPOSED CONSTRUCTION OF OFFICES AND ASSOCIATED FACILITIESFOR NAKURU COUNTY ASSEMBLY

for the Contract Price of Kshs. ……………………………………………………………………………………………………………………………

[amount in figures] [Kenya

Shillings…………………………………………………………………………………………………………………………………………………………………………………………

……………………………………………………………………………………………………………………………………………………………………………………………………………

…………………………………………………………………………………………………………………………………………………………………………………………………………..

(amount in words) ] in accordance with the Instructions to Tenderers is hereby accepted.

You are hereby instructed to proceed with the execution of the said Works in accordance with the Contract documents. Authorized Signature ………………………………………………………………… Name and Title of Signatory ………………………………………………………… Attachment : Agreement

2/41

FORM OF AGREEMENT

THIS AGREEMENT, made the _________________ day of ________ 20 ______ between

NAKURU COUNTY ASSEMBLY of (or whose registered office is situated at P.O Box 907

NAKURU (Hereinafter called “the Employer”) of the one part AND

________________________________________________________of [or whose registered office

is situated at]_________________________________________

(hereinafter called “the Contractor”) of the other part.

WHEREAS THE Employer is desirous that the Contractor executes

PROPOSED CONSTRUCTION OF OFFICES AND ASSOCIATED FACILITIESFOR NAKURU COUNTY ASSEMBLY

) (hereinafter called “the Works”) located at NAKURU COUNTY-NAKURU [location of the Works]

and the Employer has accepted the tender submitted by the Contractor for the execution and

completion of such Works and the remedying of any defects therein for the Contract Price of

Kshs [Amount in figures],

Kenya Shillings

[Amount in words].

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents shall be deemed to form and shall be read and construed as part

of this Agreement i.e.

(i) Letter of Acceptance

(ii) Form of Tender

(iii) Conditions of Contract Part I

(iv) Conditions of Contract Part II and Appendix to Conditions of Contract

(v) Specifications

(vi) Drawings

(vii) Priced Bills of Quantities 3. In consideration of the payments to be made by the Employer to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.

4 The Employer hereby covenants to pay the Contractor in consideration of the execution and

completion of the Works and the remedying of defects therein, the Contract Price or such

2/42

other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day and year first before written. Signed ,sealed by

a) For and on behalf of the Employer

Name

Title

Binding Signature of Employer

In the presence of (i) Name

Address

Signature

Date

b) For and on behalf of the Contractor

Name of the contractor

Name of the authorized representative

Title

Binding Signature of Employer

In the presence of (i) Name

Address

Signature Date

2/43

FORM OF TENDER SECURITY

WHEREAS …………………………………………………………………………………………………………………………………………………………….. (hereinafter called “the Tenderer”) has submitted his tender dated ………………………… for the construction

of PROPOSED CONSTRUCTION OF OFFICES AND ASSOCIATED FACILITIES FOR NAKURU COUNTY ASSEMBLY (Name of Contract)

KNOW ALL PEOPLE by these presents that WE ……………………… having our registered office at

………………(hereinafter called “the Bank”), are bound unto ……………………………(hereinafter called “the

Employer”) in the sum of Kshs.……………………… for which payment well and truly to be made to the said

Employer, the Bank binds itself, its successors and assigns by these presents sealed with the

Common Seal of the said Bank this ……………. Day of ……… 20…………

THE CONDITIONS of this obligation are:

1. If after tender opening the tenderer withdraws his tender during the period of tender validity

specified in the instructions to tenderers

Or

2. If the tenderer, having been notified of the acceptance of his tender by the Employer during

the period of tender validity:

(a) fails or refuses to execute the form of Agreement in accordance with the Instructions

to Tenderers, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the

Instructions to Tenderers;

We undertake to pay to the Employer up to the above amount upon receipt of his first

written demand, without the Employer having to substantiate his demand, provided that in

his demand the Employer will note that the amount claimed by him is due to him, owing to

the occurrence of one or both of the two conditions, specifying the occurred condition or

conditions.

This guarantee will remain in force up to and including thirty (30) days after the period of

tender validity, and any demand in respect thereof should reach the Bank not later than the

said date.

___________________________ ______________________________

[Date [ [signature of the Bank]

___________________________ ______________________________

[Witness] [Seal]

2/44

PERFORMANCE BANK GUARANTEE

To: _________________________(Name of Employer) ___________(Date)

__________________________(Address of Employer)

Dear Sir,

WHEREAS ______________________(hereinafter called “the Contractor”) has undertaken, in

pursuance of Contract No. _____________ dated _________ to execute _______________

(hereinafter called “the Works”);

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish

you with a Bank Guarantee by a recognised bank for the sum specified therein as security for

compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf

of the Contractor, up to a total of Kshs. ________________ (amount of Guarantee in figures)

Kenya Shillings__________________________________________ (amount of Guarantee in

words), and we undertake to pay you, upon your first written demand and without cavil or

argument, any sum or sums within the limits of Kenya Shillings _________________________

(amount of Guarantee in words) as aforesaid without your needing to prove or to show grounds or

reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before

presenting us with the demand.

We further agree that no change, addition or other modification of the terms of the Contract or of

the Works to be performed thereunder or of any of the Contract documents which may be made

between you and the Contractor shall in any way release us from any liability under this Guarantee,

and we hereby waive notice of any change, addition, or modification.

This guarantee shall be valid until the date of issue of the Certificate of Completion.

SIGNATURE AND SEAL OF THE GUARANTOR ___________________

Name of Bank ____________________________________________

Address ________________________________________________

Date ______________________________________________________

2/45

BANK GUARANTEE FOR ADVANCE PAYMENT

To: [name of Employer]

(Date)

[address of Employer]

Gentlemen,

Ref: PROPOSED CONSTRUCTION OF OFFICES AND ASSOCIATED FACILITIESFOR NAKURU COUNTY ASSEMBLY [name of Contract] In accordance with the provisions of the Conditions of Contract of the above-mentioned Contract,

We,_______________________________________[name and Address of Contractor] (hereinafter

called “the Contractor”) shall deposit with _______________________________[name of

Employer] a bank guarantee to guarantee his proper and faithful performance under the said

Contract in an amount of Kshs._____________[amount of Guarantee in figurers] Kenya

Shillings_____________________________________[amount of Guarantee in words].

We, ________________[bank or financial institution], as instructed by the Contractor, agree

unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the

payment to ___________________________[name of Employer] on his first demand without

whatsoever right of objection on our part and without his first claim to the Contractor, in the amount

not exceeding Kshs________________________[amount of Guarantee in figures] Kenya Shillings

[amount

of Guarantee in words], such amount to be reduced periodically by the amounts recovered by you

from the proceeds of the Contract.

We further agree that no change or addition to or other modification of the terms of the Contract or

of the Works to be performed thereunder or of any of the Contract documents which may be made

between [name

of Employer] and the Contractor, shall in any way release us from any liability under this guarantee,

and we hereby waive notice of any such change, addition or modification.

No drawing may be made by you under this guarantee until we have received notice in writing from

you that an advance payment of the amount listed above has been paid to the Contractor pursuant

to the Contract.

This guarantee shall remain valid and in full effect from the date of the

advance payment under the Contract until

(name

of Employer) receives full payment of the same amount from the Contract.

2/46

Yours faithfully,

Signature and Seal __________________________________________________

Name of the Bank or financial institution ______________________________

Address ______________________________________________________________

Date _________________________________________________________________

Witness: Name: ____________________________________________________

Address: __________________________________________________

Signature: ________________________________________________

Date: _____________________________________________________

2/47

QUALIFICATION INFORMATION 1. Individual Tenderers or Individual Members of Joint Ventures

1.1 Constitution or legal status of tenderer (attach copy or Incorporation Certificate); Place of registration: ____________________________ Principal place of business _____________________________ Power of attorney of signatory of tender ____________________

1.2 Total annual volume of construction work performed in the last five years

Year Volume

Currency Value

1.3 Work performed as Main Contractor on works of a similar nature and volume over

the last five years. Also list details of work under way or committed, including expected completion date.

Project name Name of client Type of work Value of and contact performed and Contract person year of completion

_________ ___________ __________ ________ _________ ___________ __________ ________ ________ __________ __________ _______

1.4 Major items of Contractor’s Equipment proposed for carrying out the Works. List all

information requested below.

Item of Equipment

Description, Make and age (years)

Condition(new, good, poor) and number available

Owned, leased (from whom?), or to be purchased (from whom?)

__________________ _________(etc.)

____________________________________

_________________________________

1.5 Qualifications and experience of key personnel proposed for administration and execution of the Contract. Attach biographical data.

Position Name Years of experience (general)

Years of experience in proposed position

Project Manager __________________ ___________________

(etc.)

2/48

1.6 Financial reports for the last five years: balance sheets, profit and loss statements, auditor’s reports, etc. List below and attach copies. ________________________________________________________________________________________________________________________

1.7 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List below and attach copies of supportive documents. ____________________________________________________________ ____________________________________________________________

_____________________________________________

1.8 Name, address and telephone, telex and facsimile numbers of banks that may provide reference if contacted by the Employer.

__________________________________________________________________

____________________________________________________________

1.9 Statement of compliance with the requirements of Clause 1.2 of the Instructions to Tenderers. ____________________________________________________________ ____________________________________________________________ _____________________________________________

1.10 Proposed program (work method and schedule) for the whole of the Works.

2 Joint Ventures

2.4 The information listed in 1.1 – 1.10 above shall be provided for each partner of the joint venture.

2.5 The information required in 1.11 above shall be provided for the joint venture.

2.6 Attach the power of attorney of the signatory(ies) of the tender authorizing signature of the tender on behalf of the joint venture

2.7 Attach the Agreement among all partners of the joint venture ( and which is legally

binding on all partners), which shows that:

a) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms;

b) one of the partners will be nominated as being in charge, authorized to incur

liabilities and receive instructions for and on behalf of any and all partners of the joint venture; and

c) the execution of the entire Contract, including payment, shall be done

exclusively with the partner in charge.

2/49

TENDER QUESTIONNAIRE

Please fill in block letters. 1. Full names of tenderer

……………………………………………………………………………………… 2. Full address of tenderer to which tender correspondence is to be sent (unless an agent has

been appointed below)

……………………………………………………………………………………… 3. Telephone number (s) of tenderer

……………………………………………………………………………………… 4. Telex address of tenderer

……………………………………………………………………………………… 5. Name of tenderer’s representative to be contacted on matters of the tender during the

tender period

……………………………………………………………………………………… 6. Details of tenderer’s nominated agent (if any) to receive tender notices. This is essential if

the tenderer does not have his registered address in Kenya (name, address, telephone, telex)

……………………………………………………………………………………… ……………………………………………………………………………………… _______________________ Signature of Tenderer Make copy and deliver to:_____________________(Name of Employer)

2/50

CONFIDENTIAL BUSINESS QUESTIONNAIRE

You are requested to give the particulars indicated in Part 1 and either Part 2 (a), 2 (b) or 2 (c) and 2 (d) whichever applies to your type of business. You are advised that it is a serious offence to give false information on this Form. Part 1 – General Business Name ………………………………………………………………………………………………………………………………………………… Location of business premises………………………………Country/Town……………………………………………………………… Plot No…………………………………………………… Street/Road …………………………………………………………………………………………… Postal Address……………………………………………………………………… Tel No……………………………………………………………….. Nature of Business…………………………………………………………………………………………………………………………………………….. Current Trade Licence No……………………………… Expiring date……………………………………… Maximum value of business which you can handle at any time: Ksh……………………………………………………….. Name of your bankers……………………………………………………………………………………………………………………………… Branch……………………………………………………………………………………………………………………………………………………………………… Part 2 (a) – Sole Proprietor Your name in full……………………………………………… Age………………………………………………………… Nationality………………………………………………………………… Country of Origin……………………………………… *Citizenship details ……………………………………………………………………………………………………………………… Part 2 (b) – Partnership Give details of partners as follows: Name in full Nationality Citizenship Details Shares

1……………………………………………………………………………………………………………………………………………………

2……………………………………………………………………………………………………………………………………………………

3……………………………………………………………………………………………………………………………………………………

4 ……………………………………………………………………………………………………………………………………………………

Part 2(c) – Registered Company: Private or public…………………………………………………………………………………………… State the nominal and issued capital of the Company- Nominal Kshs……………………………………………………………………………………… Issued Kshs………………………………………………………v………………………………… Give details of all directors as follows: Name in full . Nationality. Citizenship Details*. Shares.

2/51

1. …………………………………………………………………………………………………………………………………………………………………………… 2. …………………………………………………………………………………………………………………………………………………………………………… 3. …………………………………………………………………………………………………………………………………………………………………………… 4. …………………………………………………………………………………………………………………………………………………………………………… Part 2(d) – Interest in the Firm: Is there any person / persons in …………… ………(Name of Employer) who has interest in this firm? Yes/No………………………(Delete as necessary) I certify that the information given above is correct. …………………………………………… ………………………………… ……………………………………… (Title) (Signature) (Date)

Attach proof of citizenship

2/52

STATEMENT OF FOREIGN CURRENCY REQUIREMENTS

(See Clause 23] of the Conditions of Contract)

In the event of our Tender for the execution of____________________ __________________________(name of Contract) being accepted, we would require in accordance with Clause 21 of the Conditions of Contract, which is attached hereto, the following percentage: (Figures)……………… ………………………………………… (Words)…… ………………………………………………… ………… of the Contract Sum, (Less Fluctuations) to be paid in foreign currency. Currency in which foreign exchange element is required: ……………………………………………………………………………………… Date: The ………… Day of …………….. 20……………. Enter 0% (zero percent) if no payment will be made in foreign currency. Maximum foreign currency requirement shall be _____________(percent) of the Contract Sum, less Fluctuations.

_____________________ (Signature of Tenderer)

2/53

DETAILS OF SUB-CONTRACTORS

If the Tenderer wishes to sublet any portions of the Works under any heading, he must give below details of the sub-contractors he intends to employ for each portion. Failure to comply with this requirement may invalidate the tender. (1) Portion of Works to be sublet: ……………………………………………………

[i) Full name of Sub-contractor

and address of head office: ……………………………………………………

……………………………………………………

(ii) Sub-contractor’s experience

of similar works carried out

in the last 3 years with

Contract value: ……………………………………………………

……………………………………………………

……………………………………………………

(2) Portion of Works to sublet: ……………………………………………………………………

(i) Full name of sub-contractor

and address of head office: ……………………………………………………

……………………………………………………

……………………………………………………

(ii) Sub-contractor’s experience

of similar works carried out

in the last 3 years with

contract value: ………………………………………………………

…………………………………… ……………

____________________ _______________________

[Signature of Tenderer) Date

2/54

LETTER OF NOTIFICATION OF AWARD

Address of Procuring Entity _____________________ _____________________ To: RE: Tender No. Tender Name This is to notify that the contract/s stated below under the above mentioned tender have been awarded to you.

1. Please acknowledge receipt of this letter of notification signifying your acceptance. 2. The contract/contracts shall be signed by the parties within 30 days of the date of this letter

but not earlier than 14 days from the date of the letter.

3. You may contact the officer(s) whose particulars appear below on the subject matter of this

letter of notification of award. (FULL PARTICULARS)

SIGNED FOR ACCOUNTING OFFICER

4/1

PREAMBLES AND PRICING NOTES

GENERALLY

All work is to be carried out in accordance with the Ministry of Works General

Specifications for Building works, 1976 Edition together with any amendments

thereto and all references in this section are to this document. The Contractor is

instructed to provide a copy of the Specifications on site at all times.

MANUFACTURERS’ NAME and catalogue references are given as a guide to quality.

Alternative manufacture of equal quality will be accepted at the discretion

of the Architect.

EXCAVATION

Prices are to include for excavating in all materials met with except rock as specified.

Prices are also to include for planking and strutting, and for destroying all white ants

nests and keeping excavations free from water.

INSECTICIDE TREATMENT

Treating surface of hardcore with approved insecticide shall include execution by

Rentokil Laboratories Limited, Insecta Limited or other equal and approved who shall

give a ten year guarantee to the Employer.

CONCRETE WORK

All concrete shall conform to the "Concrete Specification for Building 1974" issued by

The Structural Branch of the Ministry of Works.

Cover to Reinforcement

Unless otherwise specified on the drawing cover is to be:

Foundations 50mm

Columns 50mm

Beams 25mm

Slabs 15mm

4/2

PREAMBLES AND PRICING NOTES

CONCRETE WORK (CONT’D)

Test Cubes

Allowance must be included in the tender for the preparation of concrete test cubes as

required by the Engineer.

Precast Concrete Works

Prices are to include for handling reinforcement, and for bedding in cement mortar.

Concrete will be class 25 unless otherwise specifies.

WALLING

Concrete Blocks

All concrete walling blocks are to be as described in the Ministry of Works Standard

Specification for Metric Concrete Blocks issue in September 1972. Blocks shall

be Type A, grade A2 and Type B, medium density. Solid blocks shall have a density

not less than 1000kg/m3.

Stone

Stone for walling shall be hard, dense dark gray local stone from an approved source.

Stone for walling shall comply with BS CP 111 Part 2 of minimum cursing strength

of 3.5 Newton per mm2. To be free from cracks, fissures or any other defects which

are likely to affect the strength and to be delivered to site thoroughly cleaned.

Wall reinforcement shall be hoop iron, one layer per 90mm thickness, placed in the bed

joint or alternate courses.

Samples

Prices are to include for packing and sending sample blocks to the approved testing

laboratory, Nairobi.

4/3

PREAMBLES AND PRICING NOTES

ROOFING

All roofing materials shall be specified in the Bills of Quantities, and laid in

accordance with the manufacturer's instructions.

CARPENTRY AND JOINERY

Cypress

The grading rules for cypress shall be the same as those for podocarpus.

Laminated Plastic Sheeting

Shall be fixed with an approved waterproof adhesive.

Prices of Joinery

Shall include for pencil rounded arrisses; for protection against damages and for bedding

frames and cills in cement mortar.

Plugged

Shall mean drilling walling or concrete with a drill and filling with proprietary

plugs of the correct size; cutting with hammer and chisel will not be permitted.

IRONMONGERY

Shall be as specified in the Bills of Quantities, or equal and approved.

Prices must include for removing and refixing during and after painting, for labeling all

keys, and for fixing with matching screws.

METAL WORK

Structural Steelwork

Shall comply wit M.O.W. "Structural Steelwork Specification" 1973

4/4

PREAMBLES AND PRICING NOTES

METAL WORK ( CONTD. )

Generally

All steelwork shall be cleaned free from rust and primed one coat or red lead primer

before being delivered to the site.

Prices for Metal Windows

To include for assembling parts, bedding and pointing in mastic, building in fixing lugs,

and plugging as necessary.

PLASTERWORK AND OTHER FINISHES

Generally

All plasterwork and paving to be as described in the Specification and in the Bills of

Quantities.

Pavings

Prices are to include for brushing concrete clean, wetting and coating with cement and

sand grout (1:1).

Ceramic Tiles

All ceramic tiles shall be as specified in the Bills of Quantities or other equal and

approved and the contractor shall provide for varied colour, shades and design as

specified.

GLAZING

Polished Plate Glass

Shall be general glazing quality.

Prime Rebates

Prices are to include for priming rebates before placing putty.

4/5

PREAMBLES AND PRICING NOTES

GLAZING ( CONTD. )

Broken or Scratched Glass

The contractor will be responsible at his own cost, for replacing any broken or scratched

glass and handing over in perfect condition.

PAINTING

Generally

Note that the General Contractor is to provide scaffolding for all trades including

painting.

Paint Category

Shall be category "A" of M.O.W. approved list and applied in accordance with the

manufacturer's instructions and to the required coats.

Prices

Prices are to include for all preparatory work, priming coats and for protecting other

works and for cleaning up on completion. Prices for painting on galvanized metal are to

include for mordant solution as necessary.

PLUMBING AND ENGINEERING INSTALLATION

Generally

All work shall be executed by an approved specialist.

Drainage

All stormwater drainage and foul sewerage pipework bedded on granular bed type "E"

shall be rubber or flexible jointed.

Manhole Covers

Manhole covers shall be fabricated from 8mm mild steel plate. Prices are to include for

standard lifting keyholes.

PRELIMINARIES

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

SECTION NO.1 - PRELIMINARIES

GENERAL MATTERS

PARTIES

The Employer is:

NAKURU COUNTY ASSEMBLYP O BOX 907NAKURU The Architect shall be deemed to mean: SCOPE DESIGNS SYSTEMSArchitects, Interior & LandscapeArchitectsP.O. Box 10594-00100, Tel. 020-2612299Mobile: 0720-012418Email: [email protected]

The Quantity Surveyors shall be deemed to mean:

Obra International P.O. Box 3494-00200 NAIROBI

The Structural Engineers shall be deemed to mean:

BerlConsult & Associates P.O. Box 7539-00100 NAIROBI

The Services Engineers shall be deemed to mean:

Edson Engineers P. O. Box 5647 - 00100 NAIROBI

DEFINITIONS AND ABBREVIATIONS

A Abbreviations used in the Bills of Quantities shall beinterpreted as follows:- Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 1PARTICULAR PRELIMINARIESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A "Approved" shall mean: approved by theArchitect

"as described" shall mean: as described in theSection No. 2 (Specifications)

"as directed" shall mean: as directed by theDesigner

"B.S." shall mean: the current BritishStandard

Specifications publishedby the British StandardsInstitution, 2 Park Street,London, W.I,

England

KBS shall mean: The Kenya Bureau ofStandards Specification Item

DEFINITIONS AND ABBREVIATIONS (cont'd)

B "KG" shall mean: Kilogrammes

"No" shall mean: Number

"M" shall mean: Linear Metres

"M2" shall mean: Square Metres

"M3" shall mean: Cubic Metres

"Ditto" shall mean: the whole of thepreceding description exceptas qualified in thesection in which it occurs inbrackets it shall mean thewhole of the p r e c e d i n g

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 1PARTICULAR PRELIMINARIESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

description which is contained withinthe a p p r o p r i a t ebrackets.

M/S shall mean: Measuredseparately

"B.M.S" shall mean: Both sidesmeasured separately Item

SITE LEVELS

A Before commencing work the Contractor must arrange forand agree with the Architect, Engineer and QuantitySurveyor the existing site levels and similarly establish andagree on a bench mark. Item

SETTING OUT

B The contractor shall set out works in accordance with thedimensions and levels shown on the drawings and shall beresponsible of the correctness of all dimensions and levelsset out by him and he will be required to ammend all errorsarising from inaccurate setting out at his own cost andexpenses. In the event of any error or discrepancy in thedimensions or levels marked on the drawings beingdiscovered, such errors or discrepancies must be reportedby the contractor to the architect for his immediate attention.

No work shall be commenced by the contractor until he hasreceived written instructions from the Architect to adjustsuch discrepancies which may be proved, upon receipt ofsuch instructions and no claim for extra expenses or relieffrom the provisions of Clause 5 of the Conditions of theContract , any discrepancy or error in the dimensions orlevels shown on the drawings may be made thereafter. Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 1PARTICULAR PRELIMINARIESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

MATERIALS, TOOLS, PLANT AND SCAFFOLDINGS

A All materials and workmanship used in the execution of theworks shall be of the best quality and description. Anymaterials for the works condemned by the Architect shallimmediately be removed from the site at the Contractor'sexpense.

The contractor shall be responsible for the provision of allmaterials, scaffolding, tools, plant, transport and workmenrequired for the works except in so far as may be statedotherwise herein and he shall allow for the provision of theforegoing except for such items specifically and onlyrequired for the use of Nominated Sub-contractors asdescribed herein.

No timber used for scaffolding, formwork or similar purposeshall be used afterwards in the permanent works.

All such plant, tools and scaffolding shall comply with allregulations whether general or local in force throughout theperiod of the contract and shall be required as may benecessary to comply with any amendments in or additions tosuch regulations Item

SUPERVISION

B The said works shall be executed under the direction and tothe entire satisfaction of the Architect and clerk of workswho shall have the Architect's specifically delegatedauthority and shall at all times have access to the works, tothe yards and workshops of the contractor or other placeswhere goods are being prepared for the building Item

SECURITY OF WORKS AND FENCING

C The contractor shall be entirely responsible and shall paysecurity of all works, stores, materials, plant, personnel etcboth his own and sub-contractors and shall also provide allnecessary watching, lighting, and other precautions asnecessary to ensure the security, the safety and protectionof the public Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 1PARTICULAR PRELIMINARIESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

WATER

A The contractor shall provide at his own risk and cost allwater for use in connection with the works including thework of sub-contractors make arrangements with the localauthority for the installation of a seperate meter for all waterused by him throughout the contract and pay all costs andfees in connection therewith. He shall also providetemporary storage tanks and tubing etc as he may considernecessary and clear away at completion.

All water shall be fresh, clean and pure, free from earthlyvegetable or organic matter, acid or alkaline substance insolution or suspension. Item

LIGHTING AND POWER

B The contractor shall provide at his own risk and cost alltemporary artificial lighting and power for use on the worksincluding all sub-contractors and specialists requirementsand including all temporary connections, wiring, fittings etcand clearing away on completion. The Contractor shall payall fees and obtain all permits in connection therewith. Item

SANITATION OF THE WORKS

C The sanitation of the works shall be provided, maintainedand removed on completion by the Contractor to thesatisfaction of the Architects and local Authorities.

The latrines shall be enclosed with framing and corrugatedsheets roofs, sides and partitions,with concrete floors steeltrowelled smooth to floors to facilitate washing. Theirlocation shall be agreed with the Architects and the worksshall not be commenced before the sanitaryaccommodation has been approved by the abovementioned authorities.

The Contractor will be required to pay all conservancycharges and shall ensure clean daily maintenance anddisinfecting of the latrines, and not less than once per week,the whole area shall be sprayed with disinfectant andinsecticides and any temporary drains shall be removed andall works and surfaces disturbed made good and then thewhole area disinfected and left clean and free from pollutionto the satisfaction of the Architect and local authorities. Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 1PARTICULAR PRELIMINARIESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

SIGN BOARD

A The Contractor shall provide and erect where directed andmaintain during the whole period of the building operationand remove at completion, one approved temporary noticeboard to the Architect's standard design giving a briefdescription of the works and showing the names of theemployer and the consultants, with sufficient space toappend the names of the sub-contractors and supplierswhen known. The lettering concerning the Architect,Quantity Surveyor and Engineer is not to be more than50mm high. Item

PRIME COST SUMS

B i) The words "Prime Cost" (or the initials "P.C") appearingin the contract documents shall mean net costs exclusiveof any trade, cash or other discount what soever butinclusive of the costs of the packing, carriage and delivery. Such costs shall be the same due to the sub-contract or supplier after adjustments where applicable in respectof measurements of rates.

ii) Any increase or decrease in the prime costs sumsresulting from the adjustments and properly paid by thecontractor shall be added or deducted from the contract sum inthe final account. In substantiation the contractor willrequire to produce to the Quantity Surveyor all quotations, invoices and receipted accounts as shall benecessary to show the details of the sums actually paid.

iii) Any sum added by the contractor in these Bills ofQuantities in respect of profits upon any prime costs will bededucted at the final settlement of accounts and the sum willbe added to the amount of which will bear the same

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 1PARTICULAR PRELIMINARIESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

proportion to the sum added as the net amount properlyexpended to the original P.C sum. Item

NOMINATED SUB-CONTRACTORS

A The contractor shall accept responsibility for providing thefollowing services for nominated sub-contractors.

i) GENERAL ATTENDANCE: The following servicesare described as "allow for general attendance"

a) Use for the purpose of the sub-contract works of any scaffoding belonging to or provided by the contractor while it remains so erected upon site, provided thatno warranty or other liability on the part of the contractoror of his other sub-contractors shall be created orimplied in regard to the fitness, condition or suitability of thesaid scaffolding

b) Provision of water, lighting, watching and attendance for the purpose of the sub-contract works.

c) Use of sanitary accommodation, mess rooms and welfare facilities.

d) Provision of space for erecting of offices or stores or

space for storage of plant and materials. Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 1PARTICULAR PRELIMINARIESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A ii) SPECIAL ATTENDANCE:

The following services are stated under a seperateitem and where described under the following headings shallmean:

a) Taking delivery including the provision of unskilledlabour necessary to attend upon the sub-contractorsworkmen for the purpose of unloading plants and materials when received upon the site and placing in position withinthe sub-contractor's storage space or store.

b) Hoisting including the provision of unskilled labourand the use of any contractors standing scaffoding andplant for the purpose of assisting the sub-contractorsworkmen in hoisting the sub-contractors plant and materialsto the various levels but not placing in its final position.

c) Providing power including the provision of powerduring the course of the works and during the period of commissioning and training. Item

REMOVAL OF PLANT AND RUBBISH ETC

B The Contractor shall upon completion of the works removeand clear away all temporary buildings, plant, rubbish andunused materials, and shall leave the whole of the site of theworks in a clean and tidy state to the satisfaction of theArchitect. He shall also remove all rubbish and dirt from thesite at weekly intervals or as directed by the Architect.

Particular care shall be taken in leaving windows, floors andfittings clean and the removal of all paint and cement stainstherefrom. Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 1PARTICULAR PRELIMINARIESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

VALUE ADDED TAX (V.A.T.)

A The Contractor's attention is drawn to V.A.T PUBLICNOTICE NO. 6 of 5th August, 1993 regarding the FinanceBill 1993 which expanded the V.A.T base to coverconstruction services amongst other items. The Contractorshall familiarise himself with the said notice and allow in allhis Bills of Quantities rates (Excluding P.C and ProvisionalSums) for the net tax. (i.e less input tax where applicable)as required by law.

Please note that allowing a lump sum tax either inpreliminaries or in summary page shall not be acceptable.

Any additional information and assistance concerning theapplication of the said notice should be directed to the officeof the Commissioner of Value Added Tax Item

COPYRIGHT

B The copyright of these documents is vested in ObraInternational- The quantity Surveyors. No part of thisdocument may be reproduced in any form or by any meanswithout their prior permission. Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 1PARTICULAR PRELIMINARIESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 5

PRELIMINARIES

ELEMENT NO. 1

PARTICULAR PRELIMINARIES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page5/1

Page5/2

Page5/3

Page5/4

Page5/5

Page5/6

Page5/7

Page5/8

Page5/9

Carried Forward to Summary of Section No. 5 K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 1PARTICULAR PRELIMINARIESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 1 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

SECTION NO.1 - PRELIMINARIES

GENERAL MATTERS

DEFINITIONS AND ABBREVIATIONS

Abbreviations used in the Bills of Quantities shall be interpretedas follows:-

"Approved" shall mean: approved by the Architect

"as described" shall mean: as described in theSection No. 2 (Specifications)

"as directed" shall mean: as directed by the Designer

"B.S." shall mean: the current British Standard pecifications published by the

British StandardsInstitution, 2 ParkStreet, London, W.I,England

KBS shall mean: The Kenya Bureau of S t a n d a r d s Specification

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 1 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

DEFINITIONS AND ABBREVIATIONS (cont'd)

"KG" shall mean: Kilogrammes

"No" shall mean: Number

"M" shall mean: Linear Metres

"M2" shall mean: Square Metres

"M3" shall mean: Cubic Metres

"Ditto" shall mean: the whole of the preceding description except as qualified in thesection in which it occurs inbrackets it shall mean thewhole of the preceding description which is contained within the appropriate brackets

M/S shall mean: Measured separately

"B.M.S" shall mean: Both sides measured separately

SITE LEVELS

A Before commencing work the Contractor must arrange for andagree with the Architect, Engineer and Quantity Surveyor theexisting site levels and similarly establish and agree on a benchmark. Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 1 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

SETTING OUT

A The contractor shall set out works in accordance with thedimensions and levels shown on the drawings and shall beresponsible of the correctness of all dimensions and levels setout by him and he will be required to ammend all errors arisingfrom inaccurate setting out at his own cost and expenses. Inthe event of any error or discrepancy in the dimensions orlevels marked on the drawings being discovered, such errors ordiscrepancies must be reported by the contractor to thearchitect for his immediate attention.

No work shall be commenced by the contractor until he hasreceived written instructions from the Architect to adjust suchdiscrepancies which may be proved, upon receipt of suchinstructions and no claim for extra expenses or relief from theprovisions of the Conditions of the Contract , any discrepancyor error in the dimensions or levels shown on the drawings maybe made thereafter. Item

SAMPLES

The contractor shall furnish at the earliest possible opportunitybefore work commences and at his own cost any samples ofmaterials or workmanship that may be called for by theArchitect for his approval or rejection until such samples areapproved to be the minimum standard for the work to whichthey apply Item

Whenever requested the Contractor shall certify the origin ofthe materials supplied to the site by producing invoices,certificates of origin , freight bills etc.The opening of sacks,sealed containers shall take place in the prescence of arepresentative of the Employer, if the latter considers this aformality. Item

EXISTING PROPERTY

B The contractor shall take every precaution to avoid damage toall existing property including boundary wall, carpark, roads,cables, drains and other services and he will be heldresponsible for all damages hereto arising from the execution ofhis contract and he shall make good all such damages whendirected at his own expense. Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 1 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

EXISTING SERVICES

A Prior to commencement of any work the contractor is toascertain from the relevant Authorities the exact position, depthand level of all existing electric cables, water pipes and all otherservices in the area and he shall make whatever provisionsmay be required by the authorities concerned for the supportand protection of such services. Any damage or disturbancescaused to any service shall be reported immediately to theArchitect and the relevant Authority and shall be made good totheir satisfaction at the contractor's expense. Item

MATERIALS, TOOLS, PLANT AND SCAFFOLDINGS

B All materials and workmanship used in the execution of theworks shall be of the best quality and description. Any materialsfor the works condemned by the Architect shall immediately beremoved from the site at the Contractor's expense.

The contractor shall be responsible for the provision of allmaterials, scaffolding, tools, plant, transport and workmenrequired for the works except in so far as may be statedotherwise herein and he shall allow for the provision of theforegoing except for such items specifically and only requiredfor the use of Nominated Sub-contractors as described herein.

No timber used for scaffolding, formwork or similar purposeshall be used afterwards in the permanent works.

All such plant, tools and scaffolding shall comply with allregulations whether general or local in force throughout theperiod of the contract and shall be required as may benecessary to comply with any amendments in or additions tosuch regulations

The Contractor will be required to sign a receipt for all articlesand materials supplied by the PROJECT MANAGER at the timeof taking deliver thereof, as having received them in good orderand condition, and will thereafter be responsible for any loss ordamage and for replacements of any such loss or damage witharticles and/or materials which will be supplied by thePROJECT MANAGER at the current market prices includingCustoms Duty and V.A.T., all at the Contractor's own cost andexpense, to the satisfaction of the PROJECT MANAGER Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 1 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

LOCAL REGULATIONS AND BY-LAWS

A The contractor is to comply with all local regulations, NEMAregulations/ enforcement and by-laws of the Local Authorityincluding serving notices and paying of fees.

In addition to complying with the Factories act (Cap 514 ) andthe Factories Amendment act ( 1990 ), the contractor shallcomply in all aspects with the above mentioned rules.The contractor will be held responsible for serving on the chiefinspector of factories a written notice not later than seven daysafter the beginning of the building operations included in thiscontract stating the particulars required.The above rules are published in the Legal Notice 1179 of June11 1978 and kenya gazette supplement No. 18 ( LegislativeSupplement No. 13 ) dated 5th April 1984 respectively Item

SUPERVISION

B The said works shall be executed under the direction and to theentire satisfaction of the Project Manager and clerk of workswho shall have the Project Manager's specifically delegatedauthority and shall at all times have access to the works, to theyards and workshops of the contractor or other places wheregoods are being prepared for the building Item

TRANSPORT TO AND FROM THE SITE

C The contractor shall include in his prices for the transport ofmaterials, workmen etc to and from the site of the proposedworks at such hours and by such routes as are permitted by theAuthorities.

All unit rates for local or imported goods are to include freight,insurance, handling and delivery costs to the project sitetogether with import duties, sale tax, port charges etc and allother charges of whatever nature. Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 1 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

FAIR WAGES

A The contractor shall pay rates of wages and observe hours andconditions of labour not less favourable than the minimumconditions of employment applicable in the district in which thework is carried out. The relevant notice must be posted up andkept posted upon the site where it can be conveniently read bythe employees concerned in languages they can understand.

The contractor is to comply with the Regulations of Wages andConditions of Employment Act, Building and ConstructionIndustry wages Council and is to be responsible for complianceof the sub-contractors employed in the execution of thecontract.If required he is to notify the Architect of the namesand addresses of all such sub-contractors. Any Contractor orSub-contarctorsnot complying will not be permitted to tender forother work for such a period as the Architect may determine

Should a claim be made to the Architect alleging theContractor's default in payment of Fair Wages to any workmanemployed on the contract and if proof thereof satisfactory to theArchitect, may failing payment by the contractor, pay the claimout of any monies due or which may become due to thecontractor under this contract.

The Contractor is to furnish to the Architect, if called upon to doso, such particulars of the rates of wages, hours and conditionsof labour referred to above as the Architect may direct Item

RECORDS

B The contractor shall allow for keeping in English all recordsappertaining to the works and shall keep on the site a dailydiary recording of weather conditions, temperature, visitors tothe site etc. and avail the saem for inspection as and whenrequired tby the consultants.

The contractor is to supply to the Architect such information ashe may require in connection with the works, including astatement showing the number of labour employed in all tradesdaily and delivery reports( stating the name of the projects) forall materials delivered to site. Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 1 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

SECURITY OF WORKS AND FENCING

A The contractor shall be entirely responsible and shall paysecurity of all works, stores, materials, plant, personnel etc bothhis own and sub-contractors and shall also provide allnecessary watching, lighting, and other precautions asnecessary to ensure the security, the safety and protection ofthe public Item

SAFETY MEASURES

B The Project Manager expects the contractor to adhere to strictsafety measures. In this regard the contractor should ensurethat all his, the consultants (and his sub-contractors workmen)are wearing the following items before commencement of anywork i.e helmets, gumboots,harnesses where applicable andoveralls with the company name clearly printed on the backeach with clearly marked Identification Numbers stitched orimprinted on.

The Project Manager expects full compliance to this regulationand no excuses will be entertained for non-compliance. Item

PUBLIC, PRIVATE ROADS AND PAVEMENTS ETC

C The contractor will be required to make good at his ownexpense any damages he may cause to the present approachroad surfaces during the period of the works Item

POLICE REGULATIONS

D The contractor is to allow for complying with all GovernmentActs, orders or regulations in connection with employment oflabour and other matters related to the execution of the works.the contractor must acquit himself duly with current acts andregulations, including police regulations regarding themovement, housing, security and control of labour, labourcamps, passes for transport, etc..Particular attention is drawn to the Rules published in LegalNotice 179 dated 2nd june 1978 ( Building Operations and workof Engineering construction ) Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 1 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

AREA TO BE OCCUPIED BY CONTRACTOR

A The area of the site which may be occupied by the contractorfor use as storage and for the purpose of erecting workshopsetc shall be defined on the site by the Architect Item

PROGRESS SCHEDULE

B Immediately after signing the contract the contractor is toprepare a Time progress Chart showing the time and order inwhich he proposes to carry out the works within the totalconstruction time stated in the contract. The chart will show indetail the construction time and order in which each section ofthe work is to be carried out and be sub-divided into trades andtasks. If the contractor proposes sectional completion of theproject he must plan this in detail including access roads, andservices and this shall be reflected on the chart

Upon the letting of the sub-contractors work the contractor is toincorporate times and details of each separate sub-contractorwork which information is to be agreed by the sub-contractorand the chart will be so designed to accommodate thisinfantine.

At the end of each week the contractor is to mark on the chartin a different colour the actual time taken to complete therespective stages and sections of the work. The contractor shallobtain the Architect's approval on the chart and then shallsupply copies to the Architect and Quantity Surveyor

If at any time it should appear to the Architect that the actualprogress of the works does not conform to the approvedprogramme progress schedule the contractor shall produce atthe request of the Architect a revised programme showing themodifications and accelerations to the approved programmenecessary to ensure completion of the works within the agreedcontract period.

The submission of and approval by the Architect of suchrevisions and accelerations shall not entitle the Contractor toany extra payment or extension of time and shall not relieve thecontractor of any duties or obligations or responsibilities underthe contract Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 1 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

OVERTIME

A The contractor shall be responsible for any extra costs forovertime working he considers will be necessary in order tocomplete the works within the contract period or time forcompletion apart from overtime working which may beauthorised by the Architect

If overtime is worked out in accordance with a writteninstruction issued by the Architect the contractor will bereimbursed in respect of such overtime to the unproductive timepayable over and above the basic hourly rates as laid down bythe Regulation of wages and Conditions of employment Act,Building and Construction Industry Wages Council andexcluding any bonuses, profits and overheads.

The Contractor is notified that these works are urgent andshould be completed within the period stated in these ParticularPreliminaries.The Contractor shall allow in his rates for anycosts he deems that he/she may incur by having to completethe works within the stipulated contract period. Item

WATER

B The contractor shall provide at his own risk and cost all waterfor use in connection with the works including the work ofsub-contractors make arrangements with the local authority forthe installation of a seperate meter for all water used by himthroughout the contract and pay all costs and fees inconnection therewith. He shall also provide temporary storagetanks and tubing etc as he may consider necessary and clearaway at completion.

All water shall be fresh, clean and pure, free from earthlyvegetable or organic matter, acid or alkaline substance insolution or suspension. Item

TELEPHONE

C The contractor shall provide in the office, from thecommencement to the completion of the works, a telephone tothe Exchange and shall pay all fees and rentals for same. Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 1 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

LIGHTING AND POWER

A The contractor shall provide at his own risk and cost alltemporary artificial lighting and power for use on the worksincluding all sub-contractors and specialists requirements andincluding all temporary connections, wiring, fittings etc andclearing away on completion. The Contractor shall pay all feesand obtain all permits in connection therewith. Item

CONCRETE TEST

B Note: The contractor must allow in his rates all costs inconnection with the making of cubes, curing, transport,crushing by an approved testing Authority and obtaining the testcertificate

Set of fifty 150 x 150 x 150mm concrete test cubes Item

TEMPORARY WORKS

ACCESS TO SITE AND TEMPORARY ROADS

C Means of access to the site shall be agreed with the Architectprior to commencement of the works and the Contractor mustallow for building and maintaining any temporary access roadsfor the transport of materials, plant and workmen as may berequired for the complete execution of the works including theprovision of temporary culverts, crossings, bridges or any othermeans of gaining access.

Upon the completion the works the Contractor shall removesuch temporary roads, temporary culverts bridges etc andmake good and reinstate all works and services disturbed tothe satisfaction of the Architect. Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 2 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

TEMPORARY BUILDINGS

A The contractor shall provide sheds for storage accommodationfor all goods and materials liable to suffer damage fromexposure to sunlight or inclement weather.

The contractor shall provide offices, mess rooms and all thebuildings required by the contractor for his own use and the useof Nominated Sub-contractors as required by the items ofattendance only.

The contractor shall keep on the site and maintain in goodcondition one dumpy or quickset level, metric leveling staff andone 30 metre steel tape and electronic tape for the use of theArchitect, Surveyor and Engineer.

Upon completion all temporary buildings are to be removed andcleared away Item

SANITATION OF THE WORKS

B The sanitation of the works shall be provided, maintained andremoved on completion by the Contractor to the satisfaction ofthe Architects and local Authorities.

The latrines shall be enclosed with framing and corrugatedsheets roofs, sides and partitions,with concrete floors steeltrowelled smooth to floors to facilitate washing. Their locationshall be agreed with the Architects and the works shall not becommenced before the sanitary accommodation has beenapproved by the above mentioned authorities.

The Contractor will be required to pay all conservancy chargesand shall ensure clean daily maintenance and disinfecting ofthe latrines, and not less than once per week, the whole areashall be sprayed with disinfectant and insecticides and anytemporary drains shall be removed and all works and surfacesdisturbed made good and then the whole area disinfected andleft clean and free from pollution to the satisfaction of theArchitect and local authorities. Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 2 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

SIGN BOARD

A The Contractor shall provide and erect where directed andmaintain during the whole period of the building operation andremove at completion, one approved temporary sign board tothe Architect's standard design giving a brief description of theworks, an illustration of the design and showing the names ofthe employer and the consultants, with sufficient space toappend the names of the sub-contractors and suppliers whenknown. The lettering concerning the Architect, QuantitySurveyor and Engineer is not to be more than 50mm high.2no sign boards shall be erected as per the Project Managersinstructions Item

PROVISIONAL WORK

All work described as "Provisional" in these Bills of Quantities issubject to remeasurement in order to ascertain the actualquantity executed for which payment will be made. All"Provisional" and other work liable to adjustment under thisContract shall left uncovered for a reasonable time to allow allmeasurements needed for such adjustment to be taken by thePROJECT MANAGER Immediately the work is ready formeasuring, the Contractor shall give notice to the PROJECTMANAGER. If the Contractor makes default in these respectshe shall if the PROJECT MANAGER so directs uncover thework to enable all measurements to be taken and afterwardsreinstate at his own expense.

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 2 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

PRIME COST SUMS

i) The words "Prime Cost" (or the initials "P.C") appearing inthe contract documents shall mean net costs exclusive of anytrade, cash or other discount what soever but inclusiveof the costs of the packing, carriage and delivery. Such costsshall be the same due to the sub-contract or supplier afteradjustments where applicable in respect of measurements ofrates.

ii) Any increase or decrease in the prime costs sums resultingfrom the adjustments and properly paid by the contractor shallbe added or deducted from the contract sum in the finalaccount. In substantiation the contractor will require to produceto the Quantity Surveyor all quotations, invoices and receiptedaccounts as shall be necessary to show the details of the sumsactually paid.

iii) Any sum added by the contractor in these Bills of Quantitiesin respect of profits upon any prime costs will be deducted atthe final settlement of accounts and the sum will be added tothe amount of which will bear the same proportionto the sum added as the net amount properly expended to theoriginal P.C sum.

NOMINATED SUB-CONTRACTORS

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 2 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

The contractor shall accept responsibility for providing thefollowing services for nominated sub-contractors.

i) GENERAL ATTENDANCE: The following services aredescribed as "allow for general attendance"

a) Use for the purpose of the sub-contract works of anyscaffoding belonging to or provided by the contractor while itremains so erected upon site, provided that no warranty orother liability on the part of the contractor or of his othersub-contractors shall be created or implied in regard to thefitness, condition or suitability of the said scaffolding

b) Provision of water, lighting, watching and attendance for thepurpose of the sub-contract works.

c) Use of sanitary accommodation, mess rooms and welfarefacilities.

d) Provision of space for erecting of offices or stores or spacefor storage of plant and materials.

ii) SPECIAL ATTENDANCE: The following services are stated under a seperate item and where described under the following headings shall mean:

a) Taking delivery including the provision of unskilled labournecessary to attend upon the sub-contractors workmen forthe purpose of unloading plants and materials when receivedupon the site and placing in position within the sub-contractor'sstorage space or store.

b) Hoisting including the provision of unskilled labour and theuse of any contractors standing scaffoding and plant for thepurpose of assisting the sub-contractors workmen in hoistingthe sub-contractors plant and materials to the various levelsbut not placing in its final position.

c) Providing power including the provision of power during thecourse of the works and during the period of commissioningand training.

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 2 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

NOMINATED SUPPLIERS

A The contractor shall take delivery anywhere in Nairobi of allmaterials or goods supplied by the Nominated suppliers andshall sign a receipt as having received them in good order andcondition. He shall offload, transport to site, unload, hoist,provide safe storage and thereafter be responsible for any lossor damage or replacement of any such lost or damaged articlesat his own expense and shall return case if so required.

Provision is made herein following each appropriate P.C sumsfor the costs of the foregoing services against items reading"take delivery of and fix only" Item

DIRECT CONTRACTS

Notwithstanding the foregoing conditions, the Governmentreserves the right to place a "Direct Contract" for any goods orservices required in the works which are covered by a P.C.Sum in the Bills of Quantities and to pay for the same direct. Inany such instances, profit relative to the P.C. Sum in the pricedBills of Quantities will be adjusted as described for P.C. Sumsis allowed.

PROTECTION OF THE WORK

B The Contractor shall cover up and protect all finished workliable to damage including provision of temporary roof, gutters,drains etc until the completion of the works.

In the event of any damages occuring to the works, materials,sewers, drains, gullies, paths or other works on site intemporary possession of the contractor for the purpose of thiscontract either from weather, want of proper protection,defects, or insufficiency of the works or any other causes orwhatsoever during the progress of the works, the contractorshall be responsible and without extra charge, make good alldamage and pay all costs which may be levied. Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 2 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

PREVENTION OF NUISANCE

A The works and such sections of the site necessary thereaftershall be under the entire care and control of the contractorduring the whole period of the contract and shall take allpossible precautions to prevent any nuisance, inconvenience orinjury to the holder or occupiers of the existing or surroundingproperties and to the public generally, and shall at all timeskeep all paths and roads affected by the works in a safe andclear state, and shall use proper precautions to ensure thesafety of all wheeled traffic and pedestrians. Item

REMOVAL OF PLANT AND RUBBISH ETC

B The Contractor shall upon completion of the works remove andclear away all temporary buildings, plant, rubbish and unusedmaterials, and shall leave the whole of the site of the works in aclean and tidy state to the satisfaction of the Architect. He shallalso remove all rubbish and dirt from the site at weekly intervalsor as directed by the Architect.

Particular care shall be taken in leaving windows, floors andfittings clean and the removal of all paint and cement stainstherefrom.

The whole of the works shall be delivered up clean, completeand in perfect condition in every respect to the satisfaction ofthe Project Manager. Item

MATERIALS ARISING FROM EXCAVATIONS

C Materials of any kind obtained from the excavations shall be theproperty of the Government. Unless the PROJECT MANAGERdirects otherwise such materials shall be dealt with as providedin the Contract. Such materials shall only be used in the works,in substitution of materials which the Contractor wouldotherwise have had to supply with the written permission of thePROJECT MANAGER Should such permission be given, theContractor shall make due allowance for the value of thematerials so used at a price to be agreed. Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 2 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

ALTERATIONS TO BILLS, PRICING, ETC.

Any unauthorised alteration or qualification made to the text ofthe Bills of Quantities may cause the Tender to be disqualifiedand will in any case be ignored. The Contractor shall bedeemed to have made allowance in his prices generally tocover any items against which no price has been inserted in thepriced Bills of Quantities.All items of measured work shall bepriced in detail and the Tenders containing Lump Sums tocover trades or groups of work must be broken down to showthe price of each item before they will be accepted.

CONTRACTOR'S SUPERINTENDENCE/SITE AGENT

A The Contractor shall constantly keep on the works a literateEnglish speaking Agent or Representative, competent andexperienced in the kind of work involved who shall give hiswhole experience in the kind of work involved and shall give hiswhole time to the superintendence of the works. Such Agent orRepresentative shall receive on behalf of the Contractor alldirections and instructions from the Project Manager and suchdirections shall be deemed to have been given to theContractor in accordance with the Conditions of Contract. Item

TRAINING LEVY

B The Contractor's attention is drawn to Legal Notice No. 237 ofOctober 1971 which requires payment by the Contractor of aTraining levy . The tenderer shall at his own cost ensureconversence with the said law and make all approppriatepayments to the auothrities Item

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 2 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

VALUE ADDED TAX (V.A.T.)

A The Contractor's attention is drawn to V.A.T PUBLIC NOTICENO. 6 of 5th August, 1993 regarding the Finance Bill 1993which expanded the V.A.T base to cover construction servicesamongst other items. The Contractor shall familiarise himselfwith the said notice and allow in all his Bills of Quantities rates(Excluding P.C and Provisional Sums) for the net tax. (i.e lessinput tax where applicable) as required by law.

Please note that allowing a lump sum tax either in preliminariesor in summary page shall not be acceptable.

Any additional information and assistance concerning theapplication of the said notice should be directed to the office ofthe Commissioner of Value Added Tax Item

B FIRM PRICE CONTRACTThis is a firm price contract and the Contractor must allow in histender rates for any increase in the cost of labour and/ormaterials during the currency of the contract.

Item

SPECIAL PRELIMINARIES

Supervision and Training

C Allow the Provisional Sum for Clerk Of Works over the contractduration Item -

Carried to Collection K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 2 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 5

PRELIMINARIES

ELEMENT NO. 2

GENERAL MATTERS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page5/11

Page5/12

Page5/13

Page5/14

Page5/15

Page5/16

Page5/17

Page5/18

Page5/19

Page5/20

Page5/21

Page5/22

Page5/23

Page5/24

Page5/25

Page5/26

Page5/27

Carried Forward K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 2 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 5

PRELIMINARIES

ELEMENT NO. 2

GENERAL MATTERS

COLLECTION

Page AmountNo

Brought Forward K E S

Total Brought Forward from Page No. Page5/28

Carried Forward to Summary of Section No. 5 K E S SECTION NO. 5PRELIMINARIESELEMENT NO. 2GENERAL MATTERSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 3 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 5

PRELIMINARIES

SECTION SUMMARY - PRELIMINARIES

Bill Page AmountNo No

1 Page5/10PARTICULAR PRELIMINARIES

2 Page5/30GENERAL MATTERS

Carried to Final Summary K E S SECTION NO. 5PRELIMINARIESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 5 / 3 1

DEMOLITIONS

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

DEMOLITION WORKS (ALL PROVISIONAL)

NOTES:

The tenderer's rates shall be deemed to include for allnecessary shoving, temporary supports and carting awaydemolished materials

Tenderer's rates for demolitions and downtakings shall alsobe deemed to include for making good all disturbed surfacesresulting from the said demolitions and downtakings

The Employer reserves the right to take possession of anysalvaged materials in which event credit shall be given forsuch materials accodingly by the Quantity Surveyor

Additional Demolition Works

A Provide the Provisional Sum for any Demolition Works. tobe expended at the project Managers discretion Item 1,500,000 00

Debris and Rubbish Arisings

B Allow for clearing all debris and rubbish arising from siteincluding removing damaged floors and wall plaster and anyother incidental demolition work Item

Carried to Final Summary K E S SECTION NO. 6DEMOLITIONSELEMENT NO. 1DEMOLITION WORKSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 6 / 1

GROUND FLOOR

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

SUBSTRUCTURES (ALL PROVISIONAL)

Excavation and site clearance

A Excavate 150mm deep to remove top vegetable soil andcart away or burn arisings SM 728

B Excavate for trenches not exceeding 1.5m depth in normalsoil CM 510

Disposal

C Load, wheel and cart away from site surplus excavatedmaterila and deposit in approved dumping area CM 512

D Allow for keeping excavations free from all water bypumping or otherwise Item

E Allow for plunking and strutting sides of excavation trenches Item

Hardcore fill

F Approved broken quarry stone hardcore fill; well wateredand compacted in 150mm thick layers to approval. SM 706

G 50mm thick stone dust blinding to surfaces of hardcore SM 569

Plain Concrete blinding class 10 to:

H Column Bases SM 136

Vibrated Reinforced Concrete Class 30 in:

J Bases CM 368

K Columns CM 42

Concrete slab

L 150 mm thick slab SM 578

BRC mesh fabric reinforcement:-

M BRC ref. A.142 mesh weighing 2.22kg/m2 in ground floorslab SM 578

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 1SUBSTRUCTURESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Load bearing natural stone walling,chisel dressed onboth sides and jointed in cement and sand (1:3) mortar

A 150mm Thick wall in foundations SM 284

High tensile square twisted bars to B.A 4461 includingbends, hooks and tying wire

B Assorted Reinforcement 8mm - 25mm Diameter bars KG 50,822

Sawn formwork to:-

C Sides of Bases SM 91

D Sides of Columns SM 102

Surface treatment

E Termidor or other equal and approved anti-termiteinsecticide treatment to blinded hardcore surfaces applied inaccordance with the manufacturer's printed instructions SM 569

Damp-proofing

F 500 gauge polythene sheeting laid under concrete floor bed SM 578

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 1SUBSTRUCTURESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 1

SUBSTRUCTURES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page7/1

Page7/2

Carried Forward to Summary of Section No. 7 K E S SECTION NO. 7GROUND FLOORELEMENT NO. 1SUBSTRUCTURESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

REINFORCED CONCRETE FRAME

Insitu concrete class 25 , vibrated and reinforced asdescribed, in:-

A Internal and Ring; Beams CM 44

B Columns; Ditto in Class 30 CM 30

C 150mm thick slab SM 578

D 200mm thick walling; lift core SM 131

REINFORCEMENT (PROVISIONAL)

E (8mm - 32mm) Assorted reinforcement bars KG 34,900

Sawn formwork to:-

F Sides of Beams SM 250

G Soffits of suspended slab SM 578

H Vertical sides columns SM 14

J Vertical sides of Concrete walls SM 132

Carried Forward to Summary of Section No. 7 K E S SECTION NO. 7GROUND FLOORELEMENT NO. 2REINFORCED CONCRETE FRAMEArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

STAIRCASES AND RAILINGS

Insitu concrete : class 20/20 mm : vibrated : reinforced

A Staircase treads, risers, waist CM 1

B 150mm Suspended landings and stair lobbies SM 3

High yield square twisted bar reinforcement to BS 4461and mild steel bar reinforcement to BS 4449

C 10mm to 12mm Diameter bars KG 174

Sawn formwork : to

D Sloping soffits : staircase SM 4

E Horizontal soffits : suspended landing slab SM 3

F Ditto : edges of risers LM 2

G 350mm (Average) raking sides of staircase : includingcutting to profile of treads and risers LM 8

Cement and Sand (1:4) beds

H 32mm thick to receive granite floor tiles SM 9

Ceramic Tiles

J Supply and fix300*600*10mm thick granite floor tiles-traditional colours or other equal and approved onpreapared screed with first quality adhesive includingpointing SM 9

Skirting

K 100mm high skirting; fixed LM 7

12mm Lime plaster, steel trowelled finish to concrete

L Horizontal soffits : landings SM 3

M Sloping soffits : open edges of string staircase SM 4

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 3STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Prepare and apply three coats of approved emulsionpaint : to

A Sloping soffits : staircase SM 4

B Horizontal soffits : landings SM 3

RAILINGS AND BALUSTRADINGS

C 75mm Hollow Section in Stainless Steel screwed to andincluding all necessary grouting and making good; complete LM 52

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 3STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 3

STAIRCASES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page7/5

Page7/6

Carried Forward to Summary of Section No. 7 K E S SECTION NO. 7GROUND FLOORELEMENT NO. 3STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

INTERNAL WALLING

Machine cut natural stone walling jointed in cement andsand (1:3) mortar including bonding ties as necessary

A 200mm Thick walling SM 200

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

B 200mm Wide horizontal layer LM 84

Machine cut natural stone walling jointed in cement andsand (1:3) mortar including bonding ties as necessary

C 150mm Thick walling SM 20

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

D 150mm Wide horizontal layer LM 7

Aluminium Partitions

Powder Coated aluminium glazed partitions andscreens (colour to Architects approval) as detailed inArchitect's tender drawings: Aluminium sections shallbe obtained from an approved manufacturer : verticalframes shall be as detailed, single glazed partitionbottom and top shall be in butterfly channel sectionssize 45x20mm as detailed: with and including allaluminium beads and neoprene gaskets as directed :supply and fix 8mm clear toughed laminated safetyglass with smooth edges as specified on drawing:Partition securely fixed to block work or concrete: allowtimber stiffener inserts as necessary: finished andhanded over: all to Architects detail drawings

E 75 x 50 x 3 mm Thick horizontal members: Bottom,Intermediate, and top rails LM 88

F 40 x 50 x 3 mm Thick vertical members LM 36

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 4WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

25 mm Thick Laminated MDF board: Scratch proofVeneered on both sides: (Veneer to Architectsapproval) : on aluminium frame (m/s): lower end panelfixed to floor: to

A Partitions : 1200mm high SM 32

8mm Clear sheet laminated glass; glazing to aluminiumframe (m/s): including 25 x 25 mm anodized aluminiumglazing beading and rubber gaskets on both sides: to

B Partitions: 1850mm high SM 21

Supply and fix coloured transparent/translucent stickon vinyl film with client's "corporate graphics" orsandblast film graphics as per Architect's details or asdirected: finished and handed over: to

C Glass partitions SM 21

EXTERNAL WALLING

D 200mm Thick walling SM 279

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

E 150mm Wide horizontal layer LM 126

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 4WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 4

WALLING

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page7/8

Page7/9

Carried Forward to Summary of Section No. 7 K E S SECTION NO. 7GROUND FLOORELEMENT NO. 4WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 1 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

DOORS

Mural doors

Panel doors : wrot mahogany : selected and kept clean(Provisional)

A 50 mm Decorative mural door (lamu door, overall) size 1800x 2500 mm high, : 2no equal leaves : comprising 50 x 150mm rebated stiles, top, and 50 x 200 mm bottom rail :decorative mouldings on panels ( on both sides). 200 x100mm thick ( extreme) moulded door frame fixed towall,screwed and pellated Rate to include for Lamu carvingsto door lining not exceeding 300mm wide includingparliament hinges; Complete with Matching 5 Lever Locks NO. 1

B Ditto Size 900x2400mm high NO. 1

Steel Casement Doors

Supply, assemble and fix the following purpose madestandard section steel Door to comply toB.S.990,obtained from an approved manufacturer,primed with red oxide primer before delivery to sitecomplete with, hinges, handles, catches and building inlugs.

C Steel glazed mild steel double door 3000x2400mmfabricated from 50x25x3 mm RHS frame, 25x50x3mm zed& tee sections and reinforced with 16mm bars mild steelsquare welded to approved pattern complete with; theframes fishtailed and grouted to concrete block wall orconcrete head;Complete NO. 2

D Steel glazed mild steel door 1800x2400mm in small panescomprising 300mm high top fixed light, fabricated from50x25x3 mm RHS frame, 25x50x3mm zed & tee sectionsand reinforced with 16mm bars mild steel square welded toapproved pattern complete with three lever lock as unioncatalogue or equal; the frames fishtailed and grouted toconcrete block wall or concrete head;Complete NO. 3

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 5DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 1 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Touch up primer ,prepare and apply two undercoatsand one finishing coat of 1 st quality and approvedgloss paint on metal work

A General surfaces of mild steel /Metal doors SM 55

TIMBER DOORS ( Provisional )

B 200x50mm Frame with four labours LM 61

C 40x12mm Architrave LM 122

D 15mm Quadrant LM 122

Wrot treated cypress selected and kept clean

Flush Doors

45mm thick Solid core flush door Mahogany Veneeredto BS 459 :Part 2, faced on both sides with 3mminternal painting quality ply wood and lipped on alledges with hardwood

E Door Overall Size 800x2100mm high NO. 9

F Dooor Overall size 900*2100mm high NO. 7

Supply and fix the following ironmongery with screwsto match (Ref. is to Union Catalogue or other equal andapproved)

Iron mongery.

Supply and fix the following ironmongery with screwsto match (Ref. is to Union Catalogue or other equal andapproved)

G Rubber door stop fixed to concrete floor,or masonry wallingwith and including 38mm rawl bolt NO. 7

H 100mm steel butt hinges with steel screws Pairs 24

J 2-Lever mortice lock complete with aluminium lever handles NO. 16

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 5DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 1 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

"Crown") aluminium or other equal and approved woodprimer

A Back of wood surface exceeding 100mm girth but notexceeding 200mm girth LM 122

Prepare and apply two undercoats and one finishingcoat gloss paint on wood work

B Ditto over 200mm but not exceeding 300mm girth LM 61

C General surfaces SM 57

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 5DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 1 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 5

DOORS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page7/11

Page7/12

Page7/13

Carried Forward to Summary of Section No. 7 K E S SECTION NO. 7GROUND FLOORELEMENT NO. 5DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 1 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

WINDOWS

Aluminium framed windows

Natural anodised aluminium section windows includingaccessories to Architects approval : 75 x 50 mm frames: aluminium glazing beads, powder coated alumniumwindow cills and wash leather, neoprene gaskets strip:permanent vents in aluminium louvre to be integral towindow and mosquito proofed : complete with andincluding 6 mm reflective, tinted or clear laminatedglass as specified by architect including butt jointedglazing with silicone sealant where shown and asdirected by the Architect: with and including aluminiumlouvre jambs where detailed and louvre glass bladeswith smooth edges: :installed by an approved domesticsub-contractor: to Architects window schedule: allopening windows to have "Bonn Series" or equal andapproved friction stay hinges with restrictor stay, satinanodised aluminium window handles and lockingdevice : fixed to partitions : frames fixed with screwsplugged : pointed externally in mastic

A Window Overall size 700*1200mm high NO. 5

B Window Overall size 900*1200mm high NO. 13

C Window overall size 900*600mm high NO. 5

Glazing

D 4mm thick clear sheet glass and glazing with putty to metalin small panes SM 21

Precast Concrete Cill

E 150 x 50mm precast concrete window cill bedded andjointed in cement/sand mortar LM 20

Prime grade wrot cypress

F 125 x 25mm window board with one labour LM 20

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 6WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 1 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A Pelmet boxes in 25 x 150mm bull-nosed top, 25 x 150mmfascia with 8 labours; complete with 19 x 50mm cypressbearer plugged to wall; including end pieces LM 20

Accessories

B Brass I-section double curtain rail complete with brackets,rings, rollers and all other necessary accessories LM 20

C Vertical Aluminium retractable blinds complete with rings,rollers and all other necessary accessories SM 21

Prepare and apply three coats of gloss oil paint to:-

D Surfaces of timber pelmet boxes 200-300mm girth LM 20

E Ditto window board surfaces 100 - 200mm girth LM 20

Painting

Prepare and apply one undercoat and two finishingcoats of gloss oil paint to general surfaces of :-

F Windows (both sides measured) SM 42

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 6WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 1 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 6

WINDOWS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page7/15

Page7/16

Carried Forward to Summary of Section No. 7 K E S SECTION NO. 7GROUND FLOORELEMENT NO. 6WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 1 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

EXTERNAL FINISHES

WALL FINISHES

Natural stone walling external finishes

A Extra over machine dressed stone walling for neat recessedhorizontal key in cement mortar 1:11/2 SM 279

Sun-shading Elements

B Vertical concrete Sun-shading elements SM 14

Carried Forward to Summary of Section No. 7 K E S SECTION NO. 7GROUND FLOORELEMENT NO. 7EXTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 1 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

FLOOR FINISHES

Cement and Sand (1:4) beds

A 32mm thick to receive ceramic floor tiles SM 41

B 32mm thick to receive granite floor tiles SM 150

C 32mm thick to receive carpet SM 302

Ceramic Tiles

D Supply and fix 300 x 300mm x 8mm thick Non-slip ceramicfloor tiles as manufactured by "saj Ceramics" or other equaland approved on preapared screed with first qualityadhesive including pointing SM 41

E 100mm high skirting; fixed LM 54

Granite Floor Tiles

F Supply and fix 300*600*10mm thick granite floor tiles-traditional colours SM 150

Carpet

G Supply and fix high quality wall to wall floor carpet withdense yarn: high fade resistance with 100% solution dyednylon suitable for heavy commercial usage: yarn weight withminimum 1.2kg/m2 and total weight equal or above 2.5kg/m2: electrostatic propensity less than 2.0kv: preparesurface and lay complete with underlay as permanufacturers printed instructions allow for and brassknaplocks as necessary or as directed: 100 x 25mm profilesmahogany skirtings on all wall edges : cement and sandscreed (ms) all to Architect's approval SM 302

WALL FINISHES

Cement and Sand (1:4) backing

H 25mm thick screeding to receive ceramic tiles SM 161

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 8INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 1 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Ceramic tiles

A Supply and fix 300 x 300mm x 8mm thick Non-slip ceramicwall tiles as manufactured by "saj Ceramics" or other equaland approved on preapared screed with first qualityadhesive including pointing SM 161

15mm (minimum) Two-coat lime plaster, with steeltrowelled finish, as described to:-

B Stone walls and concrete surfaces SM 759

Prepare and apply three under coats of 1st quality paint- and approved paint to:-

C Plastered wall and concrete surfaces SM 759

CEILLING AND SOFFITS

15mm (minimum) Two-coat lime plaster, with steeltrowelled finish, as described to:-

D Soffits of suspended ceiling SM 493

Prepare and apply three under coats of 1 st quality andapproved paint to:-

E Plastered soffits of suspended slabsSM 493

Accoustic ceiling

Aluminium frame in 600 x 600 x 15 mm Decorativeaccoustic , Armstrong Minaboard Synonyms T-M rangeor equal and approved panels : on and includingexposed powder coated aluminium grid system ;suspended 400mm from concrete soffits(including allnecessary framework) : provisional

F Horizontal ceilings SM 449

G Extra over for access panels and diffusers 600 x 600 mm NO. 5

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 8INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 2 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 8

INTERNAL FINISHES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page7/19

Page7/20

Carried Forward to Summary of Section No. 7 K E S SECTION NO. 7GROUND FLOORELEMENT NO. 8INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 2 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

SECTION NO.4

FIXTURES AND FITTINGS

BENCHING

Plain insitu concrete : class 15/20

A 100mm Benching SM 35

Sawn formwork : to

B Vertical edge : benching over 75 but not exceedng 150mmhigh LM 58

Cement and sand (1:4) paving : steel trowelled : to

C 15mm Floors SM 41

JOINERY FITTINGS

KITCHEN CUPBOARDS

Cleaners cupboards : comprising 50 x 25mm wrotframes : 25 x 25mm sawn cypress bearers plugged andscrewed : 20mm blockboard doors, shelves, partitions,sides and divisions : hardwood lipped on all exposededges : all exposed blockboard surfaces faced withmahogany veneer : 100mm aluminium D-handles :75mm brass piano hinges : magnetic ball catches :prepare and apply three coats polyurethane or otherequal and approved clear finish to all exposed surfacesunless otherwise stated

D Low level cleaners "U" shaped cupboard and worktop unitsize 7000 mm long x 600mm wide x 900mm high :comprising 100mm concrete (class 15) benching with 25mmcement sand paving (measured separately) : 100mmconcrete (class 20/20mm) worktop reinforced with 6mmdiameter mild steel reinforcement bars at 150mm centresbothways 7no partitions : one full length shelf : 5No doorssize 500 x 600mm high NO. 1

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 9FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 2 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

STORE SHELVING

A 20mm x 400mm Wide blockboard shelves : mahoganyveneered on all exposed surfaces : hardwood lipped on allexposed edges : 60 x 25mm sawn cypress bearers pluggedand screwed to wall : three coats polyurethane or otherequal and approved clear finish to all exposed surfacesunless otherwise stated LM 41

Service Ducts

B 25mm Blockboard door to refuse chute size 600 x 3050mmhigh : mahogany veneer faced : 50 x 100mm mahoganyframe and 25 x 25mm architrave : ironmongery : three coatspolyurethane clear varnish NO. 12

VANITY TOPS

Concrete Work

C 100mm Thick insitu concrete (class 20/20) worktop :including 6mm diameter mild steel reinforcement bars at150mm centres bothways SM 31

D Sawn formwork to : horizontal soffits of worktop SM 31

E Sawn formwork to : vertical edge of worktop over 75 but notexceeding 150mm high LM 52

Granite

F 20mm Thick polished granite tile fixed with cement mortar to worktop SM 4

G Ditto : to vanity top SM 31

H 20 x 100mm Granite tile fascia LM 7

J Ditto to vanity tops NO. 52

ACCESSORIES : TO ARCHITECTS APPROVAL

K 6mm Bevelled edge polished plate glass mirror size 600 x1000mm high : fixed with chromium plated dome headednuts and screws NO. 11

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 9FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 2 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A Ditto size 2000 x 1100mm high (gents and ladies toilets) NO. 22

B 20mm Diameter chromium plated horizontal hands griphook 450mm long : 2No chromium plated brackets :plugged and screwed drawing L(74)14 and L(74)15(disabled toilets) NO. 11

C Ditto : 450mm long vertical hands grip NO. 11

D 20mm Diameter chromium plated towel rail 600mm long :2No chromium plated fixing brackets plugged and screweddrawing L(74)03, 04, 05, 06, 10, 12 and 13 NO. 33

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 9FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 2 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 9

FIXTURES AND FITTINGS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page7/22

Page7/23

Page7/24

Carried Forward to Summary of Section No. 7 K E S SECTION NO. 7GROUND FLOORELEMENT NO. 9FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 2 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

SIGNAGE FOR ENTIRE BUILDING

MAIN FLOOR DIRECTORY SIGNAGE

A Supply and fix Main floor directory signage overall size1680mm wide x 2044mm high : Comprising 2mm Polishedbrass plate background engraved with maroon colourcorporate font lettering on general floor directory overall size1680mm wide x 1624mm high :logo at the top on 10mmwhite specialist perspex background overall size 1680mmwide x 420mm high : mounted on wall : Graphics andlettering to be as per architects details NO. 6

DOOR SIGNAGE

Supply and fix the following door signage overall size450mm long x 75mm high : Comprising 3mm Polishedbrass plate background engraved with maroon colourcorporate font lettering : mounted on doors : All todetails ;-

B Door signages NO. 35

ArtWork

ARTWORK

Art Works in the following Bills of Quantities will be executedthrough qualified artist or domestic subcontractors withexperience in similar works.

The broad themes for the artworks will be related to social,political and landscape [flora, fauna and landforms] featuresof Nakuru County.

C Mix of bronze and/or stainless steel and resin Sculpturalartistic work in 3D manifestations, approximate size 1200 x1200mm, set in alcove in wall (MS) cast in epoxy resin andfinished in bronze or approved metal. NO. 2

D Painterly Artistic work approximately size 1200 x 1200 mmeither on primed hardboard, block board, canvas or otherapproved medium placed on a 50 x 25 mm moldedartistic podo or cypress frame with hard board backing. NO. 2

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 10SIGNAGE & ARTWORKArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 2 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A Brass or stainless steel or aluminum Ornamental shield andtwo spears within an area of 1500 x 1200 mm, to approval,and all to approved shop drawings. NO. 2

B Ditto but within 2000x2000mm NO. 2

C Coat of Arms in bronze size 300 x 300 mm NO. 2

D Resin coat of arms size 500x500mm NO. 2

SIGNAGE

Supply and fix only the following signage : as "Unioncatalogue" or equal and aprroved: to Architect'sapproval : with matching screws (provisional)

Brass plated

E Male / female symbol engraved plate size 100 x 200mmhigh, with bevelled edges. NO. 12

F Signage plate with engraved name tags size 300 x 100mmhigh : fitted to railings, fixed to doors NO. 20

Clear UPVC plates with visible inscriptions

G Signage plate size 300 x 100mm high NO. 2

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 10SIGNAGE & ARTWORKArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 2 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 10

SIGNAGE & ARTWORK

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page7/26

Page7/27

Carried Forward to Summary of Section No. 7 K E S SECTION NO. 7GROUND FLOORELEMENT NO. 10SIGNAGE & ARTWORKArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 2 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

FURNITURE AND LOOSE FITTINGS.

(All to be approved by Samples)

Reception counters

A Main reception Counter : "U" shaped reception counter withcurved bulge at the middle, (overall) size 3000 x 940 x 1200mm : comprising steel frame supports covered with andincluding 25mm polished solid mahogany panels to front andsides; provision for fixing artwork to the front : 25mm thickpolished black marble top and fascia, fixed with approvedadhesive to and including 25mm thick blockboard base fixed onRHS framing ; fitted with 2no. pedestal each with 3no drawers :provision for downlighter below the fascias : 150 mm highmoulded skirting : 2no receptionists ( Architects detail no. --) NO. 1

B Main reception Counter : bulk head "lattice "ceiling overall size2700 x 1860mm x 330mm deep suspended from masonrywalling and constructed in : 25 x 75 mm painted soft woodtimber strips fixed diagonal at 150mm centres both ways -lattice : 300 mm wide x 330mm deep downlighter to edges oflattice ceiling fixed on 50 x 50 mm timber framing with provisionfor downlighters - to follow profile of counter on plan ;(Architect's detail) NO. 4

Offices

C Easy Seating : Single Seater easy sitting sofa size 900 x 1000 x1000 mm; with synthetic leather upholstery : arm rest NO. 228

D Coffee Table : (overall) size 1020mm diameter x 450mm high :polished solid hardwood : clear bevelled float glass inseatertable top NO. 3

E Credenza : 1200 x 400 x 800 mm Low level credenzaconstructed in 12mm Veneered MDF board ; with 2 no. shelffiling cabinets and with 2 no. full swing doors; 2 no. shelfcabinets with glass doors. NO. 3

F Secretarial Chairs : Medium back reception chairs; finished withleather seat cushion on steel framework; lock and tiltmechanism : back lumbar support : 5no heavy duty castors NO. 2

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 11FURNITUREArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 2 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

A Library book shelves : 2000 mm long x 900 mm wide x 2100mm high portable pre painted steel book racks comprising 5no.tier shelving : 18mm thick veneered MDF ends. NO. 8

B Executive desks : 2400 x 1050 x 750 mm Freestandingexecutive desk with meeting module; and integrated cablemanagement system; grommet holes with caps : modesty andside panels with approved high quality leather padding to thefront : 800 x 630 x 730 mm extension table with fixed 2 no.drawers and a lateral filing drawer : 450 x 400 x 560 mm mobilepedestal unit with 3no drawers approved aluminum handles, 4no castors to match main desk : polished mahogany wood andmoulded polyurethane edging to top NO. 8

C Office desks : 1200 x 1050 x 750 mm Freestanding executivedesk with meeting module; and integrated cable managementsystem; grommet holes with caps : modesty and side panels:800 x 630 x 730 mm extension table with fixed 2 no. drawersand a lateral filing drawer : 450 x 400 x 560 mm mobilepedestal unit with 3no drawers approved aluminum handles, 4no castors to match : All in Mahogany Veneered MDF andmoulded polyurethane edging to top NO. 228

D Visitors Chairs : low back single seater tub sofa with syntheticleather upholstery NO. 6

E Ditto Writing table size 1580mm x 750 x 750 mm NO. 2

F Open Filing Cabinet : 1500 x 350 x 1180 mm Open 3 no. filingshelves unit; in MDF board finished with scratch proof laminate;on 4 no. castors. NO. 4

G Closed Cabinets : 1500 x 400 x 1180 mm High cabinet unit with3 drawers; shelving;2 bottom swing doors; in MDF finished withscratch proof laminate; upper shelf left open. NO. 4

H 10 no. member executive board room : Executive macroconference boardroom table (overall) size 5000 x 1800 x 750mm consisting of : rectangular Boardroom Table shock proofdesk tops in solid mahogany board with scratch proof laminatefinish : solid hardwood (moulded) legs; modesty panel;grommet holes with caps to approval; and cable manageddetachable straight panel; each piece size 1600 x 700 x 750mm NO. 4

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 11FURNITUREArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 3 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

A Board Room Chairs : 610 x 610 x 1130 mm Medium back highdensity meeting chairs; solid moulded mahogany framing :padded leather seat and back rest : arm rest NO. 40

Curtain fabric

Curtains shall be at least 10% wider than the track fromwhich they hang, and shall extend to within 15 inchesabove the floor. The top hem shall be approximately 35mmwide, reinforced and double stitched. Edges shall beturned. Bottom hem shall be double thickness and singlestitched. All vertical hems shall be double stitched.rustproof grommets shall be fastened in the top hem on150mm centers. Rate to include 100% cotton Sheers

B 100 percent wool wooven fabric curtains fitted to windows SM 312

Auditorium Seats

C Auditorium seats : ergonomic tip up seat with the followingspecifications:-a] head rest which is integrated to the seat's backb] Two arm rests and a seating area of not less than 600 mmwidec] seat with polyurethane form density to be 65kg/CM and57kg/CM to the back rest : preformed in a mold ina way to avoid channels or fluting, all wrapped in a fire resistantmaterial which meets B.S. 5852 standard., sandwichedbetween 6mm plywood.e] upholstered in high quality dark red Synthetic leatherstitched without seams or staples.f] Structure to be of steel plate and tube welded with continuousarc and powder coated.g] back and bottom of the seat to be covered with moldedpolypropylene piece which has high impact resistance.i] Tip up mechanism to be silent and maintenance free.Seat to be sound absorbent. allow for minor customisation toclients requirements NO. 100

Carried to Collection K E S SECTION NO. 7GROUND FLOORELEMENT NO. 11FURNITUREArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 3 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 11

FURNITURE

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page7/29

Page7/30

Page7/31

Carried Forward to Summary of Section No. 7 K E S SECTION NO. 7GROUND FLOORELEMENT NO. 11FURNITUREArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 3 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

SECTION SUMMARY - GROUND FLOOR

Bill Page AmountNo No

1 Page7/3SUBSTRUCTURES

2 Page7/4REINFORCED CONCRETE FRAME

3 Page7/7STAIRCASES

4 Page7/10WALLING

5 Page7/14DOORS

6 Page7/17WINDOWS

7 Page7/18EXTERNAL FINISHES

8 Page7/21INTERNAL FINISHES

9 Page7/25FIXTURES AND FITTINGS

10 Page7/28SIGNAGE & ARTWORK

11 Page7/32FURNITURE

Carried to Final Summary K E S SECTION NO. 7GROUND FLOORArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 7 / 3 3

FIRST FLOOR

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

REINFORCED CONCRETE FRAME

Insitu concrete class 25 , vibrated and reinforced asdescribed, in:-

A Internal and Ring; Beams CM 46

B Columns; Ditto in Class 30 CM 30

C 150mm thick slab SM 364

D 200mm thick walling; lift core SM 131

REINFORCEMENT (PROVISIONAL)

E (8mm - 32mm) Assorted reinforcement bars KG 41,728

Sawn formwork to:-

F Sides of Beams SM 247

G Vertical sides columns SM 50

H Soffits of suspended slab SM 504

J Vertical sides of Concrete walls SM 132

K Sides of slab 150mm thick SM 19

Carried Forward to Summary of Section No. 8 K E S SECTION NO. 8FIRST FLOORELEMENT NO. 1REINFORCED CONCRETE FRAMEArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

STAIRCASES AND RAILINGS

Insitu concrete : class 20/20 mm : vibrated : reinforced

A Staircase treads, risers, waist CM 1

B 150mm Suspended landings and stair lobbies SM 3

High yield square twisted bar reinforcement to BS 4461and mild steel bar reinforcement to BS 4449

C 10mm to 12mm Diameter bars KG 174

Sawn formwork : to

D Sloping soffits : staircase SM 4

E Horizontal soffits : suspended landing slab SM 3

F Ditto : edges of risers LM 2

G 350mm (Average) raking sides of staircase : includingcutting to profile of treads and risers LM 8

Cement and Sand (1:4) beds

H 32mm thick to receive granite floor tiles SM 9

Ceramic Tiles

J Supply and fix300*600*10mm thick granite floor tiles-traditional colours or other equal and approved onpreapared screed with first quality adhesive includingpointing SM 9

Skirting

K 100mm high skirting; fixed LM 7

12mm Lime plaster, steel trowelled finish to concrete

L Horizontal soffits : landings SM 3

M Sloping soffits : open edges of string staircase SM 4

Carried to Collection K E S SECTION NO. 8FIRST FLOORELEMENT NO. 2STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Prepare and apply three coats of approved emulsionpaint : to

A Sloping soffits : staircase SM 4

B Horizontal soffits : landings SM 3

RAILINGS AND BALUSTRADINGS

C 75mm Hollow Section in Stainless Steel screwed to andincluding all necessary grouting and making good; complete LM 52

Carried to Collection K E S SECTION NO. 8FIRST FLOORELEMENT NO. 2STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 8

FIRST FLOOR

ELEMENT NO. 2

STAIRCASES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page8/2

Page8/3

Carried Forward to Summary of Section No. 8 K E S SECTION NO. 8FIRST FLOORELEMENT NO. 2STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

INTERNAL WALLING

Machine cut natural stone walling jointed in cement andsand (1:3) mortar including bonding ties as necessary

A 200mm Thick walling SM 175

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

B 200mm Wide horizontal layer LM 74

Machine cut natural stone walling jointed in cement andsand (1:3) mortar including bonding ties as necessary

C 150mm Thick walling SM 20

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

D 150mm Wide horizontal layer LM 7

Aluminium Partitions

Powder Coated aluminium glazed partitions andscreens (colour to Architects approval) as detailed inArchitect's tender drawings: Aluminium sections shallbe obtained from an approved manufacturer : verticalframes shall be as detailed, single glazed partitionbottom and top shall be in butterfly channel sectionssize 45x20mm as detailed: with and including allaluminium beads and neoprene gaskets as directed :supply and fix 8mm clear toughed laminated safetyglass with smooth edges as specified on drawing:Partition securely fixed to block work or concrete: allowtimber stiffener inserts as necessary: finished andhanded over: all to Architects detail drawings

E 75 x 50 x 3 mm Thick horizontal members: Bottom,Intermediate, and top rails LM 88

F 40 x 50 x 3 mm Thick vertical members LM 36

Carried to Collection K E S SECTION NO. 8FIRST FLOORELEMENT NO. 3WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

25 mm Thick Laminated MDF board: Scratch proofVeneered on both sides: (Veneer to Architectsapproval) : on aluminium frame (m/s): lower end panelfixed to floor: to

A Partitions : 1200mm high SM 32

8mm Clear sheet laminated glass; glazing to aluminiumframe (m/s): including 25 x 25 mm anodized aluminiumglazing beading and rubber gaskets on both sides: to

B Partitions: 1850mm high SM 21

Supply and fix coloured transparent/translucent stickon vinyl film with client's "corporate graphics" orsandblast film graphics as per Architect's details or asdirected: finished and handed over: to

C Glass partitions SM 21

EXTERNAL WALLING

D 200mm Thick walling SM 284

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

E 200mm Wide horizontal layer LM 127

Carried to Collection K E S SECTION NO. 8FIRST FLOORELEMENT NO. 3WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 8

FIRST FLOOR

ELEMENT NO. 3

WALLING

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page8/5

Page8/6

Carried Forward to Summary of Section No. 8 K E S SECTION NO. 8FIRST FLOORELEMENT NO. 3WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

DOORS

Steel Casement Doors

Supply, assemble and fix the following purpose madestandard section steel Door to comply toB.S.990,obtained from an approved manufacturer,primed with red oxide primer before delivery to sitecomplete with, hinges, handles, catches and building inlugs.

A Steel glazed mild steel door 1800x2400mm in small panescomprising 300mm high top fixed light, fabricated from50x25x3 mm RHS frame, 25x50x3mm zed & tee sectionsand reinforced with 16mm bars mild steel square welded toapproved pattern complete with three lever lock as unioncatalogue or equal; the frames fishtailed and grouted toconcrete block wall or concrete head;Complete NO. 2

Touch up primer ,prepare and apply two undercoatsand one finishing coat of 1 st quality and approvedgloss paint on metal work

B General surfaces of mild steel /Metal doors SM 17

TIMBER DOORS ( Provisional )

C 200x50mm Frame with four labours LM 49

D 40x12mm Architrave LM 98

E 15mm Quadrant LM 98

Wrot treated cypress selected and kept clean

Flush Doors

45mm thick Solid core flush door Mahogany Veneeredto BS 459 :Part 2, faced on both sides with 3mminternal painting quality ply wood and lipped on alledges with hardwood

F Door Overall Size 800x2100mm high NO. 7

G Door Overall size 900*2100mm high NO. 6

Carried to Collection K E S SECTION NO. 8FIRST FLOORELEMENT NO. 4DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Supply and fix the following ironmongery with screwsto match (Ref. is to Union Catalogue or other equal andapproved)

Iron mongery.

