Revised Contruction of Office Block Tender

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 710

PROPOSED CONSTRUCTION OF OFFICES AND ASSOCIATED

FACILITIES CAN/T/02/2016/17.

FOR

NAKURU COUNTY ASSEMBLY

IN

NAKURU TOWN

MAIN WORKS
VOLUME 1 Architects:

BILLS OF QUANTITIES SCOPE DESIGN SYSTEMS


P.O. Box 10591
(TENDER DOCUMENTS) NAIROBI-00100

 Sign Pages
Quantity Surveyor:
 Trade Preambles
 Preliminaries Obra International
P.O. Box 3494 – 00200
 Specifications Tel: +254 (0) 20 2635947
 Bills of Quantities info@obraint.co.ke

Nairobi.
Grand Summary
 Drawings Structural Engineers:

BerlConsult & Associates


P.O. Box 7539-00100
Nairobi
CLOSING DATE:
29TH NOVEMBER 2016 AT Services Engineers:

12.00 P.M. Edson Engineers


P.O. Box 5647
NAIROBI -00100

NOVEMBER 2016
OFFICE OF THE
CLERK TO THE ASSEMBLY

TEL: 0722590098 COUNTY ASSEMBLY


FAX: (051) 2216473 P O BOX 907-20100
NAKURU
Email: info@nakurucountyassembly.or.ke
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 any


other requirement in the tender documents.

A. MANDATORY REQUIREMENTS (MR)


The following requirements must be met by the tenderer

NO. REQUIREMENTS RESPONSIVE OR


NOT RESPONSIVE
MR1 Must Submit a copy of certificate of
Registration/Incorporation
MR2 Must Submit a copy of Valid Tax
Compliance certificate

MR3 Must submit a copy of PIN certificate

MR4 Must submit a duly filled tender


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

At this stage, the tenderer’s submission will either be responsive or


nonresponsive. Then non responsive submissions will be eliminated from the
entire evaluation process and will not be considered further.
C. TECHNICAL SCORES (TS)
This section (Technical Evaluation) will be marked out of 100 and will
determine the technical score (TS)

NO. EVALUATION ATTRIBUTE WEIGHTING SCORE MAXIMUM


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

• Others prorated at:

Number of Years x 10
10
T.S.2 Experience in works of a • 5 years reference 10
similar nature and size for letters- 10 marks
each of the last five years, and
details of work underway or
contractually committed • Others prorated at:

Number of Clients’ x 10
10
T.S.3 Financial Capability (As 5 years audited accounts 10
supported by Audited – 10 marks
Accounts for the last 2 years

T.S.4 Copies of original documents Details of physical address 5


defining the constitution or and contacts with copy of
legal status, place of either title, lease document
registration and principal or latest utility bill
place of business;
T.S.5 Total monetary value of Attach evidence 10
construction work performed
for each of the last five years
T.S.7 Major items of construction Attach evidence 10
equipment proposed to carry
out the contract and an
undertaking that they will be
available for contract
T.S.8 Qualifications and experience Attach relevant supporting 10
of key site management and documents
technical personnel proposed
for the contract and an
undertaking that they will be
available for the contract.
T.S.9 Evidence of adequate working Access to credit facilities and 10
capital for this availability of other financial
contract resources

T.S.10 Information regarding any Provide proof 5


litigation history in the last
five years in which the
tenderer is involved, the
parties involved and the
disputed amount.

T.S.11 preliminary description of the Provide proof 10


proposed work method and
schedule, including drawings
and charts, as necessary

T.S.12 Registration with the National Provide a copy 10


construction
Authority-
N.C.A 3-main works
N.C.A 5-plumbing,
electrical, mechanical,
CCTV installation and other
works

Only bidders who score 70% and above will be subjected to financial
evaluation. Those who score below 70% will be eliminated at this stage
from 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 bidder
and 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: P
the weight given to the Financial Proposal; T + p = I) indicated below. The
combined technical and financial score, S, shall be calculated as follows:-
S = TS x T % + FS x P %
Weighting
T = 0.70
P = 0.30
INDEX
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

1/1
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

1/2
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___________________________________________________

1/3
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

1/4
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.


1/5
SPECIFICATIONS
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

3/1
SECTION 1 1.5 Samples

GENERAL lTEMS The Contactor shall finish for approval, with reasonable
promptness all samples of materials and workmanship required
1.1 Materials Generally by the Architect. The Architect shall check and approve such
All materials used on the works shall be new and of the qualities samples for conformity with the design concept of the Works
and kinds specified herein aid equal to approved samples. and for compliance with the information given in the Contract
Deliveries shall be made sufficiently in advance to enable Documents. The work shall be in accordance with approved
samples to be taken and tested if required. No materials shall be samples.
used until approved and all materials which are not approved or
which are damaged or contaminated or have deteriorated in any a) All material samples shall be delivered to
way or do not comply in any way with the requirements of this the Architect’s Office with all charges in connection therewith
specification shall be rejected and shall be immediately removed paid by the Contractor.
from the site at the contractor’s expense. b) Duplicate final approved samples, in addition
to any required for the Contractor’s use, shall be furnished to the
1.2 Materials for which there Is a Kenya Bureau Architect, one for office use and one for the site.
of standards Specification c) Samples shall be finished so as not to delay
fabrication, allowing the architect reasonable time for
All materials used in the works for which no Kenya Bureau of consideration of the sample submitted.
Standards Specification has been published shall conform with d) Each sample shall be properly labeled with the name
the latest edition thereof in every way. The Architect reserves the and quality of the material, Manufacturer’s name, name of
right to demand that the Contractor shall obtain at his own project, the Contractor’s name and the date of submission and
expense a certificate in respect of any material to state that it is in the specification number to which the sample refers.
accordance with the Kenya Bureau of Standards Specification.
1.6 Measuring and Testing Equipment
1.2 Materials for which there Is no Kenya
Bureau of Standards Specification The Contractor shall provide the following equipment for
carrying out measuring and control tests on the site and maintain
All materials used in the works for which no Kenya Bureau of them in full working order
Standards specification has been published shall conform with
the British Standards specification for such materials. If there are a) Straight edges 2 metres and 4 metres long for testing
no published standards as specified for any materials, the quality the accuracy of the finished concrete.
of such material shall be generally of a standard equal to those
for which there is a Kenya Bureau of Standards or British b) A glass graduated cylinder for use in the silt test of
Standards Specification. organic impurities in the sand.

1.4 Alternatives to proprietary brands c) Slump test apparatus


Where materials are specified by their proprietary names or
where fittings are specified by catalogue numbers, or d) 150mm steel cube moulds with base plates and
descriptions, the Contractor may offer materials or fittings of tamping rod to BS 1881.
alternative manufacturers which are of same quality. Such
alternatives must be approved before being used in the works and e) Two 30 metre steel tapes
the Contractor shall allow for this, but prior to tendering he may
submit to the Architect for approval the names of any suppliers f) One dumpy or quickset level and staff
or manufacturers whose products he intends to use, together with
catalogue numbers and descriptions and/or samples but the g) Micrometer
decision of the Architect will be final.

3/2
SECTION 2 inspected end approved shall, if so directed,
be removed and new work substituted
EXCAVATIONS AND EARTHWORKS approved all at the Contractor’s expense
iv) Excavations made below required
2.1 Inspection of Site levels shall be filled with concrete
identical to the foundations at
The Contractor is deemed to have visited the site and the contractors expense.
to have ascertained the extent of the soil and sub-soils
to be excavated. 2.6 Rock

2-2 Existing trees and shrubs Rock is defined as any material met within the
excavations which is of such size or position that it
The contractor shall cut down and remove shrubs and can only be removed by means of wedges,
trees as directed. No shrubs, trees, plants etc., shall be compressed air plant; or other special plant and the
removed except as directed by the architect and the Architects opinion of what constitutes rock shall be
contractor shall be held responsible for any damage final. Excavation in any material such as compacted
caused by the building operations to those shrubs, murram soft tuff stiff clay or similar materials which
trees etc., not so directed to be removed. in the opinion of the Architect can reasonably be
removed by pick, excavator or similar means will not
2.3 Site Clearance be taken as rock

Clearing site shall include clearing the site of all 2.7 Blasting
debris and rubbish, bushes, shrubs, undergrowth,
vegetation and small trees, (i.e. those not exceeding No blasting will be permitted without the prior
600mm girth) and grubbing up their roots. Cutting approval of the architect and Local Authority.
down trees shall include for grubbing up roots and for
removal from site. 2.8 Borrow Pits
2-4 White Ant Insecticide Treatment Borrow pits will only be allowed to be opened up on
the site on receipt of permission from the Architect
The Contractor must destroy any white ant nests
found within the perimeter of the buildings and 2.9 Hardcore filling
within a distance of 20 meters from the buildings
externally and take out and destroy queen ants, Hardcore for filling under floors etc., shall be good
impregnate holes and tunnels with approved hard stones ballast or quarry waste to the approval of
insecticide and back-fill with hard material well the Architect broken to pass not greater than a 150mm
rammed and consolidated. ring or to be 75% of the finished thickness of the
layers being compacted whichever is the lesser and
2.5 Excavation graded to contain sufficient smaller pieces to fill all
voids so that it can be thoroughly compacted. The
i) The excavations are to be executed to the filling is to be laid in layers, each of the consolidated
widths shown on the Drawings, and to the thickness not exceeding 225mm and well watered and
depths below existing ground levels as compacted by hand or mechanical tampers. The top
directed by the Architect in order to obtain surface of the hardcore shall be levelled or graded to
satisfactory foundations. If the contractor falls as required and blinded with a 75mm layer of
excavates to any widths or depths greater similar material finely crushed and well rolled and
than those shown on the Drawings or as watered immediately before concrete is laid.
instructed by the Architect he shall at his
own expense fill in such widths or depths 2.10 Filling obtained from the excavations
of excavation beyond that instructed or
shown with concrete to the satisfaction of Filling obtained from surplus excavated materials is
the Architect to be free from all weeds, roots, vegetable or other
unsuitable materials and is to be filled in layers each
ii) The Contractor shall level and ram of not more than 225mm finished thickness. Each
bottoms of all excavations to receive layer to be well watered and consolidated before the
concrete, form stepping if subsequent layer is filled in.
necessary or as directed to allow
for sloping ground, and well water 2.11 Materials found in the excavations
excavations before pouring concrete.
No sand, aggregate or other materials found in the
iii) The Contractor shall report to the Architect excavations is to be used in the works without the
when secure bottoms to the excavations written permission of the Architect
have been obtained. Any concrete or other
work executed before the excavations
have been

3/3
3/4
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. 2.16Rates for disposal

Before commencing the works which include excavations or ground


leveling by manual or mechanical excavations the Contractor shall at Rates for disposal of excavated material are to
his expense ascertain in writing from the KP&TC, NCC Water & include for selection of spoil as it arises and for all
Sewerage Department and all other public bodies, companies and double handling and re-excavation from spoil heaps
persons who may be affected, the positions and depths of their not specifically ordered by the Architect
respective ducts, cables, mains or pipes etc. He shall thereupon
search for and locate such services. 2.17 Polythene sheeting
The Contractor shall at his own expense effectually prop, protect, Polythene sheeting shall be obtained from an
underpin, alter, divert; restore and make good as may be necessary approved manufacturer. Joints in sheeting shall have
all pipes, cables or ducts, poles or wires disturbed or damaged during a minimum of 300mm welted laps and taped with
the progress of the works, or in consequence thereof 50mm wide black plastic adhesive tape as
manufactured by Sellotape Limited. The sheeting
Such services as are required to be removed or altered by virtue of shall not be stretched but shall be laid loose with
the layout of the permanent work and not the manner in which the sufficient wrinkles to permit shrinkage up to 13%.
work is carried out, shall be so removed or altered at the expense of
the employer The membrane shall not be pierced during laying and
concreting.
The Contractor shall be liable for the cost of repairs to any services
damaged as a result of carrying out the works.
Areas to be grassed shall be cleared of all debris and
2.14 Protection roots and dug up to a depth of 300 mm.
The Contractor shall protect all graded and filled areas from the
actions of the elements. Any settlement or washing away that occurs Where outcrops of rock or murram occur, these will be
shall be repaired and grades re-established to the required elevations covered with suitable soil to a depth of 150mm.
and slope
2.18 Grassed area
2.15 Rates of excavations

The rates for excavation, including excavation in rock mast include Areas to be grassed shall be cleared of all debris and
for trimming, levelling and preparing bottoms and all faces to receive roots and dug up to a depth of 300 mm.
concrete, etc., and for any extra excavation required for planking and
strutting. Where outcrops of rock or murram occur , these will
be covered with suitable soil to a depth of 150 mm.
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

3/5
2/4
When measuring damp sand, allowance must be made for
bulking

2/6

Reinforcement
The proportions of cement to fine plus coarse aggregates
Reinforcement shall comply with the following standards: measured separately shall not be altered bat the
proportions of fine to coarse aggregates shall be varied to suit the
a. Mild steel rod reinforcement shall comply with KS 02-22 type and grading of the aggregates so as to produce, except
where otherwise required, concrete of the maximum density
b. High tensile steel reinforcement shall be either cold consistent with proper workability aid complying with the cube
worked deformed steel bars of circular/octagonal section strength requirements of this specification. The volumes of the
complying with B.S. 4461 or hot rolled deformed high fine and coarse aggregates shall not vary to a greater extent than
tensile bars having a guaranteed minimum yield stress of is represented by a 33.3 per cent increase to the fine aggregate.
4200kg/sq cm (60,000 p.s.i) and other physical qualities
in accordance Concrete is required to have the properties and give the strength
with B.S. 4449. in Newtons per square millimetre as follows:-
c. Welded steel fabric reinforcement shall comply with B.S. Class min max size max water min crushing
4485. Volumetric cementratio strengthof
Ratio of mix byweight works test
Storage shall be on clean surface of cubes
Reinforcement shall be kept free from rust InN/MM2

Water
7 days 28 days
The water used for mixing concrete shall be from an approved A.31.5/20 1:1:2 20MM 0.45 23 31.5
source, clean, fresh and free from any impurities and acidic or
alkaline substances. B.26.55/20 1:1:5:3 20MM 0.50 19 26.5

Ready-Mixed Concrete C.21/20 1:2:4 20MM 0.58 15.5 21

Ready-mixed concrete may only be used with the prior permission of D.21/13 1:2:4 13MM 0.58 15.5 21
the Architect. Such permission will impose conditions and controls
additional to this specification to ensure that the quality of the E.13.5/25 1:3:6 25MM 0.60 9 13.5
concrete is to the specified standards.
F.Mass
Expansion Joints Concrete 1:4:8 40mm 0.60

Expansion joint filler shall be flexcell as manufactured by Expandite The above properties and crushing strengths are to be
Ltd. or other equal and approved . considered as the minimum standard that will be accepted in
the finished works.
Joint sealer
All concrete shall be mixed in a batch type
Sealers shall either be hot or cold applied. Hot applied sealers shall mechanical mixer of approved type having a drum rotating
comply with B.S 2400.the appropriate sealers specified shall be used about a horizontal or inclined axis. The speed of the drum is
strictly in accordance with the manufacturers printed instructions to be not more than twenty and not less than fourteen
revolutions per minute.
WORKMANSHIP The fine and course aggregates and the cement shall be mixed
for at least four turns, after which the required amount of
Measurement, mixing and proportions of concrete water shall be added gradually while the mixer is in motion
and the concrete mixed for not less than two minutes to a
Cement uniform colour and consistency
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.
3/6
3.4 PLACING, COMPACTION AND CURING All permanent and construction joists shall be constructed in
accordance with the drawings and specifications to achieve
No traffic whatsoever, wheeled or fo* Shall take place over complete water tightness.
reinforcement or placed concrete.
Concrete shall be placed in its final position as rapidly as Construction Joints
practicable by methods which preclude segregation or loss of
ingredients and in any case, within 30 minutes from the time All construction joints shall be straight, truly vertical or level as
that water is added to the mix; compaction shall be completed the case may be, of profile shown and formed in the exact
before initial set commences. Partially set concrete shell not positions shown on the drawing or if not shown on the drawings,
be re worked or used. Flowing in formwodc shall be avoided with prior approval of the Architect. Vertical joints shall be
by placing and compacting in shallow layers in quick formed against adequately secured rigid stop boards having
succession. splayed fillets, designed to pass the continuous steel
reinforcement without temporary bending or displacement.
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 Joints in reinforced slabs and beams, shall be perpendicular to
more than 1.5 in except with the approval of the Architect 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
Concrete shall be thoroughly compacted and carefully shall be located at a point of minimum shear.
worked with suitable tools, into formwork and round
reinforcement and fixtures so as to avoid displacement A Striking time
competent steel fixer shall attend throughout concreting to It shall be the Contractor’s responsibility that no distortion,
coevect any unavoidable displacement damage, overloading or undue deflection is caused to the
structure by the striking of formwork but the Architect reserves
Compaction shall be by means of vibrators, these shall be of the right to delay the time of striking in the interest of the work.
an approved pattern, of the immersion typr, clap on external Formwork shall not be struck until the concrete has sufficiently
vibrators in adequate numbers shall be used only where the hardened. Approval of the Architect shall not relieve the
density of reinforcement precludes immersion. Attachments Contractor of his liability to make good any concrete damaged
to reinforcement shall be avoided. Vibration shall be by premature removal or collapse of forms. In no circumstances
executed by a competent operative and shall not be carried shall forms be struck until the concrete reaches a cube strength of
out to the detriment of adjacement partly hardened concrete. at least twice the stress to which the concrete may be subjected at
the time of striking.
The workability of the concrete must never be altered by the
use of additional water or sand alone. The following striking times given in days (24 hours)
are the absolute minimum that will be permitted:
Foundations shall be placed their fall depth in one operation --------------------------------------------------------------
and the top surface carefully levelled. concrete placed in Ordinary Rapid
timbered excavations shall be well rammed close against the Forms Portland Hardening
excavation face as the timber is withdrawn. Cement
------------------------------------------------------------------------------
Where the design of the work demands the placing of Walls Columns
reinforced concrete against the sides of excavations without (unloaded) beam
the use of formwork, the earth face in such locations shall be sides 2 2
prevented from crumbling or washing into concrete during
placing and compaction by my efficient means, and care shall Slabs - props left
be taken to maintain the correct cover to the reinforcement. under 4 2

All concreting shall be continuous to completion or to an Beam soffits - props


approved construction joint. left under 7 5

The concrete shall be cured by covering with a layer of Slabs - props removal subject to
sacking, canvas, hessian or other absorbent material and the being satisfactory 10 5
concrete shall be kept constantly wet for the first seven days
after casting, Beam -props-Ditto 18 8

Waterproof concrete Cantilever slabs/


Whenever waterproof concrete is shown on the drawings it Beams - props 28 14
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 The time for removal of forms as set out shall not apply to slabs
all in accordance with C.P. 2007. and beams spanning more than 10 meters. For such spans
appropriate times shall be recommended or advised by the
The Contractor shall be allowed at his own cost to add an Engineer.
approved waterproofing additive to the mix using it strictly in
accordance with the maker’s printed instructions.

3/7
Holes and chases and casting in Foundations against each face -75mm
Foundations against blinding - 50mm
No holes or chases are to be cut in reinforced concrete works. Columns -40mm
The Contractor shall ensure that all necessary boles and chases, Beams -25mm
including fixing bolts for railings and balustrades etc., are Slabs -15mm
carefully formed in the correct position by requisite measures
prior to the placing of concrete.
When the placing of the reinforcement for a particular section of
All conduits, pipes, tubes and the like shall unless otherwise the works is completed and before concreting commences, the
detailed, be rim on top of the bottom reinforcement of the engineer will inspect the reinforcement
concrete work. It shall be the Contractor’s responsibility to and no concrete shall be placed until the engineer’s approval has
ensure for co-ordination with sub-contractors in the setting out been given. The contractor shall give the Engineer 48 hours
for this purpose. notice of the time when the reinforcement will be ready for
inspection. Where the distance of the site of the works is more
Generally, conduits, pipes and special fixtures shall be concreted than 100 kilometers from the nearest office of the Engineer, this
in where required and in the exact positions demanded. time shall be increased to 96 hours.

Concrete fixing blocks shall not affect the strength or cover of 3.5 PRECAST CONCRETE
the structure nor affect finished work due to movement or other
cause. Precast concrete lintols shall comply with B.S. 5977 part 2

Details of the positions of all holes, chases and fixing blocks Precast concrete kerbs shall comply with B.S. 340, Figure 5
shall be submitted to the Architect for his approval prior to Concrete shall be cast in properly made strong moulds to form
putting the work in hand. shapes required. For work described as “finished fair” the mould
shall be lined with sheet steel or other approved material.
Column Ties
The coarse aggregate for precast concrete shall be 10mm gauge
Ties for walls to vertical abutments with concrete members shall for the mix specified.
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 The concrete shall be of the mixes described arid shall be
mm into concrete and after formwork is removed, straightened thoroughly tamped in the mould. And shall not be removed from
end built into alternate joints of walling. them until seven days after placing the concrete, but the sides
may be removed after three days, provided the moulds are such
Reinforcement that the sides are easily removable without damaging the
concrete.
Reinforcement shall be bent cold exactly to detail using an
approved bending machine. Hooks, bends etc., where not The precast work shall be cast under sheds and shall remain
specifically detailed, are to be in accordance with B.S. 4466. under the same for seven days in the mould. And a further seven
days after removal from the mould, during the whole of this
Reinforcement shall be placed in the exact position shown on
period the concrete shall be shielded by sacking or other
drawing with all intersections tack welded or securely tied with
approved material kept wet. It shall then be removed for the
16 gauge soft steel tying wire. The designated cover shall be
sheds and stacked in the open for at least seven days to season.
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 Lintols may be precast or insitu. If the former, they must not be
shall be made except those detailed on the drawings, without built upon for 14 days after casting. If cast insitu, they may be
prior approval of the Architect. The insertion of reinforcement built upon after seven days provided the soffit boards have not
into concrete already placed, the lengthening of bars by welding been removed.
and the rebending of incorrectly bent bars will not be permitted.
Lintols to be generally 300 mm longer than the width of the
Unless otherwise shown upon the Architect’s drawings, or opening and full width of the walls they have to carry
specified in B.S. C.P. 114, the reinforcement bars shall be given
the following cover of concrete or the diameter of the bar Ends of bar reinforcement shall be 25 mm from internal faces
whichever is greater 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.

3/8
2/9
3.6SURFACE FINISHES
Joints shall be heat welded in accordance with the
Concrete surfaces to be rendered or plastered shall be thoroughly Manufacturer’s instructions and where the water bar is to be
hacked to form a good key. Fair-faced surfaces shall be free from fixed vertically, metal clips as manufactured by the supplier of
honeycomb, stains, fins, lapping; nail holes or excessive air holes the water bar or of other approved
and shall be of a uniform color and texture. This surface shall be
obtained by the use of
Design shall be provided to suspend the water bar from the
(I) Wrot forms, i.e. timber forms planed reinforcement at the spacing recommended by the
smooth on the surfaces in contact with concrete `manufacturer’ or as instructed by the Engineer.

(ii) Forms lined with hardboard or plywood Formwork shall be designed with sufficient timber forms and
or other approved material, or blocking pieces to support the water bar and to ensure that it is
(iii) Smooth steel forms not displaced during concreting

All imperfections shall be cut out, made good in cement mortar 3.9 TESTING EQUIPMENT
and rubbed down with carborandum stone and finally bag-
rubbed with cement slurry to finish to a high standard without The Contractor shall provide equipment for carrying out control
trace of shuttering mark joints or other disfigurements. tests on the site as specified in Section 1, Item 1.6

3.7 Formwork 3.10 Works cube tests


Formwork shall be true to line, level face and profile and be of
robust construction, adequately framed, braced, strutted, Works cubes are to be made at intervals as required by the
cramped, tied and propped to restrict deformation due to the Engineer in accordance with C.P. 110 and the test results shall
constructional loads to not more than 3 mm, and to entirely provide a continuous record of the concrete work. The cubes
eliminate deformation of the form faces by warping or buckling. shall be made in approved 150mm moulds in strict accordance
Wire ties will not be permitted. Formwork shall be grout-tight with the Code of Practice.
under all conditions including vibration when specified or used.
Three cubes shall be made on each occasion.
Formwork shall be designed to permit striking without force,
shock or any damage whatsoever and permit the removal of sides Cubes shall be forwarded, and all charges paid, to an approved
without disturbing soffits. Propping shall be carried down to an Testing Authority, in time to be tested, two at 7 days and the
approved bearing, shall not be supported by timber floors ad remaining one at the discretion of the Engineer. No cube shall be
shall be arranged so that formwork may be lowered smoothly. dispatched within 3 days of casting.

Repropping will not be permitted. Provision shall be made for Copies of all Works Cube Tests shall be sent direct to the
cleaning out and draining Engineer by the Testing Authority and one copy shall be retained
on the site.
Formwork shall be constructed of material or lined with material
as may be necessary to achieve the finishes specified herein and If the strengths specified are not attained and maintained through
in such a manner as to eliminate screw or nail head the carrying out of the Contract, the Contactor will be required to
imperfections. increase the proportion of cement and/or substitute better
aggregates so as to give concrete which does comply with the
Before each use, form faces shall be treated with the minimum requirements of the contract. The Contractor may be required to
amount of an approved mould oil necessary to obtain a clean remove and replace at his own cost any concrete which fails to
release. Mould oil shall not come into contact with the attain the required strength as ascertained by Works Cube Tests.
reinforcement
3.11 POWER FLOAT CONCRETING
Before the placing of the concrete, bolts and fixings shall be in
position and cores and other devices used for forming openings, Where concrete is required to be power float the surface of the
holes, pockets, recesses, ducts or other cavities shall be fixed to concrete shall be compacted by tamping and surface finish shall
the shuttering. be formed by the use of the mechanical/power operated steel
float to give a smooth, even level surface. Power float trowelling
Formwork to soffits of beams shall be cambered upwards to a
shall be done to the absolute minimum required to achieve the
total rise at the center of the span of one centimetre per metre of
smooth surface and any overworking shall be avoided.
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

3/9
SECTION 4
2/10
WALLING

4.1 GENERALLY Average of 10 blocks 7.0 N/sq mm gross


Samples and sample panels area
Lowest individual block 5.6 N/sq mm gross
Before any bulk orders and deliveries are made, samples of all area
types of blocks, bricks and stone required for the works shall be
produced to the Architect for his prior written approval. After All testing shall be in accordance with B.S. 2028
approval of samples, the Contractor shall erect 1200 mm x 1200
mm sample panels. No work shall be commenced until written Newly made blocks shall be carefully deposited on
approval has been given of sample panels, which shall be racks under sheds and left there for three days and kept
maintained for the direction of the works to which the sample thoroughly wet the whole time, after which they shall
applies. The Sample panel will be the minimum standard for the be put out in the open on the racks and protected with
works and any work not meeting this standard shall be taken approved matting, sacking or straw and kept wet for
down and removed, if required by the Architect, at the further five days, then kept in the same position and
contractor’s expense. under the same mat cover, but without wetting, for a
further two days and then left in the open without
4.2 MATERIALS matting or wetting for a further seven days to season.
Cement
Cement shall be as described in concrete work. Blocks to be subsequently covered with an insitu
finishing may be slightly rough in texture. Fair face
Aggregates blocks shall be perfectly smooth.