Supply and fix the following ironmongery with screwsto match (Ref. is to Union Catalogue or other equal andapproved)

A Rubber door stop fixed to concrete floor,or masonry wallingwith and including 38mm rawl bolt NO. 6

B 100mm steel butt hinges with steel screws Pairs 20

C 2-Lever mortice lock complete with aluminium lever handles NO. 13

"Crown") aluminium or other equal and approved woodprimer

D Back of wood surface exceeding 100mm girth but notexceeding 200mm girth LM 98

Prepare and apply two undercoats and one finishingcoat gloss paint on wood work

E Ditto over 200mm but not exceeding 300mm girth LM 49

F General surfaces SM 46

Carried to Collection K E S SECTION NO. 8FIRST FLOORELEMENT NO. 4DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 8

FIRST FLOOR

ELEMENT NO. 4

DOORS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page8/8

Page8/9

Carried Forward to Summary of Section No. 8 K E S SECTION NO. 8FIRST FLOORELEMENT NO. 4DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 1 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

WINDOWS

Aluminium framed windows

Natural anodised aluminium section windows includingaccessories to Architects approval : 75 x 50 mm frames: aluminium glazing beads, powder coated alumniumwindow cills and wash leather, neoprene gaskets strip:permanent vents in aluminium louvre to be integral towindow and mosquito proofed : complete with andincluding 6 mm reflective, tinted or clear laminatedglass as specified by architect including butt jointedglazing with silicone sealant where shown and asdirected by the Architect: with and including aluminiumlouvre jambs where detailed and louvre glass bladeswith smooth edges: :installed by an approved domesticsub-contractor: to Architects window schedule: allopening windows to have "Bonn Series" or equal andapproved friction stay hinges with restrictor stay, satinanodised aluminium window handles and lockingdevice : fixed to partitions : frames fixed with screwsplugged : pointed externally in mastic

A Window Overall size 900x600mm high NO. 5

B Window Overall size 700*1200mm high NO. 4

C Window Overall size 900*1200 mm high NO. 14

D Window size 3300*3300 mm high NO. 4

Glazing

E 4mm thick clear sheet glass and glazing with putty to metalin small panes SM 21

Precast Concrete Cill

F 150 x 50mm precast concrete window cill bedded andjointed in cement/sand mortar LM 20

Prime grade wrot cypress

G 125 x 25mm window board with one labour LM 20

Carried to Collection K E S SECTION NO. 8FIRST FLOORELEMENT NO. 5WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 1 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A 25mm quadrant bead LM 20

B Pelmet boxes in 25 x 150mm bull-nosed top, 25 x 150mmfascia with 8 labours; complete with 19 x 50mm cypressbearer plugged to wall; including end pieces LM 20

Accessories

C Brass I-section double curtain rail complete with brackets,rings, rollers and all other necessary accessories LM 20

D Vertical Aluminium retractable blinds complete with rings,rollers and all other necessary accessories SM 21

Prepare and apply three coats of gloss oil paint to:-

E Surfaces of timber pelmet boxes 200-300mm girth LM 20

F Ditto window board surfaces 100 - 200mm girth LM 20

Painting

Prepare and apply one coat of aluminium wood primerto :-

G Back of wood before fixing not exceeding 100mm girth LM 20

Prepare and apply one undercoat and two finishingcoats of gloss oil paint to general surfaces of :-

H Windows (both sides measured) SM 42

Carried to Collection K E S SECTION NO. 8FIRST FLOORELEMENT NO. 5WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 1 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 8

FIRST FLOOR

ELEMENT NO. 5

WINDOWS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page8/11

Page8/12

Carried Forward to Summary of Section No. 8 K E S SECTION NO. 8FIRST FLOORELEMENT NO. 5WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 1 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

EXTERNAL FINISHES

WALL FINISHES

Cement and sand plaster wood floated in:-

A Concrete or masonry surfaces SM 9

Thoroughly prepare and apply two coats of externalquality emulsion paint to:-

B Rendered surfaces SM 9

Natural stone walling external finishes

C Extra over machine dressed stone walling for neat recessedhorizontal key in cement mortar 1:11/2 SM 284

Sun-shading Elements

D Vertical concrete Sun-shading elements SM 14

Carried Forward to Summary of Section No. 8 K E S SECTION NO. 8FIRST FLOORELEMENT NO. 6EXTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 1 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

FLOOR FINISHES

Cement and Sand (1:4) beds

A 32mm thick to receive ceramic floor tiles SM 38

B 32mm thick to receive granite floor tiles SM 93

C 32mm thick to receive carpet SM 190

Ceramic Tiles

D Supply and fix 300 x 300mm x 8mm thick Non-slip ceramicfloor tiles as manufactured by "saj Ceramics" or other equaland approved on preapared screed with first qualityadhesive including pointing SM 38

E 100mm high skirting; fixed LM 46

Granite Floor Tiles

F Supply and fix 300*600*10mm thick granite floor tiles-traditional colours SM 93

G 100mm high skirting LM 102

Carpet

H Supply and fix high quality wall to wall floor carpet withdense yarn: high fade resistance with 100% solution dyednylon suitable for heavy commercial usage: yarn weight withminimum 1.2kg/m2 and total weight equal or above 2.5kg/m2: electrostatic propensity less than 2.0kv: preparesurface and lay complete with underlay as permanufacturers printed instructions allow for and brassknaplocks as necessary or as directed: 100 x 25mm profilesmahogany skirtings on all wall edges : cement and sandscreed (ms) all to Architect's approval SM 190

WALL FINISHES

Cement and Sand (1:4) backing

J 25mm thick screeding to receive ceramic tiles SM 71

Carried to Collection K E S SECTION NO. 8FIRST FLOORELEMENT NO. 7INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 1 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 8

FIRST FLOOR

ELEMENT NO. 7

INTERNAL FINISHES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page8/15

Page8/16

Carried Forward to Summary of Section No. 8 K E S SECTION NO. 8FIRST FLOORELEMENT NO. 7INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 1 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

SECTION NO.4

FIXTURES AND FITTINGS

BENCHING

Plain insitu concrete : class 15/20

A 100mm Benching SM 35

Sawn formwork : to

B Vertical edge : benching over 75 but not exceedng 150mmhigh LM 58

Cement and sand (1:4) paving : steel trowelled : to

C 15mm Floors SM 41

JOINERY FITTINGS

KITCHEN CUPBOARDS

Cleaners cupboards : comprising 50 x 25mm wrotframes : 25 x 25mm sawn cypress bearers plugged andscrewed : 20mm blockboard doors, shelves, partitions,sides and divisions : hardwood lipped on all exposededges : all exposed blockboard surfaces faced withmahogany veneer : 100mm aluminium D-handles :75mm brass piano hinges : magnetic ball catches :prepare and apply three coats polyurethane or otherequal and approved clear finish to all exposed surfacesunless otherwise stated

D Low level cleaners "U" shaped cupboard and worktop unitsize 7000 mm long x 600mm wide x 900mm high :comprising 100mm concrete (class 15) benching with 25mmcement sand paving (measured separately) : 100mmconcrete (class 20/20mm) worktop reinforced with 6mmdiameter mild steel reinforcement bars at 150mm centresbothways 7no partitions : one full length shelf : 5No doorssize 500 x 600mm high NO. 1

Carried to Collection K E S SECTION NO. 8FIRST FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 1 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

STORE SHELVING

A 20mm x 400mm Wide blockboard shelves : mahoganyveneered on all exposed surfaces : hardwood lipped on allexposed edges : 60 x 25mm sawn cypress bearers pluggedand screwed to wall : three coats polyurethane or otherequal and approved clear finish to all exposed surfacesunless otherwise stated LM 41

Service Ducts

B 25mm Blockboard door to refuse chute size 600 x 3050mmhigh : mahogany veneer faced : 50 x 100mm mahoganyframe and 25 x 25mm architrave : ironmongery : three coatspolyurethane clear varnish NO. 12

VANITY TOPS

Concrete Work

C 100mm Thick insitu concrete (class 20/20) worktop :including 6mm diameter mild steel reinforcement bars at150mm centres bothways SM 31

D Sawn formwork to : horizontal soffits of worktop SM 31

E Sawn formwork to : vertical edge of worktop over 75 but notexceeding 150mm high LM 52

Granite

F 20mm Thick polished granite tile fixed with cement mortar to worktop SM 4

G Ditto : to vanity top SM 31

H 20 x 100mm Granite tile fascia LM 7

J Ditto to vanity tops NO. 52

ACCESSORIES : TO ARCHITECTS APPROVAL

K 6mm Bevelled edge polished plate glass mirror size 600 x1000mm high : fixed with chromium plated dome headednuts and screws NO. 11

Carried to Collection K E S SECTION NO. 8FIRST FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 1 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A Ditto size 2000 x 1100mm high (gents and ladies toilets) NO. 22

B 20mm Diameter chromium plated horizontal hands griphook 450mm long : 2No chromium plated brackets :plugged and screwed drawing L(74)14 and L(74)15(disabled toilets) NO. 11

C Ditto : 450mm long vertical hands grip NO. 11

D 20mm Diameter chromium plated towel rail 600mm long :2No chromium plated fixing brackets plugged and screweddrawing L(74)03, 04, 05, 06, 10, 12 and 13 NO. 33

Carried to Collection K E S SECTION NO. 8FIRST FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 2 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 8

FIRST FLOOR

ELEMENT NO. 8

FIXTURES AND FITTINGS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page8/18

Page8/19

Page8/20

Carried Forward to Summary of Section No. 8 K E S SECTION NO. 8FIRST FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 2 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Ceramic tiles

A Supply and fix 300 x 300mm x 8mm thick Non-slip ceramicfloor tiles as manufactured by "saj Ceramics" or other equaland approved on preapared screed with first qualityadhesive including pointing SM 71

15mm (minimum) Two-coat lime plaster, with steeltrowelled finish, as described to:-

B Stone walls and concrete surfaces SM 476

Prepare and apply three under coats of 1st quality paint- and approved paint to:-

C Plastered wall and concrete surfaces SM 476

CEILLING AND SOFFITS

15mm (minimum) Two-coat lime plaster, with steeltrowelled finish, as described to:-

D Soffits of suspended ceiling SM 321

Prepare and apply three under coats of 1 st quality andapproved paint to:-

E Plastered soffits of suspended slabsSM 321

Accoustic ceiling

Aluminium frame in 600 x 600 x 15 mm Decorativeaccoustic , Armstrong Minaboard Synonyms T-M rangeor equal and approved panels : on and includingexposed powder coated aluminium grid system ;suspended 400mm from concrete soffits(including allnecessary framework) : provisional

F Horizontal ceilings SM 283

G Extra over for access panels and diffusers 600 x 600 mm NO. 4

Carried to Collection K E S SECTION NO. 8FIRST FLOORELEMENT NO. 7INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 1 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 8

FIRST FLOOR

SECTION SUMMARY - FIRST FLOOR

Bill Page AmountNo No

1 Page8/1REINFORCED CONCRETE FRAME

2 Page8/4STAIRCASES

3 Page8/7WALLING

4 Page8/10DOORS

5 Page8/13WINDOWS

6 Page8/14EXTERNAL FINISHES

7 Page8/17INTERNAL FINISHES

8 Page8/21FIXTURES AND FITTINGS

Carried to Final Summary K E S SECTION NO. 8FIRST FLOORArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 8 / 2 2

SECOND FLOOR

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

REINFORCED CONCRETE FRAME

Insitu concrete class 25 , vibrated and reinforced asdescribed, in:-

A Internal and Ring; Beams CM 42

B Columns; Ditto in Class 30 CM 26

C 150mm thick slab SM 504

D 200mm thick walling; lift core SM 131

REINFORCEMENT (PROVISIONAL)

E (8mm - 32mm) Assorted reinforcement bars KG 33,216

Sawn formwork to:-

F Sides of Beams SM 223

G Vertical sides columns SM 50

H Vertical sides of Concrete walls SM 132

J Soffits of suspended slab SM 504

K Sides of slab 150-225mm thick SM 19

Carried Forward to Summary of Section No. 9 K E S SECTION NO. 9SECOND FLOORELEMENT NO. 1REINFORCED CONCRETE FRAMEArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

STAIRCASES AND RAILINGS

Insitu concrete : class 20/20 mm : vibrated : reinforced

A Staircase treads, risers, waist CM 1

B 150mm Suspended landings and stair lobbies SM 3

High yield square twisted bar reinforcement to BS 4461and mild steel bar reinforcement to BS 4449

C 10mm to 12mm Diameter bars KG 174

Sawn formwork : to

D Sloping soffits : staircase SM 4

E Horizontal soffits : suspended landing slab SM 3

F Ditto : edges of risers LM 2

G 350mm (Average) raking sides of staircase : includingcutting to profile of treads and risers LM 8

Cement and Sand (1:4) beds

H 32mm thick to receive granite floor tiles SM 9

Ceramic Tiles

J Supply and fix300*600*10mm thick granite floor tiles-traditional colours or other equal and approved onpreapared screed with first quality adhesive includingpointing SM 9

Skirting

K 100mm high skirting; fixed LM 7

12mm Lime plaster, steel trowelled finish to concrete

L Sloping soffits : open edges of string staircase SM 4

Carried to Collection K E S SECTION NO. 9SECOND FLOORELEMENT NO. 2STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Prepare and apply three coats of approved emulsionpaint : to

A Sloping soffits : staircase SM 4

B Horizontal soffits : landings SM 3

RAILINGS AND BALUSTRADINGS

C 75mm Hollow Section in Stainless Steel screwed to andincluding all necessary grouting and making good; complete LM 52

Carried to Collection K E S SECTION NO. 9SECOND FLOORELEMENT NO. 2STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 9

SECOND FLOOR

ELEMENT NO. 2

STAIRCASES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page9/2

Page9/3

Carried Forward to Summary of Section No. 9 K E S SECTION NO. 9SECOND FLOORELEMENT NO. 2STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

INTERNAL WALLING

Machine cut natural stone walling jointed in cement andsand (1:3) mortar including bonding ties as necessary

A 200mm Thick walling SM 194

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

B 200mm Wide horizontal layer LM 79

Machine cut natural stone walling jointed in cement andsand (1:3) mortar including bonding ties as necessary

C 150mm Thick walling SM 35

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

D 150mm Wide horizontal layer LM 14

Aluminium Partitions

Powder Coated aluminium glazed partitions andscreens (colour to Architects approval) as detailed inArchitect's tender drawings: Aluminium sections shallbe obtained from an approved manufacturer : verticalframes shall be as detailed, single glazed partitionbottom and top shall be in butterfly channel sectionssize 45x20mm as detailed: with and including allaluminium beads and neoprene gaskets as directed :supply and fix 8mm clear toughed laminated safetyglass with smooth edges as specified on drawing:Partition securely fixed to block work or concrete: allowtimber stiffener inserts as necessary: finished andhanded over: all to Architects detail drawings

E 75 x 50 x 3 mm Thick horizontal members: Bottom,Intermediate, and top rails LM 88

F 40 x 50 x 3 mm Thick vertical members LM 36

Carried to Collection K E S SECTION NO. 9SECOND FLOORELEMENT NO. 3WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

25 mm Thick Laminated MDF board: Scratch proofVeneered on both sides: (Veneer to Architectsapproval) : on aluminium frame (m/s): lower end panelfixed to floor: to

A Partitions : 1200mm high SM 32

8mm Clear sheet laminated glass; glazing to aluminiumframe (m/s): including 25 x 25 mm anodized aluminiumglazing beading and rubber gaskets on both sides: to

B Partitions: 1850mm high SM 21

Supply and fix coloured transparent/translucent stickon vinyl film with client's "corporate graphics" orsandblast film graphics as per Architect's details or asdirected: finished and handed over: to

C Glass partitions SM 21

EXTERNAL WALLING

D 200mm Thick walling SM 269

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

E 200mm Wide horizontal layer LM 127

Carried to Collection K E S SECTION NO. 9SECOND FLOORELEMENT NO. 3WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 9

SECOND FLOOR

ELEMENT NO. 3

WALLING

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page9/5

Page9/6

Carried Forward to Summary of Section No. 9 K E S SECTION NO. 9SECOND FLOORELEMENT NO. 3WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

DOORS

Aluminium Doors:

Alumium doors complete: 8mm obscure float glass: allbeading: all ironmongery e.g. locks, Stainless steelhandles, hinges; flush bolts e.t.c : Fixed to andincluding powder coated aluminium frames: as perArchitects details

A Single leaf : aluminium glass doors : 900 x 2400mm highoverall NO. 10

B Double leaf : Ditto : 1500 x 2400mm high NO. 4

Steel Casement Doors

Supply, assemble and fix the following purpose madestandard section steel Door to comply toB.S.990,obtained from an approved manufacturer,primed with red oxide primer before delivery to sitecomplete with, hinges, handles, catches and building inlugs.

C Steel glazed mild steel double door 1800x2400mmfabricated from 50x25x3 mm RHS frame, 25x50x3mm zed& tee sections and reinforced with 16mm bars mild steelsquare welded to approved pattern complete with; theframes fishtailed and grouted to concrete block wall orconcrete head;Complete NO. 3

Touch up primer ,prepare and apply two undercoatsand one finishing coat of 1 st quality and approvedgloss paint on metal work

D General surfaces of mild steel /Metal doors SM 26

TIMBER DOORS ( Provisional )

E 200x50mm Frame with four labours LM 57

F 40x12mm Architrave LM 114

G 15mm Quadrant LM 114

Carried to Collection K E S SECTION NO. 9SECOND FLOORELEMENT NO. 4DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Wrot treated cypress selected and kept clean

Flush Doors

45mm thick Solid core flush door Mahogany Veneeredto BS 459 :Part 2, faced on both sides with 3mminternal painting quality ply wood and lipped on alledges with hardwood

A Door Overall Size 800x2400mm high NO. 7

B Door Overall size 900*2400mm high NO. 8

Supply and fix the following ironmongery with screwsto match (Ref. is to Union Catalogue or other equal andapproved)

Iron mongery.

Supply and fix the following ironmongery with screwsto match (Ref. is to Union Catalogue or other equal andapproved)

C Rubber door stop fixed to concrete floor,or masonry wallingwith and including 38mm rawl bolt NO. 8

D 100mm steel butt hinges with steel screws Pairs 23

E 3-Lever mortice lock complete with aluminium lever handles NO. 15

"Crown") aluminium or other equal and approved woodprimer

F Back of wood surface exceeding 100mm girth but notexceeding 200mm girth LM 114

Prepare and apply two undercoats and one finishingcoat gloss paint on wood work

G Ditto over 200mm but not exceeding 300mm girth LM 57

H General surfaces SM 54

Carried to Collection K E S SECTION NO. 9SECOND FLOORELEMENT NO. 4DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 9

SECOND FLOOR

ELEMENT NO. 4

DOORS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page9/8

Page9/9

Carried Forward to Summary of Section No. 9 K E S SECTION NO. 9SECOND FLOORELEMENT NO. 4DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 1 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

WINDOWS

Aluminium framed windows

Natural anodised aluminium section windows includingaccessories to Architects approval : 75 x 50 mm frames: aluminium glazing beads, powder coated alumniumwindow cills and wash leather, neoprene gaskets strip:permanent vents in aluminium louvre to be integral towindow and mosquito proofed : complete with andincluding 6 mm reflective, tinted or clear laminatedglass as specified by architect including butt jointedglazing with silicone sealant where shown and asdirected by the Architect: with and including aluminiumlouvre jambs where detailed and louvre glass bladeswith smooth edges: :installed by an approved domesticsub-contractor: to Architects window schedule: allopening windows to have "Bonn Series" or equal andapproved friction stay hinges with restrictor stay, satinanodised aluminium window handles and lockingdevice : fixed to partitions : frames fixed with screwsplugged : pointed externally in mastic

A Window Overall size 900*600mm high NO. 5

B Window Overall size 900*1200mm high NO. 29

C Window size 1200 X1200 mm high NO. 1

D Window size 3300*3300 mm high NO. 4

Glazing

E 4mm thick clear sheet glass and glazing with putty to metalin small panes SM 35

Precast Concrete Cill

F 150 x 50mm precast concrete window cill bedded andjointed in cement/sand mortar LM 32

Prime grade wrot cypress

G 125 x 25mm window board with one labour LM 32

Carried to Collection K E S SECTION NO. 9SECOND FLOORELEMENT NO. 5WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 1 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A 25mm quadrant bead LM 32

B Pelmet boxes in 25 x 150mm bull-nosed top, 25 x 150mmfascia with 8 labours; complete with 19 x 50mm cypressbearer plugged to wall; including end pieces LM 32

Accessories

C Brass I-section double curtain rail complete with brackets,rings, rollers and all other necessary accessories LM 32

D Vertical Aluminium retractable blinds complete with rings,rollers and all other necessary accessories SM 35

Prepare and apply three coats of gloss oil paint to:-

E Surfaces of timber pelmet boxes 200-300mm girth LM 32

F Ditto window board surfaces 100 - 200mm girth LM 32

Painting

Prepare and apply one coat of aluminium wood primerto :-

G Back of wood before fixing not exceeding 100mm girth LM 32

Prepare and apply one undercoat and two finishingcoats of gloss oil paint to general surfaces of :-

H Windows (both sides measured) SM 70

Carried to Collection K E S SECTION NO. 9SECOND FLOORELEMENT NO. 5WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 1 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 9

SECOND FLOOR

ELEMENT NO. 5

WINDOWS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page9/11

Page9/12

Carried Forward to Summary of Section No. 9 K E S SECTION NO. 9SECOND FLOORELEMENT NO. 5WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 1 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

EXTERNAL FINISHES

WALL FINISHES

Cement and sand plaster wood floated in:-

A Concrete or masonry surfaces SM 9

Thoroughly prepare and apply two coats of externalquality emulsion paint to:-

B Rendered surfaces SM 9

Natural stone walling external finishes

C Extra over machine dressed stone walling for neat recessedhorizontal key in cement mortar 1:11/2 SM 269

Sun-shading Elements

D Vertical concrete Sun-shading elements SM 14

Carried Forward to Summary of Section No. 9 K E S SECTION NO. 9SECOND FLOORELEMENT NO. 6EXTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 1 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

FLOOR FINISHES

Cement and Sand (1:4) beds

A 32mm thick to receive ceramic floor tiles SM 38

B 32mm thick to receive granite floor tiles SM 79

C 32mm thick to receive carpet SM 338

Ceramic Tiles

D Supply and fix 300 x 300mm x 8mm thick Non-slip ceramicfloor tiles as manufactured by "saj Ceramics" or other equaland approved on preapared screed with first qualityadhesive including pointing SM 38

E 100mm high skirting; fixed LM 47

Granite Floor Tiles

F Supply and fix 300*600*10mm thick granite floor tiles-traditional colours SM 79

G 100mm high skirting LM 92

Carpet

H Supply and fix high quality wall to wall floor carpet withdense yarn: high fade resistance with 100% solution dyednylon suitable for heavy commercial usage: yarn weight withminimum 1.2kg/m2 and total weight equal or above 2.5kg/m2: electrostatic propensity less than 2.0kv: preparesurface and lay complete with underlay as permanufacturers printed instructions allow for and brassknaplocks as necessary or as directed: 100 x 25mm profilesmahogany skirtings on all wall edges : cement and sandscreed (ms) all to Architect's approval SM 338

WALL FINISHES

Cement and Sand (1:4) backing

J 25mm thick screeding to receive ceramic tiles SM 60

Carried to Collection K E S SECTION NO. 9SECOND FLOORELEMENT NO. 7INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 1 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Ceramic tiles

A Supply and fix 300 x 300mm x 8mm thick Non-slip ceramicfloor tiles as manufactured by "saj Ceramics" or other equaland approved on preapared screed with first qualityadhesive including pointing SM 60

15mm (minimum) Two-coat lime plaster, with steeltrowelled finish, as described to:-

B Stone walls and concrete surfaces SM 506

Prepare and apply three under coats of 1st quality paint- and approved paint to:-

C Plastered wall and concrete surfaces SM 506

CEILLING AND SOFFITS

15mm (minimum) Two-coat lime plaster, with steeltrowelled finish, as described to:-

D Soffits of suspended ceiling SM 455

Prepare and apply three under coats of 1 st quality andapproved paint to:-

E Plastered soffits of suspended slabsSM 455

Accoustic ceiling

Aluminium frame in 600 x 600 x 15 mm Decorativeaccoustic , Armstrong Minaboard Synonyms T-M rangeor equal and approved panels : on and includingexposed powder coated aluminium grid system ;suspended 400mm from concrete soffits(including allnecessary framework) : provisional

F Horizontal ceilings SM 415

G Extra over for access panels and diffusers 600 x 600 mm NO. 5

Carried to Collection K E S SECTION NO. 9SECOND FLOORELEMENT NO. 7INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 1 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 9

SECOND FLOOR

ELEMENT NO. 7

INTERNAL FINISHES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page9/15

Page9/16

Carried Forward to Summary of Section No. 9 K E S SECTION NO. 9SECOND FLOORELEMENT NO. 7INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 1 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

SECTION NO.4

FIXTURES AND FITTINGS

BENCHING

Plain insitu concrete : class 15/20

A 100mm Benching SM 35

Sawn formwork : to

B Vertical edge : benching over 75 but not exceedng 150mmhigh LM 58

Cement and sand (1:4) paving : steel trowelled : to

C 15mm Floors SM 41

JOINERY FITTINGS

KITCHEN CUPBOARDS

Cleaners cupboards : comprising 50 x 25mm wrotframes : 25 x 25mm sawn cypress bearers plugged andscrewed : 20mm blockboard doors, shelves, partitions,sides and divisions : hardwood lipped on all exposededges : all exposed blockboard surfaces faced withmahogany veneer : 100mm aluminium D-handles :75mm brass piano hinges : magnetic ball catches :prepare and apply three coats polyurethane or otherequal and approved clear finish to all exposed surfacesunless otherwise stated

D Low level cleaners "U" shaped cupboard and worktop unitsize 7000 mm long x 600mm wide x 900mm high :comprising 100mm concrete (class 15) benching with 25mmcement sand paving (measured separately) : 100mmconcrete (class 20/20mm) worktop reinforced with 6mmdiameter mild steel reinforcement bars at 150mm centresbothways 7no partitions : one full length shelf : 5No doorssize 500 x 600mm high NO. 1

Carried to Collection K E S SECTION NO. 9SECOND FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 1 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

STORE SHELVING

A 20mm x 400mm Wide blockboard shelves : mahoganyveneered on all exposed surfaces : hardwood lipped on allexposed edges : 60 x 25mm sawn cypress bearers pluggedand screwed to wall : three coats polyurethane or otherequal and approved clear finish to all exposed surfacesunless otherwise stated LM 41

Service Ducts

B 25mm Blockboard door to refuse chute size 600 x 3050mmhigh : mahogany veneer faced : 50 x 100mm mahoganyframe and 25 x 25mm architrave : ironmongery : three coatspolyurethane clear varnish NO. 12

VANITY TOPS

Concrete Work

C 100mm Thick insitu concrete (class 20/20) worktop :including 6mm diameter mild steel reinforcement bars at150mm centres bothways SM 31

D Sawn formwork to : horizontal soffits of worktop SM 31

E Sawn formwork to : vertical edge of worktop over 75 but notexceeding 150mm high LM 52

Granite

F 20mm Thick polished granite tile fixed with cement mortar to worktop SM 4

G Ditto : to vanity top SM 31

H 20 x 100mm Granite tile fascia LM 7

J Ditto to vanity tops NO. 52

ACCESSORIES : TO ARCHITECTS APPROVAL

K 6mm Bevelled edge polished plate glass mirror size 600 x1000mm high : fixed with chromium plated dome headednuts and screws NO. 11

Carried to Collection K E S SECTION NO. 9SECOND FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 1 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A Ditto size 2000 x 1100mm high (gents and ladies toilets) NO. 22

B 20mm Diameter chromium plated horizontal hands griphook 450mm long : 2No chromium plated brackets :plugged and screwed drawing L(74)14 and L(74)15(disabled toilets) NO. 11

C Ditto : 450mm long vertical hands grip NO. 11

D 20mm Diameter chromium plated towel rail 600mm long :2No chromium plated fixing brackets plugged and screweddrawing L(74)03, 04, 05, 06, 10, 12 and 13 NO. 33

Carried to Collection K E S SECTION NO. 9SECOND FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 2 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 9

SECOND FLOOR

ELEMENT NO. 8

FIXTURES AND FITTINGS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page9/18

Page9/19

Page9/20

Carried Forward to Summary of Section No. 9 K E S SECTION NO. 9SECOND FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 2 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 9

SECOND FLOOR

SECTION SUMMARY - SECOND FLOOR

Bill Page AmountNo No

1 Page9/1REINFORCED CONCRETE FRAME

2 Page9/4STAIRCASES

3 Page9/7WALLING

4 Page9/10DOORS

5 Page9/13WINDOWS

6 Page9/14EXTERNAL FINISHES

7 Page9/17INTERNAL FINISHES

8 Page9/21FIXTURES AND FITTINGS

Carried to Final Summary K E S SECTION NO. 9SECOND FLOORArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 9 / 2 2

THIRD FLOOR

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

REINFORCED CONCRETE FRAME

Insitu concrete class 25 , vibrated and reinforced asdescribed, in:-

A Internal and Ring; Beams CM 24

B Columns; Ditto in Class 30 CM 13

C 150mm thick slab SM 504

D 200mm thick walling; lift core SM 131

REINFORCEMENT (PROVISIONAL)

E (8mm - 32mm) Assorted reinforcement bars KG 12,312

Sawn formwork to:-

F Sides of Beams SM 297

G Vertical sides columns SM 50

H Vertical sides of Concrete walls SM 132

J Soffits of suspended slab SM 504

K Sides of slab 100mm thick SM 26

Carried Forward to Summary of Section No. 10 K E S SECTION NO. 10THIRD FLOORELEMENT NO. 1REINFORCED CONCRETE FRAMEArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

STAIRCASES AND RAILINGS

Insitu concrete : class 20/20 mm : vibrated : reinforced

A Staircase treads, risers, waist CM 1

B 150mm Suspended landings and stair lobbies SM 3

High yield square twisted bar reinforcement to BS 4461and mild steel bar reinforcement to BS 4449

C 10mm to 12mm Diameter bars KG 174

Sawn formwork : to

D Sloping soffits : staircase SM 4

E Horizontal soffits : suspended landing slab SM 3

F Ditto : edges of risers LM 2

G 350mm (Average) raking sides of staircase : includingcutting to profile of treads and risers LM 8

Cement and Sand (1:4) beds

H 32mm thick to receive granite floor tiles SM 9

Ceramic Tiles

J Supply and fix300*600*10mm thick granite floor tiles-traditional colours or other equal and approved onpreapared screed with first quality adhesive includingpointing SM 9

Skirting

K 100mm high skirting; fixed LM 7

12mm Lime plaster, steel trowelled finish to concrete

L Horizontal soffits : landings SM 3

M Sloping soffits : open edges of string staircase SM 4

Carried to Collection K E S SECTION NO. 10THIRD FLOORELEMENT NO. 2STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Prepare and apply three coats of approved emulsionpaint : to

A Sloping soffits : staircase SM 4

B Horizontal soffits : landings SM 3

RAILINGS AND BALUSTRADINGS

C 900mm high mild steel balustrading comprising 50 x 50 x2mm RHS balusters fish-tailed and built into floor at 600mmcentres; 500mm long 25 x 25 x 2mm RHS verticals withends welded at 125mm centres to and including 2 No. 25 x25 x 2mm mid-rails; including varnished 65 x 30mm groovedmahogany handrail screwed to and including 25 x 2mmsteel flat rail; including all necessary grouting and makinggood; complete LM 52

Prepare and apply one coat red oxide primer and twocoats of gloss oil paint to:-

D General surfaces of metal SM 23

Carried to Collection K E S SECTION NO. 10THIRD FLOORELEMENT NO. 2STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 10

THIRD FLOOR

ELEMENT NO. 2

STAIRCASES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page10/2

Page10/3

Carried Forward to Summary of Section No. 10 K E S SECTION NO. 10THIRD FLOORELEMENT NO. 2STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

INTERNAL WALLING

Machine cut natural stone walling jointed in cement andsand (1:3) mortar including bonding ties as necessary

A 200mm Thick walling SM 279

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

B 200mm Wide horizontal layer LM 115

Machine cut natural stone walling jointed in cement andsand (1:3) mortar including bonding ties as necessary

C 150mm Thick walling SM 58

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

D 150mm Wide horizontal layer LM 23

Aluminium Partitions

Powder Coated aluminium glazed partitions andscreens (colour to Architects approval) as detailed inArchitect's tender drawings: Aluminium sections shallbe obtained from an approved manufacturer : verticalframes shall be as detailed, single glazed partitionbottom and top shall be in butterfly channel sectionssize 45x20mm as detailed: with and including allaluminium beads and neoprene gaskets as directed :supply and fix 8mm clear toughed laminated safetyglass with smooth edges as specified on drawing:Partition securely fixed to block work or concrete: allowtimber stiffener inserts as necessary: finished andhanded over: all to Architects detail drawings

E 75 x 50 x 3 mm Thick horizontal members: Bottom,Intermediate, and top rails LM 88

F 40 x 50 x 3 mm Thick vertical members LM 36

Carried to Collection K E S SECTION NO. 10THIRD FLOORELEMENT NO. 3WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

25 mm Thick Laminated MDF board: Scratch proofVeneered on both sides: (Veneer to Architectsapproval) : on aluminium frame (m/s): lower end panelfixed to floor: to

A Partitions : 1200mm high SM 32

8mm Clear sheet laminated glass; glazing to aluminiumframe (m/s): including 25 x 25 mm anodized aluminiumglazing beading and rubber gaskets on both sides: to

B Partitions: 1850mm high SM 21

Supply and fix coloured transparent/translucent stickon vinyl film with client's "corporate graphics" orsandblast film graphics as per Architect's details or asdirected: finished and handed over: to

C Glass partitions SM 21

Panelling

D 25mm Thick MDF panel cladding (in double layer) fixed tomasonry wall with and includding soft wood timber bearersat 500mm centres SM 61

8mm Clear sheet laminated sandBlasted glass; glazingframeless glazing beading and rubber gaskets on bothsides: to

E Partitions: 1850mm high SM 41

Supply and fix coloured transparent/translucent stickon vinyl film with client's "corporate graphics" orsandblast film graphics as per Architect's details or asdirected: finished and handed over: to

F Glass partitions SM 41

EXTERNAL WALLING

G 200mm Thick walling SM 272

Carried to Collection K E S SECTION NO. 10THIRD FLOORELEMENT NO. 3WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

A 200mm Wide horizontal layer LM 127

Carried to Collection K E S SECTION NO. 10THIRD FLOORELEMENT NO. 3WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 10

THIRD FLOOR

ELEMENT NO. 3

WALLING

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page10/5

Page10/6

Page10/7

Carried Forward to Summary of Section No. 10 K E S SECTION NO. 10THIRD FLOORELEMENT NO. 3WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

DOORS

FRAMELESS GLASS DOOR

10mm thick toughened frameless glass door: includingtop door patch CAT NO LWP/020 and bottom doorpatch fittings CAT NO. P010: make all holes asnecessary: smooth edges

A Ditto : 1200mm x 2100mm high NO. 1

Steel Casement Doors

Supply, assemble and fix the following purpose madestandard section steel Door to comply toB.S.990,obtained from an approved manufacturer,primed with red oxide primer before delivery to sitecomplete with, hinges, handles, catches and building inlugs.

B Steel glazed mild steel double door 1800x2400mmfabricated from 50x25x3 mm RHS frame, 25x50x3mm zed& tee sections and reinforced with 16mm bars mild steelsquare welded to approved pattern complete with; theframes fishtailed and grouted to concrete block wall orconcrete head;Complete NO. 1

Touch up primer ,prepare and apply two undercoatsand one finishing coat of 1 st quality and approvedgloss paint on metal work

C General surfaces of mild steel /Metal doors SM 9

TIMBER DOORS ( Provisional )

D 200x50mm Frame with four labours LM 88

E 40x12mm Architrave LM 176

F 15mm Quadrant LM 176

Wrot treated cypress selected and kept clean

Flush Doors

Carried to Collection K E S SECTION NO. 10THIRD FLOORELEMENT NO. 4DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

45mm thick Solid core flush door Mahogany Veneeredto BS 459 :Part 2, faced on both sides with 3mminternal painting quality ply wood and lipped on alledges with hardwood

A Door Overall Size 800x2100mm high NO. 10

B Door Overall size 900*2100mm high NO. 13

Supply and fix the following ironmongery with screwsto match (Ref. is to Union Catalogue or other equal andapproved)

Iron mongery.

Supply and fix the following ironmongery with screwsto match (Ref. is to Union Catalogue or other equal andapproved)

C Rubber door stop fixed to concrete floor,or masonry wallingwith and including 38mm rawl bolt NO. 13

D 100mm steel butt hinges with steel screws Pairs 35

E 3-Lever mortice lock complete with aluminium lever handles NO. 23

"Crown") aluminium or other equal and approved woodprimer

F Back of wood surface exceeding 100mm girth but notexceeding 200mm girth LM 176

Prepare and apply two undercoats and one finishingcoat gloss paint on wood work

G Ditto over 200mm but not exceeding 300mm girth LM 88

H General surfaces SM 83

Carried to Collection K E S SECTION NO. 10THIRD FLOORELEMENT NO. 4DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 1 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 10

THIRD FLOOR

ELEMENT NO. 4

DOORS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page10/9

Page10/10

Carried Forward to Summary of Section No. 10 K E S SECTION NO. 10THIRD FLOORELEMENT NO. 4DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 1 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

WINDOWS

Aluminium framed windows

Natural anodised aluminium section windows includingaccessories to Architects approval : 75 x 50 mm frames: aluminium glazing beads, powder coated alumniumwindow cills and wash leather, neoprene gaskets strip:permanent vents in aluminium louvre to be integral towindow and mosquito proofed : complete with andincluding 6 mm reflective, tinted or clear laminatedglass as specified by architect including butt jointedglazing with silicone sealant where shown and asdirected by the Architect: with and including aluminiumlouvre jambs where detailed and louvre glass bladeswith smooth edges: :installed by an approved domesticsub-contractor: to Architects window schedule: allopening windows to have "Bonn Series" or equal andapproved friction stay hinges with restrictor stay, satinanodised aluminium window handles and lockingdevice : fixed to partitions : frames fixed with screwsplugged : pointed externally in mastic

A Window Overall size 900*600mm high NO. 6

B Window Overall size 900*1200mm high NO. 26

C Window size 1200*1200 mm high NO. 2

D Window size 3300*3300 mm high NO. 4

Glazing

E 4mm thick clear sheet glass and glazing with putty to metalin small panes SM 34

Precast Concrete Cill

F 150 x 50mm precast concrete window cill bedded andjointed in cement/sand mortar LM 31

Prime grade wrot cypress

G 125 x 25mm window board with one labour LM 31

Carried to Collection K E S SECTION NO. 10THIRD FLOORELEMENT NO. 5WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 1 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A 25mm quadrant bead LM 31

B Pelmet boxes in 25 x 150mm bull-nosed top, 25 x 150mmfascia with 8 labours; complete with 19 x 50mm cypressbearer plugged to wall; including end pieces LM 31

Accessories

C Brass I-section double curtain rail complete with brackets,rings, rollers and all other necessary accessories LM 31

D Vertical Aluminium retractable blinds complete with rings,rollers and all other necessary accessories SM 31

Prepare and apply three coats of gloss oil paint to:-

E Surfaces of timber pelmet boxes 200-300mm girth LM 31

F Ditto window board surfaces 100 - 200mm girth LM 31

Painting

Prepare and apply one coat of aluminium wood primerto :-

G Back of wood before fixing not exceeding 100mm girth LM 31

Prepare and apply one undercoat and two finishingcoats of gloss oil paint to general surfaces of :-

H Windows (both sides measured) SM 68

Carried to Collection K E S SECTION NO. 10THIRD FLOORELEMENT NO. 5WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 1 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 10

THIRD FLOOR

ELEMENT NO. 5

WINDOWS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page10/12

Page10/13

Carried Forward to Summary of Section No. 10 K E S SECTION NO. 10THIRD FLOORELEMENT NO. 5WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 1 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

EXTERNAL FINISHES

WALL FINISHES

Cement and sand plaster wood floated in:-

A Concrete or masonry surfaces SM 9

Thoroughly prepare and apply two coats of externalquality emulsion paint to:-

B Rendered surfaces SM 9

Natural stone walling external finishes

C Extra over machine dressed stone walling for neat recessedhorizontal key in cement mortar 1:11/2 SM 272

Sun-shading Elements

D Vertical concrete Sun-shading elements SM 14

Carried Forward to Summary of Section No. 10 K E S SECTION NO. 10THIRD FLOORELEMENT NO. 6EXTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 1 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

FLOOR FINISHES

Cement and Sand (1:4) beds

A 32mm thick to receive ceramic floor tiles SM 21

B 32mm thick to receive granite floor tiles SM 103

C 32mm thick to receive carpet SM 304

Ceramic Tiles

D Supply and fix 300 x 300mm x 8mm thick Non-slip ceramicfloor tiles as manufactured by "saj Ceramics" or other equaland approved on preapared screed with first qualityadhesive including pointing SM 21

E 100mm high skirting; fixed LM 33

Granite Floor Tiles

F Supply and fix 300*600*10mm thick granite floor tiles-traditional colours SM 103

G 100mm high skirting LM 98

Carpet

H Supply and fix high quality wall to wall floor carpet withdense yarn: high fade resistance with 100% solution dyednylon suitable for heavy commercial usage: yarn weight withminimum 1.2kg/m2 and total weight equal or above 2.5kg/m2: electrostatic propensity less than 2.0kv: preparesurface and lay complete with underlay as permanufacturers printed instructions allow for and brassknaplocks as necessary or as directed: 100 x 25mm profilesmahogany skirtings on all wall edges : cement and sandscreed (ms) all to Architect's approval SM 304

WALL FINISHES

Cement and Sand (1:4) backing

J 25mm thick screeding to receive ceramic tiles SM 79

Carried to Collection K E S SECTION NO. 10THIRD FLOORELEMENT NO. 7INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 1 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Ceramic tiles

A Supply and fix 300 x 300mm x 8mm thick Non-slip ceramicfloor tiles as manufactured by "saj Ceramics" or other equaland approved on preapared screed with first qualityadhesive including pointing SM 79

15mm (minimum) Two-coat lime plaster, with steeltrowelled finish, as described to:-

B Stone walls and concrete surfaces SM 714

Prepare and apply three under coats of 1st quality paint- and approved paint to:-

C Plastered wall and concrete surfaces SM 714

CEILLING AND SOFFITS

15mm (minimum) Two-coat lime plaster, with steeltrowelled finish, as described to:-

D Soffits of suspended ceiling SM 428

Prepare and apply three under coats of 1 st quality andapproved paint to:-

E Plastered soffits of suspended slabsSM 428

Accoustic ceiling

Aluminium frame in 600 x 600 x 15 mm Decorativeaccoustic , Armstrong Minaboard Synonyms T-M rangeor equal and approved panels : on and includingexposed powder coated aluminium grid system ;suspended 400mm from concrete soffits(including allnecessary framework) : provisional

F Horizontal ceilings SM 408

G Extra over for access panels and diffusers 600 x 600 mm NO. 5

Carried to Collection K E S SECTION NO. 10THIRD FLOORELEMENT NO. 7INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 1 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 10

THIRD FLOOR

ELEMENT NO. 7

INTERNAL FINISHES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page10/16

Page10/17

Carried Forward to Summary of Section No. 10 K E S SECTION NO. 10THIRD FLOORELEMENT NO. 7INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 1 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

SECTION NO.4

FIXTURES AND FITTINGS

BENCHING

Plain insitu concrete : class 15/20

A 100mm Benching SM 35

Sawn formwork : to

B Vertical edge : benching over 75 but not exceedng 150mmhigh LM 58

Cement and sand (1:4) paving : steel trowelled : to

C 15mm Floors SM 41

JOINERY FITTINGS

KITCHEN CUPBOARDS

Cleaners cupboards : comprising 50 x 25mm wrotframes : 25 x 25mm sawn cypress bearers plugged andscrewed : 20mm blockboard doors, shelves, partitions,sides and divisions : hardwood lipped on all exposededges : all exposed blockboard surfaces faced withmahogany veneer : 100mm aluminium D-handles :75mm brass piano hinges : magnetic ball catches :prepare and apply three coats polyurethane or otherequal and approved clear finish to all exposed surfacesunless otherwise stated

D Low level cleaners "U" shaped cupboard and worktop unitsize 7000 mm long x 600mm wide x 900mm high :comprising 100mm concrete (class 15) benching with 25mmcement sand paving (measured separately) : 100mmconcrete (class 20/20mm) worktop reinforced with 6mmdiameter mild steel reinforcement bars at 150mm centresbothways 7no partitions : one full length shelf : 5No doorssize 500 x 600mm high NO. 1

Carried to Collection K E S SECTION NO. 10THIRD FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 1 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

STORE SHELVING

A 20mm x 400mm Wide blockboard shelves : mahoganyveneered on all exposed surfaces : hardwood lipped on allexposed edges : 60 x 25mm sawn cypress bearers pluggedand screwed to wall : three coats polyurethane or otherequal and approved clear finish to all exposed surfacesunless otherwise stated LM 41

Service Ducts

B 25mm Blockboard door to refuse chute size 600 x 3050mmhigh : mahogany veneer faced : 50 x 100mm mahoganyframe and 25 x 25mm architrave : ironmongery : three coatspolyurethane clear varnish NO. 12

VANITY TOPS

Concrete Work

C 100mm Thick insitu concrete (class 20/20) worktop :including 6mm diameter mild steel reinforcement bars at150mm centres bothways SM 31

D Sawn formwork to : horizontal soffits of worktop SM 31

E Sawn formwork to : vertical edge of worktop over 75 but notexceeding 150mm high LM 52

Granite

F 20mm Thick polished granite tile fixed with cement mortar to worktop SM 4

G Ditto : to vanity top SM 31

H 20 x 100mm Granite tile fascia LM 7

J Ditto to vanity tops NO. 52

ACCESSORIES : TO ARCHITECTS APPROVAL

K 6mm Bevelled edge polished plate glass mirror size 600 x1000mm high : fixed with chromium plated dome headednuts and screws NO. 11

Carried to Collection K E S SECTION NO. 10THIRD FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 2 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A Ditto size 2000 x 1100mm high (gents and ladies toilets) NO. 22

B 20mm Diameter chromium plated horizontal hands griphook 450mm long : 2No chromium plated brackets :plugged and screwed drawing L(74)14 and L(74)15(disabled toilets) NO. 11

C Ditto : 450mm long vertical hands grip NO. 11

D 20mm Diameter chromium plated towel rail 600mm long :2No chromium plated fixing brackets plugged and screweddrawing L(74)03, 04, 05, 06, 10, 12 and 13 NO. 33

Carried to Collection K E S SECTION NO. 10THIRD FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 2 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 10

THIRD FLOOR

ELEMENT NO. 8

FIXTURES AND FITTINGS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page10/19

Page10/20

Page10/21

Carried Forward to Summary of Section No. 10 K E S SECTION NO. 10THIRD FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 2 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 10

THIRD FLOOR

SECTION SUMMARY - THIRD FLOOR

Bill Page AmountNo No

1 Page10/1REINFORCED CONCRETE FRAME

2 Page10/4STAIRCASES

3 Page10/8WALLING

4 Page10/11DOORS

5 Page10/14WINDOWS

6 Page10/15EXTERNAL FINISHES

7 Page10/18INTERNAL FINISHES

8 Page10/22FIXTURES AND FITTINGS

Carried to Final Summary K E S SECTION NO. 10THIRD FLOORArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 0 / 2 3

FOURTH FLOOR

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

REINFORCED CONCRETE FRAME

Insitu concrete class 25 , vibrated and reinforced asdescribed, in:-

A Internal and Ring; Beams CM 34

B Columns; Ditto in Class 30 CM 26

C 150mm thick slab SM 504

D 200mm thick walling; lift core SM 131

REINFORCEMENT (PROVISIONAL)

E (8mm - 32mm) Assorted reinforcement bars KG 23,664

Sawn formwork to:-

F Sides of Beams SM 233

G Vertical sides columns SM 50

H Vertical sides of Concrete walls SM 132

J Soffits of suspended slab SM 208

K Sides of slab 100mm thick SM 19

Carried Forward to Summary of Section No. 11 K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 1REINFORCED CONCRETE FRAMEArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

STAIRCASES AND RAILINGS

Insitu concrete : class 20/20 mm : vibrated : reinforced

A Staircase treads, risers, waist CM 1

B 150mm Suspended landings and stair lobbies SM 3

High yield square twisted bar reinforcement to BS 4461and mild steel bar reinforcement to BS 4449

C 10mm to 12mm Diameter bars KG 174

Sawn formwork : to

D Sloping soffits : staircase SM 4

E Horizontal soffits : suspended landing slab SM 3

F Ditto : edges of risers LM 2

G 350mm (Average) raking sides of staircase : includingcutting to profile of treads and risers LM 8

Cement and Sand (1:4) beds

H 32mm thick to receive granite floor tiles SM 9

Ceramic Tiles

J Supply and fix300*600*10mm thick granite floor tiles-traditional colours or other equal and approved onpreapared screed with first quality adhesive includingpointing SM 9

Skirting

K 100mm high skirting; fixed LM 7

12mm Lime plaster, steel trowelled finish to concrete

L Horizontal soffits : landings SM 3

M Sloping soffits : open edges of string staircase SM 4

Carried to Collection K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 2STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Prepare and apply three coats of approved emulsionpaint : to

A Sloping soffits : staircase SM 4

B Horizontal soffits : landings SM 3

RAILINGS AND BALUSTRADINGS

C 900mm high mild steel balustrading comprising 50 x 50 x2mm RHS balusters fish-tailed and built into floor at 600mmcentres; 500mm long 25 x 25 x 2mm RHS verticals withends welded at 125mm centres to and including 2 No. 25 x25 x 2mm mid-rails; including varnished 65 x 30mm groovedmahogany handrail screwed to and including 25 x 2mmsteel flat rail; including all necessary grouting and makinggood; complete LM 52

Prepare and apply one coat red oxide primer and twocoats of gloss oil paint to:-

D General surfaces of metal SM 23

Carried to Collection K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 2STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 11

FOURTH FLOOR

ELEMENT NO. 2

STAIRCASES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page11/2

Page11/3

Carried Forward to Summary of Section No. 11 K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 2STAIRCASESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

INTERNAL WALLING

Machine cut natural stone walling jointed in cement andsand (1:3) mortar including bonding ties as necessary

A 200mm Thick walling SM 44

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

B 200mm Wide horizontal layer LM 21

Panelling

C 25mm Thick MDF panel cladding (in double layer) fixed tomasonry wall with and includding soft wood timber bearersat 500mm centres SM 61

EXTERNAL WALLING

D 200mm Thick walling SM 283

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

E 200mm Wide horizontal layer LM 127

Carried Forward to Summary of Section No. 11 K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 3WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

DOORS

Steel Casement Doors

Supply, assemble and fix the following purpose madestandard section steel Door to comply toB.S.990,obtained from an approved manufacturer,primed with red oxide primer before delivery to sitecomplete with, hinges, handles, catches and building inlugs.

A Steel glazed mild steel double door 1800x2400mmfabricated from 50x25x3 mm RHS frame, 25x50x3mm zed& tee sections and reinforced with 16mm bars mild steelsquare welded to approved pattern complete with; theframes fishtailed and grouted to concrete block wall orconcrete head;Complete NO. 3

Touch up primer ,prepare and apply two undercoatsand one finishing coat of 1 st quality and approvedgloss paint on metal work

B General surfaces of mild steel /Metal doors SM 26

TIMBER DOORS ( Provisional )

C 200x50mm Frame with four labours LM 8

D 40x12mm Architrave LM 16

E 15mm Quadrant LM 16

Wrot treated cypress selected and kept clean

Flush Doors

45mm thick semi-solid core flush door to BS 459 :Part2, faced on both sides with 3mm internal paintingquality ply wood and lipped on all edges withhardwood

F Door Overall Size 900x2100mm high NO. 2

Carried to Collection K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 4DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Supply and fix the following ironmongery with screwsto match (Ref. is to Union Catalogue or other equal andapproved)

Iron mongery.

Supply and fix the following ironmongery with screwsto match (Ref. is to Union Catalogue or other equal andapproved)

A Rubber door stop fixed to concrete floor,or masonry wallingwith and including 38mm rawl bolt NO. 2

B 100mm steel butt hinges with steel screws Pairs 3

C 2-Lever mortice lock complete with aluminium lever handles NO. 2

"Crown") aluminium or other equal and approved woodprimer

D Back of wood surface exceeding 100mm girth but notexceeding 200mm girth LM 16

Prepare and apply two undercoats and one finishingcoat gloss paint on wood work

E Ditto over 200mm but not exceeding 300mm girth LM 8

F General surfaces SM 8

Carried to Collection K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 4DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 11

FOURTH FLOOR

ELEMENT NO. 4

DOORS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page11/6

Page11/7

Carried Forward to Summary of Section No. 11 K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 4DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

WINDOWS

Aluminium framed windows

Natural anodised aluminium section windows includingaccessories to Architects approval : 75 x 50 mm frames: aluminium glazing beads, powder coated alumniumwindow cills and wash leather, neoprene gaskets strip:permanent vents in aluminium louvre to be integral towindow and mosquito proofed : complete with andincluding 6 mm reflective, tinted or clear laminatedglass as specified by architect including butt jointedglazing with silicone sealant where shown and asdirected by the Architect: with and including aluminiumlouvre jambs where detailed and louvre glass bladeswith smooth edges: :installed by an approved domesticsub-contractor: to Architects window schedule: allopening windows to have "Bonn Series" or equal andapproved friction stay hinges with restrictor stay, satinanodised aluminium window handles and lockingdevice : fixed to partitions : frames fixed with screwsplugged : pointed externally in mastic

A Window Overall size 900x600mm high NO. 15

B Window Overall size 900x1200mm high NO. 13

C Window size 3300*1200 mm high NO. 2

D Window size 3300*3300 mm high NO. 4

Glazing

E 4mm thick clear sheet glass and glazing with putty to metalin small panes SM 30

Precast Concrete Cill

F 150 x 50mm precast concrete window cill bedded andjointed in cement/sand mortar LM 32

Prime grade wrot cypress

G 125 x 25mm window board with one labour LM 32

Carried to Collection K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 5WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A 25mm quadrant bead LM 32

B Pelmet boxes in 25 x 150mm bull-nosed top, 25 x 150mmfascia with 8 labours; complete with 19 x 50mm cypressbearer plugged to wall; including end pieces LM 32

Accessories

C Brass I-section double curtain rail complete with brackets,rings, rollers and all other necessary accessories LM 32

D Vertical Aluminium retractable blinds complete with rings,rollers and all other necessary accessories SM 30

Prepare and apply three coats of gloss oil paint to:-

E Surfaces of timber pelmet boxes 200-300mm girth LM 32

F Ditto window board surfaces 100 - 200mm girth LM 32

Painting

Prepare and apply one coat of aluminium wood primerto :-

G Back of wood before fixing not exceeding 100mm girth LM 32

Prepare and apply one undercoat and two finishingcoats of gloss oil paint to general surfaces of :-

H Windows (both sides measured) SM 60

Carried to Collection K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 5WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 1 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 11

FOURTH FLOOR

ELEMENT NO. 5

WINDOWS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page11/9

Page11/10

Carried Forward to Summary of Section No. 11 K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 5WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 1 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

EXTERNAL FINISHES

WALL FINISHES

Cement and sand plaster wood floated in:-

A Concrete or masonry surfaces SM 9

Thoroughly prepare and apply two coats of externalquality emulsion paint to:-

B Rendered surfaces SM 9

Natural stone walling external finishes

C Extra over machine dressed stone walling for neat recessedhorizontal key in cement mortar 1:11/2 SM 283

Sun-shading Elements

D Vertical concrete Sun-shading elements SM 14

Carried Forward to Summary of Section No. 11 K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 6EXTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 1 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

FLOOR FINISHES

Cement and Sand (1:4) beds

A 32mm thick to receive ceramic floor tiles SM 134

B 32mm thick to receive granite floor tiles SM 131

C 32mm thick to receive anti-static rubber floor finish SM 231

Ceramic Tiles

D Supply and fix 300 x 300mm x 8mm thick Non-slip ceramicfloor tiles as manufactured by "saj Ceramics" or other equaland approved on preapared screed with first qualityadhesive including pointing SM 134

E 100mm high skirting; fixed LM 48

Granite Floor Tiles

F Supply and fix 300*600*10mm thick granite floor tiles-traditional colours SM 131

G 100mm high skirting LM 44

Anti-Static Rubber Floor Finish

H Supply and fix 12mm thick wall to wall anti-static rubber floorfinish on preapared screed with first quality adhesiveincluding pointing

SM 231

WALL FINISHES

15mm (minimum) Two-coat lime plaster, with steeltrowelled finish, as described to:-

J Stone walls and concrete surfaces SM 383

Prepare and apply three under coats of 1st quality paint- and approved paint to:-

K Plastered wall and concrete surfaces SM 383

Carried to Collection K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 7INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 1 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

CEILLING AND SOFFITS

15mm (minimum) Two-coat lime plaster, with steeltrowelled finish, as described to:-

A Soffits of suspended ceiling SM 496

Prepare and apply three under coats of 1 st quality andapproved paint to:-

B Plastered soffits of suspended slabsSM 496

Accoustic ceiling

Aluminium frame in 600 x 600 x 15 mm Decorativeaccoustic , Armstrong Minaboard Synonyms T-M rangeor equal and approved panels : on and includingexposed powder coated aluminium grid system ;suspended 400mm from concrete soffits(including allnecessary framework) : provisional

C Horizontal ceilings SM 362

D Extra over for access panels and diffusers 600 x 600 mm NO. 5

Carried to Collection K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 7INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 1 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 11

FOURTH FLOOR

ELEMENT NO. 7

INTERNAL FINISHES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page11/13

Page11/14

Carried Forward to Summary of Section No. 11 K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 7INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 1 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

SECTION NO.4

FIXTURES AND FITTINGS

BENCHING

Plain insitu concrete : class 15/20

A 100mm Benching SM 35

Sawn formwork : to

B Vertical edge : benching over 75 but not exceedng 150mmhigh LM 58

Cement and sand (1:4) paving : steel trowelled : to

C 15mm Floors SM 41

JOINERY FITTINGS

KITCHEN CUPBOARDS

Cleaners cupboards : comprising 50 x 25mm wrotframes : 25 x 25mm sawn cypress bearers plugged andscrewed : 20mm blockboard doors, shelves, partitions,sides and divisions : hardwood lipped on all exposededges : all exposed blockboard surfaces faced withmahogany veneer : 100mm aluminium D-handles :75mm brass piano hinges : magnetic ball catches :prepare and apply three coats polyurethane or otherequal and approved clear finish to all exposed surfacesunless otherwise stated

D Low level cleaners "U" shaped cupboard and worktop unitsize 7000 mm long x 600mm wide x 900mm high :comprising 100mm concrete (class 15) benching with 25mmcement sand paving (measured separately) : 100mmconcrete (class 20/20mm) worktop reinforced with 6mmdiameter mild steel reinforcement bars at 150mm centresbothways 7no partitions : one full length shelf : 5No doorssize 500 x 600mm high NO. 1

Carried to Collection K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 1 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

STORE SHELVING

A 20mm x 400mm Wide blockboard shelves : mahoganyveneered on all exposed surfaces : hardwood lipped on allexposed edges : 60 x 25mm sawn cypress bearers pluggedand screwed to wall : three coats polyurethane or otherequal and approved clear finish to all exposed surfacesunless otherwise stated LM 41

Service Ducts

B 25mm Blockboard door to refuse chute size 600 x 3050mmhigh : mahogany veneer faced : 50 x 100mm mahoganyframe and 25 x 25mm architrave : ironmongery : three coatspolyurethane clear varnish NO. 12

VANITY TOPS

Concrete Work

C 100mm Thick insitu concrete (class 20/20) worktop :including 6mm diameter mild steel reinforcement bars at150mm centres bothways SM 31

D Sawn formwork to : horizontal soffits of worktop SM 31

E Sawn formwork to : vertical edge of worktop over 75 but notexceeding 150mm high LM 52

Granite

F 20mm Thick polished granite tile fixed with cement mortar to worktop SM 4

G Ditto : to vanity top SM 31

H 20 x 100mm Granite tile fascia LM 7

J Ditto to vanity tops NO. 52

ACCESSORIES : TO ARCHITECTS APPROVAL

K 6mm Bevelled edge polished plate glass mirror size 600 x1000mm high : fixed with chromium plated dome headednuts and screws NO. 11

Carried to Collection K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 1 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A Ditto size 2000 x 1100mm high (gents and ladies toilets) NO. 22

B 20mm Diameter chromium plated horizontal hands griphook 450mm long : 2No chromium plated brackets :plugged and screwed drawing L(74)14 and L(74)15(disabled toilets) NO. 11

C Ditto : 450mm long vertical hands grip NO. 11

D 20mm Diameter chromium plated towel rail 600mm long :2No chromium plated fixing brackets plugged and screweddrawing L(74)03, 04, 05, 06, 10, 12 and 13 NO. 33

Carried to Collection K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 1 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 11

FOURTH FLOOR

ELEMENT NO. 8

FIXTURES AND FITTINGS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page11/16

Page11/17

Page11/18

Carried Forward to Summary of Section No. 11 K E S SECTION NO. 11FOURTH FLOORELEMENT NO. 8FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 1 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 11

FOURTH FLOOR

SECTION SUMMARY - FOURTH FLOOR

Bill Page AmountNo No

1 Page11/1REINFORCED CONCRETE FRAME

2 Page11/4STAIRCASES

3 Page11/5WALLING

4 Page11/8DOORS

5 Page11/11WINDOWS

6 Page11/12EXTERNAL FINISHES

7 Page11/15INTERNAL FINISHES

8 Page11/19FIXTURES AND FITTINGS

Carried to Final Summary K E S SECTION NO. 11FOURTH FLOORArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 1 / 2 0

AUDITORIUM

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

SUBSTRUCTURES (ALL PROVISIONAL)

Excavation and site clearance

A Excavate 150mm deep to remove top vegetable soil andcart away or burn arisings SM 187

B Excavate for trenches and Bases not exceeding 1.5m depthin black cotton soil CM 120

C Ditto 1.5-3.0 M CM 120

Disposal

D Load, wheel and cart away from site surplus excavatedmaterila and deposit in approved dumping area CM 32

E Allow for keeping excavations free from all water bypumping or otherwise Item

F Allow for plunking and strutting sides of excavation trenches Item

Hardcore fill

G 300mm thick Approved broken quarry stone hardcore fill;well watered and compacted in 150mm thick layers toapproval. CM 177

H 50mm thick stone dust blinding to surfaces of hardcore SM 177

Plain Concrete blinding class 10 to:

J Bases Foundation SM 40

Vibrated Reinforced Concrete Class 30 in:

K Bases CM 16

L Columns CM 15

Concrete slab

M 150 mm thick slab SM 187

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 1SUBSTRUCTURESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

BRC mesh fabric reinforcement:-

A BRC ref. A.142 mesh weighing 2.22kg/m2 in ground floorslab SM 187

Load bearing natural stone walling,chisel dressed onboth sides and jointed in cement and sand (1:3) mortar

B 150mm Thick wall in foundations SM 84

High tensile square twisted bars to B.A 4461 includingbends, hooks and tying wire

C Assorted Reinforcement 8mm - 25mm Diameter bars KG 7,210

Sawn formwork to:-

D Sides of Strip Footing SM 27

Surface treatment

E Termidor or other equal and approved anti-termiteinsecticide treatment to blinded hardcore surfaces applied inaccordance with the manufacturer's printed instructions SM 177

Damp-proofing

F 500 gauge polythene sheeting laid under concrete floor bed SM 187

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 1SUBSTRUCTURESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 12

AUDITORIUM

ELEMENT NO. 1

SUBSTRUCTURES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page12/1

Page12/2

Carried Forward to Summary of Section No. 12 K E S SECTION NO. 12AUDITORIUMELEMENT NO. 1SUBSTRUCTURESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

REINFORCED CONCRETE FRAME

Insitu concrete class 25 , vibrated and reinforced asdescribed, in:-

A Internal and Ring; Beams CM 6

B External Beams CM 16

C Sloping Slabs; Not Exceeding 30 degrees: 150mm thickslab SM 187

D Ramp CM 14

REINFORCEMENT (PROVISIONAL)

E (8mm - 32mm) Assorted reinforcement bars KG 4,566

Sawn formwork to:-

F Sides of Beams SM 225

G Sides of slab 150mm thick SM 9

H Soffits of the ramp SM 12

Carried Forward to Summary of Section No. 12 K E S SECTION NO. 12AUDITORIUMELEMENT NO. 2REINFORCED CONCRETE FRAMEArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

TERRACES

Insitu concrete : class 20/20 mm : vibrated : reinforced

A Staircase treads, risers, waist CM 36

B 150mm Suspended landings and stair lobbies SM 24

High yield square twisted bar reinforcement to BS 4461and mild steel bar reinforcement to BS 4449

C 10mm to 12mm Diameter bars KG 4,752

Sawn formwork : to

D Sloping soffits : staircase SM 62

E Horizontal soffits : suspended landing slab SM 24

F Ditto : edges of risers LM 3

G 350mm (Average) raking sides of staircase : includingcutting to profile of treads and risers LM 17

Cement and Sand (1:4) beds

H 32mm thick to receive carpet SM 106

Carpet

J Supply and fix high quality wall to wall floor carpet withdense yarn: high fade resistance with 100% solution dyednylon suitable for heavy commercial usage: yarn weight withminimum 1.2kg/m2 and total weight equal or above 2.5kg/m2: electrostatic propensity less than 2.0kv: preparesurface and lay complete with underlay as permanufacturers printed instructions allow for and brassknaplocks as necessary or as directed: 100 x 25mm profilesmahogany skirtings on all wall edges : cement and sandscreed (ms) all to Architect's approval SM 143

12mm Lime plaster, steel trowelled finish to concrete

K Horizontal soffits : landings SM 86

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 3TERRACESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A Sloping soffits : open edges of string staircase SM 86

Prepare and apply three coats of approved emulsionpaint : to

B Sloping soffits : staircase SM 86

C Horizontal soffits : landings SM 86

GIRDER RAILING

Girder Railing to support Electrical and LightingFeatures.

600mm high Girder railing comprising 50 x 50 x 3mmPatterned Steel sections fish-tailed and built into slab at150mm centres ;Ditto in Hexagonals; to structuralEngineers Details screwed to including all necessarygrouting and making good; complete; Primed andPainted

D Allow a provisional sum for Girder Sections at the Terrace Item 200,000 00

Prepare and apply one coat red oxide primer and twocoats of gloss oil paint to:-

E General surfaces of metal SM 88

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 3TERRACESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 12

AUDITORIUM

ELEMENT NO. 3

TERRACES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page12/5

Page12/6

Carried Forward to Summary of Section No. 12 K E S SECTION NO. 12AUDITORIUMELEMENT NO. 3TERRACESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

INTERNAL WALLING

Machine cut natural stone walling jointed in cement andsand (1:3) mortar including bonding ties as necessary

A 200mm Thick walling SM 36

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

B 200mm Wide horizontal layer LM 6

Machine cut natural stone walling jointed in cement andsand (1:3) mortar including bonding ties as necessary

C 100mm Thick walling SM 43

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

D 100mm Wide horizontal layer LM 8

EXTERNAL WALLING

E 200mm Thick walling SM 315

Three- ply bituminous felt damp proof course bedded incement ans sand (1:3) mortar (measured nett allow forlaps):-

F 200mm Wide horizontal layer LM 55

Carried Forward to Summary of Section No. 12 K E S SECTION NO. 12AUDITORIUMELEMENT NO. 4WALLINGArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

DOORS

Mural doors

Panel doors : wrot mahogany : selected and kept clean(Provisional)

A 50 mm Decorative mural door (lamu door, overall) size 1800x 2500 mm high, : 2no equal leaves : comprising 50 x 150mm rebated stiles, top, and 50 x 200 mm bottom rail :decorative mouldings on panels ( on both sides). 200 x100mm thick ( extreme) moulded door frame fixed towall,screwed and pellated Rate to include for Lamu carvingsto door lining not exceeding 300mm wide includingparliament hinges; Complete with Matching 5 Lever Locks NO. 1

Timber Panel doors

wrot mahogany : selected and kept clean (Provisional)

B 50 mm Panel door unit (overall) size 2400 x 2400 mm high,comprising 50 x 150 mm stiles, top, and middle rails and 50x 200 mm bottom rail : panels in filled with 50 mmhardwood boarding with diamond shaped bevelled and solidbrass moulding and splayed at joint to frame : 900 x 300mm high fan light with glass infill complete with 5 LeverUnion Lock NO. 1

C Ditto : 50 mm Thick door size 850 x 2100 mm high NO. 1

Steel Casement Doors

Supply, assemble and fix the following purpose madestandard section steel Door to comply toB.S.990,obtained from an approved manufacturer,primed with red oxide primer before delivery to sitecomplete with, hinges, handles, catches and building inlugs.

D Steel glazed mild steel double door 3000x2400mmfabricated from 50x25x3 mm RHS frame, 25x50x3mm zed& tee sections and reinforced with 16mm bars mild steelsquare welded to approved pattern complete with; theframes fishtailed and grouted to concrete block wall orconcrete head;Complete NO. 1

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 5DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A Steel glazed mild steel double door 1800x2400mm in smallpanes comprising 300mm high top fixed light, fabricatedfrom 50x25x3 mm RHS frame, 25x50x3mm zed & teesections and reinforced with 16mm bars mild steel squarewelded to approved pattern complete with three lever lockas union catalogue or equal; the frames fishtailed andgrouted to concrete block wall or concrete head;Complete NO. 2

Touch up primer ,prepare and apply two undercoatsand one finishing coat of 1 st quality and approvedgloss paint on metal work

B General surfaces of mild steel /Metal doors SM 32

TIMBER DOORS ( Provisional )

C 200x50mm Frame with four labours LM 8

D 40x12mm Architrave LM 16

E 15mm Quadrant LM 16

Wrot treated cypress selected and kept clean

Flush Doors

45mm thick semi-solid core flush door to BS 459 :Part2, faced on both sides with mahogany veneer andlipped on all edges with hardwood

F Dooor Overall size 900*2100mm high NO. 2

Supply and fix the following ironmongery with screwsto match (Ref. is to Union Catalogue or other equal andapproved)

Iron mongery.

Supply and fix the following ironmongery with screwsto match (Ref. is to Union Catalogue or other equal andapproved)

G Rubber door stop fixed to concrete floor,or masonry wallingwith and including 38mm rawl bolt NO. 1

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 5DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 1 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A 100mm steel butt hinges with steel screws Pairs 2

B 2-Lever mortice lock complete with aluminium lever handles NO. 1

"Crown") aluminium or other equal and approved woodprimer

C Back of wood surface exceeding 100mm girth but notexceeding 200mm girth LM 8

Prepare and apply two undercoats and one finishingcoat gloss paint on wood work

D Ditto over 200mm but not exceeding 300mm girth LM 4

E General surfaces SM 4

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 5DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 1 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 12

AUDITORIUM

ELEMENT NO. 5

DOORS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page12/9

Page12/10

Page12/11

Carried Forward to Summary of Section No. 12 K E S SECTION NO. 12AUDITORIUMELEMENT NO. 5DOORSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 1 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

WINDOWS

Steel Windows

Supply and fix the following purpose-made steelcasement window in heavy duty z and T-sectionscomplete with lug, hinges, approved brass windowstays and handles, 200mm high 16gauge mild steelplate at top and with built-in permanent vents at topprimed with red lead oxide after fabrication to allow forsmall panes size 175x200mm ;complete and reinforcedwith burglar proofing all to architects specifications

A Window Overall size 1800*1200mm high NO. 12

Glazing

B 4mm thick clear sheet glass and glazing with putty to metalin small panes SM 5

Precast Concrete Cill

C 150 x 50mm precast concrete window cill bedded andjointed in cement/sand mortar LM 5

Prime grade wrot cypress

D 125 x 25mm window board with one labour LM 5

E Pelmet boxes in 25 x 150mm bull-nosed top, 25 x 150mmfascia with 8 labours; complete with 19 x 50mm cypressbearer plugged to wall; including end pieces LM 5

Accessories

F Brass I-section double curtain rail complete with brackets,rings, rollers and all other necessary accessories LM 5

G Vertical Aluminium retractable blinds complete with rings,rollers and all other necessary accessories SM 5

Prepare and apply three coats of gloss oil paint to:-

H Surfaces of timber pelmet boxes 200-300mm girth LM 5

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 6WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 1 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A Ditto window board surfaces 100 - 200mm girth LM 5

Painting

Prepare and apply one undercoat and two finishingcoats of gloss oil paint to general surfaces of :-

B Windows (both sides measured) SM 10

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 6WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 1 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 12

AUDITORIUM

ELEMENT NO. 6

WINDOWS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page12/13

Page12/14

Carried Forward to Summary of Section No. 12 K E S SECTION NO. 12AUDITORIUMELEMENT NO. 6WINDOWSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 1 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

EXTERNAL FINISHES

WALL FINISHES

Natural stone walling external finishes

A Extra over machine dressed stone walling for neat recessedhorizontal key in cement mortar 1:11/2 SM 258

Carried Forward to Summary of Section No. 12 K E S SECTION NO. 12AUDITORIUMELEMENT NO. 7EXTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 1 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

FLOOR FINISHES

Cement and Sand (1:4) beds

A 32mm thick to receive carpet SM 57

Carpet

B Supply and fix high quality wall to wall floor carpet withdense yarn: high fade resistance with 100% solution dyednylon suitable for heavy commercial usage: yarn weight withminimum 1.2kg/m2 and total weight equal or above 2.5kg/m2: electrostatic propensity less than 2.0kv: preparesurface and lay complete with underlay as permanufacturers printed instructions allow for and brassknaplocks as necessary or as directed: 100 x 25mm profilesmahogany skirtings on all wall edges : cement and sandscreed (ms) all to Architect's approval SM 57

Timber Decking

Prime grade wrot cypress timber selected and keptclean

C Toungue and Grooved timber surfaces laid onto andincluding 70x50mm sawn cypress brandering nailed SM 11

Wrot mahogany : selected and kept clean

D 25 mm Skirting 150 mm high, three labours : plugged,screwed and pellated : to risers LM 9

Prepare and prime before fixing : on woodwork

E Skirting : over 100 but not exceeding 200 mm girth LM 9

Prepare and apply three coats polyurethane clear mattfinish : to

F Skirtings : over 100 but not exceeding 200 mm girth LM 9

WALL FINISHES

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 8INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 1 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

15mm (minimum) Two-coat lime plaster, with steeltrowelled finish, as described to:-

A Stone walls and concrete surfaces SM 354

Prepare and apply three under coats of 1st quality paint- and approved paint to:-

B Plastered wall and concrete surfaces SM 354

Panelling

25mm thick solid mahogany panels with grooves; fixedto masonry/ concrete surfaces fixed on and including50 x 25 mm wrot celcure grounds : 150mm x 50mmthick moulded podo beading to edges of panels :100x25mm architrave;polished

C Accoustic panels to chamber walls comprising 25mm thickcompressed hexafoam fire resistant insulation and 20mmthick solid mahogany panels and 30 x 25 m moulded coverbeadings at 500 mm horizontal centres respectively : todetail no. ----- SM 354

Prepare and apply three coats polyurethane clear mattvarnish : on wood work

D General surfaces timber wall panelling SM 354

CEILLING AND SOFFITS

15mm (minimum) Two-coat lime plaster, with steeltrowelled finish, as described to:-

E Soffits of suspended ceiling SM 175

Prepare and apply three under coats of 1 st quality andapproved paint to:-

F Plastered soffits of suspended slabsSM 175

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 8INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 1 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Panelled ceiling : 20m thick partenered decorativeceiling panels ( 15 m above ground level)

A 15 m thick gypsum dry construction panels , cut to profileand forming niches/ recesses and or protrutions : and fixedto and including aluminium grid brandering at 400 x 400 mmcentres, suspended with galvanised wire hangers from thesteel trusses (m/s) SM 175

Prepare and apply three coats polyurethane clear mattvarnish : on wood work

B General surfaces ceiling panelling (Over 10.5m aboveground level) SM 175

Suspended acoustic ceilings : 600 x 600mm Tegulardesign or equal and approved on and including lay ingrid system as specified : tappered edge: approvedsuspension system : measured over light fittings :including all cutting : allow for all perimeter trims,curved trims, trims to light fittings and columns trimsas necessary : all to Architects approval

C Horizontal ceiling SM 112

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 8INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 1 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 12

AUDITORIUM

ELEMENT NO. 8

INTERNAL FINISHES

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page12/17

Page12/18

Page12/19

Carried Forward to Summary of Section No. 12 K E S SECTION NO. 12AUDITORIUMELEMENT NO. 8INTERNAL FINISHESArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 2 0

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

SECTION NO.4

FIXTURES AND FITTINGS

BENCHING

Plain insitu concrete : class 15/20

A 100mm Benching SM 35

Sawn formwork : to

B Vertical edge : benching over 75 but not exceedng 150mmhigh LM 58

Cement and sand (1:4) paving : steel trowelled : to

C 15mm Floors SM 41

JOINERY FITTINGS

KITCHEN CUPBOARDS

Cleaners cupboards : comprising 50 x 25mm wrotframes : 25 x 25mm sawn cypress bearers plugged andscrewed : 20mm blockboard doors, shelves, partitions,sides and divisions : hardwood lipped on all exposededges : all exposed blockboard surfaces faced withmahogany veneer : 100mm aluminium D-handles :75mm brass piano hinges : magnetic ball catches :prepare and apply three coats polyurethane or otherequal and approved clear finish to all exposed surfacesunless otherwise stated

D Low level cleaners "U" shaped cupboard and worktop unitsize 7000 mm long x 600mm wide x 900mm high :comprising 100mm concrete (class 15) benching with 25mmcement sand paving (measured separately) : 100mmconcrete (class 20/20mm) worktop reinforced with 6mmdiameter mild steel reinforcement bars at 150mm centresbothways 7no partitions : one full length shelf : 5No doorssize 500 x 600mm high NO. 1

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 9FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 2 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

STORE SHELVING

A 20mm x 400mm Wide blockboard shelves : mahoganyveneered on all exposed surfaces : hardwood lipped on allexposed edges : 60 x 25mm sawn cypress bearers pluggedand screwed to wall : three coats polyurethane or otherequal and approved clear finish to all exposed surfacesunless otherwise stated LM 41

Service Ducts

B 25mm Blockboard door to refuse chute size 600 x 3050mmhigh : mahogany veneer faced : 50 x 100mm mahoganyframe and 25 x 25mm architrave : ironmongery : three coatspolyurethane clear varnish NO. 12

VANITY TOPS

Concrete Work

C 100mm Thick insitu concrete (class 20/20) worktop :including 6mm diameter mild steel reinforcement bars at150mm centres bothways SM 31

D Sawn formwork to : horizontal soffits of worktop SM 31

E Sawn formwork to : vertical edge of worktop over 75 but notexceeding 150mm high LM 52

Granite

F 20mm Thick polished granite tile fixed with cement mortar to worktop SM 4

G Ditto : to vanity top SM 31

H 20 x 100mm Granite tile fascia LM 7

J Ditto to vanity tops NO. 52

ACCESSORIES : TO ARCHITECTS APPROVAL

K 6mm Bevelled edge polished plate glass mirror size 600 x1000mm high : fixed with chromium plated dome headednuts and screws NO. 11

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 9FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 2 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A Ditto size 2000 x 1100mm high (gents and ladies toilets) NO. 22

B 20mm Diameter chromium plated horizontal hands griphook 450mm long : 2No chromium plated brackets :plugged and screwed drawing L(74)14 and L(74)15(disabled toilets) NO. 11

C Ditto : 450mm long vertical hands grip NO. 11

D 20mm Diameter chromium plated towel rail 600mm long :2No chromium plated fixing brackets plugged and screweddrawing L(74)03, 04, 05, 06, 10, 12 and 13 NO. 33

Carried to Collection K E S SECTION NO. 12AUDITORIUMELEMENT NO. 9FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 2 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 12

AUDITORIUM

ELEMENT NO. 9

FIXTURES AND FITTINGS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page12/21

Page12/22

Page12/23

Carried Forward to Summary of Section No. 12 K E S SECTION NO. 12AUDITORIUMELEMENT NO. 9FIXTURES AND FITTINGSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 2 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 12

AUDITORIUM

SECTION SUMMARY - AUDITORIUM

Bill Page AmountNo No

1 Page12/3SUBSTRUCTURES

2 Page12/4REINFORCED CONCRETE FRAME

3 Page12/7TERRACES

4 Page12/8WALLING

5 Page12/12DOORS

6 Page12/15WINDOWS

7 Page12/16EXTERNAL FINISHES

8 Page12/20INTERNAL FINISHES

9 Page12/24FIXTURES AND FITTINGS

Carried to Final Summary K E S SECTION NO. 12AUDITORIUMArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 2 / 2 5

ROOFING AND

RAINWATER

DISPOSAL

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

ROOFING

ROOFING (All Provisional)

Machine cut natural stone walling jointed in cement andsand (1:3) mortar including bonding ties as necessary

A 200mm Thick walling SM 44

REINFORCED CONCRETE FLAT ROOF AND GUTTERS

Insitu concrete class 25/20 (1:11/2:3 mix), 20mmmaximum aggregate, vibrated and reinforced asdescribed, in:-

B Roof slab SM 474

C Gutter Beams CM 71

Waterproofing

Insitu cement and sand (1:3) screeded beds, with steeltrowelled finish , on concrete

D 30mm Screed finished to receive interlocking tiles for waterproofing SM 474

Roof Tiles

E Supply and fix 19mm interlocking concrete roof tiles onprepared cement-sand screed SM 474

Reinforcement

High tensile steel reinforcement to B.S. 4461 instructural concrete work

F 8mm to12mm Diameter bars KG 8,532

SAWN FORMWORK TO:-

G soffits of roof slab SM 474

H sides of roof slab and Gutter Beams SM 127

Carried to Collection K E S SECTION NO. 13ROOFING AND RAINWATER DISPOSALELEMENT NO. 1ROOF CONSTRUCTION AND RAINWATER DISPOSALArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 3 / 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

UPVC DOWNPIPES

A 150mm diameter UPVC down pipe secured to wall with andincluding steel brackets LM 54

B Extra over ditto for swan neck NO. 4

C Ditto for shoe NO. 4

D Extra over gutter for outlets NO. 4

Carried to Collection K E S SECTION NO. 13ROOFING AND RAINWATER DISPOSALELEMENT NO. 1ROOF CONSTRUCTION AND RAINWATER DISPOSALArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 3 / 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 13

ROOFING AND RAINWATER DISPOSAL

ELEMENT NO. 1

ROOF CONSTRUCTION AND RAINWATER DISPOSAL

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page13/1

Page13/2

Carried to Final Summary K E S SECTION NO. 13ROOFING AND RAINWATER DISPOSALELEMENT NO. 1ROOF CONSTRUCTION AND RAINWATER DISPOSALArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 3 / 3

EXTERNAL WORKS

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNTNO.