Fine aggregate for concrete blocks shall be as described in Precast concrete louvre or screen blocks
concrete work
Precast concrete Louvre or screen blocks shall be
Coarse aggregate for concrete blocks shall be good, hard, clean precast concrete mix 1:1½:3 and shall comply in all
aggregates from approved quarries. It shall be free from all respects with the specification for precast items
decomposed materials and shall be graded up to 10mm and all as contained in the concrete work specification and shall
described for coarse aggregate in concrete work. be constructed to the dimensions and form shown in
the drawings in cement and sand (1:4) mortar joints.
Limes
Hollow clay blocks
Hydrated limes for cement/lime mortar shall comply with K.S.
02-97 semi-hydraulics or non-hydraulic calcium limes. Lime for Hollow clay blocks shall comply with the provisions
lime/sand mortar shall comply with K.S. 02-97 and shall be of B.S. 3921 Section 2, are to be hard well burnt true
hydraulic. to size and shape and with sharp arises and keyed
faces and joints, and are to be obtained from an
Sand for mortar approved manufacturer and to be equal in every
respect to a sample to be deposited with and approved
Sand for mortar shall comply with B.S. 1200 by the Architect. Cutting of blocks is to be avoided
wherever possible and full use is to be made of
Concrete blocks quarter, half and three quarter blocks, and blocks with
conduit recesses.
Concrete blocks for walling shall comply with B.S.
6073 Part 1, solid or hollow as specified, and made in approved Clay bricks and tiles
block making machines, under cover and of a composition as All clay bricks and tiles shall be obtained from a
follows: - manufacturing source specified by the Architect in
writing, or where not so specified, approved by him in
Portland cement - 1 cubic meter writing, and complying with K.S. 02-300.

Fine Aggregates (graded up to 5mm) 3 cubic meter All bricks incorporated into the works shall be
properly burnt, clean, hard, square, uniform in shape
Coarse aggregate (graded up to 10mm) 6 cubic meter and as near uniform in colour as possible. Bricks to be
used for face work shall be selected to the Architect’s
The compressive strength of non-load bearing blocks shall be not approval
less than:-
Hollow clay screen blocks
Average of 10 blocks 3.5N/sq mm gross area
Hollow clay screen blocks shall be from an approved
Lowest individual block 2.8N/sq mm gross area manufacturer to the pattern and dimensions described,
free from flaws, chips etc., with completely clean
When load bearing, the compressive strength of blocks arrises when incorporated into the finished work
shall be not less than:-

3/10
Stone All wailing shall be built up entirely solid in blocks,
without voids, allowance being made for joints 10 mm
Stone shall be sound and hard and free from all defects and shall thick only. All perpends, reveals and other angles of
be obtained from a quarry approved by the Architect the walling shall be built strictly true and square.

All stone required for walling (unless otherwise described) shall Generally
be chisel dressed into true rectangular blocks with each surface
even and at right angles to all adjoining surfaces. Ordinary The Contractor shall provide all setting out rods.
walling shall be built in 190 mm courses, and of the thickness
specified with all dimensions having a tolerance of plus or minus Walling shall not be built on concrete foundations
6 mm. At least 80% of all stone blocks shall be not less than 500 until at least four days after casting
mm in length and no blocks will be allowed to be cut or
redressed after it is built into the work All blockwork and brickwork shall be built uniform,
true aid level, with all perpends vertical and in line. No
Multi coloured stone work shall rise more than 1 meter above adjoining
work and all such risings are to be properly raked back
Stone for multi coloured stone walling shall have at least three in long steps to prevent cracks. Risings and all walls
distinct colours but shall in any case be to the approval of the shall be leveled around at each floor.
Architect
Joints generally are not to exceed 10mm in thickness.
Reinforced Walls Cutting of blockwork against concrete soffits, etc.,
shall include for cutting to give normal 10mm joints
Steel reinforcing bars in walls where specified shall be carefully and complete filling thereof with mortar.
placed and spacers used to ensure that a minimum cover of
20mm is given to the reinforcement. All walls built in hollow concrete blocks, where
finishing with an open top edge, (i.e. not against
Horizontal reinforcement in mortar joints shall be laid such that ceiling, beams, etc), or at the underside of cills, shall
the reinforcement is not in contact with the block or stone. be finished with a solid concrete block top course.
Damp-proof course Openings for metal frames are to be wide enough for
the frames to fit without being forced into position.
Bituminous felt sheeting for damp-proof courses shall be three- Lugs shall be built into joints and the space between
ply heavy duty Hessian based felt in accordance with B.S. 743 walling and frame filled with cement mortar well
Ref. "A" weighing not less then 3.8 Kgs. per square meter. The tamped into the channel of the frames and pointed all
sheeting is to be lapped 150mm at running joints and full width round.
of walls at angles.
All wall faces to be plastered or to receive similar
finishes shall have all projections dressed off and
4.3 WORKMANSHIP
joints raked out as key.
Storage of Materials Mortar mixing
Cement; sand and limes shall be stored as described in concrete The constituent materials shall be measured separately
work. Blocks and bricks shall be open stacked to permit when dry in specially prepared gauge boxes of sizes to
ventilation and protected from the sun, rain and give the proportions specified without consolidation of
rising damp. the contents by ramming and shaking. The mortar
shall be mixed in an approved power driven mixer for
Wetting blocks, bricks and stone not less than two minutes per batch and using the
minimum quantity of water necessary to obtain a
Blocks, bricks and stone shall be wetted as necessary before and working consistency. The mixer shall be used as close
after laying. Walls shall be kept wet for three days after building. as practicable to the works and mortar shall be used
within 30 minutes of mixing. Partially or wholly set
Bonding walls mortar shall not be used or remixed.
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.

3/11
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.

3/12
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

SECTION 5
Melting asphalt on site
ASPHALT WORK
Asphalt blocks shall be broken into pieces of
5.1 GENERALLY convenient size and carefully melted in cauldron or
mechanically agitated mixers on the site at a
Specialist sub-contractor temperature not exceeding 215 deg C., (420 deg. F), or
A specialist sub-contractor approved by the Architect in writing the molten material may be delivered to the site in
shall execute all work. mechanically agitated mixers.

Samples Dusting of buckets

The Contractor shall, as and when required by the Buckets used for carrying molten asphalt shall be
Architect, submit and deliver samples of any materials for dusted with a fine inert dust. On no account shall ashes
testing. or oil be used fort his purpose.

Statement as to screed and underbed Laying

The Contractor is to obtain from the Sub-Contractor a statement Asphalt shall be laid in bays generally not exceeding 2
in writing to the effect that the screed and/or, underbed are clean meters wide, and succeeding coats shall be laid with
and otherwise satisfactory before the coverings or asphalt are breaking joints. Junctions and fillets shall be properly
laid. A copy of the statement is to be forwarded to the Architect. married, the laid asphalt being heated by the
application of hot material, the whole being worked so
GUARANTEE that the joints are neatly made.

The Contractor is to obtain from the approved Sub Contractor for Surfaces of roofing shall be finished with rubbing
asphalt work, a written guarantee and undertaking to the effect sand, which shall be subsequently brushed off and the
that during period of twelve calendar months from and after the whole surface made perfectly clean.
certified date of completion of the whole of the works, such Sub
Contractor shall, at his own expense, make good to the Air pockets and stains
satisfaction of the Architect all and any defects in the asphalt
work which shall be attributable to improper materials or faulty Air pockets and stains on the asphalt will not be
workmanship, and shall bear the cost of any consequential permitted and the finished asphalt work shall not ring
damage. hollow over any parts of its surfaces.

Joints and fillets


5.2 MATERIALS
Joints in all asphalt work shall be carefully made and
Asphalt For tanking complete fusion obtained to make them water-tight
Fillets shall be run at all internal angles and in at least
Asphalt for Tanking shall be Tropicalised Mastic Asphalt to B.S. two operations. Perfectly watertight joints shall be
1097/1966 applied in three coats. In the case of horizontal work, made around pipes passing through walls and floors
and around gullies, etc,
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
Outlets
have a polished finish.
All outlets to be fixed 25mm below finished screed
Asphalt for roofing
level
Asphalt for roofing shall be tropicalised and comply with
B.S. 988 Table 3, Column 2. The Contractor must ensure that all necessary
plumbing outlets and pipes passing through roofs, are
Felt underlay fixed in position before laying of asphalt is
commenced.
The Underlay shall be impregnated flax black sheathing felt
complying with B.S. 747 (type 4A) weighing 17kg per 25 metre Felt underlay
roll.
Felt underlay shall be laid loose with 75 mm laps.
Rubbing sand
Test for falls
Rubbing sand shall be clean natural coarse sand.
To ensure that asphalt has been truly laid to falls,
5.WORKMANSHIP (minimum 40mm in 3 meters), the Contractor shall

3/13
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.

3/14
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

3/15
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

3/16
Section 7 Performance specification

CARPENTRY AND JOINERY These specifications refer to all softwood and hardwood
species and apply to timber sections incorporated in the
7.1TImber Generally building after they have had a sufficient time to season.
All woodwork shall be carried out in accordance The period required for green timber to season fully after
with the drawings and the principals of first class installation under cover shall be assumed to be one month
carpentry joinery construction. for each 23 mm thickness.

Timber shall be from an approved sawmill, be sound, Defects shall not exceed those specified in Tables 1, 2&3
well conditioned, properly seasoned, containing not of K.S. 02-17.
more than 15% moisture for joinery work or 18%
moisture for carpentry work Approval
PLUGGING All timber for permanent work in the building shall, before
The term plugging shall mean “rawl plugging” or use, be approved by the Architect for quality in accordance
similar approved proprietary method all in with the foregoing specifications for its respective grade.
accordance with the manufacturer’s printed directions, i.e. Any timber not so approved by the Architect shall be
the holes bored with a patent drill (not percussion devices) removed from the site at the Contractor’s expense.
and plugged with patent composition plugs (Drill and plug
to be of the correct size for the screws to be used). Hacking Should any timber be found to contain disease, pests,
of holes and filling with timber plugs will not be permitted bores, termites, or any other defects after incorporation in
under any circumstances. the work and until the expiration of the maintenance
period, not withstanding that the timber may have been
Tolerances and finishing sizes approved by the Architect when brought to the site, such
timber shall be removed and replaced, together with all
Carpentry timber shall be deemed to be sawn on all work disturbed, at the contractor’s expense.
faces unless otherwise stated as wrought
No timber is to be incorporated in the building, which has
Joinery timber shall be held to be wrought on all faces been used for formwork, planking, strutting, scaffolding, or
unless otherwise stated. any other form of plant.

Nominal size is a cross section dimension customarily used Stacking


in the trade for the sale of timber; or as specified in
national standards or specifications for metric dimensions The contractor shall purchase the timber for the works
of timber. immediately he is given possession of the site and he shall
stack the timber on the site under cover from the weather
All sizes stated in this document are nominal with all scantlings horizontal and separated from each other
to permit a constant air current to flow over all surfaces of
Planed (wrought) timber shall be surfaced timber with a the timbers.
smooth finish with section dimensions not more than 5mm
less than nominal dimensions. Gum poles

Unless noted the tolerances on dimensions are as Gum poles shall be to the species eucalyptus saligna or
follows: eucalyptus maisenii, shall be of the minimum diameter
stated and shall be stripped of bark before incorporation in
For sawn timber the works.
The Contractor's attention is drawn to the lengths of the
Width and thickness up to 100 mm; Minus 1 mm plus 3 poles, each of which must be in a single length; splicing
mm will not be allowed.
Width and thickness over 100mm; Minus 2 mm plus 6mm
For planed (Wrought) timber plus or minus 0.5 mm (i.e. Plywood
wrought timber shall not vary from the nominal size by
more than 5 mm plus or minus 0.5 mm) Plywood shall be in accordance with appropriate
requirements of KS. 02-301 for general purpose. For
Qualities of timber external use it shall be exterior type possessing a resistance
to moisture not less than is sufficient to
Prime grade timber - all timber described as prime grade is comply with the requirements for bonding Type WBP
to be first grade (grade 1). BS 6566 Part 8.
selected grade timber - All timber described as selected H Hardwood plywood is to comply with B.S. 1088 and B.8.
grade is to be second grade (grade 2). 4079
All hardwood is to be prime grade. The timber shall be
kept clean for staining, polishing or other similar finish. Grade 1 veneer plywood shall be used where the visible
surface is to receive any clear finish or be left unfinished.
7.2 Materials
Grade 2-veneer plywood shall be used where subsequent
Terminology painting is intended.
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.

3/17
Chipboard Care should be taken to avoid placing a bolt in any end
split. A minimum of one complete thread should protrude
Chipboard shall comply with B.S. 5669 from the nut. A washer should be fitted under the head of
each bolt and under each nut. Other fixing accessories are
Blockboard to comply with B.S 1494.

Blockboard shall be of approved imported or local Adhesive


manufacture, complying in all respects with K.S. 02-
302, of the thickness specified and softwood faced both Adhesive shall be synthetic resin type complying with B.S.
sides unless otherwise described. Samples of blockboard 1204, Part 1, and type WBP.
veneered with hardwood as specified, shall be submitted to
the Architect for his approval before any orders are placed 7.3 WORKMANSHIP

Fibreboard Generally

Fibreboard shall be “Celotex”, or other equal and approved Workmanship shall comply with B.S. 1186 Pat 2, and B.S.
make, of the thickness specified and complying in all Code of Practice 112.
respects with the requirements of B.S1142.
All work shall be accurately set out and in strict accordance
Hardboard with the Drawings, and shall be framed together and
securely fixed in the best possible manner with properly
Hardboard shall be tempered and of approved manufacture made joints. All brads, nails, screws, etc., shall be provided
accordance with B.S. 1142, suitable for painting, prepared as necessary and as directed and approved.
and fixed in-accordance with the maker’s instructions
All carpentry shall be executed with workmanship of the
LAMINATED PLASTIC SHEETING best quality. Scantlings and boards shall be accurately sawn
and shall be uniform in widths and thickness throughout
Laminated plastic sheeting shall be 1.5 mm ‘Formica and shall be as long as possible and practicable in order to
or other equal approved sheeting complying with B.S. eliminate joints. All carpentry work shall be left with a
3794 Class 1, in colors to be selected by the Architect sawn surface except where specified to be wrought
Prior to fixing laminated sheeting, the Contractor shall All joinery work shall be wrought unless otherwise
obtain the Architect’s written approval to sample. described. No joinery is to be put in hand until the details
have been supplied or approved by the Architect and in all
Pressure impregnated treatment cases the details are to be worked to.

All timber so described is to be vacuum pressure All joinery is to be purpose made ad constructed to detail
impregnated with “Celcure A” preservative to a dry salt net drawings, in a workmanlike manner, mortised and tenoned,
retention of 10.5 Kg “Celcure A” per cubic metre of timber dovetailed, tongued ad grooved, glued, pinned, screwed,
and stacked until the moisture content returns to 18% or etc., as best suited to the particular part. All mortise and
15% as shove described. Timber to be tested shall be tenon joints are to be pinned with hardwood dowels or with
machined to finished sections and cut component lengths brass pins in addition to wedging and gluing. All joinery
before impregnation. shall be together with waterproof adhesive.

Cut ends, notching, borings and faces of timber sawn after All joinery shall be executed with workmanship of the best
treatment are to be swabbed liberally on cross cut ends quality in strict accordance with the detailed drawings;
with “Walmonol” end grain preservative, allowed to dry, moldings shall be accurately and truly run on the solid and
and then applied in a similar manner a second time. The all work planed, sandpapered and finished to the approval
Contractor’s prices for such timber must allow for this of the Architect. All arises to be slightly rounded. All
treatment. 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
The Contractor is to keep on site certificates stating the nett fixing the same and any portions that warp, get in winding,
day salt retention for each batch of timber tested. The develop shakes or other defects shall be replaced with new.
Architect may take samples for testing dry salt retention. In door frames, etc., the heart face of the timber shall be
fixed away from the wall, as soon as required for fixing in
Any other method of timber impregnation will be allowed the building and framing shall be glued together with glue
only upon the Architect’s approval being given. as described and properly wedged or pinned etc., as
directed.
Screws, nails, bolts, etc
The surface of woodblock floors is to be twice machine
Nails, spikes and bolts shall be of the best quality mild sanded using first course and then fine sand paper and
steel and of lengths and weights approved by the Architect. brushed perfectly clean prior to applying the clear finish.
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

3/18
2/18

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 LIpping to blockboard
and those on the Architect’s drawings shall be reported
immediately to the Architect for rectification. All exposed edges of blockboard, including those to be
covered with formica, shall be lipped with a hardwood
Storage lipping to the size specified for the full thickness of the
board to match the veneer of the general face. Lipping shall
All joinery shall be transported and stored protected from be fixed with pins of the appropriate gauge and length,
the weather. punched and puttied. Where described as “tongued”, the
edge of the blockboard shall be grooved to receive the
Priming lipping
which shall be rebated twice to form the tongue.
All joinery is to be primed before fixing but no work is
to be primed until the Architect has approved it F Fixing panels with beads

Arrises Where glass or other panels are fixed with beads, and may
be required to be removed or replaced in the event of
All arrises espoused in the finished work shall be breakage, the beads shall, where fixed to both sides, be
rubbed down with glass paper. braded one side and fixed with brass screws an cups on the
other side. Brass screws and cups shall only be used
Fixing fibreboard, hardboard and chipboard internally.

Unless otherwise specified by the manufacturer, Flush doors


fibreboard, hardboard and chipboard shall be pinned to its
backing, heads punched below the surface and puttied Flush doors shall be of the sizes and thickness indicated
flush. and shall comply in all respect with B.S.
4 59 Pat 2 and the following modifications unless
Fixing laminated plastic sheeting otherwise stated.
Laminated plastic shall be fixed with an adhesive
recommended by the manufacturers, and in accordance (a) Core shall be general joinery selected timber
with their written instructions.
(b) Plywood facing to be 4mm thick
Plugs
(c) Hardwood lipping to be 25 mm thick tongued on
The centres of fixing plugs shall not exceed 600 mm and back face into stiles and rails of core, mitred at
shall be closer if the work so requires. angles and glued in.

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


top and bottom rails, all framed together with
Where items are described as fixed with screws, they shall two 450 mm x 150 mm local blocks stab
be fixed with screws of the appropriate gauge and length, tenoned in each end to stiles.
the screws let in and pelleted over with wood pellets to Each horizontal rail and top and bottom lipping
match the grain where applicable. to have 10 mm diameter hole bored through to
ensure air circulation through core
In all other instances, beads, fillets and other wrought
members shall be fixed with round or oval brads or nails (e) Solid Core to consist of 75 mm stiles top and
well punched in and stopped. bottom rails with solid core of 13 mm
horizontal strips glued together under
Cups and screws for fixed beads and fillets shall be spaced pressure. The strips to be put together with
150 mm apart and 23 mm from angles. the grains alternating and to be tongued on
edge and let into vertical grooves in stiles.
Carcassing timber shall be spiked, well driven anid
clenched. Plywood facing to be 6 mm thick.

Joints in structural timber (f) They may be imported or of local manufacture


but in either case a sample must be approved
Structural timber shall as far as practicable be in single by the Architect before an order is placed and
lengths. Where joints are unavoidable they shall be scarfed, all doors must be equal to the approved
spiked and bolted as required. sample.
Generally scat shall be 450mm long.

3/19
Fire check flush doors

Shall comply in all respects other than the following IRONMONGERY


modifications with B.S PD 6512 Part 1.
Generally
(a) To be of the thickness and size stated in the Bills
of Quantities. The rates for ironmongery shall include the cost of
all fixing screws.
(b) Core shell be 24mm asbestos sheetings
References
(c) Hardwood lipping to be 25 mm thick tongued on
back face into stiles and rails of core mitred at Where items of ironmongery are not specified
angles and glued in. by manufacturers catalogue reference, the
Contractor shall submit for the Architects
(f) The core to be constructed of 50 mm wide stiles approval within one month of the date of
and top and bottom rails. Each side possession of site, Specifications including
to be fitted with 6mm asbestos lining let in flush manufacturers catalogue reference numbers of
to stiles and rails and faced with 1.6 mm the items he proposes to purchase.
laminated plastic sheeting
Prior to fixing any item of ironmongery, the Contractor
Inspection and testing shall obtain the Architects approval of a sample.

The Architect shall be given facilities for inspection of all Fixing


works in progress whether in workshops or on site. All
timber as it arrives on the site may be inspected by the Where woodwork is painted the ironmongery shall be fixed
Architect and any timber brought onto the site and not while the joinery is primed but before painting. All lock
approved by him must be removed forthwith, failing which handles and the like shall be removed until after painting is
he may arrange for the removal of the rejects and dispose complete when they will be fitted and adjusted and left in
of them as he may consider advisable at the Contractor’s perfect working order.
expense.
Locks
Notwithstanding approval having been given as above, any
All locks shall be under master key where so described in
timber incorporated in the Works found to be in any way
the measured items
defective before the expiry of the maintenance period shall
be removed and renewed at the Contractor’s expense. The
Keys and labels
Contractor is to allow for testing of prototypes of special
construction units and the Architect shall be at liberty to All locks are to be provided with two keys and no key is to
select any sample he may require for the purpose of testing, pass the wards of any but its own lock. All keys are to be
i.e. for moisture content, or identification of species, provided with a ring and plastic tag on which is to be
strength, etc. firmly written the position of the door.

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.

3/20
2/19
]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
SECTION 8 rolled hollow sections shall comply with B.S 4848, Pat 2.
Tubes (other than circular hot rolled hollow sections) shall
METALWORK comply with 8.3. 6323 ad shall be of the type of steel ad
method of manufacture described
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 Steel for structural metalwork
most workmanlike manner ad strictly as directed by the (I) All structural mild steel shall comply with
Architect 8.8.449 Pert 2 ad 8.8.4360.

Holes for attachments (ii) All structural steel tubes shall comply with
8.8. 1775 ad 8.8. 449: Pat 2
Where lags or other subsidiary members are given in the
description of the main members of plates, bars, sections or (iii) Mild steel and medium tensile steel electrodes
tubes, boles required for the screws, bolts or rivets by for metal-arc welding shall comply with the
which the subsidiary members are attached to the main requirements of B.S. 639.
members shall be deemed to be included.
(iv) All mild steel bolts and nuts shall have a tensile
WELDING strength of not less than 432 N/sq mm (28
tons/sq in) and a minimum elongation of fl4.
In the absence of specific requirements the technique and
(v) All high tensile bolts, nuts ad washers shall
materials employed in welding shall be selected with due
have a minimum tensile strength of
regard to the character of the work and the metal being
70N/sqmm (37tons/aq. in)
connected.

Shop drawings
(vi) High strength friction grip bolts ad washers
The Contractor shall submit complete shopdrawing as and shall comply withB.8. 4395: Part
when required by the Architect for his approval (vii) All plain washers shall be of steel. Tapered or
other specially shaped washers shall be
Standard of construction for structural work made of
Structural metalwork and testing shall comply with the Steel or malleable cast iron complying with
relevant clauses of B.S 449 Pert 2. B.8. 3410

Fabrication of structural metalwork Cast Iron

A specialist firm shall fabricate structural metalwork and Cast iron shall comply with 8.8.1452.
before the Contractor places an order, the Architect shall
approve such specialist firm Galvanized work

Shop details for structural work (Galvanized plain steel sheets shall comply with KS 06-02

The contractor shall include for the preparation of all shop Zinc sprayed iron and steel shall comply with 8.8. 2569 pat
details for stuctural work from the drawings supplied by 1. The nominal thickness of zinc coating shall be not less
the Architect Ml such details shall be approved in writing, than 0.102 mm ad at no point less than 0.070 mm.
by the Architect before the work is pat in hand. Every
drawing shall show the number ad sizes of all rivets ad Bolts ad arts
bolts, complete details of welds, type of electrodes,
welding procedure, whether the welds are to be made in the Bolts ad nuts shall comply with 8.8.1494, and 8.5. 916
shop or elsewhere (imperial) or 8.3. 4190 (metric)

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.

3/21
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 contractor’s expense. Any delay caused by such
Extruded round tube and rejection will not in any way relieve the
Hollow sections, bars
And rods - K.t02-299 Corrector from his responsibility with regard to the
provisions of the Contract
8.3 WORKMANSHIP

smithing, Etc. Fabrication

All smithing and bending shall be soundly and neatly As such of the work of fabrication of the structural
executed, care metalwork as is reasonably practicable shall be
being taken not to overheat completed in the manufacturer’s works. Field
Forging connections shall be male in accordance with the
approved drawings. The Contractor shall give four day’s
All straps, bolts and similar work shall be forged neat
clear notice of structural Metalwork ready for inspection
and clean from the anvil
at the manufactures works, to facilitate inspection
Welding
before delivery.
The word ‘welded’ is to be understood to include the
normal trade methods of jointing metals using electric
Joints and connections
arc welding apparatus or an oxyacetylene torch, rod and
flux. The joints shall be made so that they will transmit
No variation of the number, type or position oft joins or
the loads and resist the stresses to which they will be connections shown on the drawings of structural
subjected. All excess metal is to be filed down end Metalwork shall be made without the consent of the
smoothed off to a workmanlike finish to the approval of Architect If such consent is desired the Contractor shall
the Architect The materials employed in welding shall submit detailed drawings of the proposed joints fort
be selected with due regard to the character of the work approval oft Architect and no extra cost incurred by
and the metals being connected. reason of such addition or alterations will be allowed to
the Contractor.
Structural work generally

The whole of the fabrication and erection of the Painting at works


structural Metalwork shall be carried out in accordance
with 8.3. 449: Part 2. The welding of steel to 8.3.4360 Where described as primed at works, structural
must conform to: Metalwork shall be freed off fist, mill scale, welding
8.3.1140- “Genernlrequirements for the slag and flux residue and shall be dry immediately prior
Spot welding of to painting with primer.
Light assemblies in
mild Steel”; or
For joints with high strength friction grip bolts the
8.5. 5135 - “Metal arc welding of contact surface shall be left unpainted but special care
carbon and carbon shall be taken after assembly to paint all edges and
Manganese steels”, corners near the joints together with bolt heads, nuts and
as applicable. washers to prevent the ingress of moisture. For joints
nude with other bolts and rivets the contact surfaces
For welding any particular type of joints the Contractor shall be brought together while the paint is still wet
shall provide evidence acceptable to the Architect that
the welder has satisfactorily completed the appropriate For welded connections where the contact surfaces are
tests as described in 8.5.449, part 2, Chapter 6. Any not completely sealed the contact surfaces shall be
welder’s test shall be made at the Contractor’s expense painted to within 50 mm of the edges that are to be
and shall include the cost of any fees incurred by the welded. The primer shall be touched up with similar
Employers for witnessing of, or making such tests. primer if damaged by subsequent handling.

Rejection
Welded members to be galvanised
Any portion of the work which, in the opinion of the
Architect is not in accordance with the drawings or All galvanized members, which are to be welded, shall
specification shall be rejected whether before or after be galvanized only tall fabrication and welding is
delivery and must be removed from the site, if complete
delivered, within 24 hours of receipt of such notice of
rejection at the

3/22
SECTION 9 treatment and finish to pipe fittings shell be appropriate
to the finish of the pipes with which they are associated
PLUMBING INSTALLATIONS
Pipe sizes
9.1 GENERALLY
The size of the pipe shall be the diameter of the bore
execution and plumbing work
All plumbing work shall be executed in accordance with 9.2 RAINWATER INSTALLATIONS
the best principles of modem practice by a firm of folly
qualified and registered plumbers. The Contractor shall Plastic pipes
obtain from the Architect written approval of the firm
he proposes to employ before the plumbing works are Plastic pipes, fittings and accessories shall be from a
commenced. manufacturing source approved by the Architect in
writing and complying with BS 4576, heavy grade PVC,
The Contractor shell obtain the Architects prior written color to be selected by the Architect fixed true to line
approval to the position of all pipe runs, valve position with straps supplied by the manufacturer, screwed to
control points, access points and the like for all hardwood pugs with galvanized screws, and jointed all
plumbing installations. in accordance with the manufacturer’s instructions.
Rubber sealing rings shall comply with BS 2494 type 2.
At the time of practical completion the Contractor shall Gelvanized steel tubes fittings
prepare and hand to the Architect four copies of plans
and diagrams showing the positions of all pipes runs, Galvanized steel tubes and fittings shall comply with
valve positions, control points, access points and the B.S 1387 with galvanized reinforced malleable cast Iron
like for all plumbing installations. Such plans and fittings complying with B.S. 143
diagrams shall be to the Architects approval, and and 1236, with B.S. 1256 dreads.
practical completion of the plumbing installations shall
be deemed to have taken place only after receipt by the Jointing - tubing aid fittings shall be seam-jointed using
Architect of such approved plans and diagrams. hemp aid red lend putty or ‘Boss’ white.