FOUL DRAINAGE

(ALL PROVISIONAL)

BULK EXCAVATION, FILLING, ETC

Note: Excavations to include maintaining and supporting sidesof all excavations and keeping same free from all fallenmaterials , mud and water by pumping , bailing or otherwise

A Excavate trench for 150mm diameter drain pipes average1000mm deep and not exceeding 1.50 metres deep , partreturn fill and ram, and remainder remove from site LM 581

MANHOLE AND COVERS

B Construct manhole chamber internal size 600x450mmcomprising 150mm masonry with water proof cement renderand formed channels bed including excavation, backfilling andmaking good depth not exceeding 1000 mm average 600 mm.Cast iron Grade "B" (Medium Duty) single seal flat typemanhole cover and frame size 610 x 452mm to B.S. 497: 1967,minimum weight 143 Kgs. and setting frame in cement mortarand cover in water-proof grease NO. 32

DRAIN PIPES

PVC Pipes

C 150mm Diameter heavy gauge "golden brown" undergrounddrainage system and laying and jointing in accordance with themanufacturer's instructions LM 281

D Allow for testing and commissioning Item

Beds, haunches and sorrounds

provide Concrete class 15/20 bed, haunch and sorroundType C as per Civil Engineering Drawings. Rate to includeall materials sshuttering and support to trenches

E 150mm dia PCC pipe (0.172 m3/m) LM 350

Carried Forward to Summary of Section No. 14 K E S SECTION NO. 14EXTERNAL WORKSELEMENT NO. 1FOUL DRAINAGEArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 4 / 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

STORM WATER DRAINAGE

Storm water Drainage

High yield deformed steel bar reinforcement to B.S.4461

A 8 to 16 mm Diameter bars KG 950

Steel mesh fabric reinforcement to B.S. 4483

B Layer of mesh fabric reinforcement in sides and bases oftunnels Re. A142 SM 174

Precast or insitu reinforced concrete class 25

C Channel bottoms, thickness 150 mm SM 91

D Channel sides, thickness 100 mm SM 265

Lined formwork

E To sides of channels Precast concrete finished fair andbeeded jointed and pointed in cement mortar (1:3) SM 265

F 75 mm channel covers with drain sleeves reinforced withmesh to approval, 600 mm wide LM 52

The following in culverts and spillways

G Concrete 1:3:6 to 40 mm gauge aggregate in foundations CM 8

H Extra for 150 mm surround to pipe, diameter 1200 mm LM 8

J Reinforced concrete class 25 suspended slab 250 mm SM 9

K Spun concrete cylindrical pipes laid in tench, diameter 1200mm LM 9

Carried to Collection K E S SECTION NO. 14EXTERNAL WORKSELEMENT NO. 2STORMWATER DRAINAGEArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 4 / 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

The following in Catchpits

A Cast in-situ catchpits,size 1400x1200x1200mm deep to B.S556 encased in and icluding 150mm thick conrete walls andbase class 25,mesh reinforcement B.S Re A142, completewith 300mi diameter PCC pipe outlet, 1000x900mm widegalvanised M.S grating contained in 50x50x12mn M.S anglewith fixing lugs @250mm c/c,cast in concrete grating formedin 48x8mm M.S flats @40mm c/c all welded with andincluding all excavations,formwork and disposal as perEngineer's drawings NO. 1

The following in Headwalls

B 200mm thick chisel dressed natural stone wall forculverts,finished fair on both sides including all necessaryexcavations,formwork and disposal as per Engineer'sdrawings SM 7

C 150mm thick plain concrete class 20 in foundations,including all necessary excavations and formwork as perEngineer's drawings NO. 2

The following in IBD

D Precast concrete 300mm wide IBD class 25,with 2no.sideslabs size 600x225x75mm thick bedded and jointed in c/smortar(l:3) laid on compacted murram as per Engineer'sdrawings SM 52

The following in U-drain

E 50mm thick concrete blinding class 15, as per Engineer'sdrawings SM 9

F 400mm wide precast U-drain class 25 bedded and jointed inc/s mortar (1:3) as per Engineer's drawings LM 37

G 500mm wide galvanised and painted M.S grating coverformed with 50x10mm cross and side flats @40mm c/c and50x50x5mm RSA including fixin; lugs@250mm c/c as perEngineer's drawings LM 20

Carried to Collection K E S SECTION NO. 14EXTERNAL WORKSELEMENT NO. 2STORMWATER DRAINAGEArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 4 / 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A 150mm thick concrete base and 100mm walls clas:25,reinfoced with fabric mesh B.S Re A142,including allnecessary formwork as per Engineer's drawings size600x600mm LM 13

Carried to Collection K E S SECTION NO. 14EXTERNAL WORKSELEMENT NO. 2STORMWATER DRAINAGEArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 4 / 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 14

EXTERNAL WORKS

ELEMENT NO. 2

STORMWATER DRAINAGE

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page14/2

Page14/3

Page14/4

Carried Forward to Summary of Section No. 14 K E S SECTION NO. 14EXTERNAL WORKSELEMENT NO. 2STORMWATER DRAINAGEArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 4 / 5

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

ROADS AND PAVEMENTS

Earthworks

A Excavate in Black Cotton : not exceeding 1.5 metres deep :load and cart away debris (average 500mm deep) CM 508

B Keep excavations free from all water Item

Disposal

C Load, wheel and cart away from site surplus excavatedmaterials and deposit in an approved dumping area CM 504

Imported murram/natural gravel filling : approved byEngineer

D Supply selected and approved fill material to make uplevels: scarify, spread, grade and compact to falls,crossfalls and slopes : in layers layers not exceeding225mm: compact to 100% MDD AASHTO T180grade, level and compact to falls, cross falls and slopes :excavated surfaces : compact to 100% MDD (StandardCompaction) CM 306

Sub-base and road base

E 300 mm Base : hand packed hardcore stone filling, gradedto falls, crossfalls and slopes : including blinding with quarrydust : compact by rolling in layers of 150mm SM 555

Concrete road paving block : heavy duty : load bearing49N/mm² : herringbone pattern or as directed "Bamburiblox" as manufactured by Bamburi Products Ltd orequal and approved : laid by specilists: to falls on andincluding 40mm river sand bed: to approval

F 60 mm heavy duty paving SM 215

Precast concrete kerbs and channels

G 255 x 125 mm Half battered kerb : 10 mm thick mortar bed :350 x 100 mm class 15/20 concrete base : 100 x 210 mmclass 15/20 concrete haunch , excavate and disposal LM 99

Carried to Collection K E S SECTION NO. 14EXTERNAL WORKSELEMENT NO. 3ROADS, PARKINGS & UTILITY AREAArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 4 / 6

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A 125 x 100 mm Flush channel : 325 x 100 mm concrete(class 15) bed : 100 mm x 100 mm (class 15) haunchingboth sides : formwork : cement and sand (1:3) mortar : jointpointing LM 99

Road Marking Paint

B Road marking with 100mm wide continuous lines LM 540

FOOTPATHS - (PROVISIONAL)

Earthworks

C Excavate in normal soil : not exceeding 1.5 metres deep :load and cart away debris (average 500mm deep) CM 400

D Keep excavations free from all water Item

Imported murram/natural gravel filling : approved byEngineer

E Supply selected and approved fill material to make uplevels: scarify, spread, grade and compact to falls,crossfalls and slopes : in layers layers not exceeding225mm: compact to 100% MDD AASHTO T180grade, level and compact to falls, cross falls and slopes :excavated surfaces : compact to 100% MDD (StandardCompaction) CM 500

Sub-base and road base

F 300 mm Base : hand packed hardcore stone filling, gradedto falls, crossfalls and slopes : including blinding with quarrydust : compact by rolling in layers of 150mm SM 450

Precast concrete road paving blocks to regular patternas ''Bamburi Blox'' or other equal and approved laid tomanufactrurer's specifications

G 50mm thick Light duty concrete paving blocks size 210 x105 x 50 mm (minimum strength 35 N per square mm ) asper Bamburi or other equal and approved catalogue; laid onand including 50 mm screeded fine ballast or sand bed andcompacted by surface vibration

SM 450

Carried to Collection K E S SECTION NO. 14EXTERNAL WORKSELEMENT NO. 3ROADS, PARKINGS & UTILITY AREAArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 4 / 7

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

Precast concrete kerbs and channels

A 125 x 100 mm Flush channel : 325 x 100 mm concrete(class 15) bed : 100 mm x 100 mm (class 15) haunchingboth sides : formwork : cement and sand (1:3) mortar : jointpointing LM 389

Mild Steel

900mm high mild steel balustrading comprising 40 x 40x 2mm RHS balusters fish-tailed and built into floor at600mm centres; 500mm long 25 x 25 x 2mm RHSverticals with ends welded at 125mm centres to andincluding 2 No. 25 x 25 x 2mm mid-rails; includingvarnished 65 x 30mm grooved mahogany handrailscrewed to and including 25 x 2mm steel flat rail;including all necessary grouting and making good;complete

B At Steps and ramps LM 54

Inspection Cover

C 900 x 600mm Purpose made heavy duty cover and frame:comprising 6mm galvanised steel chequer plate welded on32mm x 5mm steel angle framework set in 50 x 50 x 6mmsteel angle frame set in concrete: with and including steelbush hinges and two handles: cover set in grease: prepareand apply three coats bitumionous paint before setting inposition NO. 2

Carried to Collection K E S SECTION NO. 14EXTERNAL WORKSELEMENT NO. 3ROADS, PARKINGS & UTILITY AREAArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 4 / 8

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 14

EXTERNAL WORKS

ELEMENT NO. 3

ROADS, PARKINGS & UTILITY AREA

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page14/6

Page14/7

Page14/8

Carried Forward to Summary of Section No. 14 K E S SECTION NO. 14EXTERNAL WORKSELEMENT NO. 3ROADS, PARKINGS & UTILITY AREAArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 4 / 9

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 14

EXTERNAL WORKS

SECTION SUMMARY - EXTERNAL WORKS

Bill Page AmountNo No

1 Page14/1FOUL DRAINAGE

2 Page14/5STORMWATER DRAINAGE

3 Page14/9ROADS, PARKINGS & UTILITY AREA

Carried to Final Summary K E S SECTION NO. 14EXTERNAL WORKSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 4 / 1 0

DAYWORKS

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

DAYWORKS

All rates provided by the contractor to include andcover for; profits and overhead, transport, insurancesand premiums as required by regulatory authorities andall other mark-up

Notes:-

Labour

A Foreman Hrs 1.00

B Skilled Labour Hrs 1.00

C Unskilled Labour Hrs 1.00

Materials

D Cement Portland BS 12/1978 t 1.00

E Reinforcement KG 1

F Aggregates for Concrete CM 1

G Wrought Shuttering timber SM 1

H Unwrought shuttering timber SM 1

J Timber for trenches SM 1

K Sand CM 1

L Building stones SM 1

Plant and Equipment

M Flatbed Trailer Hrs 1.00

N Wheel Loader Hrs 1.00

P Truck (25T), including Driver Hrs 1.00

Q Truck (8T), including Driver Hrs 1.00

Carried to Collection K E S SECTION NO. 15DAYWORKSELEMENT NO. 1DAYWORKSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 5 / 1

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A Tipper Truck (5T), including Driver Hrs 1.00

B Pick-up (4WD), including Driver Hrs 1.00

C Landrover, including Driver Hrs 1.00

D Sedan - 2000cc, including Driver Hrs 1.00

E Welding Machine (300A) Hrs 1.00

F Ultrasonic Thickness Gauge Hrs 1.00

G Elcometer for Paint Thickness Hrs 1.00

H Compressor (600CFM) Hrs 1.00

J Generator (5KVA) Hrs 1.00

K Generator (10KVA) Hrs 1.00

L Power Grinder/Brush Hrs 1.00

M Scrapping/Cleaning/Hand Tools (Set) Hrs 1.00

N Hand Painting Tools (Set) Hrs 1.00

P Paint Sprayer (including Compressor) Hrs 1.00

Q Concrete Mixer (0.4m3) Hrs 1.00

R Jack Hammer Hrs 1.00

S Vibrator (for concrete work) Hrs 1.00

T Mobile crane (25T), including operator Hrs 1.00

U Mobile crane (5T), including operator Hrs 1.00

V Trailer (25T), including operator Hrs 1.00

Carried to Collection K E S SECTION NO. 15DAYWORKSELEMENT NO. 1DAYWORKSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 5 / 2

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

A Allow for any other items of Plant or Equipment,

(a) .............................................................

(b) .............................................................

(c) .............................................................

(d) ..............................................................Item

Carried to Collection K E S SECTION NO. 15DAYWORKSELEMENT NO. 1DAYWORKSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 5 / 3

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

SECTION NO. 15

DAYWORKS

ELEMENT NO. 1

DAYWORKS

COLLECTION

Page AmountNo

Total Brought Forward from Page No. Page15/1

Page15/2

Page15/3

Carried to Final Summary K E S SECTION NO. 15DAYWORKSELEMENT NO. 1DAYWORKSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 5 / 4

PROPOSED NAKURU COUNTY ASSEMBLYOFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNTNO.

PRIME COST AND PROVISIONAL SUMS

Notes:

1). Provisional sums to be expended at the discretion of the Architect

2). P.C sums to be executed by a nominated sub-contractor

Provide a P.C sum for:

A Allow for all necessary Builder's work in connection withmechanical AND Electrical installations including cuttingholes, chasing, hacking e.t.c and making good Item

Provide a Provisional sum for:

B Contingencies Item 10,000,000 00

GEOTECHNICAL SURVEY

C Allow a provisional sum for Geotechnical survey by anapproved Registered Item 1,200,000 00

Carried to Final Summary K E S SECTION NO. 16P.C AND PROVISIONAL SUMSELEMENT NO. 1PRIME COST AND PROVISIONAL SUMSArchitect: Scope Designs SystemsQuantity Surveyors: Obra International

P a g e 1 6 / 1

MAIN SUMMARY

e

SECTION

NO.

Description Page NO. (FOR CONTRACTORS'

USE) KShs

FOR OFFICIAL USE

ONLY.

MAIN SUMMARY

5 PRELIMINARIES 5/31

6 DEMOLITION 6/1

7 GROUND FLOOR 7/33

8 FIRST FLOOR 8/22

9 SECOND FLOOR 9/22

10 THIRD FLOOR 10/23

11 FOURTH FLOOR 11/20

12 AUDITORIUM 12/25

13

ROOFING AND RAINWATER

INSTALLATIONS 13/03

14 EXTERNAL WORKS 14/10

14 DAYWORKS 14/4

15

PRIME COST AND PROVISIONAL

SUMS 16/01

VOL 2

ELECTRICAL INSTALLATIONS,

CCTV, SECURITY SYSTEM, PABX

AND STRUCTURED CABLING VOL 2

VOL 3

PLUMBING AND DRAINAGE, FIRE

PROTECTION ,MECHANICAL

VENTILATION AND AIR

CONDITIONING INSTALLATION VOL 3

Amount in words:

Signature and Stamp of Tenderer:

Contact Person/Telephone No.

Date:

Witness:

Signature:

PROPOSED CONSTRUCTION OF OFFICES AND ASSOCIATED FACILITES

Total to Form of Tender

FOR

NAKURU COUNTY ASSEMBLY

MS/01

DRAWINGS

GSPublisherVersion 0.0.100.100

Architects:SCOPE DESIGNS SYSTEMSArchitects, Interior & LandscapeArchitectsP.O. Box 10594-00100, Tel. 020-2612299Mobile: 0720-012418Email: [email protected]

Drawing:Project: Date:Client:

Scale:PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS,OFFICES AND

ASSOCIATED FACILITIESOCT. 2016

2

2

20

x 19

5 =

3,90

0

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

B B

1

1 4

4

EE

A A

CC

DD

5

5

3

3

4,80

06,

574

9,22

8

4,80

06,

574

9,22

8

200

20,4

0020

0

200

20,4

0020

0

5,8909,4657,7068,802

5,8909,46516,508

200 34,600 200

XX

ENTRANCE LOBBY

STAGE

CONTROLROOM

RECEPTION

AUDITORIUM

ENTRANCELOBBY CORRIDOR

ENTRANCE

LIFTSTAFFLIFT

COMMITEEROOM 01

PRINTING/PHOTOCOPYING STORAGE

GAZEBO GAZEBO

GENTSLADIES

ASSISTED

collapsiblepartition

collapsiblepartition

COMMITEEROOM 02

WAITING AREA

ramp

GROUND FLOOR

1:100

GSPublisherVersion 0.0.100.100

Architects:SCOPE DESIGNS SYSTEMSArchitects, Interior & LandscapeArchitectsP.O. Box 10594-00100, Tel. 020-2612299Mobile: 0720-012418Email: [email protected]

Drawing:Project: Date:Client:

Scale:PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS,OFFICES AND

ASSOCIATED FACILITIESOCT. 2016

2

2

B B

1

1 4

4

EE

A A

CC

16

x 19

7 =

3,15

0

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

DD

5

5

3

3

XX

E-01

E-0

4

16,508 9,465 5,890

16,508 9,465 5,890

4,80

06,

574

9,22

820

020

,400

200

4,80

06,

574

9,22

820

020

,400

200

200 34,600 200

200 25,800 200 4,200 200 4,200 200

200 1,500 200

VOID

LIBRARY/RESOURCE CENTRE

ARCHIVES

LIFTSTAFFLIFT

OFFICE

LOBBY

GENTSLADIES

ASSISTED

OFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

OFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

aluminium partition

aluminium partition

FIRST FLOOR

1:100

GSPublisherVersion 0.0.100.100

Architects:SCOPE DESIGNS SYSTEMSArchitects, Interior & LandscapeArchitectsP.O. Box 10594-00100, Tel. 020-2612299Mobile: 0720-012418Email: [email protected]

Drawing:Project: Date:Client:

Scale:PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS,OFFICES AND

ASSOCIATED FACILITIESOCT. 2016

2

2

B B

1

1 4

4

EE

A A

CC

DD

5

5

3

3

XX

8,802 7,706 9,465 5,890

8,802 7,706 9,465 5,890

4,80

06,

574

9,22

8

200

35,000

200

20,4

0020

04,

800

6,57

49,

228

200

4,90

220

04,

902

200

TERRACE

CHRISTIAN PRAYERROOM

MUSLIM PRAYERROOM

LIFTSTAFFLIFT

OPEN PLAN OFFICE

WASH UPOFFICE

GENTSLADIES

ASSISTED

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

TERRACE

FOURTH FLOOR

1:100

GSPublisherVersion 0.0.100.100

Architects:SCOPE DESIGNS SYSTEMSArchitects, Interior & LandscapeArchitectsP.O. Box 10594-00100, Tel. 020-2612299Mobile: 0720-012418Email: [email protected]

Drawing:Project: Date:Client:

Scale:PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS,OFFICES AND

ASSOCIATED FACILITIESOCT. 2016

2

2

B B

1

1 4

4

EE

A A

CC

DD

5

5

3

3

16

x 19

7 =

3,15

0

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

XX

16,508 9,465 5,890

35,000

200

4,80

06,

574

9,22

8200

4,80

06,

574

9,22

820

04,

598

200

5,75

220

05,

752

200

3,69

920

0

200

4,59

920

010

,004

200

5,40

020

0

8,802 7,706 9,465 8,826

DEPUTYSPEAKER

w.c

SPEAKER'SBOARDROOM

RECEPTION

MINORITYLEADER

CORRIDOR

SPEAKER

CORRIDOR

LIFTSTAFFLIFT

INDEPENDENT MEMBEROF THE BOARD

RECEPTION

RECEPTION

CLERK'SOFFICE

DEPUTYCLERK'SOFFICE

RECEPTION

MAJORITYLEADER

RECEPTION

COMMONLOUNGE

RECEPTION

GENTSLADIES

ASSISTED

RECEPTION

KITCHEN

w.c

wdrb

w.c

w.c

RECEPTION

RECEPTION

THIRD FLOOR

1:100

GSPublisherVersion 0.0.100.100

Architects:SCOPE DESIGNS SYSTEMSArchitects, Interior & LandscapeArchitectsP.O. Box 10594-00100, Tel. 020-2612299Mobile: 0720-012418Email: [email protected]

Drawing:Project: Date:Client:

Scale:PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS,OFFICES AND

ASSOCIATED FACILITIESOCT. 2016

2

2

B B

1

1 4

4

EE

A A

CC

DD

5

5

16

x 19

7 =

3,15

0

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

3

3

XX

E-0

4

E-03

16,508 9,465 5,890

16,508 9,465 5,890

200 34,600 200

200 34,600 200

200

20,4

0020

0

4,80

06,

574

9,22

8

200

20,4

0020

04,

800

6,57

49,

228

200 4,200 200 4,200 200 25,798 200

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

OFFICE OFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

LIFTSTAFFLIFT

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

OFFICE DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

GENTSLADIES

ASSISTED

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

SERVER ROOM

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

DEPARTMENTALOFFICE

aluminium partitionaluminium partition

SECOND FLOOR

1:100

PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS

, OFFICES AND ASSOCIATED FACILITIES

VOLUME 2(Electrical Services)

SPECIFICATIONS & BILLS OF QUANTITIES FOR

2(a) Electrical Installations 2(b) 80KW Generator Installations 2(c) Lifts Installations 2(d) CCTV Installations 2(e) Structured Cabling Installations 2(f) Access Control Installations

SUB-CONTRACT

Architects: Quantity Surveyor:

Scope Design Systems Obra International

P.O. Box 10591 -00100 P.O. Box 3494 -00200

NAIROBI NAIROBI

Services Engineer

Edson Engineers P.O. Box 5647 - 00100

NAIROBI

OCTOBER 2016

EDE SC

PROPOSED NAKURU COUNTY ASSEMBLY

CHAMBERS, OFFICES AND ASSOCIATED

FACILITIES

VOLUME 2(Electrical Services)

SPECIFICATIONS & BILLS OF QUANTITIES

FOR

2(a) Electrical Installations

SUB-CONTRACT

Architects: Quantity Surveyor:

Scope Design Systems Obra International

P.O. Box 10591 -00100 P.O. Box 3494 -00200

NAIROBI NAIROBI

Services Engineer

Edson Engineers P.O. Box 5647 - 00100

NAIROBI

OCTOBER 2016

EDE / 064/EE EDSON Engineers

2 Nakuru County Offices

CONTENTS PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED FACILITIES Electrical Installations Sub-Contract

PAGE NO. FORM OF TENDER FT DEFINITION OF TERMS D1 - D2 NOTES TO TENDERERS N1 - N2 GENERAL CONDITIONS OF SUB-CONTRACT GC1 – GC6 TECHNICAL SPECIFICATIONS EE1 – EE34 BILLS OF QUANTITIES BQ- – BQ- SUMMARY OF TENDER BQ-

EDE / 064/EE EDSON Engineers

3 Nakuru County Offices

FT FORM OF TENDER

TENDER FOR: PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS , OFFICES AND ASSOCIATED

FACILITIES Electrical Installations Sub-Contract

Nakuru County Assembly Offices P.O. Box 907 Nakuru, KENYA Dear Sir

1. I/We, the undersigned, offer to contract for the above sub-contract works in accordance with the attached Conditions of Sub-Contract, Specifications and Bills of Quantities for the sum of:

KShs…………………………………….

(in words) Kenya Shillings………………………………………………………………… …………………………………………………………………………………………………

2. I/We agree that our tender shall remain valid for 90 days from the date of opening the Sub-contract tender and shall not be withdrawn during this period.

3. I/We agree that you are not responsible for any expenses incurred by me/us in submitting this tender

4. I/We agree that you are not bound to accept the lowest or any other tender. Name & Address of Tenderer:……………………………………………………………

Telephone:…………………………………………………………………………… Signature of Tenderer:……………………………………………………………………...

Date:……………………………………………………………………………………………

Company Stamp:…………………………………………………………………………

EDE / 064/EE EDSON Engineers

4 Nakuru County Offices

Page D1

DEFINITION OF TERMS

The following words and expressions used in this document shall have the following meanings attached to them: Employer : Nakuru County Assembly Offices

P.O. Box 907 Nakuru, KENYA

Architect : Scope Design Systems P.O. Box 10591- 00100

Nairobi Services Engineer : Edson Engineers P O Box 5647 - 00100

Nairobi Quantity Surveyor: Obra International P.O. Box 3494 - 00200

Nairobi Main contractor : shall mean the firm or company appointed to carry out the project building works Sub-contractor : shall mean the firm or company appointed to carry out the sub-contract

works described in this document Works : shall mean the materials and the plant to be provided and labours to be

performed by the sub-contractor in fulfillment of the terms of this document and the sub-contract made for that purpose

Contract drawings : shall mean the drawings listed in or referred to in this document and

forming part of this document

m. : shall mean metre mm : shall mean millimeters. mm2 : shall mean square millimetres k : shall mean kilo

EDE / 064/EE EDSON Engineers

5 Nakuru County Offices

Page D2 DEFINITION OF TERMS

A. : shall mean amperes

V. : shall mean volts W. : shall mean watts Hz : shall mean Hertz or cycles per second PVC : shall mean polyvinyl chloride SWA : shall mean steel wire armoured S.P.& N. : shall mean single pole and neutral T.P.& N. : shall mean triple pole and neutral NO. or No. : shall mean numerical number dia. : shall mean diameter rpm : shall mean revolutions per minute KBS : shall mean Kenya Bureau of Standards

B.S. & B.S.C.P. : shall mean British Standard Specification

& British Standard Code of Practice

K.P.& L. : shall mean Kenya Power & Lighting Company Limited Ditto : shall mean in all respects as described in a previous item in the

bills of quantities

I.E.E. : shall mean the Institution of Electrical Engineers of the United Kingdom

L.V. : shall mean low voltage as defined by the 16th edition of the

I.E.E. wiring Regulations H.V. : shall mean high voltage as defined by the 16th edition of the

I.E.E. wiring Regulations

EDE / 064/EE EDSON Engineers

6 Nakuru County Offices

Page N1

NOTES FOR TENDERERS

1. DOCUMENT CHECK Before submitting his tender, the tenderer is required to:

a) check that no page/s of this document is/are missing or illegible and to have this rectified

b) ensure that all ambiguities, doubts or obscure points in this document are cleared with the engineer.

No claims for alleged deficiencies in the information given in this document shall be considered at a later date.

2. ALTERATION TO THIS DOCUMENT Unauthorized alteration or qualification made to the text of this document by the

tenderer shall disqualify the tenderer.

3. CORRECTION OF TENDERS Arithmetic errors in the tenders will be corrected by the engineer in the following

manner:

a) Errors in Extensions If a total extension figure is entered, the extended total shall be a product of the

tendered unit rate and the quantity of the item, and the product shall be added to the tender sum.

If the total extension entered in the bill of quantities is less than the product of the

tendered unit rate and the quantity of the item, a corrected unit rate shall be obtained by dividing the extension total and the quantity of the item. The tender sum shall thus not be amended.

If the total extension entered in the bill of quantities is greater than the product of

the tendered unit rate and the quantity of the item, the extension total shall be reduced to the correct product of the tendered unit rate and the quantity of the item, and the tender sum shall be reduced correspondingly.

b) Omission of Unit Rates:

If an extension total is entered in the bill of quantities but no unit rate is entered therein, the unit rate shall be calculated as the extension total divided by the quantity of the item.

EDE / 064/EE EDSON Engineers

7 Nakuru County Offices

Page N2

c) Omission of Extension Rate & Extension Total: If no unit rate and extension total is entered against any item in the bills of

quantities, it will be assumed that the cost of the item is fully and completely covered elsewhere in the bills of quantities.

d) Errors in Addition: All errors in addition, irrespective of where they occur in the bills of quantities shall

be corrected and the tender sum amended correspondingly.

4. DISCOUNTS No lump sum discounts shall be made in the tender and if such a discount does

appear in the tender, it shall be disregarded and the tender sum will be considered to be the total of the bills of quantities.

EDE / 064/EE EDSON Engineers

8 Nakuru County Offices

PART A

GENERAL CONDITIONS FOR ELECTRICAL INSTALLATIONS

SUB-CONTRACT

EDE / 064/EE EDSON Engineers

9 Nakuru County Offices

GC1 GENERAL CONDITIONS OF SUB-CONTRACT

1.01 SUB-CONTRACT AGREEMENT

The sub-contractor shall be required to enter into a sub-contract agreement

with the main contractor. The form of sub-contract agreement shall be the latest edition of the Agreement and Schedule of Conditions of Building Sub-Contract, published by The Kenya Association of Building and Civil Engineering Contractors.

The tenderer shall be deemed to have examined, fully understood and

accepted the requirements of all clauses in the above document. 1.02 PRELIMINARIES

It shall be deemed that the tenderer in pricing the “Preliminaries” item in the

Summary of Tender contained in this document, has priced for all items in this section of the document and in the Agreement & Schedule of Conditions of Building Sub-Contract, which have financial implications.

1.03 FIRM PRICE CONTRACT

This is a firm price contract and the tenderer must allow in his pricing of this

tender for any increases in the cost of labour and materials during the currency of the sub-contract. No claims for increased cost will be allowed.

1.04 SITE

The site of the proposed works is situated at Nakuru County.

The tenderer is recommended to visit the site and will be deemed to have

satisfied himself with regard to access to the site, the conditions under which the sub-contract works will have to be carried out, the supply of and conditions affecting labour and facilities for obtaining materials and equipment referred in this document.

1.05 EXISTING PROPERTY

The sub-contractor shall take every precaution to avoid damage to all existing

property and he shall be held responsible for all damages arising from the execution of this sub-contract and he shall make good all such damage at his own expense to the satisfaction of the architect.

1.06 CONSTRUCTION PROGRAMME

The tenderer shall be deemed to have: (a) been informed about the duration of

the main contract before submitting their tender and (b) allowed for in his tender all necessary costs to enable him to execute and complete the sub-contract works within the main contractor’s construction programme.

EDE / 064/EE EDSON Engineers

10 Nakuru County Offices

GC2

GENERAL CONDITIONS OF SUB-CONTRACT

1.07 SITE MEETINGS

The sub-contractor shall be required to attend all site meetings and contractor’s meetings. 1.08 SERVICES AND ATTENDANCE

Services and attendance shall be provided by the main contractor in

accordance with the provisions in the main contract agreement. The above will be limited to the builder’s work in connection with this sub-

contract, use of temporary water supply and electrical power and main contractor’s scaffolding.

Except for drilling holes, forming concrete bases, chasing, cutting and making

good the building fabric will be done by the main contractor. The sub-contractor shall mark out in advance and shall be responsible for the accuracy of the sizes of and positions of the bases, chases and holes required for his works.

The sub-contractor shall be responsible for providing any special internal

and/or external scaffolding, trestle, etc specifically required for carrying out the sub-contract works. The tenderer is deemed to have allowed in his prices for the above requirement.

1.09 PROGRAMME OF WORKS

The sub-contract works will commence immediately upon the appointment of

the sub-contractor. The sub-contractor shall be required to phase his works in accordance with the main contractor’s programme of works.

The sub-contractor shall prepare such Critical Path Programmes or Progress

Chart as the main contractor considers necessary to assist him in the preparation of and maintenance of his overall Programmes and Charts.

Copies of the sub-contractor’s programmes shall be submitted to the main

contractor, architect and engineer.

1.10 MATERIALS AND WORKMANSHIP The sub-contractor shall be responsible for the provision of all materials,

special scaffolding, tools and tradesmen required for the execution of the sub-contract works.

Plant, equipment and materials to be used in the execution of the sub-contract

works shall be of sound condition to ensure they shall be serviceable for the duration of the sub-contract and that they do not pose any danger to those employed on the project.

The tenderer shall allow for in prices for hoisting all items of equipment and materials for the sub-contract to be installed in the locations and heights shown on the sub-contract drawings or noted in this document

EDE / 064/EE EDSON Engineers

11 Nakuru County Offices

GC3 GENERAL CONDITIONS OF SUB-CONTRACT

1.11 MEASURED WORKS The Bill of Quantities contained in this document has been prepared in accordance with the Standard Method of Measurement of Building Works for Republic of Kenya: Metric Edition.

All “provisional” and other work liable to adjustment under this sub-contract shall be left uncovered for a reasonable time to allow any measurements needed to be taken by the engineer. The sub-contractor shall inform the engineer when the work is ready for measurement.

If the sub-contractor defaults in the above requirement, he shall uncover the

works for measurement to be taken and reinstate afterwards, all at his expense.

1.12 PROVISIONAL SUMS Quantities given as “Provisional” in this document shall not be held to gauge, or

limit the amount or description of the work to be executed by the sub-contractor. But, the value thereof shall be deducted from the sub-contract sum and the value of the work ordered by the engineer shall be added to the sub-contract sum as provided by the sub-contract agreement.

1.13 VARIATIONS Except in emergency, or for reasons over which the sub-contractor has no

control, works likely to involve a claim for extra payment shall not be initiated without the written instruction from the engineer.

Addition to or reduction from the sub-contract in respect of extra work,

alteration or omission authorised by the engineer shall be agreed and confirmed in writing at the time such variations are decided and shall not affect the validity of the sub-contract.

No allowance shall be made for loss of profit on omitted works. Any claim involving additional work on site, must be accompanied by

authorised site instruction signed by the engineer or his representative. The sub-contractor shall submit to the engineer claim/s for any work or

circumstances on account of which he may want extra payment within seven days from the time of the commencement of such work or circumstances. Any such claim must be in writing with full particulars of such claim/s.

EDE / 064/EE EDSON Engineers

12 Nakuru County Offices

GC4

GENERAL CONDITIONS OF SUB-CONTRACT

1.14 MATERIALS ORDERS The sub-contractor shall order and/or procure all materials and equipment for

the sub-contract within two weeks after his appointment. Documentary evidence of all orders and purchases shall be submitted to the engineer within the above time.

No claims for extra payment shall be considered, if the sub-contractor does not

comply with the above requirement.

1.15 DUTIES, TAXES, ETC.

The tenderer shall include in his prices all mandatory Government duties, taxes and levies; Supply to site, insurances, storage, fix in position, testing, commissioning and all other obligations under this sub-contract.

1.16 DEFECTS LIABILITY The complete sub-contract works shall be guaranteed for a period of six

months from the date of the architect’s certificate of completion. Under this guarantee the sub-contractor shall make good at his own cost all defects in materials, equipment or workmanship which may develop in that period. The sub-contractor shall also make good any damage caused to other works, equipment and materials due to defects in the sub-contract works.

This clause shall not in any way invalidate manufacturer’s guarantee on

equipment, which may extend for periods longer than six months.

1.17 STORAGE ON SITE Space on site or certain areas of partially completed building, when available,

may be allocated to the sub-contractor for storing his material and equipment for the sub-contract.

The main contractor will be responsible for making the storage area waterproof

but the sub-contractor shall be responsible for his own lock-up facilities and sheds.

The sub-contractor shall, when reasonably called upon at any time by the main

contractor, move his material or plant elsewhere notwithstanding his having previously been allocated that -----

EDE / 064/EE EDSON Engineers

13 Nakuru County Offices

GC5

GENERAL CONDITIONS OF SUB-CONTRACT

1.18 CONTRACT DRAWINGS The sub-contract drawings are intended to indicate the intent and extent of the

sub-contract works. The sub-contract drawings and this document are meant to explain each other and shall be read together.

Measures with dimensions shown on the contract drawings and measures

noted in this document are to be followed in preference to dimensions scaled from the contract drawings; but whenever possible, dimensions are to be taken on the site or from the buildings.

Before any work is commenced, dimensions shall be checked on the site

and/or the buildings and discrepancies reported to the engineer. The sub-contractor shall be responsible for ensuring the accuracy of such dimensions.

One copy of all the sub-contract drawings and a copy of this document, issued

to the sub-contractor, shall be retained on site at all times and be available for reference by the engineer and the architect.

1.19 SITE REPRESENTATIVE

It is a specific requirement of this sub-contract that the successful tenderer

shall provide on site, throughout the project construction period, a literate, suitably

qualified and competent person to represent him and to ensure that the sub-contract works are carried out to the standard required by this document.

Instructions and directions given by the architect and/or the engineer to the

sub-contractor’s site representative shall be deemed to have been given to the sub-contractor.

1.20 INSPECTION

The engineer shall be allowed all facilities for inspecting materials and

workmanship on site during the execution of the contract. A similar reservation for inspecting at the manufacturer’s works shall be

included in all orders for specifically manufactured equipment issued by the sub-contractor. In such cases notice shall be given to the engineer that equipment has been manufactured and is ready for inspection and testing, so that this may be carried out before the equipment is packed for shipping.

1.21 SAMPLES The sub-contractor shall, when required, provide at no extra cost, samples of

materials or workmanship forming part of the works. Such samples when approved shall be retained on the site and shall form the standard required for the works.

Any condemned material as unfit for use in the works shall be immediately

removed from the site without any recompense to the sub-contractor.

EDE / 064/EE EDSON Engineers

14 Nakuru County Offices

GC6 GENERAL CONDITIONS OF SUB-CONTRACT

1.22 FAULTY WORKS

The engineer shall have the right to reject any material or workmanship, which

in his opinion does not comply with the requirements of the specifications or is not satisfactory.

The sub-contractor shall replace such rejected materials or rectify such bad

workmanship forthwith, at his own expense. In event of undue delay on the part of the sub-contractor to rectify the rejections, the engineer will have the right to employ others to supply suitable materials and re-execute the works and deduct the cost thereof from the value of the sub-contract.

1.23 PROTECTION

The sub-contractor shall be responsible for casing up or otherwise protecting

all parts of the sub-contract works liable to damage or injury and for removing such protection and making good on completion.

1.24 CLEARING OF SITE The sub-contractor shall ensure that the areas where his works are being

carried out are, at all times, and kept clear of all debris and surplus materials.

EDE / 064/EE EDSON Engineers

15 Nakuru County Offices

PART B

TECHNICAL SPECIFICATION FOR

ELECTRICAL INSTALLATIONS

SUB-CONTRACT

EDE / 064/EE EDSON Engineers

16 Nakuru County Offices

EE1

1 GENERAL

This section specifies the general requirement for plant, equipment and

materials forming part of the Sub-contract Works and shall apply except

where specifically stated elsewhere in the Specification or on the Contract

Drawings.

1.1 Quality of Materials

All plant, equipment and materials supplied as part of the Sub-contract Works

shall be new and of first class commercial quality, shall be free from defects

and imperfections and where indicated shall be of grades and classifications

designated herein.

All products or materials not manufactured by the Sub-contractor shall be

products of reputable manufacturers and so far as the provisions of the

Specification is concerned shall be as if they had been manufactured by the

Sub-contractor.

Materials and apparatus required for the complete installation as called for by

the Specification and Contract Drawings shall be supplied by the Sub-

contractor unless mention is made otherwise.

Materials and apparatus supplied by others for installation and connection by

the Sub-contractor shall be carefully examined on receipt. Should any

defects be noted, the Sub-contractor shall immediately notify the Engineer.

Defective equipment or that damaged in the course of installation or tests

shall be replaced as required to the approval of the Engineer.

1.2 Regulations and Standards

The Sub-contract Works shall comply with the current editions of the

following:

a) The Kenya Government Regulations.

b) The United Kingdom Institution of Electrical Engineers (IEE)

Regulations for the Electrical Equipment of Buildings.

c) The United Kingdom Chartered Institute of Building Services Engineers

(CIBSE) Guides.

d) British Standard and Codes of Practice as published by the British

Standards Institution (BSI)

e) The Local Council By-laws.

f) The Electricity Supply Authority By-laws.

g) Local Authority By-laws.

EDE / 064/EE EDSON Engineers

17 Nakuru County Offices

EE2

h) The Kenya Building Code Regulations.

i) The Kenya Bureau of Standards

1.03 Power Supply on Site

The supply voltage will be 240 volts single phase of 415 volts 3 phase 50 Hz.

TN-S system, viz. separate neutral and protective conductor throughout the

system.

2. INSTALLATION OF CABLES

2.01 General

Bending of cables shall be in accordance with table 52c of the IEE

Regulations and no cable shall be bent to radius less than that specified by

the cable manufacturers.

Cables shall be rated for the maximum connected load with due consideration

to the following factors:-

(i) Voltage drop not in excess of 4% of the nominal voltage.

(ii) Ambient temperature.

(iii) Degree of excess-current protection.

(iv) Grouping.

(v) Cables run under defined conditions.

2.02 Cables in conduits and Trunking

All cables shall be polyvinyl chloride (PVC) insulated to BS 6604, "PVC-

insulated cables (non-armoured) for electric power lighting", 450/750 volt

grade, unless an alternative is specified elsewhere in the contract documents.

The quality and size of cables contained in any one conduit shall comply with

IEE Regulation 529-7 and Appendix 12.

No cable with a cross-section area of less than 1.5mm2

shall be used. All

cables installed in a conduit or trunking system shall be PVC single insulated

conductors and shall be colour coded in accordance with the IEE Regulation

524-3 and Table 52A.

Final sub-circuits shall be run in conduits separate from main or sub-main

cables. All cables in conduit shall be drawn in simultaneously. All cables

shall be drawn in without the use of excessive force, Without the use of

lubricants and the wiring shall be easily withdrawable.

EDE / 064/EE EDSON Engineers

18 Nakuru County Offices

EE3

2.03 PVC/SWA/PVC Cable

These cables shall comprise copper conductors unless specifically detailed

otherwise, laid up with PVC fillers bedded with an extruded inner PVC sheath,

armoured with a single layer of galvanized steel wires, aluminium or strip as

specified, and covered overall with PVC sheath.

Cables shall be manufactured to BS 6346 "PVC insulated cables for electrical

supply" with conductor dimensions and resistances in accordance with BS

6360 1969, "copper conductors in insulated cables and cords", Armouring

shall be galvanised steel to BS 1442.

Attention is drawn to Chapter 52 of the IEE Regulations and Appendix 9.

Where the armour wires of cables are used to provide protective conductor

they shall comply with the requirements of Chapter 54 of the IEE Regulations,

particularly section 543; alternatively, additional cables with copper

conductors shall be installed to reduce the impedance to a level which

ensures compliance with Section 543 of the IEE Regulations.

Unless permission is given by the Engineer, no joints will be allowed. In the

event of joints being authorized, they shall be made using plastic boxes of

approved design filled with an approved cold pouring plastic or resin

compound. The cable box shall incorporate suitable copper tapes and

clamps to bond the armouring of the jointed cables.

The PVC/SWA/PVC cables should be terminated in the cable manufacture's

approved glands. These shall be of the compression type providing

controlled radial compression of the sheath seal. The gland shall incorporate

an armour clamping ring and earthing ring and, where used outdoors, a lead

washer shall be used to ensure a watertight joint between the gland and the

unit to which it is fitted. The earthing ring shall be rigidly fixed to the item of

equipment and terminated using brass nuts, bolts and washers. All gland

terminations shall be protected by a PVC shroud which shall fit tightly over the

cables.

The electrical Sub-Sub-Contractor is responsible for determining the true

nature and extent of cable routes. No claim on the grounds of lack of

knowledge will be entertained. All cable routes shall be agreed with the

Engineer. After the cables have been installed and terminated, but prior to

putting into service, they shall be subjected to an insulation test of 500 volts

and the results of these tests (recorded on test sheets) forwarded to the

Engineer.

EDE / 064/EE EDSON Engineers

19 Nakuru County Offices

EE4

3. CONDUIT AND CONDUIT FACILITIES - MILD STEEL CONDUIT SYSTEM

3.01 Conduits

Conduits shall be installed as required by the IEE Regulations and as detailed

in this specification.

All metal conduits must be heavy gauge, seam welded, steel tube screwed

conduits manufactured to BS 31, "steel tube screwed conduits and fittings for

electrical wiring", Class B, BS 4568, "Steel conduit and fittings with thread of

ISO form for electrical installation", for metric conduit, unless specified

otherwise. Conduits shall be finished black stove enamelled, except in

positions exposed to water (other than water used in construction), steam

condensation or the action of weather, where hot galvanised conduits shall be

used. Any conduits work rejected by the Engineer shall be replaced at no

extra cost. No conduit smaller than 20 mm in diameter or longer than 50mm

diameter shall be used.

All bends in conduit shall be in accordance with the IEE Regulation 529-5,

and made in a conduit bending machine fitted with a former of the correct

radius for each conduit size. Conduits shall be secured in an efficient pipe

vice whilst being screwed. Conduit system shall be installed so as to ensure

compliance with requirements of IEE Regulations 529-7. Attention is drawn

to Appendix 12 of the IEE Regulations.

3.02 Conduit Fittings

Conduit fittings shall have same finish as the conduits being used and shall

comply with BS 31 or BS 4586. All conduit fittings shall be screwed or loop-in

malleable iron circular type, fitted with covers secured by brass screws.

Rectangular adaptable steel boxes may be used on multi-conduit runs.

EDE / 064/EE EDSON Engineers

20 Nakuru County Offices

EE5

All circular type boxes must be fitted with long screwed spout conduit entries

with the screwed thread terminating within the spout and the edges of the

internal orifice of the box rounded and smoothed to act as a bush except for

the adaptable steel rectangular boxes and loop-in conduit boxes, in which

case male bush and coupling must be used for conduit connections. In

concealed installation, boxes shall be fixed with the rims flush with the

finished surface, but when, for any reason whatsoever, the rims are below the

surface, suitable extension rings of the required depth shall be provided and

installed to finish flash with the surrounding surfaces and with the lids of

sufficient oversize (7.5 mm minimum all round) to cover the junction between

box and plaster. In no case will the use of site-manufactured bends, sets,

elbows, inspection elbows or tees be permitted.

3.03 Fixing of Conduits

All conduits must be firmly and rigidly fixed to be entirely without whip or

movement. Space-bar saddles, or strap saddles, must be used on the

timbers in roof spaces and will be allowed when the conduits are run on the

underside of exposed unsealed floor or ceiling joints. Pipe hooks or crumpets

will not be allowed except for security conduits in chases, or screeds, when

the top of the hook must at least be 10 mm below the finished surface of the

wall, or 25 mm below the floor finish. Pipe hooks shall be galvanised.

The finish of the saddles must in all cases conform to the finish of the

supported conduits. Galvanised, sherardised or cadmium plated screws shall

be used in all cases where galvanised conduits are installed.

The standard cast iron distance saddle, (single fixing base and two-screw

fixing top), must be used for all conduits run on the surface of walls and

ceilings etc., fixed at intervals of not more than 1.2 metres.

3.04 Conduit Runs and Concealment

The routes of the conduit installation shall be agreed with the Engineer prior

to commencing the installation. Conduits shall be installed atleast 150 mm

from, and preferably under, any hot water pipes and atleast 50 mm from other

surface pipes and cables.

EDE / 064/EE EDSON Engineers

21 Nakuru County Offices

EE6

Conduits shall be bonded to other surfaces in accordance with the

requirements of IEE Regulations 413-2 and 547-4 to 547-7 inclusive. Each

continuity test shall be applied to the system before plastering, screeding, or

casting of concrete is commenced. Surface work will be allowed where

certain pre-fabricated methods of construction preclude the concealment of

the runs, and or fair-faced brickwork or block work or other unplastered walls.

Conduit runs shall be planned to obviate the need for draw-in boxes, but

where the use of such boxes is unavoidable they shall be accessible at all

times and be fitted with covers. When Conduits are specified as being

installed on the surface the runs must be arranged to render the whole

system as neat and inconspicuous as possible, having regard to the existing

architectural features. All vertical and horizontal runs must be taken where

conduits converge and run together near distribution centres to obtain a

symmetrical layout. The distance between the conduits shall be maintained

through bends and sets and shall not vary noticeably.

3.05 Flexible Metallic Conduit

Flexible Conduit shall comply with the BS 731 part 1. "Flexible steel conduit

and adaptors for the protection of electrical cables." It shall be used for the

final connection from a rigid conduit installation to the terminal boxes of all the

equipment provided with a means of positional adjustment and /or where

vibration may reasonably be expected to occur.

Flexible conduits shall be PVC sheathed and shall be terminated using

approved glands. In all instances separate PVC insulated green and yellow

coloured protective conductor complying with table 41A1 or 41A2 and section

543 of the IEE Regulations shall be installed, terminating at each end into

purpose-made earthing terminals.

Under no circumstances will flexible conduits be accepted in lieu of sets and

bends in a rigid conduit installation.

In normal circumstances flexible conduits shall have a minimum length of 300

mm and a maximum unstretched length of 800mm. It shall permit a full range

of withdrawal, adjustment or movement of the equipment.

EDE / 064/EE EDSON Engineers

22 Nakuru County Offices

EE7

3.06 Locking, Bushing and Coupling

All conduit ends must be filed square and rearmed before erection to ensure

freedom from internal burrs and roughness.

Running couplings shall only be used on black enamelled steel conduit

installations, and the use of this shall be kept to the minimum. All running

couplings shall be secured by means of the lock nuts or lock rings, and the

exposed thread painted after installation.

Every conduit connection to the equipment, boxes, distribution boards, loop-in

boxes, cable trunking etc, shall be made by means of a screw coupling and a

male hexagonal headed smooth bore brass bush. The smooth bore shall be

fitted to secure the conduit to the item connected via a purpose-made clear

hole to be closed by the bush and coupling when fitted. Paint must be

removed from the surface of the item connected to allow it to be covered by

the end of the coupling which shall be filed, clean and square, to ensure a

good mechanical and electrical metal to metal joint. Any exposed area of

metal from which paint has been removed must be made good in a matching

paint. Bushes shall be fitted and tightened by means of correctly fitting

spanners. Mutilated bushes damaged whilst being fitted must be removed

and replaced.

Conduits connecting via couplings shall be connected by a means of 15 mm

long threaded section and shall have a gap of approximately 2 mm between

them. No thread shall be exposed except running couplings.

3.07 Continuity and Earthing

The whole of the conduit installations shall be mechanically and electrically

sound and continuous throughout their length in accordance with the IEE

Regulations.

Where the conduit system is used to provide a protective conductor it shall

comply with the requirements of Chapter 54 of the IEE Regulations

particularly Section 543; alternatively, a separate protective conductor shall

be installed in the conduit to comply with Section 543 of the IEE regulations.

EDE / 064/EE EDSON Engineers

23 Nakuru County Offices

EE8

4. CABLE TRUNKING-SHEET STEEL

Trunking shall only be installed in situations which will remain readily

accessible throughout the life of the buildings. No cable trunking shall be

installed behind a plastered ceiling or in other inaccessible situations.

All cable trunking shall comply with BS 4678, part 1 "Steel surface trunking"

and part 2 for "Steel underfloor (duct) trunking". Sheet steel cable trunking

may be used on installations employing steel conduits, for connecting two or

more switchboards together or where several conduits would otherwise have

to run alongside each other. Proper allowance should be made for the

derating of cables installed together in a container system. The cables must

be capable of carrying the current imposed by the equipment connected.

Attention is drawn to Chapter 52 of the IEE Regulations, particularly Section

522, and Appendix 9: the current carrying capabilities of cables indicated

shall not be exceeded. The Engineer must be consulted as to precise details

concerning trunking routes and applications.

All lengths of trunking shall be heavy gauge zinc coated steel connected

together by internally fitted rectangular couplings of sufficient width to provide

a minimum bearing face of 25mm, to which the lengths shall be bolted on site

or welded at the factory.

Adequate provision shall be made to allow for expansion.

All Tee pieces and bends shall be formed with similar means of connection

and the inner radii area shall be such that cables will not be bent through a

radius less than that prescribed in the IEE Regulations. Only bends and tees

of approved pattern will be accepted.

All fixing screws within the trunking shall be of the round head type. The

trunking shall have an over-lapping well-fitted lid securely fixed to the trunking

by approved means that will avoid damage to the cables. Self-tapping screws

shall not be used.

All necessary accessories including long sleeve couplings, end piece, bends,

sets, tees, reducers, branches, fillets, pinracks, cable retainers etc., shall be

purpose-made units rather than being fabricated on site.

Where a hange in direction of trunking run occurs, the deviation should be

effected by a purpose-made unit manufactured on similar lines to the bends

and tee pieces described above. Where this is not practical, changes in

direction shall be fabricated in a neat workmanlike manner.

EDE / 064/EE EDSON Engineers

24 Nakuru County Offices

EE9

All joints shall fit closely and gaps will not be permitted. All burrs and sharp

edges shall be removed and no screw shall protrude into the trunking.

Trunking shall be firmly attached to its associated equipment either by bolted

flanges or by male bushes and couplings.

Where trunking is connected to equipment by means of flange connectors,

the entry into the equipment shall be of the same cross-section as the

trunking.

Where trunking does not terminate in equipment, the otherwise open end

shall be capped with a cover suitable bolted in position.

Where communications, extra low voltage circuits (category 1) etc., are

contained in a trunking, the requisite number of separate compartments shall

be provided to segregate the wiring. Where conduits are taken off such

trunking they shall not pass through other compartments unless prior

permission is obtained from the Engineer.

The entire trunking is required to be recessed in the structure of the building,

the finished edge of the trunking is to be installed flush with the plasterwork.

Trunking runs shall be so arranged that the lid or cover plate is always on the

top or side and not underneath, unless this cannot be avoided, in which case

the Engineer's permission shall be obtained.

Wherever trunking passes through walls, vertical partitions etc., a fixed piece

of trunking lid shall be fitted to the trunking extended 25 mm either side of the

wall or other barrier, this is to allow removal of the adjacent lid without

disturbing the building fabric. Care shall be taken to ensure that no opening

is left between the trunking and the building structure through which fire might

spread. In addition a suitable barrier of incombustible material shall be

provide and fitted inside the trunking, in accordance with the IEE Regulations

528-1. On vertical runs of trunking internal incombustible barriers shall be

fitted at the distance between floors or 5m, whichever is the less, in

accordance with IEE Regulations 523-6.

All necessary trunking support work, hangers, brackets and fixing

requirements shall be provided by the electrical Sub-Sub-Contractor.

Earth links of the appropriate size and type shall be installed at every jointing

coupling, manufactured bend, etc., throughout the entire trunking system.

EDE / 064/EE EDSON Engineers

25 Nakuru County Offices

EE10

Where trunking is used to provide a protective conductor it shall comply with

the requirements of Chapter 54 of the IEE Regulations, particularly Section

543; alternatively, a separate protective conductor shall be installed in the

trunking to comply with section 543 of the IEE Regulations.

In cases where sheet steel trunking is installed and there is danger

movement, conductors shall be installed bonding all joints in the trunking.

This shall be the vertical trunking.

5 CABLE TRAYS

Cable trays shall be formed from perforated steel of not less than 0.9 mm

thickness up to and including 100 mm width - 1.25 mm thickness from 150

mm up to and including 300 mm width - and 2.00 mm thickness above 300

mm width. They shall be galvanised unless otherwise specified. Tray shall

be adequately sized to support the cable without bunching.

Support shall be by means of steel brackets installed at intervals necessary to

provide a rigid fixing and ensure that no undue deflection occurs in the

complete installation. The brackets shall be galvanised prior to fixing. Dome-

headed bolts, nuts and washers of finish suitable to the tray shall be used

between tray and brackets.

Fixing to the surfaces of walls, ceilings, etc. shall be by means of expansion-

type masonry plugs or bolts. Fixings shall be galvanised unless otherwise

stated. Cable trays shall be installed using factory-formed bends, elbows,

tees, couplers and risers etc. Site fabrication of elbows etc., will only be

permitted with prior approval of the Engineer and where it is not possible to

obtain the necessary factory-made item.

Where cuts have been made, the try shall be painted with zinc rich paint.

Holes which have been cut to allow cables to pass through shall be suitably

bushed.

Suspension sets shall comprise threaded M12 cadmium plated hanger roads

together with nuts and locking washers, vertical hanger brackets, support

channel, tray hold-down clips etc., all of which shall have a galvanised finish.

All cables shall be securely fixed to tray work and the complete installation

must be carried out in a neat and workmanlike manner without crossovers

EDE / 064/EE EDSON Engineers

26 Nakuru County Offices

EE11

A 25% reserve margin in size and weight shall be allowed for all cable tray

works.Cables of 30 mm diameter and above shall be fixed using the

appropriate size cable straps of approved manufacture.

On light duty multi-cable runs, cable straps of plastic coated metal shall be

used to secure cables. Bunching of cables will not be permitted. Cables shall

be clipped by means of copper or brass saddles and clips where high

temperature or humid conditions are likely to be experiences. In all cases,

saddles, clips, straps, etc., shall be fixed to the tray by means of brass screws

or bolts and nuts.

6. PROTECTION OF PVC/SWA/PVC CABLES

6.01 General

Cable routing shall be such that the maximum degree of protection against

accidental damage is obtained by running cables along the inside of channels

and beams, etc.

Cables shall be laid in performed trenches or duct throughout all paved areas.

Ducts shall be installed for underground cables before the paving is

constructed. Cable ducts shall be sealed at both ends using materials which

are resistant to any likely corrosive and insect attack in the area concerned.

All cables rising through floors and trench covers, except in switch rooms,

shall be protected by a length of steel pipe which shall project at least 150 mm

above the finished surface level.

The open end of the pipe shall be sealed with a suitable compound. Care

must be taken that all phases of single core cables pass through the same

protective steel duct.

6.02 Cables Direct in Ground

All excavation and backfilling of cable trenches will be carried out by the main

Sub-Contractor unless otherwise specified, but the electrical Sub-Sub-

Contractor shall in any case make sure that trenches are made to a depth as

specified.

The electrical Sub-Sub-Contractor shall lay cables direct in the ground in the

following manner:-75 mm (3 inches) of dry fine sand shall be placed to form a

bed for the cables. After cables have been laid they shall be covered with

additional dry fine sand well punned over and around the cables to a level of

75 mm above the top of the uppermost cable.

EDE / 064/EE EDSON Engineers

27 Nakuru County Offices

EE12

Mechanical punners shall not be used for this work. The electrical Sub-Sub-

Contractor shall supply and install concrete cable tiles which shall be carefully

placed over the cable forming each circuit.

Until all the cables have been laid in the trench and have been covered with

their protective tiles, no sharp metal tools such as spades or fencing stakes,

shall be used in the trench. Rollers used during laying of cables shall have no

sharp projecting parts liable to damage the cables.

6.03 Cables above Ground

For main cable runs the cable shall be run on approved tray or ladder rack,

and secured to it at intervals of not more than 400 mm horizontally and 600

mm vertically.

Cables shall be dressed together and fixed with a common saddle. If the

number of cables is such as to require the tiering of cables, the number of

tiers shall generally be two.

7 TERMINATION OF CABLES

Cables shall be terminated in accordance with Chapter 52 of the IEE

Regulations, particularly Section 527.

Cables shall be terminated by one of the following methods:-

(i) The cable conductors shall be sweated into lugs of the appropriate

size for the cable and equipment terminal.

(ii) The cable conductors shall be secured by compression type lugs of

the correct size for the cable and equipment terminal.

(iii) The cable conductors shall be secured in pinch screw terminals.

(iv) The cable shall be secured by means of clamps.

Where cables are required to terminate at connectors, as at lighting points,

such connectors shall secure all the strands of stranded cables. Care shall

be taken to ensure that cables are not damaged during preparation for

termination.

Cables terminating at pinch screw terminals shall be twisted together and

single cables shall have the conductor doubled back to ensure adequate

purchase for pinching screws.

EDE / 064/EE EDSON Engineers

28 Nakuru County Offices

EE13

Cables connected to lamp holders or other components at which heat is

produced shall be insulated with heat resisting material capable of

withstanding, without detriment, the temperature encountered.

All terminations on PVC/SWA/PVC insulated cables shall be by compression

type glands of an approved design and manufacture with facilities for

clamping the armouring the outer sheath of the cable.

Glands mounted outdoors shall incorporate a seal to prevent ingress of

moisture into the gland, and all glands shall be fitted with a thermoplastic

shroud.

Where circular terminations are to be made, these shall be completed using

Ross Counterney terminals.

Where cables are terminated in "Klippon" type terminals with parallel faced

jaws, the individual cores shall be terminated using the appropriate flat or

hook blade crimped lugs. Where the terminal faces are concaved, the cores

shall be terminated in wires pin crimped lugs.

The electrical Sub-Sub-Contractor shall avoid multiple connections under one

screw or one pin. Where more than two wires are required, a common

termination jumper bar shall be used.

Terminals shall be mounted on rails or supports. All internal wiring is to be

clearly marked by markers.

8 SEGREGATION OF SERVICES

Cables of differing voltages shall be segregated so that there is no possibility

of a fault in a power cable damaging any adjacent cables or imposing a

different voltage upon them.

9 IDENTIFICATION OF CABLES

All cables shall be fitted with non-corrosive cable identification bands at each

end, and at all changes of direction where they leave a group of cables. All

cables cores connected to equipment having marked terminals shall be fitted

with non-corrosive identification bands bearing markings corresponding to

those of the terminals at both ends.

EDE / 064/EE EDSON Engineers

29 Nakuru County Offices

EE14

10. EARTHING

The whole of the metallic portion of the installation, other than current carrying

parts, shall be electrically and mechanically bonded to the consumer's main

earth terminal and also if applicable, to the lighting protection system or other

points specified.

The installation shall be earthed in accordance with the Sixteenth Edition of

the Regulations for Electrical Installation issued by the IEE, BS CP1013,

"Earthing" and BS 6651' "The protection of structures against Lightning". The

electrical Sub-Sub-Contractor's attention is drawn to Chapter 54 of the IEE

Regulations.A main earth terminal shall be supplied and installed adjacent to

the electricity supply cable termination. The terminal shall be of ample size

and capacity to suit the installation. All items of equipment, switchgear, etc.,

shall be bonded to this earth terminal using PVC insulated PVC sheathed

cables, coloured green and yellow and sized in accordance with Tables 41A1

of the IEE Regulations. An invorine label reading "SAFETY ELECTRICAL

CONNECTION - DO NOT REMOVE" in engraved upper case characters not

less than 4.75mm high, shall be permanently fixed immediately adjacent to or

on the earth terminal.

A heavy duty copper clamp complying with BS. 951 shall be used to bond the

main protective conductor to the electricity supply cable armouring or metallic

sheath (where applicable the armouring and sheath shall be bonded

together).

All protective conductors shall, where possible, be enclosed within metal

trunking or conduit serving switchgear, distribution board etc., so as to

provide mechanical protection. Where protective conductors are run on

building surfaces they shall be properly fixed and supported by means of PVC

coated metal saddles along selected routes.

Earth continuity between separate items of switchgear, distribution boards

etc., mounted adjacent to one another shall be affected by means of high

conductivity continuous copper tape, or PVC sheathed cable, coloured green

and yellow, and sized in accordance with the Table 41A1 or 41A2 and

Section 543 of the IEE Regulations, connecting all items to the earth terminal.

All items of switchgear, accessories, luminaries, conduits, and the outer

sheaths of MICS cables, the armouring of all PVC/SWA/PVC cables together

with all other items of electrical plant and equipment shall be effectively

earthed by means of a protective conductor in accordance with Table 41A1

and 41A2 and section 543 of the IEE Regulations.

EDE / 064/EE EDSON Engineers

30 Nakuru County Offices

EE14

At every terminal point on the fixed wiring an integral earth terminal shall be

provide e.g. BESA boxes, accessory boxes etc. A protective conductor shall

be provided and installed between this terminal and the earth terminal on the

associated switch, socket outlet, luminaire etc.

Each circuit protective conductor shall be connected to a multi-way earth

terminal provided and fixed within each distribution board. The earth terminal

shall be provided with an adequate number of ways such that not more than

one conductor per terminal shall be installed and the earthing conductors

shall be connected in the same sequence as the current carrying conductors.

All metal piped services, e.g., Heating, Water and Gas Services, metal

wastes and piped services at sinks, baths and showers etc., shall be bonded

to the earth terminal in accordance with the IEE Regulations 413-2.

A 50mm section of each gas and water pipe, at position close to their entry

into the relevant building, shall be cleaned and made smooth. A copper

earthing clamp designed to permit the connection of protective conductors

shall be provided and sized in accordance with Table 41A1 and 41A2 and

Section 543 of the IEE Regulations.

The clamp shall be a proprietary type or shall be fabricated from high

conductivity copper strip, minimum size 40 mm x 4 mm which shall encircle

the cleaned sections of the pipe. A permanent label indelibly marked with the

words, "SAFETY ELECTRICAL CONNECTION - DO NOT REMOVE" in

legible type not less than 4.75 mm high, shall be permanently fixed at the

points of connections.

The final connection of bonding conductors from gas, water pipes and other

services to the earthing terminal shall not be completed until earth electrode

and earth impedance tests have been satisfactorily completed.

Bonding connections to pipework shall be as unobstructive as possible where

practicable shall be made in service ducts or accessible voids and shall be

readily on the Record Drawings. All materials and sundry item shall be

provided whether or not specifically mentioned, necessary to completely and

effectively earth the installation. The installation shall be fully protected

against dampness and corrosion and the effect of electrolytic action between

dissimilar materials. A completely permanent installation shall be provided

which shall be fully accessible for regular testing and inspection.

EDE / 064/EE EDSON Engineers

31 Nakuru County Offices

EE15

The value of earth resistance from any point of an installation to the general

mass of earth shall be low enough to ensure operation of circuit protective

devices and shall in any case not exceed four (4) ohms for electrical

equipment, seven (7) ohms for lighting protection. Each earthing cable shall

terminate in an approved design of cable lug.

Where earth conductors are run upon structures or walls they shall be

fastened by means of heavy gauge non-ferrous fasteners not more than 0.75

m apart on horizontal runs and not more than 1.2 m apart on vertical runs and

to give a minimum clearance of 4 mm from the fixing face.

In the event of the electrical sub-Sub-Contractor not being able to establish a

suitable earth connection to the electricity supply cable, earth electrodes shall

be installed which shall be galvanised or copper clad steel extendable rods

not less than 16 mm diameter and not less than 1.2 m in length. Connections

to electrodes shall be made by means of solderless mechanical clamps

To avoid corrosion, all earth system connections shall be cleaned bright and

immediately covered with silicon MS4 compound or approved equal.

Earth pits, where required, shall be in accordance with the Sub-Contractor's

relevant drawings, with the facility to disconnect the earth ring while

measuring the electrode earth resistance.

11 LIGHTNING PROTECTION

Lighting protection shall be provided on high buildings/structures more than

10 m in height. such protection shall be effected by bonding each individual

building/structures direct to the earthing system, in accordance with the BS

CP 326, by a minimum size of 170mm2 conductor.

12 FUSED-SWITCH UNITS, SWITCHFUSES AND ISOLATORS

The above units comply with BS 5419 and shall be 500 volt type and installed

where specified and indicated on the relevant drawings.

All switchgear shall be provided with suitable locks for padlocking the

switches in the 'OFF' position. The cover shall be interlocked with the

operating mechanism to prevent it from being opened in the 'ON' position.

This interlocking shall also prevent the switch from being closed with the

cover open unless for maintenance purposes. The cover shall be gasketted

to prevent ingress of dust.

EDE / 064/EE EDSON Engineers

32 Nakuru County Offices

EE16

The switch action mechanism shall be of the parallel operation (double break

type having cartridge fuses mounted switches) and shall be ASTA certified to

meet adequately all the duties specified.

The end plates shall be removable for drilling for conduit or cable entry and

shall be fitted with additional distance pieces where necessary. Switchgear

boards shall be fixed to the wall/floor by Rawl bolts or other approved fixings.

No building alteration shall be allowed when moving the switchboard into

position, the switchboard being supplied in sections to be built in position, if

so required.

Switchgear shall be delivered to site when required to suit the progress of the

works. Care shall be taken to preserve the manufacturer's paint finish. Any

refurbishing etc. shall be carried out, using paint obtained from the

switchboard manufacturer, to the original standard of finish.

All fuses in switchgear shall be HRC fuses sized for the fused-switch units or

switch-fuses etc., in which they are incorporated. They shall be ASTA

certified for compliance with BS 88, Category of Duty 440 A.C 5 Class 01 and

in all cases fuse links shall be selected to provide circuits discrimination.

13 CONTROL PANELS AND CUBICLES

The details specified in clause 4.11 shall apply as far as fused switches, bus-

bars and rating etc are concerned. The panels shall be constructed from

rolled steel channel minimum size 60 mm x 30 mm deep x 5 mm or

equivalent angle section clad with sheet steel of 3 mm gauge. 2 mm gauge

may be used for covers and doors of not more than 1 m square.

Terminals shall be of the "Klippon" standards rail-mounted feed-through type

or approved equal. All terminals shall be identified by means of numbered or

lettered marking tags, which shall be identical to the number of letter applied

to the cables. Cables shall be identified as terminations by means of cable

markers as manufactured by "Klippon" or approved equal. 25% spare

terminals capacity within wiring duct shall be provided. All components

motors, starters, relays, timbers, etc. shall be labelled showing their reference

and function and these shall relate to the panels' schematic wiring diagram

provided with the "As-built" drawing and manuals.

EDE / 064/EE EDSON Engineers

33 Nakuru County Offices

EE17

All control panels shall be fitted with multi-pole isolating switches through

which all electricity supplies shall pass. The door(s) of the control panel shall

not open unless the isolating switch is in the "off" position. A facility to lock

the control panel-isolating switch in the "off" position shall be included.

14 DISTRIBUTION BOARDS

14.1 General

All distribution boards, unless stated otherwise, shall be miniature Circuit

Breaker Distribution Boards and shall be of surface or flush type, as specified.

Facilities for local isolation of the distribution boards shall be provided by

either a local fused-switch unit or an integral isolating switch, whichever is

specified.

Where surface mounted on a flush installation, all conductors shall terminate

behind the board in an adequate box. For surface mounting, trunking shall be

fixed between the board and ceiling level, or conduits run directly into the

board. Adequate earth continuity connection shall be made between the

various components.

14.2 Fused Distribution Boards

All fuse boards shall be of 500 volt rating to BS. 5486 part 11 "Particular

requirements for Fuse boards". The details specified in clause 4.12 shall

apply as far as cabinet and construction, cabling arrangements, bus bars,

neutral bars, earthing and isolating switches are connected.

Fuse banks shall be spaced so as to obviate the necessity for insulating

barriers, but protection shall be provided by means of insulating shields to

prevent accidental contact with the main bus bars and connections.

All fuses lighting and heating circuits shall be of the HRC cartridge type,

ASTA certified, for compliance with BS. 88, category of Duty 440 A.C 5 class

01.

14.3 Miniature Circuit-Beaker Distribution Boards

MCB distribution boards shall comply with BS. 5486 part 12 'Particular

requirements for miniature circuits-breaker boards'. The cases shall be

constructed of heavy gauge sheet steel, in such a manner as to afford rigidity

and maximum ease of wiring for full size circuit and main cables.

The cover shall be provided with an efficient gasket or alternatively designed

with generous overlapping edges to prevent the ingress of dust. Components

shall not be manufactured from zinc alloy in conjunction with sheet steel

where they are relied upon for earth continuity.

EDE / 064/EE EDSON Engineers

34 Nakuru County Offices

EE18

Where the cover is required to be lockable, cylinder type locks shall be

provided, having two keys per lock. All locked distribution boards shall be

handed to the Engineering Supervisor on completion of the works. The cases

shall be provided with detachable cable/conduit terminating plates, which

shall be reversible and interchangeable from top to bottom.

All screws and nuts used in the construction of the case shall be fitted with

shake proof washers and care taken to ensure efficient earth continuity. An

external earthing terminal with cable socket shall be fitted.

All MCB banks shall be fitted to frames, with robust locking plates provided to

ensure the frames rigidly in the fixed position.

The banks shall be so spaced to obviate the necessity for insulating barriers,

but protection shall be provided by means of insulating shields to prevent

accidental contact with main bus bars and incoming mains cable.

Bus-bars shall be of high conductivity, hard drawn copper conductors

connected to the MCB contacts by means of spring washered screws or bolts,

unless plug-in type MCBs are specified.

Neutral bars shall be similar to the main bus bars and shall have two screw

terminals per way for rating of 30 amps or over. Single screw connections will

be allowed for capacities up to 30 amps. The neutral bars shall have one

terminal for each MCB within the board, and connection of conductors to the

neutral bar shall be in the same order as the MCB ways.

Where installations are carried out with cables with a protective conductor, all

distribution boards shall also contain internal earthing bars similar to the

neutral bars detailed above, with one terminal for each MCB within the board.

Earthing conductors shall be connected in the manner described for neutral

conductors to neutral bars.

Where a main integral isolating switch is provided in an MCB case it shall be

arranged to isolate incoming live and neutral main cables from the bus-bars.

The isolator switch shall be rated at 500 volts and of the quick make-and

break pattern with positive action. Incoming and outgoing terminals shall be

fitted with two clamping screws and outgoing conductors to the bus-bars shall

be high conductivity hard drawn copper rods.

EDE / 064/EE EDSON Engineers

35 Nakuru County Offices

EE19

Isolating switches shall comply with IEE Regulations, Part 537, and shall be

capable of carrying their full rated load continuously and shall 'make' or

'break' their full rated load without undue burning of the contacts.

14.4 Miniature Circuits Breaker (MCB)

All MCBs shall have movements which are positive in both directions (make

and break) so as to enable units to be closed decisively by the operation of

the handle, and to be able to assume the 'OFF' position unless the contacts

are definitely separated, to safeguard against false indications.

The hand shall be trip free to make it impossible for the operator to hold the

breaker in the closed position under faulty conditions. The operating

mechanism and arc chambers of the circuit breaker shall be separated from

the terminals and fixing screws.

Terminal identification shall be readily discernable as viewed from the front of

the board with automatic and clear signal identification for both 'ON' and 'OFF'

position. All terminals shall be readily accessible from the front and each

wiring chamber shall be closed by a screw fixed cover which protects the

terminals and prevents dust from settling on the insulation.` Where the full

capacity of a distribution board is not required the electrical Sub-Sub-

Contractor shall fix blanking plates in the vacant MCB housings. All MCBs

shall be rated at 500 volts minimum, and comply with BS 3871. "Miniature

and moulded case circuits breakers" and 4752 part 1, "Circuit breakers".

14.5 Moulded Case Circuit Breakers (MCCB)

Where specified, MCCBs shall be of the thermal/magnetic type, having a

quick make, quick break, trip free mechanism which prevents the MCCB from

being closed or held against short circuits or overloads. Tripping of every

multi-pole MCCB shall be such that operation ensures simultaneous action in

all phases.Clear indication shall be provide for the three positions of operation

of the mechanism - 'ON', 'OFF' and 'TRIPPED'. The operation shall be such

that the MCCB shall trip automatically under fault conditions and, to reset, the

dolly shall require first moving through the 'off' position. All MCCBs shall be

provided with facilities for locking the breaker in 'OFF' position. All MCCBs

shall be rated at 500 volts minimum, be ASTA certified for this operational

duty, and comply with BS. 3871 and BS. 4752 Part 1.

EDE / 064/EE EDSON Engineers

36 Nakuru County Offices

EE20

15 LABELLING AND ENGRAVING

15.1 Labelling

All fused-switch units, switch-fuses, switches, bus-bars chambers, distribution

boards etc., and all items of equipment on the main panel shall be identified in

accordance with section 514 of the IEE Regulations and shall have securely

fitted externally a white 'Traffolyte', 'Formica' or other approved plastic

laminate label engraved with 6 mm high black letters detailing the function of

the equipment and any reference number.

Red, yellow, blue, plastic laminate phase discs shall be fixed inside all

switchgear and distribution boards to indicate to which phase of the supply

the various circuits are connected. The colourings shall comply with Part 524

of the IEE Regulations.

Each TP or TP & N item of switchgear shall have fitted on the cover a white

plastic laminate label having 'CAUTION' - 415 VOLTS' engraved in 10 mm

high red lettering.

5.2 Engraving

The electrical Sub-Sub-Contractor shall allow for engraving of all switched

fused spurs, double pole switch accessories and any other accessories,

which are customarily required.

The accessory plate shall be engraved in either black or red, capital letters 5

mm high, detailing and appliance or equipment being supplied by the

accessory e.g., 'WATER PUMP' etc.

16 MOUNTING HEIGHTS

The approximate position of main switchgear, control equipment distribution

boards, fittings and accessories shall be as indicated on the Drawings. Actual

positions shall be determined on site by the Engineer.

Unless otherwise stated on the relevant drawings or directed by the Engineer

the following mounting heights of all accessories above finished floor level

shall be adhered to: -

Lighting Switches 1400 mm to centre

Socket Outlet and Spur 300 mm to centre (or 150 mm above worktop

level to centre)

Distribution Boards 1800 mm to lower edges.

All groups of accessories shall be in line either vertically or horizontally or as

specified.

EDE / 064/EE EDSON Engineers

37 Nakuru County Offices

EE21

17 LUMINAIRES

All Luminaires shall be of the manufacture, size and type specified and shall

comply in all respects to BS 4533 "Electric Luminaires".

The electrical Sub-Sub-Contractor shall supply and install all luminaires

including lamps, lamp-holders, control gear, capacitors, glassware, diffusers

or other attachments, heat resistant internal cables, fuses and terminals and

all necessary suspension gear. In case where Luminaires are supplied by the

client the Sub-Sub-Contractor shall deliver to site store, install, commission

and set to work.

Unless otherwise stated, Luminaires shall be suitable for Class 1 normal

indoor environments, giving a degree of protection against ingress of moisture

or dust.

All Luminaires shall be assembled and installed in accordance with the

respective manufacturer's instructions/recommendations, in the position and

mounting heights specified.

Luminaires shall not be installed under dirty and hazardous site conditions,

and any damage or deterioration to luminaires installed under these

conditions shall be made good by the electrical Sub-Sub-Contractor.

The Luminaires shall be cleaned free of dust and dirt after completion of the

installation. Where dirt, dust, corrosion or other conditions cause

imperfections in the luminaires, they shall be replaced.

Luminaires, diffusers, attachments or glassware etc., shall be properly stored

to final erection, in such a manner as to avoid damage of any kind

Luminaires fixings shall generally be suitable for direct connection to conduit

boxes or as otherwise specified. Luminaires not provided with suitable BESA

box shall be modified as necessary.

Where a flexible cord supports, or partly supports, a luminaire the maximum

mass supported by the cord shall not exceed the values set out in IEE

Regulations 523-32.

The minimum cross-section area flexible core to the employed shall be

0.75mm2.

Specified attention shall be given to Chapter 52 of the IEE Regulations,

particularly Regulation 521-5 and 521-6, Appendices 9 and 10.

Pendant tungsten luminaires shall be fitted with heat resistant flexible cord

complying with BS 6500, capable of continuous operation with a conductor

temperature of 150 degrees C. The cable shall be of the circular multicore

type, finished white, if not otherwise specified.

EDE / 064/EE EDSON Engineers

38 Nakuru County Offices

EE22

Ceiling mounted tungsten luminaires, spotlights and other luminaires of the

category 'hot' luminaires shall be wired internally with cable suitable for

continuous operation at 185 degree C. Where cable tails are provided they

shall be of the heat resistant type capable of operation at 185 degree C.

Exterior luminaires, fixed to the walls of buildings etc., shall be wired such that

final circuit wiring terminates within the luminaire. All final circuit cables so

installed shall be provided with heat resistant sleaves from the connection

point within the luminaire for a distance of 300 mm.

All flourescent and other discharge luminaires shall be provided with an

integral fused connector block. The rating of the fuse shall be in accordance

with the manufacturer's instructions to protect the internal wiring of the

luminaire and to provide discrimination between final circuit protection and

luminaire protection.

All recessed and semi-recessed luminaires in ceilings shall be connected by

three core 0.75 mm2 high temperature flexible cord from the terminals of the

luminaires to a plug-in ceiling rose fixed and connected to an accessible

outlet box in the wiring system, within the suspended ceiling immediately

above the luminaire. The ceiling rose shall be accessible via the opening

provided in the ceiling.

The electrical Sub-Sub-Contractor shall ensure that the methods of

suspension for luminaires are electrically and mechanically sound.

Luminaires suspended by means of tubes shall be fitted to ball joints allowing

a swing of at least 20 degrees all round. Reliable earthing between the fixed

and moving parts shall be provided by means of a flexible braided copper

tape.

Fluorescent luminaires shall be provided with a minimum of two fixings,

except in the case of recessed modular luminaires or surface-mounted

luminaires exceeding 300 mm in width, where four number fixings (one from

each corner) shall be provided by means of conduit drops or threaded rods.

Normally visible luminaires support shall be conduit. All fluorescent

luminaires shall be solidly mounted with all assembly nuts, bolts and

accessories made tight to prevent vibrations and noise. Anti-vibration

packing shall be fitted where necessary. luminaires mounted direct to

trunking shall be fixed by means of the manufacturer's recommended fixing

assembl

EDE / 064/EE EDSON Engineers

39 Nakuru County Offices

EE23

Unless stated otherwise, all luminaire supports shall be fixed to the building

primary structure. Luminaires shall not be supported from suspended ceiling

unless otherwise specified. The electrical Sub-Sub-Contractor shall be

responsible for mounting and fixing arrangements.

Break joint rings of approved colour shall be provided for all suspended

luminaires and fluorescent battery luminaires where the batten is of

insufficient width to cover completely the conduit box and its associated

clearance hole in the ceiling.

The metalwork of all luminaires shall be effectively bonded to the earthing

system in accordance with Chapter 54 of the IEE Regulations.

Care shall be taken to ensure that the internal wiring of luminaires and the

cable of any fixed wiring shall not be in contact with high temperature areas in

luminaires.

Lighting track shall be of the type, size, finish, number of circuits and

manufacture specified and shall comply with the requirements of the relevant

section of BS. 4533. The positions of luminaires as shown on the Drawings

are approximate only and exact position shall be determined after reference

to the Engineering supervisor.

18. CEILING ROSES

Surface mounted ceiling roses shall be of all insulated, high impact moulded

plastic construction complying with BS. 67 and shall be suitable for direct

attachment to conduit outlet boxes. Recessed or semi-recessed ceiling roses

shall be manufactured from porcelain. Break joint rings shall be provided

when used on flush conduit outlet boxes.

Ceiling roses shall not be connected to fixed wiring in such a manner that one

of the terminals remains 'live' when the associated switch is in the 'off'

position, unless that terminal is inaccessible to touch when the ceiling rose

cover is removed, e.g. for replacement flexible cord.

Terminals shall be provided for switched live, neutral and protective

conductors. Loop-in facilities shall also be provided.

19 LAMPS

Lamps shall be compatible with the luminaire for which they are intended and

shall be of the wattage, type and colour specified. Lamps shall be of the

correct voltage rating for the particular electricity supply concerned.

EDE / 064/EE EDSON Engineers

40 Nakuru County Offices

EE24

Tungsten filament lamps, unless otherwise specified, shall be of the 'PEARL'

type and of the long-life type giving 2000 hours average life.

Luminaires designed to accommodate lamps with reduced physical

dimensions shall be fitted with lamps of the mushroom type of approved

equal.

20 EXTERNAL LIGHTING

External lighting system shall comprise the lighting points at the position

shown on the Drawings and shall include the provision, erection and

connection of all lighting columns, bollards, wall and ceiling luminaires and

the provision and connection of all control gear together with the laying,

jointing and connection of all necessary cables.

All excavation, trenching, backfilling etc., will be undertaken by the main Sub-

Contractor.

All lighting columns shall be of the type specified, suitable for looping in and

out three No.2 Core PVC/SWA/PVC cables of the specified size.

Where discharge lamps are specified the associated controlgear shall be

mounted in the base of the column above the fused 'cut out', all on a timber

board housed within the base of the column.

Each lighting column/bollard shall be completed with all adaptors,

spigots, mounting brackets, luminaires, controlgear and lamps and

shall be provided with a base compartment and locking door.

All column/bollards shall be fixed in the position specified.

Cable routes are shown on the relevant drawings and the electric Sub-Sub-

Contractor shall lay the lighting cables in the trenches.

All connections shall be made in an approved manner, and the installations

shall be finished complete and handed over in working order to the full

satisfaction of the Engineer.

21 LIGHTING SWITCHES

Lighting switches shall be of the type, size and manufacture as specified.

Wall and ceiling switches shall comply with BS 3676. Wall and ceiling

switches controlling A.C lighting circuits shall be rated 20 amp and be of the

slow break quick make, type unless stated otherwise.

Where several switches on one phase are shown at one position, a ganged

box shall be used.

EDE / 064/EE EDSON Engineers

41 Nakuru County Offices

EE25

Where switches at any location are connected to different phases, purpose-

make phase barrier switches shall be installed. The phases shall be

separated by means of rigidly fixed barriers and the cable for each phase

shall be confined to the area enclosed by the barriers for that phase.

Switches connected to a particular phase shall have separate cover or covers

fitted over each phase. The covers shall be engraved "CAUTION 415

VOLTS".

The switch plate of the specified finish shall be fitted over phase covers to

render the switch unit indistinguishable from the switches that are not phase

barrier switches.

Alternatively, each gang shall have its own piping and box for each phase,

physically separated from other phases with similar arrangements.

For flush position on a plastered or equivalent finish wall, the switches shall

have overlapping plates.

In any places where the finish is fair-faced brickwork, the wiring shall be

installed on the back of the wall and make a back entry into the accessories.

Each switch in these areas shall be neatly recessed and incorporate an

overlapping plate.

For surface-mounted positions and such Plant Rooms, Electrical Switch room

etc., employing a surface-mounted system or wiring, switches shall be

surface-mounted, having metal front plates of an aluminium finish, mounted in

matching metal boxes.

22 SOCKETS OUTLETS

All socket outlets and plugs shall be supplied and installed in accordance with

the manufacture, type, sizes and finish specified.

All round pin 2A, 5A, 15A, and 30A socket outlets shall comply with the

requirements of BS 546.

All sockets outlets shall be switched, unless otherwise specified.

All switched sockets outlets shall be complete with steel boxes of the same

manufacture, complete with earth terminal.

Assemblies shall comply fully with the requirements of the IEE Regulations

concerning the bonding of protective conductor terminals and each such

terminal shall be connected by a conductor, having a minimum cross-

sectional area of 2.5 mm2, to a permanent earthing terminal incorporated in

the associated box providing an effective, solid connection to the earth

continuity conductor of the installation.

EDE / 064/EE EDSON Engineers

42 Nakuru County Offices

EE26

Where the assembly does not provide a reliable electrical contact between

the cover plate and box with effective connection of metal operating bars and

toggles, then an insulated earthing lead shall be provided, solidly connected

to the metal plate and operating bar or toggle and terminating at the fixed

earthing terminal incorporated in the associated box. 13 amp sockets will

generally be installed using ring circuits in accordance with Appendix 5, Table

5A of the IEE Regulations.

All plugs shall be of mounded rubber or other resilient material complying with

BS 1363 or BS 546. The plug shall have internal cord grip. 13 amp plugs

shall be fitted with cartridge fuse links to BS 1362. The fuse rating shall be

selected to give protection to the flexible cord or cable connected.

All fuses installed within 13 amp plug top, fused spurs, clock connections etc.,

shall be cartridge fuse links rated at 240 volts, ASTA certified for compliance

with BS 1362 'General purpose fuse links for domestic and similar purposes',

or BS 464 'Cartridge fuse links (rated at up to 5 amperes) for AC and DC

service', or BS 2950 'Cartridge fuse-link for telecommunications and light

electrical apparatus'.

All equipment, which is locally fused, shall have fitted fuses with

characteristics, which are recommended by the manufacturer of the

equipment.

If any appliance or equipment suffers due to incorrect fusing of the

appliances, such appliances or equipment shall be repaired or replaced at the

electrical Sub-Sub-Contractor's cost, to the satisfaction of the Engineer.

23 INSPECTION AND TESTING

A visual inspection shall be made in accordance with IEE Regulations 612-1.

References shall be made to appendix 14 of the IEE Regulations, which is a

checklist for initial inspection of installations.

The electrical installation shall be inspected and tested by the electrical Sub-

Sub-Contractor in accordance with part 6 of the IEE Regulations.

Where any part of installation is to be concealed within a building, fabric tests

shall be made to ensure that the installation is satisfactory prior to

concealment.

Upon completion of the works the whole installation shall be subjected to the

tests detailed hereafter and every defect shall be noted, corrected and

brought to the notice of the Engineer.

All tests shall be witnessed by the Engineer to his full satisfaction and he shall

be given at least one week's notice in writing of the proposed tests.

EDE / 064/EE EDSON Engineers

43 Nakuru County Offices

EE27

All labour and test instruments shall be provided by the electrical Sub-Sub-

Contractor and the instruments shall be correctly calibrated and certified for

the limits of accuracy required and shall be operated by competent person. If,

in the Engineer's opinion, a particular instrument is not suitable, then an

acceptable alternative shall be provided. The Engineer shall be at liberty to

demand the use of any testing instrument or apparatus that he may

reasonably consider to be necessary in the execution of the testing.

In the event of the installation failing to pass the test, the Engineer has the full

authority of the Employer to deduct from the Contract Price all reasonable

expenses incurred, due to him being required to attend a repetition of the test.

The following items, where relevant, shall be tested in the sequence

indicated. Standard methods of testing, in respect of some of the following

regulations of this section, are given in Appendix 15 of the IEE Regulations.

i) Continuity of ring final circuit conductors.

ii) Continuity of protective conductors, including main supplementary

equipotential bonding.

iii) Earth electrode resistance.

iv) Insulation resistance.

v) Insulation of site-built assemblies.

vi) Protection of barriers or enclosures provided during erection.

vii) Insulation of non-conducting floors and walls.

viii) Polarity.

ix) Earth fault loop impedance.

x) Operation of residual current devices and fault voltage operated

protected devices.

Upon completion of all tests and commissioning, two copies of detailed

certificates shall be provided by the electrical Sub-Contractor to show that the

equipment, materials, installation etc., have been tested and commissioned.

One copy of each, duly completed and signed shall be submitted to the

Engineer within 154 days of the results being obtained. The second copy of

the certificates shall be retained to be included with operator and

maintenance manuals.

The results of the test and details of completion for the electrical test shall be

detailed on the Test and Completion Certificates respectively; issued by the

EDE / 064/EE EDSON Engineers

44 Nakuru County Offices

EE28

National Inspection council for Electrical Installation Contracting or other

approved authority.

24 AS BUILT DRAWINGS, AND DOCUMENTATION

Within one month of the date of completion the electrical Sub-Contractor shall

provide 3 prints of all electrical drawings showing the electrical installations

"As built". In case the electrical Sub-Contractor fails to provide "As Built"

drawings as required, these will be prepared by others at the expense of the

electrical Sub-Contractor.

EDE / 064/EE EDSON Engineers

45 Nakuru County Offices

EE29

APPENDIX 1

SUPPLEMENTARY SPECIFICATION FOR PVC INSULATED CABLES

AND NON-METALLIC CONDUITS WIRING SYSTEM.

1. PVC 1 CABLE

The wiring shall be carried out in 250-volt grade or 440 volt grade for 3-phase PVC Insulated cable, as specified elsewhere run in non-metallic conduit. The cable shall be of the sizes specified on the drawing.

2. INSTALLATION OF WIRING

Cable shall be drawn into accessories, distribution boards and switchgear after the erection of the conduit system. Under no circumstances shall it be permitted to draw cable into an incomplete section of the conduit installation.

3. JOINTS IN CABLES

The wiring shall be carried out on the looping-in principle. All joints shall be made at the terminals of main switches, distribution boards, ceiling roses, switches and socket outlets, etc. and fixed apparatus only. No joints shall be made in boxes unless approved.

4. CAPACITY OF CONDUITS

The cable shall run in the conduit so as not to exceed the capacities as set out in Table 10 of the IEE Regulations (13th Edition with current amendments).

Conduits shall be best quality new super high impact grade heavy gauge 'A' riding PVC unplasticised conduits as manufactured by Egetude limited suitable for plain connections.

Conduit of sizes less than 20 mm shall not be used without the written authority of the D.R.

5. BENDING

The conduit shall be bent and formed strictly in accordance with the manufacturer's instructions: -

i) Small size, i.e. 20 and 25 mm shall be bent cold by inserting the correct size bending spring. It is essential for right angle bends that the conduit is bent past 90 degrees to allow for "spring back".

ii) Large size of conduit shall be pre-heated before inserting rubber cord

to prevent kinking. Conduit badly formed or bent or damaged in any

way, shall not be used.

EDE / 064/EE EDSON Engineers

46 Nakuru County Offices

EE30

6. JOINTING

Joints shall be made water-tight by the use of 'Egaweld' cement applied with

a brush or rug. 'Egaweld' shall be applied to the complete circumference of

conduit. Conduit shall be thoroughly cleaned at the ends to ensure a good

adhesion of the fittings. 'Egaweld' shall not be permitted to enter into the

conduit

7. CONDUIT FITTINGS

All conduit fittings and accessories, including couplers, ordinary clips,

saddles, pipe hooks, reducers, stopping plugs, lockouts and male and female

bushes shall be manufactured dimensionally, similar to B.S.S. 31/1940. Solid

tees shall not be used . Solid inspection elbows or bends or inspection tees

shall be used only in exceptional circumstances and then only with D.R.'s

approval.

Where it eases the installation of cast-in-situ back entry boxes on the loop-in

system, purpose made bends manufactured by Egatube and comprising a

tight bend with a push socket at one end and a threaded socket at the other

end may be used with the D.R.'s approval.

8. FIXING OF CONDUITS

Conduit shall be installed on the loop-in system and shall either be cast-in-situ

in the main concrete structure, concealed in chases cast in concrete walls, or

chases cut in solid partition walls, run in ceiling spaces or in hollow partitions

of floors, or concealed below the floor screed, whichever shall prove to be the

most suitable method of installation for use in the building under construction.

Unless it is clearly specified or shown on the drawing, the method of installing

conduit shall be subjected to the approval of the D.R.

Sunken conduit run in chases in walls shall be fixed by means of mild steel

pipe hooks or non-metallic saddles spaced not more than 1 m apart. Where

conduit is concealed behind plaster it shall be sunk to a depth of either 10 mm

below finished plaster level, or installed flush with the structural wall level

before application of plaster, whichever is the lesser depth.

EDE / 064/EE EDSON Engineers

47 Nakuru County Offices

EE31

Conduit fixed on the surface of walls or ceiling shall be fixed by spacer bar

saddles fixed not more than 1 m apart.

Surface conduit shall also be fixed 230 mm on both sides of all boxes, the box

itself securely fixed. Where such an arrangement of boxes and saddles

would prove to be both unsightly and unnecessary, short lengths of conduit

not exceeding 1 m in length between boxes need not be secured further than

by connection to the adjacent boxes. In such cases the D.R. reserves the

right to insist upon additional fixing being provided, should he for any reason

whatsoever consider such additional fixing necessary.

Where two or more lines of conduit run parallel to each other, on the surface

of walls, etc., the distance between them shall not be less than 15mm and

conduits shall not cross.

Conduit shall be installed in such a manner as to prevent interference with

other services and shall be kept at least 180 mm clear of gas or water pipes,

and heat in excess of 68 degrees C.

A means of expansion shall be provided in conduit runs in excess of 6 m

without any bend or set, by use of 'Egetude' expansion couplings, which shall

also be used at building expansion joints.

Conduit cast-in-situ shall be frequently secured to the steel reinforcement

work, with heavy binding wire to prevent movement of the conduit and conduit

boxes during the pouring and vibrating of the concrete. Outlet boxes shall be

securely fixed to the shuttering with nails, or by means, which shall be visible

as a marker on removal of the shuttering only where marks can be concealed.

Conduit shall be installed after the first grid of steel reinforcement work is

securely fixed and all open ends of conduits shall be protected by couplings

plugged with a suitable non-metallic stopping plug. The number of right angle

bends in conduit cast-in-situ shall not exceed two between boxes.

Immediately prior to installation the wiring all conduit and fittings shall be dried

and cleaned out by drawing through a cloth swab. Rawl plugs shall be used

for fixing to brickwork, self-tapping screws for fixing to aluminium section, raw

nuts, raw-anchors spring toggles, gravity toggles or rawlbolts, shall be used

for fixing to other materials as approved by the D.R.Corners shall be turned

by easy bends or sets made in accordance with the manufacturer's

instructions without altering the section or splitting conduit.

EDE / 064/EE EDSON Engineers

48 Nakuru County Offices

EE32

9. CIRCULAR INSPECTION

Boxes will not be permitted in floors unless approved. Boxes cast-in-situ

must face downwards from the ceiling/floor section. Small standard circular

non-metallic conduit boxes, conforming dimensionally with B.S. 31/1940 with

standard circular non-metallic (4mm) lids and nylon fixing screws, shall be

provided and fixed at all junctions.The above circular boxes or equivalent

looping boxes shall be provided and securely fixed for all ceiling points.

When the conduit is run on the surface, all circular boxes for ceiling points

shall be fixed with screws.

Where ceiling roses occur and the ceiling box is recessed below the finished

level of the ceiling, suitable extensive rings to accommodate the ceiling rose

must be provided. Where ceiling boxes, including extension rings, are flush

with the ceiling surface, break joints rings shall be provided to hide the joints.

Where a non-metallic outlet box of thermoplastic material is used for the

suspension of a lighting fitting, care shall be taken to ensure that the

temperature of the box does not exceed 60 degrees c. The weight

suspended from the box shall not exceed 3 kg.Where wiring system

incorporates galvanised conduit and trunking, the trunking shall be deemed to

be galvanised unless specified otherwise. The number of cables to be

installed in trunking shall be such as to permit easy drawing in without

damage to the cables, and shall in no circumstance be such that a space

factor of 45% is exceeded.

Conduit and trunking shall be mechanically and electrically continuous.

Conduit shall be tightly screwed between the various lengths so that they butt

at the socketed joints. The internal edges of conduit and all fittings shall be

smooth, free from burrs and other defects. Oil and other insulating substance

shall be removed from the screw threads. Where conduits terminate in fuse-

gear, distribution board, adaptable boxes, non-spouted switchboxes, etc.,

they shall, unless otherwise stated, be connected thereto by means of smooth

bore male brass brushes, compression washers and sockets. All exposed

threads and abrasions shall be painted (using an oil point for black enamelled

tubing and galvanised tubing immediately after the conduits are erected. All

bends and sets shall be made cold without altering the section of the conduit.

The inner radius of the bend shall not be less than four (4) times the outside

diameter of the conduit. Not more than two right angle bends will be

permitted without the inter-position of a draw-in box.

EDE / 064/EE EDSON Engineers

49 Nakuru County Offices

EE33

Where straight runs of conduit are installed, draw-in boxes shall be provided

at distances not exceeding 15 m. No tees, elbows, sleeves, either of

inspection or solid type, will be permitted.Conduit throughout shall be of

sufficient section and so arranged with draw-in boxes to allow easy drawing in

and out of any one or all of the cables in the conduit.

Conduits shall be swabbed out prior to drawing in cables, and they shall be

laid so as to drain off all condensed moisture without injury to end

connections.

Conduits and trunking shall be run at least 150 mm clear of hot water and

stem pipes, and at least 75 mm clear of cold water and other services unless

otherwise approved by the D.R.

Conduits installed and buried in walls shall allow a minimum of 15 mm cover.

These conduits and those cast-in-situ concrete slabs shall be given one coat

of rust prevention paint before installation of conduit and before concrete is

placed. Sunk circular conduit boxes shall be provided with break joint rings of

white moulded material or metal.

Surface conduit shall be run in square symmetrical lines and shall be marked

on site for approval before installation. Conduits shall be fixed by means of

distance saddles spaced at not more than 1.2 m for 20mm and 50mm conduit

and 1.5 m for larger sizes. Conduits shall be fixed each side of conduit boxes

at a distance not exceeding 250 mm, and the saddles shall be equally

spaced.

Where conduit runs enter specified areas requiring flameproof equipment,

barrier boxes shall be inserted immediately before the conduit enters the

flameproof area.

All conduit installed within this area shall be solid drawn galvanised, as shall

be conduit fittings and accessories and Buxton Certified as suitable for Group

11 Hazards. Equipment shall comply with B.S 229, B.S.S. 889, and Code of

Practice C.P. 1003. In no case shall conduits from different distribution boards

be connected at one box, likewise cables from different distribution boards

shall not be housed in the same conduit specified.

EDE / 064/EE EDSON Engineers

50 Nakuru County Offices

EE34

Draw-in boxes in the floor are generally to be avoided but where they are

essential they must be grouped in positions approved by the D.R. and

covered by suitable floor straps, with non-ferrous tray and covers.The floor

trap covers are to be recessed and filled in with a material to match the floor

surface.

The Sub-Contractor must take full responsibility for the fillings of all covers,

but the fillings in materials will be supplied and the filling shall be carried out

by the Main Building Sub-Contractor. Where it is intended to fix enclosed

lighting fittings directly to a box to suspend a fitting of weight in excess of 3

kg., Egetude steel insert clips shall be used.

10. SWITCH AND SOCKET OUTLET BOXES

All boxes intended for switches, socket outlet or other outlets shall be fitted

with brass ferrules to accommodate fixing screws.

11. STOPPING PLUGS

All spare ways in junction boxes, etc., left for possible future extensions shall

be fitted with the stopping plugs.

12. EARTHING

Where fittings and accessories require earthing, an earth continuity conductor

be run through the conduit. The earth continuity conductor shall be a green

coloured PVC insulated copper wire of Min -`o9p0uw2imum size 2.5 sq. mm

and shall be continuous between terminals. Where the earth terminal is

formed by a brass screw and washer, "Ross Courtney” type terminations shall

be used. All switch, socket outlet, ceiling boxes etc., shall be supplied with an

earth terminal.

13. EARTH CONTINUITY

Each final sub-circuit that is required to be earthed shall be provided with its

own individual earth continuity conductor which shall be run from a terminal

on the earth bar in the distribution board or consumer's control unit protecting

any particular final sub-circuit.

EDE / 064/EE EDSON Engineers

51 Nakuru County Offices

PART C

BILLS OF QUANTITIES

FOR ELECTRICAL INSTALLATIONS

SUB-CONTRACT

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ1

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHS

PRELIMINARIES/GENERAL ITEMS

a Allow for the preparation of all Working Drawings 1 Sum 0

0

b Allow for the preparation of all "As Built" Drawings 1 Sum 0

0

c

The Tenderer is to describe hereunder inserting any relevant clause number, any other works, obligations or items that may be referred to in the Conditions of Contract, Specifications or Drawings in respect of the works for which he desires to enter a separate charge (

this charge is to be entered in the Amount column ). If no

charge is entered hereunder, rates and amounts

elsewhere in the schedule of prices shall be deemed

to cover all expenses for such works, obligations or

items

1 Sum 0

0

dAllow for liaison and attendance to KPLC Ltd. in power application, and meter separation and installation of new 3phase meter.

1 Sum 0

0

eAllow for attendace to KPLC for the termination and energizing of the main low voltage board.

1 Sum 0

0

f Allow for provision of manuals 1 Sum 00

gTrenching and backfilling 2 X 100mm and 2 x 50 mm H/G PVC ductin a 450 mm wide by 600 deep Trench.

50 Lm 0

0

hConstruction of 450 mm by 450 mm x 600 mm Power Manhole

1 Sum 0

0

iConstruction of 450 mm by 450 mm x 600 mm Tlecommunications Manhole

1 Sum 0

0

jConstruction of 600 mm by 450 mm x 450 mm Service Turret Manhole

1 Sum 0

0

kAny other necessary item(s) not included under the prelininaries

0

0

(i)…………………………………….. 0

0

(ii) ……………………………………………….. 0

0

-

NAKURU COUNTY ASSEMBLY OFFICES-ELECTRICAL SERVICES

ELECTRICAL INSTALLATION

Total carried forward to price summary page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ2ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHSLIGHTING

Final sub-circuits from distribution board in a cable

and conduit/channel installation comprising

concealed heavy gauge 20mm2 PVC conduit, 1.5 mm2

PVC insulated copper cables, 1.5 mm2 copper

earthing cable including all accessories and fittings.

Supply, install, test and commsission,

a Lighting point 1 way 56 No. 00

b Lighting point 2 way 27 No. 00

c 10 Amp one gang one way switch as MK 25 No. 00

d 10 Amp one gang two way switch as MK 8 No. 00

e 10 Amp one gang intermediate switch as MK 3 No. 00

LIGHTING FITTINGS 00

f

Type '6' 600x600mm, super efficient recessed LED modular luminaire with curved diffuser as V3 luminaires catalogue's ''LYTEPANEL LED RECESSED 600 x 600mm 4K'' or an approved equivalent.

20 No. 0

0

g

Type '2C' 1200x300mm, 24W, super efficient recessed LED modular luminaire as V3 luminaires catalogue's ''RANA LED Recessed 1200 x 300mm single LED (1*LH)'' or an approved equivalent.

1 No. 0

0

h

Type '2A' 1200x300mm, 12W, super efficient recessed LED modular luminaire as V3 luminaires catalogue's ''RANA LED Recessed 1200 x 300mm double LED (2*LH)'' or an approved equivalent.

27 No. 0

0

i

Type 'D2' 24W super shallow LED downlighter in round die cast aluminium housing for circulation spaces as V3 luminaires catalogue's ''Ascent 50 12 LED STD HO'' or an approved equivalent

17 No. 0

jType '2D' 8W LED white downlight, IP44 rating for installation in wet areas as V3 luminaires catalogue's ''Insaver 150 HE Topper LED'' or an approved equivalent.

12 No. 0

kType 'SL' 21W (high output) Surface mounted luminaire as V3 luminaires catalogue's ''InVerto Direct NW Eb Rust'' or an approved equivalent.

12 No. 0

lType 'WB' Bulkhead wall mounted light for the lift sahft as V3 luminaires catalogue's ''Sterling Bulkhead - LED - 3 Bar Grill'' or an approved equivalent.

1 No. 0

m Exit lights 4 No. 0

0Total carried forward to price next page ……….

GROUND FLOOR ELECTRICAL INSTALLATION

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ3

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHS

B/F 0Supply, install, test and commsission,

POWER OUTLET POINTS

a13A twin socket outlet point wired in 3X2.5mm2 PVC Copper cable in ring main in a 100 x 75 slotted trunking

32 No. 0

0

b13A twin floor box socket outlet point wired in 3X2.5mm2 PVC Copper cable in ring main

19 No. 0

0

c20 Amp double pole outlet point wired in 3x4.0mm2 PVC Copper

4 No. 0

0

dOutlet point for 32A DP cooker control unit comprising concealed 25mm dia conduit, 3x6.0mm2 PVC cables and all accessories

1 No. 0

00

POWER ACCESSORIES 00

e13A twin switched socket outlets as MK or an approved equivalent

32 No. 0

0

f13A twin floor box socket outlets as MK or an approved equivalent

19 No. 0

g20A DP switch outlet with neon light as MK or an approved equivalent

4 No. 0

0

h32A DP cooker control unit with integral 13A switched socket outlet and neon lights

1 No. 0

0i cooker connector unit 1 No. 0

0SUBMAINS 0

0600/1000 volt grade multi core PVC insulated copper

armoured cable to BS 6346, including concealed

heavy gauge PVC conduit/trunking, accessories and

fittings

0

0

j 4-Core 25mm2 PVC/SWA/PVC cable from main LV Board to DB 'A'

10 Lm 0

0

l2 x 16mm2+ 1x10mm2 cables from DB to the Consumer Units on Ground Floor

10 Lm 0

0

0

GROUND FLOOR ELECTRICAL INSTALLATION

Total carried forward to price next page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ4

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHSB/F 0

Supply, install, test and commsission,

DISTRIBUTION BOARDS

a4 way CU as Merlin Gerin or approved equivalent complete with 80A SPN integral isolator for flush mounting complete with:

1 No. 0

0Single pole MCB units 0

01) 10A, 20A, 32A, Blanking Plates 0

0

bCarry out concise permanent labeling for all the sub-circuits above

4 No. 0

0

c40mm Ø H/G PVC Conduits concealed in the slab for incoming power supply cables

30 Lm. 0

0

d

Wall mounted purpose made common KP&LC meter board manufactured in 14 SWG galvanized mild steel sheet and spray painted to approval, as shown on the schematic drawings, complete with the following:-

1 No. 0

0(a) 1No. 125A TP MCCBAdjustable main incomer 0

0(b) Totally enclosed Busbar chamber 0

0(g) Sufficient space for KP&LC cut-outs 0

0(j) 240V single phase surge diverter etc 0

0FIRE ALARM 0

0

eAddressable smoke/heat detectors as Menvier code MAOH850 plus addressable base with code MAB800 or approved equivalent

12 No. 0

0

fAddressable break glass as Menvier code MBG817 or approved equivalent

2 No. 0

0

gSounder and beacon as Menvier code MASB870 or approved equivalent

2 No. 0

0

hFire alarm initiating points wired in 1.5mm2 fire resistant cable enclosed in 20mm diameter conduits

12 No. 0

0

iIntelligent Addressable 2-loop fire alarm panel complete with 72hrs standby batteries as Menvier DF60002 1 No. 0

0

jAllow for repeater panel on the third floor as Menvier DF6000PR

1 No. 0

0OTHER POINTS 0

0k EXIT light wired in 1.5mm2 PVC Copper cable 4 No. 0

0

lCCTV, Telephone,data & TV points in a 100 x 75 slotted trunking

50 No. 0

0Total carried forward to price summary page ……….

GROUND FLOOR ELECTRICAL INSTALLATION

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ5ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHSLIGHTING

Final sub-circuits from distribution board in a cable

and conduit/channel installation comprising

concealed heavy gauge 20mm2 PVC conduit, 1.5 mm2

PVC insulated copper cables, 1.5 mm2 copper

earthing cable including all accessories and fittings.

Supply, install, test and commsission,

a Lighting point 1 way 50 No. 00

b Lighting point 2 way 12 No. 00

c 10 Amp one gang one way switch as MK 20 No. 00

d 10 Amp one gang two way switch as MK 6 No. 00

e 10 Amp one gang intermediate switch as MK 3 No. 0

0LIGHTING FITTINGS 0

0

f

Type '6' 600x600mm, super efficient recessed LED modular luminaire with curved diffuser as V3 luminaires catalogue's ''LYTEPANEL LED RECESSED 600 x 600mm 4K'' or an approved equivalent.

24 No. 0

0

g

Type '2C' 1200x300mm, 24W, super efficient recessed LED modular luminaire as V3 luminaires catalogue's ''RANA LED Recessed 1200 x 300mm single LED (1*LH)'' or an approved equivalent.

1 No. 0

0

h

Type '2A' 1200x300mm, 12W, super efficient recessed LED modular luminaire as V3 luminaires catalogue's ''RANA LED Recessed 1200 x 300mm double LED (2*LH)'' or an approved equivalent.

15 No. 0

0

i

Type 'D2' 24W super shallow LED downlighter in round die cast aluminium housing for circulation spaces as V3 luminaires catalogue's ''Ascent 50 12 LED STD HO'' or an approved equivalent

13 No. 0

0

kType '2D' 8W LED white downlight, IP44 rating for installation in wet areas as V3 luminaires catalogue's ''Insaver 150 HE Topper LED'' or an approved equivalent.

11 No. 0

lType 'WB' Bulkhead wall mounted light for the lift sahft as V3 luminaires catalogue's ''Sterling Bulkhead - LED - 3 Bar Grill'' or an approved equivalent.

1 No. 0

m Exit lights 4 No. 0

0

FIRST FLOOR ELECTRICAL INSTALLATION

Total carried forward to price next page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ6

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHSB/F 0

Supply, install, test and commsission,

POWER OUTLET POINTS

a13A twin socket outlet point wired in 3X2.5mm2 PVC Copper cable in ring main in a 100 x 75 slotted trunking

33 No. 0

0

b13A twin floor box socket outlet point wired in 3X2.5mm2 PVC Copper cable in ring main

26 No. 0

0

c20 Amp double pole outlet point wired in 3x4.0mm2 PVC Copper

3 No. 0

0

dOutlet point for 32A DP cooker control unit comprising concealed 25mm dia conduit, 3x6.0mm2 PVC cables and all accessories

1 No. 0

00

POWER ACCESSORIES 00

e13A twin switched socket outlets as MK or an approved equivalent

33 No. 0

0

f13A twin floor box socket outlets as MK or an approved equivalent

12 No. 0

g20A DP switch outlet with neon light as MK or an approved equivalent

3 No. 0

0

h32A DP cooker control unit with integral 13A switched socket outlet and neon lights

1 No. 0

0i cooker connector unit 1 No. 0

00

SUBMAINS 00

600/1000 volt grade multi core PVC insulated copper

armoured cable to BS 6346, including concealed

heavy gauge PVC conduit, accessories and fittings

0

0

j 4-Core 25mm2 PVC/SWA/PVC cable from main LV Board

to DB 'B' 15 Lm 0

0

k2 x 16mm2+ 1x10mm2 cables from DB to the Consumer Units on First Floor

25 Lm 0

0

0

FIRST FLOOR ELECTRICAL INSTALLATION

Total carried forward to price next page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ7

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHSB/F 0

Supply, install, test and commsission,

DISTRIBUTION BOARDS

a4 way CU as Merlin Gerin or approved equivalent complete with 80A SPN integral isolator for flush mounting complete with:

1 No. 0

0Single pole MCB units 0

01) 10A, 20A, 32A, Blanking Plates 0

0

bCarry out concise permanent labeling for all the sub-circuits above

4 No. 0

0

c40mm Ø H/G PVC Conduits concealed in the slab for incoming power supply cables

55 Lm. 0

0

d

Wall mounted purpose made common KP&LC meter board manufactured in 14 SWG galvanized mild steel sheet and spray painted to approval, as shown on the schematic drawings, complete with the following:-

1 No. 0

0(a) 1No. 125A TP MCCBAdjustable main incomer 0

0(b) Totally enclosed Busbar chamber 0

0(g) Sufficient space for KP&LC cut-outs 0

0(j) 240V single phase surge diverter etc 0

0FIRE ALARM 0

0

eAddressable smoke/heat detectors as Menvier code MAOH850 plus addressable base with code MAB800 or approved equivalent

12 No. 0

0

fAddressable break glass as Menvier code MBG817 or approved equivalent

2 No. 0

0

gSounder and beacon as Menvier code MASB870 or approved equivalent

2 No. 0

0

hFire alarm initiating points wired in 1.5mm2 fire resistant cable enclosed in 20mm diameter conduits

12 No. 0

0OTHER POINTS 0

0i EXIT light wired in 1.5mm2 PVC Copper cable 4 No. 0

0

jCCTV , Telephone,data & TV points in a 100 x 75 slotted trunking

50 No. 0

0

FIRST FLOOR ELECTRICAL INSTALLATION

Total carried forward to price summary page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ8ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHSLIGHTING

Final sub-circuits from distribution board in a cable

and conduit/channel installation comprising

concealed heavy gauge 20mm2 PVC conduit, 1.5 mm2

PVC insulated copper cables, 1.5 mm2 copper

earthing cable including all accessories and fittings.

Supply, install, test and commsission,

a Lighting point 1 way 67 No. 00

b Lighting point 2 way 9 No. 00

c 10 Amp one gang one way switch as MK 19 No. 00

d 10 Amp one gang two way switch as MK 4 No. 00

e 10 Amp one gang intermediate switch as MK 3 No. 00

LIGHTING FITTINGS 00

f

Type '6' 600x600mm, super efficient recessed LED modular luminaire with curved diffuser as V3 luminaires catalogue's ''LYTEPANEL LED RECESSED 600 x 600mm 4K'' or an approved equivalent.

52 No. 0

0

g

Type '2C' 1200x300mm, 24W, super efficient recessed LED modular luminaire as V3 luminaires catalogue's ''RANA LED Recessed 1200 x 300mm single LED (1*LH)'' or an approved equivalent.

1 No. 0

0

h

Type '2A' 1200x300mm, 12W, super efficient recessed LED modular luminaire as V3 luminaires catalogue's ''RANA LED Recessed 1200 x 300mm double LED (2*LH)'' or an approved equivalent.

3 No. 0

0

i

Type 'D2' 24W super shallow LED downlighter in round die cast aluminium housing for circulation spaces as V3 luminaires catalogue's ''Ascent 50 12 LED STD HO'' or an approved equivalent

9 No. 0

0

jType '2D' 8W LED white downlight, IP44 rating for installation in wet areas as V3 luminaires catalogue's ''Insaver 150 HE Topper LED'' or an approved equivalent.

11 No. 0

kType 'WB' Bulkhead wall mounted light for the lift sahft as V3 luminaires catalogue's ''Sterling Bulkhead - LED - 3 Bar Grill'' or an approved equivalent.

1 No. 0

l Exit lights 4 No. 0

0Total carried forward to price next page ……….

SECOND FLOOR ELECTRICAL INSTALLATION

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ9

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHS

B/F 0Supply, install, test and commsission,

POWER OUTLET POINTS

a13A twin socket outlet point wired in 3X2.5mm2 PVC Copper cable in ring main in a 100 x 75 slotted trunking

35 No. 0

0

b13A twin floor box socket outlet point wired in 3X2.5mm2 PVC Copper cable in ring main

40 No. 0

0

c20 Amp double pole outlet point wired in 3x4.0mm2 PVC Copper

3 No. 0

0

dOutlet point for 32A DP cooker control unit comprising concealed 25mm dia conduit, 3x6.0mm2 PVC cables and all accessories

1 No. 0

00

POWER ACCESSORIES 00

e13A twin switched socket outlets as MK or an approved equivalent

35 No. 0

0

f13A twin floor box socket outlets as MK or an approved equivalent

40 No. 0

g20A DP switch outlet with neon light as MK or an approved equivalent

3 No. 0

0

h32A DP cooker control unit with integral 13A switched socket outlet and neon lights

1 No. 0

0i cooker connector unit 1 No. 0

0SUBMAINS 0

0

600/1000 volt grade multi core PVC insulated copper

armoured cable to BS 6346, including concealed

heavy gauge PVC conduit, accessories and fittings

0

0

j 4-Core 25mm2 PVC/SWA/PVC cable from main LV Board

to DB 'A' 20 Lm 0

0

k2 x 16mm2+ 1x10mm2 cables from DB to the Consumer Units on Second Floor

10 Lm 0

0

0

SECOND FLOOR ELECTRICAL INSTALLATION

Total carried forward to price next page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ10

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHSB/F 0

Supply, install, test and commsission,

DISTRIBUTION BOARDS

a4 way CU as Merlin Gerin or approved equivalent complete with 80A SPN integral isolator for flush mounting complete with:

1 No. 0

0Single pole MCB units 0

01) 10A, 20A, 32A, Blanking Plates 0

0

bCarry out concise permanent labeling for all the sub-circuits above

4 No. 0

0

c40mm Ø H/G PVC Conduits concealed in the slab for incoming power supply cables

50 Lm. 0

0

d

Wall mounted purpose made common KP&LC meter board manufactured in 14 SWG galvanized mild steel sheet and spray painted to approval, as shown on the schematic drawings, complete with the following:-

1 No. 0

0(a) 1No. 125A TP MCCBAdjustable main incomer 0

0(b) Totally enclosed Busbar chamber 0

0(g) Sufficient space for KP&LC cut-outs 0

0(j) 240V single phase surge diverter etc 0

0FIRE ALARM 0

0

eAddressable smoke/heat detectors as Menvier code MAOH850 plus addressable base with code MAB800 or approved equivalent

17 No. 0

0

fAddressable break glass as Menvier code MBG817 or approved equivalent

2 No. 0

0

gSounder and beacon as Menvier code MASB870 or approved equivalent

2 No. 0

0

hFire alarm initiating points wired in 1.5mm2 fire resistant cable enclosed in 20mm diameter conduits

17 No. 0

00

OTHER POINTS 00

i EXIT light wired in 1.5mm2 PVC Copper cable 4 No. 00

jCCTV , Telephone,data & TV points in a 100 x 75 slotted trunking

100 No. 0

0

SECOND FLOOR ELECTRICAL INSTALLATION

Total carried forward to price summary page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ11ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHSLIGHTING

Final sub-circuits from distribution board in a cable

and conduit/channel installation comprising

concealed heavy gauge 20mm2 PVC conduit, 1.5 mm2

PVC insulated copper cables, 1.5 mm2 copper

earthing cable including all accessories and fittings.

Supply, install, test and commsission,

a Lighting point 1 way 70 No. 00

b Lighting point 2 way 14 No. 00

c 10 Amp one gang one way switch as MK 34 No. 00

d 10 Amp one gang two way switch as MK 8 No. 00

e 10 Amp one gang intermediate switch as MK 3 No. 00

LIGHTING FITTINGS 00

f

Type '6' 600x600mm, super efficient recessed LED modular luminaire with curved diffuser as V3 luminaires catalogue's ''LYTEPANEL LED RECESSED 600 x 600mm 4K'' or an approved equivalent.

26 No. 0

0

g

Type '2C' 1200x300mm, 24W, super efficient recessed LED modular luminaire as V3 luminaires catalogue's ''RANA LED Recessed 1200 x 300mm single LED (1*LH)'' or an approved equivalent.

1 No. 0

0

h

Type '2A' 1200x300mm, 12W, super efficient recessed LED modular luminaire as V3 luminaires catalogue's ''RANA LED Recessed 1200 x 300mm double LED (2*LH)'' or an approved equivalent.

22 No. 0

0

i

Type 'D2' 24W super shallow LED downlighter in round die cast aluminium housing for circulation spaces as V3 luminaires catalogue's ''Ascent 50 12 LED STD HO'' or an approved equivalent

12 No. 0

0

jType '2D' 8W LED white downlight, IP44 rating for installation in wet areas as V3 luminaires catalogue's ''Insaver 150 HE Topper LED'' or an approved equivalent.

23 No. 0

kType 'WB' Bulkhead wall mounted light for the lift sahft as V3 luminaires catalogue's ''Sterling Bulkhead - LED - 3 Bar Grill'' or an approved equivalent.

1 No. 0

l Exit lights 4 No. 0

0

THIRD FLOOR ELECTRICAL INSTALLATION

Total carried forward to price next page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ12

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHS

B/F 0Supply, install, test and commsission,

POWER OUTLET POINTS

a13A twin socket outlet point wired in 3X2.5mm2 PVC Copper cable in ring main in a 100 x 75 slotted trunking

45 No. 0

0

b13A twin floor box socket outlet point wired in 3X2.5mm2 PVC Copper cable in ring main

5 No. 0

0

c20 Amp double pole outlet point wired in 3x4.0mm2 PVC Copper

10 No. 0

0

dOutlet point for 32A DP cooker control unit comprising concealed 25mm dia conduit, 3x6.0mm2 PVC cables and all accessories

2 No. 0

00

POWER ACCESSORIES 00

e13A twin switched socket outlets as MK or an approved equivalent

45 No. 0

0

f13A twin floor box socket outlets as MK or an approved equivalent

5 No. 0

g20A DP switch outlet with neon light as MK or an approved equivalent

10 No. 0

0

h32A DP cooker control unit with integral 13A switched socket outlet and neon lights

2 No. 0

0i cooker connector unit 2 No. 0

0SUBMAINS 0

0

600/1000 volt grade multi core PVC insulated copper

armoured cable to BS 6346, including concealed

heavy gauge PVC conduit, accessories and fittings

0

0

j 4-Core 25mm2 PVC/SWA/PVC cable from main LV Board

to DB 'A' 25 Lm 0

0

l2 x 16mm2+ 1x10mm2 cables from DB to the Consumer Units on Third Floor

20 Lm 0

0

0

THIRD FLOOR ELECTRICAL INSTALLATION

Total carried forward to price next page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ13

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHSB/F 0

Supply, install, test and commsission,

DISTRIBUTION BOARDS

a4 way CU as Merlin Gerin or approved equivalent complete with 80A SPN integral isolator for flush mounting complete with:

2 No. 0

0Single pole MCB units 0

01) 10A, 20A, 32A, Blanking Plates 0

0

bCarry out concise permanent labeling for all the sub-circuits above

8 No. 0

0

c40mm Ø H/G PVC Conduits concealed in the slab for incoming power supply cables

70 Lm. 0

0

d

Wall mounted purpose made common KP&LC meter board manufactured in 14 SWG galvanized mild steel sheet and spray painted to approval, as shown on the schematic drawings, complete with the following:-

1 No. 0

0(a) 1No. 125A TP MCCBAdjustable main incomer 0

0(b) Totally enclosed Busbar chamber 0

0(g) Sufficient space for KP&LC cut-outs 0

0(j) 240V single phase surge diverter etc 0

0FIRE ALARM 0

0

eAddressable smoke/heat detectors as Menvier code MAOH850 plus addressable base with code MAB800 or approved equivalent

19 No. 0

0

fAddressable break glass as Menvier code MBG817 or approved equivalent

2 No. 0

0

gSounder and beacon as Menvier code MASB870 or approved equivalent

2 No. 0

0

hFire alarm initiating points wired in 1.5mm2 fire resistant cable enclosed in 20mm diameter conduits

19 No. 0

00

OTHER POINTS 00

i EXIT light wired in 1.5mm2 PVC Copper cable 4 No. 00

jCCTV , Telephone,data & TV points in a 100 x 75 slotted trunking

50 No. 0

0Total carried forward to price summary page ……….

THIRD FLOOR ELECTRICAL INSTALLATION

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ14ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHSLIGHTING

Final sub-circuits from distribution board in a cable

and conduit/channel installation comprising

concealed heavy gauge 20mm2 PVC conduit, 1.5 mm2

PVC insulated copper cables, 1.5 mm2 copper

earthing cable including all accessories and fittings.

Supply, install, test and commsission,

a Lighting point 1 way 75 No. 00

b Lighting point 2 way 6 No. 00

c 10 Amp one gang one way switch as MK 12 No. 0

0d 10 Amp one gang two way switch as MK 4 No. 0

0

e 10 Amp one gang intermediate switch as MK 3 No. 0

0LIGHTING FITTINGS 0

0

f

Type '2C' 1200x300mm, 24W, super efficient recessed LED modular luminaire as V3 luminaires catalogue's ''RANA LED Recessed 1200 x 300mm single LED (1*LH)'' or an approved equivalent.

31 No. 0

0

g

Type '2A' 1200x300mm, 12W, super efficient recessed LED modular luminaire as V3 luminaires catalogue's ''RANA LED Recessed 1200 x 300mm double LED (2*LH)'' or an approved equivalent.

22 No. 0

0

h

Type 'D2' 24W super shallow LED downlighter in round die cast aluminium housing for circulation spaces as V3 luminaires catalogue's ''Ascent 50 12 LED STD HO'' or an approved equivalent

7 No. 0

0

iType '2D' 8W LED white downlight, IP44 rating for installation in wet areas as V3 luminaires catalogue's ''Insaver 150 HE Topper LED'' or an approved equivalent.

12 No. 0

jType 'SL' 21W (high output) Surface mounted luminaire as V3 luminaires catalogue's ''InVerto Direct NW Eb Rust'' or an approved equivalent.

11 No. 0

kType 'WB' Bulkhead wall mounted light for the lift sahft as V3 luminaires catalogue's ''Sterling Bulkhead - LED - 3 Bar Grill'' or an approved equivalent.

1 No. 0

l Exit lights 4 No. 0

0

FOURTH FLOOR ELECTRICAL INSTALLATION

Total carried forward to price next page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ15

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHS

B/F 0Supply, install, test and commsission,

POWER OUTLET POINTS

a13A twin socket outlet point wired in 3X2.5mm2 PVC Copper cable in ring main in a 100 x 75 slotted trunking

15 No. 0

0

b13A twin floor box socket outlet point wired in 3X2.5mm2 PVC Copper cable in ring main

2 No. 0

0

c20 Amp double pole outlet point wired in 3x4.0mm2 PVC Copper

18 No. 0

0

00

POWER ACCESSORIES 00

e13A twin switched socket outlets as MK or an approved equivalent

15 No. 0

0

f13A twin floor box socket outlets as MK or an approved equivalent

2 No. 0

g20A DP switch outlet with neon light as MK or an approved equivalent

18 No. 0

0000

SUBMAINS 00

600/1000 volt grade multi core PVC insulated copper

armoured cable to BS 6346, including concealed

heavy gauge PVC conduit, accessories and fittings

0

0

h 4-Core 25mm2 PVC/SWA/PVC cable from main LV Board

to DB 'A' 30 Lm 0

00

0

FOURTH FLOOR ELECTRICAL INSTALLATION

Total carried forward to price next page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page BQ16

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHSB/F 0

Supply, install, test and commsission,

DISTRIBUTION BOARDS

0

a40mm Ø H/G PVC Conduits concealed in the slab for incoming power supply cables

60 Lm. 0

0

b

Wall mounted purpose made common KP&LC meter board manufactured in 14 SWG galvanized mild steel sheet and spray painted to approval, as shown on the schematic drawings, complete with the following:-

1 No. 0

0(a) 1No. 125A TP MCCBAdjustable main incomer 0

0(b) Totally enclosed Busbar chamber 0

0(g) Sufficient space for KP&LC cut-outs 0

0(j) 240V single phase surge diverter etc 0

0FIRE ALARM 0

0

cAddressable smoke/heat detectors as Menvier code MAOH850 plus addressable base with code MAB800 or approved equivalent

11 No. 0

0

dAddressable break glass as Menvier code MBG817 or approved equivalent

2 No. 0

0

eSounder and beacon as Menvier code MASB870 or approved equivalent

2 No. 0

0

fFire alarm initiating points wired in 1.5mm2 fire resistant cable enclosed in 20mm diameter conduits

11 No. 0

0OTHER POINTS 0

0g EXIT light wired in 1.5mm2 PVC Copper cable 2 No. 0

0

hCCTV , Telephone,data & TV points in a 100 x 75 slotted trunking

5 No. 0

0

0

FOURTH FLOOR ELECTRICAL INSTALLATION

Total carried forward to price summary page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

Page BQ17

ALL RATES TO INCLUDE 16% VAT

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHS

MAIN RAW POWER DISTRIBUTION

A

Main 3 phase 415, Low Voltage switchboard free standing fully front access with CTs chamber sealable by Kenya Power fabricated from 14 SWG steel and frames complete with the following: 1No. 600A adjustable TPN ACB incomer, 600A Busbar, 5No. 125A TPN MCCBs, 3No. spareways and 300A UPS busbar, 100KVAR PFC bank to switch in steps of 20 KVARs, Space for Kenya Power 3 phase cut-outs and Digital meter, all necessary wiring, auxilliaries and indellible labelling. The switchboard should be finished in to IP 65 complete with the following:-

1 Item 0

(a) 1No. 300A TP MCCBAdjustable main incomer

(b) Totally enclosed Busbar chamber

(c) Sufficient knock-outs for incoming/outgoing cables

(d) 300 A TPN insulated copper bus bars.

(e) 5No. 250A Cut-out Fuses

(f) 5No. 63A MCCB DP

(g) Sufficient space for KP&LC cut-outs.

(h) space for KP&LC cut-outs.

(i) Sufficient space for KPLC 1 phase meter

(j) 415V three phase surge diverter

(k) Sufficient spare capacity for future development

(l) Sealable studs for all cover plate screws and all

necessary accessories.

(m) 6mm perspex viewing window for meters.

(n) Heavy duty rubber lining for all the perspex viewing

windows.

(o) 6” Viro padlock complete with 3 sets of keys. 0

ELECTRICAL INSTALLATION MAIN LV BOARD

Total carried forward to price next page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

Page 18

ITEM

NO. DESCRIPTION QTY UNIT RATE AMOUNT

KSHS

SMATV TRANSMISSION SYSTEM

a0.6 – 3.0 m solid aluminium dish antenna, C/Ku-band LNB with 8-way LNB (for Eutelsat, Intelsat, Atlantic Bird, HotBird) as per the technical specifications

2 No. 0

b

Digital Channel processing modules as DSTV to process 20 No. digital programs from satellite dish or equal and approved equivalent as per the technical specifications 5 No. 0

c Signal Amplifiers (Boosters) and Filters 5 No. 0

dFloor Edge Modulation modules for converting the AV output of the above Satellite and Digital boxes to standard TV channels in PAL

5 No. 0

e TV/FM outlet socket with silver lining cover plate. 10 No. 0

fRG6 RF Coaxial Cables for signal distribution (305m per roll)

5 Rolls 0

g22U Equipment rack Cabinet with shelves, casings, and mountings for SMATV System

1 No. 0

h8 way RF Signal Splitters as per the technical specifications

5 No. 0

i Connectors, Mountings, and terminals 1 Lot 0

jAny other items necessary to complete the system installation satisfactorily. (List, give quantities and price of the items)i)……………………………………………….

ii)………………………………………………

ii)…………………………………………..….

iv)……………………………..………………

0

SMATV INSTALLATION

TOTAL COST CARRIED FORWARD TO AV SUMMARY PAGE

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

Page BQ19

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHS

LIGHTNING PROTECTION

Supply, install, test and commission:

aAir termination Type Furse RA225+RA600 fixed to ridge saddle Furse SD155 bolted to roof with water tight washers

2 No. 0

0

0

b25x3mm copper tape TC030 on tape clip Furse CP210 fixed at 750mm intervals to approved detail

100 Lm 0

0

0

c Lugs including fixing bolts for roof conductors 1 Lot 0

0

0

d Test clamps Furse CN305 1 Lot 0

0

0

eEarth rods Furse RC105 with driving sud, Furse ST015 and spike Furse SP015 driven in ground

2 No. 0

0

f125x100x50mm deep boxes with cover and marked 'Safety Earth' installed in RC columns to approved details

2 No. 0

0

0

gTest and report complete installation for the compliance with KS04503 and BS code of practice BS6651

1 Lot 0

0

0

0

0

0

0

0

0

0

0

0

Total carried forward to summary page ……….

ELECTRICAL INSTALLATION LIGHTNING PROTECTION

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-ELEC Edson Engineers

Page BQ20

Preliminaries: (Page 1)..…….……….………………...… Kshs…...……….……………………0

Total Brought Forward from :

: Page 4 (GROUND FLOOR).…..……..………………….…. KShs…..……..…………….…………0

: Page 7 (FIRST FLOOR)..…..……..………………….…. KShs…..……..…………….…………0

: Page 10 (SECOND FLOOR)……..…..……..………………….…. KShs…..……..…………….…………0

: Page 13 (THIRD FLOOR ).…..……..………………….…. KShs…..……..…………….…………0

: Page 16 (FOURTH FLOOR ).…..……..………………….…. KShs…..……..…………….…………0

: Page 17 (MAIN LV BOARD).…..……..………………….…. KShs…..……..…………….…………0

: Page 18 (SMATV)..…………..…………….……………… KShs…..……..…………….…………0

: Page 19 (LIGHTNING PROTECTION)..………………….…. KShs…..……..…………….…………0

Sub TotaI inclusive of VAT……………………………………… Kshs…………………………………..0

TOTAL CARRIED TO FORM OF TENDER………………….... KShs…………………...…………..0

NB: Drawings are part of tender documents.Rates to

Name of Tenderer:............................................................................................

Address of Tenderer:.........................................................................................

Signature and Stamp of Tenderer:..........................................Date: …............................

NAKURU COUNTY ASSEMBLY OFFICES

ELECTRICAL INSTALLATIONS

SUMMARY OF TENDER PAGE

NAKURU COUNTY ASSEMBLY 10/18/2016

GENERATOR Nakuru County Offices

PROPOSED NAKURU COUNTY ASSEMBY CHAMBERS, OFFICES AND ASSOCIATED

FACILITIES

VOLUME 2(Electrical Services)

SPECIFICATIONS & BILLS OF QUANTITIES FOR

2(b) 80KW @ 0.8pf Standby Generator

SUB-CONTRACT

Architects: Quantity Surveyor:

Scope Design Systems Obra International

P.O. Box 10591 -00100 P.O. Box 3494 -00200

NAIROBI NAIROBI

Services Engineer

Edson Engineers

P.O. Box 5647 - 00100 NAIROBI

OCTOBER 2016

EDE/064/SG EDSON ENGINEERS

2 Generator Installations Nakuru County Offices

CONTENTS PROPOSED NAKURU COUNTY ASSEMBY CHAMBERS, OFFICES AND ASSOCIATED FACILITIES

80KW @ 0.8PF Standby Generator Set Installations Sub-Contract

PAGE NO.

FORM OF TENDER FT DEFINITION OF TERMS D1 - D2

NOTES TO TENDERERS N1 - N2

GENERAL CONDITIONS OF SUB-CONTRACT GC1 – GC6 GENERAL SPECIFICATIONS FOR ELECTRICAL

INSTALLATIONS EE1 – EE28 TECHNICAL SPECIFICATIONS FOR GENERATOR

INSTALLATIONS TS1 – TS20 APPENDICES TO TECHNICAL SPECIFICATIONS AP1 – AP14

BILLS OF QUANTITIES BQ1 – BQ 3

EDE/064/SG EDSON ENGINEERS

3 Generator Installations Nakuru County Offices

FT FORM OF TENDER

TENDER FOR: PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED FACILITIES

80 KW @ 0.8pf Standby Generator Installations Sub-Contract

Nakuru County Assembly Offices P.O. Box 907 Nakuru, KENYA Dear Sir

1. I/We, the undersigned, offer to contract for the above sub-contract works in accordance with the attached Conditions of Sub-Contract, Specifications and Bills of Quantities for the sum of:

KShs…………………………………….

(in words) Kenya Shillings…………………………………………………………………….. ………………………………………………………………………………………………………

2. I/We agree that our tender shall remain valid for 90 days from the date of opening the Sub-contract tender and shall not be withdrawn during this period.

3. I/We agree that you are not responsible for any expenses incurred by me/us in submitting this tender

4. I/We agree that you are not bound to accept the lowest or any other tender. Name & Address of Tenderer:…………………………………………………………….

Telephone:……………………………………………………………………………………….. Signature of Tenderer:…………………………………………………………………….......

Date:………………………………………………………………………………………………..

Company Stamp:………………………………………………………………………………...

EDE/064/SG EDSON ENGINEERS

4 Generator Installations Nakuru County Offices

Page D1

DEFINITION OF TERMS

The following words and expressions used in this document shall have the following meanings attached to them: Employer : Nakuru County Assembly Offices

P.O. Box 907 Nakuru, KENYA

Architect : Scope Design Systems P.O. Box 10591- 00100

Nairobi Services Engineer : Edson Engineers P O Box 5647 - 00100

Nairobi Quantity Surveyor: Obra International P.O. Box 3494 - 00200

Nairobi Main contractor : shall mean the firm or company appointed to carry out the project building works Sub-contractor : shall mean the firm or company appointed to carry out the sub-contract

works described in this document Works : shall mean the materials and the plant to be provided and labours to be

performed by the sub-contractor in fulfillment of the terms of this document and the sub-contract made for that purpose

Contract drawings : shall mean the drawings listed in or referred to in this document and

forming part of this document

m. : shall mean meter mm : shall mean millimeters. mm2 : shall mean square millimeters k : shall mean kilo

EDE/064/SG EDSON ENGINEERS

5 Generator Installations Nakuru County Offices

D2

DEFINITION OF TERMS

A. : shall mean amperes

V. : shall mean volts W. : shall mean watts Hz : shall mean Hertz or cycles per second PVC : shall mean polyvinyl chloride SWA : shall mean steel wire armoured S.P.& N. : shall mean single pole and neutral T.P.& N. : shall mean triple pole and neutral NO. or No. : shall mean numerical number dia. : shall mean diameter rpm : shall mean revolutions per minute KBS : shall mean Kenya Bureau of Standards

B.S. & B.S.C.P. : shall mean British Standard Specification

& British Standard Code of Practice

K.P.& L. : shall mean Kenya Power & Lighting Company Limited Ditto : shall mean in all respects as described in a previous item in the bills of quantities

I.E.E. : shall mean the Institution of Electrical Engineers of the United Kingdom L.V. : shall mean low voltage as defined by the 16th edition of the I.E.E. wiring Regulations H.V. : shall mean high voltage as defined by the 16th edition of the I.E.E. wiring Regulations

EDE/064/SG EDSON ENGINEERS

6 Generator Installations Nakuru County Offices

N1

NOTES FOR TENDERERS

1. DOCUMENT CHECK Before submitting his tender, the tenderer is required to:

a) Check that no page/s of this document is/are missing or illegible and to have this rectified

b) Ensure that all ambiguities, doubts or obscure points in this document are cleared with the engineer.

No claims for alleged deficiencies in the information given in this document shall be considered at a later date.

2. ALTERATION TO THIS DOCUMENT Unauthorized alteration or qualification made to the text of this document by the

tenderer shall disqualify the tenderer.

3. CORRECTION OF TENDERS Arithmetic errors in the tenders will be corrected by the engineer in the following manner:

a) Errors in Extensions If a total extension figure is entered, the extended total shall be a product of the tendered

unit rate and the quantity of the item, and the product shall be added to the tender sum. If the total extension entered in the bill of quantities is less than the product of the tendered

unit rate and the quantity of the item, a corrected unit rate shall be obtained by dividing the extension total and the quantity of the item. The tender sum shall thus not be amended.

If the total extension entered in the bill of quantities is greater than the product of the

tendered unit rate and the quantity of the item, the extension total shall be reduced to the correct product of the tendered unit rate and the quantity of the item, and the tender sum shall be reduced correspondingly.

b) Omission of Unit Rates:

If an extension total is entered in the bill of quantities but no unit rate is entered therein, the unit rate shall be calculated as the extension total divided by the quantity of the item.

EDE/064/SG EDSON ENGINEERS

7 Generator Installations Nakuru County Offices

N2

c) Omission of Extension Rate & Extension Total: If no unit rate and extension total is entered against any item in the bills of quantities, it

will be assumed that the cost of the item is fully and completely covered elsewhere in the bills of quantities.

d) Errors in Addition: All errors in addition, irrespective of where they occur in the bills of quantities shall be

corrected and the tender sum amended correspondingly. 4. DISCOUNTS

No lump sum discounts shall be made in the tender and if such a discount does appear in

the tender, it shall be disregarded and the tender sum will be considered to be the total of the bills of quantities.

EDE/064/SG EDSON ENGINEERS

8 Generator Installations Nakuru County Offices

PART A

GENERAL CONDITIONS

FOR

80KW @ 0.8pf STANDY GENERATOR SET INSTALLATIONS

SUB-CONTRACT

EDE/064/SG EDSON ENGINEERS

9 Generator Installations Nakuru County Offices

GC1

1.01 SUB-CONTRACT AGREEMENT

The sub-contractor shall be required to enter into a sub-contract agreement with the

main contractor. The form of sub-contract agreement shall be the latest edition of the Agreement and Schedule of Conditions of Building Sub-Contract, published by The Kenya Association of Building and Civil Engineering Contractors.

The tenderer shall be deemed to have examined, fully understood and accepted the

requirements of all clauses in the above document. 1.02 PRELIMINARIES

It shall be deemed that the tenderer in pricing the “Preliminaries” item in the Summary

of Tender contained in this document, has priced for all items in this section of the document and in the Agreement & Schedule of Conditions of Building Sub-Contract, which have financial implications.

1.03 FIRM PRICE CONTRACT

This is a firm price contract and the tenderer must allow in his pricing of this tender for

any increases in the cost of labour and materials during the currency of the sub-contract. No claims for increased cost will be allowed.

1.04 SITE The site of the proposed works is situated at Nakuru County.

The tenderer is recommended to visit the site and will be deemed to have satisfied himself with regard to access to the site, the conditions under which the sub-contract works will have to be carried out, the supply of and conditions affecting labour and facilities for obtaining materials and equipment referred in this document.

1.05 EXISTING PROPERTY

The sub-contractor shall take every precaution to avoid damage to all existing property

and he shall be held responsible for all damages arising from the execution of this sub-contract and he shall make good all such damage at his own expense to the satisfaction of the architect.

1.06 CONSTRUCTION PROGRAMME

The tenderer shall be deemed to have: (a) been informed about the duration of the

main contract before submitting their tender and (b) allowed for in his tender all necessary costs to enable him to execute and complete the sub-contract works within the main contractor’s construction programme.

EDE/064/SG EDSON ENGINEERS

10 Generator Installations Nakuru County Offices

GC2 1.07 SITE MEETINGS

The sub-contractor shall be required to attend all site meetings and contractor’s meetings. 1.08 SERVICES AND ATTENDANCE

Services and attendance shall be provided by the main contractor in accordance with

the provisions in the main contract agreement. The above will be limited to the builder’s work in connection with this sub-contract, use

of temporary water supply and electrical power and main contractor’s scaffolding. Except for drilling holes, forming concrete bases, chasing, cutting and making good the

building fabric will be done by the main contractor. The sub-contractor shall mark out in advance and shall be responsible for the accuracy of the sizes of and positions of the bases, chases and holes required for his works.

The sub-contractor shall be responsible for providing any special internal and/or

external scaffolding, trestle, etc specifically required for carrying out the sub-contract works. The tenderer is deemed to have allowed in his prices for the above requirement.

1.09 PROGRAMME OF WORKS

The sub-contract works will commence immediately upon the appointment of the sub-

contractor. The sub-contractor shall be required to phase his works in accordance with the main contractor’s programme of works.

The sub-contractor shall prepare such Critical Path Programmes or Progress Chart as

the main contractor considers necessary to assist him in the preparation of and maintenance of his overall Programmes and Charts.

Copies of the sub-contractor’s programmes shall be submitted to the main contractor,

architect and engineer.

1.10 MATERIALS AND WORKMANSHIP The sub-contractor shall be responsible for the provision of all materials, special scaffolding, tools and tradesmen required for the execution of the sub-contract works. Plant, equipment and materials to be used in the execution of the sub-contract works

shall be of sound condition to ensure they shall be serviceable for the duration of the sub-contract and that they do not pose any danger to those employed on the project

The tenderer shall allow for in prices for hoisting all items of equipment and materials for the sub-contract to be installed in the locations and heights shown on the sub- contract drawings or noted in this document.

EDE/064/SG EDSON ENGINEERS

11 Generator Installations Nakuru County Offices

GC3

1.11 MEASURED WORKS The Bill of Quantities contained in this document has been prepared in accordance with the Standard Method of Measurement of Building Works for Republic of Kenya: Metric Edition.

All “provisional” and other work liable to adjustment under this sub-contract shall be left uncovered for a reasonable time to allow any measurements needed to be taken by the engineer. The sub-contractor shall inform the engineer when the work is ready for measurement.

If the sub-contractor defaults in the above requirement, he shall uncover the works for

measurement to be taken and reinstate afterwards, all at his expense.

1.12 PROVISIONAL SUMS Quantities given as “Provisional” in this document shall not be held to gauge, or limit

the amount or description of the work to be executed by the sub-contractor. But, the value thereof shall be deducted from the sub-contract sum and the value of the work ordered by the engineer shall be added to the sub-contract sum as provided by the sub-contract agreement.

1.13 VARIATIONS Except in emergency, or for reasons over which the sub-contractor has no control, works likely to involve a claim for extra payment shall not be initiated without the

written instruction from the engineer. Addition to or reduction from the sub-contract in respect of extra work, alteration or

omission authorised by the engineer shall be agreed and confirmed in writing at the time such variations are decided and shall not affect the validity of the sub-contract.

No allowance shall be made for loss of profit on omitted works. Any claim involving additional work on site, must be accompanied by authorised site

instruction signed by the engineer or his representative. The sub-contractor shall submit to the engineer claim/s for any work or circumstances

on account of which he may want extra payment within seven days from the time of the commencement of such work or circumstances. Any such claim must be in writing with full particulars of such claim/s.

EDE/064/SG EDSON ENGINEERS

12 Generator Installations Nakuru County Offices

GC4

1.14 MATERIALS ORDERS The sub-contractor shall order and/or procure all materials and equipment for the sub-

contract within two weeks after his appointment. Documentary evidence of all orders and purchases shall be submitted to the engineer within the above time.

No claims for extra payment shall be considered, if the sub-contractor does not comply

with the above requirement.

1.15 DUTIES, TAXES, ETC.

The tenderer shall include in his prices all mandatory Government duties, taxes and levies; Supply to site, insurances, storage, fix in position, testing, commissioning and all other obligations under this sub-contract.

1.16 DEFECTS LIABILITY The complete sub-contract works shall be guaranteed for a period of six months from

the date of the architect’s certificate of completion. Under this guarantee the sub-contractor shall make good at his own cost all defects in materials, equipment or workmanship which may develop in that period. The sub-contractor shall also make good any damage caused to other works, equipment and materials due to defects in the sub-contract works.

This clause shall not in any way invalidate manufacturer’s guarantee on equipment,

which may extend for periods longer than six months.

1.17 STORAGE ON SITE Space on site or certain areas of partially completed building, when available, may be

allocated to the sub-contractor for storing his material and equipment for the sub-contract.

The main contractor will be responsible for making the storage area waterproof but the

sub-contractor shall be responsible for his own lock-up facilities and sheds. The sub-contractor shall, when reasonably called upon at any time by the main

contractor, move his material or plant elsewhere notwithstanding his having previously been allocated that space.

EDE/064/SG EDSON ENGINEERS

13 Generator Installations Nakuru County Offices

GC5

1.18 CONTRACT DRAWINGS The sub-contract drawings are intended to indicate the intent and extent of the sub-

contract works. The sub-contract drawings and this document are meant to explain each other and shall be read together.

Measures with dimensions shown on the contract drawings and measures noted in this

document are to be followed in preference to dimensions scaled from the contract drawings; but whenever possible, dimensions are to be taken on the site or from the buildings.

Before any work is commenced, dimensions shall be checked on the site and/or the

buildings and discrepancies reported to the engineer. The sub-contractor shall be responsible for ensuring the accuracy of such dimensions.

One copy of all the sub-contract drawings and a copy of this document, issued to the

sub-contractor, shall be retained on site at all times and be available for reference by the engineer and the architect.

1.19 SITE REPRESENTATIVE

It is a specific requirement of this sub-contract that the successful tenderer shall provide on site, throughout the project construction period, a literate, suitably qualified

and competent person to represent him and to ensure that the sub-contract works are carried out to the standard required by this document.

Instructions and directions given by the architect and/or the engineer to the sub-

contractor’s site representative shall be deemed to have been given to the sub-contractor.

1.20 INSPECTION

The engineer shall be allowed all facilities for inspecting materials and workmanship

on site during the execution of the contract. A similar reservation for inspecting at the manufacturer’s works shall be included in all

orders for specifically manufactured equipment issued by the sub-contractor. In such cases notice shall be given to the engineer that equipment has been manufactured and is ready for inspection and testing, so that this may be carried out before the equipment is packed for shipping.

1.21 SAMPLES

The sub-contractor shall, when required, provide at no extra cost, samples of materials

or workmanship forming part of the works. Such samples when approved shall be retained on the site and shall form the standard required for the works. Any condemned material as unfit for use in the works shall be immediately removed from the site without any recompense to the sub-contractor

EDE/064/SG EDSON ENGINEERS

14 Generator Installations Nakuru County Offices

GC6

1.22 FAULTY WORKS The engineer shall have the right to reject any material or workmanship, which in his

opinion does not comply with the requirements of the specifications or is not satisfactory.

The sub-contractor shall replace such rejected materials or rectify such bad

workmanship forthwith, at his own expense. In event of undue delay on the part of the sub-contractor to rectify the rejections, the engineer will have the right to employ others to supply suitable materials and re-execute the works and deduct the cost thereof from the value of the sub-contract.

1.23 PROTECTION

The sub-contractor shall be responsible for casing up or otherwise protecting all parts

of the sub-contract works liable to damage or injury and for removing such protection and making good on completion.

1.24 CLEARING OF SITE The sub-contractor shall ensure that the areas where his works are being carried out

are, at all times, and kept clear of all debris and surplus materials.

EDE/064/SG EDSON ENGINEERS

15 Generator Installations Nakuru County Offices

PART B

TECHNICAL SPECIFICATIONS

FOR

80 KW @ 0.8pf STANDY GENERATOR SET

INSTALLATIONS

SUB-CONTRACT

EDE/064/SG EDSON ENGINEERS

16 Generator Installations Nakuru County Offices

TS1 SUPPLY AND INSTALLATION OF A 80KW @ 0.8pf SOUND-PROOFED STANDBY GENERATOR TECHNICAL SPECIFICATIONS 1. SCOPE OF WORKS AND SERVICES

1.1 The work covered by this specification includes the supply, delivery, installation,

setting at work, commissioning to the satisfaction of the Architect/Engineer and maintenance for a period of twelve months, of one Diesel Engine Generating Set complete with all necessary auxilliary equipment and as indicated.

2. RELATED DOCUMENTS

2.1 The specification shall be read in conjunction with the Preliminaries, conditions of

contract and any supplementary specification(s), schedule(s) and drawing(s) issued with it and enumerated in the invitation to tender. In the event of a discrepancy between this specification and any drawing issued with it or forming part of the contract the drawing shall be followed.

2.2 The words 'as indicated', 'where indicated', 'unless otherwise indicated' refer to items

or requirements indicated elsewhere in the tender documents issued in connection with the contract e.g. on a drawing, in a supplementary specification or in Schedule 1.

3. REGULATIONS

3.1 The equipment shall comply with all relevant statutory standards and regulations

current at the date of tender (unless otherwise indicated) and in particular the following:

1) I.E.E. Regulations for the Electrical Equipment of Buildings. 2) Regulations under the Electrical Power Act. 3) Factories Act. 4) Any special regulations issued by the local Electricity or Water

Undertakings. 4. STANDARDS

4.1 The equipment and all components shall comply with all relevant British Standards

and Codes of Practice or other equal and approved standard specifications and codes. Where the equipment or part of it complies with other internationally recognized standards which are less stringent than British Standards or Codes or Practice, then the difference is to be stated in writing and must accompany the tender submission.

EDE/064/SG EDSON ENGINEERS

17 Generator Installations Nakuru County Offices

TS2 5. OPERATING CONDITIONS

5.1 The equipment and all components shall be suitable for operation in ambient

conditions of 5o to 40o centigrade and up to 100% relative humidity in an unheated ventilated building.

5.2 All ratings of equipment and components shall be interpreted as site ratings and NOT

sea level or other ratings. Details of the site are given in Schedule 1. 5.3 Sub Contractor is deemed to have visited the site and if unable to locate it to apply to

Edson Engineers, P.O. Box 5647-00100, Nairobi, for directions to enable him to do so. The Sub Contractor is deemed to have acquainted himself therewith as its nature, position, means of access, etc., and no claim in this connection will be allowed. No claim will be allowed for travelling or other expenses which may be incurred by the Sub Contractor in visiting the site or preparing a tender for the Sub contract works, and subsequent site visits to be called by the Architect during the Sub contract period.

5.4 The set shall be capable of operating continuously and satisfactorily in a medium

dust laden atmosphere as defined in BS 1701 and in accordance with BS 5514. 6. FUNCTIONAL REQUIREMENTS

6.1 As specified in Schedule 1, the set shall be used for emergency operation (standby

power operation). It shall be possible to start, operate and stop the set manually independently of any automatic features.

6.2 Within the operating conditions specified (Section 5) the set shall be capable of starting and accepting full load within the shortest possible time and in any case not more than 10 seconds. Any special features included to achieve this shall be stated in Schedule 2. 7. PERFORMANCE 7.1 The output rating of the set in KW @ 0.8 pf, the voltage, the number of phases and

the frequency shall be as specified in Schedule 1. 7.2 Within the operating conditions specified, the set, equipped with its standard air

intake filters, shall be capable of delivering its rated output continuously at rated voltage and 0.8 lagging power factor and of delivering 10% in excess of the continuous maximum for a period of one hour in any 12 hour period.

7.3 The steady state voltage shall be maintained within 2½% of the rated voltage under

the control of the voltage regulator between the cold start ambient conditions and the maximum working temperatures, at any load from no load to 10% overload and from unity to 0.8 lagging power factor. After any change of load the voltage shall not vary by more than plus or minus 15% of the rated voltage and shall return to within plus/minus 3% within 3 seconds and to within plus/minus 2.5 % of rated voltage within 15 seconds. On starting the voltage overshoot shall not exceed 15% and shall return to within 3% in not more than 3 seconds.

EDE/064/SG EDSON ENGINEERS

18 Generator Installations Nakuru County Offices

TS3

7.4 The governing of the set shall be such that the steady load speed band shall not exceed

1% of rated speed. Sudden removal of the full load at rated frequency shall not cause

the frequency to rise above 10% of rated frequency and it shall return to within 5 % of

rated frequency within 3 seconds. The resultant steady state frequency shall return to

4% within 15 seconds. If full load is then reimposed the frequency shall not fall below

94% of rated frequency and shall return to 99% within 3 seconds and to the rated

frequency within 15 seconds.

7.5 The cyclic irregularity of the set at full load shall not be worse than 1/150. 7.6 The deviation of the waveform of the voltage output from a pure sine wave shall not

exceed the limits specified in BS 2613. Radiated interference shall be suppressed to the limits specified in B.S. 800 and B.S. 833. 8. SET ARRANGEMENT 8.1 The set and its auxiliaries shall be mounted on a sufficiently substantial underbase.

All items which must be held in correct relative alignment shall be located by means of dowels.

8.2 The set shall be designed and supplied for operation bolted to the floor on robust

antivibration and shock absorbing devices. It shall have adjusting screws for optimum setting and levelling and be so designed and installed that no appreciable engine vibration shall be transmitted to the floor or to any surroundings.

8.3 A new generator house will be constructed. The Contractor shall provide early enough full details of fixing requirements and any modifications that may be necessary for the proposed house and foundation. Particularly, the Contractor appointed to supply the generator must confirm if the proposed house is adequate for the generator in terms of height, length, width and provision of natural ventilation. The Contractor will be responsible for the cost of modifying the generator house if he fails to provide the above information immediately.

The Contractor shall however provide means for bolting down the set. If the plinth provided is not sufficient the Contractor shall arrange to extend it to the Architect's satisfaction.

8.4 Bearings shall be suitable for operation over long periods without the need for

replacement of the lubricant. Oil lubricated bearings shall be fitted with a visible o il level gauge.

EDE/064/SG EDSON ENGINEERS

19 Generator Installations Nakuru County Offices

TS4

9. DIESEL ENGINE

9.1 The engine shall be designed for satisfactory operation on fuel oil complying with BS

2869 Class D and the lubricating oils stated in Schedule 2. 9.2 The governor shall control the frequency with the limits stated in Section 7.4. Manual

speed adjustment shall be provided over a range + 5% of the rated speed at any load.

9.3 The engine shall be totally enclosed, with forced lubrication from an integral pump

having on the suction side a coarse strainer and on the delivery side a dual 'full flow' fine filter fitted with a changeover cock incorporating pressure by-passes, so that the oil flow to the engine is maintained if the filter should chock.

Alternatively a single filter of the self-cleaning type fitted with a by-pass relief valve

and having the same filtration performance may be provided. The capacity of the lubricating oil system shall be sufficient to enable the engine to run continuously for 72 hours.

9.4 A filter fitted with by-pass relief shall be inserted in the fuel line immediately before

the pump(s). The fuel filter element shall be incapable of passing particles larger than 5 micrometers. The fuel system shall be so arranged that fuel resulting from filter, pump or pipe spillage shall be incapable of entering the engine pump.

9.5 Air filters complying with BS 1701, Grade 'A' or Grade 'B' suitable for use in a

medium atmosphere shall be fitted on the engine air intake(s). 9.6 No significant critical speed of the complete shaft system, including the generator,

shall be within 15% of the rated speed. 9.7 A manually reset overspeed trip shall be fitted to stop the engine if its speed exceeds

the rated speed by 15%. A mechanical trip is preferred but an electrical overspeed trip may be offered. Both types shall be equipped with a pair of contacts which close on operating of the trip. If the device is belt driven, at least two belts shall be provided and the drive shall be capable of carrying full load with one belt removed.

9.8 The set shall be arranged such that on shut-down the cooling water temperature

shall not rise with residual heat so that the high water temperature lock-out operates (Section 23.1 (4) (a)).

9.9 The engine shall be naturally aspirated as indicated in Schedule No. 1. 9.10 Starting shall be by means of electricity supplied from a starter battery. The starter

motor shall be of the axial type, de-energised by a device operated from the engine. 9.11 Suitable means shall be provided for turning by hand the engine main shaft and the

associated generator to facilitate inspection and overhaul. A means of manual starting is to be provided as indicated in Schedule No. 1.

EDE/064/SG EDSON ENGINEERS

20 Generator Installations Nakuru County Offices

TS5

9.12 The engine shall be capable of being started from any crank position. 9.13 A thermostatically controlled 240 - volt immersion heater may be fitted in the engine

lubricating oil sump to facilitate starting. The heating surface loading of any lubricating oil heater(s) shall not exceed 0.015 watt per sq. milimetre to avoid carbonisation of the oil.

9.14 An efficient exhaust silencer with adequate draining facilities shall be supplied, and as indicated in Schedule 1 shall be installed in the generator house with the exhaust discharge into the steel chimney. The exhaust silencer shall be so arranged that it may be readily relocated if required.

10. FUEL STORAGE TANK

10.1 A three-way cock shall be fitted in the line from the tank to the engine to enable fuel

to be supplied from a source other than the fuel tank. The position of the cock shall be clearly marked "TANK", "OFF" and "AUXILLARY".

10.2 The daily service fuel tank shall be equipped with a clearly visible plastic tube fixed

vertical on its side to enable the level of the fuel in the tank to be seen readily. In addition to that it shall be supplied with drain, vent, overflow and inlet and outlet connections.

11. ENGINE INSTRUMENTS

11.1 The following instruments shall be provided: 1) A lubricating oil pressure gauge 2) A tachometer 3) A water thermometer 4) An exhaust gas pyrometer or thermometer mounted near the manifold.

5) Lubricating oil thermometers on the inlet to and outlet from the engine, when a lubricating

oil cooler is fitted. 12. COOLING SYSTEM

12.1 The engine shall be both air cooled and water cooled as indicated in Schedule 1.

EDE/064/SG EDSON ENGINEERS

21 Generator Installations Nakuru County Offices

TS6 13. AIR COOLING OF ENGINE

13.1 Cooling air for the engine and lubricating oil shall be provided by fan(s) mechanically

driven from the engine. The cooling system shall be adequate for the total requirements of the engine when running on continuous full load and on 10% overload for one hour in accordance with BS 5514 and under the conditions of Section 5.

13.2 The engine shall be so designed that the cooling air discharges into or is drawn

through a reasonable airtight ducted assembly enclosing the lubricating oil cooler, the cylinder barrels and the cylinder heads of the engine.

This assembly shall terminate in a flanged outlet to which trunking shall be readily attached, to enable hot air from the cooling system to be ducted and discharged outside the building together with exhaust.

Belt driven fans shall have at least two belts and the drive shall be capable of transmitting the full load with one belt removed. The cooling air temperature shall be controlled so as to maintain a safe working temperature of the cylinder head(s) and the engine shall shut down if the maximum is exceeded (see section 22.1 (4) (b)).

14. WATER COOLING OF ENGINE

14.1 A radiator of the air blast type shall be provided. It shall either have separate section

for water and for lubricating oil or be arranged for jacket water cooling only. 14.2 Belt driven fans shall be provided with at least two belts and the drive shall be capable of transmitting the full load with one belt removed. 14.3 Circulation of the jacket water and lubricating oil through the respective radiator

sections and/or heat exchanger shall be by means of pumps mechanically driven by the engine. Belt driven pumps shall be provided with at least two belts and the drive shall be capable of transmitting the full load with one belt removed.

14.4 An easily visible flow indicator provided with contacts shall be fitted in the water outlet

from the engine; the contacts shall close in the 'no-flow' condition and shut down the set.

Alternatively in thermosyphon systems and scaled or pressurised radiator systems the flow indicator may be dispensed with providing the engine shuts down by the operation of the high temperature or low oil pressure safety devices in accordance with Section 22.1.

14.5 A thermostatically controlled diverter valve shall be inserted in the engine water

discharge pipe with a return to the circulating pump section, to maintain the circulating water at the optimum temperature irrespective of load. Alternatively a thermostatic by-pass will be accepted.

EDE/064/SG EDSON ENGINEERS

22 Generator Installations Nakuru County Offices

TS7

14.6 A radiator makeup/expansion tank, fitted with float control inlet shall be provided. If a

sealed or pressurised unit is offered the tank may be dispensed with. 14.7 Where indicated in Schedule 1 provision shall be made on the radiator framework to

permit the attachment of ducting for the discharged air. 14.8 A thermometer shall be mounted near the cylinder head(s) to indicate water

temperature. Where a lubricating oil cooler is fitted, inlet thermometers shall be mounted at the oil to and outlet from the engine. Alternatively, thermocouples may be provided at all thermometer positions and taken out to an instrument panel.

14.9 Adequate drains shall be provided at low points in the water and lubricating oil

systems of the radiator and, where applicable, of the heat exchanger. 15. ALTERNATOR AND EXCITER

15.1 The alternator shall be directly coupled to the engine and be sized such that it will

accept the maximum output of the engine including overload. 15.2 Where the alternator is of the rotating armature type a slipring shall be provided for

the neutral. 15.3 The alternator shall be capable of operating within the range of + 5% of the nominal

voltage according to the setting of the automatic voltage regulator. 15.4 Three-phase machines shall be star connected, and a diagram showing the terminal

markings and phase rotation shall be provided in the terminal box. Cables connecting the machine winding and machine terminals shall not have a higher derating factor for temperature than the windings.

15.5 Machines shall be both clean protected and drip proof. Overall drip proof covers will

be accepted. 15.6 The insulation shall comply with BS 2757 excluding Classes Y and A. The insulation

shall have an oil, moisture and fungus proof finish, with a surface which will not retain dust or condensation, it shall be possible to put the set in service after long periods, in unheated storage without the necessity for drying up the insulation.

15.7 The alternator shall be capable of withstanding a short circuit for three seconds when

under the control of the automatic voltage regulator. 16. EXCITATION

Alternators using exciters with commutators shall be designed for an excitation voltage of full load of not less than 50 volts unless prior approval is given.

16.2 Where rotary exciters are fitted they may be direct coupled or driven by Vee-belts or chains. The speed of belt or chain driven exciters shall not be within 5% of a multiple of the alternator speed. Vee belt drive shall have at least two belts and shall operate Satisfactorily if one belt is removed. Special attention shall be given to ensure satisfactory commutation, brush life and freedom from voltage drift. The neutral and running, positions of the brushes shall be clearly marked.

EDE/064/SG EDSON ENGINEERS

23 Generator Installations Nakuru County Offices

TS8

16.3 If static excitation and/or control system are offered, a description of the equipment

and method of operation shall be submitted for approval. 17. ELECTRICAL CONTROL PANELS

A control panel shall be provided to accommodate the following:

1) An automatic voltage regulator 2) A hand field regulator and a 'HAND AUTO' switch 3) An alternator field switch 4) Meters (Section 21) 5) A neutral earthing link 6) A change - over - Contactor

18. AUTOMATIC VOLTAGE REGULATOR

The automatic voltage regulator shall be of a type which will maintain its adjustment for long period without attention. It shall be provided with an adjustment for setting the level of the controlled voltage to within + 5% of the nominal voltage.

19. HAND FIELD REGULATOR

19.1 The hand field regulator shall give stable control of the voltage from 90% of the

normal voltage at no load when cold to normal voltage at 10% over-load when hot, under the specified operating conditions.

If a static excitation system is offered which does not permit the use of a hand field regulator this shall be stated in the Tender together with performance details.

19.2 If the hand field regulator must be left in a precise position when the set is under the

control of the automatic voltage regulator then this position shall be clearly marked. 20. METERS

The following meters shall be provided. They shall comply with BS.89, Table 7. 1) One maximum demand ammeter in each line 2) One voltmeter and a selector switch to read line to line and line to neutral

voltages. 3) A frequency meter 4) A field ammeter 5) Maximum KVA meter and Kilowatt hour meter.

EDE/064/SG EDSON ENGINEERS

24 Generator Installations Nakuru County Offices

TS9

21. AUTOMATIC STARTING PANEL

21.1 Automatic starting panel shall be provided which shall contain all necessary

equipment for controlling the automatic starting and stopping of the set, lubricating oil priming (if necessary), auxiliaries, fault warnings and shut-downs. All faults, warnings and shut-downs shall be separately indicated. There shall be test facilities for indication lamps etc., preferably by means of a single test button.

21.2 Means shall be provided for isolating all supplies to the starting panel either by an

isolating switch or by withdrawable fuses. For external use, a 24 volt battery supply from fused outlet terminals shall be provided only when the engine is running and in service (see Section 28.3).

21.3 The starting and control circuits shall be rated at 2 amps at the control circuit voltage. 21.4 A selector switch shall be fitted having three positions as follows:

1) 'Local' In this position it shall be possible to start and stop the set by push buttons mounted on the panel.

2) 'Remote' In this position the set shall be capable of being started and stopped from a remote circuit.

3) 'Off' In this position all the automatic features shall be inoperative. 21.5 When the set is stopped other than under lock-out conditions it shall be self resetting,

ready for the next start. 21.6 In the 'Off' position (Section 2.4 (3)) or with the automatic equipment disconnected,

the set shall be suitable for starting by manual means, e.g. by cranking or direct operation of the starter solenoid.

21.7 All switches and push buttons shall be clearly marked to indicate their function. 21.8 It shall be possible to operate the “Start and Stop” buttons and the three-position

switch and to see the “Set Failure” indications without opening the panel doors. 22. AUTOMATIC CHANGEOVER CONTACTOR UNIT

22.1 Where the functional requirements (see Section 6) indicate the set is to be used for

automatic standby or mains failure duty a contactor unit shall be provided which on failure of the normal electricity supply will automatically initiate the starting of and effect the transfer of load to the standby generator. The unit shall be incorporated in the Automatic Starting Panel (see Section 21).

22.2 Where failure of the normal supply is referred to, it shall be defined as the complete

loss of voltage or the falling below 85% of the normal voltage between any two lines or line and neutral.

EDE/064/SG EDSON ENGINEERS

25 Generator Installations Nakuru County Offices

TS10

22.3 The power circuit shall consist of two contactors feeding the distribution branch to

which the load will be directly connected. One contactor shall control the normal Supply, the other the standby supply, they shall be electrically and mechanically

interlocked so that they cannot both be closed at the same time. 22.4 On the failure of the normal supply (Section 22.2) the unit shall operate in the

following manner:-

1) After a delay, adjustable from 0 to 5 seconds (to avoid operation by a transient dip in voltage) a signal shall be given to start the standby generating set.

2) On receipt of a signal from the standby generating set that it is ready to take the load, and providing that the failure of the normal supply still persists, the normal supply contactors shall open and the standby contactor shall close. If the normal supply has been restored before the changeover has taken place, the contactors shall not operate and the starting relay contacts shall open to initiate the shutting down of the standby generating set.)

22.5 When the standby supply is in operation and the normal supply is restored and

remains within 10% of rated voltage on all phases for a pre-set time (adjustable upto to 30 seconds) the standby contactor shall open and the normal supply contactor shall close; the starting relay contacts shall then open to shut down the standby generating set.

22.6 Provision shall be made so that automatic return to normal supply can be prevented

if required (Section 22.9 (s). 22.7 Once a start signal has been sent to the standby generating set the engine starting

sequence shall be allowed to continue until the set is ready to take the load before a stopping signal is sent.

22.8 By the additional external connections the following facilities shall be available:-

1) Remote starting of the standby generating set and transfer of the load to it. 2) Restoration of the normal supply on failure of the standby generating set.

22.9 Each switch shall be labelled with its duty and each position shall be marked. The

following switches shall be provided and fitted:-

1) A Contactor Control Switch with make before break contacts and 'Hand'

and 'Auto' positions. In the 'Hand' position the unit shall be controlled by the 'Contactor Hand Control Switch' (Section 23.9 (2). In the 'Auto' position the unit shall operate automatically irrespective of the position of the 'Contactor Hand Control Switch'.

2) A Contactor Hand Control Switch with 'Standby' and 'Normal' positions.

This switch shall enable either contactor to be closed when the 'Contactor Control Switch' is in the 'Hand' position.

EDE/064/SG EDSON ENGINEERS

26 Generator Installations Nakuru County Offices

TS11

3) An Auto Return Switch having 'On' and 'Off' positions. In the 'On' position

the return to normal supply shall be automatic when the normal supply is restored. In the 'Off' position the standby supply contactor shall remain closed when the normal supply is restored.

4) Contactor By-Pass Switches shall be provided to enable the essential load

circuits to be served direct from the normal supply to enable the generator and/or the control equipment to be serviced. The by-pass switches shall be provided with a suitable and conspicuous label warning against leaving the generator in the disconnected position.

22.10 Indicating lamps or illuminated panels shall be provided on the front of the panel.

They shall be appropriately labelled, easily visible and shall give the following information:

'Normal Supply Available' 'Standby Supply Available' 'Normal Supply in Use' 'Standby Supply in Use'

22.11 A push button labelled 'Test' shall be provided to enable a failure of normal supply to

be simulated. If the button is pressed and released the equipment shall complete the starting sequence, and when the set is ready to take load it shall be shut down. If the button is held depressed the equipment shall change over to the standy supply when the set is ready to take load.

22.12 The control circuit supply will be either 12 volts d.c. or 24 volts d.c. depending upon

the starting battery and charger (see section 28).

No current shall be drawn from the control supply when the unit is accepting the normal power supply.

22. LOCK-OUT

23.1 The set shall stop and lock out to prevent further starting when:

1) It fails to start when the electric starter motor has been in operation for 20 seconds under automatic start conditions;

2) The lubricating oil pressure falls to a value at which it would be unsafe to continue

running the engine; 3) The cooling water does not flow, where the engine is fitted with a visible flow

indicator on the cooling water system. 4) a) in water cooled engines the cooling water temperature exceeds a predetermined limit b) in air cooled engines the cylinder head temperature exceeds a safe maximum 5) The overspeed trip has operated. 23.2 Failure of the circuits concerned in sub-sections 23.1(2) to 23.1(5) shall not cause a

set to shut down.

EDE/064/SG EDSON ENGINEERS

27 Generator Installations Nakuru County Offices

TS12

24. FAULT INDICATION

Each lock-out detailed in Section 23.1 shall be indicated by a lamp on the panel together with an indication of the fault causing the shut-down. The fault warning lights shall be set to operate before the lock-out.

25. LOCK-OUT REMOTE INDICATION CIRCUIT

Where indicated in Schedule 1, an auxiliary circuit suitable for 2 amps 50 volts d.c. and 1 amp 250 volts a.c. shall be provided with a contact which is open when the set is available and closed when it is locked-out. This lock-out circuit shall be connected to terminals for the connection of external wires to provide remote indication of lock-out.

26. LOCK-OUT RESET

Reset of the lock-out shall be by hand.

27. FIRE SERVICE TERMINALS

27.1 Where indicated in Schedule 1 an emergency stop circuit shall be provided with

terminals marked FS1 and FS2. These terminals shall be initially fitted with a link and are for optional connection to a remote fire switch. Opening of this circuit shall stop the set if it is running, and as long as the circuit remains open the set shall be incapable of being started by 'Hand' or 'Automatic' control. This circuit shall be self-resetting so that the set is available for automatic starting when the circuit is restored.

27.2 Terminals shall be provided in the battery circuit for optional connection to a fire

service battery switch. Opening of this switch shall isolate the control circuits from their supply.

28. STARTING BATTERY AND CHARGER 28.1 The battery shall be either 12 or 24 volts and capable of withstanding the loads

imposed upon it by its specified duties. It may be of lead-acid or alkaline type and shall be of sufficient capacity for four starts in succession once in an eight-hour period. Auxiliary circuits connected to the battery shall be protected by fuses.

28.2 The battery shall be used to supply any automatic starting and control equipment,

and relay operation shall not be impaired when the battery is supplying current to the starter motor.

28.3 A single phase supply for battery charging shall be available from the set when it is in

service, and where circumstances permit, from an external supply (Section 17(9).

A charger shall be provided which will recharge the battery after engine starting and maintain it in a charged condition when the set is standing or is in service. It shall also supply the load of any automatic starting and control equipment, and any additional load upto 24 volts level when the set is running and in service. An alternative quick charge rate shall be provided. The charger shall be fitted with an ammeter to measure the charge and discharge current excluding the starter motor current.

EDE/064/SG EDSON ENGINEERS

28 Generator Installations Nakuru County Offices

TS13 9. WIRING

Power cables and small wiring cables interconnecting major components shall be of the heat and oil resistant type and shall be metal sheathed or run in metal ducts or metal conduit, which shall be flexible where appropriate. All cabling and small wiring shall be coded and terminated with lugs or be soldered; the terminations shall be clearly marked with the numbers and letters of terminals to which they are connected. Terminals shall be numbered or lettered, easily accessible and fitted with individual insulating barriers or adequately spaced barriers shall be fitted to separate control terminals from power wiring terminals.

30 EARTHING AND EARTH FIELD

30.1 All metal work housing electrical equipment shall be bonded to a brass earthing

terminal of not less than ISO bolt M10. 30.2 Where indicated in Schedule 1 an earth field is to be provided suitable for

requirements. 31 CONTACTORS

Contactors shall have magnetic circuits designed for a.c. or d.c. operation and shall be rated in accordance with BS 775 for Uninterrupted Duty and Utilization Category AC4. Four-pole contactors shall be fitted for three-phase equipment and two-pole contactors for single phase equipment. Main and auxiliary contacts shall be silver faced or better.

32 RELAYS

32.1 Relays shall preferably be of the sealed type mounted in approved plug-in bases with

spring loaded retainers but if this is not practicable they shall be mounted on individual sub-bases and wired so that easy access is obtained to soldered connections. Unsealed relays shall be enclosed in individual or common dust protecting cases.

32.2 Time delays, if of the pneumatic type, shall operate on filtered air. The thermal type

of time delay relay will not be accepted.

33. FUSES

Fuses shall comply with BS 88, category of duty AC 46, fusing factor class A1. A spare fuse cartridge for each pole shall be mounted inside each equipment.

34. RECTIFIERS AND CAPACITORS.

34.1 Rectifiers and capacitors shall be suitable for any transient voltages likely to be

encountered during the operation of the equipment and for the internal operating temperature of the enclosures at the specified maximum external ambient temperature.

34.2 Electrolytic capacitors will not be accepted unless approved for a specified purpose.

EDE/064/SG EDSON ENGINEERS

29 Generator Installations Nakuru County Offices

TS14 35. ENCLOSURES FOR ELECTRICAL AND CONTROL EQUIPMENT

Enclosures for electrical and control equipment shall be drip proof and dust protecting, with adequate front and rear access as necessary for maintenance and repair. Special attention shall be given to the method of construction and to the mounting of the components to minimize the effect of vibration. Diagrams of connections in durable form shall be mounted inside the enclosures.

36. GUARDING

All live and moving parts shall be adequately guarded to prevent injury to personnel.

37. INFORMATION PLATES

A non-ferrous metal rating plate shall be fixed on the front of the alternator control panel door, giving the following information:

Continuous output KW at 0.8 p.f. Voltage V-phase - wire Frequency Hz Speed rev/min Control Supply v.d.c Maker's Serial Number

38. DANGER PLATES

Since this set is automatically started a reversible plate 250 x 250 mm shall be fixed by screws in a prominent position on each side of the set. One side of the plate shall be blank and painted the same colour as the set; the other side of each plate shall be signal red (BS 2660, colour 0-006) with the following inscription in white.

DANGER

THIS MACHINE IS AUTOMATICALLY CONTROLLED DO NOT WORK ON IT UNTIL

STARTING EQUIPMENT IS ISOLATED OR DISCONNECTED AND CAUTION

NOTICES ARE DISPLAYED

39. TROPICALISATION OF COMPONENTS

All components shall be fully tropicalised and protected against mould growth.

40. FINISH

40.1 All ferrous metal works shall be either painted or processed to give a rust proof

coating. 40.2 Ferrous metal work to be painted shall first be either shot blasted or thoroughly wire

brushed to remove all scale and oxide and immediately given one brushed coat or two sprayed coats of primer. After not less than 4 hours, one brushed or two sprayed undercoats followed by one brushed or two sprayed finishing coats of heat and oil resisting quality paint shall be applied

EDE/064/SG EDSON ENGINEERS

30 Generator Installations Nakuru County Offices

TS15

40.3 Successive coats of paint shall be of slightly differing shades. Interior surfaces of

electrical equipment enclosures shall be finished white and all external surfaces shall be finished grey (BS 2660, colour 9-097). Engine crank cases shall not be painted internally unless the paint is resistant to the lubricating oil.

41. MAINTENANCE MANUAL

41.1 Upon Practical completion of the Works the Contractor shall furnish to the Engineer

four copies of a Maintenance Manual relating to the installation forming part of all of the Works.

41.2 The Manual shall contain full operating and maintenance instructions for each item of

equipment, plant and apparatus set out in a form dealing systematically with each system. It shall include as may be applicable to the Sub-Contract Works the following and any other items listed in the text of the Specification hereinafter.