All plumbing and drainage works shall be executed in Fixing. Tubes shall be fixed clear of walls or soffits,
accordance with the Regulations of the Local with galvanized malleable iron brackets complying with
Authorities and Water Supply Companies. The B. & 1494, (or with hangers or special fixing where so
Contractor shall give all notices and pay all fees described) spaced at not more than 3 meter centers.
required thereunder. The amount of such fees shall be
deemed to be included in the Contract sum, unless they Rainwater outlets
are expressly included in the contract documents byway PVC rainwater outlets shall be manufactured to the
of Provisional Sum or PC Sum. Sizes and profiles specified herein from heavy grade
PVC, with a minimum 75 mm wide flange all round the
Painting top fixing to roof surfaces; filly bedded in hot bitumen
and jointed to PVC rainwater pipes.
The preperation of surfaces shall be deemed to be
included with the description of painting. In the absence 9.3 SANITARY INSTALLATION
of specific requirements herein, surfaces shall be
prepared in the manner recommended by the Spum cast iron pipes ,cast iron fittings Accessories
manufacture of the paint being used.
Spun cast iron pipes and said cast iron fittings shall
Welding comply with B.S. 416 for medium grade coasted pipes
aid fittings. Sockets and spigots shall be type 8 on pipes
In the absence of specific requirements the techniques and type A on fittings.
and material employed in welding shall be selected with
due regard to the character of the work and the metals Access - doors shall be oval type with asbestos Washers
being connected. and manganese
bronze bolts.
Background requiring plugging
Jointing - Pipes and fittings shall be jointed with a
The term ‘backgrounds requiring plugging. Shall mean Gasket of hemp and tightly caulked with cold caulking
any or all of the background described in S.M.M Clause with compound
Q.l (h) (iv), and shall be deemed to include the
associated plugging. Fixing - Except where adequately restrained and
supported by being built in, all pipes and fittings shall
Plugging be fixed with one holderbat to each socket Pipes less
than 75 mm diameter shall be fixed 25 mm clear of
The term ‘plugging shall mean provision and fixing of walls. Holder bats shall comply with B.S. 416 Table 21.
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

3/23
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.

3/24
Tyrolean mixes shall be as described under render particular, dense hard concrete surfaces shall be wetted
above. and re-wetted as required before bonding plaster is
applied.
Cement
Plaster is to be maintained in a moist condition for at
Ordinary Portland cement shall comply with KS 02- least free days after it has developed enough strength
White and colored cements not to be damaged by water.
shall comply with
B.S. 12 and be obtained from an approved Dubbing eat
Manufacture
Dabbing out shall be in the sane mix as subsequent
Lime putty coats and shall not exceed 10 mm in thickness in one
particular application.
Lime patty shall be prepared from hydrated lime
complying with B.S. 890, Part! Mixing of materials

Hydrated lime shall be added to water, stired to a All materials shall be thoroughly mixed in the
Creamy consistency and left to mature for at least 16 proportions described. No mixes of plasters, other than
Hours before use. described shall be used.

Alternatively, ready slaked lime may be obtained front Bunkers and gauge boxes shall be thoroughly cleaned
an approved source. after each mix and attention shall be given at all times
The lime patty shall be protected from drying out to their cleanliness.

Sands Cement - lime - sand plasters shall be used within two


hours of the gauging with cement.
Sands for cement and lime mixes shall comply with
B.S. 1199, Table 1. All tools shall be kept clean and fresh plaster shall not
Sand for use with white Portland cement shall be silver be contaminated with set plaster.
sand and that for use in colored cement mixes shall be
of a suitable color. Period between coats
Cement - lime undercoats shall be allowed to dry out
Water thoroughly before further coat is applied.

Water shall be clean and kept free from all impurities. Finish

Storage of materials All undercoats shall be scratched to provide an


adequate key for the next coat unless otherwise
All plasters lime and cement shall be stored in a described, all rendering shall be finished with a wood
properly roofed, weatherproof: thy, well-ventilated float shall all undercoats All finishing coats shall be
shed, used exclusively for this purpose, with a finished with a steel trowel or wood float as described.
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.
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
Testing All arises shall be pencil rounded unless otherwise
Samples of all materials, as directed, shall be taken specified.
from time to time as required by the Architect Sample
panels shall also be made if required by aid for the 10.2 BEDS AND BACKINGS
approval of the Architect
Materials, storage, testing and mixing of materials
All defective materials shall be removed from the site
without delay, at the Contracts expense. Cement, sand, water etc, storage, testing and mixing of
materials shall be as described for plasterwork.
Preparation of surfaces & curing
Lightweight roof screeds
Surfaces to receive plastering shall be dry banished to
remove all loose particles, dust, laitance, efflorescence, Light weight roof screeds shall consist of one part
etc., and any projecting fins on concrete surfaces shall cement to six parts vermiculite aggregate, laid to falls
as necessary and finished with 12 mm cement and sand
be hacked oft All traces of mould oil shall be removed
(1:4) screed finished to receive roofing.
from concrete surfaces by scrambling with water
containing detergent and rinsing with fresh water.
All junctions between horizontal and vertical surfaces
Concrete surfaces shall be well hacked to provide an
to roofs shall be finished with a triangular angle fillet of
adequate key. the sizes described.
Surfaces shall be wetted and re-wetted as required to Lightweight roof screeds shall be cured properly for 7
equalize sanction before the plaster costs are applied In days, and shall be thoroughly and completely dry

3/25
before any finishing are applied. Preparation of surfaces

Cement and sand proportions Concrete surfaces to receive paving without screeds
shall be prepared as described herein.
A mix referred to as (1:4) shall mean l cubic metre of
Cement to 4 cubic meters of sand and other mixes shall Cement and sand paving
be construed accordingly.
Cement and sand paving shall be in the proportions and
Preparation of surfaces and curing to the thickness described , shall be finished with a steel
trowel unless otherwise specified and shall be protected
Walls shall be prepared as described for “plasterwork”. and kept wet until hard.
Concrete floors or roofs to receive screeds or paving
shall be backed where necessary to remove concrete Granolithic paving and wall finishes.
mortar or plaster droppings and to expose the coarse
aggregate and well brushed to remove all loose The thickness of the pavings , etc., in these Bills of
particles and dirt Quantities include for the combined screed or backing
and the granolithic finish but in any case these are to be
Concrete floors end roofs shall be wetted before laid integrally.
screeds or paving laid with a cement sand slurry (1:1)
being scrubbed into the surface in front of theScreed or Paving to be 30mm minimum thickness granolithic laid
paving lying.Curing of the beds and backings shall be on a screed to make up full thickness specified . The
as described under plaster herein. screed is to be cement and sand (1:3)

laying Dados to be 10 mm minimum thickness granolithic


applied to cement and sand (1:3) backings to make up
Beds and backings shall be laid in bays of suitable the full thickness specified.
lengths and widths aid to falls where so shown with
proper screeds and shall be kept wet and protected until Granolithic is to be composed of sound , hard , clean
set hard. black trap chippings free from dust and graded 10 mm
to 3 mm and selected clean granular sand or fine
Surfaces of beds and backings crushed black trap free of dust.

Screeded beds for insitu floor finishings or floor The aggregate to cement ratio is to be 3:1 of which the
finishing bedded in mortar shall be left rough from the sand should not exceed 30% of the total aggregate . A
satisfactory mix proportion , is generally of 1:1:2
greeding board.
cement , sand , aggregate but this must be ascertained
by a trial mix and varied as required.
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.
The paving is to be spread and compacted by hand
Beds and Backings for finishing by specialists shall be tamping or the use of vibrating compacting beams or
to the approval of the specialist 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
10.3 OTHER INSITU FINISHENGS stiffness of the mix so that the aggregate remains
Materials, storage, testing and mixing of materials correctly distributed throughout the paving, etc., and so
finished that the surface is true to level, dense, smooth
Cement sand, water, etc., storage, testing and mixing of and free of laitance and other defects and blemishes.
The use of dry cement or sand to absorb surplus
materials, shall be as described for moisture will not be allowed.

“plasterwork” Washed granolithic is to have all surplus cement lightly


brushed and washed of when the surface is sufficiently
Waterproofer hard to resist the dislodgement of the aggregate

Waterproofers shall be ‘Sealocrete Double Strength Polished granolithic is to have all surplus cement
Premix’ or other approved integral waterproofer, used lightly brushed off when the surface is sufficiently hard
in accordance with the manufacturers instructions. to resist dislodgement of the aggregate? %Then the
surface is hard enough it shall be wet ground using a
Integral hardeners machine until the aggregate is uniformly revealed and
then well washed with clean water. Any small voids or
Integral hardeners shall be ‘Febspeed plus’, or other holes left in the surface are to be filled with cement
approved used in accordance with the manufacturers gout and rubbed down by hand. Moldings, etc., not
instructions. 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
3/26
fine adhesive
The titles shall be soaked in clean water for at least half
Terrazzo paving and wall finishes an hour before fixing, stacked on edge tightly together
and end tiles turned glazed face outwards and fixed as
A specialist firm approved by the Architect in writing soon as the surface water has gone. The tiles shall be
shall cry out terrazzo work, bedded in cement and sand, (1:3), with straight joints
1.5 mm wide pointed in white cement, after scratching
The provisions of “Granolithic paving and wall the surface of the backing awed to form a key.
finishing” above generally apply except that the mix
will be as follows: Alternatively, tiles shall be wiped clean and fixed dry
The mix to be one part of white or colored with ‘Richafix’ or other approved adhesive, all in
cement to two pat of clean marble chippings accordance with the manufacturer’s recommendation
washed and free from dust. The Architect straight joints 1.5 mm wide pointed in white cement.
will select the color of the cement and
chippings and the chippings may vary in Ceramic tile. Paving and accessories
size from 3mm to 16mm and be graded in
accordance with the Architects Ceramic tiles and accessories of the types described
requirements. No work is to be commenced herein are to e fixed in an adhesive to comply with B.S.
until sample areas of finished paving have Code of practice 202:1972 “Tile flooring and slab
been approved flooring!’ Tiles are to be laid with close straight joints
in each direction and upon completion grouted in
Division strips matching colored cement and washed and cleaned
down. Tiles are to be cut with an electric tile-cutting
To be set in position before paving is saw.
commenced and embedded straight andtrue.
10.5 PLAIN SHEET FINISHING
TILE, SLAB, AND BLOCK FINISHING
Generally
Rates
Plywood, block, chipboard laminated plastic sheeting
The rates for tile, slab and block finishes shall include etc., and their fixing shall be as described in carpentry
for rounded edge tiles and angles, cutting and fitting up and joiner
to boundaries and around pipes, brackets, etc. Work in
row widths, small and isolated areas, waste and Vinyl Asbestos tiles
incidental labors.
Vinyl asbestos flour tiles shall comply with B.S. 3260,
Mortar for bedding sad pointing be from an approved manufacturer and to patterns
directed by the Architect The
All materials for mortar, their storage, testing and adhesives are to be as recommended by the
mixing shall be as described in Plasterwork’. 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

Preparation of surface Generally


All surfaces to receive the Finishing in this section shall
Workmen skilled in this work in a rigid and secure
be thoroughly cleaned Screeded to receive Finishing manner shall erect suspended ceilings so that the final
bedded in mortar shall be well wetted before laying is surface is free from any waves, buckles or sags.
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

Adequate strength to receive plaster or other applied


Finish and with supports for lighting fittings where required.
Expanded metal lathing ceilings
The Contractor shall submit to the Architect for approval
Framework or expanded metal lath ceilings shall be as prior to erection, shop drawings showing the precise layout
specified. Straps shall be bolted either to steelwork or to steel of suspended ceiling system.
angle cleats raw bolted to Concrete soffits.
Acoustic ceilings
Covering shall be galvanized expanded metal lathing fixed to
underside of suspension grid with 16 gauge soft galvanized Acoustic tile ceilings shall be have approved Manufacture.
having wire or to underside of timber framing at maximum The ceilings shall include a proprietary suspending system
356mm centres. as recommended by he manufacturer. The suspension
system shell be suspended from wire hangers fixed to the
The whole to form a suspension grid ready and have concrete soffit by an approved method. All to be fixed

3/27
strictly in accordance with the manufacture instructions

Rates Section 11
Rates shall include for all edge details angle runners and light
fitting frames as required. 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.

3/28
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
Glass to be kept free from moisture trimmed off flush with the top of rebate and the
splayed frost putties shall be finished 3 mm back
All glass surfaces shall be kept dry dining transit from sight Line to allow for sealing between glass
and putty with paint
and storage. Glass becoming moist from
condensation or other causes shall be thoroughly Wired glass
dried and aired. Rebates and beads
The wire in wired glass shall extend to the edges,
Rebates and beads be free from rust and be parallel to the framing.

All glazing and beads in wood shall be primed, Wired glass shall be cit so that the wires
before glazing is commenced. embedded are truly vertical and horizontal (i.e at
right angles to cut edges).
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

2/29
Primer for aluminum Primer for woodwork

Primer for new or weathered aluminium shall be zinc Primer for internal woodwork; other then the internal
chromate priming paint in accordance with DEF 1039. surfaces of external doors, windows and their frames and the
backs of frames and linings, etc. in contact with masonry,
Primer for bituminous steelwork concrete or plaster, shall be leadless white or light gray
priming paint not darker than 9-093 of B.S. 4800 which shall
Primer for bituminous suites, to be finished with oil paint be compatible with the subsequent coats end obtained from
shall contain leafing alaminuim flake. the same

Prime for fret and steelwork Primer for external woodwork and the internal surfaces of
external doors, windows and their frames, and the backs of
Primer for iron and steelwork shall be: tall frames, linings, etc., in contact with masonry, concrete or
plaster shall be lead based pink priming paint complying with
(a) Lead based priming paint complying with B.S. B.S. 2521.
2523, Type B.
(b) Calcium plumbates priming paint complying with Oil paints
B.8. 3698, Type A
Hard gloss, semi-gloss mat and fat oil paints, and respective
Prime for zinc or galvanised steel imdercoarts, shall be approved quality, as appropriate.

Printer for weathered or new zinc and galvanized surfaces Polyurethane Lacquer
shall be calcium plum bate paint complying with BS 3698, Polyurethane lacquer shall be en approved single
Type A pack or two-pack lacquer as described, of interior
or exterior quality as appropriate.
Creosote type preservative
Decorative wood preservative
Creosote type preservative shall comply with B.S 144, OR
B.S. 3031. Decorative wood preservative shall be pinotex
Non-creosote type preservative timbergaurd or other equal and approved

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


“Rentokil QD” or other approved.

3/29
Lead lead and copper

Textured coating Lead end copper surfaces shall be washed with soap and
water, roughed with abrasive paper and washed with white
A specialist firm approved by the Architect shall spirit
apply the manufacturers instructions concerning
application of the coating ore to be strictly followed Aluminum

12.2 PREPARATION OF SURFACES Aluminum surfaces shall be washed with white spirit and
either carefully roughed with abrasive paper or treated with
The prepared surfaces must be seen and approved by the etching solution in accordance with the maker’s
Architect before any coatings ore applied. instructions

Plaster, rendering, concrete blockwork and brickwork Iron and Steel

All plaster or mortar splashes, etc shall be removed from Before fixing, all rust and scale shall be removed from iron
plaster rendering, concrete, block work and brickwork by aid steel surfaces by wire brushing, scraping, hammering,
careful scraping. All holes, cracks, etc., shall be stopped and flame cleaning etc.
the whole of the surface shall be brushed down to remove
dust and loose materials. In addition, all traces of mould oil Zinc and galvanized surfaces
shall be removed from concrete surfaces by scrubbing with
water and detergent and rinsing with clean water to remove Zinc aid galvanized surfaces shall be washed with white
all detergent spirit

W when efflorescence has occurred, or is suspected, painting Fiberboard


shall be deferred for a period as required by the Architect All dust shall be brushed off from fiberboard suites. After
priming all nail holes and other imperfections shall be
Asbestos cement stopped

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. 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.

3/30
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.

3/31
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.

3/32
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

3/33
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)

3/34
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.

3/35
STANDARD FORM
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

2/2
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

2/3
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.

2/4
(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.

2/5
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.

2/6
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.

2/7
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

2/8
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.

2/9
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

2/10
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;

2/11
(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.

2/12
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

2/13
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.

2/14
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
2/15
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

2/16
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.

2/17
“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,

2/18
(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.

2/19
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.

2/20
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.

2/21
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

2/22
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

2/23
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.

2/24
(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.

2/25
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.

2/26
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.

2/27
(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

2/28
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.

2/29
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

2/30
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.

2/31
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.

2/32
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

2/33
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.

2/34
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 bidder
and 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: P
the weight given to the Financial Proposal; T + p = I) indicated below. The
combined technical and financial score, S, shall be calculated as follows:-
S = TS x T % + FS x P %
Weighting
T = 0.70
P = 0.30
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

2/36
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

2/37
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

2/38
FORM OF TENDER

TO: Clerk
For, NAKURU COUNTY Assembly
P.O. Box 907
NAKURU
____________[Date]

Ref: PROPOSEDCONSTRUCTION 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_______________________________________

2/39
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

2/40
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

2/41
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

2/42
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]

2/43
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 ______________________________________________________

2/44
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.

2/45
Yours faithfully,

Signature and Seal __________________________________________________

Name of the Bank or financial institution ______________________________

Address ______________________________________________________________

Date _________________________________________________________________

Witness: Name: ____________________________________________________

Address: __________________________________________________

Signature: ________________________________________________

Date: _____________________________________________________

2/46
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 Description, Condition(new, Owned, leased


Equipment Make and age good, poor) and (from whom?), or
(years) number available 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 Years of experience


experience in proposed position
(general)
Project Manager
__________________
___________________

(etc.)

2/47
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.

2/48
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)

2/49
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.

2/50
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

2/51
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)

2/52
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

2/53
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

2/54
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

4/1
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.

4/2
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

4/3
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.

4/4
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.

4/5
PRELIMINARIES
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
SECTION NO.1 - PRELIMINARIES

GENERAL MATTERS

PARTIES

The Employer is:

NAKURU COUNTY ASSEMBLY


P O BOX 907
NAKURU

The Architect shall be deemed to mean:

SCOPE DESIGNS SYSTEMS


Architects, Interior & Landscape
Architects
P.O. Box 10594-00100, Tel. 020-2612299
Mobile: 0720-012418
Email: scopedsign@yahoo.com

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 be


interpreted as follows:- Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 1
PARTICULAR PRELIMINARIES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/1
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A "Approved" shall mean: approved by the
Architect

"as described" shall mean: as described in the


Section No. 2
(Specifications)

"as directed" shall mean: as directed by the


Designer

"B.S." shall mean: the current British


Standard
Specifications published
by
the British Standards
Institution,
2 Park Street,
London, W.I,
England

KBS shall mean: The Kenya Bureau of


Standards
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 the


preceding
description except
as
qualified in the
section in
which it occurs in
brackets it
shall mean the
whole of the
preceding
Carried to Collection KES
SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 1
PARTICULAR PRELIMINARIES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/2
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
description which
is contained within
the
appropriate
brackets.

M/S shall mean: Measured


separately

"B.M.S" shall mean: Both sides


measured
separately Item

SITE LEVELS

A Before commencing work the Contractor must arrange for


and agree with the Architect, Engineer and Quantity
Surveyor the existing site levels and similarly establish and
agree on a bench mark. Item

SETTING OUT

B The contractor shall set out works in accordance with the


dimensions and levels shown on the drawings and shall be
responsible of the correctness of all dimensions and levels
set out by him and he will be required to ammend all errors
arising from inaccurate setting out at his own cost and
expenses. In the event of any error or discrepancy in the
dimensions or levels marked on the drawings being
discovered, such errors or discrepancies must be reported
by the contractor to the architect for his immediate attention.

No work shall be commenced by the contractor until he has


received written instructions from the Architect to adjust
such discrepancies which may be proved, upon receipt of
such instructions and no claim for extra expenses or relief
from the provisions of Clause 5 of the Conditions of the
Contract , any discrepancy or error in the dimensions or
levels shown on the drawings may be made thereafter. Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 1
PARTICULAR PRELIMINARIES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/3
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
MATERIALS, TOOLS, PLANT AND SCAFFOLDINGS

A All materials and workmanship used in the execution of the


works shall be of the best quality and description. Any
materials for the works condemned by the Architect shall
immediately be removed from the site at the Contractor's
expense.

The contractor shall be responsible for the provision of all


materials, scaffolding, tools, plant, transport and workmen
required for the works except in so far as may be stated
otherwise herein and he shall allow for the provision of the
foregoing except for such items specifically and only
required for the use of Nominated Sub-contractors as
described herein.

No timber used for scaffolding, formwork or similar purpose


shall be used afterwards in the permanent works.

All such plant, tools and scaffolding shall comply with all
regulations whether general or local in force throughout the
period of the contract and shall be required as may be
necessary to comply with any amendments in or additions to
such regulations Item

SUPERVISION

B The said works shall be executed under the direction and to


the entire satisfaction of the Architect and clerk of works
who shall have the Architect's specifically delegated
authority and shall at all times have access to the works, to
the yards and workshops of the contractor or other places
where goods are being prepared for the building Item

SECURITY OF WORKS AND FENCING

C The contractor shall be entirely responsible and shall pay


security of all works, stores, materials, plant, personnel etc
both his own and sub-contractors and shall also provide all
necessary watching, lighting, and other precautions as
necessary to ensure the security, the safety and protection
of the public Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 1
PARTICULAR PRELIMINARIES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/4
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
WATER

A The contractor shall provide at his own risk and cost all
water for use in connection with the works including the
work of sub-contractors make arrangements with the local
authority for the installation of a seperate meter for all water
used by him throughout the contract and pay all costs and
fees in connection therewith. He shall also provide
temporary storage tanks and tubing etc as he may consider
necessary and clear away at completion.

All water shall be fresh, clean and pure, free from earthly
vegetable or organic matter, acid or alkaline substance in
solution or suspension. Item

LIGHTING AND POWER

B The contractor shall provide at his own risk and cost all
temporary artificial lighting and power for use on the works
including all sub-contractors and specialists requirements
and including all temporary connections, wiring, fittings etc
and clearing away on completion. The Contractor shall pay
all fees and obtain all permits in connection therewith. Item

SANITATION OF THE WORKS

C The sanitation of the works shall be provided, maintained


and removed on completion by the Contractor to the
satisfaction of the Architects and local Authorities.

The latrines shall be enclosed with framing and corrugated


sheets roofs, sides and partitions,with concrete floors steel
trowelled smooth to floors to facilitate washing. Their
location shall be agreed with the Architects and the works
shall not be commenced before the sanitary
accommodation has been approved by the above
mentioned authorities.

The Contractor will be required to pay all conservancy


charges and shall ensure clean daily maintenance and
disinfecting of the latrines, and not less than once per week,
the whole area shall be sprayed with disinfectant and
insecticides and any temporary drains shall be removed and
all works and surfaces disturbed made good and then the
whole area disinfected and left clean and free from pollution
to the satisfaction of the Architect and local authorities. Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 1
PARTICULAR PRELIMINARIES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/5
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
SIGN BOARD

A The Contractor shall provide and erect where directed and


maintain during the whole period of the building operation
and remove at completion, one approved temporary notice
board to the Architect's standard design giving a brief
description of the works and showing the names of the
employer and the consultants, with sufficient space to
append the names of the sub-contractors and suppliers
when known. The lettering concerning the Architect,
Quantity Surveyor and Engineer is not to be more than
50mm high. Item

PRIME COST SUMS

B i) The words "Prime Cost" (or the initials "P.C") appearing


in
the contract documents shall mean net costs exclusive
of
any trade, cash or other discount what soever but
inclusive
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 respect
of
measurements of rates.

ii) Any increase or decrease in the prime costs sums


resulting
from the adjustments and properly paid by the
contractor
shall be added or deducted from the contract sum in
the
final account. In substantiation the contractor will
require
to produce to the Quantity Surveyor all quotations,
invoices and receipted accounts as shall be
necessary to
show the details of the sums actually paid.

iii) Any sum added by the contractor in these Bills of


Quantities
in respect of profits upon any prime costs will be
deducted
at the final settlement of accounts and the sum will
be
added to the amount of which will bear the same
Carried to Collection KES
SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 1
PARTICULAR PRELIMINARIES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/6
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
proportion
to the sum added as the net amount properly
expended to
the original P.C sum. Item

NOMINATED SUB-CONTRACTORS

A The contractor shall accept responsibility for providing the


following services for nominated sub-contractors.

i) GENERAL ATTENDANCE: The following services


are
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 that
no
warranty or other liability on the part of the contractor
or
of his other sub-contractors shall be created or
implied in
regard to the fitness, condition or suitability of the
said
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 KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 1
PARTICULAR PRELIMINARIES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/7
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A 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


labour
necessary to attend upon the sub-contractors
workmen for
the purpose of unloading plants and materials when
received upon the site and placing in position within
the
sub-contractor's storage space or store.

b) Hoisting including the provision of unskilled labour


and
the use of any contractors standing scaffoding and
plant
for the purpose of assisting the sub-contractors
workmen
in hoisting the sub-contractors plant and materials
to the
various levels but not placing in its final position.

c) Providing power including the provision of power


during
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 remove


and clear away all temporary buildings, plant, rubbish and
unused materials, and shall leave the whole of the site of the
works in a clean and tidy state to the satisfaction of the
Architect. He shall also remove all rubbish and dirt from the
site at weekly intervals or as directed by the Architect.

Particular care shall be taken in leaving windows, floors and


fittings clean and the removal of all paint and cement stains
therefrom. Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 1
PARTICULAR PRELIMINARIES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/8
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
VALUE ADDED TAX (V.A.T.)

A The Contractor's attention is drawn to V.A.T PUBLIC


NOTICE NO. 6 of 5th August, 1993 regarding the Finance
Bill 1993 which expanded the V.A.T base to cover
construction services amongst other items. The Contractor
shall familiarise himself with the said notice and allow in all
his Bills of Quantities rates (Excluding P.C and Provisional
Sums) for the net tax. (i.e less input tax where applicable)
as required by law.

Please note that allowing a lump sum tax either in


preliminaries or in summary page shall not be acceptable.

Any additional information and assistance concerning the


application of the said notice should be directed to the office
of the Commissioner of Value Added Tax Item

COPYRIGHT

B The copyright of these documents is vested in Obra


International- The quantity Surveyors. No part of this
document may be reproduced in any form or by any means
without their prior permission. Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 1
PARTICULAR PRELIMINARIES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/9
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 5

PRELIMINARIES

ELEMENT NO. 1

PARTICULAR PRELIMINARIES

COLLECTION

Page Amount
No
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 KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 1
PARTICULAR PRELIMINARIES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/10
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
SECTION NO.1 - PRELIMINARIES

GENERAL MATTERS

DEFINITIONS AND ABBREVIATIONS

Abbreviations used in the Bills of Quantities shall be interpreted


as follows:-

"Approved" shall mean: approved by the Architect

"as described" shall mean: as described in the


Section 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 Standards
Institution, 2 Park
Street, London, W.I,
England

KBS shall mean: The Kenya Bureau of


Standards
Specification

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/11
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
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 the
section in which it occurs in
brackets it shall mean the
whole 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 and


agree with the Architect, Engineer and Quantity Surveyor the
existing site levels and similarly establish and agree on a bench
mark. Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/12
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
SETTING OUT

A The contractor shall set out works in accordance with the


dimensions and levels shown on the drawings and shall be
responsible of the correctness of all dimensions and levels set
out by him and he will be required to ammend all errors arising
from inaccurate setting out at his own cost and expenses. In
the event of any error or discrepancy in the dimensions or
levels marked on the drawings being discovered, such errors or
discrepancies must be reported by the contractor to the
architect for his immediate attention.