1) System Description 2) Plant 3) Valve Operation 4) Switch Operation 5) Procedure of Fault Finding 6) Emergency Procedure 7) Lubrication Requirements 8) Maintenance and Servicing Periods and Procedures 9) Colour coding Legend for all Services 10) Schematic and wiring Diagrams of Plant, Apparatus and switchgear. 11) Record Drawings, true to scale, reduced to International A4 size. 12) Lists of Primary and Secondary Spares.

41.3 The Manual is to be specially prepared for the Contract Works, and Manufacturers'

standard descriptive literature and plant operating instruction cards will not be accepted for inclusion unless exceptionally approved by the Engineer. The

Contractor shall, however, affix such cards, if suitable, adjacent to plant and apparatus. One spare set of all such cards shall be furnished to the Engineer.

41.4 Manuals shall be printed on good quality paper preferably International A4 size and

shall have stiff covers of durable material. The maker's name and the rating of the set shall appear on the front covers.

42. DRAWINGS

The Contractor shall provide to the Architect four sets of the following drawings:-

1) Where indicated, a building drawing showing details of cable entries, pipe

entries and ducts required, and the exhaust system. 2) A general arrangement drawing showing the principal dimension and weight

of the set. 3) A general arrangement of the diesel engine.

EDE/064/SG EDSON ENGINEERS

31 Generator Installations Nakuru County Offices

TS16

4) A general arrangement of the alternator and exciter showing terminal

markings, polarity and phase rotation. 5) A general arrangement of the electrical control panel(s). 6) A schematic and wiring diagram of the electrical control panel(s).

43. WORK TESTS

43.1 The set shall be tested as a unit at the manufacturers works (or else where by

agreement) for output and performance generally in accordance with the requirements of BS 649 and BS 2613. The Engineer shall be given adequate notice in writing of the date and time of the works tests and he, or his representative shall if he so desires, he present at such tests and be given all reasonable facilities for his own inspections during the course of the tests.

43.2 Whether or not the Engineer or his representative attends the tests, he shall be

furnished by the Contractor with copies of all relevant test certificates. 44. COMMISSIONING

44.1 The Contractor shall include for fully commissioning the set and its control equipment and, for the purpose of the required tests, shall provide all necessary instruments, tools, fuel and lubricating oil.

44.2 The following tests and checks as applicable shall be carried out by the Contractor in the presence of the Architect or his representative.

1) Check that the main frame is level in all directions, Engine and generator

shafts are in proper alignment and the vibration absorbing devices are properly installed and located.

2) Check water and sump oil levels and that the water jacket and radiator

heaters (if fitted) are in working order. 3) Check the battery electrolyte level and the specific gravity. 4) Examine the containers in which the fuel and lubricating oils were delivered

and check that the types and grades of oils are as recommended for the units.

5) Ensure that sufficient fuel oil is in the tank for a two hours test run. 6) Check that all radiator and engine block water drain points are free from

sludge and other blockages. 6) Check engine bolts, main drive coupling, valve clearances, fuel pump

settings, governor settings, pipe line connections, water hose, exhaust couplings, flexible pipework etc., and where a separate cooling water tank is fitted, that the water level is satisfactory and the ball valve and over flow work.

EDE/064/SG EDSON ENGINEERS

32 Generator Installations Nakuru County Offices

TS17

8) Check all outgoing connections on the generator and at the control panel. All

lugs for principal connections shall have clean and bright contact surfaces. A suitable abrasive material shall be used where necessary.

9) Check access panels and doors for proper opening and closing and for the

functioning of any interlocks fitted. 10) With the set isolated from the main supply and the selector switch in the

'manual' position, start the engine by means of the 'start' push button and allow it to run upto normal speed. Check that during the time the engine starter motor is in operation, the mains battery charger is automatically switched off to avoid its being overloaded by the reduction in voltage across the battery. Where a battery charging dynamo is fitted, Check that the main battery charger is disconnected by the operation of the auxilliary Sub-Contactor during the time the engine is running.

11) Check instruments and gauges for normal operation and response and that

the generator voltage is being maintained within the prescribed limits, making due allowance for no load conditions. Compare the reading of the frequency meter with that of the engine tachometer, where both are fitted.

12) Stop engine by turning selector switch to 'off' position and verify that

generator contactor opens at between 95%. and 85% of normal voltage. Re-check water and oil levels.

13) Turn selector switch 'to auto' position. Disconnect the sensing circuit supply

and check that the set starts, the mains contactor opens, and the generator contactor closes in correct order. Reconnect the sensing circuit to verify that the Engine stops on the restoration of the mains supply and the contactors operate correctly.

Check voltage sensing and time delays on each phase in turn and also that the push buttons for mains failure simulation and Engine stopping operate correctly.

NOTE: Running of the engine for any length of time under no-load conditions is undesirable and tests calling for such operation should be carried out in as short a time as possible consistent with thoroughness.

14) Operate the necessary isolators and switches to put the set on standby for

the essential services network with the selector switch in the ‘Auto' position, and using the mains failure simulation push, verify that the set operates correctly with the appropriate time delay for taking up load and that the carrying of the load and its distribution over the three phrases are satisfactory.

15) Run the set at various loads for periods totalling at least 30 minutes. Check

the voltage and current in each phase in turn and that the voltage and frequency are being maintained within the required limits with large alterations of loads.

EDE/064/SG EDSON ENGINEERS

33 Generator Installations Nakuru County Offices

TS18

Note the rate of charge on the dynamo ammeter with the engine running (if a dynamo is fitted) and the rate of charge on the battery charging ammeter with the engine stopped. Check against manufacturer's recommendation and adjust charging rates if necessary.

16) Check the operation of the turbo-charger unit (if fitted) and the colour of the

exhaust gas at various loads.

17) Check that the various engine safeguards operate satisfactorily. 18) Check the vibration absorbing devices for proper operation and that the

performance of all flexible connections both mechanical and electrical, are satisfactory.

19) When all tests are satisfactory and agreed with the Architect or his

representative, the lubricating oil and water levels shall be finally checked, the fuel oil tank replenished and the set left in normal operating order.

20) An initial supply of all lubricating oils and greases shall be provided by the

Contractor.

21) Additional lubricating oil shall be provided for recharging the engine sump once together with a supply of lubricating oils and greases to cover the normal use and servicing of the set during the 12 months maintenance period referred to in section 47.

45. SPARE PARTS

The Contractor shall submit with his tender a separate priced list of spare parts, including any optional extras which he recommends should be purchased for the set and its control equipment and which are not supplied as standard with the unit.

46. TOOLS

A complete set of tools and general and special testing equipment shall be provided, including grease and oil guns, necessary for the normal maintenance of the set and its controls. The tools shall be of the best quality, the spanners being of chrome vanadium steel and shall be contained in a suitable robust steel tool box with lid fitted with a lock and two keys. All tools and testing equipment may be used by the Contractor in the execution of the Contract works but will not be accepted as part of the Contract works unless they are handed over in clean and undamaged condition, in perfect working order and effectively in new condition.

47. MAINTENANCE

47.1 The Contractor shall maintain the complete set and associated control equipment

forming the unit for a period of twelve calender months from the date that the unit is put into commission and regular use.

EDE/064/SG EDSON ENGINEERS

34 Generator Installations Nakuru County Offices

TS19

47.2 During the maintenance period, the Contractor shall at his own expenses:-

1) Make good any defects in the unit and replace any parts that fail or show signs of weakness or undue wear in consequence of faulty design, workmanship or materials on notification of the defect.

2) Visit the site and with all diligence attend to any such defect that arises within

48 hours of receiving notification of the defect. 3) Carry out regular examination and serving of the unit at the intervals laid

down by the manufacturer or every three months, whichever is the sooner; the service examination to include all necessary adjustments, greasing, oiling, cleaning changing of lubricating oils to keep the unit in sound and efficient working order.

4) Instruct the maintenance personnel in the proper operation, care and

maintenance of the set and it's equipment. 47.3 If during the maintenance period the unit is or is likely to be out of use for a period

greater that 48 hours, due to the unit or part thereof developing a defect attributable to faulty design, workmanship or materials, or due to neglect of maintenance by the

Contractor, the Contractor shall at his own expense immediately provide and install on free loan a suitable temporary unit for use until the required repair or replacement has been satisfactorily undertaken and the original set (or its replacement) put into proper working order.

47.4 At the end of the twelve months period of maintenance the Contractor shall (in

addition of the normal servicing work) carry out a comprehensive examination and test of the set and its auxiliaries, including the checking of the operation of controls and safeguards, to ensure that the unit is in proper working order and in satisfactory condition for handing over to the client whose representative shall be present at such examination and test.

EDE/064/SG EDSON ENGINEERS

35 Generator Installations Nakuru County Offices

PART C:

APPENDICES TO

TECHNICAL SPECIFICATIONS

EDE/064/SG EDSON ENGINEERS

36 Generator Installations Nakuru County Offices

SUPPLY INSTALLATION OF 80 KW @ 0.8pf SOUND-PROOFED STANDBY GENERATOR SET APPENDICES TO TECHNICAL SPECIFICATIONS

ITEM CONTENTS

1. Appendix 1: Information to the Tenderer 2. Appendix 2: Information to be supplied by the Tenderer 3. Appendix 3: Data for the Tenderer 4. Appendix 4: List of tools to be supplied with Each Set 5. Appendix 5: List of Spare Parts and Lubricants to be supplied with Each Set 6. Appendix 6: Earthing 7. Appendix 7: Drawings, Literature, Manual 8. Appendix 8: Warranty of Set 9. Appendix 9: Foreign Currency 10. Appendix 10: Annual Maintenance 11. Appendix 11: External Fuel Tank 12. Appendix 12: Hot Air Ducting

EDE/064/SG EDSON ENGINEERS

37 Generator Installations Nakuru County Offices

AP1 APPENDIX NO. 1: INFORMATION TO THE TENDERER

SPECIFICATION FOR SUPPLY AND INSTALLATION OF 80KW @ 0.8pf SOUND-PROOFED STANDBY GENERATOR SET

INFORMATION TO THE TENDERER

Section Item Requirements

5. Operating Conditions:-

5.1 Site (address and details) Nairobi County.

5.2 Altitude 1850 m asl 5.3 Temperature range humidity As stated in Part E, Technical Specifications to operate in unheated building 5.4 Dust conditions if not as stated 6 . Functional requirements Automatic Mains failure 7. Performance 80 KW @ 0.8 pf

415/240V, 3-Phase ON SITE.

8.1 Set arrangement

Weather proof roof and removable side panels Required

9.2 Remote governor control Electronic governor required 9.9 Aspiration Natural 9.11 Manual starting for sets larger than 35 kW Required 9.15 Silencer

Details of additional pipework and fittings if required Required 10.1 Daily service tank Required

EDE/064/SG EDSON ENGINEERS

38 Generator Installations Nakuru County Offices

AP2

APPENDIX No. 1 (Contd)

_________________________________________________________________________ Section Item Requirements

_________________________________________________________________________ 10.2 Manual transfer pump Required 10.3 Fuel storage tank (external) Required 10.4 Fuel jettison cock, fuel tank 11 Engine Instruments Required. Details if not as stated 12. Cooling system Water/Air 14.2 Water cooling Radiator mounting On engine 14.8 Provision for hot air ducting Required 17. Electrical control panel 18. 17(1) main switch Circuit breaker 17(2) provision for parallel running Not required 17(4) alternator field circuit Switch 17(10) "exciter" Not required 20(5) Kilowatt meter Required 25. Lock-out remote indication circuit Required 26.1 Service terminals Required 30(2) Earth field Required 42(1) Building drawings, as comments Required

to issued drawings.

EDE/064/SG EDSON ENGINEERS

39 Generator Installations Nakuru County Offices

AP3

APPENDIX NO. 2 FOR SUPPLY AND INSTALLATION OF 80KW @ 0.8pf SOUND-PROOFED STANDBY GENERATOR SET

INFORMATION TO BE SUPPLIED BY THE TENDERER _________________________________________________________________________Item Details

________________________________________________________________________. Diesel Engine

Make and type

Bore

Stroke

Net continuous rating in HP (B.S. 5574)

a) at sea level

b) on site

Speed:

Year this type put into service

Total number sold

a) World wide b) in East Africa c) in Kenya

Supercharger: make and type number in use

Thermometers: make and type

Air cooling:-

Quantity of air required

details of ducting required

Water cooling:-

details of water cooling circuits

EDE/064/SG EDSON ENGINEERS

40 Generator Installations Nakuru County Offices

AP4

APPENDIX No. 2 (Contd)

_________________________________________________________________________

Item Details

________________________________________________________________________ Radiator: make and type

length breadth height

Heat exchanger: make and type

Aspiration

Quantity of air required

2. Auxiliaries

Lubricating oil circuits Filters Coolers Primary pumps Tachometer and drive Governor Special cold start devices Running hours meter Safety devices:- High temperature

Low pressure (lubricating oil) Cooling water flow trip

Over speed trip

Speed sensing devices

Lubricating oil thermometers:-

Number

position(s)

Water thermometer:-

position

Starting battery and charger

EDE/064/SG EDSON ENGINEERS

41 Generator Installations Nakuru County Offices

AP5

APPENDIX No. 2 (Contd)

Item Details

_________________________________________________________________________ 3. Lubrication

Recommended oil(s)

4. Alternator and Exciter

Make and type Bearings

Insulation (B.S. 2757)

Quantity of cooling air required

5. Electrical Control Panel

Automatic voltage regulator:

make and type

where mounted (if not on panel)

Control circuits and wiring diagrams Relays:-

make and type

method of delayed operation

Meters: make and type

Circuit Breaker: make and type

6. Automatic Changeover

Contactor Unit

Dimensions

Type and control switches

EDE/064/SG EDSON ENGINEERS

42 Generator Installations Nakuru County Offices

AP6 APPENDIX No. 2 (Contd)

_________________________________________________________________________

Item Details

_________________________________________________________________________ Current drawn from

control supply under

standby conditions

Type of mounting

Contactor: make and type Relays : make and type Fuses : make and type

7. Performance Data

Fuel consumption Rated Output % Fuel Consumption L /hr

110

100

75

50

8. Exhaust Fans

Type

Rating

9. Generator Set

Full Length mm

Width mm

Height mm

Weight Kg

EDE/064/SG EDSON ENGINEERS

43 Generator Installations Nakuru County Offices

AP7 SUPPLY AND INSTALLATION OF 80 KW @ 0.8pf SOUND-PROOFED STANDBY GENERATOR SET

APPENDIX NO. 3 - DATA FROM THE TENDERER

1. Initial sound level measured in accordance dBA

with the N.E.M.A. standards (Must be less than 60 dBA at 1m) 2. Means of vibrations dampers mounted on the

generator set to prevent vibrations to be transferred from the generator set to the building

__________________________________________________________________

___________________________________________________________________

EDE/064/SG EDSON ENGINEERS

44 GENERATOR Nakuru County Offices

AP9

APPENDIX NO. 4 LIST OF TOOLS TO BE SUPPLIED WITH EACH SET

The following tools shall be handed over to the Client or Engineer before completion of the contract:-

Item

Description

Price KShs.

1.

Metal tool box with lock and keys

2.

Set of 8 No. Chrome vanadium ring spanners in sizes to suit the set

3.

Set of 8 No. Chrome vanadium open-ended spanners in sizes to suit the set

4.

Set of screwdrivers, 75 mm, mm and 300 mm plus one mm Philips type

5.

One set of feeler gauges

6.

One grease gun to suit greasing points

7.

One oil can, trigger type

8.

One Hydrometer and Plastic Filler bottle with pouring spout

Total carried forward to Price Summary Schedule.

The tenderer shall give below details of any special tools which he recommends should be purchased as an optional extra.

Item

Description

Price KShs.

Signed: (as in Tender) ___________________________________________________ Date: _________________________________________________________________

EDE/064/SG EDSON ENGINEERS

45 GENERATOR Nakuru County Offices

AP10 APPENDIX NO. 5 LIST OF SPARE PARTS AND LUBRICANTS TO BE SUPPLIED WITH EACH SET

The following items shall be handed over to the Client or Engineer before completion of the contract. These items shall not be used by the Sub-Contractor to carry out his normal maintenance.

Item

Description

Price KShs.

1.

Oil Filters - 3 Nos.

2.

Air Filters - 3 Nos.

3.

One injector to suit the set

4.

One set of fan belts comprising................................... belts

5.

One set of indicator bulbs comprising ......................... bulbs

6.

One set of indicator lenses comprising .............lenses

7.

One overhaul kit

8.

One set of fuses comprising ................................ fuses

9.

One litre drum of sump grade oil ................................

10.

One 2 kilogram tin of grease of grade .........................

11.

One 10 litre plastic container of distilled water

The tenderer shall give below details of any other spares which he recommends should be purchased as optional extra.

Item

Description

Price KShs.

Signed: (as in Tender) _____________________________________________________ Date: ___________________________________________________________________

EDE/064/SG EDSON ENGINEERS

46 GENERATOR Nakuru County Offices

AP11

APPENDIX NO. 6 EARTHING

Item

Description

Price KShs.

1.

Supply and install, for each set, 4 No. steel cored copper earth rods, 1 mm x 12 mm threaded for extension, connected by brass clamps to 30 metres of 25 mm x 3 mm copper earth tape laid in trenches of minimum depth 300 mm and fixed to the wall of the generator room with brass spacer bar saddles at 1 metre of intervals, connected to the station earth bar via a brass test clamp.

Total carried forward to Price Summary

Note: The earthing must be carried our strictly as above. Signed: (as in Tender) ___________________________________________________ Date: __________________________________________________________________

EDE/064/SG EDSON ENGINEERS

47 GENERATOR Nakuru County Offices

AP12

APPENDIX NO. 7- DETAILS OF DRAWINGS, LITERATURE, MANUALS

1. Details of Drawings, Literature, manuals etc. included with tender documents. 2. Time in weeks from acceptance of tender to delivery of equipment on site.

_______________Weeks 3. Time in weeks from acceptance of tender to commissioning of

set(s)._____________________Weeks

Signed: (as in Tender) ______________________________________________________ Date: ____________________________________________________________________

EDE/064/SG EDSON ENGINEERS

48 GENERATOR Nakuru County Offices

AP13

APPENDIX NO. 8 WARRANTY

The warranty period for the set and all its auxiliaries, from the date of commissioning, will be _________________ months (Note: A minimum of 12 months is required).

Signed: (as in Tender) _______________________________________________________

Date: ____________________________________________________________________

EDE/064/SG

EDSON ENGINEERS

GENERATOR Nakuru County Offices

AP14

APPENDIX NO. 9 - FOREIGN CURRENCY

State Foreign currency used in the pricing. Signed: (as in Tender) ____________________________________________________ Date: _________________________________________________________________

EDE/064/ SG EDSON ENGINEERS

50 GENERATOR Nakuru County Assembly

AP15

APPENDIX NO. 10 - ANNUAL MAINTENANCE Cost of Annual Maintenance shall be Kshs. _______________ per year. Signed: (as in Tender) ____________________________________________________ Date: _________________________________________________________________

EDE/064/ SG EDSON ENGINEERS

51 GENERATOR Nakuru County Assembly

AP16

APPENDIX NO. 12 – HOT AIR DUCTING

Hot air-duct comprising:

1. Galvanized mild steel sheet 3mm thickness - 60 m2 2. Square hollow section tubes 50mm x 50mm, 3mm thickness - 62 m 3. Heat , resistant fibre glass - 30 m2 4. Allow for welding the metal and applying prime coat of paint - Item 5. 50mm x 50mm x 3mm weld mesh in front of ventilation duct - 3 m2

EDE/064/ SG EDSON ENGINEERS

52 GENERATOR Nakuru County Assembly

PART D

BILLS OF QUANTITIES

FOR 80KW @ 0.8pf STANDY GENERATOR

SET INSTALLATIONS

SUB-CONTRACT

EDE/64/16-GEN Edson Engineers

Page 1

ALL RATES TO INCLUDE 16% VAT

ITEM

NO. QTY UNIT RATE AMOUNT

KSHS

SUPPLY, DELIVER, INSTALL, TEST, &

COMMISSION THE FOLLOWING.

a Sound attenuated 80KW (standby), also indicate continous rating at sea level and site................................................ at 0.8pf with consideration of derating factor as per the altitude indicated in the specifications, 75dbA diesel engine generator set, rated 3 phase, 415V 50Hz @ 1500 rpm suitable for AMF operation as CAT C18-550

No. 1

b Engine exhaust system ducting and piping including support structure and setting out layout to architects/Engineer's approval

No. 1

cRadiator extract system to architects/Engineer's approved layout

No. 1

d AMF panel IP31 complete with 300A TP Automatic Load Transfer switch, Emergency load manager Module 300A TP load transfer contactors , KWH energy meter and all ancillary apparatus as per approved designed layout.

No. 1

e 3 position make before break Manual bypass switch for voltage stabilizer from AMF and in turn to the 95 mm2 SWA PVC 4 core copper cable to main LV board

No. 1

f 2.5mm2 x 2 core PVC control cable between LV switch board, generator set and Load transfer / AMF panel

Lm 120

g 95 mm square PVC SWA PVC 4C cable Lm 18

hCopper cable lugs and glands for 95mm

2

cableLot 1

gCable glands and lugs for control cable under Item F above

Lot 1

0

NAKURU COUNTY ASSEMBLY OFFICES - ELECTRICAL SERVICES

GENERATOR INSTALLATION

Total carried forward to next page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-GEN Edson Engineers

ALL RATES TO INCLUDE 16% VAT Page 2

ITEM

NO. DESCRIPTION QTY UNIT RATE AMOUNT

KSHS

B/F

a Supply and install daily service tank No. 1

bSupply and install control panel(s), (complete with ov/uv relays

No. 1

c Supply and install both manual and automatic fuel transfer pump plus the necessary piping to interconnect the daily service tank and the fuel storage tank

No. 1

d 2000 litres external fuel tank No. 1

eIntroduce external anti vibration dumpers to supplement the factory made ones

Lot 1

f Trenching, sifting and backfilling 750mm deep trench for laying of ducts including compaction from generator to Main LV

Lm 20

gTesting and Commissioning and any items necessary to complete the installation

Item 1

h Cost of tools capitalized for 5 years but only

carry annual cost to Summary of Tender Page

Item 1

i Cost of spares capitalized for 5 years but only

carry annual cost to Summary of Tender Page

Item 1

j Cost of earthing Item 1

k Cost of drawings and manuals Item 1

l Cost of annual maintenance Item 1

m 6 Kg automatic self breaking fire extinguisher No. 2

Total carried forward to summary page ……….

GENERATOR INSTALLATION

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-GEN Edson Engineers

SUMMARY OF TENDER PAGE

GENERATOR INSTALLATIONS

Total Brought Forward from :

: Page 2.…..……………………….…..………………….….KShs…………….…

Sub TotaI inclusive of VAT………………………………………Kshs…………........

TOTAL CARRIED TO FORM OF TENDER…………………....KShs…….

Name of Tenderer:............................................................................................

Address of Tenderer:........................................................................................

Signature and Stamp of Tenderer:..........................................Date: .....………............

NB: Drawings are part of tender documents.Rates to include VAT and other

relevant taxes

PROPOSED DESIGN AND SUPERVISION OF NAKURU COUNTY ASSEMBLY

OFFICES

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE SC

PROPOSED NAKURU COUNTY ASSEMBLY

CHAMBERS, OFFICES AND ASSOCIATED

FACILITIES.

VOLUME 2(Electrical Services)

SPECIFICATIONS & BILLS OF QUANTITIES FOR

2(c) Passenger Lift Installations

SUB-CONTRACT

Architects: Quantity Surveyor:

Scope Design Systems Obra International P.O. Box 10591 -00100 P.O. Box 3494 -00200 NAIROBI NAIROBI

Services Engineer Edson Engineers

P.O. Box 5647 - 00100 NAIROBI

OCTOBER 2016

EDE / 064/LI EDSON Engineers

LIFT 2 Nakuru County Offices

CONTENTS PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED FACILITIES Passenger Lift Installations Sub-Contract

PAGE NO.

FORM OF TENDER FT DEFINITION OF TERMS D1 - D2 NOTES TO TENDERERS N1 - N2 GENERAL CONDITIONS OF SUB-CONTRACT GC1 – GC6 SPECIFICATIONS FOR PASSENGER LIFT INSTALLATIONS LF1 – LF19 BILLS OF QUANTITIES BQ1 – BQ1 SUMMARY OF TENDER BQ2

FT

EDE / 064/LI EDSON Engineers

LIFT 3 Nakuru County Offices

FORM OF TENDER

TENDER FOR: PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED FACILITIES

LIFT Installations Sub-Contract

Nakuru County Assembly Offices P.O. Box 907 Nakuru, KENYA Dear Sir

1. I/We, the undersigned, offer to contract for the above sub-contract works in accordance with the attached Conditions of Sub-Contract, Specifications and Bills of Quantities for the sum of:

KShs…………………………………….

(in words) Kenya Shillings………………………………………………………………… …………………………………………………………………………………………………

2. I/We agree that our tender shall remain valid for 90 days from the date of opening the Sub-contract tender and shall not be withdrawn during this period.

3. I/We agree that you are not responsible for any expenses incurred by me/us in submitting this tender

4. I/We agree that you are not bound to accept the lowest or any other tender. Name & Address of Tenderer:…………………………………………………………….

Telephone:……………………………………………………………………………………. Signature of Tenderer:……………………………………………………………………...

Date:……………………………………………………………………………………………

Company Stamp:…………………………………………………………………………….

EDE / 064/LI EDSON Engineers

LIFT 4 Nakuru County Offices

Page D1 DEFINITION OF TERMS

The following words and expressions used in this document shall have the following meanings attached to them: Employer : Nakuru County Assembly Offices

P.O. Box 907 Nakuru, KENYA

Architect : Scope Design Systems P.O. Box 10591- 00100

Nairobi Services Engineer : Edson Engineers P O Box 5647 - 00100

Nairobi Quantity Surveyor: Obra International P.O. Box 3494 - 00200

Nairobi Main contractor : shall mean the firm or company appointed to carry out the project building works Sub-contractor : shall mean the firm or company appointed to carry out the sub-contract

works described in this document Works : shall mean the materials and the plant to be provided and labours to be

performed by the sub-contractor in fulfillment of the terms of this document and the sub-contract made for that purpose

Contract drawings : shall mean the drawings listed in or referred to in this document and

forming part of this document

m. : shall mean metre mm : shall mean millimetres mm2 : shall mean square millimetres k : shall mean kilo

EDE / 064/LI EDSON Engineers

LIFT 5 Nakuru County Offices

Page D2

DEFINITION OF TERMS

A. : shall mean amperes

V. : shall mean volts W. : shall mean watts Hz : shall mean Hertz or cycles per second PVC : shall mean polyvinyl chloride SWA : shall mean steel wire armoured S.P.& N. : shall mean single pole and neutral T.P.& N. : shall mean triple pole and neutral NO. or No. : shall mean numerical number dia. : shall mean diameter rpm : shall mean revolutions per minute KBS : shall mean Kenya Bureau of Standards

B.S. & B.S.C.P. : shall mean British Standard Specification

& British Standard Code of Practice

K.P.& L. : shall mean Kenya Power & Lighting Company Limited Ditto : shall mean in all respects as described in a previous item in the

bills of quantities

I.E.E. : shall mean the Institution of Electrical Engineers of the United Kingdom

L.V. : shall mean low voltage as defined by the 16th edition of the

I.E.E. wiring Regulations H.V. : shall mean high voltage as defined by the 16th edition of the

I.E.E. wiring Regulations

EDE / 064/LI EDSON Engineers

LIFT 6 Nakuru County Offices

Page N1

NOTES FOR TENDERERS

1. DOCUMENT CHECK Before submitting his tender, the tenderer is required to:

a) check that no page/s of this document is/are missing or illegible and to have this rectified

b) ensure that all ambiguities, doubts or obscure points in this document are cleared with the engineer.

No claims for alleged deficiencies in the information given in this document shall be considered at a later date.

2. ALTERATION TO THIS DOCUMENT Unauthorized alteration or qualification made to the text of this document by the

tenderer shall disqualify the tenderer.

3. CORRECTION OF TENDERS Arithmetic errors in the tenders will be corrected by the engineer in the following

manner:

a) Errors in Extensions If a total extension figure is entered, the extended total shall be a product of the

tendered unit rate and the quantity of the item, and the product shall be added to the tender sum.

If the total extension entered in the bill of quantities is less than the product of the

tendered unit rate and the quantity of the item, a corrected unit rate shall be obtained by dividing the extension total and the quantity of the item. The tender sum shall thus not be amended.

If the total extension entered in the bill of quantities is greater than the product of

the tendered unit rate and the quantity of the item, the extension total shall be reduced to the correct product of the tendered unit rate and the quantity of the item, and the tender sum shall be reduced correspondingly.

b) Omission of Unit Rates:

If an extension total is entered in the bill of quantities but no unit rate is entered therein, the unit rate shall be calculated as the extension total divided by the quantity of the item.

EDE / 064/LI EDSON Engineers

LIFT 7 Nakuru County Offices

Page N2

c) Omission of Extension Rate & Extension Total: If no unit rate and extension total is entered against any item in the bills of

quantities, it will be assumed that the cost of the item is fully and completely covered elsewhere in the bills of quantities.

d) Errors in Addition: All errors in addition, irrespective of where they occur in the bills of quantities shall

be corrected and the tender sum amended correspondingly.

4. DISCOUNTS No lump sum discounts shall be made in the tender and if such a discount does

appear in the tender, it shall be disregarded and the tender sum will be considered to be the total of the bills of quantities.

EDE / 064/LI EDSON Engineers

LIFT 8 Nakuru County Offices

PART A

GENERAL CONDITIONS FOR LIFT INSTALLATIONS

SUB-CONTRACT

EDE / 064/LI EDSON Engineers

LIFT 9 Nakuru County Offices

GC1 GENERAL CONDITIONS OF SUB-CONTRACT

1.01 SUB-CONTRACT AGREEMENT

The sub-contractor shall be required to enter into a sub-contract agreement

with the main contractor. The form of sub-contract agreement shall be the latest edition of the Agreement and Schedule of Conditions of Building Sub-Contract, published by The Kenya Association of Building and Civil Engineering Contractors.

The tenderer shall be deemed to have examined, fully understood and

accepted the requirements of all clauses in the above document. 1.02 PRELIMINARIES

It shall be deemed that the tenderer in pricing the “Preliminaries” item in the

Summary of Tender contained in this document, has priced for all items in this section of the document and in the Agreement & Schedule of Conditions of Building Sub-Contract, which have financial implications.

1.03 FIRM PRICE CONTRACT This is a firm price contract and the tenderer must allow in his pricing of this

tender for any increases in the cost of labour and materials during the currency of the sub-contract. No claims for increased cost will be allowed.

1.04 SITE

The site of the proposed works is situated at Nakuru County.

The tenderer is recommended to visit the site and will be deemed to have

satisfied himself with regard to access to the site, the conditions under which the sub-contract works will have to be carried out, the supply of and conditions affecting labour and facilities for obtaining materials and equipment referred in this document.

1.05 EXISTING PROPERTY

The sub-contractor shall take every precaution to avoid damage to all existing

property and he shall be held responsible for all damages arising from the execution of this sub-contract and he shall make good all such damage at his own expense to the satisfaction of the architect.

1.06 CONSTRUCTION PROGRAMME

The tenderer shall be deemed to have: (a) been informed about the duration of

the main contract before submitting their tender and (b) allowed for in his tender all necessary costs to enable him to execute and complete the sub-contract works within the main contractor’s construction programme.

EDE / 064/LI EDSON Engineers

LIFT 10 Nakuru County Offices

GC2 GENERAL CONDITIONS OF SUB-CONTRACT

1.07 SITE MEETINGS

The sub-contractor shall be required to attend all site meetings and contractor’s meetings. 1.08 SERVICES AND ATTENDANCE

Services and attendance shall be provided by the main contractor in

accordance with the provisions in the main contract agreement. The above will be limited to the builder’s work in connection with this sub-

contract, use of temporary water supply and electrical power and main contractor’s scaffolding.

Except for drilling holes, forming concrete bases, chasing, cutting and making

good the building fabric will be done by the main contractor. The sub-contractor shall mark out in advance and shall be responsible for the accuracy of the sizes of and positions of the bases, chases and holes required for his works.

The sub-contractor shall be responsible for providing any special internal

and/or external scaffolding, trestle, etc specifically required for carrying out the sub-contract works. The tenderer is deemed to have allowed in his prices for the above requirement.

1.09 PROGRAMME OF WORKS

The sub-contract works will commence immediately upon the appointment of

the sub-contractor. The sub-contractor shall be required to phase his works in accordance with the main contractor’s programme of works.

The sub-contractor shall prepare such Critical Path Programmes or Progress

Chart as the main contractor considers necessary to assist him in the preparation of and maintenance of his overall Programmes and Charts.

Copies of the sub-contractor’s programmes shall be submitted to the main

contractor, architect and engineer.

1.10 MATERIALS AND WORKMANSHIP The sub-contractor shall be responsible for the provision of all materials,

special scaffolding, tools and tradesmen required for the execution of the sub-contract works.

Plant, equipment and materials to be used in the execution of the sub-contract

works shall be of sound condition to ensure they shall be serviceable for the duration of the sub-contract and that they do not pose any danger to those employed on the project.

EDE / 064/LI EDSON Engineers

LIFT 11 Nakuru County Offices

GC3

GENERAL CONDITIONS OF SUB-CONTRACT 1.10 Materials and Workmanship ………./continued

The tenderer shall allow for in prices for hoisting all items of equipment and

materials for the sub-contract to be installed in the locations and heights shown on the sub-contract drawings or noted in this document.

1.11 MEASURED WORKS The Bill of Quantities contained in this document has been prepared in accordance with the Standard Method of Measurement of Building Works for Republic of Kenya: Metric Edition.

All “provisional” and other work liable to adjustment under this sub-contract shall be left uncovered for a reasonable time to allow any measurements needed to be taken by the engineer. The sub-contractor shall inform the engineer when the work is ready for measurement.

If the sub-contractor defaults in the above requirement, he shall uncover the

works for measurement to be taken and reinstate afterwards, all at his expense.

1.12 PROVISIONAL SUMS Quantities given as “Provisional” in this document shall not be held to gauge, or

limit the amount or description of the work to be executed by the sub-contractor. But, the value thereof shall be deducted from the sub-contract sum and the value of the work ordered by the engineer shall be added to the sub-contract sum as provided by the sub-contract agreement.

1.13 VARIATIONS

Except in emergency or for reasons over which the sub-contractor has no

control, works likely to involve a claim for extra payment shall not be initiated without the written instruction from the engineer.

Addition to or reduction from the sub-contract in respect of extra work,

alteration or omission authorised by the engineer shall be agreed and confirmed in writing at the time such variations are decided and shall not affect the validity of the sub-contract.

No allowance shall be made for loss of profit on omitted works. Any claim involving additional work on site, must be accompanied by

authorised site instruction signed by the engineer or his representative. The sub-contractor shall submit to the engineer claim/s for any work or

circumstances on account of which he may want extra payment within seven days

EDE / 064/LI EDSON Engineers

LIFT 12 Nakuru County Offices

GC4

GENERAL CONDITIONS OF SUB-CONTRACT

1.13 Variations ………../Continued.

from the time of the commencement of such work or circumstances. Any such

claim must be in writing with full particulars of such claim/s.

1.14 MATERIALS ORDERS The sub-contractor shall order and/or procure all materials and equipment for

the sub-contract within two weeks after his appointment. Documentary evidence of all orders and purchases shall be submitted to the engineer within the above time.

No claims for extra payment shall be considered, if the sub-contractor does not

comply with the above requirement.

1.15 DUTIES, TAXES, ETC.

The tenderer shall include in his prices all mandatory Government duties, taxes and levies; Supply to site, insurances, storage, fix in position, testing, commissioning and all other obligations under this sub-contract.

1.16 DEFECTS LIABILITY

The complete sub-contract works shall be guaranteed for a period of six

months from the date of the architect’s certificate of completion. Under this guarantee the sub-contractor shall make good at his own cost all defects in materials, equipment or workmanship which may develop in that period. The sub-contractor shall also make good any damage caused to other works, equipment and materials due to defects in the sub-contract works.

This clause shall not in any way invalidate manufacturer’s guarantee on

equipment, which may extend for periods longer than six months.

1.17 STORAGE ON SITE Space on site or certain areas of partially completed bui lding, when available,

may be allocated to the sub-contractor for storing his material and equipment for the sub-contract.

The main contractor will be responsible for making the storage area waterproof

but the sub-contractor shall be responsible for his own lock-up facilities and sheds.

The sub-contractor shall, when reasonably called upon at any time by the main

contractor, move his material or plant elsewhere notwithstanding his having previously been allocated that space.

GC5

EDE / 064/LI EDSON Engineers

LIFT 13 Nakuru County Offices

GENERAL CONDITIONS OF SUB-CONTRACT

1.18 CONTRACT DRAWINGS The sub-contract drawings are intended to indicate the intent and extent of the

sub-contract works. The sub-contract drawings and this document are meant to explain each other and shall be read together.

Measures with dimensions shown on the contract drawings and measures

noted in this document are to be followed in preference to dimensions scaled from the contract drawings; but whenever possible, dimensions are to be taken on the site or from the buildings.

Before any work is commenced, dimensions shall be checked on the site

and/or the buildings and discrepancies reported to the engineer. The sub-contractor shall be responsible for ensuring the accuracy of such dimensions.

One copy of all the sub-contract drawings and a copy of this document, issued

to the sub-contractor, shall be retained on site at all times and be available for reference by the engineer and the architect.

1.19 SITE REPRESENTATIVE

It is a specific requirement of this sub-contract that the successful tenderer

shall provide on site, throughout the project construction period, a literate, suitably qualified and competent person to represent him and to ensure that the sub-contract works are carried out to the standard required by this document.

Instructions and directions given by the architect and/or the engineer to the

sub-contractor’s site representative shall be deemed to have been given to the sub-contractor.

1.20 INSPECTION The engineer shall be allowed all facilities for inspecting materials and

workmanship on site during the execution of the contract. A similar reservation for inspecting at the manufacturer’s works shall be

included in all orders for specifically manufactured equipment issued by the sub-contractor. In such cases notice shall be given to the engineer that equipment has been manufactured and is ready for inspection and testing, so that this may be carried out before the equipment is packed for shipping.

1.21 SAMPLES The sub-contractor shall, when required, provide at no extra cost, samples of

materials or workmanship forming part of the works. Such samples when approved shall be retained on the site and shall form the standard required for the works.

Any condemned material as unfit for use in the works shall be immediately

removed from the site without any recompense to the sub-contractor.

GC6

EDE / 064/LI EDSON Engineers

LIFT 14 Nakuru County Offices

GENERAL CONDITIONS OF SUB-CONTRACT 1.22 FAULTY WORKS

The engineer shall have the right to reject any material or workmanship, which

in his opinion does not comply with the requirements of the specifications or is not satisfactory.

The sub-contractor shall replace such rejected materials or rectify such bad

workmanship forthwith, at his own expense. In event of undue delay on the part of the sub-contractor to rectify the rejections, the engineer will have the right to employ others to supply suitable materials and re-execute the works and deduct the cost thereof from the value of the sub-contract.

1.23 PROTECTION

The sub-contractor shall be responsible for casing up or otherwise protecting

all parts of the sub-contract works liable to damage or injury and for removing such protection and making good on completion.

1.24 CLEARING OF SITE The sub-contractor shall ensure that the areas where his works are being

carried out are, at all times, and kept clear of all debris and surplus materials.

EDE / 064/LI EDSON Engineers

LIFT 15 Nakuru County Offices

PART B

TECHNICAL SPECIFICATION

FOR

PASSENGER LIFTS INSTALLATION

SUB-CONTRACT

LF1

EDE / 064/LI EDSON Engineers

LIFT 16 Nakuru County Offices

2.1 Extent of work

This sub-contract shall include for the supply of lift equipment, transport to site, off loading, labour installation, fixing, connecting, commissioning and delivering up clean and in working order in every detail the following lift installation. Passenger Lifts shall be provided where shown on the drawings, and shall be supplied and installed as described herein and shown on the drawings, and in accordance with BS 2655 and BS EN 81-1 or other equal and approved standards and in conformity with current good practice. Installation shall include all fixings, machinery and car supports, guides and counter weights, wire ropes, motors and drives, controls and safety devices, hydraulic buffers, openings, trims, and handrails, doors, jambs and tread plates, internal shaft safety fascia plates and other items, necessary for the erection and setting to work of the equipment, all in accordance with this Specification and the Drawings herewith, and rendering the passenger lifts fully operational to the complete satisfaction of the Engineer.

2.2 Drawings

The work carried out under this contract shall be in accordance with all Drawings issued herewith. The contractor shall provide two copies of his own working drawings for approval prior to commencing installation of the equipment. The drawings shall show the builders' work required.

2.3 Traffic Analysis

The contractor shall provide together with his tender a traffic analysis for the Proposed Development with an approximate population of 400 persons.

LF2

EDE / 064/LI EDSON Engineers

LIFT 17 Nakuru County Offices

2.4 Passenger lifts general requirements

The lift shall be electrically operated and shall serve the floors as stated below. The building shall not necessarily be provided with an emergency generator power. In the event of mains failure, the stops, cancel all calls and then using the stored battery power supply, the cars proceed, one at a time, to the next landing, stop and the doors remain open. Thereafter the lift would be in service alone until power is restored. The finished appearance of all equipment and components exposed to public view is required to be of a high architectural standard, and all panels, covers, trims, materials and finishes shall be included and provided accordingly, to the satisfaction of the Engineer. In particular, screw fixings to cover panels and the like shall be avoided unless specifically approved in each case.

EDE / 064/LI EDSON Engineers

LIFT 18 Nakuru County Offices

LF3

Basic Data for Passenger Lifts

No of lifts 2

Lift Type 2 No. Passenger Lifts. Machine room less system

Nominal Capacity 1 No. 800kg (Passenger)

Speed 1.0 Meters per second

Number of stops 5 stops.

Floors served Ground, First, Second, Third and Fourth

Travel 17.5 Meters (approximately)

Motor Room Position Machine roomless

Power Supply 415V, 3-phase, 50Hz

Number of openings Same as No. of stops, openings in line

Operation Single selective

Special operation Key operated priority Intercom communication for emergency, use automatic re-leveling of lift car, independent service, fireman service and stand-by power operation.

Control system Fully software based Microprocessor programmable control system

Drive Gear less with AC Variable voltage, variable frequency drive (VVVF) system

Platform size 1375mm Width x 1400mm Depth

Buffers Rubber

Landing Doors Double panel automatic center openings

Car Doors Double panel automatic center openings

Door Operation High speed, heavy duty variable frequency driven door operator

Signals Call acknowledging lights and gong, waiting passenger lanterns, at all openings

Car Operating Panel One lift digital LED display control panel per lift cab

EDE / 064/LI EDSON Engineers

LIFT 19 Nakuru County Offices

LF4

2.5 Lift wells and openings

Details of lift wells, machine rooms, and openings are provisional as shown on the drawings. Final sizes as per manufacturer requirement for the lift. Shaft Size: 1800mm Width x 1700mm Depth: no back to shaft

Height above the highest level served (headroom): 3850mm Pit Depth: 1250mm or as per manufacturer requirement for the all lifts The Contractor shall ensure that his equipment will fit the spaces provided, or in the event that he is unable to meet this requirement, shall clearly indicate what alterations are necessary, the cost of which is to be included in his Tender Price. The Contractor shall ensure that all rough openings in the lift wells are constructed of dimensions suitable to accept his plant and equipment, and shall provide and fit all trims, doors, jambs and other items accordingly. Additionally, he shall supply and install all guide rails, clamps, structural supports, spacers, guards, tread plates, sight guards, internal shaft safety fascia plates and other items necessary for the complete installation and setting to work of his equipment.

2.6 Machinery space

Spaces for the lift machinery are shown on the Drawings. The Sub Contractor shall layout and install his equipment in the spaces provided, having proper regard for ease of access for maintenance and inspection, and for the safety of maintenance staff. He shall ensure that adequate ventilation is provided to his plant, and shall co-ordinate with work being carried out by the electrical sub-contractor in terms of location of lighting fittings in relation to his equipment, and any other such items. All doors or panels provided to give access to machinery and equipment spaces for normal maintenance purposes shall be secured against unauthorised access. Opening, or removal, of such doors or panels shall expose a permanent notice reading: DANGER, UNAUTHORISED ACCESS PROHIBITED.

The characters shall not be less than 13mm high. The notice shall not be affixed to the back of the door or panel.

EDE / 064/LI EDSON Engineers

LIFT 20 Nakuru County Offices

LF5 The following information with respect to the machinery must accompany the tender:- Make kW Rating Size Voltage Power consumption at full load, kW Revolutions per minute, r.p.m. Full load current Starting Current Duration of Starting Current Power Factor, cos -

Acceleration time, sec Retardation time, sec. The motor must be provided with overload and phase failure cutout devices. The machine shall be provided with a manually operate turning device for lowering the car to the nearest landing in case of power failure. The system must prevent engaging of the turning devices, until the power supply for the motor is switched off. The motor, when not in operation, has to start automatically by the registration of a call. The machinery and controllers shall be placed on vibration dampers in the lift shaft. Any steel structures or supporting beams for machinery are to be included in this contract. If the sub-contractor finds it necessary to place the machinery on special concrete foundations, the main contractor must be advised by the sub-contractor before casting of the relevant slabs The total lift motor and drive mechanism must be dimensioned for the full load in continuous operation and for a temporary overload of 10%.The sub-contractor must provide information on the highest permissible temperature in the lift shaft, and provide information about the heat produced by the entire installation. A danger notice with the words "DANGER, LIFT MACHINERY, UNAUTHORISED ACCESS PROHIBITED" shall be fitted on the lift drive by

the sub-contractor.

2.7 Belts and sheaves

The lifts shall be provided with NEW car and counterweight flat belts, which shall be of suitable size, construction and number to ensure proper operation of the lift and give satisfactory wearing qualities. Sheaves to be made of best stainless steel, turned true and grooved for the belts.

EDE / 064/LI EDSON Engineers

LIFT 21 Nakuru County Offices

LF6

The sheaves shall be of ample diameter for the belts used, and should have a ratio of sheave/belt diameter of not less than 40:1. Sheaves shall be fixed by means of iron beams, which are supplied and installed by the sub-contractor. Beams must be sound insulated from structural parts.

2.8 Shaft installations

New guide rails for cars and counterweights shall be provided. The Contractor shall ensure that the rails are placed accurately and fixed firmly to the shaft walls with sufficient spacing between brackets. The fixing of rails and connection between two or more sections of rail must be in such a manner that the straight and vertical position is not influenced by changes in temperature or ordinary settlement of the structure. The rubber buffers shall be installed to bring the car and counterweight to rest at the extreme limits of travel, should the car for any reason pass the limit switches.

2.9 Lift machinery and associated equipment

These shall be completely NEW and shall be of the variable frequency, variable voltage (VVVF), and single selective operation. Lift machines shall be entirely suitable for the application and designed to operate on the electricity supply provided, i.e. 415/240 volt 50 Hz, AC Various parts of BS 5655 shall be strictly adhered to. In particular attention shall be applied to motors, gear reduction units (if any), brakes, emergency lowering, lift guides, counterweights, buffers, safety gear, lifting ropes, leveling and clearances, limit switches and all safety considerations. The lift Sub-contractor is to supply and install all necessary safety equipment for the safe operation of the lifts, including all lift shaft internal safety fascia plates, fixed so that a passenger cannot trap any part of his body should the lift doors be opened between floors.

EDE / 064/LI EDSON Engineers

LIFT 22 Nakuru County Offices

LF7

2.10 Lift drive system

The NEW lifts drive system shall be of the gearless type designed to operate at 1 metre/sec with a duty load of 3000Kg. The lifts shall have the variable voltage, variable frequency, and microprocessor motor control. The main motors shall be rated for 250 starts/hour and shall operate without vibration, overheating or noise. Control of the motors shall be provided by a fully closed loop microprocessor system that shall include the following: - 1. A high resolution optical speed encoder, mounted directly onto the motor

with a resolution of one pulse/mm of car travel. 2. An electronic load transducer located under the car capable of detecting

load changes of 20 kg. 3. An optical position encoder connected directly to the car and capable of

measuring 0.4mm movement. 4. A solid state car mounted transducer to verify final floor level position to

within 6mm. 5. An alternating current, variable voltage, variable frequency gearless drive

system. The system shall continually monitor car speed, and position and compare its results with a software based flight reference. Any error between reference and actual speed shall be corrected, within 2 milliseconds. Flight reference shall be fully programmable. Acceleration rates shall be adjustable but when set at 1.2 m/s 2 shall provide the following minimum performance; Jerk, to be less than 2.5 meter/sec/sec Leveling ±3mm 3 meter flight time brake to brake 4 secs; The following features must also be provided:

1. Main motor over speed and current protection. 2. Drive over-current protection. 3. Drive over temperature protection. 4. Self Diagnostics. 5. Ability to know car position at all times even during temporary loss OF

MAINS POWER

EDE / 064/LI EDSON Engineers

LIFT 23 Nakuru County Offices

LF8

2.11 Controllers

NEW lift controllers shall be of the totally enclosed, heavy duty sheet steel cubicle type so mounted in the lift car to give free access to front and rear wiring connections. An earthing terminal shall be provided on each controller, fitted with a removable link or other easy means of disconnecting. This terminal shall be clearly labelled EARTH. Provision shall be made for operating the lifts from the lift but such provisions shall be inoperative unless all landing and car doors are closed. Push buttons shall be provided on each controller for this purpose and a changeover switch incorporated to render the car interior and landing buttons inoperative when a lift is being operated from the motor room. An overriding SAFETY control switch shall be provided on the top of each lift car, and with provision for operating the lift car from on top of the car. The controller shall be fitted with a phase failure and phase reversal relay control. Each controller shall be complete with all equipment and protective devices necessary for the control and operation of the lifts as specified herein. Each lift shall have its Alarm System. An alarm siren will be fitted within 2 metres of the lift shaft main landing. The system shall be complete with batteries and fed by a trickle charger.

2.12 Control system

The Sub-Contractor shall provide a NEW fully micro-processor based lift control system capable of operating one lift. Each lift shall have its own controller housed within a sheet steel purpose made cabinet. The cabinet shall be designed for front access only via lockable doors. The cabinets shall be ventilated via louvres in the doors. These shall have dust filters provided to ensure only clean air enters. Within the cabinet a fan shall be fitted to ensure good air circulation. Cabinets shall be spray finished in the manufacturer’s standard colours.

EDE / 064/LI EDSON Engineers

LIFT 24 Nakuru County Offices

LF9 All fuses shall be of the cartridge type. Transformers shall be floor mounted and earthed. Relays and contactors shall be AC3 or AC4 category as applicable and adequately rated for this purpose. Wire terminations shall be of the plug in or screw type with easy access for testing. Micro-processor and input-output cards shall be rack mounted and self locking through insertion. Short circuit, over temperature, phase failure and rope slippage detection shall all be included. The controller shall have the following operation control modes in its basic form. Full operation and independent service. Each controller shall have full calculation capabilities so that operation relies upon single controller. During operation calls placed in the system shall be allocated to the car capable of answering them in the shortest time. To do this each lift controller shall consider the following each time a call is entered. It's car position, car calls registered, car calls allocated, distance from call, and drive status (stopped or running) coincident calls and load in the car. The system shall be capable of learning building traffic patterns throughout the day and use this information within the call allocation program to ensure optimum service at all times. Communications between controllers, control to car and hoist way equipment shall be by serial link, with the exception of the safety items. The control system shall be fully re-programmable via a plug in test tool. It shall be possible by use of the tool to check all lift operations including group and safety circuits. The system shall also have a self-diagnostic facility to speed fault location. An RS 422A or RS 232 communications port shall be provided for future connection to a lift management system linked to a remote elevator monitoring system for remote monitoring of the operations of the lifts by the manufacturers and automatic sending of alarm to the manufacturers in the event of a failure. The control system shall be designed to EN81, BS 5655, and be fully tested before delivery and during commissioning.

EDE / 064/LI EDSON Engineers

LIFT 25 Nakuru County Offices

LF10

2.13 Lift car and landing doors

The car and landing doors shall be new to meet the following specifications. The entrance to the lift cars to be provided with one panel automatic side opening metal sliding doors guided at the bottom by non-metallic shoes sliding in suitable grooves. Lift doors shall be installed both in the car and floor landings. The lift car must be stopped and prevented from moving should a door be forced open. The car doors and the landing doors must open automatically when leveling; the opening to start as the car is approximately 250mm from the landing.

All doors to the goods lifts shall be solid type of metal construction. The landing and car doors to the lifts shall be similar and of approved design, and shall be hung on overhead runner bars and guided by self cleaning tracks in cast or fabricated metal landing and car sills, all arranged to ensure easy running for automatic power operation. The design should have been fire tested in accordance with BS 476 and designed for a two hour fire classification. A safety shoe is to be fixed to each door, the operation of which will reverse the movement of the car and landing doors to the fully open position. In the event of failure of the power operating mechanism, it shall be possible to manually open the car and landing doors at any landing at which the car is standing, by the use of an emergency opening key. Goods and passenger protection shall be provided by the use of an electronic proximity detector mounted on the leading edge of the car doors. This shall provide a three-dimensional zone of detection in advance of the car doors and detection of an object within the zone shall cause the doors to immediately re-open. Car and landing doors for goods and passenger lifts shall be power operated for automatic opening and closing by means of an approved motorised operating gear fixed to the top of the car. It shall provide high speed operation of the doors and shall have variable speed control. The door operating gear should be capable of opening the lift doors in 1.20 seconds and closing the doors in 2.50 seconds, totally 3.70 seconds for both operations. Smooth operation of the doors shall be achieved. The controls shall be so arranged that the car and landing doors work in unison, and all doors must be closed before the lift can move. The parking condition shall be with the doors closed.

EDE / 064/LI EDSON Engineers

LIFT 26 Nakuru County Offices

LF11

Electrical and pre-Iocking mechanical door locks shall be fitted to the landing doors, such that it is impossible for the lift to start until the lock lever has fallen into the mechanically locked position. The car doors, or car gate, shall be fitted with an electrical interlock such that it is impossible to operate the lift until the door or gate is closed. Notice shall be affixed to the car gates to this effect. All Electro-mechanical switches and locks shall be arranged for gravity release of switch arms in the event of breakage of any release springs. It shall also be impossible under normal conditions to open any of the landing doors, other than that at the landing where the car is stationary .For the purposes of maintenance, however, facilities shall be provided for authorised persons to open any of the landing doors or car doors irrespective of the position of the car in the lift shaft, and such facilities shall be concealed and or locked. An emergency release mechanism should be included with the interlock. In the event of an emergency (or for maintenance) the landing door should be capable of being opened from the landing with an emergency release key. The landing doors should also be capable of being opened manually from inside the lift car, when within the door zone area. Noise levels produced by the operation of the doors when measured one metre from the landing side shall not exceed 48 dBA. The complete entrance and operator should comply with the recommendations of BS 5655. The Contractor shall provide new car doors complete with operators, interlocks, safety devices and sight guards, and all landing doors similarly and including frames, architraves, jambs and other items complete. Door joints shall be heavy gauge pressed type of approved section and material. Car and door designs are described separately herein- Landing Doors Power Operated 2-panel centre opening

800mm wide by 2000mm high Stainless steel to meet the Architects requirements

Door Surround Box section architraves at all levels constructed of stainless Steel, to Architects requirements

Landing Sills Stainless Steel together with supports

and toe guards at each entrance.

EDE / 064/LI EDSON Engineers

LIFT 27 Nakuru County Offices

LF12

Landing Indicators Directional micro-movement buttons at

each landing in two risers. The buttons when pressed will indicate by Light Emitting Diode (LED) that the call is accepted

Illuminating up and down direction arrows with gong will pre-announce the arrival of each car and be fitted above each entrance at all levels.

2.14 Lift cars

The Sub-Contractor shall supply and install all lift cars complete. The car frame, which supports the car platform and enclosure, shall be made of solid structural steel with welded, bolted or riveted joints. Bolts used must be positioned for easy adjustment. Where practicable, car dimensions should conform to the recommended standards set out in BS 5655. The cars shall be rigidly constructed and affixed to the car frame. Car body shall be constructed of solid 25 mm seasoned timber or other approved materials, and the car body work of not less than 15mm waterproof ply. The whole car shall be sustained by a rigid metal framework. The car roof shall be provided with the necessary working platforms, complete with light and switch, isolating switch for lift power, and electrically interlocked access hatch from within the car. Ventilation shall be provided to the car, by means of a silently operating fan in the car roof of not less than 250mm diameter, with on-off key switch control on the car panel, and arranged to operate continually except when the car is parked. A telephone recess shall be provided, complete with fixed and trailing cabling from the telephone point to be provided in the lift motor room, and ready for connection to the handset supplied under another contract. Recess shall be neatly trimmed and finished and fitted with a door, spring, latch, clear glass or Perspex vision panel, and instruction notice in suitable permanent material to future detail. Car lighting shall be provided to the extent of not less than 2 x 18 watts low energy lamps of suitable colour and temperature, key switch controlled, and in addition an emergency incandescent battery light shall be provided, and fitted to approval in a position above the car control panel

EDE / 064/LI EDSON Engineers

LIFT 28 Nakuru County Offices

LF13

2.15 Car and door finishes

Internal Dimensions (800 kg) Width 1375mm

Depth 1400mm Height 2135mm

Ceiling Sheet Steel finished in high grade textured short velvet. Colour to be approved by Architect from standard range-

Lighting Recessed Low voltage lighting

and fluorescent lighting shall be provided.

Handrail A Polished SS circular handrail

shall be furnished and installed on two side panels and on the rear panel.It shall be at a height of 900mm from car floor

Rear Glass wall Wall to be full height tinted and

reflective Glass as per Architects approval

Side walls One Third (1/3) of wall to be

glass Remainder of wall to be SS panels to be approved by Architect.

Front return and transom Clad in satin finished stainless steel. Car doors, material and finish Power operated by a quality

variable speed D.C. motor and shall have positive-control over the door movement for smooth operation. Doors to be double panel centre opening: 800mm wide by 2000mm. Stainless steel interior surface and visible edge, with good quality finish to be approved by Architect.

Landing doors, material & finish Stainless steel to match car doors, exterior surface and visible edge, to be good standard of finish to meet Architect's approval.

EDE / 064/LI EDSON Engineers

LIFT 29 Nakuru County Offices

LF14

Floor finish Resimix tiles to approval of the

Architect. The floor shall be fitted with a 150mm high skirting of stainless steel.

All details of colour and type of finishing shall be approved by the Architect before commencing furbishment. Fan is required supplying fresh air to car.

2.16 Car operating panels

Each car shall be provided with one NEW flush control panel of approved design and construction, located adjacent to the side of the car door. The panel shall accommodate a press-button for every floor served, a red emergency stop button, an alarm button, and key switches for car lights and fan. A suitable matching car position and direction of travel indicator of the illuminated type shall be flush mounted at each landing above the landing door. The car-operating panel shall be flush mounted on the outside side of the car. Enclosure: The individual modular units to be mounted within a satin finished Stainless steel panel and suitable for ease of operation by handicapped persons. The car operating panel shall contain the following:-

i. Full set of micro movement buttons to correspond to the number of landing levels served, with RED indication of call

ii. Emergency Stop Switch iii. Alarm Button iv. Door Open Button v. Door Close Button vi. Switch for Fan vii. Emergency Lighting Unit viii. Digital car position indicator ix. Key-Operated switch for independent service x. Car direction indicator xi. Overload display xii. Interphone Unit

All details shall be agreed with the Engineer/Architect prior to manufacture of equipment.

EDE / 064/LI EDSON Engineers

LIFT 30 Nakuru County Offices

LF15

2.17 Operation and control of lifts

The two lifts shall be automatic push button controlled from outside of the car. The operation of a button shall initiate door closing, travel of the lift to the floor selected, and the automatic door opening. Landing call panels shall be provided accordingly, with up and down buttons and out of service notice of the type, which is visible when illuminated. Panels shall be of approved layout and design. Appropriate time delays shall be fitted to these functions as necessary, and the empty car, after standing for a selected waiting period, shall assume the parked position with the door closed.

2.18 Buttons

The car and landing call buttons shall be of the touch/micro-motion mechanical type and utilise solid state electronics with Light Emitting Diode (LED) illumination arranged as a halo around the button. The halo should illuminate in red/green. Service buttons shall be of the micro-motion type and be identical in appearance to the car and landing call buttons.

2.19 Car button indicators

The car position indicators shall be red, 16 segment LED's 50mm high and capable of a full alphanumeric display. The LED's shall be protected by a high impact resistant polycarbonate lens.

2.20 Hall position indicator

Hall position indicators shall be provided at ground floor only and consist of 16 segment LED's protected by an impact resistant polycarbonate lens.

EDE / 064/LI EDSON Engineers

LIFT 31 Nakuru County Offices

LF16

2.21 Hall lanterns

Hall lanterns shall be provided at all floors above the lobby to advise waiting passengers of the travelling direction of the approaching lifts. The lanterns shall be red on the first floor, green at the ground floor. The light source shall be a matrix of high intensity LED's which illuminate sequentially to give the illusion of motion in the direction of travel. The lanterns shall have a wide field of view and have an illumination test facility. A digitally recorded chime facility shall be provided within the lantern and shall have an adjustable volume control. The hall lantern shall be framed with a satin finish stainless steel and protected with a high impact resistant polycarbonate lens. Floor / level indicators to be included.

2.22 Lift switchboards and electrical installation

Three phase 415/240 volt 50 Hz electricity supply is to be provided to the lift switchboard position in each case by the electrical sub-contractor. The Lift Contractor shall supply and install the NEW lift switchboards complete with main isolators, circuit protection, and other items as necessary, carry out all further wiring in connection with the lift installations, and set to work. All motors and switchgear shall be rated for operation at 240V/415V 50Hz. Relays and components must be tropicalised.

The installation must comply with the lEE wiring Regulations. All wiring shall be carried out in a neat and orderly manner. Cables run on walls or ceilings to be in a straight line and right angle bends enclosed in steel ducting. Connections to equipment more than 400mm from walls shall be run from the wall in conduit cast in the floor to a connector box fixed upright adjacent to the equipment and through flexible conduit to the equipment. All electrical switchgear must be clearly labeled.

EDE / 064/LI EDSON Engineers

LIFT 32 Nakuru County Offices

LF17

All fixed wiring shall be installed in screwed steel conduit, and all equipment, main isolators, controls, and other items provided as specified herein. All trailing cables shall be to BS EN 50214 (1998) and properly supported, fixed and terminated. Contactors and their components shall be rated for frequent duty, and shall be amply sized in terms of current rating. All electrical apparatus must be adequately suppressed in order to prevent interference with radio, television, radar and other similar equipment to the satisfaction of the Engineer. The entire installation shall in each case be effectively bonded and earthed.

2.23 Silence of operation

The Contractor shall guarantee the lift installation, gear and moving parts to operate in a smooth and silent manner without vibration or jerks to the satisfaction of the Engineer. All lift supports shall be of suitable dimensions to carry lift gear and shall be of sufficient strength to withstand rigidly the operational stresses. All supports and gear shall be fixed with suitable anti-vibration and sound insulation material. The Contractor shall include in his tender for the supply and installation of all necessary anti-vibration material, which shall be of an approved make.

2.24 Tests

The lifts will be subject to tests during erection and on completion by the Engineer, and will not be accepted unless they comply with all the conditions and specifications. The whole or part of the equipment may be inspected by the Engineer at the maker's Workshop before delivery and the lift manufacturer shall provide all facilities to facilitate for such an inspection. . It shall be deemed that the sub-contractor has included in his prices all costs associated with the Engineer’s inspection.

EDE / 064/LI EDSON Engineers

LIFT 33 Nakuru County Offices

LF18

After erection the following tests shall be included in the series of tests which shall be carried out in the presence of the Engineer or his duly appointed representative:- a) that speeds comply with the specification b) the cars to be loaded to 10% over specified full load and each lift operated

for complete travel c) both up and down directions d) determine that all safety devices comply with conditions and

specifications, and that all electrical and mechanical braking equipment comply with the specifications

e) determine suitability of switch gear and wiring f) determine that current consumption complies with that quoted in the

Tender The contractor will be required to provide all necessary instruments for carrying out tests including insulation resistance of the wiring.

2.25 Schedules

The Tenderer shall complete the schedules provided herewith, and shall submit such further information as is required or as may be necessary in order to fully describe his equipment and installations.

2.26 Certificates upon completion

Upon completion of the lifts and after commissioning to the Engineer's satisfaction it is the responsibility of the lift contractor to provide a full set of lift test and inspection certificates in accordance with BS 5655 (EN 81-2). In addition a full set of certificates completed in full and signed and approved by the Kenya Government Factory Safety Inspector is to be provided. It will be Sub-contractor's responsibility to get the lifts approved by the Factory Safety Inspector. It shall be deemed that the Sub-Contractor has included in his prices all costs associated with the statutory approvals.

2.27 Spare parts

The Sub-Contractor shall guarantee to hold complete stock of spare parts at all times and provide qualified staff trained in maintenance of the type of lifts used, to maintain the lift equipment in good working order. Should any spare part not be available locally or local technicians not be able to rectify faults, the Sub-Contractor shall provide an undertaking from their principals to supply the necessary spare parts and send technicians within seven days of such occurrence, at their own cost. A written undertaking by the principals shall be included as Appendix A to this Contract, and shall form part of this Contract.

EDE / 064/LI EDSON Engineers

LIFT 34 Nakuru County Offices

LF19

2.28 Maintenance agreement

The Sub-Contractor shall submit a detailed proposal for a five-year maintenance contract after expiry of the initial 12-month maintenance

period, which, after agreement with the Employer, shall constitute a part of this Contract.

2.29 Lift not in immediate use

When conditions do not permit a lift to be taken into normal service immediately following completion and acceptance, it should be immobilised. The Main Contractor should take effective precautions against damage, especially damage to equipment from dampness and builders' debris, until such time as the lift is made operational. A separate service contract shall be made with the lift contractor to make regular visits during this period, to inspect, lubricate and report on the condition of the lift. As this is a sub-contract, such necessary service contract shall be made with the Main Contractor. During the inspection it is desirable that the lift shall be moved under power. A date should be agreed with the lift Sub-Contractor from which the guarantee period will commence.

2.30 Temporary use of lifts

If the Sub-Contractor intends to permit temporary use of a lift by some other party such as the Main Contractor, before taking it into normal service, so that it is not immobilized, then the responsibilities of those concerned should be clearly defined and agreed. In addition to the precautions noted in Clause 2.39 above, it may be necessary to arrange temporary insurance cover.

EDE / 064/LI EDSON Engineers

LIFT 35 Nakuru County Offices

PART C

BILLS OF QUANTITIES

FOR

PASENGER LIFT INSTALLATIONS

SUB-CONTRACT

EDE/64/16-LIFTS Edson Engineers

Page 1

ALL RATES TO INCLUDE 16% VAT

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHS

SUPPLY, DELIVER, INSTALL, TEST, &

COMMISSION THE FOLLOWING.

a Supply, deliver to site and install electrically driven

800 kg (8 persons) capacity, 1.0 metres per second

contract speed (5 stops),machine room less

passenger lift comprising electronically controlled AC

variable voltage variable frequency regulated landing

approach, lift computer control equipment, hoists and

counter-weights, the car with programmable speed,

centre opening car and landing doors complete with

internal furnishings, fan, control panel and lighting

fittings, car and landing doors electrically controlled

and operated, hoist way doors and entrances,

necessary control and power cables, installations

materials and all accessories and complying with the

specification

No. 2 0

bImport duty on imported materials ( i.e imported component of Item A above)

Item 1

c Cost of Marine insurance, clearing and handling charges, inland transportation and off-loading at site and secure storage

Item 1

dCost of lifts materials purchased locally and delivered to site

Item 1

e Allow for complete Installation, testing and commissioning of item No A

Item 1

f Allow for supply, repair and replacing of necessary spares for item No. A for a period of 1 year from commissioning date (This does not include maintenace charges)

Item 1

g Allow for Certification of the installations byGovernment Lift Inspectors.

Item 1

h Any other equipment or work necessary for thesatisfactory completion of the sub-contract works (ifnone, write NIL)

Item 1

NAKURU COUNTY ASSEMBLY OFFICES - ELECTRICAL SERVICES LIFT INSTALLATION

Total carried forward to summary page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-LIFTS Edson Engineers

Total Brought Forward from :

: Page 1.…..……..………………….………………………… KShs……..…..……..………

Sub TotaI inclusive of VAT………………………………………KShs……..…..……..………

TOTAL CARRIED TO FORM OF TENDER………………….... KShs…………………...…………..

Rates to include VAT and other relevant taxes

Name of Tenderer:...........................................................................................

Address of Tenderer:.......................................................................................

Signature and Stamp of Tenderer:..........................................Date: ......................................

NB: Drawings are part of tender documents.

SUMMARY OF TENDER PAGE

PROPOSED DESIGN AND SUPERVISION OF NAKURU COUNTY ASSEMBLY OFFICES

LIFT INSTALLATIONS

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/21/CCTVCA

E

PROPOSED NAKURU COUNTY ASSEMBLY

CHAMBERS, OFFICES AND ASSOCIATED FACILITIES

VOLUME 2(Electrical Services)

SPECIFICATIONS & BILLS OF QUANTITIES FOR

2(d) CCTV INSTALLATIONS

SUB-CONTRACT

Architects: Quantity Surveyor:

Scope Design Systems Obra International

P.O. Box 10591 -00100 P.O. Box 3494 -00200

NAIROBI NAIROBI

Services Engineer

Edson Engineers P.O. Box 5647 - 00100

NAIROBI

OCTOBER 2016

EDE/064/ CCTV EDSON ENGINEERS

2 CCTV Nakuru County Offices

CONTENTS PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED

FACILITIES

CCTV Installations Sub-Contract

PAGE NO.

FORM OF TENDER FT DEFINITION OF TERMS D1 - D2 NOTES TO TENDERERS N1 - N2 GENERAL CONDITIONS OF SUB-CONTRACT GC1 – GC6 SPECIFICATIONS FOR CCTV CC1 – CC15 BILLS OF QUANTITIES BQ - BQ SUMMARY OF TENDER BQ

EDE/064/ CCTV EDSON ENGINEERS

3 CCTV Nakuru County Offices

FT

FORM OF TENDER

TENDER FOR: PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED FACILITIES

CCTV Installations Sub-Contract Nakuru County Assembly Offices P.O. Box 907 Nakuru, KENYA Dear Sir

1. I/We, the undersigned, offer to contract for the above sub-contract works in accordance with the attached Conditions of Sub-Contract, Specifications and Bills of Quantities for the sum of:

KShs…………………………………….

(in words) Kenya Shillings………………………………………………………………… ………………………………………………………………………………………………

2. I/We agree that our tender shall remain valid for 90 days from the date of opening the Sub-contract tender and shall not be withdrawn during this period.

3. I/We agree that you are not responsible for any expenses incurred by me/us in submitting this tender

4. I/We agree that you are not bound to accept the lowest or any other tender. Name & Address of Tenderer:…………………………………………………………….

Telephone:…………………………………………………………………………………… Signature of Tenderer:……………………………………………………………………...

Date:…………………………………………………………………………………………

Company Stamp:…………………………………………………………………………

EDE/064/ CCTV EDSON ENGINEERS

4 CCTV Nakuru County Offices

Page D1

DEFINITION OF TERMS

The following words and expressions used in this document shall have the following meanings attached to them: Employer : Nakuru County Assembly Offices

P.O. Box 907 Nakuru, KENYA

Architect : Scope Design Systems P.O. Box 10591- 00100

Nairobi Services Engineer : Edson Engineers P O Box 5647 - 00100

Nairobi Quantity Surveyor: Obra International P.O. Box 3494 - 00200

Nairobi Main contractor : shall mean the firm or company appointed to carry out the project building works Sub-contractor : shall mean the firm or company appointed to carry out the sub-contract

works described in this document Works : shall mean the materials and the plant to be provided and labours to be

performed by the sub-contractor in fulfillment of the terms of this document and the sub-contract made for that purpose

Contract drawings : shall mean the drawings listed in or referred to in this document and

forming part of this document

m. : shall mean meter mm : shall mean millimeters. mm2 : shall mean square millimetres k : shall mean kilo

EDE/064/ CCTV EDSON ENGINEERS

5 CCTV Nakuru County Offices

D2 DEFINITION OF TERMS

A. : shall mean amperes

V. : shall mean volts W. : shall mean watts Hz : shall mean Hertz or cycles per second PVC : shall mean polyvinyl chloride SWA : shall mean steel wire armoured S.P.& N. : shall mean single pole and neutral T.P.& N. : shall mean triple pole and neutral NO. or No. : shall mean numerical number dia. : shall mean diameter rpm : shall mean revolutions per minute KBS : shall mean Kenya Bureau of Standards

B.S. & B.S.C.P. : shall mean British Standard Specification

& British Standard Code of Practice

K.P.& L. : shall mean Kenya Power & Lighting Company Limited Ditto : shall mean in all respects as described in a previous item in the bills of quantities

I.E.E. : shall mean the Institution of Electrical Engineers of the United Kingdom L.V. : shall mean low voltage as defined by the 16th edition of the

I.E.E. wiring Regulations H.V. : shall mean high voltage as defined by the 16th edition of the

I.E.E. wiring Regulations

EDE/064/ CCTV EDSON ENGINEERS

6 CCTV Nakuru County Offices

N1

NOTES FOR TENDERERS

1. DOCUMENT CHECK Before submitting his tender, the tenderer is required to:

a) Check that no page/s of this document is/are missing or illegible and to have this rectified

b) Ensure that all ambiguities, doubts or obscure points in this document are cleared with the engineer.

No claims for alleged deficiencies in the information given in this document shall be considered at a later date.

2. ALTERATION TO THIS DOCUMENT Unauthorized alteration or qualification made to the text of this document by

the tenderer shall disqualify the tenderer.

3. CORRECTION OF TENDERS Arithmetic errors in the tenders will be corrected by the engineer in the following

manner:

a) Errors in Extensions If a total extension figure is entered, the extended total shall be a product of the

tendered unit rate and the quantity of the item, and the product shall be added to the tender sum.

If the total extension entered in the bill of quantities is less than the product of the

tendered unit rate and the quantity of the item, a corrected unit rate shall be obtained by dividing the extension total and the quantity of the item. The tender sum shall thus not be amended.

If the total extension entered in the bill of quantities is greater than the product of

the tendered unit rate and the quantity of the item, the extension total shall be reduced to the correct product of the tendered unit rate and the quantity of the item, and the tender sum shall be reduced correspondingly.

b) Omission of Unit Rates:

If an extension total is entered in the bill of quantities but no unit rate is entered therein, the unit rate shall be calculated as the extension total divided by the quantity of the item.

EDE/064/ CCTV EDSON ENGINEERS

7 CCTV Nakuru County Offices

N2

c) Omission of Extension Rate & Extension Total: If no unit rate and extension total is entered against any item in the bills of

quantities, it will be assumed that the cost of the item is fully and completely covered elsewhere in the bills of quantities.

d) Errors in Addition: All errors in addition, irrespective of where they occur in the bil ls of quantities shall

be corrected and the tender sum amended correspondingly.

4. DISCOUNTS No lump sum discounts shall be made in the tender and if such a discount does

appear in the tender, it shall be disregarded and the tender sum will be considered to be the total of the bills of quantities.

EDE/064/ CCTV EDSON ENGINEERS

8 CCTV Nakuru County Offices

PART A

GENERAL CONDITIONS

FOR

CCTV INSTALLATIONS SUB-CONTRACT

EDE/064/ CCTV EDSON ENGINEERS

9 CCTV Nakuru County Offices

GC1

1.01 SUB-CONTRACT AGREEMENT

The sub-contractor shall be required to enter into a sub-contract agreement

with the main contractor. The form of sub-contract agreement shall be the latest edition of the Agreement and Schedule of Conditions of Building Sub-Contract, published by The Kenya Association of Building and Civil Engineering Contractors.

The tenderer shall be deemed to have examined, fully understood and

accepted the requirements of all clauses in the above document. 1.02 PRELIMINARIES

It shall be deemed that the tenderer in pricing the “Preliminaries” item in the

Summary of Tender contained in this document, has priced for all items in this section of the document and in the Agreement & Schedule of Conditions of Building Sub-Contract, which have financial implications.

1.03 FIRM PRICE CONTRACT

This is a firm price contract and the tenderer must allow in his pricing of this

tender for any increases in the cost of labour and materials during the currency of the sub-contract. No claims for increased cost will be allowed.

1.04 SITE

The site of the proposed works is situated at Nakuru County.

The tenderer is recommended to visit the site and will be deemed to have

satisfied himself with regard to access to the site, the conditions under which the sub-contract works will have to be carried out, the supply of and conditions affecting labour and facilities for obtaining materials and equipment referred in this document.

1.05 EXISTING PROPERTY The sub-contractor shall take every precaution to avoid damage to all existing

property and he shall be held responsible for all damages arising from the execution of this sub-contract and he shall make good all such damage at his own expense to the satisfaction of the architect.

1.06 CONSTRUCTION PROGRAMME The tenderer shall be deemed to have: (a) been informed about the duration of

the main contract before submitting their tender and (b) allowed for in his tender all necessary costs to enable him to execute and complete the sub-contract works within the main contractor’s construction programme.

EDE/064/ CCTV EDSON ENGINEERS

10 CCTV Nakuru County Offices

GC2 1.07 SITE MEETINGS

The sub-contractor shall be required to attend all site meetings and contractor’s meetings. 1.08 SERVICES AND ATTENDANCE

Services and attendance shall be provided by the main contractor in

accordance with the provisions in the main contract agreement. The above will be limited to the builder’s work in connection with this sub-

contract, use of temporary water supply and electrical power and main contractor’s scaffolding.

Except for drilling holes, forming concrete bases, chasing, cutting and making

good the building fabric will be done by the main contractor. The sub-contractor shall mark out in advance and shall be responsible for the accuracy of the sizes of and positions of the bases, chases and holes required for his works.

The sub-contractor shall be responsible for providing any special internal

and/or external scaffolding, trestle, etc specifically required for carrying out the sub-contract works. The tenderer is deemed to have allowed in his prices for the above requirement.

1.09 PROGRAMME OF WORKS

The sub-contract works will commence immediately upon the appointment of

the sub-contractor. The sub-contractor shall be required to phase his works in accordance with the main contractor’s programme of works.

The sub-contractor shall prepare such Critical Path Programmes or Progress

Chart as the main contractor considers necessary to assist him in the preparation of and maintenance of his overall Programmes and Charts.

Copies of the sub-contractor’s programmes shall be submitted to the main

contractor, architect and engineer.

1.10 MATERIALS AND WORKMANSHIP The sub-contractor shall be responsible for the provision of all materials,

special scaffolding, tools and tradesmen required for the execution of the sub-contract

works. Plant, equipment and materials to be used in the execution of the sub-contract

works shall be of sound condition to ensure they shall be serviceable for the duration of the sub-contract and that they do not pose any danger to those employed on the project.

The tenderer shall allow for in prices for hoisting all items of equipment and materials for the sub-contract to be installed in the locations and heights shown on the sub-contract drawings or noted in this document.

EDE/064/ CCTV EDSON ENGINEERS

11 CCTV Nakuru County Offices

GC3

1.11 MEASURED WORKS The Bill of Quantities contained in this document has been prepared in accordance with the Standard Method of Measurement of Building Works for Republic of Kenya: Metric Edition.

All “provisional” and other work liable to adjustment under this sub-contract shall be left uncovered for a reasonable time to allow any measurements needed to be taken by the engineer. The sub-contractor shall inform the engineer when the work is ready for measurement.

If the sub-contractor defaults in the above requirement, he shall uncover the

works for measurement to be taken and reinstate afterwards, all at his expense.

1.12 PROVISIONAL SUMS Quantities given as “Provisional” in this document shall not be held to gauge, or

limit the amount or description of the work to be executed by the sub-contractor. But, the value thereof shall be deducted from the sub-contract sum and the value of the work ordered by the engineer shall be added to the sub-contract sum as provided by the sub-contract agreement.

1.13 VARIATIONS

Except in emergency, or for reasons over which the sub-contractor has no

control, works likely to involve a claim for extra payment shall not be initiated without

the written instruction from the engineer. Addition to or reduction from the sub-contract in respect of extra work,

alteration or omission authorised by the engineer shall be agreed and confirmed in writing at the time such variations are decided and shall not affect the validity of the sub-contract.

No allowance shall be made for loss of profit on omitted works. Any claim involving additional work on site, must be accompanied by

authorised site instruction signed by the engineer or his representative. The sub-contractor shall submit to the engineer claim/s for any work or

circumstances on account of which he may want extra payment within seven days

from the time of the commencement of such work or circumstances. Any such claim must be in writing with full particulars of such claim/s.

EDE/064/ CCTV EDSON ENGINEERS

12 CCTV Nakuru County Offices

GC4

1.14 MATERIALS ORDERS The sub-contractor shall order and/or procure all materials and equipment for

the sub-contract within two weeks after his appointment. Documentary evidence of all orders and purchases shall be submitted to the engineer within the above time.

No claims for extra payment shall be considered, if the sub-contractor does not

comply with the above requirement.

1.15 DUTIES, TAXES, ETC.

The tenderer shall include in his prices all mandatory Government duties, taxes and levies; Supply to site, insurances, storage, fix in position, testing, commissioning and all other obligations under this sub-contract.

1.16 DEFECTS LIABILITY The complete sub-contract works shall be guaranteed for a period of six

months from the date of the architect’s certificate of completion. Under this guarantee the sub-contractor shall make good at his own cost all defects in materials, equipment or workmanship which may develop in that period. The sub-contractor shall also make good any damage caused to other works, equipment and materials due to defects in the sub-contract works.

This clause shall not in any way invalidate manufacturer’s guarantee on

equipment, which may extend for periods longer than six months.

1.17 STORAGE ON SITE Space on site or certain areas of partially completed building, when available,

may be allocated to the sub-contractor for storing his material and equipment for the sub-contract.

The main contractor will be responsible for making the storage area waterproof

but the sub-contractor shall be responsible for his own lock-up facilities and sheds.

The sub-contractor shall, when reasonably called upon at any time by the main

contractor, move his material or plant elsewhere notwithstanding his having previously been allocated that space.

EDE/064/ CCTV EDSON ENGINEERS

13 CCTV Nakuru County Offices

GC5

1.18 CONTRACT DRAWINGS The sub-contract drawings are intended to indicate the intent and extent of the

sub-contract works. The sub-contract drawings and this document are meant to explain each other and shall be read together.

Measures with dimensions shown on the contract drawings and measures noted in this document are to be followed in preference to dimensions scaled from the contract drawings; but whenever possible, dimensions are to be taken on the site or from the buildings.

Before any work is commenced, dimensions shall be checked on the site

and/or the buildings and discrepancies reported to the engineer. The sub-contractor shall be responsible for ensuring the accuracy of such dimensions.

One copy of all the sub-contract drawings and a copy of this document, issued

to the sub-contractor, shall be retained on site at all times and be available for reference by the engineer and the architect.

1.19 SITE REPRESENTATIVE

It is a specific requirement of this sub-contract that the successful tenderer

shall provide on site, throughout the project construction period, a literate, suitably

qualified and competent person to represent him and to ensure that the sub-contract works are carried out to the standard required by this document.

Instructions and directions given by the architect and/or the engineer to the

sub-contractor’s site representative shall be deemed to have been given to the sub-contractor.

1.20 INSPECTION

The engineer shall be allowed all facilities for inspecting materials and

workmanship on site during the execution of the contract. A similar reservation for inspecting at the manufacturer’s works shall be

included in all orders for specifically manufactured equipment issued by the sub-contractor. In such cases notice shall be given to the engineer that equipment has been manufactured and is ready for inspection and testing, so that this may be carried out before the equipment is packed for shipping.

1.21 SAMPLES The sub-contractor shall, when required, provide at no extra cost, samples of

materials or workmanship forming part of the works. Such samples when approved shall be retained on the site and shall form the standard required for the works.

Any condemned material as unfit for use in the works shall be immediately removed from the site without any recompense to the sub-contractor.

EDE/064/ CCTV EDSON ENGINEERS

14 CCTV Nakuru County Offices

GC6

1.22 FAULTY WORKS

The engineer shall have the right to reject any material or workmanship, which

in his opinion does not comply with the requirements of the specifications or is not satisfactory.

The sub-contractor shall replace such rejected materials or rectify such bad

workmanship forthwith, at his own expense. In event of undue delay on the part of the sub-contractor to rectify the rejections, the engineer will have the right to employ others to supply suitable materials and re-execute the works and deduct the cost thereof from the value of the sub-contract.

1.23 PROTECTION The sub-contractor shall be responsible for casing up or otherwise protecting

all parts of the sub-contract works liable to damage or injury and for removing such protection and making good on completion.

1.24 CLEARING OF SITE The sub-contractor shall ensure that the areas where his works are being

carried out are, at all times, and kept clear of all debris and surplus materials.

EDE/064/ CCTV EDSON ENGINEERS

15 CCTV Nakuru County Offices

PART B

TECHNICAL SPECIFICATION

FOR

CCTV INSTALLATION

SUB-CONTRACT

EDE/064/ CCTV EDSON ENGINEERS

16 CCTV Nakuru County Offices

CC1

SECURITY SYSTEMS 1.0 INTRODUCTION

Surveillance CCTV system is required to ensure effective surveillance of an area as

well as create a tamperproof record for post event analysis. The System shall provide

an on-line display of video images on TFT monitors/Video Wall/Large plasma

monitors located in Central as well as Local control rooms.

The system should facilitate viewing of live and recorded images and controlling of all

cameras by the authorized users present in the LAN. It should provide inter -

operability of hardware, OS, software, networking, printing, database connectivity,

reporting, and communication protocols. The system expansion should be possible

through off-the-shelf available hardware. It is necessary to note that equipment with

better specifications shall be accepted.

Note: 1. NVR & Camera Server are synonymous in these specifications.

2. OEM of Cameras, Encoders, Decoders, NVR, Servers, NAS box/Raid

backup device, Workstations, Monitors, and Switches shall be ISO

firms.

2. GENERAL SPECIFICATIONS:

2.1. Proposed CCTV system shall be an open standard based integrated system

with IP network centric functional and management architecture aimed at providing

high-speed manual/automatic operation for best performance.

2.2. The system shall use video signals from various types of indoor/outdoor CCD

colour cameras installed at different locations, process them for viewing on

workstations/monitors at Central Control Room/local control rooms and

simultaneously record all the cameras after compression using MPEG 4 or better

standard. Joystick or Mouse-Keyboard controllers shall be used for Pan, Tilt, Zoom,

and other functions of desired cameras.

EDE/064/ CCTV EDSON ENGINEERS

17 CCTV Nakuru County Offices

CC2

2.3. The system shall have combination of Digital CCD Colour video Cameras with

individual IP address, analog CCD Colour Video Cameras with Fixed or P/T/Z Lens,

encoders / decoders, Network Video recorders (NVR/CAMERA SERVER), Network.

attached storage (NAS) / Raid backup device for recording, Application software,

Colour Video Monitors, Keyboards with Joystick controllers / Mouse-Keyboard,

software based Video Matrix Switcher, workstation for System Administration /

Management / Maintenance etc.

2.4. The NVR / CAMERA SERVER can be embedded type or server based.

However the NVR / CAMERA SERVER software shall run on common off the shelf

available servers (Camera server & Database server). Each NVR / Camera Server

shall be able to handle 36 or more cameras.

2.5. Network Video Recorder shall offer both video stream management and video

stream storage management. Recording frame rate & resolution in respect of

individual channel shall be programmable.

2.6. The system should ensure that once recorded, the video cannot be altered,

ensuring the audit trail is intact for evidential purposes.

2.7. The system shall provide sufficient storage of all the camera recordings for a

period of 30 days or more @ 25 FPS, at 4 CIF or better quality using necessary

compression techniques for all cameras (extended capacity of cameras i.e. present

capacity + 25 %).

2.8. The system shall use a combination of IP enabled cameras & analog CCD

cameras with external encoder. The video shall be compressed using MPEG-4 or

better standard and streamed over the IP network.

2.9. Encoders shall digitize analog video, compress the digital video using various

compression algorithms (MPEG -4 or better standard), and transmit the compressed

digital video over packet-based IP network. Encoders shall have less than 200 ms of

latency and shall support dual stream –MPEG 4.

EDE/064/ CCTV EDSON ENGINEERS

18 CCTV Nakuru County Offices

CC3

2.10. The recording resolution and frame rate for each camera shall be user

programmable.

2.11. The Area under surveillance shall be monitored and controlled from

Central/Local

Control Room(s) through workstations and Joystick controllers.

2.12. Surveillance CCTV System shall operate on 240 V, 50 Hz single -phase power

supply. Power for all the equipment will be conditioned using on-line UPS with

minimum 30 minutes or more back up. If any equipment operates on any voltage

other than the supply voltage and supply frequency, necessary conversion/correction

device for supply shall be supplied along with the equipment.

2.13. All the control equipment e.g. servers, NVR/CAMERA SERVER, NAS/Raid

backup device, decoders etc. shall be provided in standard Racks.

2.14. All the indoor cameras & control equipment shall be suitable for operation

from 100C to 400C and relative humidity up to 80 % non-condensing. Cameras &

other equipment, meant for outdoor installations, shall be suitable to work from (-)

100C to (+) 500 C with RH up to 90% non-condensing. This temperature range may

be achieved with or without heater.

3. SYSTEM REQUIREMENTS:

3.1 Camera with external encoder or IP Camera shall be used for image capture.

3.2 Indoor cameras shall be either with fixed focal length lens or with Pan/Tilt &

Zoom lens as per site requirement. All outdoor cameras shall be Day/Night cameras.

3.3 Housing of cameras meant for indoor use shall be of IP 42 rating whereas

outdoor camera housing shall be of IP 66 or better rating. These must be integrated

by the camera manufacturer.

3.4 System must provide built-in facility of watermarking or Digital certificate to

ensure tamperproof recording so that these can be used as evidence at a later date,

if so desired. The recording shall support audit trail feature.

3.5 All camera recordings shall have Camera ID & location/area of recording as

well as date/time stamp. Camera ID, Location/Area of recording & date/time shall be

programmable by the system administrator with User ID & Password.

EDE/064/ CCTV EDSON ENGINEERS

19 CCTV Nakuru County Offices

CC4

3.6 Facility of camera recording in real -time mode (25 FPS)/15/12.5/10 or lower

FPS as well as in any desired combination must be available in the system.

3.7 Facility of Camera recording in CIF, 2CIF, 4 CIF as well as in any combination

i.e. any camera can be recorded in any quality –Selective or Group of cameras must

be available in the system.

3.8 System to have facility of additional camera installation beyond the originally

planned capacity.

3.9 In order to optimize the memory, while recording, video shall be compressed

using MPEG-4 or better standard and streamed over the IP network. Once on the

network, video can be viewed on a Control room workstation or on analog monitor

using a hardware decoder (MPEG-4/compatible standard Receiver) and shall be

recorded on

NVR/CAMERA SERVER and shall be backed up on NAS/RAID Backup device.

3.10 System shall be triplex i.e.it should provide facility of Viewing, Recording &

Replay simultaneously.

3.11 The offered system shall have facility to export the desired portion of clipping

(from a desired date/time to another desired date/time) on CD or DVD. Viewing of

this recording shall be possible on standard PC using standard software like windows

media player etc.

3.12 PTZ Cameras shall have 64 or more pre -defined positions, to be selected

through suitable input alarm.

3.13 Redundancy/Fail-over feature is required i.e. in case of failure of an

NVR/CAMERA SERVER the relevant cameras shall automatically switch over to the

redundant NVR/CAMERA SERVER.

3.14 System shall have provision of WAN connectivity for remote monitoring.

EDE/064/ CCTV EDSON ENGINEERS

20 CCTV Nakuru County Offices

CC5

4.0 SYSTEM DESIGN:

4.1 Each camera should be connected to a Hardware Encoder, through cable,

which shall support minimum dual streams. Alternatively, the camera shall be IP

based, UTP ready. The encoders should be capable of producing streams @ 25 fps

for each camera for viewing on LAN and on monitors and also recording into the

NVR/CAMERA SERVER/Camera servers and NAS box/Raid backup device @ 25

fps or lower frame rate, user selectable as per requirement, for each individual

camera.

4.2 Encoders shall be Power over Ethernet (POE) compliant and connected to

Layer 2 or Layer 3 switch as per system design using UTP CAT 6 Cable or fiber optic

cable and the required connectors as per standards.

4.3 Central/Local Control Room will have workstations along with controllers for

Camera operation. For monitoring purposes, Video monitors/Plasma monitors, Video

wall shall be setup with suitable mounting arrangements, as per user requirements.

Facility for viewing and controlling all the cameras at various other locations, as

required, shall be provided.

4.4 Monitoring at Local control rooms may be restricted to operation of certain

cameras only & system administrator should be able to configure the system,

accordingly. More than one Local Control rooms may be required in the proposed

system with individual configuration.

4.5 Each control room may have one or more Operators simultaneously using the

installed Video monitors/Video wall. Operator control on cameras shall be on a static

basis or rotary basis depending on the policies to be decided at site.

4.6 There shall be a Control System with Video Control Software to manage all

the video surveillance devices.

4.7 Database Server shall keep track of all configurations & events. This will help

in proper System administration & management of redundancies etc.

EDE/064/ CCTV EDSON ENGINEERS

21 CCTV Nakuru County Offices

CC6

4.8 Video stream from individual cameras shall be recorded on respective

NVR/Camera Server &, subsequently, archived to NAS box/RAID backup device.

System shall have provision to automatically over -write the new information after the

period of 30/31 days

& necessary script/algorithm must be available in the Application.

4.9 All the workstations in LAN should be provided with software to view and

control the cameras, encoders and retrieve the recorded video images from the

NVR/CAMERA

SERVER/NAS/Raid backup device seamlessly.

5. VIDEO SURVEILLANCE APPLICATION SOFTWARE

5.1 The software shall operate on open architecture for integration with perimeter

safety, access control, PA and fire / safety systems based on open standards.

5.2 Digital video surveillance control software should be capable to display and

manage the entire surveillance system. It should be capable of supporting variety of

devices such as cameras, video encoders, video decoders, PTZ controller, NVR,

NAS boxes/Raid backup device etc.

5.3 The software should have inbuilt facility to store configuration of encoders /

decoders and cameras.

5.4 The software should Support flexible 1/2/4 Windows Split screen display

mode or scroll mode on the PC monitor or on preview monitor as per site

requirement.

5.5 The software should be able to control all cameras i.e. PTZ control, Iris

control, auto/ manual focus, and color balance of camera, Selection of presets, Video

tour selection etc.

5.6 There must be a single encoder for each camera.

5.7 The software is required to generate reports of stored device configuration.

The control software is require d to provide alarm and alarm log. The log shall be

able to be achieved, printed and displayed using a device filter, a device group filter

and/or a time window.

EDE/064/ CCTV EDSON ENGINEERS

22 CCTV Nakuru County Offices

CC7

5.8 The software should have user access authority configurable on per device or

per device group basis. The user shall have the facility to request the access of any

camera and can control the camera for a reservation period. Control of camera is

released after the reservation period.

5.9 The system shall provide User activity log (audit trail) with user id, time stamp,

and action performed, etc.

5.10 The administrator should be able to add, edit & delete users with rights. It

shall be possible to view ability / rights of each user or the cameras which can be

viewed & controlled as per the permission assigned by the administrator.

5.11 The users should be on a hierarchical basis as assigned by the administrator.

The higher priority person can take control of cameras, which are already being

controlled by a lower priority user. There should be minimum 3 hierarchical levels of

security for providing user level log in.

5.12 It should have recording modes viz. continuous, manual, or programmed

modes on date, time and camera -wise. All modes should be disabled and enabled

using scheduled configuration. It should also be possible to search and replay the

recorded images on date, time and camera -wise. It should provide onscreen controls

for remote operation of PTZ cameras. It should have the facility for scheduled

recording. Different recording speeds (fps) and resolution for each recording mode

for each camera should be possible.

5.13 It should provide programmable motion detection and recording, to be

defined area-wise. System must be able to support video motion detection algorithms

to detect and track objects, learn the scene, Adapt to a changing outdoor

environment, ignore environmental changes including rain, hail, wind, swaying trees

and gradual light changes.

5.14 The settings shall be individually configurable for each alarm and each

camera pre-record duration. This shall allow the Camera Server to capture video

prior to the alarm/event, as well as after the alarm/event. Shall be selectable from a

list of values ranging between 0 seconds and 5 minutes.

EDE/064/ CCTV EDSON ENGINEERS

23 CCTV Nakuru County Offices

CC8

5.15 The software for clients should also be working on a browser based system

for remote users. This will allow any authorized user to display the video of any

desired camera on the monitor with full PTZ and associated controls.

5.16 Retrieval: The CCTV application should allow retrieval of data instantaneously

or any date / time interval chosen through search functionality of the application

software. In case data is older than 30 days and available, the retrieval should be

possible. The system should also allow for backup of specific data on any drives like

CD/DVD/Blu ray

Recorders or any other device in a format which can be replayed through a standard

PC based software. Log of any such activity should be maintained by the system

which can be audited at a later date.

5.17 Backup: Online backup should be maintained to protect against storage

failure.

5.18 Storage: Data storage should be at a central location. The capacity of the

storage should be equal to 30 days of recoding of all cameras at 25 fps/4 CIF. The

system should follow FIFO on recording.

5.19 Artificial Intelligence: It shall have image tracking facility. If any object is

found to be stationary for a pre -defined period the system shall track the event and

alert the operator. This facility shall be provided on select cameras at entry point,

check -in counters, X-Ray BIS points, SHA and as defined by the tenderer. The

system must have the features for identifying tail-gating, vehicle detection features,

unattended baggage identification, queuing analysis, external text insertion feature

and intruder detection.

EDE/064/ CCTV EDSON ENGINEERS

24 CCTV Nakuru County Offices

CC9

6.0 DETAILED TECHNICAL SPECIFICATIONS

6.1 Colour video Dome Camera with PTZ

Image Device Interline transfer 1/4" or better format CCD sensor

Focal length 4 mm to 72 mm or

Optical zoom(For

Indoor Camera)

18 X or better

Optical zoom(For

Outdoor Camera)

26 X or better

Number of Pixels 720 X 576 or better

Scanning System PAL

Resolution 480 TVL or better

Illumination (For

Indoor camera)

1.0 Lux (Color), 0.1 Lux (B/W) or better

Illumination(For

Outdoor camera)

1.0 Lux (Color), 0.05 Lux (B/W) or better

Pan Travel 360º Continuous

Tilt Travel 0 -90º

Manual Tilt Speed 0.5°/SEC to 90°/SEC

Manual pan

speed

0.5°/SEC to 90°/SEC

Preset Tilt Speed 0.5°/SEC to 90°/SEC

Preset Pan Speed 0.5°/S EC to 300°/SEC

Preset positions Min. 64

Iris Control Auto

Focus Auto

Backlight

compensation

Required with black masking or other suitable

technology

White balance Auto

Electronic shutter Auto

S/N ratio >= 48 dB

Power supply As per OEM's design, however generally AC 240 V @

50Hz/12V or 24 V AC Rectifier and SMPS if DC supply

EDE/064/ CCTV EDSON ENGINEERS

25 CCTV Nakuru County Offices

CC10

6.2 Fixed Colour Dome Camera Varifocal

Image Device 1/3” or ¼” CCD Sensor

Number of Pixels Minimum 720 x 576

Scanning System PAL

Resolution 480 TV Lines or better

Min Illumination 1 Lux at F 1.2

S/N Ratio >=48 dB

Electronic Shutter AUTO

Lens Built-in Varifocal lens. Auto Iris, lens f = 4 –9 mm.

(approx.)

Backlight

compensation

Required

Power supply As per OEM's design

6.3 MPEG4 Encoder (HARDWARE BASED)

6.3.1 The encoder shall be built on embedded processor and real time

operating system. The Encoder should convert Analog Composite/S -Video

input into good quality digital stream on real time basis and shall be able to

transmit as Unicast /Multicast IP packet with low latency (less than 200

mSec.) for live viewing as well as for recording.

6.3.2 The video resolution should be configurable at either of 4 CIF, 2 CIF,

and CIF @ 25 fps or at lower frame rate per camera, user selectable.

6.3.3 The encoder should generate MPEG4 video stream Compliant with

ISO/IEC 14496 standard. The encoder should be interchangeable with any

standard encoder of any other make, which generates MPEG4 video stream

Compliant with ISO/IEC 14496 standard.

6.3.4 The Encoder should have the following specifications or should match

with the requirement.

EDE/064/ CCTV EDSON ENGINEERS

26 CCTV Nakuru County Offices

CC11

Format PAL color, B/W, composite, 25 fps, 2:1 interlaced

Resolution(H x V pixels) 4 CIF 704 x 576, 2 CIF , CIF, QCIF

Frame Rate 25 fps (PAL) and lower

Encoding MPEG - 4 Compliant with ISO/ IEC 14496 Standard

Video Parameters Brightness, contrast, hue, sharpness, and sizing

selectable

Video Latency Less than 200 mSec.

Connectors BNC for Composite Video for input, suitable connectors

for

Power, Alarm in, and Alarm out, RJ-45 for Ethernet

10/100

Base-T output.

IP Address Static IP Address or as per System requirement.

MPEG4 standard Compliant with ISO / IEC14496

IP Packets Unicast and Multicast

POE Compliant

Power supply As per OEM's design

6.4 NETWORK ATTACHED STORAGE (NAS)/RAID BACKUP DEVICE

6.4.1 NAS box/RAID backup device shall be used to record video

streams based on the configuration assigned by administrator. Workstations

& Servers within the LAN should be able to access the recorded video

streams. The NAS/RAID backup device should support simultaneous

playback and recording at full duplex operation.

EDE/064/ CCTV EDSON ENGINEERS

27 CCTV Nakuru County Offices

CC12

6.4.2 It shall provide a high quality recording storage and play back of

images. It should support integration with LAN to provide Centralized

Management and shall operate on Windows / Linux OS. Support of user

management for security level control and authentication required. These

NAS boxes/RAID backup device should have the following features and

specifications:

Onboard CPU Dual Intel Xeon R Support up to 2.8 GHz

Onboard Memory 1 GB DDR RAM or better

HD Drive As per system requirement

Host Interface Dual Gigabit Ethernet

RAID Support RAID levels 0, 1, and 5

Network Transport Protocol TCP/IP

Network File Protocols CIFS, NFS, HTTP/HTTPS, FTP, NTP, SNMP, SMTP,

DHCP and DNS

Drive status/ space monitoring

Supported

Operating System (OS) MS Windows OS (Latest version) or Linux

Power supply Hot pluggable Redundant Power Supply

EDE/064/ CCTV EDSON ENGINEERS

28 CCTV Nakuru County Offices

CC13

6.5 Workstation

CPU Pentium ® 4 Processor 3.4 GHz, 800FSB, 2 MB Cache

or

better

Mother Board Intel Original Mother Board

Memory 2 GB DDR RAM or better

Hard Drives 5000 GB or more

Keyboards PS /2 Keyboard

Mouse Optical Mouse with scroll

Video Card In Built 2 Nos. for connecting 2 monitors

RAID Supported

Network Adapter (NIC) Integrated 10/100/1000 Base –T

Sound Card In-Built

DVD writer DVD+16x –16x, RW +8x -6x, CDW 48x, Blu Ray

Monitor 19" TFT monitor

USB 2.0 or fire wire card 2 nos. at front panel

Operating system MS Windows OS or Linux (Latest versions) at the time of

tender.

Antivirus Software Latest software at the time of tender.

EDE/064/ CCTV EDSON ENGINEERS

29 CCTV Nakuru County Offices

CC14

6.6 NVR/Camera/Database Server

CPU Pentium IV or Xeon, 3.2GHz or higher

Memory 8 GB DDR RAM or better

Hard Drives 8 TB with RAID 5 Support

DVD writer External DVD+16x –16x, RW +8x -6x, CDW 48x, Blu

Ray

Network Adapter (NIC) Dual TCP/IP Integrated 10/100/1000 Base –T

Sound Card In-Built

Graphic Card Super VGA non-interlaced graphics card capable of 1024

x

768 pixel resolution and 65K colors (or true color) with

4MB

video memory or better

Recording Speed 25 fps / channel (minimum 32 channel)

USB 2.0 or fire wall 2 nos. at front panel

Keyboards PS/2 Keyboard

Mouse Optical Mouse with scroll

Monitors 19" TFT

Operating system MS Windows OS or Linux (Latest versions) at the time of

tender.

Anti-Virus Software Latest software at the time of tender.

EDE/064/ CCTV EDSON ENGINEERS

30 CCTV Nakuru County Offices

CC15

6.7 Camera Housing & mount: The camera mount should be:

i. Of the same make as that of camera and suitable for the model

number

offered as specified by the manufacturer and should be an integrated

unit.

ii. Should be compact and indoor / outdoor type as required.

ii. Should support the weight of camera and accessories such as

housing, pan & tilt head in any vertical or horizontal position etc.

6.8 Speed dome controller/PTZ controller

Speed Dome Controller should have variable speed joystick, LCD display for

programming and it should be able to control the speed dome for PAN / TILT /

Zoom.

6.9 Cables

Sr. No. Connectivity Cable Type

1 Camera to Video Encoder Coaxial RG59U / Fiber Optic

2 Video Encoder to Switch in control room UTP CAT 6 / Fiber Optic

3 Switch to Video Wall Switches UTP CAT 6 / Fiber Optic

4 From switches to NAS Box Fiber Optic

5 Hardware Decoder to monitor Composite signal cable

EDE/064/ CCTV EDSON ENGINEERS

31 CCTV Nakuru County Offices

PART C

BILLS OF QUANTITIES

FOR

CCTV INSTALLATIONS

SUB-CONTRACT

EDE/64/16-CCTV Edson Engineers

ALL RATES TO INCLUDE 16% VAT PAGE BQ 1

DESCRIPTION UNIT QTY RATE AMOUNTKSHS KSHS

SUPPLY, DELIVER, INSTALL SET TO

WORK AND COMMISSION THE

FOLLOWING:-

aDay and night fixed Dome camera C/W Auto iris vorifocal lens for internal use as HIK Vision or approved equivalent

7 No.

b

Day and night fixed Dome camera C/W Auto iris vorifocal lens for External use as per camera as HIK Vision or approved equivalent

2 No.

c

24 channels Full D1 Real Time Network Recorder C/W 4TB memory complete with computer work station (specify model) with 42" LED display

1 No.

d

21U lockable free standing powder coated heavy guage cabinet with single glass door, power strip, fans and vertical cable management.

1 No.

eCAT 6 4-pair SFTP cable for camera connections as SIEMON or approved equivalent

600 Lm

f12 port Stackable Core network POE switch for CCTV cameras (State make, model number etc)

1 No.

gConnectors, Mountings and Termination consumables

1 Lot

h Power cables and connectors 1 Lot

iAny other items necessary to complete the system installation satisfactorily. (List, give quantities and price of the items)

1 Lot

a)……………………………………..

b)………………………………..……

c)……………………..…………………

NAKURU COUNTY ASSEMBLY OFFICES - ELECTRICAL SERVICES

SECURITY SYSTEMS CCTV INSTALLATIONS

ITEM

NO.

Total for Bill Carried Forward to Price summary Page(VAT INC)

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-CCTV Edson Engineers

CCTV (Pg 1) KShs.…………….…………

TOTAL CARRIED TO FORM OF TENDER…………….…………....KShs………...…………..

Name of Tenderer:.................................................................................................

Address of Tenderer:..............................................................................................

Signature and Stamp of Tenderer:..........................................Date: ….......................

NB: Drawings are part of tender documents.Rates to include other relevant taxes

SUMMARY OF TENDER PAGE

PROPOSED DESIGN AND SUPERVISION OF NAKURU COUNTY ASSEMBLY

SECURITY SYSTEMS CCTV INSTALLATIONS

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/21/CCTVCA

PROPOSED NAKURU COUNTY ASSEMBLY

CHAMBERS , OFFICES AND ASSOCIATED

FACILITIES

VOLUME 2(Electrical Services)

SPECIFICATIONS & BILLS OF QUANTITIES FOR

2(e) Structured Cabling Installations

SUB-CONTRACT

Architects: Quantity Surveyor:

Scope Design Systems Obra International

P.O. Box 10591 -00100 P.O. Box 3494 -00200

NAIROBI NAIROBI

Services Engineer

Edson Engineers

P.O. Box 5647 - 00100 NAIROBI

OCTOBER 2016

EDE/064/ SC EDSON ENGINEERS

2 STRUCTURED CABLING Nakuru County Offices

CONTENTS PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED

FACILITIES

Structured Cabling Installations Sub-Contract

PAGE NO.

FORM OF TENDER FT DEFINITION OF TERMS D1 - D2 NOTES TO TENDERERS N1 - N2 GENERAL CONDITIONS OF SUB-CONTRACT GC1 – GC6 SPECIFICATIONS FOR STRUCTURED CABLING SC1 – SC52 BILLS OF QUANTITIES BQ - BQ SUMMARY OF TENDER BQ

EDE/064/ SC EDSON ENGINEERS

3 STRUCTURED CABLING Nakuru County Offices

FT FORM OF TENDER

TENDER FOR: PROPOSED NAKURU COUNTY ASSEMBY CHAMBERS, OFFICES AND ASSOCIATED FACILITIES

Structured Cabling Installations Sub-Contract

Nakuru County Assembly Offices P.O. Box 907 Nakuru, KENYA Dear Sir

1. I/We, the undersigned, offer to contract for the above sub-contract works in accordance with the attached Conditions of Sub-Contract, Specifications and Bills of Quantities for the sum of:

KShs…………………………………….

(in words) Kenya Shillings……………………………………………………………… ………………………………………………………………………………………………

2. I/We agree that our tender shall remain valid for 90 days from the date of opening the Sub-contract tender and shall not be withdrawn during this period.

3. I/We agree that you are not responsible for any expenses incurred by me/us in submitting this tender

4. I/We agree that you are not bound to accept the lowest or any other tender. Name & Address of Tenderer:…………………………………………………………….

Telephone:………………………………………………………………………………… Signature of Tenderer:……………………………………………………………………...

Date:……………………………………………………………………………………………

Company Stamp:…………………………………………………………………………

EDE/064/ SC EDSON ENGINEERS

4 STRUCTURED CABLING Nakuru County Offices

Page D1

DEFINITION OF TERMS

The following words and expressions used in this document shall have the following meanings attached to them: Employer : Nakuru County Assembly Offices

P.O. Box 907 Nairobi, KENYA

Architect : Scope Design Systems P.O. Box 10591- 00100

Nairobi Services Engineer : Edson Engineers P O Box 5647 - 00100

Nairobi Quantity Surveyor: Obra International P.O. Box 3494 - 00200

Nairobi Main contractor : shall mean the firm or company appointed to carry out the project building works Sub-contractor : shall mean the firm or company appointed to carry out the sub-contract

works described in this document Works : shall mean the materials and the plant to be provided and labours to be

performed by the sub-contractor in fulfillment of the terms of this document and the sub-contract made for that purpose

Contract drawings : shall mean the drawings listed in or referred to in this document and

forming part of this document

m. : shall mean metre mm : shall mean millimeters. mm2 : shall mean square millimetres k : shall mean kilo

EDE/064/ SC EDSON ENGINEERS

5 STRUCTURED CABLING Nakuru County Offices

D2

DEFINITION OF TERMS

A. : shall mean amperes

V. : shall mean volts W. : shall mean watts Hz : shall mean Hertz or cycles per second PVC : shall mean polyvinyl chloride SWA : shall mean steel wire armoured S.P.& N. : shall mean single pole and neutral T.P.& N. : shall mean triple pole and neutral NO. or No. : shall mean numerical number dia. : shall mean diameter rpm : shall mean revolutions per minute KBS : shall mean Kenya Bureau of Standards

B.S. & B.S.C.P. : shall mean British Standard Specification

& British Standard Code of Practice

K.P.& L. : shall mean Kenya Power & Lighting Company Limited Ditto : shall mean in all respects as described in a previous item in the bills of quantities

I.E.E. : shall mean the Institution of Electrical Engineers of the United Kingdom L.V. : shall mean low voltage as defined by the 16

th edition of the

I.E.E. wiring Regulations H.V. : shall mean high voltage as defined by the 16th edition of the

I.E.E. wiring Regulations

EDE/064/ SC EDSON ENGINEERS

6 STRUCTURED CABLING Nakuru County Offices

N1

NOTES FOR TENDERERS

1. DOCUMENT CHECK Before submitting his tender, the tenderer is required to:

a) Check that no page/s of this document is/are missing or illegible and to have this rectified

b) Ensure that all ambiguities, doubts or obscure points in this document are cleared with the engineer.

No claims for alleged deficiencies in the information given in this document shall be considered at a later date.

2. ALTERATION TO THIS DOCUMENT Unauthorized alteration or qualification made to the text of this document by

the tenderer shall disqualify the tenderer.

3. CORRECTION OF TENDERS Arithmetic errors in the tenders will be corrected by the engineer in the following

manner:

a) Errors in Extensions If a total extension figure is entered, the extended total shall be a product of the

tendered unit rate and the quantity of the item, and the product shall be added to the tender sum.

If the total extension entered in the bill of quantities is less than the product of the

tendered unit rate and the quantity of the item, a corrected unit rate shall be obtained by dividing the extension total and the quantity of the item. The tender sum shall thus not be amended.

If the total extension entered in the bill of quantities is greater than the product of

the tendered unit rate and the quantity of the item, the extension total shall be reduced to the correct product of the tendered unit rate and the quantity of the item, and the tender sum shall be reduced correspondingly.

b) Omission of Unit Rates:

If an extension total is entered in the bill of quantities but no unit rate is entered therein, the unit rate shall be calculated as the extension total divided by the quantity of the item.

EDE/064/ SC EDSON ENGINEERS

7 STRUCTURED CABLING Nakuru County Offices

N2

c) Omission of Extension Rate & Extension Total: If no unit rate and extension total is entered against any item in the bills of

quantities, it will be assumed that the cost of the item is fully and completely covered elsewhere in the bills of quantities.

d) Errors in Addition: All errors in addition, irrespective of where they occur in the bills of quantities shall

be corrected and the tender sum amended correspondingly.

4. DISCOUNTS No lump sum discounts shall be made in the tender and if such a discount does

appear in the tender, it shall be disregarded and the tender sum will be considered to be the total of the bills of quantities.

EDE/064/ SC EDSON ENGINEERS

8 STRUCTURED CABLING Nakuru County Offices

PART A

GENERAL CONDITIONS

FOR STRUCTURED CABLING INSTALLATIONS

SUB-CONTRACT

EDE/064/ SC EDSON ENGINEERS

9 STRUCTURED CABLING Nakuru County Offices

GC1

1.01 SUB-CONTRACT AGREEMENT

The sub-contractor shall be required to enter into a sub-contract agreement

with the main contractor. The form of sub-contract agreement shall be the latest edition of the Agreement and Schedule of Conditions of Building Sub-Contract, published by The Kenya Association of Building and Civil Engineering Contractors.

The tenderer shall be deemed to have examined, fully understood and

accepted the requirements of all clauses in the above document. 1.02 PRELIMINARIES

It shall be deemed that the tenderer in pricing the “Preliminaries” item in the

Summary of Tender contained in this document, has priced for all items in this section of the document and in the Agreement & Schedule of Conditions of Building Sub-Contract, which have financial implications.

1.03 FIRM PRICE CONTRACT

This is a firm price contract and the tenderer must allow in his pricing of this

tender for any increases in the cost of labour and materials during the currency of the sub-contract. No claims for increased cost will be allowed.

1.04 SITE

The site of the proposed works is situated at Nakuru County.

The tenderer is recommended to visit the site and will be deemed to have satisfied himself with regard to access to the site, the conditions under which the sub-contract works will have to be carried out, the supply of and conditions affecting labour and facilities for obtaining materials and equipment referred in this document.

1.05 EXISTING PROPERTY

The sub-contractor shall take every precaution to avoid damage to all existing

property and he shall be held responsible for all damages arising from the execution of this sub-contract and he shall make good all such damage at his own expense to the satisfaction of the architect.

1.06 CONSTRUCTION PROGRAMME

The tenderer shall be deemed to have: (a) been informed about the duration of

the main contract before submitting their tender and (b) allowed for in his tender all necessary costs to enable him to execute and complete the sub-contract works within the main contractor’s construction programme.

EDE/064/ SC EDSON ENGINEERS

10 STRUCTURED CABLING Nakuru County Offices

GC2 1.07 SITE MEETINGS

The sub-contractor shall be required to attend all site meetings and contractor’s meetings. 1.08 SERVICES AND ATTENDANCE

Services and attendance shall be provided by the main contractor in

accordance with the provisions in the main contract agreement. The above will be limited to the builder’s work in connection with this sub-

contract, use of temporary water supply and electrical power and main contractor’s scaffolding.

Except for drilling holes, forming concrete bases, chasing, cutting and making

good the building fabric will be done by the main contractor. The sub-contractor shall mark out in advance and shall be responsible for the accuracy of the sizes of and positions of the bases, chases and holes required for his works.

The sub-contractor shall be responsible for providing any special internal

and/or external scaffolding, trestle, etc specifically required for carrying out the sub-contract works. The tenderer is deemed to have allowed in his prices for the above requirement.

1.09 PROGRAMME OF WORKS

The sub-contract works will commence immediately upon the appointment of

the sub-contractor. The sub-contractor shall be required to phase his works in accordance with the main contractor’s programme of works.

The sub-contractor shall prepare such Critical Path Programmes or Progress

Chart as the main contractor considers necessary to assist him in the preparation of and maintenance of his overall Programmes and Charts.

Copies of the sub-contractor’s programmes shall be submitted to the main

contractor, architect and engineer.

1.10 MATERIALS AND WORKMANSHIP The sub-contractor shall be responsible for the provision of all materials,

special scaffolding, tools and tradesmen required for the execution of the sub-contract

works. Plant, equipment and materials to be used in the execution of the sub-contract

works shall be of sound condition to ensure they shall be serviceable for the duration of the sub-contract and that they do not pose any danger to those employed on the project

EDE/064/ SC EDSON ENGINEERS

11 STRUCTURED CABLING Nakuru County Offices

GC3 1.10 Materials and Workmanship ………./continued

The tenderer shall allow for in prices for hoisting all items of equipment and

materials for the sub-contract to be installed in the locations and heights shown on the sub-contract drawings or noted in this document.

1.11 MEASURED WORKS

The Bill of Quantities contained in this document has been prepared in accordance with the Standard Method of Measurement of Building Works for Republic of Kenya: Metric Edition.

All “provisional” and other work liable to adjustment under this sub-contract shall be left uncovered for a reasonable time to allow any measurements needed to be taken by the engineer. The sub-contractor shall inform the engineer when the work is ready for measurement.

If the sub-contractor defaults in the above requirement, he shall uncover the

works for measurement to be taken and reinstate afterwards, all at his expense.

1.12 PROVISIONAL SUMS Quantities given as “Provisional” in this document shall not be held to gauge, or

limit the amount or description of the work to be executed by the sub-contractor. But, the value thereof shall be deducted from the sub-contract sum and the value of the work ordered by the engineer shall be added to the sub-contract sum as provided by the sub-contract agreement.

1.13 VARIATIONS Except in emergency, or for reasons over which the sub-contractor has no

control, works likely to involve a claim for extra payment shall not be initiated without

the written instruction from the engineer. Addition to or reduction from the sub-contract in respect of extra work,

alteration or omission authorised by the engineer shall be agreed and confirmed in writing at the time such variations are decided and shall not affect the validity of the sub-contract.

No allowance shall be made for loss of profit on omitted works. Any claim involving additional work on site, must be accompanied by

authorised site instruction signed by the engineer or his representative. The sub-contractor shall submit to the engineer claim/s for any work or

circumstances on account of which he may want extra payment within seven days

EDE/064/ SC EDSON ENGINEERS

12 STRUCTURED CABLING Nakuru County Offices

GC4

1.13 Variations ………../Continued.

from the time of the commencement of such work or circumstances. Any such

claim must be in writing with full particulars of such claim/s.

1.14 MATERIALS ORDERS The sub-contractor shall order and/or procure all materials and equipment for

the sub-contract within two weeks after his appointment. Documentary evidence of all orders and purchases shall be submitted to the engineer within the above time.

No claims for extra payment shall be considered, if the sub-contractor does not

comply with the above requirement. 1.15 DUTIES, TAXES, ETC. The tenderer shall include in his prices all mandatory Government duties, taxes

and levies; Supply to site, insurances, storage, fix in position, testing, commissioning and all other obligations under this sub-contract.

1.16 DEFECTS LIABILITY The complete sub-contract works shall be guaranteed for a period of six

months from the date of the architect’s certificate of completion. Under this guarantee the sub-contractor shall make good at his own cost all defects in materials, equipment or workmanship which may develop in that period. The sub-contractor shall also make good any damage caused to other works, equipment and materials due to defects in the sub-contract works.

This clause shall not in any way invalidate manufacturer’s guarantee on

equipment, which may extend for periods longer than six months. 1.17 STORAGE ON SITE

Space on site or certain areas of partially completed building, when available,

may be allocated to the sub-contractor for storing his material and equipment for the sub-contract.

The main contractor will be responsible for making the storage area waterproof

but the sub-contractor shall be responsible for his own lock-up facilities and sheds.

The sub-contractor shall, when reasonably called upon at any time by the main

contractor, move his material or plant elsewhere notwithstanding his having previously been allocated that space.

EDE/064/ SC EDSON ENGINEERS

13 STRUCTURED CABLING Nakuru County Offices

GC5

1.18 CONTRACT DRAWINGS The sub-contract drawings are intended to indicate the intent and extent of the

sub-contract works. The sub-contract drawings and this document are meant to explain each other and shall be read together.

Measures with dimensions shown on the contract drawings and measures noted in this document are to be followed in preference to dimensions scaled from the contract drawings; but whenever possible, dimensions are to be taken on the site or from the buildings.

Before any work is commenced, dimensions shall be checked on the site

and/or the buildings and discrepancies reported to the engineer. The sub-contractor shall be responsible for ensuring the accuracy of such dimensions.

One copy of all the sub-contract drawings and a copy of this document, issued

to the sub-contractor, shall be retained on site at all times and be available for reference by the engineer and the architect.

1.19 SITE REPRESENTATIVE

It is a specific requirement of this sub-contract that the successful tenderer

shall provide on site, throughout the project construction period, a literate, suitably

qualified and competent person to represent him and to ensure that the sub-contract works are carried out to the standard required by this document.

Instructions and directions given by the architect and/or the engineer to the

sub-contractor’s site representative shall be deemed to have been given to the sub-contractor.

1.20 INSPECTION

The engineer shall be allowed all facilities for inspecting materials and

workmanship on site during the execution of the contract. A similar reservation for inspecting at the manufacturer’s works shall be

included in all orders for specifically manufactured equipment issued by the sub-contractor. In such cases notice shall be given to the engineer that equipment has been manufactured and is ready for inspection and testing, so that this may be carried out before the equipment is packed for shipping.

1.21 SAMPLES The sub-contractor shall, when required, provide at no extra cost, samples of

materials or workmanship forming part of the works. Such samples when approved shall be retained on the site and shall form the standard required for the works.

Any condemned material as unfit for use in the works shall be immediately removed from the site without any recompense to the sub-contractor.

EDE/064/ SC EDSON ENGINEERS

14 STRUCTURED CABLING Nakuru County Offices

GC6

1.22 FAULTY WORKS

The engineer shall have the right to reject any material or workmanship, which

in his opinion does not comply with the requirements of the specifications or is not satisfactory.

The sub-contractor shall replace such rejected materials or rectify such bad

workmanship forthwith, at his own expense. In event of undue delay on the part of the sub-contractor to rectify the rejections, the engineer will have the right to employ others to supply suitable materials and re-execute the works and deduct the cost thereof from the value of the sub-contract.

1.23 PROTECTION

The sub-contractor shall be responsible for casing up or otherwise protecting

all parts of the sub-contract works liable to damage or injury and for removing such protection and making good on completion.

1.24 CLEARING OF SITE The sub-contractor shall ensure that the areas where his works are being

carried out are, at all times, and kept clear of all debris and surplus materials.

EDE/064/ SC EDSON ENGINEERS

15 STRUCTURED CABLING Nakuru County Offices

PART B

TECHNICAL SPECIFICATION

FOR

STRUCTURED CABLING WORKS

EDE/064/ SC EDSON ENGINEERS

16 STRUCTURED CABLING Nakuru County Offices

SC1

1.01 DESCRIPTION FO THE SITE

The site of the proposed works is at Nakuru County.

1.02 DESCRIPTION OF THE PROJECT

The project comprises the supply and installation of a structured telecommunications cabling system.

The structured cabling system shall support data, voice, video and any other applications that might be required in the near future.

1.03 REGULATIONS

The contractor shall in the execution and completion of the works in the detailed design for which he is responsible comply with the provision of the following as necessary and relevant:

(a) The Electronic Power Act

(b) The Communications Commission of Kenya (CCK)

(c) Kenya Bureau of Standards

(d) Institute of Electronic and Electrical Engineers (IEEE)

(e) The Asynchronous Transfer Mode (ATM)

(f) The International Standards Organization ( ISO)

1.04 LABELLING OF CABLES, FACEPLATES AND INTERCONNECTING HARDWARE

Horizontal and backbone cables shall be labelled at each end. The cable or its label shall be marked with its identifier.

A unique identifier shall be marked on each faceplate to identify it as connecting hardware.

Each port in the faceplate shall be labelled with its identifier.

A unique identifier shall be marked on each piece of connecting hardware to identify it as connecting hardware.

Each port on the connecting hardware shall be labelled with its identifier.

1.05 WORKING DRAWINGS

A full set of all the working drawing shall be supplied by the contractor to the PM for approval showing the locations of and identifiers for:

All Horizontal cable routing and terminations.

All Telecommunications outlets/connectors

All Backbone cable routing and terminations

EDE/064/ SC EDSON ENGINEERS

17 STRUCTURED CABLING Nakuru County Offices

SC2

1.06 RECORDS

All records shall be created by the installation contractor and turned over to the PM at the completion of work. The format shall be computer based and both soft copies and hard copies shall be part of the As-built package.

The minimum requirements include:

Cable records must contain the identifier, cable type, length termination positions at ends, manufacturer, and part number.

Connecting hardware records must contain the identifier, type of hardware and the amount of positions.

Connecting hardware positions records must contain the identifier, type of position, and the cable identifier attached to it.

Test documentation on all cable types shall be included as part of the As-built package.

1.07 REPORTS

All reports shall be generated from the computer based programme used to create the records above. These reports should include but not limited to:-

Cable reports

Cross-Connect Reports

Connecting Hardware Reports

1.08 TESTING

Testing of cable channels shall be performed prior to system hand-over.

COPPER TESTING

All UTP/STP/FTP horizontal cables and backbone cables whose length does

not exceed 90M (295 ft) shall be tested according to ANSI/TIA/EIA-TSB-67 for wire map, attenuation, length, NEXT (Near End Crosstalk Loss), and STP/FTP shall have an additional tests for shield continuity. NEXT testing shall be done in both directions. All UTP/STP/FTP backbone cables exceeding 90M (295 ft) shall be 100% tested for continuity. The cable should support upto 1000MHz conform to IEC 61156-6, with fire retardant outer jacket, at least 23 AWG solid conductor 35 % nom braid

EDE/064/ SC EDSON ENGINEERS

18 STRUCTURED CABLING Nakuru County Offices

SC3

FIBRE OPTIC TESTING

Fibre horizontal and backbone cables shall be 100% tested for length, polarity, and attenuation at 850MM or 1300MM for 62.5/125 micron cable in at least one direction. Length shall be tested using an OTDR. The warranty offered shall be for link and/or channel coverage for horizontal and backbone cables. The testing performed shall be done in accordance with the type of warranty required. Can support At least 500 Tensile load, a bend radius of 10, -25 to +75 operating temperature

1.09 WORKMANSHIP

All work shall be done in a workman like fashion of the highest standards and in accordance with best practices in the telecommunications industry. All equipment and materials are to be installed in a neat and secure manner, while cables are to be properly dressed.

1.10 INSTALLER QUALIFICATIONS AND TRAINING

The installer shall be fully conversant and capable in the cabling of low voltage applications such as, but not limited to data voice and imaging network systems. The installer shall at minimum possess the following qualifications:-

Personnel trained and certified in the design/installation of structured cabling system.

Personnel trained and certified in fibre optic cabling, splicing, termination and testing techniques. Shall show proof of current certification.

1.11 SYSTEM WARRANTY

A Twenty Year System Warranty for the structured cabling system shall be provided for covering applications and components on all passive telecommunications equipment and cables.

TECHNICAL REQUIREMENTS

The system offered and quoted shall incorporate all features and facilities listed in this specification. The structured cabling system shall consist of the following sub-systems:-

Horizontal Sub-System

Work Area Sub-System

Backbone System

Equipment Sub-System

The system shall support telephony and low voltage networks associated with analogue and digital voice, data, local area networks (LAN) and imaging applications.

EDE/064/ SC EDSON ENGINEERS

19 STRUCTURED CABLING Nakuru County Offices

SC4

2.0 HORIZONTAL CABLING

The Horizontal Sub-System is the porting of the telecommunications cabling system that extends from the work area telecommunications outlet/connector to the floor distributor in the telecommunications closet. It consists of the telecommunications outlet/connector, horizontal cables, and that portion of the cross-connect in the telecommunications closet serving the horizontal cable. Each floor of the building shall be served by its own horizontal sub-system.

2.01 CABLE TYPES

All UTP/STP/FTP cables shall conform to ANSI/TIA/EIA-568-B Commercial Building Telecommunications Cabling Standard and ISO/IEC 11801 (International) generic cabling for customer premises standard. The following cable specifications shall also be met by the cable manufacturer for 4 pair UTP/SCTP category 7 cables.

i) COPPER (4-PAIR UTP)

UTP cables shall:-

be 100 4-pair, category 7 cable

be appropriate for the environment in which it is installed

be made by an ISO 9001 and 9002 Certified Manufacturer.

ii) COPPER (4-PAIR STP/FTP)

STP/FTP cables shall:

be 100 4-pair, category 7 cable

Meet the requirements of ANS/TIA/EIA-568-B and ISO/IEC11801 meet the same transmission requirements of UTP as specified in ANSI/TIA/EIA-568-Band ISO 9001 and 9002 Certified Manufacturer.

iii)COPPER (MULTI-PAIR UTP)

Multi-pair cable shall:

be 100 4-pair, category 3 cable, greater than 4 pairs

Be categorised using power sum testing and meet the hybrid cable requirements for use in horizontal cabling.

Be made by an ISO 9001 and 9002 Certified Manufacturer.

EDE/064/ SC EDSON ENGINEERS

20 STRUCTURED CABLING Nakuru County Offices

SC5

2.02 CABLE ROUTING

All horizontal cables, regardless of media type, shall not exceed 90M (295 ft) from the telecommunications outlet in the work area to the floor distributor located in the Telecommunications cabinet. The combined length of jumpers, or patch cords and equipment cables in the telecommunications closet and the work area should not exceed 10M (33 ft).

Two horizontal cables shall be routed to each work area. Both the horizontal cables connected to a telecommunication outlet shall be 4-pair, 100

Category 7 unshielded twisted-pair (UTP)/ Screen twisted-pair STP/FTP.

Horizontal pathways shall be installed or selected such that the minimum bend radius of horizontal cables is kept within manufacturer specifications both during and after installation.

In open ceiling cabling, cable supports shall be provided by means that are structurally independent of the suspended ceiling, its frame work, or supports. These supports shall be spaced no more than 1.5 M (5 ft) apart.

Telecommunications pathways, spacers and metallic cables which run parallel with electric power or lighting shall be installed with a minimum clearance of 50MM (2 in).

For voice or data applications, 4-pair UTP cables shall be run using a star topology from the telecommunications closet on each floor to every individual telecommunications outlet. All cables routes shall be approved by the Engineer prior to installation of the cabling.

The contractor shall observe the bending radius and pulling strength requirements of the 4-pair UTP/STP/FTP cable during handling and installation.

Each run of UTP/STP/FTP cable between horizontal of the cross-connect in the telecommunications closet and the telecommunications outlet shall not contain splices.

In the telecommunications closet where cable trays or cable racking area used, the contractor shall provide appropriate means of cable management such as reusable colour odd hook and loop cable managers (cable ties) to create a neat appearance.

In a false ceiling environment, a minimum of 3 inches (75MM) shall be observed between the cable supports and the false ceiling. Continuous conduit runs installed by the contractor should not exceed 30.5m (100 ft) or contain more than two (2) 90 degree bends without utilising appropriately-sized pull boxes.

EDE/064/ SC EDSON ENGINEERS

21 STRUCTURED CABLING Nakuru County Offices

SC6

2.04 WORK AREA

This section outlines specifications for the work areas equipment cords (patch cords) and telecommunications outlets at the users work area. The connection between the telecommunications outlet and the user equipment (computer/telephone) shall be achieved by means of this subsystem.

A) WORK AREA EQUIPMENT CORDS

The work area equipment cords shall meet or exceed the following criteria:

COPPER MODULAR EQUIPMENT CORDS: CATEGORY 7 PATCH CORDS

Category 7 modular equipment cords shall:-

be round and consist of eight insulated 24 AWG, stranded copper conductors, arranged in four colour-coded twisted pairs within a flame-retardant jacket.

be equipped with modular 8-position (RJ-45 style) plugs on both ends, wired straight-through with standards compliant wiring.

use modular plugs which exceed FCC 47 part 68 subpart F and IEC 603-7 specifications and have 50 microinches of gold plating over nickel contracts.

maintain shield continuity through the modular plug shield not via the contracts when screened (STP/FTP ) cords are used.

modular cords shall include a moulded strain relief boot.

be available in any custom length and standard length of 0.9, 1.5, 2.1, 4.5, 6, 7.6 metres

Electrical Specifications

have a DC resistance per lead 9.38/100 mm maximum

Have a mutual capacitance 17 split (86) maximum

have a characteristic impedance: 100 15% from 1 to 100 Mhz.

be 100% transmission tested with laboratory gas network analysers for proper performance up to 100mhz.Vendor shall guarantee cords are compatible with category 7 links.

be UL VERIFIED for TIA/EIA category 7 electrical performance

be UL LISTED 1863

be made by an ISO 9001 and 9002 Certified Manufacturer

be constructed of high impact flame-retardant thermoplastic

EDE/064/ SC EDSON ENGINEERS

22 STRUCTURED CABLING Nakuru County Offices

SC7

CATEGORY 7 (MAXIMUM 2 OUTLETS PER SINGLE GANG FACEPLATE)

All telecommunications outlets for 100, 22.26 AWG copper cable shall:

be available in black, white, grey, ivory and light ivory

accommodate a minimum of two, 8-position/8-conductor modular (RJ-45 style) keystone jacks.

utilise compliant pin technology 110-style insulation displacement connectors (IDC) which allows the use of a 4-pair impact tool.

allow for a minimum of 200No. Re-termination’s without signal degradation.

have available a gravity feed (45 degree angled) design

utilise reactance balance pair technology to address data circuit applications upto 100mhz

provide universal application/multi-vendor support

support industry standards for T568A or T568B wiring options

be removable from the front with the faceplate mounted in place and allow for the jack to pass through the faceplate without re-termination.

have a hinged door option for areas having excessive airborne contaminants

provide colour-coded snap-in icons available for circuit identification

be constructed of high impact, flame-retardant thermoplastic

be available in a screened version for 100 STP/FTP cable.

TELECOMMUNICATIONS OUTLETS (HIGH DENSITY)

All high density telecommunications outlets for 100 22.26 AWG copper

cable shall:-

be available in black, white, grey, ivory and light ivory.

be 8 position/8-conductor with coherent pairing of IDC pins

have available a gravity feed (45 degree angled) design

provide universal application/multi-vendor support

support industry standards for T568A or T568B wiring options on each individual outlet

allow installation from the front or rear of the faceplate and allow for the jack to pass through the faceplate without re-termination

be side-stackable for high density solutions

allow termination without the use of special termination tools

be available in a screened version for 100 STP/FTP cable

EDE/064/ SC EDSON ENGINEERS

23 STRUCTURED CABLING Nakuru County Offices

SC8

be a protective, hinged or flexible door to protect the outlet from dust and other airborne contaminants

provide colour-coded, slide-icons available for circuit identification

be constructed of high impact, flame retarded thermoplastic

have, as an option, an outlet which can be mounted into an IEC 603-7 complaint opening (keystone)

be UL VERIFIED for TIA/EIA Category 7 electrical performance

be UL listed 1863 and CUL C22.2 approved

have Austel “C-Tick” A96/0399

Made by an ISO 9001 and 9002 Certified Manufacturer

FACEPLATES

All faceplates shall:-

be applicable to both fibre and copper applications

have write on designation labels for circuit identification together with a clear plastic cover.

be available in single gang and double gang configurations

have as a minimum the standard colours of black, white, grey, ivory and light ivory.

have optional modular furniture adapters available

have stainless steel options available

be made by ISO 9001 and 9002 Certified Manufacturer.

TELECOMMUNICATIONS OUTLETS (SURFACE MOUNT) LOW PROFILE OUTLETS

All Surface Mount Information Outlets for 100 22-26, AWG shall:-

utilise compliant pin technology 110 style insulation displacement connectors (IDC) and allow the use of a 4-pair impact tool

allow for a minimum of 200 re-terminations without signal degradation below standards compliance limit

have solid state construction for transmission performance

utilise reactance balance pair technology to address data circuit applications upto 100 mhz

comply with ECCC FR 47 part 68 subpart F and ICE 603-7 specifications and have 50 microinches of gold plating over ticket contracts

provide universal application multi-vendor support

support industry standards for T568A or T568B wiring options

EDE/064/ SC EDSON ENGINEERS

24 STRUCTURED CABLING Nakuru County Offices

SC9

allow removal from the front when mounted in place

be available in single port, modular increments

be UL VERIFIED for TIA/EIA category 7 electrical performance

be UL LISTED 1863 and CSA C22.2 approved

have Austel ‘C-Tick’ A95/0141

be made by an ISO 9001 and 9002 Certified Manufacturer.

SURFACE MOUNT BOXES

All low profile, surface mount boxes, used for mounting surface mount information outlets shall:-

be available in 1-, 2-, 4-, or 6- port versions

be built-in cable management for both fibre and copper applications

be available in black, white, grey, ivory and light ivory

have at least three sides with breakouts and an opening in the base for cable or trunking (raceway) entry

provide for an optional spring-loaded shutter door for added protection from dust and other airborne contaminants

have a designed area for printed or adhesive labels for circuit identification

have optional magnets which can be internally mounted

have colour-coded, snap in icons for circuit identification size

1-port box shall not exceed 61.8mm width, 44.6mm length and 27.9mm height

2-port box shall not exceed 70.6mm width 66.3mm length and 27.9mm height

4-port box shall not exceed 90.6mm width, 11.55mm length and 27.9mm height

6-port box shall not exceed 101.6mm width, 165.1mm length and 27.9mm height be made by an ISO 9001 and 9002 Certified Manufacturer.

MULTIMEDIA TELECOMMUNICATIONS OUTLET HOUSINGS

All Multimedia/ multi-user information outlets shall:

be surface mounted

be available in black, white, grey, ivory and light ivory

be capable of housing SC and ST type connectors for fibre and/or 8 position/8 conductor modular jacks for 100 UTP/STP/FTP cable

accommodate hybrid adapter units for ST to SC or SC to ST connections

EDE/064/ SC EDSON ENGINEERS

25 STRUCTURED CABLING Nakuru County Offices

SC10

be capable of integrating fibre, UTP/STP/FTP , coax shield (STP) connectivity outlets

be capable of accommodating up to 12 port of mixed media (fibre, UTP/STP/FTP , coax or shield STP outlets simultaneously or up to 24 ports for fibre only applications

be capable of accommodating a splice try for fibre terminations

have a hide way labelling system compliant with TIA/EIA - 606 administrative standard

allow for securing cover with screw for additional security

have rear cable access and at least four sides breakouts for cable/trunking (raceway) entry with strain relief points

have storage capacity for at least 1 meter of fibre and 305mm for UTP slack storage, while maintaining minimum bends radius requirements

have a removal fibre management tray that allows copper and fibre slack to be stored separately

allow information outlets to pass through openings before and after termination

have optional magnets which can be internally mounted

have a low-profile design

Be made by an ISO 9001 and 9002 Certified Manufacturer.

3.00 TELECOMMUNICATIONS CLOSETS

The Telecommunication closet is a floor serving facility. The Floor Distributor links the horizontal sub-system and the backbone subsystem together. The Floor Distributor shall consist of rack mounted wiring blocks or panels for termination of copper cables and rack mount interconnect centres for fibre management panels/trays for the termination of optical fibres. The telecommunications closet shall be sized to at least 42U Height x 600mm wide x 800mm deep to accommodate telecommunications equipment, cable terminations and associated cross-connect. Separation from sources of EM1 shall be as specified in section 6.03.

Communication grounding/earthing and bonding shall be in accordance with Applicable codes and regulations. It is recommended that the requirements of IEC 1000-5-2 ANSIT/TIA/EIA-607, or both be observed through the entire cabling system. The telecommunications closet shall not be shared with building services that may interfere with the telecommunications systems or be used for custodial services. A minimum of two dedicated duplex or two dedicated simplex electrical outlet, each on a separate circuit, shall be provided for equipment power.

EDE/064/ SC EDSON ENGINEERS

26 STRUCTURED CABLING Nakuru County Offices

SC11

4.00 CONNECTING HARDWARE BLOCKS

The connecting hardware blocks shall support category 7 applications and facilitate cross-connection and/or inter-connection using either cross-connect wire or patch cods. Appropriately, the cross-connect a hardware shall be of either 110 type or 66 type.

4.01 110 TYPE WIRING BLOCKS

The blocks shall:-

be made of flamed-retardant thermoplastic, with base consisting of horizontal index strips for termination up to 25-pairs of conductors

be available in 25-, 75-, 100-, 200- and 300- pair sizes

have detachable stand-off legs available for the 50 and 100 pair bases while non-detachable stand-off legs are to be available for 200 and 300-pair bases

contain access openings for rear to front cable routing to the point of termination

have termination strips on the base to be notched and divided into 5 pair increments

have clear label holders with the appropriate coloured inserts available for the wiring blocks. The insert labels provided with the product, shall contain vertical lines spaced on the basis of circuit size (2-3-4 or 5 pair) and shall not interfere with running tracing or removing jumper wire/patch cords. Label holders must be capable of mounting in the under portion of the wiring block

have bases available in 19 inch panels and high density frame configuration for track or wall mounting with cable management hardware

have connecting blocks used for either the termination of cross-connect (jumper) wire or patch cords. The connecting blocks shall be available in 2-3-4 and 5 pair sizes. All connecting blocks shall have colour-coded tip and ring designation makers and be of single piece construction

have connecting blocks with a minimum of 200 re-terminations without signal degradation below standards compliance limit

support wire sizes: solid 22-26 AWG (0.64mm - 0.40mm)

have optional configurations of 110 blocks and bases available including Category 7 modular jack panels and Category 7 disconnect series

be UL VERIFIED for TIA/EIA category 7 electrical series

be UL LISTED 1863 and CSA C22.2 approved

Have Austel ‘C-Tick’ A94/83H/0019

Be made by an ISO 9001 and 9002 Certified Manufacturer.

EDE/064/ SC EDSON ENGINEERS

27 STRUCTURED CABLING Nakuru County Offices

SC12

4.02 66-TYPE CONNECTING BLOCKS

The 66 blocks shall:-

be made of flame-retardant thermoplastic, with the base consisting of vertical columns for terminating up to 25-pairs of conductors

be available in a variety of insulation displacement clips (IDC) with and without tails

have detachable stand-off brackets available be available up to and including Category 7 and its use must be

consistent with or exceed the category of cable being terminated on it.

allow for a minimum of 200 re-terminations without signal degradation below standard compliance limit

have available colour-coded hinged covers or designations strips for administration

have available a frame for wall or rack mounting support wire sizes: solid wire ranges 22-26 AWG (0.64mm - 0.40mm)

be UL VERIFIED for TIA/EIA Category 7 electrical series

be UL LISTED 1863 and CSA C22.2 approved

be made by an ISO 9001 and 9002 Certified Manufacturer.

5.00 COPPER TERMINATION PATCH PANELS (UTP/STP/FTP )

The termination panels shall support category 7 applications and facilitate cross-connection and inter-connection using modular patch cords. The panels shall be sized to fit an EIA standard 19 inch relay rack.

5.01 MODULAR PATCH PANEL

The panel shall:-

be made of block anodised aluminium in 16-, 24-, 28-, 32-, 48-, 64- and 96-port configurations

have cut outs to fit the variety of information outlets used at the work area, supporting UTP, STP/FTP and ST fibre adapters, as well as coaxial applications

have cut outs which allow terminated jacks to pass through the panel for easy rearrangement

be available in two sizes for each port quality to allow for custom administration of the network

be changeable ports which are removed from the front of the panel to allow custom configuration or modification to the panel

be available with no ports to act as a filler between rack hard ward and equipment

have port identification numbers provide on both the front and the rear of the panel

have mounting slots compatible with ANS/EIA-310

accept 110-style patch plugs as a means of termination electrical specifications

be consistent with the electrical specifications of the work area outlets specified in sections 4.1. 33.2.1 And 4.3.2.2 above be made by an ISO 9001 and 9002 Certified Manufacturer.

EDE/064/ SC EDSON ENGINEERS

28 STRUCTURED CABLING Nakuru County Offices

SC13

5.02 MODULAR PATCH PANEL (HIGH DENSITY)

The panel shall:

be made of black , light weight, high strength brushed aluminium in 16-, 24-, 48-port configuration

have openings to fit the variety of information outlets ousted in the work area- supporting UTP, STP/FTP and ST fibre adapters, as well as coaxial applications,

Each opening can handle four or six jack modules

have openings which allow terminated jacks to pass through panel for easy rearrangement

have port identification numbers on both the front and rear of the panel

provide for proper termination and grounding/earthing of 100 STP/FTP

cable

Accommodate at least 24 ports for each rack mount space (1rms) = 44.5mm (1.75in.)

be available with an integrated rear management bar

be provided with self adhesive, clear label holders and white designation labels

be available with no ports to act as a filter between rack hardware and equipment

have mounting slots compatible with ANSI/EIA-310

ELECTRICAL SPECIFICATIONS:

be consistent with the electrical specifications of the work area outlets specified

Be made by an ISO 9001 and 9002 Certified Manufacturer.

6.0 FIBRE OPTIC INTERCONNECT CENTRES, PANELS AND TRAYS

All interconnect trays (units) shall provide cross-connect, inter-connect, splicing capabilities and contain cable management for supporting and routing the fibre cables/jumpers.

6.01 RACK-MOUNTED, HIGH DENSITY FIBRE INTERCONNECT CENTRE

be available in white or black and occupy no more than four rack mount spaces 4 rms = 177.8mm (7.00 in.) and accommodate up to 72 ST or 144 SC fibres using snap-in pre-loaded adapter plates

accommodate hybrid adapter bezel for ST to SC or SC to St connections

have fibre cable managers to effectively store fibre cable slack and comply with fibre bend radius requirements

have six port fibre adapter plates which allow for colour coding connectors

EDE/064/ SC EDSON ENGINEERS

29 STRUCTURED CABLING Nakuru County Offices

SC14

have fibre adapter plates with snap-in installation and one-finger removal

have lockable front and rear transparent doors that have spring release hinges for removal

accommodate stackable splice trays which manage a total of 72 splices

have an adapter plate mounting bracket which slides out to the front and to the rear of the unit for increased access

have cable access points for fibre jumpers entering and exiting the unit with rotating grommets to facilitate cable loading and to minimise micro bending stress

have anchor points for fibre cables (s) entering the unit

have labelling which meets or exceed ANSI/TIA/EIA-606 requirements and also be laser printable

be able to mount to a standard 19 inch cabinet

be UL LISTED 1863 and CUL C22.2 approved

Be made by an ISO 9001 and 9002 Certified Manufacturer.

6.02 RACK-MOUNTED, LOW PROFILE FIBRE CONNECT PANEL

The low fibre connect panel shall:

not be bigger then one rack mount space and accommodate up to -32SC or ST adapters

accommodate hybrid adapter bezels for ST to SC or SC to ST connections

be provided with strain relief lugs for the fibre cable entering the unit from the slide or back.

7.0 PATCH CORDS

Where applicable, the contractor shall supply patch cords (factory assembled plug ended jumpers) for patch panel and terminal blocks. 7.01 RJ-45 – RJ-45 PATCH CORDS: CATEGORY 6

Category 7 modular patch/equipment cords shall:

be round and consist of eight insulated 24AWG, stranded copper conductors, arranged in four colour-coded twisted pairs within a flame-retardant jacket

be equipped with modular 8 position (RJ-45 style) plugs on both ends, wired straight-through with standards compliant wiring

use modular plugs which exceed ECC CFR 47 part 68 subpart F and IEC 603-7 specifications and have 50 micro inches of gold plating over nickel contracts

shall maintain shield continuity through the modular plug shield not via te contracts when screened (STP/FTP ) cords are used

modular cords should include a moulded strain relief boot be available in standard lengths of 1.5 and 3meters

EDE/064/ SC EDSON ENGINEERS

30 STRUCTURED CABLING Nakuru County Offices

SC15

ELECTRICAL SPECIFICATIONS

have a DC resistance per lend: 9.38/100m maximum

have a mutual capacitance: 17.5 pF/ft (5.6pF/m) maximum

have a characteristic impedance: 100 15% from 1 to 100mhz

be 100% transmission tested with laboratory grade network analysers for proper Category 7 links

be UL VERIFIED for TIA/EIA Category 7 electrical performance

be UL LISTED 1863

be made by an ISO 9001 and 9002 Certified Manufacturer.

7.02 S110 PATCH CORDS: CATEGORY 6

S110 Patch cords shall:

be factory or field assembled using category 7 compliant 110

be patch plugs and stranded category 7 cable

be available in factory made standard length of 1.5meters.

ELECTRICAL SPECIFICATIONS:

have a DC resistance per lead: 9.38/100m maximum

have a mutual capacitance: 17.5pF/ft (56pF/m) maximum

have a characteristic impedance: 100 15% from 1 to 100mhz

have factory assembled cords 100% transmission tested with laboratory grade network analysis for proper performance up to 100mhz. Vendor shall guarantee cords are compatible with category 7 links. Field assembled cords shall be 100% tested using an approved category 7 field tester

be UL VERIFIED for TIA/EIA category 7 electrical performance

be UL LISTED 1863 and CUL C22.2 approved

be ISO 9001 and 9002 Certified Manufacturer

7.03 S110 – RJ-45 PATCH CORDS: CATEGORY 6

The 110 to RJ45 patch cords shall:

be factory or field assembled using category 7 complaint 110 patch plugs and stranded category 7 cable

be available in 2- and 4- pair sizes with eight- position modular plugs

be made from factory assembled modular cords for field assembly

EDE/064/ SC EDSON ENGINEERS

31 STRUCTURED CABLING Nakuru County Offices

SC16

be modular plugs which exceed ECC CFR 47 part 68 subpart F and IEC 603-7 specifications and have 50 microinches of gold plating over nickel contracts

be available in factory made cords of standard lengths of 1.5 and 3metres

have available coloured booths at the base of the modular connector and snap-in-coloured icons on the 110 connector for administrative purposes.

ELECTRICAL SPECIFICATIONS

have a DC resistance per lead: 9.38m maximum

have a mutual capacitance: 17.5 F/ft (56.pF/ft) 56.pFm) maximum

have a characteristic impedance: 100 15% from 1 to 100 mhz

have factory assembled cords 100% transmission tested with laboratory grade network analysers for proper performance upto 100mhz. Vendor shall guarantee cords are compatible with Category 7 links. Field assembled cords shall be mde from factory made modular cords tested by the above standards and cut in half to attach the 110 plug. These cords shall be 100% tested through the installed channel using an approved category 7 field tester

be UL VERIFIED for TIA/EIA Category 7 electrical performance

be UL LISTED 1863 and CUL C22.2 approved

be ISO 9001 and 9002 Certified Manufacturer

7.04 FIBRE EQUIPMENT/PATCH CORDS (JUMPERS)

The fibre equipment patch cords shall:-

be available in standard lengths of 1, 3 and 5 meters

custom lengths shall also be available and shall meet or exceed standards as defined in ANSI/TIA/EIA-568-A and ISO/IEC 11801

utilise simplex or duplex fibre cable that is 62.5/125 MICRON multimode, OFNR riser grade and meets the requirements of UL 1666

attention shall not exceed 3.5 bB/km @350mm wavelength of 1.0 Db/km @1300mm

cable packet colour shall be orange. The connectors shall be SC or ST in accordance with TIA/EIA-568-A and must include a ceramic ferrule

ST connectors must have a metal coupling nut

terminated connectors shall exhibit a maximum insertion loss of 0.75dB with an average of 0.50 dB when tested at either 850mm or 1300mm wavelengths

be made by an ISO 9001 and 9002 Certified Manufacturer

be UL 166 approved

EDE/064/ SC EDSON ENGINEERS

32 STRUCTURED CABLING Nakuru County Offices

SC17

7.05 SINGLE MODE FIBRE PATCH CORDS

All single mode fibre optic patch cords shall:-

be either simplex or duplex OFNR riser grade cable, with attenuation at wavelength 1310mm being 1.0 dB/km and at wavelength 1550mm 1.0dB/km

have a yellow jacket

be terminated with ceramic tip connectors in either the standards based SC or ST style. These connectors shall have a maximum attenuation of 0.5dB and a minimum return loss of 40dB

be made by an ISO 9001 and 9002 Certified Manufacturer

be UL 1666 approved

8.00 STANDARD FLOOR DISTRIBUTION FRAME

For rack mounted installations in a telecommunications closet the installer shall use a 19in x 7ft rack. The rack shall:

have 76mm by 152mm vertical cable channels as side rails

have channels capable of utilising and re-locating up to ten re-usable hook and loop cable managers

have ten high capacity cable managers provided for the front of the rack which can be used for horizontal or vertical cable management and easily twist and lock into place without the use of screws or tools

have standard ANSI/EIA-310-C mounting holes and cable routing openings in the front, rear and size of the channels

be made of aluminium with a black finish and utilise black grommets for unused cable openings

have two optional vertical cable management channels 153mm (6in.) x 2.1mm (7ft) and 76mm (3in.) x 2.1m (7ft) which can be located between racks. The channel shall include cable retainers which can be hinged left or right and be located in any position along the channel

have floor mounting holes and a ground lug for 0.6 gauge ground cable provided

be made by an ISO 9001 and 9002 Certified Manufacturer.

9.00 WALL MOUNTING BRACKETS

Wall brackets shall:-

be constructed as a single piece

be available in 2,3,4 and 6 rack mount spaces, but be designed in 1 rms increments to accept 1 rms panels

be hinged on one side with standard ANSI/EIA-310-C mounting holes

EDE/064/ SC EDSON ENGINEERS

33 STRUCTURED CABLING Nakuru County Offices

SC18

mount standard 19 inch patch panels

mount with the hinge to the right or the left

be able to mount to a standard 19 inch rack

have a cable access hole in the rear support

be 150mm (6 in.) deep

be made by an ISO 9001 and 9002 Certified Manufacturer

10.00 BACKBONE CABLING

These are cables connecting closet to closet or closet to the equipment room within the building. The following cables are allowed for use in as backbone: 4 pair 100 unshielded/screened twisted-pair. 100 UTP multi-pair copper

cables and 62.5/125 micron multimode Optical fibre cables. The cable shall support voice, data and imaging applications.

The bending radius and pulling strength requirements of all backbone cables shall be observed during handing and installation.

10.01 BUILDING BACKBONE

Building Backbone subsystem shall act as the convergence point for all the telecommunications closets. It shall consist of the backbone transmission media between the telecommunications closets and the server room. The building shall be connected to the incoming telecommunications services through the core routing switch located in the server room.

10.02 CABLE TYPES

All UTP/STP/FTP and fibre optic cables shall conform to ANTI/TIA/EIA- 568-B Commercial Building Telecommunications Cabling Standards and ISO/IEC 11801 standard. The following cable specifications shall also be met by the cable manufacturer for 4-pair Category 6.

COPPER-4-PAIR UTP

UTP Cables shall:-

be 100 4-pair Category 7 cable

be appropriate for the environment in which it is installed

be made by an ISO 9001 and 9002 Certified Manufacturer.

EDE/064/ SC EDSON ENGINEERS

34 STRUCTURED CABLING Nakuru County Offices

SC19

COPPER (4 PAIR STP/FTP )

STP/FTP Cables shall:-

be 100 4-pair Category 7 cable

meet the requirements of ANSI/TIA/EIA-568-B and ISO/IEC 11801

meet the same transmission requirements of UTP as specified in ANSI/TIA/EIA-568-B and ISO/EIC 11810

be appropriate for the environment in which it is installed

be grounded at one end in the telecommunications closet

be made by an ISO 9001 and 9002 Certified Manufacturer

COPPER (MULTI-PAIR UTP)

These shall be used as voice backbones within the building. The Multi-pair cables shall:

be 100 greater than 4-pairs, Category 7 cable

be categorised using power sum test power sum testing as specified in ASTMD 4566 and meet the hybrid cable requirement for use in horizontal cabling

be appropriate for the environment in which it is installed

Be made by an ISO 9001 and 9002 Certified Manufacturer.

FIBRE (62.5/125 MICRON MULTIMODE)

These shall be used as data/video backbones within the building. Multimode optical fibre cables shall:

be 62.5/125 micron multimode optical fibre

be appropriate for the environment in which it is installed

be made by an ISO 9001 and 9002 Certified Manufacturer.

FIBRE CONNECTORS

ST connectors shall:-

have a quick field termination process which does not require power

have a termination process which incorporates use of a reliable adhesive

have a buffered fibre version consisting of 2 parts (connector housing and boot)

have a jacketed fibre version consisting of 3 parts (connector housing, cramp sleeve and boot)

EDE/064/ SC EDSON ENGINEERS

35 STRUCTURED CABLING Nakuru County Offices

SC20

have the jacketed fibre version available with either a beige or a black boot (to facilitate fibre identification)

have a metal coupling nut to assure optimum durability

have a radial-ramped coupling nut which facilitates mating/de-mating

utilise a precision ceramic ferrule

have a typical insertion loss 0.40 Db

be ANSI/TIA/EIA-568-B and ISO/IEC 11801 compliant

be made by an ISO 9001 and 9002 Certified Manufacturer

SCFOC (568se-Duplex SC)

568SC connector shall:

have a quick field termination process per fibre which does not require power

have a termination process which incorporates use of a reliable adhesive

have an offered fibre version consisting of 4 parts per fibre (inner body, outer housing cramp sleeve and boot have an integrated and clougated duplex outer housing to facilitate mating/de-mating

have a jacketed fibre version which includes 1 beige and black boot (to facilitate fibre identification)

outer housing colour-coded (beige) in accordance with TIA/EIA-568-A premises cabling standard

utilise a precision ceramic ferrule

have a typical insertion loss = 0.40 dB

have a ANSI/TIA/EIA-568-A and ISO/IEC 11801 complaint

be made by an ISO 9001 and 9002 Certified Manufacturer

10.03 CABLE ROUTING

The backbone subsystem shall include cable installed in a vertical manner between floor telecommunications closets (TC) and the building distributor and cable installed horizontally between telecommunications closets and the building distributors.

Unless otherwise recommended, all fibre cables will be run in interduct. Fibres will be terminated in the TC’s SC or ST connectors in rack mounted panels equipped to terminate and secure all fibres.

Adequate riser sleeve/slot space shall be available with the ability to ingress the area at a later date, in all TCs such that no drilling of additional sleeves/slot is necessary.

EDE/064/ SC EDSON ENGINEERS

36 STRUCTURED CABLING Nakuru County Offices

SC21

The backbone cable shall be installed in a star topology, emanating from the building distributor to each telecommunications closet

Backbone pathways shall be installed or selected such that the minimum bend radius of backbone cables is kept within manufacturer specifications both during and after installation.

10.04 EQUIPMENT

The equipment subsystem shall consist of shared (common) electronic communications equipment in the server room or telecommunication closet and the transmission media required to terminate this equipment on distribution hardware.

The equipment room shall be equipped to contain telecommunications equipment, cable terminations and associated cross-connects.

Separation from sources of EMI shall be as specified in section 11.03.

11.00 INSTALLATION

11.01 SITE SURVEY

Prior to placing any cable pathways or cable, the contractor shall survey the site to determine job conditions will not impose any obstructions that would interfere with the safe satisfactory placement of the cables and to arrange the removal of any obstructions with the Engineer accordingly.

11.02 CABLE PATHWAYS

Pathways shall be designed and installed to meet Applicable Local and National Building and Electrical Codes or Regulations. Ground/Earth and bonding of pathways shall comply with applicable codes and regulations.

Pathways shall not have exposed sharp edges that may come into contract with telecommunications cables.

The number of cables placed in a pathway shall not exceed manufacture specifications, nor will the geometric shape of a cable be affected.

Pathways shall not be located in elevator shafts.

EDE/064/ SC EDSON ENGINEERS

37 STRUCTURED CABLING Nakuru County Offices

SC22

11.03 CABLE ROUTES AND CLEARANCES

Horizontal distribution cables shall not be exposed in the work area or other locations with public access.

Cables routed in a suspended ceiling shall not be draped across the ceiling tiles. Cable supports shall be mounted a minimum of 75mm above the ceiling grid supporting tiles.

Cables supports in a suspended ceiling shall be structurally independent of the suspended ceiling, its framework or support and not be spaced more than 1.5m apart.

The installations of telecommunications cabling shall maintain a minimum clearance of 3m from power cables in excess of 180 Vrms.

No telecommunications cross connects shall be physically located within 6m of electrical distribution panels, step down devices or transformers which carry voltages in excess of 480 Vrms.

Minimum separation of 50mm (2ft) shall be provided in areas where power or electric light circuits which are equal to or less than 480 Vrms and telecommunications cabling coexist

11.04 WORK AREA TERMINATION

All UTP/STP/FTP cables wired to the telecommunications outlet/connector shall have 4-pair terminated in eight-position, not keyed modular outlets in the work area. All pairs shall be terminated.

The telecommunications outlet/connector shall be securely mounted at planned locations.

The height of the telecommunications faceplates shall be 300mm above finished floor level unless otherwise specified.

The maximum cable pulling tensions shall not exceed manufacturer’s specifications.

The maximum cable bend radius shall not exceed the manufacturer’s specifications.

In spaces with UTP/STP/FTP cable termination, the maximum bending radius

for 4 pair cable shall not exceed four times outside diameter of the cable and ten

times for multi-pair cable. This shall be done unless this violates manufacturer

specifications.

During the actual installation, bend radius on 4-pair cable shall not exceed eight times the outside diameter of the cable and ten times for multi-pair cable. This shall be done unless this violates manufacturer specifications.

EDE/064/ SC EDSON ENGINEERS

38 STRUCTURED CABLING Nakuru County Offices

SC23

11.05 SLACK

In the work area, a minimum of 300mm shall be left for UTP/STP/FTP, while 1000m shall be left for fibre cables.

In telecommunications closets a minimum of 3m of slack shall be left for all cables. This slack must be neatly managed on trays or other support types.

12. INFRASTRUCTURE MANAGEMENT

An intelligent infrastructure management system shall be installed for the system. The system shall be able to support both Linux and Windows based interface. The proposed system should be able to track and log all the changes undertaken on the system in the operational phase. In addition, the system shall support:

a) Monitoring, Configuration & Troubleshooting at the port level

b) Easy Configuration of circuits

c) Fast deployment of services

d) Real-time status display of the various elements

e) Automatic fault detection

f) Alarm Notices

g) Support more than 10,000 NE’s – Network Elements

13. NETWORK CONTROL EQUIPMENT

a) Active devices used at the LAN edge shall have 24 or 48 ports for connection to the horizontal cabling.

b) Active devices shall be rack mounted.

c) Active devices for horizontal cabling shall support auto sensing/ auto negotiation/ auto mdix support 10/100mbps and backbone cabling at 1000mbps.

d) Active devices used at aggregation layer of LAN shall support IP routing.

e) Active devices used at the LAN edge must be stackable and shall attach to the backbone cabling at 1000mbps.

f) Where more than one active device is required to satisfactorily serve the floor data outlets distribution requirements they shall be stacked using interface operating at the backbone speed.

EDE/064/ SC EDSON ENGINEERS

39 STRUCTURED CABLING Nakuru County Offices

SC24

14. ETHERNET FLOOR EDGE SWITCHES

a) The edge switch connecting to the backbone must include at least two ports of 1000 Base X Gigabit Ethernet with GBIC support, QOS, Multiple queues with weighted round robin (WRR) scheduling and layer 3 switching and routing of IP, IPX and IP multicast traffic.

b) The switch in the set up should give 10/100MBPS at the desktop.

c) Should support at least 16,000 MAC Addresses

d) The switch should be adequate to cater for the total number of data points.

e) Advanced IP Switching

f) Stackable to up to 8 units

g) Up to 8 queues per port with prioritization

h) At least 9.5 MB throughput

i) Redundant power supply

j) Support for up to 512 Virtual router interface

k) At least 16K MAC Table

l) Support Centralized management via SNMP

15. ETHERNET CORE ROUTING SWITCHES

The following are the minimum requirements for the core routing switch:

a) The Backbone switch should provide minimum (10/100/1000) of 24 ports of IEEE802.32 1000 Base X.

b) Be able to run industrial standard IP multi cast at wire speed.

c) Chassis should support a minimum of 8 Slots

d) Non-blocking integrated layer 2/3/4 switching performance.

e) Multi-layer IOS software services with IP routing, advanced QOS, traffic management and comprehensive security.

f) Shall be rack mounted in standard rack/cabinets.

g) Shall have a redundant power supply for each edge switch connecting to the backbone.

h) Shall support standard security features.

i) Up to 8 queues per port with prioritization

j) At least 9.5 MB throughput

k) Redundant power supply

l) Support for up to 512 Virtual router interface

m) At least 16K MAC Table

n) At least 4096 VLANS support

o) Dual power supply

p) MPLS Packet Switching

EDE/064/ SC EDSON ENGINEERS

40 STRUCTURED CABLING Nakuru County Offices

SC25

16. DTU’S

Type: HDSL / G.SHDSL

Max Data Transfer Rate: 4608kbps

Mode of Operation: DCE

Connector: DB37 / RJ45

Interface Cable: DB37-DB15 / RJ45

Managment: EOC/ SNMP

Power Supply: Automatic selection

Distribution: Flexible timestlot

Management port: RS232

Compliance ITU-T, G.991.2, G.994.1

17. ROUTER

Memory: 256MB expandable to 512MB

Flash Memory: 64MB

Interfaces: 2 x Fast Ethernet LAN Ports

1 x Serial WAN Port

Auxiliary Port

Console Port

Expansion Slots: 1 Network Module Slot

Software: Latest Software release

Installation: Standard 19" Rack Mount Kit

18. NETWORK CABINETS

a) The cabinet shall be metallic with front clear glass and of good finish and conveniently accessible by technical personnel for maintenance.

b) Power to the cabinet shall be switched off/on from within the cabinets. Proper power socket cables to be supplied within the cabinet.

c) The cabinets to be used in this installation shall conform to ANSI/TIA/EIA-568B with forced cooling and their location shall be as shown in the design drawings.

e) Support small factor pluggable (SFP) and industry leading density up to 240 of IEEE 8033 for 1000 Base-SX

EDE/064/ SC EDSON ENGINEERS

41 STRUCTURED CABLING Nakuru County Offices

SC26

19. WIRELESS ACCESS POINT (HIGH SPEED INTERNET ACCESS) 802.11b

• Delivers up to 54 Mbps wireless speed

• Ensures security with MAC Address authentication, WPA2-PSK and up to 128-bit WEP

• Supports wireless bridging and repeater modes

• Supports client mode with MAC based cloning

• Smart Wizard for easy installation

• Wi-Fi certified to work with laptops with built-in adapters

• Business-class security with WPA2 PSK encryption and MAC address authentication

• Supports bridging and repeater modes to extend your wireless network

• Detachable antenna can be replaced with accessory high-gain antennas

• Backward compatible with 802.11b

• Deliver connection at a radius of 100 linear meters.

Features

Frequency Band 2.4 GHz 2.4 GHz 2.4 GHz

Maximum Theoretical Throughput 300 Mbps 108 Mbps 54 Mbps

Wireless Distribution System (WDS)

Repeater

Point-to-point/multi-point

Simultaneous bridge & wireless client association

Client mode Future release

Antenna Internal One (1) 5 dBi detachable

User support Up to 30 users Up to 30 users Up to 20 users

Security

Wi-Fi Protected Access (WPA/WPA2), 802.11i

Multiple VPN pass-through support

MAC address filtering with access control lists–up to 256 users

Block SSID Broadcast User Interface

(Smart Wizard Install Assistant and browser-based interface)

Prioritization (WMM)

Client Power save (WMM-PS)

Accepts accessory antennas

Wireless-N Access Point (WN802T)

Rangemax Wireless Access Point (WPN802)

54 Mbps Wireless Access Point (WG602

EDE/064/ SC EDSON ENGINEERS

42 STRUCTURED CABLING Nakuru County Offices

SC27

20. MAIL (WEB) SERVER

Processor

Intel Core 2 Quad Intel Processor

Minimum 2.5 GHz

Integrated 4 MB L2 Cache Memory per processor

Dual processor Modules

Memory

Minimum 8GB SDRAM

Upgradeable Storage

Minimum 6x300 GB SCSI Hot Pluggable, Expandable to 4.0 Terabyte

Configured in RAID 5 hardware redundant array

Hot Swappable

Redundant Power Supply

External 160/320 GB DLT Tape Drive

Dual Integrated Ultra 320 SCSI Interface

DVD +/-RW Writer

80% free capacity on all servers, with 50 GB available space

Expansion Slots

At least 4X64 Bits PCI-X Slots

At least 3X32 Bits PCI Slots

6 Drive Bays

Connectivity and Communication Interfaces

Gigabit NIC card (RJ45)

Control Switch to Control 4 Servers

4 x USB Ports (At least two in front)

2 x 9 Pin Serial Port

1 x 25 Pin Parallel Port

1 x USB Compatible Keyboard Port

1 x USB Compatible Mouse Port

EDE/064/ SC EDSON ENGINEERS

43 STRUCTURED CABLING Nakuru County Offices

SC28

Keyboard and Pointing Devices

Enhanced USB US keyboard

USB Compatible Two Button Scroll Optical Mouse

Multi-Media

PCI 3D audio system

Monitor/Display

17" Multimedia LCD Monitor

Resolution 1024 X 768

Rack System

Support for 19" wide rack equipment

42U Size

800mm Depth x 600mm Height

Branded rack same manufacturer as server manufacturer

Removable Side Panels

lockable Front and Rear Doors

Power Sub-system

Hot Swappable power supply for servers

Redundant power supply included for servers

Rack mount 2KVA SMART UPS

8 way power distribution unit on rack

Anti-Virus Software (Not pre-installed)

Anti-Virus and firewall software Server Version – Kaspersky (Latest Version) with CDs and Licenses

EDE/064/ SC EDSON ENGINEERS

44 STRUCTURED CABLING Nakuru County Offices

SC29

Warranty

Minimum 3 years

General

Equipment to be supplied complete with all the necessary cables and connectors

Operating System (Not pre-installed)

MS Windows Server 2012 with 5 user licenses

CDs and Licenses

NOS Support

Microsoft Windows Server

Redhat Linux

Novel Netware

Web Services

Apache 2

PHP 5.1 with FastCGI and Suexec support

ASP Dynamic Scripting

mySQL 4.1

Full CGI/Perl support

Full Python support

SSI Server Side Includes

Full SSH access, Limited Telnet access

SSL

Low cost SSL Security certificates available

FrontPage Extensions

Access to A Name, C Name, MX Records

Usermin/cPanel X

WHM Reseller control panel forMaster Hosting/Corporate Hosting/Ultimate Hosting

Free Perl and PHP scripts available

EDE/064/ SC EDSON ENGINEERS

45 STRUCTURED CABLING Nakuru County Offices

SC30

Email

Full POP3 and IMAP support

SMPT( Postfix) support

Unlimited email forwarding

Unlimited auto-responders

Mail server SPAM filtering

Free Anti-SPAM software with >99% accuracy in one week

Spam assassin – Junk mail filtering

Procmail mail filter

Webmail( squirrel mail)

Fetch mail mail retrieval

Mailman mailing lists

mySQL

mySQL 4.1.14

Large database query cache

Bindings for PHP, Perl and Python

phpMyAdmin access

SSH mySQL access

Network/Security

155Mbps high-speed connection

Bandwidth compression

Anti-DOS attack system

Advanced security SSH settings

Prevention of XSS, MySQL-injection and other attacks

Intrusion detection systems

File-integrity checking systems

24/7 monitoring of service

EDE/064/ SC EDSON ENGINEERS

46 STRUCTURED CABLING Nakuru County Offices

SC31

Management Features

Server Assistant

Server Admin

Server Preferences

Server Status widget

Workgroup Manager

System Image Utility

Secure Shell (SSH2)

Server Monitor

RAID Utility

SNMPv3 (Net-SNMP)

Other features

Deliver up to 128 GB of DDR-3 memory (planned availability 2Q 2009) and up to 1.8 TB of internal hot- swap storage (SAS or SATA)

It should provide high memory throughput and robust processing for effective response times at peak volumes.

21. NETWORK (DATABASE) SERVER

Processor

Intel Xenon E-5-2603v3 Processor

Minimum 2.5 GHz

Integrated 4 MB L2 Cache Memory per processor

Dual processor Modules, Intel Xenon E-5-2603v3

Memory

Minimum 8GB SDRAM

Upgradeable

EDE/064/ SC EDSON ENGINEERS

47 STRUCTURED CABLING Nakuru County Offices

SC32

Storage

Minimum 6x300 GB SCSI Hot Pluggable, Expandable to 4.0 Terabyte

Configured in RAID 5 hardware redundant array

Hot Swappable

Redundant Power Supply

External 160/320 GB DLT Tape Drive

Dual Integrated Ultra 320 SCSI Interface

DVD +/-RW Writer

Expansion Slots

At least 4X64 Bits PCI-X Slots

At least 3X32 Bits PCI Slots

6 Drive Bay

Connectivity and Communication Interfaces

Gigabit NIC card (RJ45)

Control Switch to Control 4 Servers

4 x USB Ports (At least two in front)

2 x 9 Pin Serial Port

1 x 25 Pin Parallel Port

1 x USB Compatible Keyboard Port

1 x USB Compatible Mouse Port

Keyboard and Pointing Devices

Enhanced USB US keyboard

USB Compatible Two Button Scroll Optical Mouse

EDE/064/ SC EDSON ENGINEERS

48 STRUCTURED CABLING Nakuru County Offices

SC33

Multi-Media

PCI 3D audio system

Monitor/Display

17" Multimedia LCD Monitor

Resolution 1024 X 768

Operating System (Not pre-installed)

MS Windows Server 2009 with 5 user licenses

CDs and Licenses

NOS Support

Microsoft Windows Server

Redhat Linux

Novel Netware

Rack System

Support for 19" wide rack equipment

42U Size

800mm Depth x 600mm Height

Branded rack same manufacturer as server manufacturer

Removable Side Panels

lockable Front and Rear Doors

Hot Swappable power supply for servers

Redundant power supply included for servers

Rack mount 2KVA SMART UPS

8 way power distribution unit on rack

EDE/064/ SC EDSON ENGINEERS

49 STRUCTURED CABLING Nakuru County Offices

SC34

Anti-Virus Software (Not pre-installed)

Anti-Virus and firewall software Server Version – Kaspersky (Latest Version) with CDs and Licenses

Warranty

Minimum 3 years

General

Equipment to be supplied complete with all the necessary cables and connectors

22. Completion Commissioning

Upon completion of the installation, all cabling links must be tested for the following parameters, using Level Three testers:-

a) Copper Cable Tests

1. Wire Map

2. Length

3. Insertion Loss (Attenuation)

4. NEXT Loss

5. PSNEXT Loss

6. ELFEXT Loss, pair-to-pair

7. PSELFEXT Loss

8. Return Loss

9. ACR (Attenuation to crosstalk ratio)

10. PSACR

11. Propagation Delay

12. Delay Skew

b) Fibre Optic Cable Tests

1. Link attenuation (insertion loss)

2. Length

Any failing link must be diagnosed and corrected. The corrective action shall be followed with a new test to prove that the corrected link meets the performance requirements.