No work shall be commenced by the contractor until he has


received written instructions from the Architect to adjust such
discrepancies which may be proved, upon receipt of such
instructions and no claim for extra expenses or relief from the
provisions of the Conditions of the Contract , any discrepancy
or error in the dimensions or levels shown on the drawings may
be made thereafter. Item

SAMPLES

The contractor shall furnish at the earliest possible opportunity


before work commences and at his own cost any samples of
materials or workmanship that may be called for by the
Architect for his approval or rejection until such samples are
approved to be the minimum standard for the work to which
they apply Item

Whenever requested the Contractor shall certify the origin of


the 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 a
representative of the Employer, if the latter considers this a
formality. Item

EXISTING PROPERTY

B The contractor shall take every precaution to avoid damage to


all existing property including boundary wall, carpark, roads,
cables, drains and other services and he will be held
responsible for all damages hereto arising from the execution of
his contract and he shall make good all such damages when
directed at his own expense. Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/13
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
EXISTING SERVICES

A Prior to commencement of any work the contractor is to


ascertain from the relevant Authorities the exact position, depth
and level of all existing electric cables, water pipes and all other
services in the area and he shall make whatever provisions
may be required by the authorities concerned for the support
and protection of such services. Any damage or disturbances
caused to any service shall be reported immediately to the
Architect and the relevant Authority and shall be made good to
their satisfaction at the contractor's expense. Item

MATERIALS, TOOLS, PLANT AND SCAFFOLDINGS

B All materials and workmanship used in the execution of the


works shall be of the best quality and description. Any materials
for the works condemned by the Architect shall immediately be
removed from the site at the Contractor's expense.

The contractor shall be responsible for the provision of all


materials, scaffolding, tools, plant, transport and workmen
required for the works except in so far as may be stated
otherwise herein and he shall allow for the provision of the
foregoing except for such items specifically and only required
for the use of Nominated Sub-contractors as described herein.

No timber used for scaffolding, formwork or similar purpose


shall be used afterwards in the permanent works.

All such plant, tools and scaffolding shall comply with all
regulations whether general or local in force throughout the
period of the contract and shall be required as may be
necessary to comply with any amendments in or additions to
such regulations

The Contractor will be required to sign a receipt for all articles


and materials supplied by the PROJECT MANAGER at the time
of taking deliver thereof, as having received them in good order
and condition, and will thereafter be responsible for any loss or
damage and for replacements of any such loss or damage with
articles and/or materials which will be supplied by the
PROJECT MANAGER at the current market prices including
Customs Duty and V.A.T., all at the Contractor's own cost and
expense, to the satisfaction of the PROJECT MANAGER Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/14
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
LOCAL REGULATIONS AND BY-LAWS

A The contractor is to comply with all local regulations, NEMA


regulations/ enforcement and by-laws of the Local Authority
including serving notices and paying of fees.

In addition to complying with the Factories act (Cap 514 ) and


the Factories Amendment act ( 1990 ), the contractor shall
comply in all aspects with the above mentioned rules.
The contractor will be held responsible for serving on the chief
inspector of factories a written notice not later than seven days
after the beginning of the building operations included in this
contract stating the particulars required.
The above rules are published in the Legal Notice 1179 of June
11 1978 and kenya gazette supplement No. 18 ( Legislative
Supplement No. 13 ) dated 5th April 1984 respectively Item

SUPERVISION

B The said works shall be executed under the direction and to the
entire satisfaction of the Project Manager and clerk of works
who shall have the Project Manager's specifically delegated
authority and shall at all times have access to the works, to the
yards and workshops of the contractor or other places where
goods are being prepared for the building Item

TRANSPORT TO AND FROM THE SITE

C The contractor shall include in his prices for the transport of


materials, workmen etc to and from the site of the proposed
works at such hours and by such routes as are permitted by the
Authorities.

All unit rates for local or imported goods are to include freight,
insurance, handling and delivery costs to the project site
together with import duties, sale tax, port charges etc and all
other charges of whatever nature. Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/15
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
FAIR WAGES

A The contractor shall pay rates of wages and observe hours and
conditions of labour not less favourable than the minimum
conditions of employment applicable in the district in which the
work is carried out. The relevant notice must be posted up and
kept posted upon the site where it can be conveniently read by
the employees concerned in languages they can understand.

The contractor is to comply with the Regulations of Wages and


Conditions of Employment Act, Building and Construction
Industry wages Council and is to be responsible for compliance
of the sub-contractors employed in the execution of the
contract.If required he is to notify the Architect of the names
and addresses of all such sub-contractors. Any Contractor or
Sub-contarctorsnot complying will not be permitted to tender for
other work for such a period as the Architect may determine

Should a claim be made to the Architect alleging the


Contractor's default in payment of Fair Wages to any workman
employed on the contract and if proof thereof satisfactory to the
Architect, may failing payment by the contractor, pay the claim
out of any monies due or which may become due to the
contractor under this contract.

The Contractor is to furnish to the Architect, if called upon to do


so, such particulars of the rates of wages, hours and conditions
of labour referred to above as the Architect may direct Item

RECORDS

B The contractor shall allow for keeping in English all records


appertaining to the works and shall keep on the site a daily
diary recording of weather conditions, temperature, visitors to
the site etc. and avail the saem for inspection as and when
required tby the consultants.

The contractor is to supply to the Architect such information as


he may require in connection with the works, including a
statement showing the number of labour employed in all trades
daily and delivery reports( stating the name of the projects) for
all materials delivered to site. Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/16
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
SECURITY OF WORKS AND FENCING

A The contractor shall be entirely responsible and shall pay


security of all works, stores, materials, plant, personnel etc both
his own and sub-contractors and shall also provide all
necessary watching, lighting, and other precautions as
necessary to ensure the security, the safety and protection of
the public Item

SAFETY MEASURES

B The Project Manager expects the contractor to adhere to strict


safety measures. In this regard the contractor should ensure
that all his, the consultants (and his sub-contractors workmen)
are wearing the following items before commencement of any
work i.e helmets, gumboots,harnesses where applicable and
overalls with the company name clearly printed on the back
each with clearly marked Identification Numbers stitched or
imprinted on.

The Project Manager expects full compliance to this regulation


and 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 own


expense any damages he may cause to the present approach
road surfaces during the period of the works Item

POLICE REGULATIONS

D The contractor is to allow for complying with all Government


Acts, orders or regulations in connection with employment of
labour and other matters related to the execution of the works.
the contractor must acquit himself duly with current acts and
regulations, including police regulations regarding the
movement, housing, security and control of labour, labour
camps, passes for transport, etc..
Particular attention is drawn to the Rules published in Legal
Notice 179 dated 2nd june 1978 ( Building Operations and work
of Engineering construction ) Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/17
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
AREA TO BE OCCUPIED BY CONTRACTOR

A The area of the site which may be occupied by the contractor


for use as storage and for the purpose of erecting workshops
etc shall be defined on the site by the Architect Item

PROGRESS SCHEDULE

B Immediately after signing the contract the contractor is to


prepare a Time progress Chart showing the time and order in
which he proposes to carry out the works within the total
construction time stated in the contract. The chart will show in
detail the construction time and order in which each section of
the work is to be carried out and be sub-divided into trades and
tasks. If the contractor proposes sectional completion of the
project he must plan this in detail including access roads, and
services and this shall be reflected on the chart

Upon the letting of the sub-contractors work the contractor is to


incorporate times and details of each separate sub-contractor
work which information is to be agreed by the sub-contractor
and the chart will be so designed to accommodate this
infantine.

At the end of each week the contractor is to mark on the chart


in a different colour the actual time taken to complete the
respective stages and sections of the work. The contractor shall
obtain the Architect's approval on the chart and then shall
supply copies to the Architect and Quantity Surveyor

If at any time it should appear to the Architect that the actual


progress of the works does not conform to the approved
programme progress schedule the contractor shall produce at
the request of the Architect a revised programme showing the
modifications and accelerations to the approved programme
necessary to ensure completion of the works within the agreed
contract period.

The submission of and approval by the Architect of such


revisions and accelerations shall not entitle the Contractor to
any extra payment or extension of time and shall not relieve the
contractor of any duties or obligations or responsibilities under
the contract Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/18
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
OVERTIME

A The contractor shall be responsible for any extra costs for


overtime working he considers will be necessary in order to
complete the works within the contract period or time for
completion apart from overtime working which may be
authorised by the Architect

If overtime is worked out in accordance with a written


instruction issued by the Architect the contractor will be
reimbursed in respect of such overtime to the unproductive time
payable over and above the basic hourly rates as laid down by
the Regulation of wages and Conditions of employment Act,
Building and Construction Industry Wages Council and
excluding any bonuses, profits and overheads.

The Contractor is notified that these works are urgent and


should be completed within the period stated in these Particular
Preliminaries.The Contractor shall allow in his rates for any
costs he deems that he/she may incur by having to complete
the works within the stipulated contract period. Item

WATER

B The contractor shall provide at his own risk and cost all water
for use in connection with the works including the work of
sub-contractors make arrangements with the local authority for
the installation of a seperate meter for all water used by him
throughout the contract and pay all costs and fees in
connection therewith. He shall also provide temporary storage
tanks and tubing etc as he may consider necessary and clear
away at completion.

All water shall be fresh, clean and pure, free from earthly
vegetable or organic matter, acid or alkaline substance in
solution or suspension. Item

TELEPHONE

C The contractor shall provide in the office, from the


commencement to the completion of the works, a telephone to
the Exchange and shall pay all fees and rentals for same. Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/19
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
LIGHTING AND POWER

A The contractor shall provide at his own risk and cost all
temporary artificial lighting and power for use on the works
including all sub-contractors and specialists requirements and
including all temporary connections, wiring, fittings etc and
clearing away on completion. The Contractor shall pay all fees
and obtain all permits in connection therewith. Item

CONCRETE TEST

B Note: The contractor must allow in his rates all costs in


connection with the making of cubes, curing, transport,
crushing by an approved testing Authority and obtaining the test
certificate

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 Architect


prior to commencement of the works and the Contractor must
allow for building and maintaining any temporary access roads
for the transport of materials, plant and workmen as may be
required for the complete execution of the works including the
provision of temporary culverts, crossings, bridges or any other
means of gaining access.

Upon the completion the works the Contractor shall remove


such temporary roads, temporary culverts bridges etc and
make good and reinstate all works and services disturbed to
the satisfaction of the Architect. Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/20
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
TEMPORARY BUILDINGS

A The contractor shall provide sheds for storage accommodation


for all goods and materials liable to suffer damage from
exposure to sunlight or inclement weather.

The contractor shall provide offices, mess rooms and all the
buildings required by the contractor for his own use and the use
of Nominated Sub-contractors as required by the items of
attendance only.

The contractor shall keep on the site and maintain in good


condition one dumpy or quickset level, metric leveling staff and
one 30 metre steel tape and electronic tape for the use of the
Architect, Surveyor and Engineer.

Upon completion all temporary buildings are to be removed and


cleared away Item

SANITATION OF THE WORKS

B The sanitation of the works shall be provided, maintained and


removed on completion by the Contractor to the satisfaction of
the Architects and local Authorities.

The latrines shall be enclosed with framing and corrugated


sheets roofs, sides and partitions,with concrete floors steel
trowelled smooth to floors to facilitate washing. Their location
shall be agreed with the Architects and the works shall not be
commenced before the sanitary accommodation has been
approved by the above mentioned authorities.

The Contractor will be required to pay all conservancy charges


and shall ensure clean daily maintenance and disinfecting of
the latrines, and not less than once per week, the whole area
shall be sprayed with disinfectant and insecticides and any
temporary drains shall be removed and all works and surfaces
disturbed made good and then the whole area disinfected and
left clean and free from pollution to the satisfaction of the
Architect and local authorities. Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/21
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
SIGN BOARD

A The Contractor shall provide and erect where directed and


maintain during the whole period of the building operation and
remove at completion, one approved temporary sign board to
the Architect's standard design giving a brief description of the
works, an illustration of the design and showing the names of
the employer and the consultants, with sufficient space to
append the names of the sub-contractors and suppliers when
known. The lettering concerning the Architect, Quantity
Surveyor and Engineer is not to be more than 50mm high.
2no sign boards shall be erected as per the Project Managers
instructions Item

PROVISIONAL WORK

All work described as "Provisional" in these Bills of Quantities is


subject to remeasurement in order to ascertain the actual
quantity executed for which payment will be made. All
"Provisional" and other work liable to adjustment under this
Contract shall left uncovered for a reasonable time to allow all
measurements needed for such adjustment to be taken by the
PROJECT MANAGER Immediately the work is ready for
measuring, the Contractor shall give notice to the PROJECT
MANAGER. If the Contractor makes default in these respects
he shall if the PROJECT MANAGER so directs uncover the
work to enable all measurements to be taken and afterwards
reinstate at his own expense.

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/22
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
PRIME COST SUMS

i) The words "Prime Cost" (or the initials "P.C") appearing in


the contract documents shall mean net costs exclusive of any
trade, cash or other discount what soever but inclusive
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 respect of measurements of
rates.

ii) Any increase or decrease in the prime costs sums resulting


from the adjustments and properly paid by the contractor shall
be added or deducted from the contract sum in the final
account. In substantiation the contractor will require to produce
to the Quantity Surveyor all quotations, invoices and receipted
accounts as shall be necessary to show the details of the sums
actually paid.

iii) Any sum added by the contractor in these Bills of Quantities


in respect of profits upon any prime costs will be deducted at
the final settlement of accounts and the sum will be added to
the amount of which will bear the same proportion
to the sum added as the net amount properly expended to the
original P.C sum.

NOMINATED SUB-CONTRACTORS

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/23
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
The contractor shall accept responsibility for providing the
following services for nominated sub-contractors.

i) GENERAL ATTENDANCE: The following services are


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 that no warranty or
other liability on the part of the contractor or of his other
sub-contractors shall be created or implied in regard to the
fitness, condition or suitability of the said 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.

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 labour


necessary to attend upon the sub-contractors workmen for
the purpose of unloading plants and materials when received
upon the site and placing in position within the sub-contractor's
storage space or store.

b) Hoisting including the provision of unskilled labour and the


use of any contractors standing scaffoding and plant for the
purpose of assisting the sub-contractors workmen in hoisting
the sub-contractors plant and materials to the various levels
but not placing in its final position.

c) Providing power including the provision of power during the


course of the works and during the period of commissioning
and training.

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/24
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
NOMINATED SUPPLIERS

A The contractor shall take delivery anywhere in Nairobi of all


materials or goods supplied by the Nominated suppliers and
shall sign a receipt as having received them in good order and
condition. He shall offload, transport to site, unload, hoist,
provide safe storage and thereafter be responsible for any loss
or damage or replacement of any such lost or damaged articles
at his own expense and shall return case if so required.

Provision is made herein following each appropriate P.C sums


for the costs of the foregoing services against items reading
"take delivery of and fix only" Item

DIRECT CONTRACTS

Notwithstanding the foregoing conditions, the Government


reserves the right to place a "Direct Contract" for any goods or
services required in the works which are covered by a P.C.
Sum in the Bills of Quantities and to pay for the same direct. In
any such instances, profit relative to the P.C. Sum in the priced
Bills of Quantities will be adjusted as described for P.C. Sums
is allowed.

PROTECTION OF THE WORK

B The Contractor shall cover up and protect all finished work


liable 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 in
temporary possession of the contractor for the purpose of this
contract either from weather, want of proper protection,
defects, or insufficiency of the works or any other causes or
whatsoever during the progress of the works, the contractor
shall be responsible and without extra charge, make good all
damage and pay all costs which may be levied. Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/25
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
PREVENTION OF NUISANCE

A The works and such sections of the site necessary thereafter


shall be under the entire care and control of the contractor
during the whole period of the contract and shall take all
possible precautions to prevent any nuisance, inconvenience or
injury to the holder or occupiers of the existing or surrounding
properties and to the public generally, and shall at all times
keep all paths and roads affected by the works in a safe and
clear state, and shall use proper precautions to ensure the
safety of all wheeled traffic and pedestrians. Item

REMOVAL OF PLANT AND RUBBISH ETC

B The Contractor shall upon completion of the works remove and


clear away all temporary buildings, plant, rubbish and unused
materials, and shall leave the whole of the site of the works in a
clean and tidy state to the satisfaction of the Architect. He shall
also remove all rubbish and dirt from the site at weekly intervals
or as directed by the Architect.

Particular care shall be taken in leaving windows, floors and


fittings clean and the removal of all paint and cement stains
therefrom.

The whole of the works shall be delivered up clean, complete


and in perfect condition in every respect to the satisfaction of
the Project Manager. Item

MATERIALS ARISING FROM EXCAVATIONS

C Materials of any kind obtained from the excavations shall be the


property of the Government. Unless the PROJECT MANAGER
directs otherwise such materials shall be dealt with as provided
in the Contract. Such materials shall only be used in the works,
in substitution of materials which the Contractor would
otherwise have had to supply with the written permission of the
PROJECT MANAGER Should such permission be given, the
Contractor shall make due allowance for the value of the
materials so used at a price to be agreed. Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/26
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
ALTERATIONS TO BILLS, PRICING, ETC.

Any unauthorised alteration or qualification made to the text of


the Bills of Quantities may cause the Tender to be disqualified
and will in any case be ignored. The Contractor shall be
deemed to have made allowance in his prices generally to
cover any items against which no price has been inserted in the
priced Bills of Quantities.All items of measured work shall be
priced in detail and the Tenders containing Lump Sums to
cover trades or groups of work must be broken down to show
the price of each item before they will be accepted.

CONTRACTOR'S SUPERINTENDENCE/SITE AGENT

A The Contractor shall constantly keep on the works a literate


English speaking Agent or Representative, competent and
experienced in the kind of work involved who shall give his
whole experience in the kind of work involved and shall give his
whole time to the superintendence of the works. Such Agent or
Representative shall receive on behalf of the Contractor all
directions and instructions from the Project Manager and such
directions shall be deemed to have been given to the
Contractor in accordance with the Conditions of Contract. Item

TRAINING LEVY

B The Contractor's attention is drawn to Legal Notice No. 237 of


October 1971 which requires payment by the Contractor of a
Training levy . The tenderer shall at his own cost ensure
conversence with the said law and make all approppriate
payments to the auothrities Item

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/27
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
VALUE ADDED TAX (V.A.T.)

A The Contractor's attention is drawn to V.A.T PUBLIC NOTICE


NO. 6 of 5th August, 1993 regarding the Finance Bill 1993
which expanded the V.A.T base to cover construction services
amongst other items. The Contractor shall familiarise himself
with the said notice and allow in all his Bills of Quantities rates
(Excluding P.C and Provisional Sums) for the net tax. (i.e less
input tax where applicable) as required by law.

Please note that allowing a lump sum tax either in preliminaries


or in summary page shall not be acceptable.

Any additional information and assistance concerning the


application of the said notice should be directed to the office of
the Commissioner of Value Added Tax Item

B FIRM PRICE CONTRACT


This is a firm price contract and the Contractor must allow in his
tender rates for any increase in the cost of labour and/or
materials during the currency of the contract.
Item

SPECIAL PRELIMINARIES

Supervision and Training

C Allow the Provisional Sum for Clerk Of Works over the contract
duration Item -

Carried to Collection KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/28
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 5

PRELIMINARIES

ELEMENT NO. 2

GENERAL MATTERS

COLLECTION

Page Amount
No
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 KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/29
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 5

PRELIMINARIES

ELEMENT NO. 2

GENERAL MATTERS

COLLECTION

Page Amount
No

Brought Forward KES

Total Brought Forward from Page No. Page5/28

Carried Forward to Summary of Section No. 5 KES


SECTION NO. 5
PRELIMINARIES
ELEMENT NO. 2
GENERAL MATTERS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/30
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 5

PRELIMINARIES

SECTION SUMMARY - PRELIMINARIES

Bill Page Amount


No No
1 PARTICULAR PRELIMINARIES Page5/10

2 GENERAL MATTERS Page5/30

Carried to Final Summary KES


SECTION NO. 5
PRELIMINARIES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page5/31
DEMOLITIONS
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
DEMOLITION WORKS (ALL PROVISIONAL)

NOTES:

The tenderer's rates shall be deemed to include for all


necessary shoving, temporary supports and carting away
demolished materials

Tenderer's rates for demolitions and downtakings shall also


be deemed to include for making good all disturbed surfaces
resulting from the said demolitions and downtakings

The Employer reserves the right to take possession of any


salvaged materials in which event credit shall be given for
such materials accodingly by the Quantity Surveyor

Additional Demolition Works

A Provide the Provisional Sum for any Demolition Works. to


be 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 site
including removing damaged floors and wall plaster and any
other incidental demolition work Item

Carried to Final Summary KES


SECTION NO. 6
DEMOLITIONS
ELEMENT NO. 1
DEMOLITION WORKS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page6/1
GROUND FLOOR
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
SUBSTRUCTURES (ALL PROVISIONAL)

Excavation and site clearance

A Excavate 150mm deep to remove top vegetable soil and


cart away or burn arisings SM 728

B Excavate for trenches not exceeding 1.5m depth in normal


soil CM 510

Disposal

C Load, wheel and cart away from site surplus excavated


materila and deposit in approved dumping area CM 512

D Allow for keeping excavations free from all water by


pumping or otherwise Item

E Allow for plunking and strutting sides of excavation trenches Item

Hardcore fill

F Approved broken quarry stone hardcore fill; well watered


and 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 floor


slab SM 578

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 1
SUBSTRUCTURES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/1
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Load bearing natural stone walling,chisel dressed on
both 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 including


bends, 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-termite


insecticide treatment to blinded hardcore surfaces applied in
accordance 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 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 1
SUBSTRUCTURES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/2
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 1

SUBSTRUCTURES

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page7/1

Page7/2

Carried Forward to Summary of Section No. 7 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 1
SUBSTRUCTURES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/3
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
REINFORCED CONCRETE FRAME

Insitu concrete class 25 , vibrated and reinforced as


described, 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 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 2
REINFORCED CONCRETE FRAME
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/4
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 4461


and 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 : including


cutting 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 on
preapared screed with first quality adhesive including
pointing 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 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 3
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/5
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Prepare and apply three coats of approved emulsion
paint : 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 and


including all necessary grouting and making good; complete LM 52

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 3
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/6
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 3

STAIRCASES

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page7/5

Page7/6

Carried Forward to Summary of Section No. 7 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 3
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/7
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
INTERNAL WALLING

Machine cut natural stone walling jointed in cement and


sand (1:3) mortar including bonding ties as necessary

A 200mm Thick walling SM 200

Three- ply bituminous felt damp proof course bedded in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

B 200mm Wide horizontal layer LM 84

Machine cut natural stone walling jointed in cement and


sand (1:3) mortar including bonding ties as necessary

C 150mm Thick walling SM 20

Three- ply bituminous felt damp proof course bedded in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

D 150mm Wide horizontal layer LM 7

Aluminium Partitions

Powder Coated aluminium glazed partitions and


screens (colour to Architects approval) as detailed in
Architect's tender drawings: Aluminium sections shall
be obtained from an approved manufacturer : vertical
frames shall be as detailed, single glazed partition
bottom and top shall be in butterfly channel sections
size 45x20mm as detailed: with and including all
aluminium beads and neoprene gaskets as directed :
supply and fix 8mm clear toughed laminated safety
glass with smooth edges as specified on drawing:
Partition securely fixed to block work or concrete: allow
timber stiffener inserts as necessary: finished and
handed 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 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 4
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/8
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
25 mm Thick Laminated MDF board: Scratch proof
Veneered on both sides: (Veneer to Architects
approval) : on aluminium frame (m/s): lower end panel
fixed to floor: to

A Partitions : 1200mm high SM 32

8mm Clear sheet laminated glass; glazing to aluminium


frame (m/s): including 25 x 25 mm anodized aluminium
glazing beading and rubber gaskets on both sides: to

B Partitions: 1850mm high SM 21

Supply and fix coloured transparent/translucent stick


on vinyl film with client's "corporate graphics" or
sandblast film graphics as per Architect's details or as
directed: 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 in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

E 150mm Wide horizontal layer LM 126

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 4
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/9
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 4

WALLING

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page7/8

Page7/9

Carried Forward to Summary of Section No. 7 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 4
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/10
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
DOORS

Mural doors

Panel doors : wrot mahogany : selected and kept clean


(Provisional)

A 50 mm Decorative mural door (lamu door, overall) size 1800


x 2500 mm high, : 2no equal leaves : comprising 50 x 150
mm rebated stiles, top, and 50 x 200 mm bottom rail :
decorative mouldings on panels ( on both sides). 200 x
100mm thick ( extreme) moulded door frame fixed to
wall,screwed and pellated Rate to include for Lamu carvings
to door lining not exceeding 300mm wide including
parliament 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 made


standard section steel Door to comply to
B.S.990,obtained from an approved manufacturer,
primed with red oxide primer before delivery to site
complete with, hinges, handles, catches and building in
lugs.

C Steel glazed mild steel double door 3000x2400mm


fabricated from 50x25x3 mm RHS frame, 25x50x3mm zed
& tee sections and reinforced with 16mm bars mild steel
square welded to approved pattern complete with; the
frames fishtailed and grouted to concrete block wall or
concrete head;Complete NO. 2

D Steel glazed mild steel door 1800x2400mm in small panes


comprising 300mm high top fixed light, fabricated from
50x25x3 mm RHS frame, 25x50x3mm zed & tee sections
and reinforced with 16mm bars mild steel square welded to
approved pattern complete with three lever lock as union
catalogue or equal; the frames fishtailed and grouted to
concrete block wall or concrete head;Complete NO. 3

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 5
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/11
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Touch up primer ,prepare and apply two undercoats
and one finishing coat of 1 st quality and approved
gloss 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 Veneered


to BS 459 :Part 2, faced on both sides with 3mm
internal painting quality ply wood and lipped on all
edges 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 screws


to match (Ref. is to Union Catalogue or other equal and
approved)

Iron mongery.

Supply and fix the following ironmongery with screws


to match (Ref. is to Union Catalogue or other equal and
approved)

G Rubber door stop fixed to concrete floor,or masonry walling


with 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 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 5
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/12
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
"Crown") aluminium or other equal and approved wood
primer

A Back of wood surface exceeding 100mm girth but not


exceeding 200mm girth LM 122

Prepare and apply two undercoats and one finishing


coat gloss paint on wood work

B Ditto over 200mm but not exceeding 300mm girth LM 61

C General surfaces SM 57

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 5
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/13
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 5

DOORS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page7/11

Page7/12

Page7/13

Carried Forward to Summary of Section No. 7 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 5
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/14
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
WINDOWS

Aluminium framed windows

Natural anodised aluminium section windows including


accessories to Architects approval : 75 x 50 mm frames
: aluminium glazing beads, powder coated alumnium
window cills and wash leather, neoprene gaskets strip:
permanent vents in aluminium louvre to be integral to
window and mosquito proofed : complete with and
including 6 mm reflective, tinted or clear laminated
glass as specified by architect including butt jointed
glazing with silicone sealant where shown and as
directed by the Architect: with and including aluminium
louvre jambs where detailed and louvre glass blades
with smooth edges: :installed by an approved domestic
sub-contractor: to Architects window schedule: all
opening windows to have "Bonn Series" or equal and
approved friction stay hinges with restrictor stay, satin
anodised aluminium window handles and locking
device : fixed to partitions : frames fixed with screws
plugged : 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 metal
in small panes SM 21

Precast Concrete Cill

E 150 x 50mm precast concrete window cill bedded and


jointed in cement/sand mortar LM 20

Prime grade wrot cypress

F 125 x 25mm window board with one labour LM 20

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 6
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/15
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A Pelmet boxes in 25 x 150mm bull-nosed top, 25 x 150mm
fascia with 8 labours; complete with 19 x 50mm cypress
bearer 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 finishing


coats of gloss oil paint to general surfaces of :-

F Windows (both sides measured) SM 42

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 6
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/16
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 6

WINDOWS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page7/15

Page7/16

Carried Forward to Summary of Section No. 7 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 6
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/17
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
EXTERNAL FINISHES

WALL FINISHES

Natural stone walling external finishes

A Extra over machine dressed stone walling for neat recessed


horizontal 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 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 7
EXTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/18
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 ceramic


floor tiles as manufactured by "saj Ceramics" or other equal
and approved on preapared screed with first quality
adhesive 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 with
dense yarn: high fade resistance with 100% solution dyed
nylon suitable for heavy commercial usage: yarn weight with
minimum 1.2kg/m2 and total weight equal or above 2.5
kg/m2: electrostatic propensity less than 2.0kv: prepare
surface and lay complete with underlay as per
manufacturers printed instructions allow for and brass
knaplocks as necessary or as directed: 100 x 25mm profiles
mahogany skirtings on all wall edges : cement and sand
screed (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 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 8
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/19
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Ceramic tiles

A Supply and fix 300 x 300mm x 8mm thick Non-slip ceramic


wall tiles as manufactured by "saj Ceramics" or other equal
and approved on preapared screed with first quality
adhesive including pointing SM 161

15mm (minimum) Two-coat lime plaster, with steel


trowelled 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 steel


trowelled finish, as described to:-

D Soffits of suspended ceiling SM 493

Prepare and apply three under coats of 1 st quality and


approved paint to:-

E Plastered soffits of suspended slabs


SM 493

Accoustic ceiling

Aluminium frame in 600 x 600 x 15 mm Decorative


accoustic , Armstrong Minaboard Synonyms T-M range
or equal and approved panels : on and including
exposed powder coated aluminium grid system ;
suspended 400mm from concrete soffits(including all
necessary framework) : provisional

F Horizontal ceilings SM 449

G Extra over for access panels and diffusers 600 x 600 mm NO. 5

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 8
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/20
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 8

INTERNAL FINISHES

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page7/19

Page7/20

Carried Forward to Summary of Section No. 7 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 8
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/21
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 150mm


high 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 wrot


frames : 25 x 25mm sawn cypress bearers plugged and
screwed : 20mm blockboard doors, shelves, partitions,
sides and divisions : hardwood lipped on all exposed
edges : all exposed blockboard surfaces faced with
mahogany veneer : 100mm aluminium D-handles :
75mm brass piano hinges : magnetic ball catches :
prepare and apply three coats polyurethane or other
equal and approved clear finish to all exposed surfaces
unless otherwise stated

D Low level cleaners "U" shaped cupboard and worktop unit


size 7000 mm long x 600mm wide x 900mm high :
comprising 100mm concrete (class 15) benching with 25mm
cement sand paving (measured separately) : 100mm
concrete (class 20/20mm) worktop reinforced with 6mm
diameter mild steel reinforcement bars at 150mm centres
bothways 7no partitions : one full length shelf : 5No doors
size 500 x 600mm high NO. 1

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 9
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/22
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
STORE SHELVING

A 20mm x 400mm Wide blockboard shelves : mahogany


veneered on all exposed surfaces : hardwood lipped on all
exposed edges : 60 x 25mm sawn cypress bearers plugged
and screwed to wall : three coats polyurethane or other
equal and approved clear finish to all exposed surfaces
unless otherwise stated LM 41

Service Ducts

B 25mm Blockboard door to refuse chute size 600 x 3050mm


high : mahogany veneer faced : 50 x 100mm mahogany
frame and 25 x 25mm architrave : ironmongery : three coats
polyurethane clear varnish NO. 12

VANITY TOPS

Concrete Work

C 100mm Thick insitu concrete (class 20/20) worktop :


including 6mm diameter mild steel reinforcement bars at
150mm 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 not


exceeding 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 x


1000mm high : fixed with chromium plated dome headed
nuts and screws NO. 11

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 9
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/23
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A Ditto size 2000 x 1100mm high (gents and ladies toilets) NO. 22

B 20mm Diameter chromium plated horizontal hands grip


hook 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 screwed
drawing L(74)03, 04, 05, 06, 10, 12 and 13 NO. 33

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 9
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/24
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 9

FIXTURES AND FITTINGS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page7/22

Page7/23

Page7/24

Carried Forward to Summary of Section No. 7 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 9
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/25
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
SIGNAGE FOR ENTIRE BUILDING

MAIN FLOOR DIRECTORY SIGNAGE

A Supply and fix Main floor directory signage overall size


1680mm wide x 2044mm high : Comprising 2mm Polished
brass plate background engraved with maroon colour
corporate font lettering on general floor directory overall size
1680mm wide x 1624mm high :logo at the top on 10mm
white specialist perspex background overall size 1680mm
wide x 420mm high : mounted on wall : Graphics and
lettering to be as per architects details NO. 6

DOOR SIGNAGE

Supply and fix the following door signage overall size


450mm long x 75mm high : Comprising 3mm Polished
brass plate background engraved with maroon colour
corporate font lettering : mounted on doors : All to
details ;-

B Door signages NO. 35

ArtWork

ARTWORK

Art Works in the following Bills of Quantities will be executed


through qualified artist or domestic subcontractors with
experience in similar works.

The broad themes for the artworks will be related to social,


political and landscape [flora, fauna and landforms] features
of Nakuru County.

C Mix of bronze and/or stainless steel and resin Sculptural


artistic work in 3D manifestations, approximate size 1200 x
1200mm, set in alcove in wall (MS) cast in epoxy resin and
finished in bronze or approved metal. NO. 2

D Painterly Artistic work approximately size 1200 x 1200 mm


either on primed hardboard, block board, canvas or other
approved medium placed on a 50 x 25 mm molded
artistic podo or cypress frame with hard board backing. NO. 2

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 10
SIGNAGE & ARTWORK
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/26
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A Brass or stainless steel or aluminum Ornamental shield and
two 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 "Union


catalogue" or equal and aprroved: to Architect's
approval : with matching screws (provisional)

Brass plated

E Male / female symbol engraved plate size 100 x 200mm


high, with bevelled edges. NO. 12

F Signage plate with engraved name tags size 300 x 100mm


high : 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 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 10
SIGNAGE & ARTWORK
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/27
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 10

SIGNAGE & ARTWORK

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page7/26

Page7/27

Carried Forward to Summary of Section No. 7 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 10
SIGNAGE & ARTWORK
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/28
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
FURNITURE AND LOOSE FITTINGS.

(All to be approved by Samples)

Reception counters

A Main reception Counter : "U" shaped reception counter with


curved bulge at the middle, (overall) size 3000 x 940 x 1200
mm : comprising steel frame supports covered with and
including 25mm polished solid mahogany panels to front and
sides; provision for fixing artwork to the front : 25mm thick
polished black marble top and fascia, fixed with approved
adhesive to and including 25mm thick blockboard base fixed on
RHS framing ; fitted with 2no. pedestal each with 3no drawers :
provision for downlighter below the fascias : 150 mm high
moulded skirting : 2no receptionists ( Architects detail no. --) NO. 1

B Main reception Counter : bulk head "lattice "ceiling overall size


2700 x 1860mm x 330mm deep suspended from masonry
walling and constructed in : 25 x 75 mm painted soft wood
timber strips fixed diagonal at 150mm centres both ways -
lattice : 300 mm wide x 330mm deep downlighter to edges of
lattice ceiling fixed on 50 x 50 mm timber framing with provision
for 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 x
1000 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 inseater
table top NO. 3

E Credenza : 1200 x 400 x 800 mm Low level credenza


constructed in 12mm Veneered MDF board ; with 2 no. shelf
filing cabinets and with 2 no. full swing doors; 2 no. shelf
cabinets with glass doors. NO. 3

F Secretarial Chairs : Medium back reception chairs; finished with


leather seat cushion on steel framework; lock and tilt
mechanism : back lumbar support : 5no heavy duty castors NO. 2

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 11
FURNITURE
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/29
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
A Library book shelves : 2000 mm long x 900 mm wide x 2100
mm 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 Freestanding


executive desk with meeting module; and integrated cable
management system; grommet holes with caps : modesty and
side panels with approved high quality leather padding to the
front : 800 x 630 x 730 mm extension table with fixed 2 no.
drawers and a lateral filing drawer : 450 x 400 x 560 mm mobile
pedestal unit with 3no drawers approved aluminum handles, 4
no castors to match main desk : polished mahogany wood and
moulded polyurethane edging to top NO. 8

C Office desks : 1200 x 1050 x 750 mm Freestanding executive


desk with meeting module; and integrated cable management
system; grommet holes with caps : modesty and side panels:
800 x 630 x 730 mm extension table with fixed 2 no. drawers
and a lateral filing drawer : 450 x 400 x 560 mm mobile
pedestal unit with 3no drawers approved aluminum handles, 4
no castors to match : All in Mahogany Veneered MDF and
moulded polyurethane edging to top NO. 228

D Visitors Chairs : low back single seater tub sofa with synthetic
leather 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. filing


shelves 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 with


3 drawers; shelving;2 bottom swing doors; in MDF finished with
scratch proof laminate; upper shelf left open. NO. 4

H 10 no. member executive board room : Executive macro


conference boardroom table (overall) size 5000 x 1800 x 750
mm consisting of : rectangular Boardroom Table shock proof
desk tops in solid mahogany board with scratch proof laminate
finish : solid hardwood (moulded) legs; modesty panel;
grommet holes with caps to approval; and cable managed
detachable straight panel; each piece size 1600 x 700 x 750
mm NO. 4

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 11
FURNITURE
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/30
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
A Board Room Chairs : 610 x 610 x 1130 mm Medium back high
density 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 from


which they hang, and shall extend to within 15 inches
above the floor. The top hem shall be approximately 35mm
wide, reinforced and double stitched. Edges shall be
turned. Bottom hem shall be double thickness and single
stitched. All vertical hems shall be double stitched.
rustproof grommets shall be fastened in the top hem on
150mm 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 following


specifications:-
a] head rest which is integrated to the seat's back
b] Two arm rests and a seating area of not less than 600 mm
wide
c] seat with polyurethane form density to be 65kg/CM and
57kg/CM to the back rest : preformed in a mold in
a way to avoid channels or fluting, all wrapped in a fire resistant
material which meets B.S. 5852 standard., sandwiched
between 6mm plywood.
e] upholstered in high quality dark red Synthetic leather
stitched without seams or staples.
f] Structure to be of steel plate and tube welded with continuous
arc and powder coated.
g] back and bottom of the seat to be covered with molded
polypropylene 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 to
clients requirements NO. 100

Carried to Collection KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 11
FURNITURE
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/31
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

ELEMENT NO. 11

FURNITURE

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page7/29

Page7/30

Page7/31

Carried Forward to Summary of Section No. 7 KES


SECTION NO. 7
GROUND FLOOR
ELEMENT NO. 11
FURNITURE
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/32
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 7

GROUND FLOOR

SECTION SUMMARY - GROUND FLOOR

Bill Page Amount


No No
1 SUBSTRUCTURES Page7/3

2 REINFORCED CONCRETE FRAME Page7/4

3 STAIRCASES Page7/7

4 WALLING Page7/10

5 DOORS Page7/14

6 WINDOWS Page7/17

7 EXTERNAL FINISHES Page7/18

8 INTERNAL FINISHES Page7/21

9 FIXTURES AND FITTINGS Page7/25

10 SIGNAGE & ARTWORK Page7/28

11 FURNITURE Page7/32

Carried to Final Summary KES


SECTION NO. 7
GROUND FLOOR
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page7/33
FIRST FLOOR
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
REINFORCED CONCRETE FRAME

Insitu concrete class 25 , vibrated and reinforced as


described, 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 KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 1
REINFORCED CONCRETE FRAME
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/1
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 4461


and 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 : including


cutting 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 on
preapared screed with first quality adhesive including
pointing 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 KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 2
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/2
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Prepare and apply three coats of approved emulsion
paint : 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 and


including all necessary grouting and making good; complete LM 52

Carried to Collection KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 2
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/3
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 8

FIRST FLOOR

ELEMENT NO. 2

STAIRCASES

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page8/2

Page8/3

Carried Forward to Summary of Section No. 8 KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 2
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/4
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
INTERNAL WALLING

Machine cut natural stone walling jointed in cement and


sand (1:3) mortar including bonding ties as necessary

A 200mm Thick walling SM 175

Three- ply bituminous felt damp proof course bedded in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

B 200mm Wide horizontal layer LM 74

Machine cut natural stone walling jointed in cement and


sand (1:3) mortar including bonding ties as necessary

C 150mm Thick walling SM 20

Three- ply bituminous felt damp proof course bedded in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

D 150mm Wide horizontal layer LM 7

Aluminium Partitions

Powder Coated aluminium glazed partitions and


screens (colour to Architects approval) as detailed in
Architect's tender drawings: Aluminium sections shall
be obtained from an approved manufacturer : vertical
frames shall be as detailed, single glazed partition
bottom and top shall be in butterfly channel sections
size 45x20mm as detailed: with and including all
aluminium beads and neoprene gaskets as directed :
supply and fix 8mm clear toughed laminated safety
glass with smooth edges as specified on drawing:
Partition securely fixed to block work or concrete: allow
timber stiffener inserts as necessary: finished and
handed 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 KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 3
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/5
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
25 mm Thick Laminated MDF board: Scratch proof
Veneered on both sides: (Veneer to Architects
approval) : on aluminium frame (m/s): lower end panel
fixed to floor: to

A Partitions : 1200mm high SM 32

8mm Clear sheet laminated glass; glazing to aluminium


frame (m/s): including 25 x 25 mm anodized aluminium
glazing beading and rubber gaskets on both sides: to

B Partitions: 1850mm high SM 21

Supply and fix coloured transparent/translucent stick


on vinyl film with client's "corporate graphics" or
sandblast film graphics as per Architect's details or as
directed: 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 in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

E 200mm Wide horizontal layer LM 127

Carried to Collection KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 3
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/6
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 8

FIRST FLOOR

ELEMENT NO. 3

WALLING

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page8/5

Page8/6

Carried Forward to Summary of Section No. 8 KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 3
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/7
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
DOORS

Steel Casement Doors

Supply, assemble and fix the following purpose made


standard section steel Door to comply to
B.S.990,obtained from an approved manufacturer,
primed with red oxide primer before delivery to site
complete with, hinges, handles, catches and building in
lugs.

A Steel glazed mild steel door 1800x2400mm in small panes


comprising 300mm high top fixed light, fabricated from
50x25x3 mm RHS frame, 25x50x3mm zed & tee sections
and reinforced with 16mm bars mild steel square welded to
approved pattern complete with three lever lock as union
catalogue or equal; the frames fishtailed and grouted to
concrete block wall or concrete head;Complete NO. 2

Touch up primer ,prepare and apply two undercoats


and one finishing coat of 1 st quality and approved
gloss 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 Veneered


to BS 459 :Part 2, faced on both sides with 3mm
internal painting quality ply wood and lipped on all
edges with hardwood

F Door Overall Size 800x2100mm high NO. 7

G Door Overall size 900*2100mm high NO. 6

Carried to Collection KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 4
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/8
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Supply and fix the following ironmongery with screws
to match (Ref. is to Union Catalogue or other equal and
approved)

Iron mongery.

Supply and fix the following ironmongery with screws


to match (Ref. is to Union Catalogue or other equal and
approved)

A Rubber door stop fixed to concrete floor,or masonry walling


with 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 wood


primer

D Back of wood surface exceeding 100mm girth but not


exceeding 200mm girth LM 98

Prepare and apply two undercoats and one finishing


coat gloss paint on wood work

E Ditto over 200mm but not exceeding 300mm girth LM 49

F General surfaces SM 46

Carried to Collection KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 4
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/9
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 8

FIRST FLOOR

ELEMENT NO. 4

DOORS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page8/8

Page8/9

Carried Forward to Summary of Section No. 8 KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 4
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/10
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
WINDOWS

Aluminium framed windows

Natural anodised aluminium section windows including


accessories to Architects approval : 75 x 50 mm frames
: aluminium glazing beads, powder coated alumnium
window cills and wash leather, neoprene gaskets strip:
permanent vents in aluminium louvre to be integral to
window and mosquito proofed : complete with and
including 6 mm reflective, tinted or clear laminated
glass as specified by architect including butt jointed
glazing with silicone sealant where shown and as
directed by the Architect: with and including aluminium
louvre jambs where detailed and louvre glass blades
with smooth edges: :installed by an approved domestic
sub-contractor: to Architects window schedule: all
opening windows to have "Bonn Series" or equal and
approved friction stay hinges with restrictor stay, satin
anodised aluminium window handles and locking
device : fixed to partitions : frames fixed with screws
plugged : 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 metal
in small panes SM 21

Precast Concrete Cill

F 150 x 50mm precast concrete window cill bedded and


jointed in cement/sand mortar LM 20

Prime grade wrot cypress

G 125 x 25mm window board with one labour LM 20

Carried to Collection KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 5
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/11
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A 25mm quadrant bead LM 20

B Pelmet boxes in 25 x 150mm bull-nosed top, 25 x 150mm


fascia with 8 labours; complete with 19 x 50mm cypress
bearer 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 primer


to :-

G Back of wood before fixing not exceeding 100mm girth LM 20

Prepare and apply one undercoat and two finishing


coats of gloss oil paint to general surfaces of :-

H Windows (both sides measured) SM 42

Carried to Collection KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 5
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/12
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 8

FIRST FLOOR

ELEMENT NO. 5

WINDOWS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page8/11

Page8/12

Carried Forward to Summary of Section No. 8 KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 5
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/13
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 external


quality emulsion paint to:-

B Rendered surfaces SM 9

Natural stone walling external finishes

C Extra over machine dressed stone walling for neat recessed


horizontal 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 KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 6
EXTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/14
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 ceramic


floor tiles as manufactured by "saj Ceramics" or other equal
and approved on preapared screed with first quality
adhesive 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 with
dense yarn: high fade resistance with 100% solution dyed
nylon suitable for heavy commercial usage: yarn weight with
minimum 1.2kg/m2 and total weight equal or above 2.5
kg/m2: electrostatic propensity less than 2.0kv: prepare
surface and lay complete with underlay as per
manufacturers printed instructions allow for and brass
knaplocks as necessary or as directed: 100 x 25mm profiles
mahogany skirtings on all wall edges : cement and sand
screed (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 KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 7
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/15
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 8

FIRST FLOOR

ELEMENT NO. 7

INTERNAL FINISHES

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page8/15

Page8/16

Carried Forward to Summary of Section No. 8 KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 7
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/17
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 150mm


high 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 wrot


frames : 25 x 25mm sawn cypress bearers plugged and
screwed : 20mm blockboard doors, shelves, partitions,
sides and divisions : hardwood lipped on all exposed
edges : all exposed blockboard surfaces faced with
mahogany veneer : 100mm aluminium D-handles :
75mm brass piano hinges : magnetic ball catches :
prepare and apply three coats polyurethane or other
equal and approved clear finish to all exposed surfaces
unless otherwise stated

D Low level cleaners "U" shaped cupboard and worktop unit


size 7000 mm long x 600mm wide x 900mm high :
comprising 100mm concrete (class 15) benching with 25mm
cement sand paving (measured separately) : 100mm
concrete (class 20/20mm) worktop reinforced with 6mm
diameter mild steel reinforcement bars at 150mm centres
bothways 7no partitions : one full length shelf : 5No doors
size 500 x 600mm high NO. 1

Carried to Collection KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/18
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
STORE SHELVING

A 20mm x 400mm Wide blockboard shelves : mahogany


veneered on all exposed surfaces : hardwood lipped on all
exposed edges : 60 x 25mm sawn cypress bearers plugged
and screwed to wall : three coats polyurethane or other
equal and approved clear finish to all exposed surfaces
unless otherwise stated LM 41

Service Ducts

B 25mm Blockboard door to refuse chute size 600 x 3050mm


high : mahogany veneer faced : 50 x 100mm mahogany
frame and 25 x 25mm architrave : ironmongery : three coats
polyurethane clear varnish NO. 12

VANITY TOPS

Concrete Work

C 100mm Thick insitu concrete (class 20/20) worktop :


including 6mm diameter mild steel reinforcement bars at
150mm 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 not


exceeding 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 x


1000mm high : fixed with chromium plated dome headed
nuts and screws NO. 11

Carried to Collection KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/19
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A Ditto size 2000 x 1100mm high (gents and ladies toilets) NO. 22

B 20mm Diameter chromium plated horizontal hands grip


hook 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 screwed
drawing L(74)03, 04, 05, 06, 10, 12 and 13 NO. 33

Carried to Collection KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/20
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 8

FIRST FLOOR

ELEMENT NO. 8

FIXTURES AND FITTINGS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page8/18

Page8/19

Page8/20

Carried Forward to Summary of Section No. 8 KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/21
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Ceramic tiles

A Supply and fix 300 x 300mm x 8mm thick Non-slip ceramic


floor tiles as manufactured by "saj Ceramics" or other equal
and approved on preapared screed with first quality
adhesive including pointing SM 71

15mm (minimum) Two-coat lime plaster, with steel


trowelled 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 steel


trowelled finish, as described to:-

D Soffits of suspended ceiling SM 321

Prepare and apply three under coats of 1 st quality and


approved paint to:-

E Plastered soffits of suspended slabs


SM 321

Accoustic ceiling

Aluminium frame in 600 x 600 x 15 mm Decorative


accoustic , Armstrong Minaboard Synonyms T-M range
or equal and approved panels : on and including
exposed powder coated aluminium grid system ;
suspended 400mm from concrete soffits(including all
necessary framework) : provisional

F Horizontal ceilings SM 283

G Extra over for access panels and diffusers 600 x 600 mm NO. 4

Carried to Collection KES


SECTION NO. 8
FIRST FLOOR
ELEMENT NO. 7
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/16
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 8

FIRST FLOOR

SECTION SUMMARY - FIRST FLOOR

Bill Page Amount


No No
1 REINFORCED CONCRETE FRAME Page8/1

2 STAIRCASES Page8/4

3 WALLING Page8/7

4 DOORS Page8/10

5 WINDOWS Page8/13

6 EXTERNAL FINISHES Page8/14

7 INTERNAL FINISHES Page8/17

8 FIXTURES AND FITTINGS Page8/21

Carried to Final Summary KES


SECTION NO. 8
FIRST FLOOR
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page8/22
SECOND FLOOR
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
REINFORCED CONCRETE FRAME

Insitu concrete class 25 , vibrated and reinforced as


described, 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 KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 1
REINFORCED CONCRETE FRAME
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/1
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 4461


and 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 : including


cutting 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 on
preapared screed with first quality adhesive including
pointing 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 KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 2
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/2
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Prepare and apply three coats of approved emulsion
paint : 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 and


including all necessary grouting and making good; complete LM 52

Carried to Collection KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 2
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/3
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 9

SECOND FLOOR

ELEMENT NO. 2

STAIRCASES

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page9/2

Page9/3

Carried Forward to Summary of Section No. 9 KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 2
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/4
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
INTERNAL WALLING

Machine cut natural stone walling jointed in cement and


sand (1:3) mortar including bonding ties as necessary

A 200mm Thick walling SM 194

Three- ply bituminous felt damp proof course bedded in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

B 200mm Wide horizontal layer LM 79

Machine cut natural stone walling jointed in cement and


sand (1:3) mortar including bonding ties as necessary

C 150mm Thick walling SM 35

Three- ply bituminous felt damp proof course bedded in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

D 150mm Wide horizontal layer LM 14

Aluminium Partitions

Powder Coated aluminium glazed partitions and


screens (colour to Architects approval) as detailed in
Architect's tender drawings: Aluminium sections shall
be obtained from an approved manufacturer : vertical
frames shall be as detailed, single glazed partition
bottom and top shall be in butterfly channel sections
size 45x20mm as detailed: with and including all
aluminium beads and neoprene gaskets as directed :
supply and fix 8mm clear toughed laminated safety
glass with smooth edges as specified on drawing:
Partition securely fixed to block work or concrete: allow
timber stiffener inserts as necessary: finished and
handed 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 KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 3
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/5
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
25 mm Thick Laminated MDF board: Scratch proof
Veneered on both sides: (Veneer to Architects
approval) : on aluminium frame (m/s): lower end panel
fixed to floor: to

A Partitions : 1200mm high SM 32

8mm Clear sheet laminated glass; glazing to aluminium


frame (m/s): including 25 x 25 mm anodized aluminium
glazing beading and rubber gaskets on both sides: to

B Partitions: 1850mm high SM 21

Supply and fix coloured transparent/translucent stick


on vinyl film with client's "corporate graphics" or
sandblast film graphics as per Architect's details or as
directed: 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 in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

E 200mm Wide horizontal layer LM 127

Carried to Collection KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 3
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/6
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 9

SECOND FLOOR

ELEMENT NO. 3

WALLING

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page9/5

Page9/6

Carried Forward to Summary of Section No. 9 KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 3
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/7
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
DOORS

Aluminium Doors:

Alumium doors complete: 8mm obscure float glass: all


beading: all ironmongery e.g. locks, Stainless steel
handles, hinges; flush bolts e.t.c : Fixed to and
including powder coated aluminium frames: as per
Architects details

A Single leaf : aluminium glass doors : 900 x 2400mm high


overall NO. 10

B Double leaf : Ditto : 1500 x 2400mm high NO. 4

Steel Casement Doors

Supply, assemble and fix the following purpose made


standard section steel Door to comply to
B.S.990,obtained from an approved manufacturer,
primed with red oxide primer before delivery to site
complete with, hinges, handles, catches and building in
lugs.

C Steel glazed mild steel double door 1800x2400mm


fabricated from 50x25x3 mm RHS frame, 25x50x3mm zed
& tee sections and reinforced with 16mm bars mild steel
square welded to approved pattern complete with; the
frames fishtailed and grouted to concrete block wall or
concrete head;Complete NO. 3

Touch up primer ,prepare and apply two undercoats


and one finishing coat of 1 st quality and approved
gloss 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 KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 4
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/8
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Wrot treated cypress selected and kept clean

Flush Doors

45mm thick Solid core flush door Mahogany Veneered


to BS 459 :Part 2, faced on both sides with 3mm
internal painting quality ply wood and lipped on all
edges 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 screws


to match (Ref. is to Union Catalogue or other equal and
approved)

Iron mongery.