EDE/064/ SC EDSON ENGINEERS

50 STRUCTURED CABLING Nakuru County Offices

SC35

The results should be recorded in one or several measure books showing test results of the cable components. In addition, the measurements must be recorded on two soft copies (CD-ROM).

All components must be tested and a Completion Certificate issued stating the following:

a. Number of outlets b. Type of cable c. Date completed d. Type of Warranty e. Calibration date of all the test equipment

In addition, an "as-built" package must be submitted with the following information

a. Updated floor plans b. Wire/cable routing schematic c. Facility assignment records d. Horizontal cable test results e. Fibre Backbone test results

23. 0&M Documentation

The contractor shall avail operations and maintenance documentation (2 copies) detailing the layout and devices or components of the system and must include all information for maintenance technicians to run, service, extend or maintain the network. In particular, the documentation must be structured and contain the following:

a. Synopsis of the cabling (primary and secondary)

b. Charts of the distribution highlighting the details of the elements that have been installed

c. Detailed map of socket layout (2 Soft copies on CD-ROM should be availed)

d. Reports on measurements (2 Soft copies on CD-ROM should be availed)

The CD-ROMs provided shall include the software tools required to view, inspect and print any selection of test reports.

24. Warranty and Support

1 The Contractor will be required to give a per link warranty of at least twenty (20) years for the structured cabling infrastructure and must provide a site certification certificate from the manufacturer of the cabling infrastructure not more than 30 days after completion of tests.

2 In the event of failure of the core switch, the contractor will be required to deliver any necessary parts on the next business day after determining that parts replacement is required, during the standard work week (8 hours a day, 5 days a week). This support will be carried out by a field engineer and will run for a period of sixty months from the date of commissioning of the LAN.

3 The contractor will be required to provide a sixty months warranty on the edge switches from the date of commissioning of the LAN.

EDE/064/ SC EDSON ENGINEERS

51 STRUCTURED CABLING Nakuru County Offices

PARTICULAR & TECHNICAL

SPECIFICATIONS

FOR

IP-PABX INSTALLATION WORKS

EDE/064/ SC EDSON ENGINEERS

52 STRUCTURED CABLING Nakuru County Offices

SC37 PARTICULAR AND TECHNICAL SPECIFICATIONS

1.00 REGULATIONS

The contractor shall, in the execution and completion of the works in the detailed design for which he is responsible complies with the provisions of the following as necessary and relevant:

o Communication Commission of Kenya (CCK) o The Kenya Communications Act o The Electronic Power Act and the Rules made there under. o The Kenya Power and Lighting Company Limited Bye-Laws. o The current edition of the “Regulations for the Electric Equipment of

Buildings” issued by the Institution of Electrical Engineers. o The requirements of the Chief Inspector of Factories for the Kenya

Government. o Kenya Bureau of Standards (KEBS) Standard Specifications and

Codes of Practice, or other equal and approved standard specifications and codes.

o The Bye-Laws of the Local Authority. o Any other regulations applicable to Electric and Electronic Installations

or Communications systems in Kenya. o The Employer’s Safety Regulations.

1.01 POSITION OF SERVICES AND EQUIPMENT

The route services and approximate positions of apparatus are shown on the contract drawings but their exact positions shall be determined by approved dimensional details on working drawings or on site by the Engineer.

The contractor shall ascertain on site that his work will not foil other services or furniture and all services through the ducts must be readily accessible for maintenance and arranged to allow maximum access along the ducts. Any work which has to be redone due to negligence in this respect will be the contractor’s responsibility.

EDE/064/ SC EDSON ENGINEERS

53 STRUCTURED CABLING Nakuru County Offices

SC38

1.02 SETTING TO WORK AND REGULATING SYSTEMS

The contractor shall carry out such tests of the contract works as are required by KEBS Standard Specifications and Codes of Practice, I.E.E Regulations or equal and approved codes, or the competent Authority.

Note No testing or commissioning shall be under taken except in the presence of and to the satisfaction of the Engineer unless approved otherwise by him (contractor’s own preliminary and proving tests are exempted). The contractor shall include in his tender for the costs for testing and commissioning the

contract works as herein described. He shall submit for approval to the Engineer a suitable programme for testing and commissioning. The Engineer and the Employer shall be given ample warning as to the dates on which testing and commissioning will take place. The proving of any system of plant or equipment as to compliance with the specification shall not be approved by the Engineer except at his discretion until tests have been carried out under operating conditions appertaining to the most onerous conditions specified except where the time taken to obtain such conditions is unreasonable or exceeds 12 months after practical completion of the contract works.

1.03 IDENTIFICATION OF PLANT AND COMPONENTS

The contractor shall supply and install identification labels to all plant and to all switches and items of control equipment with, where no excessive heating is involved, white Traffolyte or equal labels engraved in block lettering denoting the name/function and/or section controlled. Where heating is likely to distort Traffolyte, approved aluminium labels with stamped or engraved lettering shall be used. The labels shall be mounted on equipment and in most suitable positions. They shall be in English or in internationally understood symbols capable of being read without difficulty. The labels shall conform to descriptions used on record drawing. Details of the lettering of the labels and the method of mounts or supporting shall be forwarded to the Engineer for approval prior to manufacture.

1.04 WORKING DRAWINGS

The contractor shall prepare such working Drawings as may be necessary. The working Drawings shall be completed in such details not only that the contract works can be executed on site but also that the Engineer can approve the contractor’s designs and intentions in execution of the contract works. Approved working drawings shall not be departed from except where provided for. Approval by the Engineer of working Drawings shall neither relieve the contractor of any of his obligations under the contract nor relieve him from correcting any errors found subsequently in the approved working Drawings or elsewhere associated therewith or with the works.

EDE/064/ SC EDSON ENGINEERS

54 STRUCTURED CABLING Nakuru County Offices

SC39

1.05 RECORD DRAWINGS

During the execution of works on site the contractor shall, in a manner approved by the Engineer record on working or other Drawings at site all information necessary for preparing Record Drawings of the installed contract Works. Marked-up working or other Drawings and other documents shall be made available to the Engineer as he may require for inspection and checking. Record Drawing shall include but are not restricted to the following drawings or information:-

Working Drawings amended as necessary but titled “Record Drawings” and certified as a true record of the as installed” contract works.

Fully dimensioned drawings of all plant and apparatus. System Schematic and trunking diagrams showing all salient

information relating to control and instrumentation. Wiring diagrams of individual plant, apparatus and switch and control

boards. These diagrams shall include the particulars to individual plant or apparatus and else where applicable to system operation as a whole.

One reproducible copy of the Record Drawings of the contract works and Schematic Diagrams shall be provided not later that one month afterwards. Notwithstanding the contractor’s obligation referred to above, if the contractor fails to produce to the Engineer’s approval of the Record Drawings, within one month of partial or Practical Completion the Employer shall be at liberty to have these drawings produced by others. The cost of obtaining the necessary information shall be deducted from the out-standing payments due to the contractor

1.06 TESTS

Both on completion of his work and at the end of the guarantee period the contractor shall carry out such tests as may be required in the presence of the Engineer or his representative, or the competent Authority and shall provide all necessary Instruments, labour and materials to do so. The Contractor shall pay such charges related to such tests if any.

1.07 QUALITY OF MATERIALS

Materials and apparatus required for the complete installation as called for in the specifications or Contract Drawings shall be supplied by the contractor unless specified otherwise. Unless otherwise specified all materials (including equipment, fittings, cables) shall be new, of the best quality and approved origin.

1.13. TRAINING

As directed by and to the satisfaction of the Engineer, the contractor shall arrange for the training of the technical personnel, telephone supervisors and the attendant console operators at the site or the contractor’s office on the workings of the PABX and the telephone management system. The cost of such training shall be included in the contractor’s prices.

EDE/064/ SC EDSON ENGINEERS

55 STRUCTURED CABLING Nakuru County Offices

SC40

a) Training of the Technical Personnel

This shall cover but not limited to the following: i) Introduction to the general features of the PABX supplied ii) Introduction to the different modules of the PABX supplied iii) Introduction to the commands for administration and maintenance of

the PABX supplied iv) How to log-in into the PABX via VDU / computer- PC operator console

with Licenses ii) How to change / add class of service of extensions / trunks / operator

consoles via VDU / computer iii) How to activate / deactivate modules of the PABX via VDU /

computer iv) How to know status of extensions / trunks / operator consoles /

modules via VDU / computer v) Knowing the use of modules in the PABX cabinets vi) Procedures of replacing different kinds of modules in the PABX vii) How to undertake systematic maintenance viii) How to undertake systematic trouble shooting ix) Usage of all the features in the PABX related to the attendant

consoles and the extensions x) Administration and maintenance of the telephone management

system xi) Report generation xii) Populating tables as per the Local providers charges xiii) Budget allocation as per extension and or departments xiv) System setting e.g. Date and Time

a) Training of the Telephone Supervisors

This shall cover but not limited to the following: i) Usage of all the feature of the PABX related to the attendant consoles

and the extensions ii) Operations of the attendant consoles iii) Introduction to commands for administration of the PABX system iv) Administration of the telephone management system

b) Training of the Attendant Console Operators This shall cover but not limited to the following: i) Usage of all the feature of the PABX related to the attendant consoles

and the extensions ii) Operations of the attendant consoles

1.14.1 EQUIPMENT GUARANTEE

The contractor shall undertake in writing to rectify free of charge, all faults arising from faulty components, materials, design or workmanship by the manufacturer or contractor whichever is applicable. This liability shall be for a minimum period of one calendar year from the date of acceptance of the equipment. Twelve months limitation notwithstanding, the period of liability shall not end until all defects which appear during the liability period have been rectified.

EDE/064/ SC EDSON ENGINEERS

56 STRUCTURED CABLING Nakuru County Offices

SC41

1.14.2 PATENT RIGHTS

The contractor shall fully indemnify the Government of Kenya, against any action, claim or proceeding relating to infringement of any patent or design rights, and shall pay any royalties which may be payable in respect of any article or any part thereof which shall have been supplied by the contractor to the Engineer and in like manner the government of Kenya shall fully indemnify the contractor against any such action, claim on proceeding for infringement or alleged infringement under the works the design thereof which shall have been supplied by the Engineer to the contractor, but this indemnity shall apply to the works only, and any permission or request to manufacture to the order of the Engineer shall not relieve the contractor from liability should he manufacture for, or supply to other buyers.

SECTION II

2.00 TECHNICAL SPECIFICATIONS FOR THE PABX

2.01.1 SCOPE OF THE WORKS

The contractor shall supply, deliver, unload, test, commission, guarantee and be liable for defects, and be responsible for the initial maintenance, all as specified herein, of a new PABX. The PABX will be entirely Electronic and of modular design, fully digital IP, ISDN equipped, and with time multiplexing architecture.

The contractor shall supply and install associated items of plant and equipment other than those clearly stated to be supplied by others. He shall supply and install all accessories, whether described in the specification or not, essential to the completion of the works to the satisfaction of the Engineer.

All equipment supplied shall be type approved by CCK and the installation shall be approved by the Communications Commission of Kenya (the competent Authority).The tenderer shall be responsible for all negotiations with and payments to the commission. He shall also pay all fees.

2.01.2 MINIMUM REQUIREMENTS

This specification defines minimum requirements, but tenderers who offer superior facilities will be considered.

Any tender which does not comply with the minimum requirements will be

rejected. 2.01.3 EQUIPMENT FINISH

The equipment finish shall be the responsibility of the contractor, who shall be responsible for its protection during erection and in the course of making good to the building finishes after equipment erection.

2.01.4 INTERFERENCE SUPPRESSION

The equipment and all its accessories shall be suppressed so as not to interfere with any communications, radio, T.V., Security or electro-medical equipment, recording or computer systems.

EDE/064/ SC EDSON ENGINEERS

57 STRUCTURED CABLING Nakuru County Offices

SC42

2.01.5 DOOR KEYS

The contractor shall keep the PABX suite locked at all times when his staff are not present and shall at the conclusion of the contract hand over all keys to the Engineer.

2.02 EQUIPMENT HARDWARE

The tenderer shall quote for a multimedia applications fully digital IP-PABX. The equipment must operate on dual processor configuration with duplicated components so that the PABX service will not be lost due to failure of a single component.

The components to be duplicated should but not limited to: Power Supply Modules Main Control card Hard disc drives Memory storage expansion cards

2.03 EQUIPMENT SOFTWARE

The equipment shall be preloaded with core software for driving it and giving it full operating flexibility. The list of features and services should be comprehensive and extensive and comprising the following:

System features Operator features Standard telephone features Executive telephone features System administration features Digital Network features Data features Special applications features Dect telephone features IP telephone features - both executive and basic features Ability to support H.323 Protocols Traffic monitoring. Dialing Conversion( VOIP, SIP,DP-DTMF-E&M-ISDN PRI-CAS-PLC-

R2-E1-LB-TWT Stored Program Control CTI application over TCP/IP Remote Programming & Maintenance over IP SNMP v.2 support. Customized Web based application. Network Traffic Monitoring Efficiency analysis Embedded Self Test / Solution Ability Programming Language : SDL for Main System Software & C for the

Modules Software. Computer Aided Software Engineering (CASE) Local & Remote Programming PC- Based Programming with User-Friendly & Proprietary Interface

EDE/064/ SC EDSON ENGINEERS

58 STRUCTURED CABLING Nakuru County Offices

SC43

2.04 SYSTEM FEATURES

The system features shall include but not limited to the following facilities: Direct dialing inward Direct outward dialing Dial pulse signaling DTMF to total dial conversion (Tone to pulse conversion) Direct Trunk access Class of Service Flexible assignment of printer ports Flexible numbering of extensions Flexile tone plan Group Hunting Multiple operator console Music on Hold Network Voice mail Night service dual answer Paging Tandem Service dual answer Tandem trunks Tie trunks Extension features e.g. call forwarding, busy override, conference (up

to 8 conferences), camp on etc. Call centre Call identification Dect features VOIP features Follow Me Parallel Extensions Reminder Services Intrusion Hot Line Services Power Failure mode System Error Query Qsig Support Alarm Monitoring Distinctive Ringing Least Call Routing Built in Self Diagnosis Tools. SMS messaging and Logging Networking via IP and TDM interfaces Remote programming and maintenance. Support wireless mobility CTI/PC phone integration. Distributed architecture with Centralized management IP & Soft phone support Support H.323 & SIP Protocols Automated Attendant Multiparty Conferencing Door Phones & Door Openers

EDE/064/ SC EDSON ENGINEERS

59 STRUCTURED CABLING Nakuru County Offices

SC44

2.09 BARRING AND ROUTE RESTRICTION

It shall be possible at will to bar any extension from access to the public exchange network. Selective route Restriction equipment is required on all both way and outgoing exchange lines to prevent any or all extensions from reaching certain areas of the public telephone network including all areas outside the borders of the Republic. The equipment shall prevent a user, after receiving main exchange dial tone, dialing any number of pre-selected 4 digit codes. It shall be possible to change such pre- selected codes easily and at will without the addition of further equipment, but a security system must prevent this being done by unauthorized persons. It shall not be possible to defeat this equipment from an extension by non-standard dialing, switch hook flashing, enquiry or transfer use, tie line transfer, switch follow on calls after an outside caller has disconnected, or in any other way except that which may be used especially for extensions entitled to full access.

It shall not be possible for an extension to receive public exchange dial tone without the route restriction devices being in circuit.

A follow-on call trap is required on the exchange lines, and this must not prevent the operator from flashing the main exchange.

It shall not be possible for an extension to originate a new outside call following the disconnection of an established call until the public exchange and local subscribers auto equipment has released, and the route restriction and barring equipment has been reset and re-connected to the circuit.

A calling Line Identification Panel with busying facilities is required.

Camp-on-busy, Trunk offer, “call back” and automatic transfer facilities must not de-activate the barring and route restriction circuit. The exchange should be suitable for the future addition of direct dialing-in facilities, ring back when free absent extension transfer.

2.10 CLASS OF SERVICE

It is required to group subscribers at will into and/or more of the following categories;

Full Access

Those permitted incoming calls, tie line calls, internal calls, and outside access to exchange lines and STD but not to the international codes.

Trunk Route Restriction

Those permitted incoming call, tie line calls, internal calls, and outside access to local codes permitted by the trunk barring equipment.

Trunk Bared

Those permitted incoming calls, tie line calls, internal calls, and outside access via the operator.

Restricted Access

Those permitted incoming calls and internal calls only.

EDE/064/ SC EDSON ENGINEERS

60 STRUCTURED CABLING Nakuru County Offices

SC45

Barred Access

Those permitted tie line and internal calls only.

It should not be possible to transfer an exchange line from category (i) or (ii) extension or from the switchboard to a category (iii) extension without activating the route restriction equipment to prevent the barred extension dialing, unauthorized codes. It shall not be possible to transfer an exchange line to a category (iv) or (v) extension. There shall be a means of re-allocating subscriber access to the various PABX facilities which shall be protected by a security system that will prevent unauthorized alterations.

The contractor will be responsible for programming the PABX to incorporate the clients initial wishes regarding extension access to facilities, and for reprogramming it to incorporate such changes as the client wishes to make up to the end of the guarantee period. He will also be responsible for training such staff as the employer shall nominate to undertake reprogramming

2.11 ATTENDANT CONSOLE

One or more operator attendant consoles as indicated in the list of main requirements headsets per position. They shall be fitted with suitable lightweight plugs and jacks.

Each console shall be equipped with all necessary facilities for controlling, connecting and monitoring the progress of calls and shall display alarms as necessary.

Night service facilities will normally be provided such that the operator can route in-coming calls to pre-selected extensions when the console in not manned. Attendant consoles will be multiplex so that the connecting cable will comprise a minimum number of pairs, with little restriction on the sitting of the consoles and positions shall be so common that any operator can attend to any call.

Call presentation, chaining process, call back will be entirely managed by the PABX. However, it will be possible to put certain call on individual hold, on keys which have been reserved to that effect.

The information displayed on the terminal will give maximum details about the communication (normal call, urgent call, queue status, internal called-party, status of the terminal etc).

2.12 TELEPHONE INSTRUMENTS

The acquiring of telephone instruments has been liberalized. However, they must be

Type-approved by the CCK and the Tenderer must obtain the necessary approval.

EDE/064/ SC EDSON ENGINEERS

61 STRUCTURED CABLING Nakuru County Offices

SC46

Executive Telephone Instruments

The executive telephone instruments shall be digital type handset and shall have but not limited to the following operating characteristics:-

Standard telephone facilities Abbreviated dialing Auto shift feature Automatic ring back indication Call logging Calling number display Calls indication Call waiting display Do-not disturb indication Extension status indication Hands free Individual speed dialing Intercom Large LCD display (16 characters) Message waiting indication Microphone unit. On hook dialing Password protection Repeat last number Ringing level and tune selection Store and redial Single key access to line features 4 Line digital display set Date/time setting Display Menu driven Operation with 160X100 pixel 4” graphical display Multipurpose menu keys & special function memory or function keys

with dual LED Headset Compatibility Simultaneous handling of three calls 16 programmable, double function keys 28- Key add on module Compatible with the set 50 entry phone book. Bluetooth Class V2.0 +EDR class compliant with 10 meters outdoor

and 5 meters indoor range. Reminder services.

Standard Telephone Instruments

The standard telephone instruments shall be of digital type handset. They shall at least have the following operating characteristics:-

Standard telephone facilities

Automatic ring back indication

Extension status indication Individual speed dialing

Intercom

Repeat last Number

Ringing level and tune selection

Store and redial.

Message waiting indication Fully digital, 2-wire proprietary system phone

EDE/064/ SC EDSON ENGINEERS

62 STRUCTURED CABLING Nakuru County Offices

SC47

Menu driven operation with 4x20 character LCD

Multi-purpose menu keys & special function keys (park, phone book, menu, transfer, flash and redial)

16 programmable, double-function memory or function keys with dual color LEDs

28-Key Add-On Module Compatible (DSS25-28) Voice / volume control keys (hands free, mute, hands free

increase/decrease)

Headset compatible

50 entry phone book

Calling number/name display on LCD

Call Log & Call Back

Advanced search from phone book Hands free speech/On hook dialing

Ring tones ( 9 types )

CTI and Server-Client Architecture with software

Simultaneous handling of three calls

Status display of each associated line or extension by dual color LEDs 2.13 NUMBERING SYSTEM

The numbering scheme will be:

Level O Access to PABX Telephone Operator “ 9 Access to the main exchange “ 8 Night service “ 7 spare for future tie line access “ 6 Tie line access “ 5 Spare for extensions “ 4 Extensions “ 3 Extensions “ 2 Extensions “ 1 Spare for special facilities

2.14 EXCHANGE LINES

Exchange lines shall be arranged for first party release. The PABX must be capable of processing the number of digits required for international calls in accordance with CCITT, FRF.11, ITU, ITUH323, T.38 and CCIL recommendations.

A device shall be fitted to sense main exchange dial tone as there maybe considerable delay in receiving this after the seizure of a free exchange line.

2.15 TIE LINES

The lines will provide access to all extensions and the operator. They are to be for auto-auto working through signaling and first party release. Tones are to be returned over to tie lines.

Disconnect loop signaling is at present employed with a maximum loop resistance of 2000 ohms.

EDE/064/ SC EDSON ENGINEERS

63 STRUCTURED CABLING Nakuru County Offices

SC48

2.16 SYSTEM MAINTENANCE

Test Equipment and Tools

A PABX routine test set and a set of maintenance tools are to be supplied. The tools and spare parts are to be listed in Appendices “A” and “B” of the Bills of Quantities.

Maintenance Features The PABX shall have the following system maintenance features:

Line status monitoring device

Station message data recording port

System Working report

On site system administration using a compatible terminal and attendant console.

Remote system administration capability Automatic on-line diagnostic testing

Maintenance diagnostic software programmers shall be provided which can be run as required whilst the PABX is in normal service.

2.17 POWER SUPPLY

Rectifier

The PABX shall be fed through an integrated rectifier and an AC –DC converter fed from 240V A.C. 50Hz power supply. The rectifier will be equipped with the following devices:

Security device to monitor the minimum and maximum authorized values of the output voltage. When one of the thresholds is reached, the power supply to the PABX must cut itself automatically “Floating” and automatic “Equalization” device with manual command of the “Equalization” mode and automatic switch back to “floating” mode once the battery is loaded.

The range of input voltage is 80 – 300 VAC.

The range for output voltage is 42 – 58 VDC.

The rectifier will be sized to supply power to the PABX and simultaneously allow re-loading of the battery within 10Hours maximum. Battery

A stationery battery is required to supply power during peak hours and mains supply failures and to provide smoothing for DC out put from the rectifier. The battery shall be “Maintenance Free” and shall have sufficient capacity when fully charged to supply power to the PABX in the event of mains supply failure for minimum of 8 hours. The minimum DC out put shall be 48V DC +/- 10% and its life expectancy shall be 10 years. Automotive or Traction battery will not be accepted. Voltage Stabilizer

A voltage stabilizer of suitable rating is required. It shall have a response time of NOT more than 0.1 seconds and a correction range from -12% to +12% with surge/spike protection.

EDE/064/ SC EDSON ENGINEERS

64 STRUCTURED CABLING Nakuru County Offices

SC49

Earthing

An independent telecommunication earth shall be provided for the PABX at the MDF. The earth lead cable shall not be less than 6mm2 and shall terminate to copper earth electrode(s) in a concrete manhole (300mm x 300mm) with a suitable concrete cover. The earth impedance shall not exceed 4 ohms.

2.18 TELEPHONE CALL MANAGEMENT SYSTEM

Scope of Works

The works to be carried out comprise supply, installation, testing and commissioning of the following: a) Telephone call management software

b) 1 No. Desktop computer c) 1 No. Dot Matrix printer d) 1No. Medium duty UPS

Technical Specifications 1. Call Management Software

System Capabilities

The software system shall be able to perform the following: 1. Telephone calls tracking 2. Telephone calls costing/billing 3. Telephone calls budgeting

4. The software system shall be fully window based and run as a background task

5. All telephone call costs shall be computed basing on the

prevailing service provider’s rates, or shall be customized for employer’s own use.

6. The software system shall have the capability of automatically

barring and unbarring exchange lines and level 9 lines that shall go beyond their budget allocation and automatically reinstate them on budget re-allocation. It shall also have the capability of automatically barring and unbarring roaming PINS that shall go beyond their budget allocation and automatically reinstate them on budget re-allocation.

7. The software system shall be able to allocate password to the users.

EDE/064/ SC EDSON ENGINEERS

65 STRUCTURED CABLING Nakuru County Offices

SC50

Reports Generated

The call management software shall be able to generate the following:- 1. Dates of calls 2. Duration of calls 3. Extension numbers where calls originate 4. Approximate cost of trunk calls 5. Time of calls 6. Detailed report on call transfers 7. Details of exchange lines used 8. Details of extension lines used 9. Detailed report of most frequently called numbers 10. Detailed report of longest calls for selected duration 11. Detailed report of mobile calls by extensions 12. Detail of most expensive calls within selected time 13. Graphical presentation of reports. 14. Upon wish, internalcalls can be billed too 15. Supports different languages for different users simultaneously 16. Automatic report service via E-Mail. 17. possible to compose general and personal phonebooks 18. No limitation on the operating system. 19. Application should be WEB-Based 20. Can be installed in a TCP/IP network to allow multiple 21. Call handling through PC 22. Monitoring all lines and extensions

2.19 LIST OF MAIN REQUIREMENTS FOR THE PABX.

ITEM DESCRIPTION INITIAL CAPACITY ULTIMATE

CAPACITY

1.0

2.0

3.0

4.0

5.0

6.0

7.0

8.0

ISDN PRI Digital line for 30 channels Analogue Trunk Lines Digital Extensions GSM Modules complete with lines Operator Consoles Operator Head sets Operator hand sets IP Channel

2

8

200

4

2

2 2

2x16

3

16

400

6

4

4 4

4x16

EDE/064/ SC EDSON ENGINEERS

66 STRUCTURED CABLING Nakuru County Offices

SC51

2.20 OTHER MINIMUM REQUUIREMENTS FOR THE PABX

The P.A.B.X. shall: 1. be fully IP 2. be ISDN equipped 3. have at least 50% power failure trunk transfer facility 4. have a simplex CPU and voltage stabilizer. 5. have a standby battery of at least 8 hrs autonomy. Brochure for the standby

battery MUST be attached.

6. have direct inward dialing system access facilities and data communication services.

7. be of compact modular design with sub-lines pre-wired and easily removable

8. be equipped with flexible music on hold 9. be supplied complete with telephone call management and information

software based system with a memory capable of storing at least 100,000 calls, and be supplied complete with a PC and a printer for the telephone call management system

10. be complete with a maintenance terminal facility. 11. have call forwarding automatic call transfer, three party conference among

other standard features. 12. be equipped with mains power supply Anti-surge, over-voltage and under-

voltage protection devices and lightning protectors for all cards. 13. have DECT features 14. be able to relocate an unanswered call to a pager or mobile phone 15. have on screen fault indication facility. 16. have computer-telephone inter-face for digital instruments capability. 17. be type approved by the CCK. The bidder is required to submit the CCK

type approvals. 18. be compatible for connection to Telkom (Kenya) Ltd network.

2.21 BROCHURES AND TECHNICAL LITERATURE

Tenderers will be required to enclose together with their submitted bids

brochures detailing technical Literature and specifications of the EPABX, standby battery and the telephone call management system. The brochures shall be used to evaluate the suitability of PABX, standby battery and the telephone call management system. Any bid submitted without the brochures shall be considered technically non-responsive, and shall subsequently be disqualified.

EDE/064/ SC EDSON ENGINEERS

67 STRUCTURED CABLING Nakuru County Offices

SC52

2.22 ITEMS TO BE STATED BY THE TENDERER

Delivery period from date of award contract……………………………...weeks

Period required for installation from receipt of equipment ……………...weeks

What is the name and model number of the PABX for which you have tendered?…………………

In which countries is the PABX and it PCB’s manufactured……………………

With what standard does the PABX comply?……………………………………

Is a full stock of spares available in Kenya?………………………………………

For how many years is the continuity of spare parts guaranteed? (A minimum of 10 years is required)…………………………………………..years

What is the busy hour traffic capacity of the PABX assuming no delay in main exchange dial tone?………………………………………………………………

What is the maximum ambient temperature in which the PABX will function satisfactorily?………………………00 -450 C……………………………….

Is air conditioning required for the PABX?…………………………………………

Is protection against high transient line voltage incorporated?…………………

How many pairs are required per extension line?………………………………

Is the operator’s console suitable for a blind operator? … ……………………

What is the guarantee period offered? …………………………………………… (Note: 12 months is the minimum)

Is an MDF incorporated in the PABX? ………………………………………… Capacity of standby the battery in A.H…………………………………………

Output of charger in Amps …………………………………………………

EDE/064/ SC EDSON ENGINEERS

68 STRUCTURED CABLING Nakuru County Offices

PART C

BILLS OF QUANTITIES

FOR

STRUCTURED CABLING (INCLUDING

IP-PABX) & TELEPHONE INSTALLATIONS

SUB-CONTRACT

EDE/64/16-SC Edson Engineers

Page 1

ALL RATES TO INCLUDE 16% VAT

ITEM

NO. DESCRIPTION QTY UNIT RATE AMOUNT

KSHS

SUPPLY, DELIVER, INSTALL, TEST, &

COMMISSION THE FOLLOWING.

HORIZONTAL CABLING

aCAT 6 4-pair SFTP cable for Data/Telephone outlets as SIEMON or approved equivalent

9,000 Lm 0

bDual RJ45 Cat 6 outlets for voice / Data complete with faceplate and labeling as SIEMON or approved equivalent

180 No. 0

c48 port CAT 6 Data Modular Patch Panel for 4-Pair UTP termination as SIEMON or approved equivalent

4 No. 0

d

1M Factory terminated Cat 6 4 pair-SFTP RJ 45- RJ 45 patch cords to be used inside cabinet as

SIEMON or approved equivalent (includes

15No Spares)

200 No. 0

e3M Factory terminated Cat 6 4 pair-SFTP RJ 45- RJ 45 patch cords for data outlets as SIEMON

or approved equivalent(includes 15No Spares)200 No. 0

f2U Cable managers/organisers as SIEMON or approved equivalent

4 No. 0

ACTIVE EQUIPMENT

g48 port floor edge switch for data (State make, model number etc)

4 No. 0

hRack mount UPS-1.5KVA for Active equipment/ servers as APC or approved equivalent

4 No. 0

Supply, test and commission the following

items

CABINETS

i

42U Server rack cabinet, black complete with mounting angles and rails in Server Room as described in the particular specification of this tender document

1 No. 0

j9U cabinets on each floor for floor edge switches complete with mounting brackets

4 No. 0

0

NAKURU COUNTY ASSEMBLY OFFICES - ELECTRICAL SERVICES- STRUCTURED CABLING INSTALLATION

Total carried forward to price next page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-SC Edson Engineers

Page 2

ALL RATES TO INCLUDE 16% VAT

ITEM

NO.DESCRIPTION QTY UNIT RATE AMOUNT

KSHS

B/F 0

BACKBONE CABLING

a24 Port ST Multimode, sliding Fibre Optic patch panel complete with LC type connectors for Multimode OM2 fibre

1 No. 0

b1M Factory Terminated OM2 Fibre optic patch cords complete with LC-LC TYPE connectors to be used inside cabinet

50 No. 0

c8 core Loose tube multimode fibre optic cable asOM2 linking floor edge switches to core switch inthe Server room

80 LM 0

dRJ45-ST media converters for each floor edgeswitch

4 No. 0

SERVER

e24 port Core network switch (State make, model number etc) for routing voice c/w power supply

1 No. 0

f24 port Core network switch (State make, model number etc) for routing data c/w power supply

1 No. 0

gRouter as Cisco or equal and approved equivalent (State make, model number etc)

1 No. 0

WIRELESS ACCESS POINTS

h TP Wireless Access point or approved equivlent 20 No. 0

0PABX 0

00

i

Hybrid IP-PABX capable of handling 200 extensions as (state make and model) to include GSM modules plus all accessories to work or equal and approved equivalent

1 No. 0

NAKURU COUNTY ASSEMBLY OFFICES - STRUCTURED CABLING INSTALLATION

Total carried forward to price next page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-SC Edson Engineers

SUMMARY OF TENDER PAGE

Total Brought Forward from :

: Page 2 (STRUCTURED CABLING AND

TELEPHONE) KShs.…………….…………

Sub TotaI inclusive of VAT………………………………………Kshs……………………..

TOTAL CARRIED TO FORM OF TENDER…………………....KShs…...…………..

Name of Tenderer:................................................................................

Address of Tenderer:.............................................................................

Signature and Stamp of Tenderer:..........................................Date:……….………..

ELECTRICAL SERVICES - STRUCTURED CABLING INSTALLATIONS

NB: Drawings are part of tender documents.Rates to include other taxes

PROPOSED DESIGN AND SUPERVISION OF NAKURU COUNTY ASSEMBLY

OFFICES

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE SC

PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED

FACILITIES.

VOLUME 2(Electrical Services)

SPECIFICATIONS & BILLS OF QUANTITIES FOR

2(f) Access control Installations

SUB-CONTRACT

Architects: Quantity Surveyor:

Scope Design Systems Obra International

P.O. Box 10591 -00100 P.O. Box 3494 -00200

NAIROBI NAIROBI

Services Engineer

Edson Engineers P.O. Box 5647 - 00100

NAIROBI

OCTOBER 2016

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 2 Nakuru County Offices

CONTENTS PROPOSED AREA CONTROL AND DISASTER RECOVERY CENTER, MLOLONGO SECURITY SYSTEMS (ACCESS CONTROL) Installations Sub-Contract

PAGE NO.

FORM OF TENDER FT DEFINITION OF TERMS D1 - D2 NOTES TO TENDERERS N1 - N2 GENERAL CONDITIONS OF SUB-CONTRACT GC1 – GC6 TECHNICAL SPECIFICATIONS AC1 – AC13 BILLS OF QUANTITIES BQ - BQ SUMMARY OF TENDER BQ

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 3 Nakuru County Offices

FT

FORM OF TENDER

TENDER FOR: PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED FACILITIES

Security Systems (Access Control) Installations sub-contract

Nakuru County Assembly Offices P.O. Box 907 Nakuru, KENYA Dear Sir

1. I/We, the undersigned, offer to contract for the above sub-contract works in accordance with the attached Conditions of Sub-Contract, Specifications and Bills of Quantities for the sum of:

KShs…………………………………….

(in words) Kenya Shillings………………………………………………………………… …………………………………………………………………………………………………

2. I/We agree that our tender shall remain valid for 90 days from the date of opening the Sub-contract tender and shall not be withdrawn during this period.

3. I/We agree that you are not responsible for any expenses incurred by me/us in submitting this tender

4. I/We agree that you are not bound to accept the lowest or any other tender. Name & Address of Tenderer:…………………………………………………………….

Telephone:……………………………………………………………………………………. Signature of Tenderer:……………………………………………………………………...

Date:……………………………………………………………………………………………

Company Stamp:…………………………………………………………………………….

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 4 Nakuru County Offices

Page D1

DEFINITION OF TERMS

The following words and expressions used in this document shall have the following meanings attached to them: Employer : Nakuru County Assembly Offices

P.O. Box 907 Nairobi, KENYA

Architect : Scope Design Systems P.O. Box 10591- 00100

Nairobi Services Engineer : Edson Engineers P O Box 5647 - 00100

Nairobi Quantity Surveyor: Obra International P.O. Box 3494 - 00200

Nairobi Main contractor : shall mean the firm or company appointed to carry out the project building works Sub-contractor : shall mean the firm or company appointed to carry out the sub-contract

works described in this document Works : shall mean the materials and the plant to be provided and labours to be

performed by the sub-contractor in fulfillment of the terms of this document and the sub-contract made for that purpose

Contract drawings : shall mean the drawings listed in or referred to in this document and

forming part of this document

m. : shall mean metre mm : shall mean millimetres mm2 : shall mean square millimetres k : shall mean kilo

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 5 Nakuru County Offices

Page D2 DEFINITION OF TERMS

A. : shall mean amperes

V. : shall mean volts W. : shall mean watts Hz : shall mean Hertz or cycles per second PVC : shall mean polyvinyl chloride SWA : shall mean steel wire armoured S.P.& N. : shall mean single pole and neutral T.P.& N. : shall mean triple pole and neutral NO. or No. : shall mean numerical number dia. : shall mean diameter rpm : shall mean revolutions per minute KBS : shall mean Kenya Bureau of Standards

B.S. & B.S.C.P. : shall mean British Standard Specification

& British Standard Code of Practice

K.P.& L. : shall mean Kenya Power & Lighting Company Limited Ditto : shall mean in all respects as described in a previous item in the

bills of quantities

I.E.E. : shall mean the Institution of Electrical Engineers of the United Kingdom

L.V. : shall mean low voltage as defined by the 16th edition of the

I.E.E. wiring Regulations H.V. : shall mean high voltage as defined by the 16th edition of the

I.E.E. wiring Regulations

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 6 Nakuru County Offices

Page N1

NOTES FOR TENDERERS

1. DOCUMENT CHECK Before submitting his tender, the tenderer is required to:

a) check that no page/s of this document is/are missing or illegible and to have this rectified

b) ensure that all ambiguities, doubts or obscure points in this document are cleared with the engineer.

No claims for alleged deficiencies in the information given in this document shall be considered at a later date. 2. ALTERATION TO THIS DOCUMENT

Unauthorized alteration or qualification made to the text of this document by the

tenderer shall disqualify the tenderer.

3. CORRECTION OF TENDERS Arithmetic errors in the tenders will be corrected by the engineer in the following

manner:

a) Errors in Extensions If a total extension figure is entered, the extended total shall be a product of the

tendered unit rate and the quantity of the item, and the product shall be added to the tender sum.

If the total extension entered in the bill of quantities is less than the product of the

tendered unit rate and the quantity of the item, a corrected unit rate shall be obtained by dividing the extension total and the quantity of the item. The tender sum shall thus not be amended.

If the total extension entered in the bill of quantities is greater than the product of

the tendered unit rate and the quantity of the item, the extension total shall be reduced to the correct product of the tendered unit rate and the quantity of the item, and the tender sum shall be reduced correspondingly.

b) Omission of Unit Rates:

If an extension total is entered in the bill of quantities but no unit rate is entered therein, the unit rate shall be calculated as the extension total divided by the quantity of the item.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 7 Nakuru County Offices

Page N2

c) Omission of Extension Rate & Extension Total: If no unit rate and extension total is entered against any item in the bills of

quantities, it will be assumed that the cost of the item is fully and completely covered elsewhere in the bills of quantities.

d) Errors in Addition: All errors in addition, irrespective of where they occur in the bills of quantities shall

be corrected and the tender sum amended correspondingly.

4. DISCOUNTS No lump sum discounts shall be made in the tender and if such a discount does

appear in the tender, it shall be disregarded and the tender sum will be considered to be the total of the bills of quantities.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 8 Nakuru County Offices

PART A

GENERAL CONDITIONS

FOR SECURITY SYSTEMS (ACCESS CONTROL)

INSTALLATIONS

SUB-CONTRACT

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 9 Nakuru County Offices

GC1 GENERAL CONDITIONS OF SUB-CONTRACT

1.01 SUB-CONTRACT AGREEMENT

The sub-contractor shall be required to enter into a sub-contract agreement

with the main contractor. The form of sub-contract agreement shall be the latest edition of the Agreement and Schedule of Conditions of Building Sub-Contract, published by The Kenya Association of Building and Civil Engineering Contractors.

The tenderer shall be deemed to have examined, fully understood and

accepted the requirements of all clauses in the above document. 1.02 PRELIMINARIES

It shall be deemed that the tenderer in pricing the “Preliminaries” item in the

Summary of Tender contained in this document, has priced for all items in this section of the document and in the Agreement & Schedule of Conditions of Building Sub-Contract, which have financial implications.

1.03 FIRM PRICE CONTRACT

This is a firm price contract and the tenderer must allow in his pricing of this

tender for any increases in the cost of labour and materials during the currency of the sub-contract. No claims for increased cost will be allowed.

1.04 SITE

The site of the proposed works is situated at Nakuru County.

The tenderer is recommended to visit the site and will be deemed to have satisfied himself with regard to access to the site, the conditions under which the sub-contract works will have to be carried out, the supply of and conditions affecting labour and facilities for obtaining materials and equipment referred in this document.

1.05 EXISTING PROPERTY

The sub-contractor shall take every precaution to avoid damage to all existing

property and he shall be held responsible for all damages arising from the execution of this sub-contract and he shall make good all such damage at his own expense to the satisfaction of the architect.

1.06 CONSTRUCTION PROGRAMME

The tenderer shall be deemed to have: (a) been informed about the duration of

the main contract before submitting their tender and (b) allowed for in his tender all necessary costs to enable him to execute and complete the sub-contract works within the main contractor’s construction programme.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 10 Nakuru County Offices

GC2 GENERAL CONDITIONS OF SUB-CONTRACT

1.07 SITE MEETINGS The sub-contractor shall be required to attend all site meetings and contractor’s meetings. 1.08 SERVICES AND ATTENDANCE

Services and attendance shall be provided by the main contractor in

accordance with the provisions in the main contract agreement. The above will be limited to the builder’s work in connection with this sub-

contract, use of temporary water supply and electrical power and main contractor’s scaffolding.

Except for drilling holes, forming concrete bases, chasing, cutting and making

good the building fabric will be done by the main contractor. The sub-contractor shall mark out in advance and shall be responsible for the accuracy of the sizes of and positions of the bases, chases and holes required for his works.

The sub-contractor shall be responsible for providing any special internal

and/or external scaffolding, trestle, etc specifically required for carrying out the sub-contract works. The tenderer is deemed to have allowed in his prices for the above requirement.

1.09 PROGRAMME OF WORKS

The sub-contract works will commence immediately upon the appointment of

the sub-contractor. The sub-contractor shall be required to phase his works in accordance with the main contractor’s programme of works.

The sub-contractor shall prepare such Critical Path Programmes or Progress

Chart as the main contractor considers necessary to assist him in the preparation of and maintenance of his overall Programmes and Charts.

Copies of the sub-contractor’s programmes shall be submitted to the main

contractor, architect and engineer.

1.10 MATERIALS AND WORKMANSHIP The sub-contractor shall be responsible for the provision of all materials,

special scaffolding, tools and tradesmen required for the execution of the sub-contract

works. Plant, equipment and materials to be used in the execution of the sub-contract

works shall be of sound condition to ensure they shall be serviceable for the duration of the sub-contract and that they do not pose any danger to those employed on the project.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 11 Nakuru County Offices

GC3

GENERAL CONDITIONS OF SUB-CONTRACT 1.10 Materials and Workmanship ………./continued

The tenderer shall allow for in prices for hoisting all items of equipment and

materials for the sub-contract to be installed in the locations and heights shown on the sub-contract drawings or noted in this document.

1.11 MEASURED WORKS The Bill of Quantities contained in this document has been prepared in accordance with the Standard Method of Measurement of Building Works for Republic of Kenya: Metric Edition.

All “provisional” and other work liable to adjustment under this sub-contract shall be left uncovered for a reasonable time to allow any measurements needed to be taken by the engineer. The sub-contractor shall inform the engineer when the work is ready for measurement.

If the sub-contractor defaults in the above requirement, he shall uncover the

works for measurement to be taken and reinstate afterwards, all at his expense.

1.12 PROVISIONAL SUMS Quantities given as “Provisional” in this document shall not be held to gauge, or

limit the amount or description of the work to be executed by the sub-contractor. But, the value thereof shall be deducted from the sub-contract sum and the value of the work ordered by the engineer shall be added to the sub-contract sum as provided by the sub-contract agreement.

1.13 VARIATIONS Except in emergency, or for reasons over which the sub-contractor has no

control, works likely to involve a claim for extra payment shall not be initiated without

the written instruction from the engineer. Addition to or reduction from the sub-contract in respect of extra work,

alteration or omission authorised by the engineer shall be agreed and confirmed in writing at the time such variations are decided and shall not affect the validity of the sub-contract.

No allowance shall be made for loss of profit on omitted works. Any claim involving additional work on site, must be accompanied by

authorised site instruction signed by the engineer or his representative. The sub-contractor shall submit to the engineer claim/s for any work or

circumstances on account of which he may want extra payment within seven days

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 12 Nakuru County Offices

GC4 GENERAL CONDITIONS OF SUB-CONTRACT

1.13 Variations ………../Continued.

from the time of the commencement of such work or circumstances. Any such

claim must be in writing with full particulars of such claim/s.

1.14 MATERIALS ORDERS The sub-contractor shall order and/or procure all materials and equipment for

the sub-contract within two weeks after his appointment. Documentary evidence of all orders and purchases shall be submitted to the engineer within the above time.

No claims for extra payment shall be considered, if the sub-contractor does not

comply with the above requirement.

1.15 DUTIES, TAXES, ETC.

The tenderer shall include in his prices all mandatory Government duties, taxes and levies; Supply to site, insurances, storage, fix in position, testing, commissioning and all other obligations under this sub-contract.

1.16 DEFECTS LIABILITY The complete sub-contract works shall be guaranteed for a period of six

months from the date of the architect’s certificate of completion. Under this guarantee the sub-contractor shall make good at his own cost all defects in materials, equipment or workmanship which may develop in that period. The sub-contractor shall also make good any damage caused to other works, equipment and materials due to defects in the sub-contract works.

This clause shall not in any way invalidate manufacturer’s guarantee on

equipment, which may extend for periods longer than six months.

1.17 STORAGE ON SITE Space on site or certain areas of partially completed building, when available,

may be allocated to the sub-contractor for storing his material and equipment for the sub-contract.

The main contractor will be responsible for making the storage area waterproof

but the sub-contractor shall be responsible for his own lock-up facilities and sheds.

The sub-contractor shall, when reasonably called upon at any time by the main

contractor, move his material or plant elsewhere notwithstanding his having previously been allocated that space.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 13 Nakuru County Offices

GC5 GENERAL CONDITIONS OF SUB-CONTRACT

1.18 CONTRACT DRAWINGS The sub-contract drawings are intended to indicate the intent and extent of the

sub-contract works. The sub-contract drawings and this document are meant to explain each other and shall be read together.

Measures with dimensions shown on the contract drawings and measures

noted in this document are to be followed in preference to dimensions scaled from the contract drawings; but whenever possible, dimensions are to be taken on the site or from the buildings.

Before any work is commenced, dimensions shall be checked on the site

and/or the buildings and discrepancies reported to the engineer. The sub-contractor shall be responsible for ensuring the accuracy of such dimensions.

One copy of all the sub-contract drawings and a copy of this document, issued

to the sub-contractor, shall be retained on site at all times and be available for reference by the engineer and the architect.

1.19 SITE REPRESENTATIVE

It is a specific requirement of this sub-contract that the successful tenderer

shall provide on site, throughout the project construction period, a literate, suitably qualified and competent person to represent him and to ensure that the sub-contract works are carried out to the standard required by this document.

Instructions and directions given by the architect and/or the engineer to the

sub-contractor’s site representative shall be deemed to have been given to the sub-contractor.

1.20 INSPECTION

The engineer shall be allowed all facilities for inspecting materials and

workmanship on site during the execution of the contract. A similar reservation for inspecting at the manufacturer’s works shall be

included in all orders for specifically manufactured equipment issued by the sub-contractor. In such cases notice shall be given to the engineer that equipment has been manufactured and is ready for inspection and testing, so that this may be carried out before the equipment is packed for shipping.

1.21 SAMPLES The sub-contractor shall, when required, provide at no extra cost, samples of

materials or workmanship forming part of the works. Such samples when approved shall be retained on the site and shall form the standard required for the works.

Any condemned material as unfit for use in the works shall be immediately

removed from the site without any recompense to the sub-contractor.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 14 Nakuru County Offices

GC6 GENERAL CONDITIONS OF SUB-CONTRACT

1.22 FAULTY WORKS

The engineer shall have the right to reject any material or workmanship, which

in his opinion does not comply with the requirements of the specifications or is not satisfactory.

The sub-contractor shall replace such rejected materials or rectify such bad

workmanship forthwith, at his own expense. In event of undue delay on the part of the sub-contractor to rectify the rejections, the engineer will have the right to employ others to supply suitable materials and re-execute the works and deduct the cost thereof from the value of the sub-contract.

1.23 PROTECTION

The sub-contractor shall be responsible for casing up or otherwise protecting

all parts of the sub-contract works liable to damage or injury and for removing such protection and making good on completion.

1.24 CLEARING OF SITE The sub-contractor shall ensure that the areas where his works are being

carried out are, at all times, and kept clear of all debris and surplus materials.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 15 Nakuru County Offices

PART B

TECHNICAL SPECIFICATION FOR

SECURITY SYSTEM

(ACCESS CONTROL) INSTALLATION

SUB-CONTRACT

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 16 Nakuru County Offices

AC1

ACCESS CONTROL SYSTEM INTRODUCTION

The system will be used to control movement of people within the premises.

This will be as per various authority levels

Proximity cards will be used to allow authorized people to enter controlled areas.

The schematic for the system is shown in the drawings available for viewing at the

Engineers offices.

1. ACCESS CONTROL ADMINISTRATION SYSTEM & SOFTWARE a) Operating system. The software will be designed for Windows 2000/XP

(Professional)/2008 Server/Vista (Business & Enterprise) operating systems.

b) Computers. The software will run on PC computers with the

following:

Drive: Supporting the following: Smart media/XD, Compact

flash I/II/MD, SD/Mini MMC/RS/Plus/Mobile,

MS/PRO/DUO/PRO DUO

Keyboards: PS/2 Keyboard

Mouse: Optical Mouse with scroll

Video Card: In Built

RAID: Supported

Network Adapter (NIC): Integrated 10/100/1000 Base –T

Sound Card: In- Built

DVD writer: DVD+16x –16x, RW +8x -6x, CDW 48x, BLU RAY

Monitor: 19" TFT LCD monitor with speakers

USB: 2.0 or fire wire card 2 nos. at front panel

Operating system: MS Windows OS or Linux (Latest versions) at the time

of tender.

Anti-Virus Software: Latest software at the time of tender.

The PC shall not be solely dedicated to running the access control software. It must be possible to run other Windows programs such as word-processing or database programs on the PC at the same time. However any alarms that occur on the access control system must be presented over those other applications without delay. Other programs that are running will be put into the background, but data and information must not be lost. The system shall archive all events and transactions to the PC hard disk. The hard disk shall store no less than 18000 and up to 40,000 transactions per megabyte of hard disk.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 17 Nakuru County Offices

AC2

Minimum Workstation specifications 2.66GHz Core 2 Duo Processor 2GB RAM 500 GB HD 100 BASET network card Windows XP Professional operating system

a. Structure. The software will consist of five separate modules:

i. On-line monitoring and control module

ii. System configuration module

iii. Cardholder management module

iv. Report generation module

v. Extended report generation module (Mustering, Time & Attendance

etc.)

It will be possible to select which of the modules to install on each

workstation. For example, System Configuration module will not be

installed on a computer dedicated for badging. This will eliminate the

possibility of accessing system configuration from unauthorized

computers.

b. Software protection keys. The software will be protected by

hardware keys (“dongles”), which will plug to the parallel (printer) or

USB port of the computer. Even if the access control software were

installed on the computer, it would not run without the required key.

Keys will protect from illegal copying of the access control software

and increase the security of the system by not allowing running the

software on unauthorized computers.

c. Database engine. The software will be compatible with the following

databases: Borland INTERBASE version 5.6, Firebird version 1.5/2.0,

Microsoft SQL 2000/2005 Standard and Express, Oracle versions 9i

and 10g.

d. Encryption. Operator passwords and user PIN numbers will be stored

in a strong encrypted format. It will not be possible to see this

information if the database is opened using a database viewer.

e. System operators. Each system operator will have a unique login

name and a password to run the software. The system will support an

unlimited number of operators and operator access levels. The system

will support integration between MS Windows Active Directory. There

will be no need to configure user name and password of each

operator. The system will import this data from active directory and

allow Windows user to start security software based on Active

Directory permission level (Single Sign-on feature).

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 18 Nakuru County Offices

AC3

f. Badging. The software will have a built-in card design and printing

module. It will be included in the standard and professional versions of

the software at no additional charge. The systems which offer badging

as separate software package will not be accepted. Badging module

must provide the following capabilities:

i. Creation and storage of unlimited card design templates;

ii. Accept files of various format e.g. Windows BMP, TIFF with

JPEG compression, Windows Meta File, etc.

iii. Barcode printing;

iv. Magnetic stripe encoding during printing;

v. Dual side badge design and printing;

vi. Ghosting feature – multiple layers of transparent images for

higher badge security;

vii. Automatic manipulation with an image – automatically

apply selected actions to an image upon import or capture;

viii. Configurable database expressions. The system will

automatically correctly position each database field based

on their length and required spacing between the fields.

ix. Automatic sizing of text: adjusting the font size to fill preset

space;

x. Image capture. The software will be able to capture

cardholder photos using a video camera connected to a

standard video capture card of the computer. The software

will also support standard PC cameras with USB interface.

In addition to image capture, the software will be capable of

importing images from files;

xi. The software will support signature capture devices for

associating signatures with cardholders.

g. User interface languages. User interface will be available in the

following languages: English, Spanish, French, Arabic and

Portuguese.

h. Data import and export. The software will be capable of importing

and exporting events and cardholder data to and from TAB delimited

text files. The software will also support cardholder image import and

export.

i. On-line event printing. The software will have an optional on-line

printing (OLP) component. The component will allow printing system

events in real time. The OLP component will be compatible with

industry standard printers (Parallel interface to PC, inkjet, and laser

and other technologies, support for Windows operating system).

j. Checkpoint. This feature will automatically store, display cardholder

information and photos upon presenting a card at the selected

readers. It will not require any special advance configuration and will

be available on any workstation.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 19 Nakuru County Offices

AC4

k. Event display. The system will be able to display alarms in text and

graphic modes. It will be possible to choose one of the display modes

or view events in graphical and text modes at the same time, in a split

screen arrangement.

l. Alarm acknowledgment. The software will track all event

acknowledgement actions and allow operator to enter additional

comments. It will be possible to select which events require operator

acknowledgement by event type, device group and time. The software

will support four acknowledgement stages: Unacknowledged,

Acknowledged, Treated and Cleared. There will be a Reminder

function available that will play user selected audible warning at

selected time intervals if there are unacknowledged events or an

operator chose to be reminded about a certain event. Complete alarm

history with comments will be maintained and administrator will have

ability to generate reports about operator actions associated with

specific alarms.

m. CCTV Interface. The software will have an optional CCTV interface.

Any workstation with the ACS alarm monitoring software will be able

to connect to a CCTV system via RS-232 serial link. The CCTV

interface of the ACS software will provide maximum flexibility for the

integration of the two systems. It will allow the configuration of all

event types from any device as a trigger to send a command to the

CCTV system. The configuration of triggers and commands will be

done by the installer, and will be unique to the project.

n. Roll Call & Pre-configured reports. The software will keep record of

users inside specified areas. There will be a facility to quickly generate

and print a report of users in certain areas. The system shall have the

capability of extensive transaction searching and reporting. Reports

must be able to be generated by, but not limited to the following:-

Area Doors Department Access group Transaction type Card holder Start of period and date and time End of period date and time

o. Automatic report generation. It shall be possible to setup time

schedule for an automatic report generation with an option of saving

report to a file, displaying on screen or sending to a printer.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 20 Nakuru County Offices

AC5

p. Service mode. It shall be possible to run the system software as a

Windows service. While running as a service, the software will not

require any Windows user to be logged on. The software shall

communicate with controllers, send configuration changes, retrieve

transactions, store them to the database and execute reactions if

required.

q. Other Options

An optional facility shall be available that enables specified

operators to conduct searches of previous operator changes to the

system. The facility shall allow searches between specified dates

for changes made by specified operators or all operators. The

system shall also be able to search for specified types or all types of

change.

An optional facility should be available that enables messages

detailing the nature and allocation of alarm events to be sent from

the PC administration system via a paging system to designated

hand-held pager units.

An optional facility should be available to monitor security guards as

they travel around a building.

An optional facility should be available that enables alarm points to

be deposited as icons onto a bit map of a building. Icons must

change state as alarms are received onto the system.

An optional facility should be available that enables alarms to be

prioritized.

NB: Optional facilities modules does not require to be supplied at this stage.

However, if required in future, the system should have provision for their

addition instead of changing the whole system.

1. PROXIMITY CARD AND PIN READERS

Pin readers will be used to read proximity cards before entry of any controlled door is allowed. The installation locations are as shown in the drawings available for viewing at the Engineers offices.

Specifications are as follows: -

r. The mode of operation shall be such that a card only can be used or card

and pin combined. This shall be automatic and programmable from the

reader’s door controller or the administration PC.

s. The reader shall be finished in stainless steel surround.

t. It shall be flush mounted.

u. It shall have maximum dimensions of: - 144mm (H) x 100mm (W) x 35mm

(D) and protrude no more than 5mm from flush.

v. It shall be made of flame retardant material.

w. Reading of cards shall be 100% reliable with no misreads.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 21 Nakuru County Offices

AC6

x. It shall incorporate tamper detection to signal when connecting wires have

been broken. This shall be achieved without the use of a tamper switch.

y. The reader shall incorporate LED (S) with different indications for different

status e.g. door closed and secure, successful access, unsuccessful

access etc.

z. The reader shall be designed, manufactured and originated either from

Israel, Japan, United Kingdom or any other European Community country.

2. DOOR MONITORS

Door monitors will be used to monitor the status of the door e.g. open, closed etc.

They shall be supplied together with the card readers as a unit and installed in locations indicated in the drawings available for viewing at the Engineers offices.

3.1 It shall be made of aluminum. 3.2 It shall have two components i.e. a magnet and a contact. 3.3 The contacts shall be able to close when the magnet is brought near

and vice versa.

3. MORTISE LOCK C/W ELECTRIC STRIKE

The lock and its strike will lock and unlock controlled door as required.

They shall be supplied together with the card readers as a unit and installed in locations indicated in the drawings available for viewing at the engineer’s offices.

a. The lock shall be of mortise type.

b. The successful bidder shall liaise with main contractor.

c. It shall be able to withstand a force of 350N and above.

4. DOOR CONTROLLERS

They are control equipment used for controlling the communication between the card reader and the entire access control system. It will give command to card reader to open the door after verifying the validity of the proximity card and also activates the overall power to the room, switch on lights, and air conditioner. One door controller will be able to control two card readers or control one door. They will be connected to the entire security network system via CAT 6 cable and they will be POE powered. The POE powered will ensure that the functionality of the access control will not be interrupted in case of a power interruptions.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 22 Nakuru County Offices

AC7

The following features will be essential for a door controller The access control system must be of high integrity and therefore must

employ door controllers with fully distributed intelligence with no degraded mode of operation. There shall be no loss of functionality in the event of communications interruption. The relationship of door contact inputs, auxiliary inputs and system alarms to relay outputs must be maintained at all times. Systems that have a degraded mode of access in the event of communications interruption, especially any that will allow access by site code only will not be accepted.

The door controller shall unlock the controlled door within 0.3 seconds from

the completion of a valid access attempt.

The door controller shall report the following to the PC administration system: o Access Authorized o No Access

Level Locked Out Time Unknown ID Visit Time

o No Entry or Exit – Pass-back o Entry or Exit Authorized (for anti-pass back doors) o PIN Reader Duress o Incorrect PIN o Exit Out of Hours o Repeated Key Use, for Exit, or for Entry

The reader technology offered shall be proximity. The principle of operation

shall be electro-magnetic induction. The door controller must also support other reading technologies.

The door controller shall have an option of an in-built user interface

comprising of a keyboard, display and administration reader. The keyboard shall have at least 40 individual keys consisting of the ten numeric and 26 alphabetic characters. The display shall be of at least 16 characters and shall be clearly visible in darkness.

The user interface shall display the state of any attached auxiliary inputs and

any alarms that occur within the door controller. If communications are interrupted to the controller, then an audible sounder will sound and short English language description of the alarm displayed. The sounder may be silenced by a nominated editor or master card being presented to its administration reader.

All events must be DATE and TIME stamped at the door controller as they

occur. The system must maintain a system clock and all door controllers must be automatically synchronized for DATE and TIME at least once a day.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 23 Nakuru County Offices

AC8

To ensure the integrity of the system if power to the door controller is lost

(both mains supply and back-up battery) then the controller’s data must be maintained in non-volatile memory. If communications are interrupted before power failure then all events must be maintained.

The door controller must have a minimum of a 2,500 event transaction log

that stamps the time and date at source and not when received by the central controller.

To increase reliability, the lock outputs shall be a solid state device and not a

relay. The solid state device must have a selectable output, capable of sourcing power to its attached lock at 12V DC at 1Amp or 24V at 0.5Amps continuous.

The solid state lock output must be protected against short circuit and

overload.

Anti-pass back shall be implemented within the controller. Pass back between the two doors shall not be affected by communication interruptions. Timed anti-pass back shall be available so that a card holder violating the pass back rules shall be refused access for a minimum of ten minutes after his next attempt to gain access.

When turnstiles are used, the door controller set-up shall be selectable so

that the IN reader can operate one lock output and the OUT reader another lock output and yet be reported as the same turnstile. Alternatively the door controller set-up shall be selectable so that both readers can operate the same lock output.

The controller shall monitor its readers for cable tamper.

The door controller shall be networked on to a data bus whose maximum

length is not less than one thousand meters.

When visitor cards are required, they shall be the same as personnel cards but be allocated a start and finish date for their validity on the system.

Each of the controlled doors shall have contact input. This input shall be used

to indicate the following:- o Unauthorized Access o Door Left Open o Door Closed

The door contact shall also indicate to the system when the door has been

opened and closed after authorized access or request to exit operation. Closing the door shall cancel any used lock release time.

If anti-pass back is being used on a door, then an authorized access

transaction is not reported until the door has actually opened.

The door controller shall be mounted in a secure metal cabinet of sufficient size to enable easy cable handling and room for at least two 6.0 Amp hour back-up batteries. It shall have dimensions not greater than:

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 24 Nakuru County Offices

450mm (H) x 450 (W) x 100mm (D)

AC 9

The door controller shall be programmable so that any controller can be

configured to be a network master controller, a network slave controller, a dial-up remote master, or a standalone door controller. The stand-alone door controller shall have a serial RS 232 printer output to print transactions and its database set-up. It shall also have at least 2,500 event logs with time and date stamping with individual card reporting.

The door controller shall have the ability to be assigned an IP address so that

it may function on a TCP/IP network as part of a LAN or WAN.

The door controllers shall have the capacity of being assigned one card as a master and at least 32 other card as editor cards. The editor cards can have restrictions placed on what functions they can carry out on the door controllers.

The controller shall be designed, manufactured and originated either, from

Israel, Japan, United Kingdom or any other European Community country.

5. PROXIMITY CARDS

They are electronic keys used to access controlled doors.

The access control system shall be based on a non-contact proximity

reader technology. The method of operation shall be based on electro-

magnetic induction.

Each card shall have a unique pre-programmed code. The cards shall be

set at the time of manufacture and must not be capable of being

reproduced. Programmable cards are not acceptable. The card shall have

a code that produces no less than sixty-eight (68) thousands million

different possible combinations.

Any card can be enrolled on to any similar system in the world. Cards that

contain a facility or site code are not acceptable. Existing cards must be

able to be enrolled on to the system.

It shall be credit card sized flat card and have a thickness of no greater

than 1.3mm.

It shall allow the printing of a Photo ID directly on to the surface of the

card.

The card shall not contain a battery.

If the system uses “Master” or “Editor” cards, then these cards shall not be

different from any other cards. Any card shall be able to be selected and

used as a Master or Editor card. If a Master or Editor Card is lost then the

system must accept a new master or editor from any of the existing cards.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 25 Nakuru County Offices

AC10

6. PERSONAL COMPUTER (PC)

The administering software shall be installed in this computer with the following minimum specifications.

6.1. The PC shall be Pentium Processor Core2Duo, 3GHZ processor or above.

6.2. It shall have 3GB RAM or above. 6.3. It shall have 500GB disk drive or above. 6.4. It shall have DVDRW drive, multimedia PC sound card and external

speakers. 6.5. It shall have color super VGA 1280 x 768 display with 256 colors. 6.6. It shall have PS/2 mouse and/or optical mouse and two serial ports. 6.7. It shall have 6 USB Ports 6.8. It shall have 19" TFT LCD Monitor 6.9. It operating system shall be windows 7 professional with all the

necessary software’s for proper operation and control of Access Control and CCTV System.

7. 24 PORT FLOOR EDGE PoE SWITCH

This is a standalone wiring closet switches that facilitates the deployment of secure

converged applications while maximizing investment protection for evolving network

and application requirements. Combining 10/100/1000 and Power over Ethernet

(PoE) configurations with 10 Gigabit Ethernet uplinks, PoE switch enhances worker

productivity by enabling applications such as IP telephony, wireless, and video.

Device Type: Switch - 24 ports - L3 - Managed

Enclosure Type: Rack-mountable - 1U

Ports: 24 x 10/100/1000 + 2 x X2

Routing Protocol: RIP-1, RIP-2, static IP routing, RIPng

Remote Management Protocol: SNMP 1, RMON 1, RMON 2, RMON 3,

RMON 9, Telnet, SNMP 3, SNMP 2c, HTTP, SSH-2

Compliant Standards: IEEE 802.3, IEEE 802.3u, IEEE 802.3z, IEEE 802.1D,

IEEE 802.1Q, IEEE 802.3ab, IEEE 802.1p, IEEE 802.3af, IEEE 802.3x, IEEE

802.3ad (LACP), IEEE 802.1w, IEEE 802.1x, IEEE 802.1s

Authentication Method: Kerberos, RADIUS, TACACS+, Secure Shell

v.2 (SSH2)

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 26 Nakuru County Offices

AC11

Status Indicators:=NLink activity, port transmission speed, port duplex

mode, bandwidth utilization %, power, link OK, system

Full duplex capability with Layer 2 and 3 switching

Auto-sensing per device,

IP-routing, DHCP support, power over Ethernet (PoE), auto-negotiation

VLAN support and IPv6 support with DHCP snooping and Dynamic Trucking

Protocol (DTP) support

Trivial File Transfer Protocol (TFTP) support with Access Control List (ACL)

support and Quality of Service (QoS) capability.

8. MAGNETIC CONTACTS

They will be used to detect intrusion of protected doors when the system is armed. They shall be installed in locations indicated in the drawings.

8.1. It shall be made of aluminum.

8.2. It shall have two components i.e. magnet and a contact.

8.3. The contacts shall be able to close when the magnet is near and vice versa. 9. CABLING

9.1. The CAT 6 UTP 4 pair cable shall be used for this connection.

9.2. The power for all devices in this system shall come from security UPS. Use of raw power will not be allowed.

BOOM BARRIERS WITH AUTOMATIC BOLLARDS

1.1 GENERAL

This specification lays down the general, functional and technical specifications of Automatic Retractable Bollards. The barriers shall be installed to control ingoing and outgoing traffic manually or with any other proven electronic access control system. It must be possible to integrate the electronic access control system of the boom barrier with bollards with a management system to allow event logging and enable remote monitoring and control.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 27 Nakuru County Offices

AC12

1.2 BOOM

The boom arm shall be manufactured from aluminum and white powder coated with red reflective tape every 250mm.

The boom and automatic bollards shall operate as a complete unit.

A traffic signal light with a red and green light shall be provided. The diameter of the lights shall be 150mm or more. As the boom lowers and the bollard rise, the traffic signal light shall be red. When the boom is lifted and the bollards retracted the traffic signal light shall be green.

The boom arm and bollards lower or raise time shall be less than 4 seconds. The boom arm shall be equipped with an aluminum pedestrian curtain.

STOP and NO ENTRY signs shall be installed.

The plinth for the boom shall be cast with 20Mpa concrete. Sleeves shall be cast into the concrete to allow all cables to terminate from the bottom.

1.3 VEHICLE LOOP DETECTORS / IR BEAMS

Vehicle loop or IR beam detectors shall be installed to prevent damage of motor vehicles and to provide a closing signal to allow the boom to lower and bollards to raise.

An emergency activation button shall however be installed to activate the boom and bollard immediately in case of emergency. The emergency button shall override all other controls. Emergency situation can only be reset by supervisor after an investigation is done.

1.4 MATERIALS

The equipment shall be manufactured from corrosion resistant materials and shall be of high durability and engineered for long-term reliability.

1.5 ELECTRICAL

All electrical equipment shall be installed in IP 54 enclosures. Full electrical isolation shall be provided. In case of power or mechanical failure it shall be possible to manually override the boom barrier plus bollards. An isolator shall be provided in the control room from where the system shall be operated / monitored. All cabinets shall be powder coated in red and white. Electric motor/s shall be of standard 220V AC, 100% duty cycle, and instant reverse torque drive. Sleeves shall be installed for all data and electrical cabling. Data and electrical cabling shall be installed in separate sleeves.

1.6 ACCESSIBILITY

The equipment shall be easily accessible for maintenance and repair purposes as well as for manual operation. The access panel shall be lockable.

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 28 Nakuru County Offices

AC13

1.7 EXCAVATIONS AND DRAINING

The design shall allow for the minimum excavations and simplify the installation. If necessary drainage have to be provided to allow water seepage and prevent water to accumulate in and around the barrier.

1.8 INSTALLATION

The installation shall be done in such a way that it will prevent vehicles from driving in or out of the premises unauthorized. The traffic light will also face towards the correct side to caution vehicles that the boom is low. Correct directions must be determined on site with the user before commencing with the installation.

1.9 MANUFACTURERS DETAILS

The manufacturer’s details and contact numbers as well as serial number, model and make of the equipment shall be displayed on the equipment cabinet and all parts. No equipment without identification shall be accepted.

1.10 STANDARDS

All equipment shall be of the latest technology and conform to the latest national and international standards applicable to this type of security equipment ISO and BS

EDE / 064/ACCESS CONTROL EDSON Engineers

ACCESS CONTROL 29 Nakuru County Offices

PART C

BILLS OF QUANTITIES

FOR

SECURITY SYSTEMS (ACCESS CONTROL)

INSTALLATIONS

SUB-CONTRACT

EDE/64/16-AC Edson Engineers

ALL RATES TO INCLUDE 16% VAT PAGE 1

DESCRIPTION QTY UNIT RATE AMOUNTKSHS KSHS

ACCESS CONTROL SYSTEMS FOR SERVER

ROOM,KITCHEN, ACCOUNTS AND OFFICES

SUPPLY, DELIVER, INSTALL SET TO WORK

AND COMMISSION THE FOLLOWING:-

a

IP access reader capable of providing access to 150 persons complete with ethernet capability, Finger print reader, proximity card reader, high quality optical sensor, magnetic door lock, & all other accessories necessary for proper functioning and as HoneyWell or equal and approved equivalent as described in the particular specification of this tender document.

15 No.

b

IP Access Master controller for the door access controllers as described in the particular specification of this tender document. The Controller shall be POE fully equipped with a 10/100-network card and all accessories necessary for proper functioning, and as HoneyWell or equal and approved equivalent as described in the particular specification of this tender document.

1 No.

c

Personal Computer for Control with minimum specifications as HP Pro with core 2 Duo 3.0 GHz Processor, 4GB RAM, 500GB HDD, USB Keyboard and Optical Mouse, external Speakers, 19" TFT LCD Monitor, and with all necessary softwares for for proper functioning and or equal & approved equivalent as described in the particular specification.

1 No.

dCAT6E SFTP 4 Pair cable as Siemon or equal & approved equivalent

2 Roll

eChiped HID Proximity cards complete with all accessories and as described in the particular specification

150 No.

fFlush mounted magnetic door detection door contact for exit (emergency) doors and as Honeywell or equal & approved equivalent

15 No.

g Connectors, Mountings and Terminals 1 Lot

hAny other items necessary to complete the system installation satisfactorily. (List, give quantities and price of the items)a)………………………………………………..

b)…………………………………………..……

c)……………………………..…………………

NAKURU COUNTY ASSEMBLY OFFICES - ELECTRICAL SERVICES

ACCESS CONTROL SYSTEMS INSTALLATIONS

ITEM

NO.

Total for Bill Carried Forward to Price summary Page(VAT INC)

NAKURU COUNTY ASSEMBLY 10/18/2016

EDE/64/16-AC Edson Engineers

ACCESS CONTROL FOR OFFICES (Pg 1) KShs…..…………….…………

TOTAL CARRIED TO FORM OF TENDER…………………....KShs………...…………..

NB: Drawings are part of tender documents.

Rates to include other relevant taxes

Name of Tenderer:.................................................................................................

Address of Tenderer:..............................................................................................

Signature and Stamp of Tenderer:..........................................Date: ….......................

SUMMARY OF TENDER PAGE

PROPOSED DESIGN AND SUPERVISION OF NAKURU COUNTY ASSEMBLY OFFICES

ACCESS CONTROL

NAKURU COUNTY ASSEMBLY 10/18/2016

PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED FACILITIES

VOLUME 2(Electrical Services)

SUMMARY OF TENDER

Total brought forward from:

Volume 2 (a) Electrical Installations………..…KShs………………………..…

Total brought forward from:

Volume 2 (b) 80KW Generator….……………..KShs………………………..…

Total brought forward from:

Volume 2 (c) Lift Installations….……………..KShs………………………..…

Total brought forward from:

Volume 2 (d)CCTV Installations…...………..KShs………………………..…

Total brought forward from:

Volume 2 (e ) Structured Cabling Installation…KShs…………………..…

Total brought forward from:

Volume 2 (f)Access Control Installations……KShs………………………..…

Total carried to form of tender: …………Kshs………………………………

............................................................................................................

............................................................................................................

Name of Tenderer:

Address of Tenderer:

Signature of Tenderer Date:

Amount in words: .................................................................................................

PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS

, OFFICES AND ASSOCIATED FACILITIES

VOLUME 3(Mechanical Services)

SPECIFICATIONS & BILLS OF QUANTITIES FOR

3(a) Plumbing Drainage & Firefighting Installations 3(b) HVAC (Heating Ventilation and Air Conditioning Installations

SUB-CONTRACT

Architects: Quantity Surveyor:

Scope Design Systems Obra International

P.O. Box 10591 -00100 P.O. Box 3494 -00200

NAIROBI NAIROBI

Services Engineer

Edson Engineers

P.O. Box 5647 - 00100 NAIROBI

OCTOBER 2016

EDE/30/PDFF EDSON

ENGINEERS

PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED

FACILITIES

VOLUME 3(Mechanical Services)

SPECIFICATIONS & BILLS OF QUANTITIES FOR

3(a) Plumbing, Drainage & Fire Protection Installations

SUB-CONTRACT

Architects: Quantity Surveyor:

Scope Design Systems Obra International

P.O. Box 10591 -00100 P.O. Box 3494 -00200 NAIROBI NAIROBI.

Services Engineer

Edson Engineers

P.O. Box 5647 - 00100

NAIROBI

OCTOBER 2016

EDE/064/PDFF EDSON ENGINEERS

1 Nakuru County Offices

CONTENTS PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED FACILITIES.

Plumbing, Drainage & Fire Fighting Installations Sub-Contract

PAGE NO. FORM OF TENDER FT DEFINITION OF TERMS D1 - D2 NOTES TO TENDERERS N1 - N2 GENERAL CONDITIONS OF SUB-CONTRACT GC1 – GC6 SPECIFICATIONS FOR PLUMBING AND DRAINAGE SUB-CONTRACT PD1 – PD10 SPECIFICATIONS FOR FIRE PROTECTION SUB-CONTRACT FF1 – FF7 BILLS OF QUANTITIES BQ – BQ SUMMARY PAGE BQ

EDE/064/PDFF EDSON ENGINEERS

2 Nakuru County Offices

FT

FORM OF TENDER TENDER FOR: PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED FACILITIES.

Plumbing, Drainage & Fire Fighting Installations Sub-Contract

Nakuru County Assembly Offices P.O. Box 907 Nakuru, KENYA Dear Sir

1. I/We, the undersigned, offer to contract for the above sub-contract works in accordance with the attached Conditions of Sub-Contract, Specifications and Bills of Quantities for the sum of:

KShs…………………………………….

(in words) Kenya Shillings…………………………………………………………………….. ………………………………………………………………………………………………………

2. I/We agree that our tender shall remain valid for 90 days from the date of opening the Sub-contract tender and shall not be withdrawn during this period.

3. I/We agree that you are not responsible for any expenses incurred by me/us in submitting this tender

4. I/We agree that you are not bound to accept the lowest or any other tender. Name & Address of Tenderer:…………………………………………………………….

Telephone:……………………………………………………………………………………….. Signature of Tenderer:…………………………………………………………………….......

Date:………………………………………………………………………………………………..

Company Stamp:………………………………………………………………………………...

EDE/064/PDFF EDSON ENGINEERS

3 Nakuru County Offices

Page D1

DEFINITION OF TERMS

The following words and expressions used in this document shall have the following meanings attached to them: Employer : Nakuru County Assembly Offices

P.O. Box 907 Nakuru, KENYA

Architect : Scope Design Systems P.O. Box 10591- 00100

Nairobi Services Engineer : Edson Engineers P O Box 5647 - 00100

Nairobi Quantity Surveyor: Obra International P.O. Box 3494 - 00200

Nairobi Main contractor : shall mean the firm or company appointed to carry out the project building works Sub-contractor : shall mean the firm or company appointed to carry out the sub-contract

works described in this document Works : shall mean the materials and the plant to be provided and labours to be

performed by the sub-contractor in fulfillment of the terms of this document and the sub-contract made for that purpose

Contract drawings : shall mean the drawings listed in or referred to in this document and

forming part of this document

m. : shall mean metre mm : shall mean millimeters. mm2 : shall mean square millimetres k : shall mean kilo

EDE/064/PDFF EDSON ENGINEERS

4 Nakuru County Offices

D2

DEFINITION OF TERMS

A. : shall mean amperes

V. : shall mean volts W. : shall mean watts Hz : shall mean Hertz or cycles per second PVC : shall mean polyvinyl chloride SWA : shall mean single wire armoured S.P.& N. : shall mean single pole and neutral T.P.& N. : shall mean triple pole and neutral NO. or No. : shall mean numerical number dia. : shall mean diameter rpm : shall mean revolutions per minute KBS : shall mean Kenya Bureau of Standards

B.S. & B.S.C.P. : shall mean British Standard Specification

& British Standard Code of Practice

K.P.& L. : shall mean Kenya Power & Lighting Company Limited Ditto : shall mean in all respects as described in a previous item in the bills of

quantities

I.E.E. : shall mean the Institution of Electrical Engineers of the United Kingdom L.V. : shall mean low voltage as defined by the 16th edition of the I.E.E.

Wiring Regulations H.V. : shall mean high voltage as defined by the 16th edition of the I.E.E.

Wiring Regulations

EDE/064/PDFF EDSON ENGINEERS

5 Nakuru County Offices

N1

NOTES FOR TENDERERS

1. DOCUMENT CHECK Before submitting his tender, the tenderer is required to:

a) check that no page/s of this document is/are missing or illegible and to have this rectified

b) ensure that all ambiguities, doubts or obscure points in this document are cleared with the engineer.

No claims for alleged deficiencies in the information given in this document shall be considered at a later date. 2. ALTERATION TO THIS DOCUMENT

Unauthorized alteration or qualification made to the text of this document by the tenderer

shall disqualify the tenderer.

3. CORRECTION OF TENDERS Arithmetic errors in the tenders will be corrected by the engineer in the following manner:

a) Errors in Extensions

If a total extension figure is entered, the extended total shall be a product of the tendered unit rate and the quantity of the item, and the product shall be added to the tender sum.

If the total extension entered in the bill of quantities is less than the product of the

tendered unit rate and the quantity of the item, a corrected unit rate shall be obtained by dividing the extension total and the quantity of the item. The tender sum shall thus not be amended.

If the total extension entered in the bill of quantities is greater than the product of the

tendered unit rate and the quantity of the item, the extension total shall be reduced to the correct product of the tendered unit rate and the quantity of the item, and the tender sum shall be reduced correspondingly.

b) Omission of Unit Rates:

If an extension total is entered in the bill of quantities but no unit rate is entered therein, the unit rate shall be calculated as the extension total divided by the quantity of the item.

EDE/064/PDFF EDSON ENGINEERS

6 Nakuru County Offices

N2

c) Omission of Extension Rate & Extension Total:

If no unit rate and extension total is entered against any item in the bills of quantities, it will be assumed that the cost of the item is fully and completely covered elsewhere in the bills of quantities.

d) Errors in Addition:

All errors in addition, irrespective of where they occur in the bills of quantities shall be corrected and the tender sum amended correspondingly.

4. DISCOUNTS No lump sum discounts shall be made in the tender and if such a discount does appear in

the tender, it shall be disregarded and the tender sum will be considered to be the total of the bills of quantities.

EDE/064/PDFF EDSON ENGINEERS

7 Nakuru County Offices

PART A

GENERAL CONDITIONS FOR PLUMBING,

DRAINAGE & FIRE FIGHTING

SUB-CONTRACT

EDE/064/PDFF EDSON ENGINEERS

8 Nakuru County Offices

GC1

GENERAL CONDITIONS OF SUB-CONTRACT 1.01 SUB-CONTRACT AGREEMENT

The sub-contractor shall be required to enter into a sub-contract agreement with the main contractor. The form of sub-contract agreement shall be the latest edition of The Agreement and Schedule of Conditions of Building Sub-Contract, published by

The Kenya Association of Building and Civil Engineering Contractors. The tenderer shall be deemed to have examined, fully understood and accepted the

requirements of all clauses in the above document. 1.02 PRELIMINARIES It shall be deemed that the tenderer in pricing the “Preliminaries” item in the Summary

of Tender contained in this document, has priced for all items in this section of the document and in the Agreement & Schedule of Conditions of Building Sub-Contract, which have financial implications.

1.03 FIRM PRICE CONTRACT

This is a firm price contract and the tenderer must allow in his pricing of this tender for

any increases in the cost of labour and materials during the currency of the sub-contract. No claims for increased cost will be allowed.

1.04 SITE

The site of the proposed works is situated at Nakuru County. The tenderer is recommended to visit the site and will be deemed to have satisfied

himself with regard to access to the site, the conditions under which the sub-contract works will have to be carried out, the supply of and conditions affecting labour and facilities for obtaining materials and equipment referred in this document.

1.05 EXISTING PROPERTY

The sub-contractor shall take every precaution to avoid damage to all existing property

and he shall be held responsible for all damages arising from the execution of this sub-contract and he shall make good all such damage at his own expense to the satisfaction of the architect.

1.06 CONSTRUCTION PROGRAMME The tenderer shall be deemed to have: (a) been informed about the duration of the

main contract before submitting their tender and (b) allowed for in his tender all necessary costs to enable him to execute and complete the sub-contract works within the main contractor’s construction programme.

EDE/064/PDFF EDSON ENGINEERS

9 Nakuru County Offices

GC2

GENERAL CONDITIONS OF SUB-CONTRACT 1.07 SITE MEETINGS

The sub-contractor shall be required to attend al l site meetings and contractor’s meetings. 1.08 SERVICES AND ATTENDANCE

Services and attendance shall be provided by the main contractor in accordance with

the provisions in the main contract agreement. The above will be limited to the builder’s work in connection with this sub-contract, use

of temporary water supply and electrical power and main contractor’s scaffolding. Except for drilling holes, forming concrete bases, chasing, cutting and making good

the building fabric will be done by the main contractor. The sub-contractor shall mark out in advance and shall be responsible for the accuracy of the sizes of and positions of the bases, chases and holes required for his works.

The sub-contractor shall be responsible for providing any special internal and/or

external scaffolding, trestle, etc specifically required for carrying out the sub-contract works. The tenderer is deemed to have allowed in his prices for the above requirement.

1.09 PROGRAMME OF WORKS

The sub-contract works will commence immediately upon the appointment of the sub-

contractor. The sub-contractor shall be required to phase his works in accordance with the main contractor’s programme of works.

The sub-contractor shall prepare such Critical Path Programmes or Progress Chart as

the main contractor considers necessary to assist him in the preparation of and maintenance of his overall Programmes and Charts.

Copies of the sub-contractor’s programmes shall be submitted to the main contractor,

architect and engineer.

1.10 MATERIALS AND WORKMANSHIP The sub-contractor shall be responsible for the provision of all materials, special scaffolding, tools and tradesmen required for the execution of the sub-contract works. Plant, equipment and materials to be used in the execution of the sub-contract works

shall be of sound condition to ensure they shall be serviceable for the duration of the sub-contract and that they do not pose any danger to those employed on the project.

The tenderer shall allow for in prices for hoisting all items of equipment and materials

for the sub-contract to be installed in the locations and heights shown on the sub-contract drawings or noted in this document.

EDE/064/PDFF EDSON ENGINEERS

10 Nakuru County Offices

GC3

GENERAL CONDITIONS OF SUB-CONTRACT

1.11 MEASURED WORKS

The Bill of Quantities contained in this document has been prepared in accordance with the Standard Method of Measurement of Building Works for Republic of Kenya:

Metric Edition. All “provisional” and other work liable to adjustment under this sub-contract shall be left uncovered for a reasonable time to allow any measurements needed to be taken

by the engineer. The sub-contractor shall inform the engineer when the work is ready for measurement.

If the sub-contractor defaults in the above requirement, he shall uncover the works for

measurement to be taken and reinstate afterwards, all at his expense.

1.12 PROVISIONAL SUMS Quantities given as “Provisional” in this document shall not be held to gauge, or limit

the amount or description of the work to be executed by the sub-contractor. But, the value thereof shall be deducted from the sub-contract sum and the value of the work ordered by the engineer shall be added to the sub-contract sum as provided by the sub-contract agreement.

1.13 VARIATIONS Except in emergency, or for reasons over which the sub-contractor has no control, works likely to involve a claim for extra payment shall not be initiated without the

written instruction from the engineer. Addition to or reduction from the sub-contract in respect of extra work, alteration or

omission authorised by the engineer shall be agreed and confirmed in writing at the time such variations are decided and shall not affect the validity of the sub-contract.

No allowance shall be made for loss of profit on omitted works. Any claim involving additional work on site, must be accompanied by authorised site

instruction signed by the engineer or his representative. The sub-contractor shall submit to the engineer claim/s for any work or circumstances

on account of which he may want extra payment within seven days from the time of the commencement of such work or circumstances. Any such claim must be in writing with full particulars of such claim/s.

EDE/064/PDFF EDSON ENGINEERS

11 Nakuru County Offices

GC4

GENERAL CONDITIONS OF SUB-CONTRACT

1.14 MATERIALS ORDERS The sub-contractor shall order and/or procure all materials and equipment for the sub-

contract within two weeks after his appointment. Documentary evidence of all orders and purchases shall be submitted to the engineer within the above time.