Supply and fix the following ironmongery with screws


to match (Ref. is to Union Catalogue or other equal and
approved)

C Rubber door stop fixed to concrete floor,or masonry walling


with 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 wood


primer

F Back of wood surface exceeding 100mm girth but not


exceeding 200mm girth LM 114

Prepare and apply two undercoats and one finishing


coat gloss paint on wood work

G Ditto over 200mm but not exceeding 300mm girth LM 57

H General surfaces SM 54

Carried to Collection KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 4
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/9
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 9

SECOND FLOOR

ELEMENT NO. 4

DOORS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page9/8

Page9/9

Carried Forward to Summary of Section No. 9 KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 4
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/10
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
WINDOWS

Aluminium framed windows

Natural anodised aluminium section windows including


accessories to Architects approval : 75 x 50 mm frames
: aluminium glazing beads, powder coated alumnium
window cills and wash leather, neoprene gaskets strip:
permanent vents in aluminium louvre to be integral to
window and mosquito proofed : complete with and
including 6 mm reflective, tinted or clear laminated
glass as specified by architect including butt jointed
glazing with silicone sealant where shown and as
directed by the Architect: with and including aluminium
louvre jambs where detailed and louvre glass blades
with smooth edges: :installed by an approved domestic
sub-contractor: to Architects window schedule: all
opening windows to have "Bonn Series" or equal and
approved friction stay hinges with restrictor stay, satin
anodised aluminium window handles and locking
device : fixed to partitions : frames fixed with screws
plugged : 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 metal
in small panes SM 35

Precast Concrete Cill

F 150 x 50mm precast concrete window cill bedded and


jointed in cement/sand mortar LM 32

Prime grade wrot cypress

G 125 x 25mm window board with one labour LM 32

Carried to Collection KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 5
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/11
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A 25mm quadrant bead LM 32

B Pelmet boxes in 25 x 150mm bull-nosed top, 25 x 150mm


fascia with 8 labours; complete with 19 x 50mm cypress
bearer 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 primer


to :-

G Back of wood before fixing not exceeding 100mm girth LM 32

Prepare and apply one undercoat and two finishing


coats of gloss oil paint to general surfaces of :-

H Windows (both sides measured) SM 70

Carried to Collection KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 5
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/12
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 9

SECOND FLOOR

ELEMENT NO. 5

WINDOWS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page9/11

Page9/12

Carried Forward to Summary of Section No. 9 KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 5
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/13
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 external


quality emulsion paint to:-

B Rendered surfaces SM 9

Natural stone walling external finishes

C Extra over machine dressed stone walling for neat recessed


horizontal 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 KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 6
EXTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/14
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 ceramic


floor tiles as manufactured by "saj Ceramics" or other equal
and approved on preapared screed with first quality
adhesive 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 with
dense yarn: high fade resistance with 100% solution dyed
nylon suitable for heavy commercial usage: yarn weight with
minimum 1.2kg/m2 and total weight equal or above 2.5
kg/m2: electrostatic propensity less than 2.0kv: prepare
surface and lay complete with underlay as per
manufacturers printed instructions allow for and brass
knaplocks as necessary or as directed: 100 x 25mm profiles
mahogany skirtings on all wall edges : cement and sand
screed (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 KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 7
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/15
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Ceramic tiles

A Supply and fix 300 x 300mm x 8mm thick Non-slip ceramic


floor tiles as manufactured by "saj Ceramics" or other equal
and approved on preapared screed with first quality
adhesive including pointing SM 60

15mm (minimum) Two-coat lime plaster, with steel


trowelled 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 steel


trowelled finish, as described to:-

D Soffits of suspended ceiling SM 455

Prepare and apply three under coats of 1 st quality and


approved paint to:-

E Plastered soffits of suspended slabs


SM 455

Accoustic ceiling

Aluminium frame in 600 x 600 x 15 mm Decorative


accoustic , Armstrong Minaboard Synonyms T-M range
or equal and approved panels : on and including
exposed powder coated aluminium grid system ;
suspended 400mm from concrete soffits(including all
necessary framework) : provisional

F Horizontal ceilings SM 415

G Extra over for access panels and diffusers 600 x 600 mm NO. 5

Carried to Collection KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 7
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/16
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 9

SECOND FLOOR

ELEMENT NO. 7

INTERNAL FINISHES

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page9/15

Page9/16

Carried Forward to Summary of Section No. 9 KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 7
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/17
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 150mm


high 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 wrot


frames : 25 x 25mm sawn cypress bearers plugged and
screwed : 20mm blockboard doors, shelves, partitions,
sides and divisions : hardwood lipped on all exposed
edges : all exposed blockboard surfaces faced with
mahogany veneer : 100mm aluminium D-handles :
75mm brass piano hinges : magnetic ball catches :
prepare and apply three coats polyurethane or other
equal and approved clear finish to all exposed surfaces
unless otherwise stated

D Low level cleaners "U" shaped cupboard and worktop unit


size 7000 mm long x 600mm wide x 900mm high :
comprising 100mm concrete (class 15) benching with 25mm
cement sand paving (measured separately) : 100mm
concrete (class 20/20mm) worktop reinforced with 6mm
diameter mild steel reinforcement bars at 150mm centres
bothways 7no partitions : one full length shelf : 5No doors
size 500 x 600mm high NO. 1

Carried to Collection KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/18
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
STORE SHELVING

A 20mm x 400mm Wide blockboard shelves : mahogany


veneered on all exposed surfaces : hardwood lipped on all
exposed edges : 60 x 25mm sawn cypress bearers plugged
and screwed to wall : three coats polyurethane or other
equal and approved clear finish to all exposed surfaces
unless otherwise stated LM 41

Service Ducts

B 25mm Blockboard door to refuse chute size 600 x 3050mm


high : mahogany veneer faced : 50 x 100mm mahogany
frame and 25 x 25mm architrave : ironmongery : three coats
polyurethane clear varnish NO. 12

VANITY TOPS

Concrete Work

C 100mm Thick insitu concrete (class 20/20) worktop :


including 6mm diameter mild steel reinforcement bars at
150mm 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 not


exceeding 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 x


1000mm high : fixed with chromium plated dome headed
nuts and screws NO. 11

Carried to Collection KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/19
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A Ditto size 2000 x 1100mm high (gents and ladies toilets) NO. 22

B 20mm Diameter chromium plated horizontal hands grip


hook 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 screwed
drawing L(74)03, 04, 05, 06, 10, 12 and 13 NO. 33

Carried to Collection KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/20
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 9

SECOND FLOOR

ELEMENT NO. 8

FIXTURES AND FITTINGS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page9/18

Page9/19

Page9/20

Carried Forward to Summary of Section No. 9 KES


SECTION NO. 9
SECOND FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/21
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 9

SECOND FLOOR

SECTION SUMMARY - SECOND FLOOR

Bill Page Amount


No No
1 REINFORCED CONCRETE FRAME Page9/1

2 STAIRCASES Page9/4

3 WALLING Page9/7

4 DOORS Page9/10

5 WINDOWS Page9/13

6 EXTERNAL FINISHES Page9/14

7 INTERNAL FINISHES Page9/17

8 FIXTURES AND FITTINGS Page9/21

Carried to Final Summary KES


SECTION NO. 9
SECOND FLOOR
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page9/22
THIRD FLOOR
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
REINFORCED CONCRETE FRAME

Insitu concrete class 25 , vibrated and reinforced as


described, 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 KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 1
REINFORCED CONCRETE FRAME
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/1
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 4461


and 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 : including


cutting 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 on
preapared screed with first quality adhesive including
pointing 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 KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 2
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/2
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Prepare and apply three coats of approved emulsion
paint : 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 x


2mm RHS balusters fish-tailed and built into floor at 600mm
centres; 500mm long 25 x 25 x 2mm RHS verticals with
ends welded at 125mm centres to and including 2 No. 25 x
25 x 2mm mid-rails; including varnished 65 x 30mm grooved
mahogany handrail screwed to and including 25 x 2mm
steel flat rail; including all necessary grouting and making
good; complete LM 52

Prepare and apply one coat red oxide primer and two
coats of gloss oil paint to:-

D General surfaces of metal SM 23

Carried to Collection KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 2
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/3
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 10

THIRD FLOOR

ELEMENT NO. 2

STAIRCASES

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page10/2

Page10/3

Carried Forward to Summary of Section No. 10 KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 2
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/4
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
INTERNAL WALLING

Machine cut natural stone walling jointed in cement and


sand (1:3) mortar including bonding ties as necessary

A 200mm Thick walling SM 279

Three- ply bituminous felt damp proof course bedded in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

B 200mm Wide horizontal layer LM 115

Machine cut natural stone walling jointed in cement and


sand (1:3) mortar including bonding ties as necessary

C 150mm Thick walling SM 58

Three- ply bituminous felt damp proof course bedded in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

D 150mm Wide horizontal layer LM 23

Aluminium Partitions

Powder Coated aluminium glazed partitions and


screens (colour to Architects approval) as detailed in
Architect's tender drawings: Aluminium sections shall
be obtained from an approved manufacturer : vertical
frames shall be as detailed, single glazed partition
bottom and top shall be in butterfly channel sections
size 45x20mm as detailed: with and including all
aluminium beads and neoprene gaskets as directed :
supply and fix 8mm clear toughed laminated safety
glass with smooth edges as specified on drawing:
Partition securely fixed to block work or concrete: allow
timber stiffener inserts as necessary: finished and
handed 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 KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 3
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/5
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
25 mm Thick Laminated MDF board: Scratch proof
Veneered on both sides: (Veneer to Architects
approval) : on aluminium frame (m/s): lower end panel
fixed to floor: to

A Partitions : 1200mm high SM 32

8mm Clear sheet laminated glass; glazing to aluminium


frame (m/s): including 25 x 25 mm anodized aluminium
glazing beading and rubber gaskets on both sides: to

B Partitions: 1850mm high SM 21

Supply and fix coloured transparent/translucent stick


on vinyl film with client's "corporate graphics" or
sandblast film graphics as per Architect's details or as
directed: finished and handed over: to

C Glass partitions SM 21

Panelling

D 25mm Thick MDF panel cladding (in double layer) fixed to


masonry wall with and includding soft wood timber bearers
at 500mm centres SM 61

8mm Clear sheet laminated sandBlasted glass; glazing


frameless glazing beading and rubber gaskets on both
sides: to

E Partitions: 1850mm high SM 41

Supply and fix coloured transparent/translucent stick


on vinyl film with client's "corporate graphics" or
sandblast film graphics as per Architect's details or as
directed: finished and handed over: to

F Glass partitions SM 41

EXTERNAL WALLING

G 200mm Thick walling SM 272

Carried to Collection KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 3
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/6
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Three- ply bituminous felt damp proof course bedded in
cement ans sand (1:3) mortar (measured nett allow for
laps):-

A 200mm Wide horizontal layer LM 127

Carried to Collection KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 3
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/7
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 10

THIRD FLOOR

ELEMENT NO. 3

WALLING

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page10/5

Page10/6

Page10/7

Carried Forward to Summary of Section No. 10 KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 3
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/8
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
DOORS

FRAMELESS GLASS DOOR

10mm thick toughened frameless glass door: including


top door patch CAT NO LWP/020 and bottom door
patch fittings CAT NO. P010: make all holes as
necessary: smooth edges

A Ditto : 1200mm x 2100mm high NO. 1

Steel Casement Doors

Supply, assemble and fix the following purpose made


standard section steel Door to comply to
B.S.990,obtained from an approved manufacturer,
primed with red oxide primer before delivery to site
complete with, hinges, handles, catches and building in
lugs.

B Steel glazed mild steel double door 1800x2400mm


fabricated from 50x25x3 mm RHS frame, 25x50x3mm zed
& tee sections and reinforced with 16mm bars mild steel
square welded to approved pattern complete with; the
frames fishtailed and grouted to concrete block wall or
concrete head;Complete NO. 1

Touch up primer ,prepare and apply two undercoats


and one finishing coat of 1 st quality and approved
gloss 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 KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 4
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/9
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
45mm thick Solid core flush door Mahogany Veneered
to BS 459 :Part 2, faced on both sides with 3mm
internal painting quality ply wood and lipped on all
edges 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 screws


to match (Ref. is to Union Catalogue or other equal and
approved)

Iron mongery.

Supply and fix the following ironmongery with screws


to match (Ref. is to Union Catalogue or other equal and
approved)

C Rubber door stop fixed to concrete floor,or masonry walling


with 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 wood


primer

F Back of wood surface exceeding 100mm girth but not


exceeding 200mm girth LM 176

Prepare and apply two undercoats and one finishing


coat gloss paint on wood work

G Ditto over 200mm but not exceeding 300mm girth LM 88

H General surfaces SM 83

Carried to Collection KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 4
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/10
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 10

THIRD FLOOR

ELEMENT NO. 4

DOORS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page10/9

Page10/10

Carried Forward to Summary of Section No. 10 KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 4
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/11
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
WINDOWS

Aluminium framed windows

Natural anodised aluminium section windows including


accessories to Architects approval : 75 x 50 mm frames
: aluminium glazing beads, powder coated alumnium
window cills and wash leather, neoprene gaskets strip:
permanent vents in aluminium louvre to be integral to
window and mosquito proofed : complete with and
including 6 mm reflective, tinted or clear laminated
glass as specified by architect including butt jointed
glazing with silicone sealant where shown and as
directed by the Architect: with and including aluminium
louvre jambs where detailed and louvre glass blades
with smooth edges: :installed by an approved domestic
sub-contractor: to Architects window schedule: all
opening windows to have "Bonn Series" or equal and
approved friction stay hinges with restrictor stay, satin
anodised aluminium window handles and locking
device : fixed to partitions : frames fixed with screws
plugged : 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 metal
in small panes SM 34

Precast Concrete Cill

F 150 x 50mm precast concrete window cill bedded and


jointed in cement/sand mortar LM 31

Prime grade wrot cypress

G 125 x 25mm window board with one labour LM 31

Carried to Collection KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 5
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/12
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A 25mm quadrant bead LM 31

B Pelmet boxes in 25 x 150mm bull-nosed top, 25 x 150mm


fascia with 8 labours; complete with 19 x 50mm cypress
bearer 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 primer


to :-

G Back of wood before fixing not exceeding 100mm girth LM 31

Prepare and apply one undercoat and two finishing


coats of gloss oil paint to general surfaces of :-

H Windows (both sides measured) SM 68

Carried to Collection KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 5
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/13
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 10

THIRD FLOOR

ELEMENT NO. 5

WINDOWS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page10/12

Page10/13

Carried Forward to Summary of Section No. 10 KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 5
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/14
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 external


quality emulsion paint to:-

B Rendered surfaces SM 9

Natural stone walling external finishes

C Extra over machine dressed stone walling for neat recessed


horizontal 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 KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 6
EXTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/15
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 ceramic


floor tiles as manufactured by "saj Ceramics" or other equal
and approved on preapared screed with first quality
adhesive 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 with
dense yarn: high fade resistance with 100% solution dyed
nylon suitable for heavy commercial usage: yarn weight with
minimum 1.2kg/m2 and total weight equal or above 2.5
kg/m2: electrostatic propensity less than 2.0kv: prepare
surface and lay complete with underlay as per
manufacturers printed instructions allow for and brass
knaplocks as necessary or as directed: 100 x 25mm profiles
mahogany skirtings on all wall edges : cement and sand
screed (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 KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 7
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/16
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Ceramic tiles

A Supply and fix 300 x 300mm x 8mm thick Non-slip ceramic


floor tiles as manufactured by "saj Ceramics" or other equal
and approved on preapared screed with first quality
adhesive including pointing SM 79

15mm (minimum) Two-coat lime plaster, with steel


trowelled 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 steel


trowelled finish, as described to:-

D Soffits of suspended ceiling SM 428

Prepare and apply three under coats of 1 st quality and


approved paint to:-

E Plastered soffits of suspended slabs


SM 428

Accoustic ceiling

Aluminium frame in 600 x 600 x 15 mm Decorative


accoustic , Armstrong Minaboard Synonyms T-M range
or equal and approved panels : on and including
exposed powder coated aluminium grid system ;
suspended 400mm from concrete soffits(including all
necessary framework) : provisional

F Horizontal ceilings SM 408

G Extra over for access panels and diffusers 600 x 600 mm NO. 5

Carried to Collection KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 7
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/17
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 10

THIRD FLOOR

ELEMENT NO. 7

INTERNAL FINISHES

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page10/16

Page10/17

Carried Forward to Summary of Section No. 10 KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 7
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/18
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 150mm


high 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 wrot


frames : 25 x 25mm sawn cypress bearers plugged and
screwed : 20mm blockboard doors, shelves, partitions,
sides and divisions : hardwood lipped on all exposed
edges : all exposed blockboard surfaces faced with
mahogany veneer : 100mm aluminium D-handles :
75mm brass piano hinges : magnetic ball catches :
prepare and apply three coats polyurethane or other
equal and approved clear finish to all exposed surfaces
unless otherwise stated

D Low level cleaners "U" shaped cupboard and worktop unit


size 7000 mm long x 600mm wide x 900mm high :
comprising 100mm concrete (class 15) benching with 25mm
cement sand paving (measured separately) : 100mm
concrete (class 20/20mm) worktop reinforced with 6mm
diameter mild steel reinforcement bars at 150mm centres
bothways 7no partitions : one full length shelf : 5No doors
size 500 x 600mm high NO. 1

Carried to Collection KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/19
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
STORE SHELVING

A 20mm x 400mm Wide blockboard shelves : mahogany


veneered on all exposed surfaces : hardwood lipped on all
exposed edges : 60 x 25mm sawn cypress bearers plugged
and screwed to wall : three coats polyurethane or other
equal and approved clear finish to all exposed surfaces
unless otherwise stated LM 41

Service Ducts

B 25mm Blockboard door to refuse chute size 600 x 3050mm


high : mahogany veneer faced : 50 x 100mm mahogany
frame and 25 x 25mm architrave : ironmongery : three coats
polyurethane clear varnish NO. 12

VANITY TOPS

Concrete Work

C 100mm Thick insitu concrete (class 20/20) worktop :


including 6mm diameter mild steel reinforcement bars at
150mm 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 not


exceeding 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 x


1000mm high : fixed with chromium plated dome headed
nuts and screws NO. 11

Carried to Collection KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/20
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A Ditto size 2000 x 1100mm high (gents and ladies toilets) NO. 22

B 20mm Diameter chromium plated horizontal hands grip


hook 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 screwed
drawing L(74)03, 04, 05, 06, 10, 12 and 13 NO. 33

Carried to Collection KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/21
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 10

THIRD FLOOR

ELEMENT NO. 8

FIXTURES AND FITTINGS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page10/19

Page10/20

Page10/21

Carried Forward to Summary of Section No. 10 KES


SECTION NO. 10
THIRD FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/22
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 10

THIRD FLOOR

SECTION SUMMARY - THIRD FLOOR

Bill Page Amount


No No
1 REINFORCED CONCRETE FRAME Page10/1

2 STAIRCASES Page10/4

3 WALLING Page10/8

4 DOORS Page10/11

5 WINDOWS Page10/14

6 EXTERNAL FINISHES Page10/15

7 INTERNAL FINISHES Page10/18

8 FIXTURES AND FITTINGS Page10/22

Carried to Final Summary KES


SECTION NO. 10
THIRD FLOOR
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page10/23
FOURTH FLOOR
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
REINFORCED CONCRETE FRAME

Insitu concrete class 25 , vibrated and reinforced as


described, 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 KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 1
REINFORCED CONCRETE FRAME
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/1
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 4461


and 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 : including


cutting 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 on
preapared screed with first quality adhesive including
pointing 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 KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 2
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/2
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Prepare and apply three coats of approved emulsion
paint : 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 x


2mm RHS balusters fish-tailed and built into floor at 600mm
centres; 500mm long 25 x 25 x 2mm RHS verticals with
ends welded at 125mm centres to and including 2 No. 25 x
25 x 2mm mid-rails; including varnished 65 x 30mm grooved
mahogany handrail screwed to and including 25 x 2mm
steel flat rail; including all necessary grouting and making
good; complete LM 52

Prepare and apply one coat red oxide primer and two
coats of gloss oil paint to:-

D General surfaces of metal SM 23

Carried to Collection KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 2
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/3
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 11

FOURTH FLOOR

ELEMENT NO. 2

STAIRCASES

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page11/2

Page11/3

Carried Forward to Summary of Section No. 11 KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 2
STAIRCASES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/4
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
INTERNAL WALLING

Machine cut natural stone walling jointed in cement and


sand (1:3) mortar including bonding ties as necessary

A 200mm Thick walling SM 44

Three- ply bituminous felt damp proof course bedded in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

B 200mm Wide horizontal layer LM 21

Panelling

C 25mm Thick MDF panel cladding (in double layer) fixed to


masonry wall with and includding soft wood timber bearers
at 500mm centres SM 61

EXTERNAL WALLING

D 200mm Thick walling SM 283

Three- ply bituminous felt damp proof course bedded in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

E 200mm Wide horizontal layer LM 127

Carried Forward to Summary of Section No. 11 KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 3
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/5
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
DOORS

Steel Casement Doors

Supply, assemble and fix the following purpose made


standard section steel Door to comply to
B.S.990,obtained from an approved manufacturer,
primed with red oxide primer before delivery to site
complete with, hinges, handles, catches and building in
lugs.

A Steel glazed mild steel double door 1800x2400mm


fabricated from 50x25x3 mm RHS frame, 25x50x3mm zed
& tee sections and reinforced with 16mm bars mild steel
square welded to approved pattern complete with; the
frames fishtailed and grouted to concrete block wall or
concrete head;Complete NO. 3

Touch up primer ,prepare and apply two undercoats


and one finishing coat of 1 st quality and approved
gloss 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 :Part


2, faced on both sides with 3mm internal painting
quality ply wood and lipped on all edges with
hardwood

F Door Overall Size 900x2100mm high NO. 2

Carried to Collection KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 4
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/6
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Supply and fix the following ironmongery with screws
to match (Ref. is to Union Catalogue or other equal and
approved)

Iron mongery.

Supply and fix the following ironmongery with screws


to match (Ref. is to Union Catalogue or other equal and
approved)

A Rubber door stop fixed to concrete floor,or masonry walling


with 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 wood


primer

D Back of wood surface exceeding 100mm girth but not


exceeding 200mm girth LM 16

Prepare and apply two undercoats and one finishing


coat gloss paint on wood work

E Ditto over 200mm but not exceeding 300mm girth LM 8

F General surfaces SM 8

Carried to Collection KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 4
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/7
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 11

FOURTH FLOOR

ELEMENT NO. 4

DOORS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page11/6

Page11/7

Carried Forward to Summary of Section No. 11 KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 4
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/8
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
WINDOWS

Aluminium framed windows

Natural anodised aluminium section windows including


accessories to Architects approval : 75 x 50 mm frames
: aluminium glazing beads, powder coated alumnium
window cills and wash leather, neoprene gaskets strip:
permanent vents in aluminium louvre to be integral to
window and mosquito proofed : complete with and
including 6 mm reflective, tinted or clear laminated
glass as specified by architect including butt jointed
glazing with silicone sealant where shown and as
directed by the Architect: with and including aluminium
louvre jambs where detailed and louvre glass blades
with smooth edges: :installed by an approved domestic
sub-contractor: to Architects window schedule: all
opening windows to have "Bonn Series" or equal and
approved friction stay hinges with restrictor stay, satin
anodised aluminium window handles and locking
device : fixed to partitions : frames fixed with screws
plugged : 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 metal
in small panes SM 30

Precast Concrete Cill

F 150 x 50mm precast concrete window cill bedded and


jointed in cement/sand mortar LM 32

Prime grade wrot cypress

G 125 x 25mm window board with one labour LM 32

Carried to Collection KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 5
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/9
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A 25mm quadrant bead LM 32

B Pelmet boxes in 25 x 150mm bull-nosed top, 25 x 150mm


fascia with 8 labours; complete with 19 x 50mm cypress
bearer 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 primer


to :-

G Back of wood before fixing not exceeding 100mm girth LM 32

Prepare and apply one undercoat and two finishing


coats of gloss oil paint to general surfaces of :-

H Windows (both sides measured) SM 60

Carried to Collection KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 5
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/10
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 11

FOURTH FLOOR

ELEMENT NO. 5

WINDOWS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page11/9

Page11/10

Carried Forward to Summary of Section No. 11 KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 5
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/11
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 external


quality emulsion paint to:-

B Rendered surfaces SM 9

Natural stone walling external finishes

C Extra over machine dressed stone walling for neat recessed


horizontal 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 KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 6
EXTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/12
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 ceramic


floor tiles as manufactured by "saj Ceramics" or other equal
and approved on preapared screed with first quality
adhesive 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 floor
finish on preapared screed with first quality adhesive
including pointing
SM 231

WALL FINISHES

15mm (minimum) Two-coat lime plaster, with steel


trowelled 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 KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 7
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/13
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
CEILLING AND SOFFITS

15mm (minimum) Two-coat lime plaster, with steel


trowelled finish, as described to:-

A Soffits of suspended ceiling SM 496

Prepare and apply three under coats of 1 st quality and


approved paint to:-

B Plastered soffits of suspended slabs


SM 496

Accoustic ceiling

Aluminium frame in 600 x 600 x 15 mm Decorative


accoustic , Armstrong Minaboard Synonyms T-M range
or equal and approved panels : on and including
exposed powder coated aluminium grid system ;
suspended 400mm from concrete soffits(including all
necessary framework) : provisional

C Horizontal ceilings SM 362

D Extra over for access panels and diffusers 600 x 600 mm NO. 5

Carried to Collection KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 7
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/14
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 11

FOURTH FLOOR

ELEMENT NO. 7

INTERNAL FINISHES

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page11/13

Page11/14

Carried Forward to Summary of Section No. 11 KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 7
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/15
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 150mm


high 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 wrot


frames : 25 x 25mm sawn cypress bearers plugged and
screwed : 20mm blockboard doors, shelves, partitions,
sides and divisions : hardwood lipped on all exposed
edges : all exposed blockboard surfaces faced with
mahogany veneer : 100mm aluminium D-handles :
75mm brass piano hinges : magnetic ball catches :
prepare and apply three coats polyurethane or other
equal and approved clear finish to all exposed surfaces
unless otherwise stated

D Low level cleaners "U" shaped cupboard and worktop unit


size 7000 mm long x 600mm wide x 900mm high :
comprising 100mm concrete (class 15) benching with 25mm
cement sand paving (measured separately) : 100mm
concrete (class 20/20mm) worktop reinforced with 6mm
diameter mild steel reinforcement bars at 150mm centres
bothways 7no partitions : one full length shelf : 5No doors
size 500 x 600mm high NO. 1

Carried to Collection KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/16
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
STORE SHELVING

A 20mm x 400mm Wide blockboard shelves : mahogany


veneered on all exposed surfaces : hardwood lipped on all
exposed edges : 60 x 25mm sawn cypress bearers plugged
and screwed to wall : three coats polyurethane or other
equal and approved clear finish to all exposed surfaces
unless otherwise stated LM 41

Service Ducts

B 25mm Blockboard door to refuse chute size 600 x 3050mm


high : mahogany veneer faced : 50 x 100mm mahogany
frame and 25 x 25mm architrave : ironmongery : three coats
polyurethane clear varnish NO. 12

VANITY TOPS

Concrete Work

C 100mm Thick insitu concrete (class 20/20) worktop :


including 6mm diameter mild steel reinforcement bars at
150mm 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 not


exceeding 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 x


1000mm high : fixed with chromium plated dome headed
nuts and screws NO. 11

Carried to Collection KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/17
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A Ditto size 2000 x 1100mm high (gents and ladies toilets) NO. 22

B 20mm Diameter chromium plated horizontal hands grip


hook 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 screwed
drawing L(74)03, 04, 05, 06, 10, 12 and 13 NO. 33

Carried to Collection KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/18
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 11

FOURTH FLOOR

ELEMENT NO. 8

FIXTURES AND FITTINGS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page11/16

Page11/17

Page11/18

Carried Forward to Summary of Section No. 11 KES


SECTION NO. 11
FOURTH FLOOR
ELEMENT NO. 8
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/19
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 11

FOURTH FLOOR

SECTION SUMMARY - FOURTH FLOOR

Bill Page Amount


No No
1 REINFORCED CONCRETE FRAME Page11/1

2 STAIRCASES Page11/4

3 WALLING Page11/5

4 DOORS Page11/8

5 WINDOWS Page11/11

6 EXTERNAL FINISHES Page11/12

7 INTERNAL FINISHES Page11/15

8 FIXTURES AND FITTINGS Page11/19

Carried to Final Summary KES


SECTION NO. 11
FOURTH FLOOR
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page11/20
AUDITORIUM
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
SUBSTRUCTURES (ALL PROVISIONAL)

Excavation and site clearance

A Excavate 150mm deep to remove top vegetable soil and


cart away or burn arisings SM 187

B Excavate for trenches and Bases not exceeding 1.5m depth


in black cotton soil CM 120

C Ditto 1.5-3.0 M CM 120

Disposal

D Load, wheel and cart away from site surplus excavated


materila and deposit in approved dumping area CM 32

E Allow for keeping excavations free from all water by


pumping 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 to
approval. 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 KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 1
SUBSTRUCTURES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/1
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
BRC mesh fabric reinforcement:-

A BRC ref. A.142 mesh weighing 2.22kg/m2 in ground floor


slab SM 187

Load bearing natural stone walling,chisel dressed on


both 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 including


bends, 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-termite


insecticide treatment to blinded hardcore surfaces applied in
accordance 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 KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 1
SUBSTRUCTURES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/2
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 12

AUDITORIUM

ELEMENT NO. 1

SUBSTRUCTURES

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page12/1

Page12/2

Carried Forward to Summary of Section No. 12 KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 1
SUBSTRUCTURES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/3
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
REINFORCED CONCRETE FRAME

Insitu concrete class 25 , vibrated and reinforced as


described, in:-

A Internal and Ring; Beams CM 6

B External Beams CM 16

C Sloping Slabs; Not Exceeding 30 degrees: 150mm thick


slab 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 KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 2
REINFORCED CONCRETE FRAME
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/4
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 4461


and 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 : including


cutting 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 with
dense yarn: high fade resistance with 100% solution dyed
nylon suitable for heavy commercial usage: yarn weight with
minimum 1.2kg/m2 and total weight equal or above 2.5
kg/m2: electrostatic propensity less than 2.0kv: prepare
surface and lay complete with underlay as per
manufacturers printed instructions allow for and brass
knaplocks as necessary or as directed: 100 x 25mm profiles
mahogany skirtings on all wall edges : cement and sand
screed (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 KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 3
TERRACES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/5
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A Sloping soffits : open edges of string staircase SM 86

Prepare and apply three coats of approved emulsion


paint : to

B Sloping soffits : staircase SM 86

C Horizontal soffits : landings SM 86

GIRDER RAILING

Girder Railing to support Electrical and Lighting


Features.