No claims for extra payment shall be considered, if the sub-contractor does not comply

with the above requirement.

1.15 DUTIES, TAXES, ETC.

The tenderer shall include in his prices all mandatory Government duties, taxes and levies; Supply to site, insurances, storage, fix in position, testing, commissioning and all other obligations under this sub-contract.

1.16 DEFECTS LIABILITY

The complete sub-contract works shall be guaranteed for a period of six months from

the date of the architect’s certificate of completion. Under this guarantee the sub-contractor shall make good at his own cost all defects in materials, equipment or workmanship which may develop in that period. The sub-contractor shall also make good any damage caused to other works, equipment and materials due to defects in the sub-contract works.

This clause shall not in any way invalidate manufacturer’s guarantee on equipment,

which may extend for periods longer than six months.

1.17 STORAGE ON SITE Space on site or certain areas of partially completed building, when available, may be

allocated to the sub-contractor for storing his material and equipment for the sub-contract.

The main contractor will be responsible for making the storage area waterproof but the

sub-contractor shall be responsible for his own lock-up facilities and sheds. The sub-contractor shall, when reasonably called upon at any time by the main

contractor, move his material or plant elsewhere notwithstanding his having previously been allocated that particular area.

1.18 CONTRACT DRAWINGS The sub-contract drawings are intended to indicate the intent and extent of the sub-

contract works. The sub-contract drawings and this document are meant to explain each other and shall be read together.

EDE/064/PDFF EDSON ENGINEERS

12 Nakuru County Offices

GC5

GENERAL CONDITIONS OF SUB-CONTRACT 1.18 CONTRACT DRAWINGS ………/continued

Measures with dimensions shown on the contract drawings and measures noted in

this document are to be followed in preference to dimensions scaled from the contract drawings; but whenever possible, dimensions are to be taken on the site or from the buildings.

Before any work is commenced, dimensions shall be checked on the site and/or the

buildings and discrepancies reported to the engineer. The sub-contractor shall be responsible for ensuring the accuracy of such dimensions.

One copy of all the sub-contract drawings and a copy of this document, issued to the

sub-contractor, shall be retained on site at all times and be available for reference by the engineer and the architect.

1.19 SITE REPRESENTATIVE

It is a specific requirement of this sub-contract that the successful tenderer shall provide on site, throughout the project construction period, a literate, suitably qualified

and competent person to represent him and to ensure that the sub-contract works are carried out to the standard required by this document.

Instructions and directions given by the architect and/or the engineer to the sub-

contractor’s site representative shall be deemed to have been given to the sub-contractor.

1.20 INSPECTION

The engineer shall be allowed all facilities for inspecting materials and workmanship

on site during the execution of the contract. A similar reservation for inspecting at the manufacturer’s works shall be included in all

orders for specifically manufactured equipment issued by the sub-contractor. In such cases notice shall be given to the engineer that equipment has been manufactured and is ready for inspection and testing, so that this may be carried out before the equipment is packed for shipping.

1.21 SAMPLES The sub-contractor shall, when required, provide at no extra cost, samples of materials

or workmanship forming part of the works. Such samples when approved shall be retained on the site and shall form the standard required for the works.

Any condemned material as unfit for use in the works shall be immediately removed

from the site without any recompense to the sub-contractor.

EDE/064/PDFF EDSON ENGINEERS

13 Nakuru County Offices

GC6

GENERAL CONDITIONS OF SUB-CONTRACT 1.22 FAULTY WORKS

The engineer shall have the right to reject any material or workmanship, which in his

opinion does not comply with the requirements of the specifications or is not satisfactory.

The sub-contractor shall replace such rejected materials or rectify such bad

workmanship forthwith, at his own expense. In event of undue delay on the part of the sub-contractor to rectify the rejections, the engineer will have the right to employ others to supply suitable materials and re-execute the works and deduct the cost thereof from the value of the sub-contract.

1.23 PROTECTION

The sub-contractor shall be responsible for casing up or otherwise protecting all parts

of the sub-contract works liable to damage or injury and for removing such protection and making good on completion.

1.24 CLEARING OF SITE The sub-contractor shall ensure that the areas where his works are being carried out

are, at all times, kept clear of all debris and surplus materials.

EDE/064/PDFF EDSON ENGINEERS

14 Nakuru County Offices

PART B

SPECIFICATIONS FOR

PLUMBING & DRAINAGE INSTALLATIONS

EDE/064/PDFF EDSON ENGINEERS

15 Nakuru County Offices

PD1

SPECIFICATIONS PLUMBING & DRAINAGE INSTALLATIONS 2.01 GENERAL

The specifications and the sub-contract drawings detail the requirements of the

Sub-contract works. The specifications and the sub-contract drawings shall be read together and are meant to explain and complement each other. The sub-contract drawings do not purport to show all the details of equipment, fixtures, pipework or fixing, but are intended to indicate the intent and extent of the installations as designed together with sufficient information for the tenderer to include in his pricing any other items he deems necessary for the satisfactory completion and correct functioning of the sub-contract works. If, in the opinion of the tenderer, there is any ambiguity or any difference in the requirements of the specification and the sub-contract drawings, he shall clarify these with the engineer before tendering. No claims for extra payment shall be entertained because of non-compliance of this requirement.

2.02 SCOPE OF SUB-CONTRACT WORKS

Works for this sub-contract shall include: (a) Supply, delivery to site, fix in position, testing and commissioning all plumbing

and drainage installations detailed in this document and shown on the sub-contract drawings.

(b) Supply and installations of all interconnecting electrical power supply.

2.03 REGULATIONS AND STANDARDS

All materials, equipment, installations and workmanship shall comply with the requirements of the latest editions of the following: (a) The Government Building By-Laws (b) Electrical Authority By -Laws

(c) Relevant British Standard Specifications & Codes of Practice; referred to as BS &

BSCP respectively in this document.

(d) This specification and the sub-contract drawings.

EDE/064/PDFF EDSON ENGINEERS

16 Nakuru County Offices

PD2

SPECIFICATIONS PLUMBING & DRAINAGE INSTALLATIONS 2.04 BUILDER’S WORKS

Except for drill holes, all builder’s work related to this sub-contract shall be provided by the main contractor. However, the sub-contractor shall inform the main contractor of his requirements for the builder’s work within four weeks after his appointment for the sub-contract works. The sub-contractor shall check and shall be responsible to ensure that the builder’s works provided for him are to his requirements.

2.05 ELECTRICAL WORKS

All electrical items or equipment for the sub-contract shall be suitable for 240 volts /

1-phase / 50 Hertz or 415 volts / 3-phase / 50 Hertz electrical power supply. Electrical power supply up to the main control panels for the sub-contract installations shall be provided by the project electrical sub-contractor. All other interconnecting cabling, wiring, connections and local electrical isolator shall be supplied and installed by the domestic sub-contractor. All interconnecting cabling and wiring shall be run in approved trunking or conduits. All the electrical works for the sub-contract shall be carried out in compliance with the electrical Power Authority By-Laws and in liaison with the project electrical domestic sub-contractor.

2.06 INFORMATION FOR OTHER TRADES

The sub-contractor shall provide, within four weeks after his appointment for the sub-contract works, comprehensive details of all his requirements for builder’s works, electrical power supply and specialist services to be provided by other trades for the project.

2.07 WORKING DRAWINGS

The sub-contractor shall submit two sets of working drawings of plant rooms related to this sub-contract for engineer’s approval within four weeks after his

appointment for the sub-contract works; and additional four sets of approved drawings for issue to contractors for works related to this sub-contract. The working drawings shall be prepared in metric scales not smaller 1:50 and in such detail that not only the sub-contract works can be executed on site but also the sub-contractor’s proposals and intentions of the installations are clearly defined and detailed.

EDE/064/PDFF EDSON ENGINEERS

17 Nakuru County Offices

PD3

SPECIFICATIONS PLUMBING & DRAINAGE INSTALLATION WORKING DRAWINGS …../continued The working drawings shall include, but shall not be restricted to the following:

a) Fully dimensioned drawings clearly showing the exact locations and physical measures of all items of equipment, pipework and pipe fittings, electrical connections and fixing details.

b) Equipment make, model numbers, rating and net operating weights

c) Sizes and location of plinth, holes in building fabric and any other related

builder’s works.

d) Comprehensive details of electrical requirements and wiring diagrams. 2.08 RECORD DRAWINGS & MAINTENANCE MANUALS

The sub-contractor will be provided with an extra set of contract drawings on which he shall clearly mark as the job progresses, any changes from the proposed installation so that a true record of the exact location of all pipe-work and equipment will be available on completion of the project. Upon practical completion of the sub-contract works and before handing over of the sub-contract works, the sub-contractor shall provide two sets of “as installed” record drawings for the sub-contract. The record drawings shall detail the installations “as installed” on site and shall include all information called for in working drawings. Before handing over of the sub-contract works, the sub-contractor shall also provide two sets of water resistant, laminated operating instructions and two sets of comprehensive maintenance and troubleshooting manuals, in English, for the installations

2.09 OPERATING AND MAINTENANCE INSTRUCTION

After the testing and commissioning, the sub-contractor shall demonstrate to and instruct the client’s representative/s in the proper usage, maintenance and trouble shooting of all aspect of the sub-contract installations.

EDE/064/PDFF EDSON ENGINEERS

18 Nakuru County Offices

PD4

SPECIFICATIONS PLUMBING & DRAINAGE INSTALLATION 3. COLD & HOT WATER INSTALLATIONS 3.01 Pipework

The pipe work for cold and hot water installations shall be PPR pipes to DIN 8077 and 8078.

3.02 Pipe Fittings and Joints

Pipe fittings shall be PPR pipes to DIN 8077 and 8078.

3.03 Connections to Sanitary Appliances

Water supply connections to sanitary appliances shall be made with heavy gauge copper tubing to BS 61 and copper alloy unions to BS 66.

3.04 Pipework Installations

A. Pipe work Above Ground:

All pipe work shall be installed in compliance with the requirements of BSCP 310 Clause 407 and DIN 8077 and 8078 as the case may be.

Pipes fixed on walls shall be secured clear off the wall surface by means of pipe saddle bands for pipes up to 20mm diameter and split type pressed steel pipe clips for pipes larger than 20mm diameter.

Maximum intervals of pipe support fixings shall be as follows:

Pipe nominal diameter in mm Interval in metres

15 1.82 20 & 25 2.44 32 & 40 2.75 50 3.00 65 & over 3.65

B. Pipe work Below Ground All underground water services installations shall be carried out in compliance with the requirements of CP 301.

Setting out: as described in BSCP 301 Clause 502 Breaking out surface: as described in BSCP 301 Clause 503

EDE/064/PDFF EDSON ENGINEERS

19 Nakuru County Offices

PD5

SPECIFICATIONS PLUMBING & DRAINAGE INSTALLATION

Excavation: as described in BSCP 301 Clause 503 and the following:-

a) The domestic sub-contractor shall excavate the pipe trenches in the line and to

the depth of 450mm above the crown of pipes as indicated in the contract drawings. All trenches shall be excavated in open cuttings.

b) Where the trenches passes through grassland, arable land or garden, whether

enclosed or not, the turf, if any shall be pared off and stacked, and the productive soil be carefully remove for a width of 600mm greater than the nominal trench width, or equal to the overall width of the track of the excavating machine and laid aside to be subsequently used in reinstating the surface of the ground after the trench has been refilled.

c) The bottom of the trench shall be trimmed off, and all low places of irregularities

shall be levelled up with fine material. Where rock or large stones are encountered, they shall be cut down at least 75mm below the invert of the pipe, and covered to like depth with fine material, to form an even and fine bed for the pipes.

d) Joint holes shall be formed to suit minimum dimensions as will allow the joints to

be properly formed.

e) The pipe trench shall be kept clear of water at all times 3.05 Gate Valves

Gate valves shall be straight flow pattern with bronze body, solid bronze wedge disk, non-rising stem and hand wheel conforming to BS 5154 and generally as `Crane’ type D151.

3.06 Float (Ball) Valves

Float valves shall be Portsmouth type with brass body and 32mm shank conforming to BS 1212 and generally as `Bricon’ model 700 high pressure float valves. Plastic floats for the valves shall comply with BS 2456.

3.07 Non-return (Check) Valves

Non-return valves shall be straight flow pattern swing type with bronze body and phosphor bronze disk conforming to BS 5154 and generally as `Crane’ type D138.

3.08 Pressure Reducing Valves

Pressure reducing valves shall be direct acting pressure reducing valves for water with bronze body suitable for 15 metres inlet and 5 metres outlet pressures.

EDE/064/PDFF EDSON ENGINEERS

20 Nakuru County Offices

PD6

SPECIFICATIONS PLUMBING & DRAINAGE INSTALLATION

3.09 Strainers

Pipeline strainers up to and including 50mm nominal diameter shall have bronze body and those above 50mm nominal diameter shall have cast iron body. The strainers shall be Y-type with stainless steel 0.75mm perforation screen

3.10 Pipe Flexible Couplings

The above shall be proprietary flexible couplings to be attached to the pump discharge to isolate pump vibrations to the pipe work.

3.11 Pipe Thermal Insulation

Hot water pipes shall be PPR pipes to DIN 8077 and 8078 which do not require insulation.

3.12 Water Storage Tanks

Welded Tanks

Water tanks shall be cylindrical rotor moulded polyethylene tanks

Sectional Tanks Sectional water storage tanks shall be pressed steel bolted construction conforming to the requirements of BS 1564 and fabricated from sheet steel complying with BS 4360 Grade 43A, hot-dip galvanised after manufacture and shall be supplied complete with air-tight steel covers, pipe connection fittings, tank overflow and tank wash out drain connection and drain gate valve.

3.13 Water Heaters

Hot water supply shall be as specified. 3.14 Testing

All water service and water distribution pipe work shall be pressure tested, in sections where necessary, to a pressure of 60 metres using a manually operated pressure pump. The test pressure shall be maintained for a period of one hour. The above test shall be made before the pipes are covered, either in the walls or in the floor slab.

EDE/064/PDFF EDSON ENGINEERS

21 Nakuru County Offices

PD7

SPECIFICATIONS PLUMBING & DRAINAGE INSTALLATION 3.15 Testing ……/continued

Both the cold and hot water installations shall be again tested after completion of the entire installations. The pipe installations shall be slowly and carefully charged with water to remove all air in the pipe work. The installation shall then be inspected under working conditions of pressure and flow when all draw off taps are closed, and the installation must be proved water tight. All electrical items of the installations, including pumps shall be tested as recommended by the manufacturer to ensure that these operate and function as required. The sub-contractor shall ensure that the above tests are witnessed by the client's representative and the results of the tests are recorded. 3.16 Sterilization of Water Installations

All water installations shall be sterilized in accordance with the following procedures: After cleaning the water storage tanks of debris, the tanks shall be filled with water and whole pipe work installations shall be thoroughly flushed out. The pipe work installations shall then be filled with water a second time but as the tanks are filled with water an approved sterilizing chemical containing chlorine shall be added to ensure thorough mixing of the chemical and water. The dose of the chemical shall be such as to give 50 parts of chlorine to one million parts of water.

Proprietary brands of chemicals shall be added in proportions recommended by the

manufacturer.

After filling the installations with water, the incoming water supply shall be shut off and each tap on the distribution pipe work opened successively, starting with that nearest to the storage tanks. As water flow from each tap begins to smell of chlorine, the tap shall be closed.

After completion of the above exercise, the water storage tanks shall be filled again to the water line with water to which a correct dose of chlorine chemical is added. The whole installation shall then be allowed to stand charged with the treated water for a period of four hours, after which tests shall be made by smell for residual chlorine. If no chlorine is detected in the water, the sterilization process shall be repeated. Before handing over of the plumbing installations, the complete installations shall be emptied and flushed out.

EDE/064/PDFF EDSON ENGINEERS

22 Nakuru County Offices

PD8

SPECIFICATIONS PLUMBING & DRAINAGE INSTALLATION 4. SOIL/WASTE DRAINAGE INSTALLATIONS

4.01 Pipes and Pipe Fittings

Soil and waste drainage pipes and fittings above the ground shall be UPVC to BS 4514 and shall be generally as series 100 manufactured by Key Terrain Ltd., England. Below ground drainage pipes and fittings shall be UPVC to BS 4660 and shall be generally as series 1800 manufactured by Key Terrain Ltd., England. Above the ground drainage installations shall be made with spigot and socket fittings and connectors with solvent weld. Drainage pipe work below the ground shall be jointed by means of seal ring joints.

4.02 Pipe work Installation

A. Pipe work Above Ground

All UPVC drainage pipe work shall be installed in compliance with the requirements of BSCP 305 and where applicable, to the pipe manufacturer’s recommendations. Pipes fixed on walls and ceilings shall be secured firmly off surface by means of surface fitting or drive in pipe clips.

All soil waste stacks shall be provided with long radius bends as Key Terrain 1805 at the base of the stack

Soil/waste stacks passing through roofs shall be provided with weathering slates and aprons.

B. Pipe work Below Ground

Pipes laid below ground shall be laid in 450mm wide trench on 50mm thick hand

compacted soil or granular material bedding and side and back filled with similar hand compacted material to 150mm above the crown of the pipe. Back fill of the remaining depth shall be as-dug material not exceeding 40mm.

Setting out, breaking up and excavation shall be as detailed for water services and the following:-

Excavation shall be made to such depths and dimensions as may be required by the details shown on the contract drawings, to obtain proper falls and firm foundations. No permanent construction shall be commenced on any trench until excavation has been examined and approved by the service engineer.

EDE/064/PDFF EDSON ENGINEERS

23 Nakuru County Offices

PD9

SPECIFICATIONS PLUMBING & DRAINAGE INSTALLATION 4. SOIL/WASTE DRAINAGE INSTALLATIONS

A. Pipe work Below Ground…../continued Prices shall include for excavation in all materials met with, trimming the bases to the necessary falls and for excavation required for planking, strutting and working space. Allowance in tenderer’s pricing must be made for keeping the whole of the trenches or other excavation free from water and execute such works and install such pumps as may be necessary to keep the excavations dry at all times. No sub-soil water shall be discharged into the sewage system. Laying of concrete beds or other supports for pipes as described in BSCP 301

Clause 504 and the following: All drains below buildings shall be encased in 150mm thick concrete. Drains below roads shall be protected by reinforced concrete slabs, 150mm thick and same width as the trench, laid 300mm below the road surface. 4.03 Spacings of Fixing of Pipes

Maximum spacing of pipe fixings shall be as follows: Pipe diameter in mm Maximum spacing of fixing in metres Vertical Horizontal

30 to 40 1.2 1.5 50 1.2 2.0 65 to 100 1.8 3.0

4.04 Floor Traps

Floor traps shall be UPVC similar or approved equal to Key Terrain Model 281.2 and 282.6/283.6 The floor traps shall comprise a trapped floor gully and two part gully inlet fitting made up of raising piece with a 150mm square top and a snap-in cover.

4.05 Gully Traps

Gully traps shall be UPVC similar or approved equal to Key Terrain model 1849 P-trap, 1844.4.25 gully piece and model 1841.8 UPVC grating.

The gully trap shall be surrounded in light weight concrete to form a neat

450 x 450 x 450mm enclosure.

EDE/064/PDFF EDSON ENGINEERS

24 Nakuru County Offices

PD10

SPECIFICATIONS PLUMBING & DRAINAGE INSTALLATION 4.06 Inspection and Testing

The complete drainage installations shall be inspected and tested in compliance with the requirements of BSCP 304 section 5.

All pipe work shall be pressure tested by means of air tests at pressure equal to 40mm water gauge.

Performance tests shall be made in compliance with the requirements of BSCP 304 – Table 9. 5. RAIN WATER DRAINAGE INSTALLATIONS 5.01 Pipes & Pipe Fittings

Rain water drainage pipes and pipe fittings shall be UPVC to BS 4514 and shall generally be as series 2100 and 100 as manufactured by Key Terrain Ltd., England. Solvent weld joints shall be used for installations above the ground and seal ring type joints shall be used for below ground installations.

5.02 Pipe work Installation

All rain water pipe work shall be installed in compliance with the requirements of BSCP 6367.Pipes fixed to walls shall be secured firmly off the wall surface by means of holderbats. Pipes encased in columns shall be securely held in location by tying the pipes to the structural steel.

5.03 Spacing of Fixing of Pipes

All rain water pipes fixings shall be spaced such that each length of pipe not exceeding four metres shall have three fixing points.

5.04 Rain Water Outlets

Rain water outlets shall be “Fulbora” domed spun steel outlets with removable grid. 5.05 Rain Water Chambers

Rain water chambers shall have 450mm x 450mm x 450/600mm deep internal dimensions and shall comprise 100mm thick concrete walling all round, 100mm plain concrete (1:3:6) base and 50mm thick pre-cast concrete cover with a pair of lifting lugs.

5.06 Inspection and Testing

The rain water installations shall be inspected and tested in compliance with the requirements of BSCP 6367.

EDE/064/PDFF EDSON ENGINEERS

25 Nakuru County Offices

PART C

SPECIFICATIONS FOR

FIRE FIGHTING INSTALLATIONS

EDE/064/PDFF EDSON ENGINEERS

26 Nakuru County Offices

FF1

SPECIFICATIONS FIRE FIGHTING INSTALLATIONS 2.01 GENERAL

The specifications and the sub-contract drawings detail the requirements of the

Sub-contract works. The specifications and the sub-contract drawings shall be read together and are meant to explain each other. The sub-contract drawings do not purport to show all the details of equipment, fixtures, pipe work or fixing, but are intended to indicate the intent and extent of the installations as designed together with the sufficient information for the tenderer to include in his pricing any other items he deems necessary for the satisfactory completion and correct functioning of the sub-contract works. If, in the opinion of the tenderer, there is any ambiguity or any difference in the requirements of the specification and the sub-contract drawings, he shall clarify these with the engineer before tendering. No claims for extra payment shall

be entertained because of non-compliance of this requirement. 2.02 SCOPE OF SUB-CONTRACT WORKS

Works for this sub-contract shall include supply, delivery to site, fix in position, testing and commissioning of: (a) Portable fire extinguishers

(b) Fire hose reels installations

(c) Fire hydrants installations

(d) Supply and installations of all interconnecting electrical power supply.

2.03 REGULATIONS AND STANDARDS

All materials, equipment, installations and workmanship shall comply with the requirements of the latest editions of the following: (a) The Government Building By-Laws (b) Electrical Authority By-Laws

(c) Relevant British Standard Specifications & Codes of Practice; referred to as BS &

BSCP respectively in this document.

(d) This specification and the sub-contract drawings.

EDE/064/PDFF EDSON ENGINEERS

27 Nakuru County Offices

FF2

SPECIFICATIONS FIRE FIGHTING INSTALLATIONS 2.04 BUILDER’S WORKS

Except for drill holes, all builder’s work related to this sub-contract shall be provided by the main contractor. However, the sub-contractor shall inform the main contractor of his requirements for the builder’s work within four weeks after his appointment for the sub-contract works. The sub-contractor shall check and shall be responsible to ensure that the builder’s works provided for him are to his requirements.

2.05 ELECTRICAL WORKS

All electrical items or equipment for the sub-contract shall be suitable for 240 volts /

1-phase / 50 Hertz or 415 volts / 3-phase / 50 Hertz electrical power supply. Electrical power supply up to the main control panels for the sub-contract installations shall be provided by the project electrical sub-contractor. All other interconnecting cabling, wiring, connections and local electrical isolator shall be supplied and installed by the sub-contractor. All interconnecting cabling and wiring shall be run in approved trunking or conduits. All electrical works for the sub-contract shall be carried out in compliance with the Electrical Power Authority By-Laws and in liaison with the project electrical Sub-contractor.

2.06 PLUMBING WORKS

Water supply from above ground tank to the fire pumps and other pipework for the fire fighting installations shall be supplied and installed by the sub-contractor. 2.07 INFORMATION FOR OTHER TRADES

The sub-contractor shall provide, within four weeks after his appointment for the sub-contract works, comprehensive details of all his requirements for builder’s works, electrical power supply and specialist services to be provided by other trades for the project.

EDE/064/PDFF EDSON ENGINEERS

28 Nakuru County Offices

FF3

SPECIFICATIONS FIRE FIGHTING INSTALLATIONS 2.08 FIRE HOSE REELS INSTALLATIONS

A. Pipe work

The pipe work for fire hose reel installations shall be galvanised mild steel, “medium” grade to BS 1387 with pipe threads to BS 21. Pipe work up to and including 65mm nominal diameter shall have screwed socketed joints and pipe work above 65mm nominal diameter shall have flanged joints.

B. Pipe Fittings

Pipe fittings for the fire hose reels installations shall be wrought steel welded or seamless pipe fittings “medium” grade to BS 1740.

C. Pipe Joints

All pipe joints shall be made in compliance with the requirements of BSCP 310 Clauses 401, 402 and 403. Screwed joints shall be made using screwed sockets with fine hemp/jointing compound or proprietary tape. Flanged joints shall have flanges complying with the requirements of BS 4504 and flange gaskets to BS 4304.

D. Valves

Gate valves shall be straight flow pattern with bronze wedge disk, non-rising stem and hand wheel conforming to BS 5154. Non-return (check) valve shall be straight flow pattern, swing type with bronze body and phosphor-bronze disk conforming to BS 5154.

E. Pipeline Strainers

Pipeline strainers up to and including 50mm nominal diameter shall have bronze body and those above 50mm nominal diameter shall have cast iron body. The strainers shall be Y-type with stainless steel 0.75mm perforation screen.

EDE/064/PDFF EDSON ENGINEERS

29 Nakuru County Offices

FF4

SPECIFICATIONS FIRE FIGHTING INSTALLATIONS 2.08 FIRE HOSE REELS INSTALLATIONS …/continued

F. Fire Hose Reels

The fire hose reels shall be wall mounted swinging type, as noted on the sub-contract drawings, manually operated and shall comply with the requirements of BS 5274 and BS 3169, pressure tested to 24 bar and design working pressure of 15 bar. The fire hose reel shall comprise 20mm diameter x 30 metres long hose with spray/jet nozzle and screw down type bronze globe valve to BS 5154.

G. Fire Hose Reels Booster Pump Unit

The fire hose reels booster pumps units shall be packaged automatic pump set with capacity of 3 litres/second at 5.5 bar and similar or approved equal to model: Hobby 3-phase pump. The unit shall comprise: Duplicate in-line vertical multi-stage close-coupled pumps constructed in cast iron with stainless steel impellers, incorporating totally enclosed fan-cooled motors and mechanical shaft seal. Direct-on-line dual-starter controller housed in a dust and dump proof cabinet complying with BS 5490: IP54 and fitted with ON/OFF control lever, manual/auto selector switch and ‘supply on’, ‘duty pump running’, ‘duty pump failed’, ‘set has operated’ neon indicator lights. The control panel shall incorporate HRC main fuses, thermal overloads for pump motors, timer control for minimum run period, start relay for standby pump delay and changeover contacts to give remote alarm/indication for the indicator lights mentioned above and located in the security room. Membrane pressure tank, pressure switch and pressure gauge One pump shall be connected to the normal electrical power supply and the other pump to the standby generator supply.

H. Testing and Commissioning

The hose reels installations shall be flushed out before testing to ensure no debris remains in the installations. The installations shall then be tested to 7.0 bar using water pressure test method.

EDE/064/PDFF EDSON ENGINEERS

30 Nakuru County Offices

FF5

SPECIFICATIONS FIRE FIGHTING INSTALLATIONS 2.08 FIRE HOSE REELS INSTALLATIONS …/continued

I. Finish Painting

After completion of the testing and commissioning of the fire hose reels installations, the pipe work shall be primed and finish painted with two coats of “fire red” gloss paint.

2.09 PORTABLE FIRE EXTINGUISHERS

A. Water/Carbon Dioxide Extinguishers

The portable water filled carbon dioxide cartridge operated fire extinguishers shall have 9 litres nominal capacity and shall comply with BS 5423. The extinguishers shall be supplied complete with wall mounting brackets 370mm long neoprene hose and pressure relieve valve treated at 30 bar.

B. Carbon Dioxide Extinguishers

The portable carbon dioxide extinguisher shall have 5 kilogram nominal capacity, supplied complete with wall mounting brackets hose and horn and shall comply with BS 5423.

C. Fire Blankets

The fire blankets shall measure 1.22 x 1.22 metres made from texture woven glass fibre and shall be completely fire resistant. The blanket shall be housed in sturdy non-corrosive dispenser and shall be fitted with special tapes to offer instant, single action release.

D. Fire Hydrants

The fire hydrant shall be screw down to BS 750 (type2) with screwed outlet and similar or equal to Glenfield make.

2.10 WORKING DRAWINGS

The sub-contractor shall submit two sets of working drawings for engineer’s approval within four weeks after his appointment for the sub-contract works; and additional four sets of approved drawings for issue to contractors for works related to this sub-contract.

The working drawings shall be prepared in metric scales not smaller 1:50 and in such detail that not only the sub-contract works can be executed on site but also the Sub-contractor’s proposals and intentions of the installations are clearly defined and detailed.

EDE/064/PDFF EDSON ENGINEERS

31 Nakuru County Offices

FF6

SPECIFICATIONS FIRE FIGHTING INSTALLATIONS 2.10 WORKING DRAWINGS …../continued

The working drawings shall include, but shall not be restricted to the following:

a) Fully dimensioned drawings clearly showing the exact locations and physical measures of all items of equipment, pipe work and pipe fittings, electrical connections and fixing details. These should be availed within 14 days after the award of the tender.

b) Equipment make, model numbers, rating and net operating weights

c) Sizes and location of plinth, holes in building fabric and any other related

builder’s works.

d) Comprehensive details of electrical; requirements and wiring diagrams. Upon practical completion of the sub-contract works and before handing over of the sub-contract works, the sub-contractor shall provide two sets of “as installed” drawings for the sub-contract. The record drawings shall detail the installations “as installed” on site and shall include all information called for in working drawings. Before handing over of the sub-contract works, the sub-contractor shall also provide two sets of water resistant, laminated operating instructions and two sets of comprehensive maintenance and troubleshooting manuals, in English, for the complete sub-contract works.

2.11 OPERATING AND MAINTENANCE INSTRUCTION

After completion of the testing and commissioning of the sub-contract works, the sub-contractor shall demonstrate to and instruct the client’s representative/s in the proper usage, maintenance and trouble shooting of all aspects of the sub-contract works.

2.12 HANDING OVER

The sub-contracts works shall be considered complete and defects liability period shall commence only after: a) The sub-contractor works and associated support services have been

satisfactorily completed, tested, commissioned and operated for a period of seven days after commissioning.

b) The sub-contractor has submitted the record drawings and maintenance manuals

called for in clause 2.20, test certificates and manufacturers’ warranty certificates.

EDE/064/PDFF EDSON ENGINEERS

32 Nakuru County Offices

FF7

SPECIFICATIONS FIRE FIGHTING INSTALLATIONS

2.12 HANDING OVER…../continued

c) The sub-contractor has demonstrated the operation, servicing maintenance and

trouble shooting of all aspects of the sub-contractor works to be relevant representative/s of the employer.

2.13 FIRE AUTHORITY APPROVAL

The sub-contractor shall be responsible to arrange for inspection and certification of the fire-fighting installations by the local fire authority.

EDE/064/PDFF EDSON ENGINEERS

33 Nakuru County Offices

PART D

BILLS OF QUANTITIES

FOR

PLUMBING DRAINAGE & FIRE FIGHTING

INSTALLATIONS

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

GROUND FLOOR

Item Description Qty Unit Rate KShs. Cts

SANITARY APPLIANCES

Supply , install , test and commission

A Water Closets (Vitreus China)

Floor mounted .close coupled WC supply complete with P-trap Push

button actuation 4.5 litres cistern toilet connector seat and cover

overflow as per Twyfords.Elite or equal and approved

3 No. -

B Toilet Roll Holder

Wall mounted ,Chrome plated metal type with screw type security

features3 No. -

C Wash Hand Basin (Vitreus China)

Wall mounted with single tap holes supply complete with cobra tap

Chrome plated waste plastic bottle trap wall mounting brackets As per

Twyfords Advert 510 or equal and approved

4 No. -

D Mirrors

Size 600 x 400 mm to be fixed to the wall above the wash basins to be

belevelled at all the four corners and be fitted with a plywood backing so

that the glass does not touch the wall.

4 No. -

G Kitchen Sink (wall mounted)

Kitchen sink, Single Bowl Single Drain 15mm (½”) diameter chrome

plated back inlet bib tap 40mm (1½”) waste chain and 40mm (1½”)

diameter PVC bottle trap.

1 No. -

I Bowl type Urinals

Supply complete with sepparators , push button flush valves with

concelled pipes chrome plated bottle traps. As per Twyfords camden

Cat No.SS6072SS or equal & approved.

2 No. -

J Liquid soap dispensers

Capacity 1.0 litres. As per Wandworth or equal and approved 2 No. -

K Hand Dryers

As per Wandsworth H09 Bunnie or equal and approved. Shall be

automatic and hands-off2 No. -

L Assisted Toilet

Supply complete with water closet with trap wash hand basin with cobra

taps ,waste and bottle trap,support bars for water closet and Water

Hand basin,toilet roll holder -metal mounted type,wall mounted, mirrow

600 x 400 mm with plywood backing, liquid soap dispenser ,hand dryer.

As per Twyfords doc.m plus pack

1 No. -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 1 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

GROUND FLOOR

Item Description Qty Unit Rate KShs Cts

SANITARY PIPEWORK & FITTINGS

Supply , install , test and commission

Balance brought forward from Page BQ 1 -

A Straight Pipes

32mm ditto 7 m -

25mm ditto 13 m -

20mm ditto 15 m -

B Bends/Elbows

25mm dia 9 No. -

20mm dia 8 No. -

C Gate valve

32mm dia 2 No. -

25mm dia 1 No. -

D Tees

32 x 32 x 25mm 2 No. -

25 x 25 x 20mm 6 No. -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 2 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

GROUND FLOOR

Item Description Qty Unit Rate KShs Cts

FOUL DRAINAGE

Supply , install , test and commission

Balance brought forward from Page BQ 2 -

A Straight Pipes

100mm dia -do- 42 m -

65mm dia -do- 6 m -

50mm dia -do- 5 m -

40mm dia -do- 3 m -

32mm dia -do- 2 m -

B Bends

100mmø sweep bend 4 No. -

40mmø 8 No. -

32mmø 4 No. -

D Rodding Eye 4 No. -

E Gully Traps

Size 250 x 250 mm with removable concrete covers 5 No. -

F Inspection Chambers

Size 450 x 600 mm with cast steel covers with double seals 14 No. -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 3 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

GROUND FLOOR

Item Description Qty Unit Rate KShs Cts

RAIN WATER DRAINAGE

Supply , install , test and commission

Balance brought forward from Page BQ 3 -

A 100mmø straight UPVC grey pipes 44 m -

B 100mmø 120° bends 13 No. -

C 100 x 100mm shoes complete with concrete covers 13 No. -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 4 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

GROUND FLOOR

Item Description Qty Unit Rate KShs Cts

FIRE PROTECTION

Supply , install , test and commission

Balance brought forward from Page BQ 4 -

A Portable Fire Extinguisher

Supply complete with brackets and ensure fire safety certificate

4.5 kg dry powder fire extinguisher c/w hanging hooks. 4 No. -

4.5 kg carbon dioxide portable fire extinguisher c/w hanging hooks. 4 No. -

9.0 litres water portable fire extinguisher c/w hanging hooks. 4 No. -

B Hose Reels

Hose reels (swing type) 30m long, 25mmØ hose with adjustable nozzle 2 No. -

Hose reel pipes

Shall be GMS Class B to BS1387

65mmø pipe 7 m -

25mmø 2 m -

Bends/Elbows

25mmø 4 No. -

Tees

65 x 65 x 65 1 No. -

65 x 65 x 25 2 No. -

Valves

25mmø check valves 2 No. -

C Dry Riser

100mmø 3 No. -

65mmø landing valve 1 No. -

Total carried to summary page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 5 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

FIRST FLOOR

Item Description Qty Unit Rate KShs. Cts

SANITARY APPLIANCES

Supply , install , test and commission

A Water Closets (Vitreus China)

Floor mounted .closecoupled WC supply complete with P-trap Push

button actuation 4.5 litres cistern toilet connector seat and cover

overflow as per Twyfords.Elite or equal and approved

3 No. -

B Toilet Roll Holder

Wall mounted ,Chrome plated metal type with screw type security

features4 No. -

C Wash Hand Basin (Vitreus China)

Wall mounted with single tap holes supply complete with cobra tap

Chrome plated waste plastic bottle trap wall mounting brackets As per

Twyfords Advert 510 or equal and approved

4 No. -

D Mirrors

Size 600 x 400 mm to be fixed to the wall above the wash basins to be

belevelled at all the four corners and be fitted with a plywood backing so

that the glass does not touch the wall.

4 No. -

E Kitchen Sink (wall mounted)

Kitchen sink, Single Bowl Single Drain 15mm (½”) diameter chrome

plated back inlet bib tap 40mm (1½”) waste chain and 40mm (1½”)

diameter PVC bottle trap.

1 No. -

F Bowl type Urinals

Supply complete with sepparators , push button flush valves with

concelled pipes chrome plated bottle traps. As per Twyfords camden

Cat No.SS6072SS or equal & approved.

2 No. -

G Liquid soap dispensers

Capacity 1.0 litres. As per Wandworth or equal and approved 2 No. -

H Hand Dryers

As per Wandsworth H09 Bunnie or equal and approved. Shall be

automatic and hands-off2 No. -

I Assisted Toilet

Supply complete with water closet with trap wash hand basin with cobra

taps ,waste and bottle trap,support bars for water closet and Water

Hand basin,toilet roll holder -metal mounted type,wall mounted, mirrow

600 x 400 mm with plywood backing, liquid soap dispenser ,hand dryer.

As per Twyfords doc.m plus pack

1 No. -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 6 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

FIRST FLOOR

Item Description Qty Unit Rate KShs Cts

SANITARY PIPEWORK & FITTINGS

Supply , install , test and commission

Balance brought forward from Page BQ 6 -

A Straight Pipes 32mm ditto 7 m -

25mm ditto 9 m -

20mm ditto 13 M -

B Bends/Elbows

25mm dia 5 No. -

20mm dia 8 No. -

C Gate valve

32mm dia 2 No. -

D Tees

32 x 32 x 25mm 2 No. -

25 x 25 x 20mm 8 No. -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 7 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

FIRST FLOOR

Item Description Qty Unit Rate KShs Cts

FOUL DRAINAGE

Supply , install , test and commission

Balance brought forward from Page BQ 7 -

A Straight Pipes

100mm dia -do- 34 m -

65mm dia -do- 2 m -

50mm dia -do- 5 m -

40mm dia -do- 8 m -

32mm dia -do- 2 m -

B Bends

100mmø sweep bend 5 No. -

40mmø 6 No. -

32mmø 4 No. -

F Rodding Eye 4 No. -

RAIN WATER DRAINAGE

A 100mmø straight UPVC grey pipes 44 m -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 8 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

FIRST FLOOR

Item Description Qty Unit Rate KShs Cts

FIRE PROTECTION

Supply , install , test and commission

Balance brought forward from Page BQ 8 -

A Portable Fire Extinguisher

Supply complete with brackets and ensure fire safety certificate

4.5 kg dry powder fire extinguisher c/w hanging hooks. 2 No. -

4.5 kg carbon dioxide portable fire extinguisher c/w hanging hooks. 2 No. -

9.0 litres water portable fire extinguisher c/w hanging hooks. 2 No. -

B Hose Reels

Hose reels (swing type) 30m long, 25mmØ hose with adjustable nozzle 1 No. -

Hose reel pipes

Shall be GMS Class B to BS1387

65mmø pipe 3.5 m -

25mmø 1 m -

Bends/Elbows

25mmø 2 No. -

Tees

65 x 65 x 25 1 No. -

Valves

25mmø check valves 1 No. -

C Dry Riser

100mmø 3 No. -

65mmø landing valve 1 No. -

Total carried to summary page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 9 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

SECOND FLOOR

Item Description Qty Unit Rate KShs. Cts

SANITARY APPLIANCES

Supply , install , test and commission

A Water Closets (Vitreus China)

Floor mounted .closecoupled WC supply complete with P-trap Push

button actuation 4.5 litres cistern toilet connector seat and cover

overflow as per Twyfords.Elite or equal and approved

3 No. -

B Toilet Roll Holder

Wall mounted ,Chrome plated metal type with screw type security

features4 No. -

C Wash Hand Basin (Vitreus China)

Wall mounted with single tap holes supply complete with cobra tap

Chrome plated waste plastic bottle trap wall mounting brackets As per

Twyfords Advert 510 or equal and approved

4 No. -

D Mirrors

Size 600 x 400 mm to be fixed to the wall above the wash basins to be

belevelled at all the four corners and be fitted with a plywood backing so

that the glass does not touch the wall.

4 No. -

E Kitchen Sink (wall mounted)

Kitchen sink, Single Bowl Single Drain 15mm (½”) diameter chrome

plated back inlet bib tap 40mm (1½”) waste chain and 40mm (1½”)

diameter PVC bottle trap.

1 No. -

F Bowl type Urinals

Supply complete with sepparators , push button flush valves with

concelled pipes chrome plated bottle traps. As per Twyfords camden

Cat No.SS6072SS or equal & approved.

2 No. -

G Liquid soap dispensers

Capacity 1.0 litres. As per Wandworth or equal and approved 2 No. -

H Hand Dryers

As per Wandsworth H09 Bunnie or equal and approved. Shall be

automatic and hands-off2 No. -

I Assisted Toilet

Supply complete with water closet with trap wash hand basin with cobra

taps ,waste and bottle trap,support bars for water closet and Water

Hand basin,toilet roll holder -metal mounted type,wall mounted, mirrow

600 x 400 mm with plywood backing, liquid soap dispenser ,hand dryer.

As per Twyfords doc.m plus pack

1 No. -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 10 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

SECOND FLOOR

Item Description Qty Unit Rate KShs Cts

SANITARY PIPEWORK & FITTINGS

Supply , install , test and commission

Balance brought forward from Page BQ 10 -

A Straight Pipes 32mm ditto 7 m -

25mm ditto 9 m -

20mm ditto 13 M -

B Bends/Elbows

25mm dia 5 No. -

20mm dia 8 No. -

C Gate valve

32mm dia 2 No. -

D Tees

32 x 32 x 25mm 2 No. -

25 x 25 x 20mm 8 No. -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 11 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

SECOND FLOOR

Item Description Qty Unit Rate KShs Cts

FOUL DRAINAGE

Supply , install , test and commission

Balance brought forward from Page BQ 11 -

A Straight Pipes

100mm dia -do- 34 m -

65mm dia -do- 2 m -

50mm dia -do- 5 m -

40mm dia -do- 8 m -

32mm dia -do- 2 m -

B Bends

100mmø sweep bend 5 No. -

40mmø 6 No. -

32mmø 4 No. -

F Rodding Eye 4 No. -

RAIN WATER DRAINAGE

A 100mmø straight UPVC grey pipes 44 m -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 12 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

SECOND FLOOR

Item Description Qty Unit Rate KShs Cts

FIRE PROTECTION

Supply , install , test and commission

Balance brought forward from Page BQ 12 -

A Portable Fire Extinguisher

Supply complete with brackets and ensure fire safety certificate

4.5 kg dry powder fire extinguisher c/w hanging hooks. 2 No. -

4.5 kg carbon dioxide portable fire extinguisher c/w hanging hooks. 2 No. -

9.0 litres water portable fire extinguisher c/w hanging hooks. 2 No. -

B Hose Reels

Hose reels (swing type) 30m long, 25mmØ hose with adjustable nozzle 1 No. -

Hose reel pipes

Shall be GMS Class B to BS1387

65mmø pipe 3.5 m -

25mmø 1 m -

Bends/Elbows

25mmø 2 No. -

Tees

65 x 65 x 25 1 No. -

Valves

25mmø check valves 1 No. -

C Dry Riser

100mmø 3 No. -

65mmø landing valve 1 No. -

Total carried to summary page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 13 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

THIRD FLOOR

Item Description Qty Unit Rate KShs. Cts

SANITARY APPLIANCES

Supply , install , test and commission

A Water Closets (Vitreus China)

Floor mounted .closecoupled WC supply complete with P-trap Push

button actuation 4.5 litres cistern toilet connector seat and cover

overflow as per Twyfords.Elite or equal and approved

9 No. -

B Toilet Roll Holder

Wall mounted ,Chrome plated metal type with screw type security

features9 No. -

C Wash Hand Basin (Vitreus China)

Wall mounted with single tap holes supply complete with cobra tap

Chrome plated waste plastic bottle trap wall mounting brackets As per

Twyfords Advert 510 or equal and approved

9 No. -

D Mirrors

Size 600 x 400 mm to be fixed to the wall above the wash basins to be

belevelled at all the four corners and be fitted with a plywood backing so

that the glass does not touch the wall.

9 No. -

E Kitchen Sink (wall mounted)

Kitchen sink, Single Bowl Single Drain 15mm (½”) diameter chrome

plated back inlet bib tap 40mm (1½”) waste chain and 40mm (1½”)

diameter PVC bottle trap.

2 No. -

F Bowl type Urinals

Supply complete with sepparators , push button flush valves with

concelled pipes chrome plated bottle traps. As per Twyfords camden

Cat No.SS6072SS or equal & approved.

2 No. -

G Liquid soap dispensers

Capacity 1.0 litres. As per Wandworth or equal and approved 2 No. -

H Hand Dryers

As per Wandsworth H09 Bunnie or equal and approved. Shall be

automatic and hands-off2 No. -

I Assisted Toilet

Supply complete with water closet with trap wash hand basin with cobra

taps ,waste and bottle trap,support bars for water closet and Water

Hand basin,toilet roll holder -metal mounted type,wall mounted, mirrow

600 x 400 mm with plywood backing, liquid soap dispenser ,hand dryer.

As per Twyfords doc.m plus pack

1 No. -

J Towel Rings

Made of 25mm diameter chrome plated steel tube 250 mm long as per

ROCA Fashion 81600300Y. Or equal and approved.7 No. -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 14 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

THIRD FLOOR

Item Description Qty Unit Rate KShs Cts

SANITARY PIPEWORK & FITTINGS

Supply , install , test and commission

Balance brought forward from Page BQ 14 -

A Straight Pipes 40mm ditto 7 m -

25mm ditto 27 m -

20mm ditto 20 M -

B Bends/Elbows

25mm dia 10 No. -

20mm dia 19 No. -

C Gate valve

40mm dia 2 No. -

D Tees

32 x 32 x 25mm 2 No. -

25 x 25 x 20mm 14 No. -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 15 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

THIRD FLOOR

Item Description Qty Unit Rate KShs Cts

FOUL DRAINAGE

Supply , install , test and commission

Balance brought forward from Page BQ 15 -

A Straight Pipes

100mm dia -do- 39 m -

65mm dia -do- 2 m -

50mm dia -do- 9 m -

40mm dia -do- 10 m -

32mm dia -do- 7 m -

B Bends

100mmø sweep bend 10 No. -

40mmø 3 No. -

32mmø 12 No. -

F Rodding Eye 9 No. -

RAIN WATER DRAINAGE

A 100mmø straight UPVC grey pipes 44 m -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 16 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

THIRD FLOOR

Item Description Qty Unit Rate KShs Cts

FIRE PROTECTION

Supply , install , test and commission

Balance brought forward from Page BQ 16 -

A Portable Fire Extinguisher

Supply complete with brackets and ensure fire safety certificate

4.5 kg dry powder fire extinguisher c/w hanging hooks. 2 No. -

4.5 kg carbon dioxide portable fire extinguisher c/w hanging hooks. 2 No. -

9.0 litres water portable fire extinguisher c/w hanging hooks. 2 No. -

B Hose Reels

Hose reels (swing type) 30m long, 25mmØ hose with adjustable nozzle 1 No. -

Hose reel pipes

Shall be GMS Class B to BS1387

65mmø pipe 3.5 m -

25mmø 1 m -

Bends/Elbows

25mmø 2 No. -

Tees

65 x 65 x 25 1 No. -

Valves

25mmø check valves 1 No. -

C Dry Riser

100mmø 3 No. -

65mmø landing valve 1 No. -

Total carried to summary page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 17 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

FOURTH FLOOR

Item Description Qty Unit Rate KShs. Cts

SANITARY APPLIANCES

Supply , install , test and commission

A Water Closets (Vitreus China)

Floor mounted .closecoupled WC supply complete with P-trap Push

button actuation 4.5 litres cistern toilet connector seat and cover

overflow as per Twyfords.Elite or equal and approved

3 No. -

B Toilet Roll Holder

Wall mounted ,Chrome plated metal type with screw type security

features4 No. -

C Wash Hand Basin (Vitreus China)

Wall mounted with single tap holes supply complete with cobra tap

Chrome plated waste plastic bottle trap wall mounting brackets As per

Twyfords Advert 510 or equal and approved

4 No. -

D Mirrors

Size 600 x 400 mm to be fixed to the wall above the wash basins to be

belevelled at all the four corners and be fitted with a plywood backing so

that the glass does not touch the wall.

4 No. -

E Kitchen Sink (wall mounted)

Kitchen sink, Single Bowl Single Drain 15mm (½”) diameter chrome

plated back inlet bib tap 40mm (1½”) waste chain and 40mm (1½”)

diameter PVC bottle trap.

1 No. -

F Bowl type Urinals

Supply complete with sepparators , push button flush valves with

concelled pipes chrome plated bottle traps. As per Twyfords camden

Cat No.SS6072SS or equal & approved.

2 No. -

G Liquid soap dispensers

Capacity 1.0 litres. As per Wandworth or equal and approved 2 No. -

H Hand Dryers

As per Wandsworth H09 Bunnie or equal and approved. Shall be

automatic and hands-off2 No. -

I Assisted Toilet

Supply complete with water closet with trap wash hand basin with cobra

taps ,waste and bottle trap,support bars for water closet and Water

Hand basin,toilet roll holder -metal mounted type,wall mounted, mirrow

600 x 400 mm with plywood backing, liquid soap dispenser ,hand dryer.

As per Twyfords doc.m plus pack

1 No. -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 18 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

FOURTH FLOOR

Item Description Qty Unit Rate KShs Cts

SANITARY APPLIANCES

Supply , install , test and commission

Balance brought forward from Page BQ 18 -

E Showers

Shower 4.5Kw instant shower head heater with large spread complete

with 3 temperature settings, grounding wire system and with connecting

piece from wall to carry the electrical cable and water supply pipe. To be

installed to the manufacturer's printed instructions. Heater to be

LORENZETTI ''Bello Banho'' or equal and approved.

2 -

F Soap dish

ROCA soap dish 105X 105x42mm Ref#816702001. Or equal and

approved.2 No. -

H Towel Rails

Chrome plated 25mmø, 750 mm long . Supply complete with fixing

brackets and screws2 No. -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 19 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

FOURTH FLOOR

Item Description Qty Unit Rate KShs Cts

SANITARY PIPEWORK & FITTINGS

Supply , install , test and commission

Balance brought forward from Page BQ 19 -

A Straight Pipes 32mm ditto 7 m -

25mm ditto 9 m -

20mm ditto 13 M -

B Bends/Elbows

25mm dia 5 No. -

20mm dia 8 No. -

C Gate valve

32mm dia 2 No. -

D Tees

32 x 32 x 25mm 2 No. -

25 x 25 x 20mm 8 No. -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 20 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

FOURTH FLOOR

Item Description Qty Unit Rate KShs Cts

FOUL DRAINAGE

Supply , install , test and commission

Balance brought forward from Page BQ 20 -

A Straight Pipes

100mm dia -do- 34 m -

65mm dia -do- 2 m -

50mm dia -do- 5 m -

40mm dia -do- 8 m -

32mm dia -do- 2 m -

B Bends

100mmø sweep bend 5 No. -

40mmø 6 No. -

32mmø 4 No. -

F Rodding Eye 4 No. -

RAIN WATER DRAINAGE

A 100mmø straight UPVC grey pipes 44 m -

Total carried to next page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 21 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

FOURTH FLOOR

Item Description Qty Unit Rate KShs Cts

FIRE PROTECTION

Supply , install , test and commission

Balance brought forward from Page BQ 21 -

A Portable Fire Extinguisher

Supply complete with brackets and ensure fire safety certificate

4.5 kg dry powder fire extinguisher c/w hanging hooks. 2 No. -

4.5 kg carbon dioxide portable fire extinguisher c/w hanging hooks. 2 No. -

9.0 litres water portable fire extinguisher c/w hanging hooks. 2 No. -

B Hose Reels

Hose reels (swing type) 30m long, 25mmØ hose with adjustable nozzle 1 No. -

Hose reel pipes

Shall be GMS Class B to BS1387

65mmø pipe 3.5 m -

25mmø 1 m -

Bends/Elbows

25mmø 2 No. -

Tees

65 x 65 x 25 1 No. -

Valves

25mmø check valves 1 No. -

C Dry Riser

100mmø 3 No. -

65mmø landing valve 1 No. -

Total carried to summary page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 22 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

EDE/64

NAKURU COUNTY OFFICES

ROOF PLAN

Item Description Qty Unit Rate KShs Cts

SANITARY APPLIANCES

Supply , install , test and commission

A Water Pumps

Horizontal multistage Centrifugal domestic water pumps complete

with pressure tanks, high and low level Grundfos CR10-4 or equal

and approved.Capacity- 8cu metres/hour. With stand-by and ducts

controls. As percontrols and all electrics. Head- 35 metres,

2 No. -

B Water Storage Tanks

Roof Water tank, Polyethelyne as Kentainer or Roto tanks capacity

18000 litres on bearing support to structural engineer’s detail

complete with cover and manhole.

The tank is to be complete with the following;

50mm diameter overflow

50mm diameter washout with gate valve

40mm diameter outlets with gate valve

40mm ditto

25mm diameter inlet with high pressure ball valve

2 No. -

A Straight Pipes 40mm ditto 90 m -

25mm ditto 22 m -

B Bends/Elbows

40mm dia 4 No. -

25mm dia 5 No. -

FIRE PROTECTION

C Hose reel Pumps

Water pumps complete with pressure tanks, high and low level

controls and all electrics. Head- 35 metres. As per Grundfos or

equal and approved. Capacity- 5cu metres/hour, with stand-by and

ducts controls

2 No. -

D Dry Riser

25mm dia pressure relief valve 1 No. -

Total carried to summary page -

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 23 of 24 NAKURU COUNTY OFFICES

EDE/64/PDFF EDSON ENGINEERS

SUMMAY OF TENDER

Preliminaries ….….……..……….……………...……………..…KShs………………………..…………………………………

Complying with specifications…….….……………....…….....KShs…………………………..………………….……………..

Total brought forward from:

: Page BQ 5……......…….……... …KShs…..…….……….……………….. -

: Page BQ 9……......…….……... …KShs…..…….……….……………….. -

: Page BQ 13…..………………....…Kshs....……..…………….…………… -

: Page BQ 17……......…….……. …KShs…..…….……….……………….. -

: Page BQ 22……………………..….Kshs....…..……………….…………… -

: Page BQ 23……......…….…..... …KShs…..…….……….……………….. -

Sub-Total …………….…….………………...………….....…Kshs………………………………..….. -

ADD 16% VAT…………………………………………Kshs……………………………………………………. -

TOTAL INCLUSIVE OF VAT……………………..…..Kshs……………………………….…….. -

Amount in words: ........................................................................................................................................................

...................................................................................................................................................................................

...................................................................................................................................................................................

Name of Tenderer:

Address of Tenderer:

Signature of Tenderer Date:

PLUMBING, DRAINAGE FIRE FIGHTING Page BQ 24 of 24 NAKURU COUNTY OFFICES

EDSON ENGINEERS EDE /P/02/PDD

PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED

FACILITIES

VOLUME 3(Mechanical Services)

SPECIFICATIONS & BILLS OF QUANTITIES FOR

3(b) Heating Ventilation & Air Conditioning (HVAC)

Installations

SUB-CONTRACT

Architects: Quantity Surveyor:

Scope Design Systems Obra International

P.O. Box 10591 -00100 P.O. Box 3494 -00200

NAIROBI NAIROBI.

Services Engineer

Edson Engineers

P.O. Box 5647 - 00100 NAIROBI

OCTOBER 2016

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 2 Nakuru County Offices

CONTENTS PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED FACILITIES

Heating Ventilation and Air Conditioning (HVAC) Installations Sub-Contract

PAGE NO. FORM OF TENDER FT DEFINITION OF TERMS D1 - D2 NOTES TO TENDERERS N1 - N2 GENERAL CONDITIONS OF SUB-CONTRACT GC1 – GC6 SPECIFICATIONS FOR HEATING VENTILATION AND AIR AIR CONDTIONING INSTALLATIONS HVAC 1 – HVAC 6 BILLS OF QUANTITIES BQ – BQ SUMMARY OF TENDER BQ

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 3 Nakuru County Offices

FT FORM OF TENDER TENDER FOR: PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS, OFFICES AND ASSOCIATED

FACILITIES.

Heating Ventilation and Air Conditioning (HVAC) Installations Sub-Contract

Nakuru County Assembly Office P.O. Box 907 Nakuru, KENYA Dear Sir

1. I/We, the undersigned, offer to contract for the above sub-contract works in accordance with the attached Conditions of Sub-Contract, Specifications and Bills of Quantities for the sum of:

KShs…………………………………….

(in words) Kenya Shillings…………………………………………………………………….. ………………………………………………………………………………………………………

2. I/We agree that our tender shall remain valid for 90 days from the date of opening the Sub-contract tender and shall not be withdrawn during this period.

3. I/We agree that you are not responsible for any expenses incurred by me/us in submitting this tender

4. I/We agree that you are not bound to accept the lowest or any other tender. Name & Address of Tenderer:…………………………………………………………….

Telephone:…………………………………………………………………………………… Signature of Tenderer:……………………………………………………………………...

Date:………………………………………………………………………………………

Company Stamp:……………………………………………………………………………

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 4 Nakuru County Offices

Page D1

DEFINITION OF TERMS

The following words and expressions used in this document shall have the following meanings attached to them: Employer : Nakuru County Assembly Offices

P.O. Box 907 Nakuru, KENYA

Architect : Scope Design Systems P.O. Box 10591- 00100

Nairobi Services Engineer : Edson Engineers P O Box 5647 - 00100

Nairobi Quantity Surveyor: Obra International P.O. Box 3494 - 00200

Nairobi Main contractor : shall mean the firm or company appointed to carry out the project building works Sub-contractor : shall mean the firm or company appointed to carry out the sub-contract

works described in this document Works : shall mean the materials and the plant to be provided and labours to be

performed by the sub-contractor in fulfillment of the terms of this document and the sub-contract made for that purpose

Contract drawings : shall mean the drawings listed in or referred to in this document and

forming part of this document

m. : shall mean meter mm : shall mean millimeters. mm

2 : shall mean square millimetres

k : shall mean kilo

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 5 Nakuru County Offices

Page D2 DEFINITION OF TERMS

A. : shall mean amperes

V. : shall mean volts W. : shall mean watts Hz : shall mean Hertz or cycles per second PVC : shall mean polyvinyl chloride SWA : shall mean single wire armoured S.P.& N. : shall mean single pole and neutral T.P.& N. : shall mean triple pole and neutral NO. or No. : shall mean numerical number dia. : shall mean diameter rpm : shall mean revolutions per minute KBS : shall mean Kenya Bureau of Standards

B.S. & B.S.C.P. : shall mean British Standard Specification

& British Standard Code of Practice

K.P.& L. : shall mean Kenya Power & Lighting Company Limited Ditto : shall mean in all respects as described in a previous item in the bills of quantities

I.E.E. : shall mean the Institution of Electrical Engineers of the United Kingdom L.V. : shall mean low voltage as defined by the 16th edition of the

I.E.E. wiring Regulations H.V. : shall mean high voltage as defined by the 16th edition of the

I.E.E. wiring Regulations HVAC : Heating Ventilation and Air Conditioning

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 6 Nakuru County Offices

Page

N1 NOTES FOR TENDERERS

1. DOCUMENT CHECK Before submitting his tender, the tenderer is required to:

a) check that no page/s of this document is/are missing or illegible and to have this rectified

b) ensure that all ambiguities, doubts or obscure points in this document are cleared with the engineer.

No claims for alleged deficiencies in the information given in this document shall be considered at a later date.

2. ALTERATION TO THIS DOCUMENT Unauthorised alteration or qualification made to the text of this document by the

tenderer shall disqualify the tenderer. 3. CORRECTION OF TENDERS

Arithmetic errors in the tenders will be corrected by the engineer in the following

manner:

a) Errors in Extensions If a total extension figure is entered, the extended total shall be a product of the

tendered unit rate and the quantity of the item, and the product shall be added to the tender sum.

If the total extension entered in the bill of quantities is less than the product of the

tendered unit rate and the quantity of the item, a corrected unit rate shall be obtained by dividing the extension total and the quantity of the item. The tender sum shall thus not be amended.

If the total extension entered in the bill of quantities is greater than the product of

the tendered unit rate and the quantity of the item, the extension total shall be reduced to the correct product of the tendered unit rate and the quantity of the item, and the tender sum shall be reduced correspondingly.

b) Omission of Unit Rates:

If an extension total is entered in the bill of quantities but no unit rate is entered therein, the unit rate shall be calculated as the extension total divided by the quantity of the item.

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 7 Nakuru County Offices

Page N2

c) Omission of Extension Rate & Extension Total: If no unit rate and extension total is entered against any item in the bills of

quantities, it will be assumed that the cost of the item is fully and completely covered elsewhere in the bills of quantities.

d) Errors in Addition: All errors in addition, irrespective of where they occur in the bills of quantities shall

be corrected and the tender sum amended correspondingly.

4. DISCOUNTS No lump sum discounts shall be made in the tender and if such a discount does

appear in the tender, it shall be disregarded and the tender sum will be considered to be the total of the bills of quantities.

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 8 Nakuru County Offices

PART A

GENERAL CONDITIONS

FOR

HEATING VENTILATION AND AIR

CONDITIONING (HVAC) INSTALLATIONS

SUB-CONTRACT

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 9 Nakuru County Offices

GC1

GENERAL CONDITIONS OF SUB-CONTRACT

1.01 SUB-CONTRACT AGREEMENT

The sub-contractor shall be required to enter into a sub-contract agreement

with the main contractor. The form of sub-contract agreement shall be the latest edition of the Agreement and Schedule of Conditions of Building Sub-Contract, published by The Kenya Association of Building and Civil Engineering Contractors.

The tenderer shall be deemed to have examined, fully understood and

accepted the requirements of all clauses in the above document. 1.02 PRELIMINARIES It shall be deemed that the tenderer in pricing the “Preliminaries” item in the

Summary of Tender contained in this document, has priced for all items in this section of the document and in the Agreement & Schedule of Conditions of Building Sub-Contract, which have financial implications.

1.03 FIRM PRICE CONTRACT This is a firm price contract and the tenderer must allow in his pricing of this

tender for any increases in the cost of labour and materials during the currency of the sub-contract. No claims for increased cost will be allowed.

1.04 SITE

The site of the proposed works is situated in Nakuru County. The tenderer is recommended to visit the site and will be deemed to have

satisfied himself with regard to access to the site, the conditions under which the sub-contract works will have to be carried out, the supply of and conditions affecting labour and facilities for obtaining materials and equipment referred in this document.

1.05 EXISTING PROPERTY

The sub-contractor shall take every precaution to avoid damage to all existing

property and he shall be held responsible for all damages arising from the execution of this sub-contract and he shall make good all such damage at his own expense to the satisfaction of the architect.

1.06 CONSTRUCTION PROGRAMME The tenderer shall be deemed to have: (a) been informed about the duration of

the main contract before submitting their tender and (b) allowed for in his tender all necessary costs to enable him to execute and complete the sub-contract works within the main contractor’s construction programme.

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 10 Nakuru County Offices

GC2 GENERAL CONDITIONS OF SUB-CONTRACT

1.07 SITE MEETINGS

The sub-contractor shall be required to attend all site meetings and contractor’s meetings. 1.08 SERVICES AND ATTENDANCE

Services and attendance shall be provided by the main contractor in

accordance with the provisions in the main contract agreement. The above will be limited to the builder’s work in connection with this sub-

contract, use of temporary water supply and electrical power and main contractor’s scaffolding.

Except for drilling holes, forming concrete bases, chasing, cutting and making

good the building fabric will be done by the main contractor. The sub-contractor shall mark out in advance and shall be responsible for the accuracy of the sizes of and positions of the bases, chases and holes required for his works.

The sub-contractor shall be responsible for providing any special internal

and/or external scaffolding, trestle, etc specifically required for carrying out the sub-contract works. The tenderer is deemed to have allowed in his prices for the above requirement.

1.09 PROGRAMME OF WORKS

The sub-contract works will commence immediately upon the appointment of

the sub-contractor. The sub-contractor shall be required to phase his works in accordance with the main contractor’s programme of works.

The sub-contractor shall prepare such Critical Path Programmes or Progress

Chart as the main contractor considers necessary to assist him in the preparation of and maintenance of his overall Programmes and Charts.

Copies of the sub-contractor’s programmes shall be submitted to the main

contractor, architect and engineer. 1.10 MATERIALS AND WORKMANSHIP

The sub-contractor shall be responsible for the provision of all materials,

special scaffolding, tools and tradesmen required for the execution of the sub-contract

works. Plant, equipment and materials to be used in the execution of the sub-contract

works shall be of sound condition to ensure they shall be serviceable for the duration of the sub-contract and that they do not pose any danger to those employed on the project.

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 11 Nakuru County Offices

GC3

GENERAL CONDITIONS OF SUB-CONTRACT 1.10 Materials and Workmanship ………. /continued

The tenderer shall allow for in prices for hoisting all items of equipment and

materials for the sub-contract to be installed in the locations and heights shown on the sub-contract drawings or noted in this document.

1.11 MEASURED WORKS

The Bill of Quantities contained in this document has been prepared in accordance with the Standard Method of Measurement of Building Works for Republic of Kenya: Metric Edition.

All “provisional” and other work liable to adjustment under this sub-contract shall be left uncovered for a reasonable time to allow any measurements needed to be taken by the engineer. The sub-contractor shall inform the engineer when the work is ready for measurement.

If the sub-contractor defaults in the above requirement, he shall uncover the

works for measurement to be taken and reinstate afterwards, all at his expense.

1.12 PROVISIONAL SUMS Quantities given as “Provisional” in this document shall not be held to gauge, or

limit the amount or description of the work to be executed by the sub-contractor. But, the value thereof shall be deducted from the sub-contract sum and the value of the work ordered by the engineer shall be added to the sub-contract sum as provided by the sub-contract agreement.

1.13 VARIATIONS Except in emergency, or for reasons over which the sub-contractor has no

control, works likely to involve a claim for extra payment shall not be initiated without

the written instruction from the engineer. Addition to or reduction from the sub-contract in respect of extra work,

alteration or omission authorised by the engineer shall be agreed and confirmed in writing at the time such variations are decided and shall not affect the validity of the sub-contract.

No allowance shall be made for loss of profit on omitted works. Any claim involving additional work on site, must be accompanied by

authorised site instruction signed by the engineer or his representative. The sub-contractor shall submit to the engineer claim/s for any work or

circumstances on account of which he may want extra payment within seven days

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 12 Nakuru County Offices

GC4

GENERAL CONDITIONS OF SUB-CONTRACT

1.13 Variations ………../Continued.

from the time of the commencement of such work or circumstances. Any such

claim must be in writing with full particulars of such claim/s.

1.14 MATERIALS ORDERS The sub-contractor shall order and/or procure all materials and equipment for

the sub-contract within two weeks after his appointment. Documentary evidence of all orders and purchases shall be submitted to the engineer within the above time.

No claims for extra payment shall be considered, if the sub-contractor does not

comply with the above requirement. 1.15 DUTIES, TAXES, ETC. The tenderer shall include in his prices all mandatory Government duties, taxes

and levies; Supply to site, insurances, storage, fix in position, testing, commissioning and all other obligations under this sub-contract.

.

1.16 DEFECTS LIABILITY The complete sub-contract works shall be guaranteed for a period of six

months from the date of the architect’s certificate of completion. Under this guarantee the sub-contractor shall make good at his own cost all defects in materials, equipment or workmanship which may develop in that period. The sub-contractor shall also make good any damage caused to other works, equipment and materials due to defects in the sub-contract works.

This clause shall not in any way invalidate manufacturer’s guarantee on

equipment, which may extend for periods longer than six months.

1.17 STORAGE ON SITE Space on site or certain areas of partially completed building, when available,

may be allocated to the sub-contractor for storing his material and equipment for the sub-contract.

The main contractor will be responsible for making the storage area waterproof

but the sub-contractor shall be responsible for his own lock-up facilities and sheds.

The sub-contractor shall, when reasonably called upon at any time by the main

contractor, move his material or plant elsewhere notwithstanding his having previously been allocated that particular area.

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 13 Nakuru County Offices

GC5 GENERAL CONDITIONS OF SUB-CONTRACT

1.18 CONTRACT DRAWINGS The sub-contract drawings are intended to indicate the intent and extent of the

sub-contract works. The sub-contract drawings and this document are meant to explain each other and shall be read together.

Measures with dimensions shown on the contract drawings and measures

noted in this document are to be followed in preference to dimensions scaled from the contract drawings; but whenever possible, dimensions are to be taken on the site or from the buildings.

Before any work is commenced, dimensions shall be checked on the s ite

and/or the buildings and discrepancies reported to the engineer. The sub-contractor shall be responsible for ensuring the accuracy of such dimensions.

One copy of all the sub-contract drawings and a copy of this document, issued

to the sub-contractor, shall be retained on site at all times and be available for reference by the engineer and the architect.

1.19 SITE REPRESENTATIVE

It is a specific requirement of this sub-contract that the successful tenderer

shall provide on site, throughout the project construction period, a literate, suitably

qualified and competent person to represent him and to ensure that the sub-contract works are carried out to the standard required by this document.

Instructions and directions given by the architect and/or the engineer to the

sub-contractor’s site representative shall be deemed to have been given to the sub-contractor.

1.20 INSPECTION

The engineer shall be allowed all facilities for inspecting materials and

workmanship on site during the execution of the contract. A similar reservation for inspecting at the manufacturer’s works shall be

included in all orders for specifically manufactured equipment issued by the sub-contractor. In such cases notice shall be given to the engineer that equipment has been manufactured and is ready for inspection and testing, so that this may be carried out before the equipment is packed for shipping.

1.21 SAMPLES The sub-contractor shall, when required, provide at no extra cost, samples of

materials or workmanship forming part of the works. Such samples when approved shall be retained on the site and shall form the standard required for the works.

Any condemned material as unfit for use in the works shall be immediately

removed from the site without any recompense to the sub-contractor.

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 14 Nakuru County Offices

GC6

GENERAL CONDITIONS OF SUB-CONTRACT

1.22 FAULTY WORKS

The engineer shall have the right to reject any material or workmanship, which

in his opinion does not comply with the requirements of the specifications or is not satisfactory.

The sub-contractor shall replace such rejected materials or rectify such bad

workmanship forthwith, at his own expense. In event of undue delay on the part of the sub-contractor to rectify the rejections, the engineer will have the right to employ others to supply suitable materials and re-execute the works and deduct the cost thereof from the value of the sub-contract.

1.23 PROTECTION The sub-contractor shall be responsible for casing up or otherwise protecting

all parts of the sub-contract works liable to damage or injury and for removing such protection and making good on completion.

1.24 CLEARING OF SITE The sub-contractor shall ensure that the areas where his works are being

carried out are, at all times, kept clear of all debris and surplus materials.

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 15 Nakuru County Offices

PART B

SPECIFICATION FOR HEATING

VENTILATION AND AIR CONDITIONING

INSTALLATION

SUB-CONTRACT

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 16 Nakuru County Offices

HVAC 1

SPECIFICATIONS

MECHANICAL VENTILATION INSTALLATIONS 2.01 REGULATIONS AND STANDARDS

All materials, equipment, installations and workmanship shall comply with the requirements of the latest editions of the following: (a) The Government Building By-Laws (b) Electrical Authority By-Laws

(c) Relevant British Standard Specifications & Codes of Practice; referred to

as BS & BSCP respectively in this document.

(d) This specification and the sub-contract drawings. AHRAE, CIBSE 2.02 BUILDER’S WORKS

Except for drill holes, all builders’ work related to this sub-contract shall be provided by the main contractor. However, the sub-contract shall inform the main contractor of his requirements for the builder’s work within two weeks after his appointment for the sub-contract works. The sub-contractor shall check and shall be responsible to ensure that the builder’s works provided for him are to his requirements.

2.03 ELECTRICAL WORKS

All electrical items of equipment shall be suitable for 240 volts /1-phase / 50 Hertz or 415 volts / 3-phase / 50 Hertz electrical power supply. Electrical power supply up to the main control panels and all inter-connecting cabling, wiring, connections and local electrical isolators shall be supplied and installed by the contractor. All other inter-connecting cabling and wiring shall be run in approved trunking or conduits. All electrical works for the sub-contract shall be carried out in compliance with the Electrical Power Authority By-Laws and ERC, Ministry of Public Works.

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 17 Nakuru County Offices

HVAC 2

2.04 INFORMATION FOR OTHER TRADES

The sub-contractor shall provide, within four weeks after his appointment for the sub-contract works, comprehensive details of all his requirements for builder’s works, electrical power supply and specialist services to be provided by other trades for the project.

2.07 WORKING/ RECORD DRAWINGS & MAINTENANCE MANUALS

The sub-contractor shall submit two sets of working drawings for the engineer’s approval within four weeks after his appointment for the sub-contract works. The sub-contractor shall provided additional four sets of the approved working drawings for issue to contractors for works related to this sub-contract. The working drawings shall be prepared in metric scales, not smaller than1:50, and in such detail that not only the sub-contract works can be executed on site but also the sub-contractor’s proposals and intentions of the installations are clearly defined and detailed.

The working drawings shall include, but not be restricted, to the following:- (a) Fully dimensioned drawings clearly showing the exact locations and

physical measures of all items of equipment, ductwork, and duct fittings, electrical connections and fixing details.

(b) Equipment make, model number, capacities, net operating weights and electrical requirements.

(c) Sizes and location of plinths and any other related builder’s work

Upon practical completion of sub-contract works and before handing over of the sub-contract works, the sub-contractor shall provide two sets of “as installed” drawings for the sub-contract.

2.08 EXTRACT AIR FANS

Shall be as per PM Group HVAC building services equipment list.

It shall be an aerofoil flow fan suitable for mounting on angle sections embedded in the wall as indicated on the contract drawing. Suitable anti-vibration mountings for the fan shall be supplied and installed. Both the fan and the anti-vibration mountings shall be installed in accordance with manufacturers site work instructions. The fan unit shall be as “WOODS” Model J or equal and approved.

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 18 Nakuru County Offices

HVAC 3

2.09 SHEET METAL DUCTWORK

A. MATERIAL

All ventilation ducts shall be manufactured from strip mill cold-reduced mild steel sheets continuously hot-dip galvanised in compliance with BS 2989. B. CONSTRUCTION

All duct work shall be manufactured in compliance with the requirements of Heating and Ventilation Contractor’s Association, U.K., Specification DW/121.

Ductwork materials thickness and stiffening shall be as follows:- (a) Length of side up to 750mm: Nominal sheet thickness = 0.6mm Maximum spacing between joints /stiffeners = 1500mm (b) Length of side between 800mm & 1000mm: Nominal sheet thickness = 0.8mm Maximum spacing between joints /stiffeners = 1800mm C. JOINTS Cross joints for ducts up to 750mm short side shall be ‘C’ cleat type sealed with mastic sealant. Cross joints for ducts with short side larger than 750mm shall be angle reinforced slip joint. D. BENDS

All bends shall have a centre-line radius of one and one half times the duct width. Where radius bends will not fit, square bends with aerofoil section splitters shall be provided. The number of splitters shall be none in ducts up to 300mm wide, one in duct 301mm to 500mm wide in two in ducts 501mm to 1000mm wide. E. TRANSFORMATIONS

Transformation and taper pieces, where the cross-section area is not changed, shall have a maximum slope of 30 degrees. Where the cross-sectional area is reduced, the maximum slope shall be 15 degrees for extract air ducts and 10 degrees for supply air ducts.

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 19 Nakuru County Offices

HVAC 4 SPECIFICATIONS MECHANICAL VENTILATION INSTALLATIONS

F. BRANCH DUCTS

Branch ducts up to 400mm wide, the branch-off piece shall be tapered at 45 degrees in the direction of air flow. For branch ducts over 4000mm wide, the branch-off piece shall be radius pattern with, where space permits, a minimum radius of half the branch duct width. G. AIR-TIGHTNESS

All ductwork shall be constructed, jointed and installed such that the allowable air leakage shall not exceed ten per cent of the total air flow volume at the highest fan pressure. The allowance air leakages shall not be concentrated at one point of the ductwork installation. H. TEST HOLES Test holes shall be provided in all branch ducts and in the main duct on the discharge side of the fan. The holes shall be suitably placed in compliance with BS 848, on the straight length of the ductwork, not less than two metres downstream of any bends or dampers. After completion of testing, proprietary metal or plastic plugs shall be fixed on all test holes. Rubber or cork bungs shall not be permitted. I. HANGERS AND SUPPORTS

Duct hangers and supports shall be of uniform design, manufactured from rolled mild steel angle sections and shall be of drop rod or cantilever type. Maximum spacing between duct supports shall be two meters.

J. DUCT THROUGH BUILDING FABRIC

Where ductwork passes through the building fabric, the connections shall be by built-in galvanised sheet metal companion ring or flange. The joint between the ring/flange shall be sealed with mastic sealant/gasket.

K. PROTECTIVE FINISHES

Within the building, ductwork and all mild steel sections shall be painted with two coats of red oxide or zinc chromate paint before fixing. The ductwork should be boxed or put in a bulk head. Outside the building, ductwork and mild steel sections shall be painted with one coat of red oxide followed by two coats of bituminous paint.

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 20 Nakuru County Offices

HVAC 5

SPECIFICATIONS MECHANICAL VENTILATION INSTALLATIONS

2.10 AIR VOLUME DAMPERS

Air volume damper shall be multi-leaf type and shall be located in demountable duct piece, with ‘OPEN’ and ‘CLOSED’ damper positions clearly marked on the damper. The damper blades shall be of rigid construction, air-tight and linked with an extended spindle. 2.11 FIRE DAMPERS

Fire dampers shall comply with the requirements of BS 476, with 4 hours rating

and shall incorporate double sided soldered link rated at 72°C and stainless steel curtain shutters.

2.12 EXTRACT AIR GRILLES

Extract air grilles shall be as “Waterloo” Type 3HD exhaust air grilles constructed from fixed curved aluminium blades within an aluminium frame with 25T border and protected by stove enamelled paint finish.

2.13 EXTRACT AIR REGISTERS

Extract air registers shall be exhaust air grilles detailed under Clause 2.12 but supplied complete with opposed blades dampers.

2.14 FAN ELECTRIC CONTROLS

Each fan shall be supplied with an electrical isolator fixed adjacent to the fan and a time switch located on the lowest floor served by the fan.

2.15 GREASE ELIMINATOR UNIT

The unit shall consist of a bank of V-mounted grease filter panels with grease collecting drip tray at the bottom and housed in a stainless steel body for kitchen hood. The panel element shall be composed of folded woven metal matt interspersed with layers of corrugated expanded metal which shall be housed in a tight but strong metal frame. The filters shall be cleaned using a locally obtained detergent. The complete unit shall not cause more than 8mm wg (80 N/m²) pressure drop when clean and they shall be as “VOKES” double sided filter Model No.DS 20/6 in a stainless steel housing or equal and approved

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 21 Nakuru County Offices

HVAC 6

SPECIFICATIONS

MECHANICAL VENTILATION INSTALLATIONS

2.16 EXTRACT HOOD

The extract hood shall be constructed from 0.6mm polished stainless steel sheet with 50 x 50 x 3mm thick mild steel angle members. The hood is to conform to the dimensions shown on the contract drawings and the bottom edge is to be 1900mm above finished floor level. A 75 x 25mm grease channel/drain (for grease and condensate) shall be provided all round at the inside with 4No. 20mm holes with plastic plugs opening downwards. Maximum length of the above grease channel should not exceed 1050mm long to facilitate easy removal when dirty. Provision for the fixing of moisture proof Bulkhead light fittings and conduits in the hood shall be made to Electrical Engineer’s details.

2.17 FIRE DAMPER

The fire damper shall be of the roll shutter type, held in position by a fusible link, set to release at the temperature of 68°C. The damper blade shall be held with a stainless steel coiled spring to ensure immediate closure in release (melting) of the link. The link shall be held in position by means of a catch mechanism ensuring a failsafe blade retainer. A micro-switch operated by the damper blade shall switch off and the fan when the blade shuts off the air flow. Access opening shall be provided to the damper blade and micro-switch.

A) Construction

a) Interior of hood shall be constructed of 1.5mm polished stainless steel throughout. Interiors shall be of all welded construction with all interior corners, both vertically and horizontally, covered on a 19mm radius, terminating in fully covered intersections, with resulting corners welded, ground and polished smooth to a uniform finish.

2.18 TESTING AND COMMISSIONING

The complete mechanical ventilation installations shall be commissioned and tested to ensure that the volume of extract air from each air terminal and fan are as specified.

EDSON ENGINEERS EDE/064/ HVAC

HVAC INSTALLATIONS 22 Nakuru County Offices

PART C

BILLS OF QUANTITIES

FOR

HEATING VENTILATION AND AIR

CONDITIONING (HVAC)

INSTALLATIONS SUB-CONTRACT

HEATING, VENTILATION AND AC

GROUND FLOOR

DESCRIPTION QTY RATE AMOUNT

(Kshs) (Kshs)

GROUND FLOOR

Supply,deliver,install,test and commission the

following equipment including all the

accessories , refrigerant Pipes, support

brackets,Screws etc and all connections of duct

work,electrical power supply and control cabling

for proper functioning

1 COMMITEE ROOM 1

a) SPLIT UNIT

Cooling: 24000 BTU/hr 1

Electrical Data: 1ph/220~240V/50Hz

2 COMMITEE ROOM 2

a) SPLIT UNIT

Cooling: 24000 BTU/hr 1

Electrical Data: 1ph/220~240V/50Hz

3 COMMITEE ROOM 3

a) SPLIT UNIT

Cooling: 24000 BTU/hr 1

Electrical Data: 1ph/220~240V/50Hz

SEE DRAWINGS EDE/64/16/M019 - EDE/64/16/M024

NAKURU COUNTY ASSEMBLY OFFICES. Page BQ 1

HEATING, VENTILATION AND AC

FIRST FLOOR

DESCRIPTION QTY RATE AMOUNT

(Kshs) (Kshs)

FIRST FLOOR

Supply,deliver,install,test and commission the

following equipment including all the

accessories , refrigerant Pipes, support

brackets,Screws etc and all connections of duct

work,electrical power supply and control cabling

for proper functioning

1 INDEPENDENT MEMBER OF THE BOARD

a) SPLIT UNIT

Cooling: 24000 BTU/hr 1

Electrical Data: 1ph/220~240V/50Hz

2 DEPARTMENTAL OFFICE

a) SPLIT UNIT

Cooling: 24000 BTU/hr 2

Electrical Data: 1ph/220~240V/50Hz

3 BOARD ROOM

a) SPLIT UNIT

Cooling: 24000 BTU/hr 1

Electrical Data: 1ph/220~240V/50Hz

SEE DRAWINGS EDE/64/16/M019 - EDE/64/16/M024

NAKURU COUNTY ASSEMBLY OFFICES. Page BQ 2

HEATING, VENTILATION AND AC

SECOND FLOOR

DESCRIPTION QTY RATE AMOUNT

(Kshs) (Kshs)

SECOND FLOOR

Supply,deliver,install,test and commission the

following equipment including all the

accessories , refrigerant Pipes, support

brackets,Screws etc and all connections of duct

work,electrical power supply and control cabling

for proper functioning

1 DEPARTMENTAL OFFICE

a) SPLIT UNIT

Cooling: 24000 BTU/hr 4

Electrical Data: 1ph/220~240V/50Hz

SEE DRAWINGS EDE/64/16/M019 - EDE/64/16/M024

NAKURU COUNTY ASSEMBLY OFFICES. Page BQ 3

HEATING, VENTILATION AND AC

THIRD FLOOR

DESCRIPTION QTY RATE AMOUNT

(Kshs) (Kshs)

THIRD FLOOR

Supply,deliver,install,test and commission the

following equipment including all the

accessories , refrigerant Pipes, support

brackets,Screws etc and all connections of duct

work,electrical power supply and control cabling

for proper functioning

1 SPEAKER'S OFFICE

a) SPLIT UNIT

Cooling: 24000 BTU/hr 1

Electrical Data: 1ph/220~240V/50Hz

2 SPEAKER'S BOARDROOM

a) SPLIT UNIT

Cooling: 24000 BTU/hr 2

Electrical Data: 1ph/220~240V/50Hz

3 VIP LOUNGE

a) SPLIT UNIT

Cooling: 24000 BTU/hr 1

Electrical Data: 1ph/220~240V/50Hz

4 CLERK'S OFFICE

a) SPLIT UNIT

Cooling: 24000 BTU/hr 1

Electrical Data: 1ph/220~240V/50Hz

5 DEPUTY SPEAKER

a) SPLIT UNIT

Cooling: 24000 BTU/hr 1

Electrical Data: 1ph/220~240V/50Hz

SEE DRAWINGS EDE/64/16/M019 - EDE/64/16/M024

NAKURU COUNTY ASSEMBLY OFFICES. Page BQ 4

HEATING, VENTILATION AND AC

THIRD FLOOR

DESCRIPTION QTY RATE AMOUNT

(Kshs) (Kshs)

THIRD FLOOR

Supply,deliver,install,test and commission the

following equipment including all the

accessories , refrigerant Pipes, support

brackets,Screws etc and all connections of duct

work,electrical power supply and control cabling

for proper functioning

6 MINORITY LEADER

a) SPLIT UNIT

Cooling: 24000 BTU/hr 1

Electrical Data: 1ph/220~240V/50Hz

7 MAJORITY LEADER

a) SPLIT UNIT

Cooling: 24000 BTU/hr 1

Electrical Data: 1ph/220~240V/50Hz

8 COMMON LOUNGE

a) SPLIT UNIT

Cooling: 24000 BTU/hr 1

Electrical Data: 1ph/220~240V/50Hz

TOTAL CARRIED TO SUMMARY PAGE (Incl. V.A.T 16%)

SEE DRAWINGS EDE/64/16/M019 - EDE/64/16/M024

NAKURU COUNTY ASSEMBLY OFFICES. Page BQ 5

HEATING, VENTILATION AND AC

SUMMARY OF TENDER

Preliminaries …….……………..…….....……….…………..…KShs……………………………………

Complying with specifications…...….………………...…….....KShs…………………….……………..

Total brought forward from Page 5…….………...……....…...KShs………….………………………..

Sub-Total …………….……….…….………………………..…Kshs………………………………..…..

TOTAL CARRIED TO VOLUME 3 SUMMARY………………..Kshs……………………………….…..

Amount in words(………………………………………………………………………………………………..

………………………………………………………………………………………………..)

Name of Tenderer:

Address of Tenderer:

Signature of Tenderer

NAKURU COUNTY OFFICES Summary Page Page BQ 6

PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS,OFFICES AND ASSOCIATED FACILITIES

VOLUME 3 (Mechanical Services)

SUMMARY OF TENDER

Volume 3 (a) Plumbing ,Drainage & Firefighting………KShs…………………..…

Volume 3 (b) HVAC….….……..………....……………..KShs…..………………..…

....................................................................................................

.....................................................................................................

Name of Tenderer:

Address of Tenderer:

Signature of Tenderer Date:

Total brought forward from:

Total brought forward from:

Total carried to form of tender: ……….……………Kshs……………………………

Amount in words: ................................................................................................