600mm high Girder railing comprising 50 x 50 x 3mm


Patterned Steel sections fish-tailed and built into slab at
150mm centres ;Ditto in Hexagonals; to structural
Engineers Details screwed to including all necessary
grouting and making good; complete; Primed and
Painted

D Allow a provisional sum for Girder Sections at the Terrace Item 200,000 00

Prepare and apply one coat red oxide primer and two
coats of gloss oil paint to:-

E General surfaces of metal SM 88

Carried to Collection KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 3
TERRACES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/6
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 12

AUDITORIUM

ELEMENT NO. 3

TERRACES

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page12/5

Page12/6

Carried Forward to Summary of Section No. 12 KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 3
TERRACES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/7
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
INTERNAL WALLING

Machine cut natural stone walling jointed in cement and


sand (1:3) mortar including bonding ties as necessary

A 200mm Thick walling SM 36

Three- ply bituminous felt damp proof course bedded in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

B 200mm Wide horizontal layer LM 6

Machine cut natural stone walling jointed in cement and


sand (1:3) mortar including bonding ties as necessary

C 100mm Thick walling SM 43

Three- ply bituminous felt damp proof course bedded in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

D 100mm Wide horizontal layer LM 8

EXTERNAL WALLING

E 200mm Thick walling SM 315

Three- ply bituminous felt damp proof course bedded in


cement ans sand (1:3) mortar (measured nett allow for
laps):-

F 200mm Wide horizontal layer LM 55

Carried Forward to Summary of Section No. 12 KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 4
WALLING
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/8
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
DOORS

Mural doors

Panel doors : wrot mahogany : selected and kept clean


(Provisional)

A 50 mm Decorative mural door (lamu door, overall) size 1800


x 2500 mm high, : 2no equal leaves : comprising 50 x 150
mm rebated stiles, top, and 50 x 200 mm bottom rail :
decorative mouldings on panels ( on both sides). 200 x
100mm thick ( extreme) moulded door frame fixed to
wall,screwed and pellated Rate to include for Lamu carvings
to door lining not exceeding 300mm wide including
parliament 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 50
x 200 mm bottom rail : panels in filled with 50 mm
hardwood boarding with diamond shaped bevelled and solid
brass moulding and splayed at joint to frame : 900 x 300
mm high fan light with glass infill complete with 5 Lever
Union 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 made


standard section steel Door to comply to
B.S.990,obtained from an approved manufacturer,
primed with red oxide primer before delivery to site
complete with, hinges, handles, catches and building in
lugs.

D Steel glazed mild steel double door 3000x2400mm


fabricated from 50x25x3 mm RHS frame, 25x50x3mm zed
& tee sections and reinforced with 16mm bars mild steel
square welded to approved pattern complete with; the
frames fishtailed and grouted to concrete block wall or
concrete head;Complete NO. 1

Carried to Collection KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 5
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/9
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A Steel glazed mild steel double door 1800x2400mm in small
panes comprising 300mm high top fixed light, fabricated
from 50x25x3 mm RHS frame, 25x50x3mm zed & tee
sections and reinforced with 16mm bars mild steel square
welded to approved pattern complete with three lever lock
as union catalogue or equal; the frames fishtailed and
grouted to concrete block wall or concrete head;Complete NO. 2

Touch up primer ,prepare and apply two undercoats


and one finishing coat of 1 st quality and approved
gloss 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 :Part


2, faced on both sides with mahogany veneer and
lipped on all edges with hardwood

F Dooor Overall size 900*2100mm high NO. 2

Supply and fix the following ironmongery with screws


to match (Ref. is to Union Catalogue or other equal and
approved)

Iron mongery.

Supply and fix the following ironmongery with screws


to match (Ref. is to Union Catalogue or other equal and
approved)

G Rubber door stop fixed to concrete floor,or masonry walling


with and including 38mm rawl bolt NO. 1

Carried to Collection KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 5
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/10
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 wood


primer

C Back of wood surface exceeding 100mm girth but not


exceeding 200mm girth LM 8

Prepare and apply two undercoats and one finishing


coat gloss paint on wood work

D Ditto over 200mm but not exceeding 300mm girth LM 4

E General surfaces SM 4

Carried to Collection KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 5
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/11
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 12

AUDITORIUM

ELEMENT NO. 5

DOORS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page12/9

Page12/10

Page12/11

Carried Forward to Summary of Section No. 12 KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 5
DOORS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/12
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
WINDOWS

Steel Windows

Supply and fix the following purpose-made steel


casement window in heavy duty z and T-sections
complete with lug, hinges, approved brass window
stays and handles, 200mm high 16gauge mild steel
plate at top and with built-in permanent vents at top
primed with red lead oxide after fabrication to allow for
small panes size 175x200mm ;complete and reinforced
with 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 metal
in small panes SM 5

Precast Concrete Cill

C 150 x 50mm precast concrete window cill bedded and


jointed 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 150mm


fascia with 8 labours; complete with 19 x 50mm cypress
bearer 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 KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 6
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/13
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A Ditto window board surfaces 100 - 200mm girth LM 5

Painting

Prepare and apply one undercoat and two finishing


coats of gloss oil paint to general surfaces of :-

B Windows (both sides measured) SM 10

Carried to Collection KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 6
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/14
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 12

AUDITORIUM

ELEMENT NO. 6

WINDOWS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page12/13

Page12/14

Carried Forward to Summary of Section No. 12 KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 6
WINDOWS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/15
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
EXTERNAL FINISHES

WALL FINISHES

Natural stone walling external finishes

A Extra over machine dressed stone walling for neat recessed


horizontal key in cement mortar 1:11/2 SM 258

Carried Forward to Summary of Section No. 12 KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 7
EXTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/16
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 with
dense yarn: high fade resistance with 100% solution dyed
nylon suitable for heavy commercial usage: yarn weight with
minimum 1.2kg/m2 and total weight equal or above 2.5
kg/m2: electrostatic propensity less than 2.0kv: prepare
surface and lay complete with underlay as per
manufacturers printed instructions allow for and brass
knaplocks as necessary or as directed: 100 x 25mm profiles
mahogany skirtings on all wall edges : cement and sand
screed (ms) all to Architect's approval SM 57

Timber Decking

Prime grade wrot cypress timber selected and kept


clean

C Toungue and Grooved timber surfaces laid onto and


including 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 matt


finish : to

F Skirtings : over 100 but not exceeding 200 mm girth LM 9

WALL FINISHES

Carried to Collection KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 8
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/17
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
15mm (minimum) Two-coat lime plaster, with steel
trowelled 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; fixed


to masonry/ concrete surfaces fixed on and including
50 x 25 mm wrot celcure grounds : 150mm x 50mm
thick moulded podo beading to edges of panels :
100x25mm architrave;polished

C Accoustic panels to chamber walls comprising 25mm thick


compressed hexafoam fire resistant insulation and 20mm
thick solid mahogany panels and 30 x 25 m moulded cover
beadings at 500 mm horizontal centres respectively : to
detail no. ----- SM 354

Prepare and apply three coats polyurethane clear matt


varnish : on wood work

D General surfaces timber wall panelling SM 354

CEILLING AND SOFFITS

15mm (minimum) Two-coat lime plaster, with steel


trowelled finish, as described to:-

E Soffits of suspended ceiling SM 175

Prepare and apply three under coats of 1 st quality and


approved paint to:-

F Plastered soffits of suspended slabs


SM 175

Carried to Collection KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 8
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/18
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
Panelled ceiling : 20m thick partenered decorative
ceiling panels ( 15 m above ground level)

A 15 m thick gypsum dry construction panels , cut to profile


and forming niches/ recesses and or protrutions : and fixed
to and including aluminium grid brandering at 400 x 400 mm
centres, suspended with galvanised wire hangers from the
steel trusses (m/s) SM 175

Prepare and apply three coats polyurethane clear matt


varnish : on wood work

B General surfaces ceiling panelling (Over 10.5m above


ground level) SM 175

Suspended acoustic ceilings : 600 x 600mm Tegular


design or equal and approved on and including lay in
grid system as specified : tappered edge: approved
suspension system : measured over light fittings :
including all cutting : allow for all perimeter trims,
curved trims, trims to light fittings and columns trims
as necessary : all to Architects approval

C Horizontal ceiling SM 112

Carried to Collection KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 8
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/19
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 12

AUDITORIUM

ELEMENT NO. 8

INTERNAL FINISHES

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page12/17

Page12/18

Page12/19

Carried Forward to Summary of Section No. 12 KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 8
INTERNAL FINISHES
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/20
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 150mm


high 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 wrot


frames : 25 x 25mm sawn cypress bearers plugged and
screwed : 20mm blockboard doors, shelves, partitions,
sides and divisions : hardwood lipped on all exposed
edges : all exposed blockboard surfaces faced with
mahogany veneer : 100mm aluminium D-handles :
75mm brass piano hinges : magnetic ball catches :
prepare and apply three coats polyurethane or other
equal and approved clear finish to all exposed surfaces
unless otherwise stated

D Low level cleaners "U" shaped cupboard and worktop unit


size 7000 mm long x 600mm wide x 900mm high :
comprising 100mm concrete (class 15) benching with 25mm
cement sand paving (measured separately) : 100mm
concrete (class 20/20mm) worktop reinforced with 6mm
diameter mild steel reinforcement bars at 150mm centres
bothways 7no partitions : one full length shelf : 5No doors
size 500 x 600mm high NO. 1

Carried to Collection KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 9
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/21
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
STORE SHELVING

A 20mm x 400mm Wide blockboard shelves : mahogany


veneered on all exposed surfaces : hardwood lipped on all
exposed edges : 60 x 25mm sawn cypress bearers plugged
and screwed to wall : three coats polyurethane or other
equal and approved clear finish to all exposed surfaces
unless otherwise stated LM 41

Service Ducts

B 25mm Blockboard door to refuse chute size 600 x 3050mm


high : mahogany veneer faced : 50 x 100mm mahogany
frame and 25 x 25mm architrave : ironmongery : three coats
polyurethane clear varnish NO. 12

VANITY TOPS

Concrete Work

C 100mm Thick insitu concrete (class 20/20) worktop :


including 6mm diameter mild steel reinforcement bars at
150mm 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 not


exceeding 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 x


1000mm high : fixed with chromium plated dome headed
nuts and screws NO. 11

Carried to Collection KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 9
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/22
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A Ditto size 2000 x 1100mm high (gents and ladies toilets) NO. 22

B 20mm Diameter chromium plated horizontal hands grip


hook 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 screwed
drawing L(74)03, 04, 05, 06, 10, 12 and 13 NO. 33

Carried to Collection KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 9
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/23
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 12

AUDITORIUM

ELEMENT NO. 9

FIXTURES AND FITTINGS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page12/21

Page12/22

Page12/23

Carried Forward to Summary of Section No. 12 KES


SECTION NO. 12
AUDITORIUM
ELEMENT NO. 9
FIXTURES AND FITTINGS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/24
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 12

AUDITORIUM

SECTION SUMMARY - AUDITORIUM

Bill Page Amount


No No
1 SUBSTRUCTURES Page12/3

2 REINFORCED CONCRETE FRAME Page12/4

3 TERRACES Page12/7

4 WALLING Page12/8

5 DOORS Page12/12

6 WINDOWS Page12/15

7 EXTERNAL FINISHES Page12/16

8 INTERNAL FINISHES Page12/20

9 FIXTURES AND FITTINGS Page12/24

Carried to Final Summary KES


SECTION NO. 12
AUDITORIUM
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page12/25
ROOFING AND
RAINWATER
DISPOSAL
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
ROOFING

ROOFING (All Provisional)

Machine cut natural stone walling jointed in cement and


sand (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), 20mm


maximum aggregate, vibrated and reinforced as
described, in:-

B Roof slab SM 474

C Gutter Beams CM 71

Waterproofing

Insitu cement and sand (1:3) screeded beds, with steel


trowelled finish , on concrete

D 30mm Screed finished to receive interlocking tiles for water


proofing SM 474

Roof Tiles

E Supply and fix 19mm interlocking concrete roof tiles on


prepared cement-sand screed SM 474

Reinforcement

High tensile steel reinforcement to B.S. 4461 in


structural 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 KES


SECTION NO. 13
ROOFING AND RAINWATER DISPOSAL
ELEMENT NO. 1
ROOF CONSTRUCTION AND RAINWATER DISPOSAL
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page13/1
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
UPVC DOWNPIPES

A 150mm diameter UPVC down pipe secured to wall with and


including 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 KES


SECTION NO. 13
ROOFING AND RAINWATER DISPOSAL
ELEMENT NO. 1
ROOF CONSTRUCTION AND RAINWATER DISPOSAL
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page13/2
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 13

ROOFING AND RAINWATER DISPOSAL

ELEMENT NO. 1

ROOF CONSTRUCTION AND RAINWATER DISPOSAL

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page13/1

Page13/2

Carried to Final Summary KES


SECTION NO. 13
ROOFING AND RAINWATER DISPOSAL
ELEMENT NO. 1
ROOF CONSTRUCTION AND RAINWATER DISPOSAL
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page13/3
EXTERNAL WORKS
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION QUANTITY RATE AMOUNT


NO.
FOUL DRAINAGE

(ALL PROVISIONAL)

BULK EXCAVATION, FILLING, ETC

Note: Excavations to include maintaining and supporting sides


of all excavations and keeping same free from all fallen
materials , mud and water by pumping , bailing or otherwise

A Excavate trench for 150mm diameter drain pipes average


1000mm deep and not exceeding 1.50 metres deep , part
return fill and ram, and remainder remove from site LM 581

MANHOLE AND COVERS

B Construct manhole chamber internal size 600x450mm


comprising 150mm masonry with water proof cement render
and formed channels bed including excavation, backfilling and
making good depth not exceeding 1000 mm average 600 mm.
Cast iron Grade "B" (Medium Duty) single seal flat type
manhole cover and frame size 610 x 452mm to B.S. 497: 1967,
minimum weight 143 Kgs. and setting frame in cement mortar
and cover in water-proof grease NO. 32

DRAIN PIPES

PVC Pipes

C 150mm Diameter heavy gauge "golden brown" underground


drainage system and laying and jointing in accordance with the
manufacturer's instructions LM 281

D Allow for testing and commissioning Item

Beds, haunches and sorrounds

provide Concrete class 15/20 bed, haunch and sorround


Type C as per Civil Engineering Drawings. Rate to include
all 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 KES


SECTION NO. 14
EXTERNAL WORKS
ELEMENT NO. 1
FOUL DRAINAGE
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page14/1
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 of


tunnels 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 and


beeded jointed and pointed in cement mortar (1:3) SM 265

F 75 mm channel covers with drain sleeves reinforced with


mesh 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 1200


mm LM 9

Carried to Collection KES


SECTION NO. 14
EXTERNAL WORKS
ELEMENT NO. 2
STORMWATER DRAINAGE
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page14/2
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
The following in Catchpits

A Cast in-situ catchpits,size 1400x1200x1200mm deep to B.S


556 encased in and icluding 150mm thick conrete walls and
base class 25,mesh reinforcement B.S Re A142, complete
with 300mi diameter PCC pipe outlet, 1000x900mm wide
galvanised M.S grating contained in 50x50x12mn M.S angle
with fixing lugs @250mm c/c,cast in concrete grating formed
in 48x8mm M.S flats @40mm c/c all welded with and
including all excavations,formwork and disposal as per
Engineer's drawings NO. 1

The following in Headwalls

B 200mm thick chisel dressed natural stone wall for


culverts,finished fair on both sides including all necessary
excavations,formwork and disposal as per Engineer's
drawings SM 7

C 150mm thick plain concrete class 20 in foundations,


including all necessary excavations and formwork as per
Engineer's drawings NO. 2

The following in IBD

D Precast concrete 300mm wide IBD class 25,with 2no.side


slabs size 600x225x75mm thick bedded and jointed in c/s
mortar(l:3) laid on compacted murram as per Engineer's
drawings SM 52

The following in U-drain

E 50mm thick concrete blinding class 15, as per Engineer's


drawings SM 9

F 400mm wide precast U-drain class 25 bedded and jointed in


c/s mortar (1:3) as per Engineer's drawings LM 37

G 500mm wide galvanised and painted M.S grating cover


formed with 50x10mm cross and side flats @40mm c/c and
50x50x5mm RSA including fixin; lugs@250mm c/c as per
Engineer's drawings LM 20

Carried to Collection KES


SECTION NO. 14
EXTERNAL WORKS
ELEMENT NO. 2
STORMWATER DRAINAGE
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page14/3
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A 150mm thick concrete base and 100mm walls clas:
25,reinfoced with fabric mesh B.S Re A142,including all
necessary formwork as per Engineer's drawings size
600x600mm LM 13

Carried to Collection KES


SECTION NO. 14
EXTERNAL WORKS
ELEMENT NO. 2
STORMWATER DRAINAGE
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page14/4
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 14

EXTERNAL WORKS

ELEMENT NO. 2

STORMWATER DRAINAGE

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page14/2

Page14/3

Page14/4

Carried Forward to Summary of Section No. 14 KES


SECTION NO. 14
EXTERNAL WORKS
ELEMENT NO. 2
STORMWATER DRAINAGE
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page14/5
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 excavated


materials and deposit in an approved dumping area CM 504

Imported murram/natural gravel filling : approved by


Engineer

D Supply selected and approved fill material to make up


levels: scarify, spread, grade and compact to falls,
crossfalls and slopes : in layers layers not exceeding
225mm: compact to 100% MDD AASHTO T180
grade, level and compact to falls, cross falls and slopes :
excavated surfaces : compact to 100% MDD (Standard
Compaction) CM 306

Sub-base and road base

E 300 mm Base : hand packed hardcore stone filling, graded


to falls, crossfalls and slopes : including blinding with quarry
dust : compact by rolling in layers of 150mm SM 555

Concrete road paving block : heavy duty : load bearing


49N/mm² : herringbone pattern or as directed "Bamburi
blox" as manufactured by Bamburi Products Ltd or
equal and approved : laid by specilists: to falls on and
including 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 mm
class 15/20 concrete haunch , excavate and disposal LM 99

Carried to Collection KES


SECTION NO. 14
EXTERNAL WORKS
ELEMENT NO. 3
ROADS, PARKINGS & UTILITY AREA
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page14/6
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A 125 x 100 mm Flush channel : 325 x 100 mm concrete
(class 15) bed : 100 mm x 100 mm (class 15) haunching
both sides : formwork : cement and sand (1:3) mortar : joint
pointing 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 by


Engineer

E Supply selected and approved fill material to make up


levels: scarify, spread, grade and compact to falls,
crossfalls and slopes : in layers layers not exceeding
225mm: compact to 100% MDD AASHTO T180
grade, level and compact to falls, cross falls and slopes :
excavated surfaces : compact to 100% MDD (Standard
Compaction) CM 500

Sub-base and road base

F 300 mm Base : hand packed hardcore stone filling, graded


to falls, crossfalls and slopes : including blinding with quarry
dust : compact by rolling in layers of 150mm SM 450

Precast concrete road paving blocks to regular pattern


as ''Bamburi Blox'' or other equal and approved laid to
manufactrurer's specifications

G 50mm thick Light duty concrete paving blocks size 210 x


105 x 50 mm (minimum strength 35 N per square mm ) as
per Bamburi or other equal and approved catalogue; laid on
and including 50 mm screeded fine ballast or sand bed and
compacted by surface vibration
SM 450

Carried to Collection KES


SECTION NO. 14
EXTERNAL WORKS
ELEMENT NO. 3
ROADS, PARKINGS & UTILITY AREA
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page14/7
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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) haunching
both sides : formwork : cement and sand (1:3) mortar : joint
pointing LM 389

Mild Steel

900mm high mild steel balustrading comprising 40 x 40


x 2mm RHS balusters fish-tailed and built into floor at
600mm centres; 500mm long 25 x 25 x 2mm RHS
verticals with ends welded at 125mm centres to and
including 2 No. 25 x 25 x 2mm mid-rails; including
varnished 65 x 30mm grooved mahogany handrail
screwed 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 on
32mm x 5mm steel angle framework set in 50 x 50 x 6mm
steel angle frame set in concrete: with and including steel
bush hinges and two handles: cover set in grease: prepare
and apply three coats bitumionous paint before setting in
position NO. 2

Carried to Collection KES


SECTION NO. 14
EXTERNAL WORKS
ELEMENT NO. 3
ROADS, PARKINGS & UTILITY AREA
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page14/8
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 14

EXTERNAL WORKS

ELEMENT NO. 3

ROADS, PARKINGS & UTILITY AREA

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page14/6

Page14/7

Page14/8

Carried Forward to Summary of Section No. 14 KES


SECTION NO. 14
EXTERNAL WORKS
ELEMENT NO. 3
ROADS, PARKINGS & UTILITY AREA
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page14/9
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 14

EXTERNAL WORKS

SECTION SUMMARY - EXTERNAL WORKS

Bill Page Amount


No No
1 FOUL DRAINAGE Page14/1

2 STORMWATER DRAINAGE Page14/5

3 ROADS, PARKINGS & UTILITY AREA Page14/9

Carried to Final Summary KES


SECTION NO. 14
EXTERNAL WORKS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page14/10
DAYWORKS
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
DAYWORKS

All rates provided by the contractor to include and


cover for; profits and overhead, transport, insurances
and premiums as required by regulatory authorities and
all 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 KES


SECTION NO. 15
DAYWORKS
ELEMENT NO. 1
DAYWORKS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page15/1
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 KES


SECTION NO. 15
DAYWORKS
ELEMENT NO. 1
DAYWORKS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page15/2
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
A Allow for any other items of Plant or Equipment,

(a) .............................................................

(b) .............................................................

(c) .............................................................

(d) ..............................................................
Item

Carried to Collection KES


SECTION NO. 15
DAYWORKS
ELEMENT NO. 1
DAYWORKS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page15/3
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

SECTION NO. 15

DAYWORKS

ELEMENT NO. 1

DAYWORKS

COLLECTION

Page Amount
No
Total Brought Forward from Page No. Page15/1

Page15/2

Page15/3

Carried to Final Summary KES


SECTION NO. 15
DAYWORKS
ELEMENT NO. 1
DAYWORKS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page15/4
PROPOSED NAKURU COUNTY ASSEMBLY
OFFICES & ASSOCIATED FACILITIES

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT


NO.
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 with


mechanical AND Electrical installations including cutting
holes, 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 an


approved Registered Item 1,200,000 00

Carried to Final Summary KES


SECTION NO. 16
P.C AND PROVISIONAL SUMS
ELEMENT NO. 1
PRIME COST AND PROVISIONAL SUMS
Architect: Scope Designs Systems
Quantity Surveyors: Obra International

Page16/1
MAIN SUMMARY
e
PROPOSED CONSTRUCTION OF OFFICES AND ASSOCIATED FACILITES

FOR

NAKURU COUNTY ASSEMBLY

SECTION Description Page NO. (FOR CONTRACTORS' FOR OFFICIAL USE


NO. USE) KShs 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

ROOFING AND RAINWATER


13 INSTALLATIONS 13/03

14 EXTERNAL WORKS 14/10

14 DAYWORKS 14/4
PRIME COST AND PROVISIONAL
15 SUMS 16/01

ELECTRICAL INSTALLATIONS,
CCTV, SECURITY SYSTEM, PABX
VOL 2 AND STRUCTURED CABLING VOL 2

PLUMBING AND DRAINAGE, FIRE


PROTECTION ,MECHANICAL
VENTILATION AND AIR
VOL 3 CONDITIONING INSTALLATION VOL 3

Total to Form of Tender

Amount in words:

Signature and Stamp of Tenderer:

Contact Person/Telephone No.

Date:

Witness:
Signature:

MS/01
DRAWINGS
16,508 9,465 5,890

X
1 2 3 4 5

E E
200

200
GAZEBO GAZEBO
STAGE

collapsible
partition

D D
COMMITEE

10
9,228

9,228
STAFF
ROOM 01
LIFT ASSISTED
LIFT
ramp
AUDITORIUM 11
12 9
13 8
14
15
7
6 LADIES GENTS
16 5

20 x 195 = 3,900
17 4
18 3
19 2
20 1

C C
20,400

20,400
ENTRANCE
LOBBY CORRIDOR
6,574

6,574
PRINTING/
RECEPTION PHOTOCOPYING STORAGE WAITING AREA

CONTROL
ROOM
COMMITEE
B ROOM 02 B

collapsible
ENTRANCE partition
4,800

4,800
ENTRANCE LOBBY

A A
200

200
8,802 7,706 9,465 5,890
200 34,600 200
X

1 2 3 4 5

Client: Project: Drawing: Date: Architects:


SCOPE DESIGNS SYSTEMS
PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS,OFFICES AND GROUND FLOOR OCT. 2016
Architects, Interior & Landscape
Architects
P.O. Box 10594-00100, Tel. 020-2612299
ASSOCIATED FACILITIES Scale: Mobile: 0720-012418
Email: scopedsign@yahoo.com
GSPublisherVersion 0.0.100.100
1:100
X
1 2 3 4 5

200 25,800 200 4,200 200 4,200 200


16,508 9,465 5,890

E E

200

200
OFFICE OFFICE

D D
aluminium partition

8
9,228

9,228
STAFF
LIFT ASSISTED
LIFT
9
10 7
11 6
12 5
LADIES GENTS DEPARTMENTAL DEPARTMENTAL

16 x 197 = 3,150
13 200
4 1,500 200
OFFICE OFFICE
14 3
15 2

VOID 16 1
OFFICE

LOBBY
C C
DEPARTMENTAL DEPARTMENTAL
20,400

20,400
aluminium partition OFFICE OFFICE

E-04
6,574

6,574
DEPARTMENTAL DEPARTMENTAL DEPARTMENTAL DEPARTMENTAL
OFFICE OFFICE OFFICE OFFICE
DEPARTMENTAL DEPARTMENTAL
OFFICE OFFICE

B B

LIBRARY/RESOURCE CENTRE
4,800

4,800
DEPARTMENTAL DEPARTMENTAL
ARCHIVES OFFICE OFFICE

A A
200

200
16,508 9,465 5,890
200 34,600 200
X

1 2 3 4 5

E-01

Client: Project: Drawing: Date: Architects:


SCOPE DESIGNS SYSTEMS
PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS,OFFICES AND FIRST FLOOR OCT. 2016
Architects, Interior & Landscape
Architects
P.O. Box 10594-00100, Tel. 020-2612299
ASSOCIATED FACILITIES Scale: Mobile: 0720-012418
Email: scopedsign@yahoo.com
GSPublisherVersion 0.0.100.100
1:100
X
1 2 3 4 5
200

8,802 7,706 9,465 5,890

E E

200
TERRACE TERRACE

D D
9,228

9,228
STAFF
LIFT ASSISTED
LIFT
200

LADIES GENTS
DEPARTMENTAL
OFFICE
CHRISTIAN PRAYER DEPARTMENTAL DEPARTMENTAL
4,902

ROOM OFFICE OFFICE


C C

20,400
200
6,574

6,574
DEPARTMENTAL DEPARTMENTAL
MUSLIM PRAYER
OFFICE OFFICE
ROOM DEPARTMENTAL DEPARTMENTAL DEPARTMENTAL
4,902

OFFICE OFFICE OFFICE OPEN PLAN OFFICE


OFFICE
WASH UP

B B
200

DEPARTMENTAL DEPARTMENTAL
OFFICE OFFICE
4,800

4,800
A A

200
8,802 7,706 9,465 5,890
X

35,000

1 2 3 4 5

Client: Project: Drawing: Date: Architects:


SCOPE DESIGNS SYSTEMS
PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS,OFFICES AND FOURTH FLOOR OCT. 2016
Architects, Interior & Landscape
Architects
P.O. Box 10594-00100, Tel. 020-2612299
ASSOCIATED FACILITIES Scale: Mobile: 0720-012418
Email: scopedsign@yahoo.com
GSPublisherVersion 0.0.100.100
1:100
X
1 2 3 4 5
200
16,508 9,465 5,890

E E
200

200
w.c DEPUTY w.c
SPEAKER

3,699
RECEPTION
RECEPTION
5,400

SPEAKER

D D

200
8
9,228

9,228
wdrb ASSISTED MAJORITY
9
LEADER
200

10 7
11 6
12 5
LADIES GENTS

16 x 197 = 3,150
STAFF
KITCHEN
13 4
LIFT

5,752
LIFT
14 3
15 2
16 1

RECEPTION

CORRIDOR
C w.c C
SPEAKER'S CORRIDOR

200
BOARDROOM w.c
10,004

RECEPTION
MINORITY
6,574

6,574
LEADER

5,752
DEPUTY COMMON
CLERK'S LOUNGE
OFFICE RECEPTION

B B
200

200
CLERK'S
OFFICE RECEPTION
RECEPTION RECEPTION RECEPTION
4,800

4,800
4,599

4,598
INDEPENDENT MEMBER
OF THE BOARD

A A

200
200

8,802 7,706 9,465 8,826


35,000
X

200

1 2 3 4 5

Client: Project: Drawing: Date: Architects:


SCOPE DESIGNS SYSTEMS
PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS,OFFICES AND THIRD FLOOR OCT. 2016
Architects, Interior & Landscape
Architects
P.O. Box 10594-00100, Tel. 020-2612299
ASSOCIATED FACILITIES Scale: Mobile: 0720-012418
Email: scopedsign@yahoo.com
GSPublisherVersion 0.0.100.100
1:100
E-03

X
1 2 3 4 5
200 34,600 200
16,508 9,465 5,890
200 4,200 200 4,200 200 25,798 200

E E
200

200
OFFICE OFFICE

D D
aluminium partition aluminium partition

8
9,228

9,228
STAFF
LIFT ASSISTED
LIFT
9
10 7
11 6

DEPARTMENTAL DEPARTMENTAL
12 5
LADIES GENTS DEPARTMENTAL DEPARTMENTAL

16 x 197 = 3,150
13 4

OFFICE OFFICE
14 3 SERVER ROOM OFFICE OFFICE
15 2
16 1

C C
DEPARTMENTAL DEPARTMENTAL DEPARTMENTAL DEPARTMENTAL
20,400

20,400
OFFICE OFFICE OFFICE OFFICE

E-04
6,574

6,574
OFFICE DEPARTMENTAL DEPARTMENTAL DEPARTMENTAL
DEPARTMENTAL DEPARTMENTAL OFFICE OFFICE OFFICE DEPARTMENTAL DEPARTMENTAL
OFFICE OFFICE OFFICE OFFICE

B B
4,800

4,800
DEPARTMENTAL DEPARTMENTAL DEPARTMENTAL DEPARTMENTAL
OFFICE OFFICE OFFICE OFFICE

A A
200

200
16,508 9,465 5,890
200 34,600 200
X

1 2 3 4 5

Client: Project: Drawing: Date: Architects:


SCOPE DESIGNS SYSTEMS
PROPOSED NAKURU COUNTY ASSEMBLY CHAMBERS,OFFICES AND SECOND FLOOR OCT. 2016
Architects, Interior & Landscape
Architects
P.O. Box 10594-00100, Tel. 020-2612299
ASSOCIATED FACILITIES Scale: Mobile: 0720-012418
Email: scopedsign@yahoo.com
GSPublisherVersion 0.0.100.100
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
CONTENTS

PROPOS ED NAKURU COUNTY ASS EMBLY CHAMBERS, OFFICES AND ASSOCIATED


FACILITI ES

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-

2 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

FT

FORM OF TENDER

TENDER FOR:

PROPOS ED NAKURU COUNTY ASS EMBLY CHAMBERS , OFFICES AND ASSOCI ATED
FACILITI ES

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:…………………………………………………………………………

3 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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.

mm 2 : shall mean square millimetres

k : shall mean kilo

4 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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

5 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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.

6 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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.

7 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

PART A

GENERAL CONDITIONS FOR ELECTRICAL


INSTALLATIONS

SUB-CONTRACT

8 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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.

9 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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

10 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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.

11 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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 -----

12 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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.

13 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

14 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

PART B

TECHNICAL SPECIFICATION FOR

ELECTRICAL INSTALLATIONS

SUB-CONTRACT

15 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

16 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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 1.5mm 2 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.

17 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

18 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

19 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

20 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

21 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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 ens ure 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.

22 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

23 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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.

24 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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

25 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

26 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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.

27 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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.

28 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

29 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

30 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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 170mm 2 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.

31 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

32 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

33 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

34 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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.

35 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

36 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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
0.75mm 2.
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.

37 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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 mm 2 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

38 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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.

39 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

40 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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 mm 2, to a permanent earthing terminal incorporated in
the associated box providing an effective, solid connection to the earth
continuity conductor of the installation.

41 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

42 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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

43 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

44 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

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.

45 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

46 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.
47 Nakuru County Offices
EDE / 064/EE EDSON
Engineers
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.
48 Nakuru County Offices
EDE / 064/EE EDSON
Engineers
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.

49 Nakuru County Offices


EDE / 064/EE EDSON
Engineers
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.

50 Nakuru County Offices


EDE / 064/EE EDSON
Engineers

PART C

BILLS OF QUANTITIES

FOR ELECTRICAL INSTALLATIONS

SUB-CONTRACT

51 Nakuru County Offices


EDE/64/16-ELEC Edson Engineers

NAKURU COUNTY ASSEMBLY OFFICES-ELECTRICAL SERVICES

ELECTRICAL INSTALLATION
ALL RATES TO INCLUDE 16% VAT Page BQ1
ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
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
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 (
c 1 Sum 0
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
0
Allow for liaison and attendance to KPLC Ltd. in power
d application, and meter separation and installation of new 1 Sum 0
3phase meter.
0
Allow for attendace to KPLC for the termination and
e 1 Sum 0
energizing of the main low voltage board.
0
f Allow for provision of manuals 1 Sum 0
0
Trenching and backfilling 2 X 100mm and 2 x 50 mm H/G
g 50 Lm 0
PVC ductin a 450 mm wide by 600 deep Trench.
0
Construction of 450 mm by 450 mm x 600 mm Power
h 1 Sum 0
Manhole
0
Construction of 450 mm by 450 mm x 600 mm
i 1 Sum 0
Tlecommunications Manhole
0
Construction of 600 mm by 450 mm x 450 mm Service
j 1 Sum 0
Turret Manhole
0
Any other necessary item(s) not included under the
k 0
prelininaries
0
(i)…………………………………….. 0
0
(ii) ……………………………………………….. 0
0
Total carried forward to price summary page ………. -

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

GROUND FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ2


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS
LIGHTING
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. 0
0
b Lighting point 2 way 27 No. 0
0
c 10 Amp one gang one way switch as MK 25 No. 0
0
d 10 Amp one gang two way switch as MK 8 No. 0
0
e 10 Amp one gang intermediate switch as MK 3 No. 0
0
LIGHTING FITTINGS 0
0
Type '6' 600x600mm, super efficient recessed LED
modular luminaire with curved diffuser as V3 luminaires
f 20 No. 0
catalogue's ''LYTEPANEL LED RECESSED 600 x 600mm
4K'' or an approved equivalent.
0
Type '2C' 1200x300mm, 24W, super efficient recessed
LED modular luminaire as V3 luminaires catalogue's
g 1 No. 0
''RANA LED Recessed 1200 x 300mm single LED (1*LH)''
or an approved equivalent.
0
Type '2A' 1200x300mm, 12W, super efficient recessed
LED modular luminaire as V3 luminaires catalogue's
h 27 No. 0
''RANA LED Recessed 1200 x 300mm double LED
(2*LH)'' or an approved equivalent.
0
Type 'D2' 24W super shallow LED downlighter in round
die cast aluminium housing for circulation spaces as V3
i 17 No. 0
luminaires catalogue's ''Ascent 50 12 LED STD HO'' or an
approved equivalent

Type '2D' 8W LED white downlight, IP44 rating for


j 12 No. 0
installation in wet areas as V3 luminaires catalogue's
''Insaver 150 HE Topper LED'' or an approved equivalent.

Type 'SL' 21W (high output) Surface mounted luminaire


k as V3 luminaires catalogue's ''InVerto Direct NW Eb Rust'' 12 No. 0
or an approved equivalent.

Type 'WB' Bulkhead wall mounted light for the lift sahft as
l 1 No. 0
V3 luminaires catalogue's ''Sterling Bulkhead - LED - 3
Bar Grill'' or an approved equivalent.
m Exit lights 4 No. 0
Total carried forward to price next page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

GROUND FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ3


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS

B/F 0
Supply, install, test and commsission,

POWER OUTLET POINTS

13A twin socket outlet point wired in 3X2.5mm2 PVC


a 32 No. 0
Copper cable in ring main in a 100 x 75 slotted trunking
0

13A twin floor box socket outlet point wired in 3X2.5mm2


b 19 No. 0
PVC Copper cable in ring main
0

20 Amp double pole outlet point wired in 3x4.0mm2 PVC


c 4 No. 0
Copper
0

Outlet point for 32A DP cooker control unit comprising


d concealed 25mm dia conduit, 3x6.0mm2 PVC cables and 1 No. 0
all accessories
0
0
POWER ACCESSORIES 0
0
13A twin switched socket outlets as MK or an approved
e 32 No. 0
equivalent
0
13A twin floor box socket outlets as MK or an approved
f 19 No. 0
equivalent

20A DP switch outlet with neon light as MK or an


g 4 No. 0
approved equivalent
0
32A DP cooker control unit with integral 13A switched
h 1 No. 0
socket outlet and neon lights
0
i cooker connector unit 1 No. 0
0
SUBMAINS 0
0
600/1000 volt grade multi core PVC insulated copper
armoured cable to BS 6346, including concealed
0
heavy gauge PVC conduit/trunking, accessories and
fittings
0
4-Core 25mm2 PVC/SWA/PVC cable from main LV Board
j 10 Lm 0
to DB 'A'
0
2 x 16mm2+ 1x10mm2 cables from DB to the Consumer
l 10 Lm 0
Units on Ground Floor
0
Total carried forward to price next page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

GROUND FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ4


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS
B/F 0
Supply, install, test and commsission,
DISTRIBUTION BOARDS
4 way CU as Merlin Gerin or approved equivalent
a complete with 80A SPN integral isolator for flush mounting 1 No. 0
complete with:
0
Single pole MCB units 0
0
1) 10A, 20A, 32A, Blanking Plates 0
0
Carry out concise permanent labeling for all the sub-
b 4 No. 0
circuits above
0
40mm Ø H/G PVC Conduits concealed in the slab for
c 30 Lm. 0
incoming power supply cables
0
Wall mounted purpose made common KP&LC meter
board manufactured in 14 SWG galvanized mild steel
d 1 No. 0
sheet and spray painted to approval, as shown on the
schematic drawings, complete with the following:-
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
0
FIRE ALARM 0
0
Addressable smoke/heat detectors as Menvier code
e MAOH850 plus addressable base with code MAB800 or 12 No. 0
approved equivalent
0
Addressable break glass as Menvier code MBG817 or
f 2 No. 0
approved equivalent
0
Sounder and beacon as Menvier code MASB870 or
g 2 No. 0
approved equivalent
0
Fire alarm initiating points wired in 1.5mm2 fire resistant
h 12 No. 0
cable enclosed in 20mm diameter conduits
0
Intelligent Addressable 2-loop fire alarm panel complete
i with 72hrs standby batteries as Menvier DF60002 1 No. 0

0
Allow for repeater panel on the third floor as Menvier
j 1 No. 0
DF6000PR
0
OTHER POINTS 0
0
k EXIT light wired in 1.5mm2 PVC Copper cable 4 No. 0
0
CCTV, Telephone,data & TV points in a 100 x 75 slotted
l 50 No. 0
trunking
Total carried forward to price summary page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

FIRST FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ5


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS
LIGHTING

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. 0
0
b Lighting point 2 way 12 No. 0
0
c 10 Amp one gang one way switch as MK 20 No. 0
0
d 10 Amp one gang two way switch as MK 6 No. 0
0
e 10 Amp one gang intermediate switch as MK 3 No. 0
0
LIGHTING FITTINGS 0
0
Type '6' 600x600mm, super efficient recessed LED
modular luminaire with curved diffuser as V3 luminaires
f 24 No. 0
catalogue's ''LYTEPANEL LED RECESSED 600 x 600mm
4K'' or an approved equivalent.
0
Type '2C' 1200x300mm, 24W, super efficient recessed
LED modular luminaire as V3 luminaires catalogue's
g 1 No. 0
''RANA LED Recessed 1200 x 300mm single LED (1*LH)''
or an approved equivalent.
0
Type '2A' 1200x300mm, 12W, super efficient recessed
LED modular luminaire as V3 luminaires catalogue's
h 15 No. 0
''RANA LED Recessed 1200 x 300mm double LED
(2*LH)'' or an approved equivalent.
0
Type 'D2' 24W super shallow LED downlighter in round
die cast aluminium housing for circulation spaces as V3
i 13 No. 0
luminaires catalogue's ''Ascent 50 12 LED STD HO'' or an
approved equivalent
0

Type '2D' 8W LED white downlight, IP44 rating for


k 11 No. 0
installation in wet areas as V3 luminaires catalogue's
''Insaver 150 HE Topper LED'' or an approved equivalent.

Type 'WB' Bulkhead wall mounted light for the lift sahft as
l 1 No. 0
V3 luminaires catalogue's ''Sterling Bulkhead - LED - 3
Bar Grill'' or an approved equivalent.

m Exit lights 4 No. 0

Total carried forward to price next page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

FIRST FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ6


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS
B/F 0
Supply, install, test and commsission,

POWER OUTLET POINTS

13A twin socket outlet point wired in 3X2.5mm2 PVC


a 33 No. 0
Copper cable in ring main in a 100 x 75 slotted trunking
0
13A twin floor box socket outlet point wired in 3X2.5mm2
b 26 No. 0
PVC Copper cable in ring main
0
20 Amp double pole outlet point wired in 3x4.0mm2 PVC
c 3 No. 0
Copper
0
Outlet point for 32A DP cooker control unit comprising
d concealed 25mm dia conduit, 3x6.0mm2 PVC cables and 1 No. 0
all accessories
0
0
POWER ACCESSORIES 0
0
13A twin switched socket outlets as MK or an approved
e 33 No. 0
equivalent
0
13A twin floor box socket outlets as MK or an approved
f 12 No. 0
equivalent

20A DP switch outlet with neon light as MK or an


g 3 No. 0
approved equivalent
0
32A DP cooker control unit with integral 13A switched
h 1 No. 0
socket outlet and neon lights
0
i cooker connector unit 1 No. 0
0
0
SUBMAINS 0
0

600/1000 volt grade multi core PVC insulated copper


armoured cable to BS 6346, including concealed 0
heavy gauge PVC conduit, accessories and fittings
0
2
4-Core 25mm PVC/SWA/PVC cable from main LV Board
j 15 Lm 0
to DB 'B'
0
2 x 16mm2+ 1x10mm2 cables from DB to the Consumer
k 25 Lm 0
Units on First Floor

0
Total carried forward to price next page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

FIRST FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ7


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS
B/F 0
Supply, install, test and commsission,

DISTRIBUTION BOARDS

4 way CU as Merlin Gerin or approved equivalent


a complete with 80A SPN integral isolator for flush mounting 1 No. 0
complete with:
0
Single pole MCB units 0
0
1) 10A, 20A, 32A, Blanking Plates 0
0
Carry out concise permanent labeling for all the sub-
b 4 No. 0
circuits above
0
40mm Ø H/G PVC Conduits concealed in the slab for
c 55 Lm. 0
incoming power supply cables
0
Wall mounted purpose made common KP&LC meter
board manufactured in 14 SWG galvanized mild steel
d 1 No. 0
sheet and spray painted to approval, as shown on the
schematic drawings, complete with the following:-
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
0
FIRE ALARM 0
0
Addressable smoke/heat detectors as Menvier code
e MAOH850 plus addressable base with code MAB800 or 12 No. 0
approved equivalent
0
Addressable break glass as Menvier code MBG817 or
f 2 No. 0
approved equivalent
0
Sounder and beacon as Menvier code MASB870 or
g 2 No. 0
approved equivalent
0
Fire alarm initiating points wired in 1.5mm2 fire resistant
h 12 No. 0
cable enclosed in 20mm diameter conduits
0
OTHER POINTS 0
0
i EXIT light wired in 1.5mm2 PVC Copper cable 4 No. 0
0
CCTV , Telephone,data & TV points in a 100 x 75 slotted
j 50 No. 0
trunking

Total carried forward to price summary page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

SECOND FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ8


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS
LIGHTING

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. 0
0
b Lighting point 2 way 9 No. 0
0
c 10 Amp one gang one way switch as MK 19 No. 0
0
d 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
0
LIGHTING FITTINGS 0
0
Type '6' 600x600mm, super efficient recessed LED
modular luminaire with curved diffuser as V3 luminaires
f 52 No. 0
catalogue's ''LYTEPANEL LED RECESSED 600 x 600mm
4K'' or an approved equivalent.
0
Type '2C' 1200x300mm, 24W, super efficient recessed
LED modular luminaire as V3 luminaires catalogue's
g 1 No. 0
''RANA LED Recessed 1200 x 300mm single LED (1*LH)''
or an approved equivalent.
0
Type '2A' 1200x300mm, 12W, super efficient recessed
LED modular luminaire as V3 luminaires catalogue's
h 3 No. 0
''RANA LED Recessed 1200 x 300mm double LED
(2*LH)'' or an approved equivalent.
0
Type 'D2' 24W super shallow LED downlighter in round
die cast aluminium housing for circulation spaces as V3
i 9 No. 0
luminaires catalogue's ''Ascent 50 12 LED STD HO'' or an
approved equivalent
0

Type '2D' 8W LED white downlight, IP44 rating for


j 11 No. 0
installation in wet areas as V3 luminaires catalogue's
''Insaver 150 HE Topper LED'' or an approved equivalent.

Type 'WB' Bulkhead wall mounted light for the lift sahft as
k 1 No. 0
V3 luminaires catalogue's ''Sterling Bulkhead - LED - 3
Bar Grill'' or an approved equivalent.
l Exit lights 4 No. 0

Total carried forward to price next page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

SECOND FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ9


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS

B/F 0
Supply, install, test and commsission,

POWER OUTLET POINTS

13A twin socket outlet point wired in 3X2.5mm2 PVC


a 35 No. 0
Copper cable in ring main in a 100 x 75 slotted trunking
0
13A twin floor box socket outlet point wired in 3X2.5mm2
b 40 No. 0
PVC Copper cable in ring main
0

20 Amp double pole outlet point wired in 3x4.0mm2 PVC


c 3 No. 0
Copper
0
Outlet point for 32A DP cooker control unit comprising
d concealed 25mm dia conduit, 3x6.0mm2 PVC cables and 1 No. 0
all accessories
0
0
POWER ACCESSORIES 0
0
13A twin switched socket outlets as MK or an approved
e 35 No. 0
equivalent
0
13A twin floor box socket outlets as MK or an approved
f 40 No. 0
equivalent

20A DP switch outlet with neon light as MK or an


g 3 No. 0
approved equivalent
0
32A DP cooker control unit with integral 13A switched
h 1 No. 0
socket outlet and neon lights
0
i cooker connector unit 1 No. 0
0
SUBMAINS 0
0

600/1000 volt grade multi core PVC insulated copper


armoured cable to BS 6346, including concealed 0
heavy gauge PVC conduit, accessories and fittings
0
2
4-Core 25mm PVC/SWA/PVC cable from main LV Board
j 20 Lm 0
to DB 'A'
0
2 x 16mm2+ 1x10mm2 cables from DB to the Consumer
k 10 Lm 0
Units on Second Floor

0
Total carried forward to price next page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

SECOND FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ10


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS
B/F 0
Supply, install, test and commsission,

DISTRIBUTION BOARDS

4 way CU as Merlin Gerin or approved equivalent


a complete with 80A SPN integral isolator for flush mounting 1 No. 0
complete with:
0
Single pole MCB units 0
0
1) 10A, 20A, 32A, Blanking Plates 0
0
Carry out concise permanent labeling for all the sub-
b 4 No. 0
circuits above
0
40mm Ø H/G PVC Conduits concealed in the slab for
c 50 Lm. 0
incoming power supply cables
0
Wall mounted purpose made common KP&LC meter
board manufactured in 14 SWG galvanized mild steel
d 1 No. 0
sheet and spray painted to approval, as shown on the
schematic drawings, complete with the following:-
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
0
FIRE ALARM 0
0
Addressable smoke/heat detectors as Menvier code
e MAOH850 plus addressable base with code MAB800 or 17 No. 0
approved equivalent
0
Addressable break glass as Menvier code MBG817 or
f 2 No. 0
approved equivalent
0
Sounder and beacon as Menvier code MASB870 or
g 2 No. 0
approved equivalent
0
Fire alarm initiating points wired in 1.5mm2 fire resistant
h 17 No. 0
cable enclosed in 20mm diameter conduits
0
0
OTHER POINTS 0
0
i EXIT light wired in 1.5mm2 PVC Copper cable 4 No. 0
0
CCTV , Telephone,data & TV points in a 100 x 75 slotted
j 100 No. 0
trunking

Total carried forward to price summary page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

THIRD FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ11


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS
LIGHTING

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. 0
0
b Lighting point 2 way 14 No. 0
0
c 10 Amp one gang one way switch as MK 34 No. 0
0
d 10 Amp one gang two way switch as MK 8 No. 0
0
e 10 Amp one gang intermediate switch as MK 3 No. 0
0
LIGHTING FITTINGS 0
0
Type '6' 600x600mm, super efficient recessed LED
modular luminaire with curved diffuser as V3 luminaires
f 26 No. 0
catalogue's ''LYTEPANEL LED RECESSED 600 x 600mm
4K'' or an approved equivalent.
0
Type '2C' 1200x300mm, 24W, super efficient recessed
LED modular luminaire as V3 luminaires catalogue's
g 1 No. 0
''RANA LED Recessed 1200 x 300mm single LED (1*LH)''
or an approved equivalent.
0
Type '2A' 1200x300mm, 12W, super efficient recessed
LED modular luminaire as V3 luminaires catalogue's
h 22 No. 0
''RANA LED Recessed 1200 x 300mm double LED
(2*LH)'' or an approved equivalent.
0
Type 'D2' 24W super shallow LED downlighter in round
die cast aluminium housing for circulation spaces as V3
i 12 No. 0
luminaires catalogue's ''Ascent 50 12 LED STD HO'' or an
approved equivalent
0

Type '2D' 8W LED white downlight, IP44 rating for


j 23 No. 0
installation in wet areas as V3 luminaires catalogue's
''Insaver 150 HE Topper LED'' or an approved equivalent.

Type 'WB' Bulkhead wall mounted light for the lift sahft as
k 1 No. 0
V3 luminaires catalogue's ''Sterling Bulkhead - LED - 3
Bar Grill'' or an approved equivalent.
l Exit lights 4 No. 0

Total carried forward to price next page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

THIRD FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ12


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS

B/F 0
Supply, install, test and commsission,

POWER OUTLET POINTS

13A twin socket outlet point wired in 3X2.5mm2 PVC


a 45 No. 0
Copper cable in ring main in a 100 x 75 slotted trunking
0
13A twin floor box socket outlet point wired in 3X2.5mm2
b 5 No. 0
PVC Copper cable in ring main
0
20 Amp double pole outlet point wired in 3x4.0mm2 PVC
c 10 No. 0
Copper
0
Outlet point for 32A DP cooker control unit comprising
d concealed 25mm dia conduit, 3x6.0mm2 PVC cables and 2 No. 0
all accessories
0
0
POWER ACCESSORIES 0
0
13A twin switched socket outlets as MK or an approved
e 45 No. 0
equivalent
0
13A twin floor box socket outlets as MK or an approved
f 5 No. 0
equivalent

20A DP switch outlet with neon light as MK or an


g 10 No. 0
approved equivalent
0
32A DP cooker control unit with integral 13A switched
h 2 No. 0
socket outlet and neon lights
0
i cooker connector unit 2 No. 0
0
SUBMAINS 0
0

600/1000 volt grade multi core PVC insulated copper


armoured cable to BS 6346, including concealed 0
heavy gauge PVC conduit, accessories and fittings
0
2
j 4-Core 25mm PVC/SWA/PVC cable from main LV Board 25 Lm 0
to DB 'A'
0
2 x 16mm2+ 1x10mm2 cables from DB to the Consumer
l 20 Lm 0
Units on Third Floor

0
Total carried forward to price next page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

THIRD FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ13


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS
B/F 0
Supply, install, test and commsission,

DISTRIBUTION BOARDS
4 way CU as Merlin Gerin or approved equivalent
a complete with 80A SPN integral isolator for flush mounting 2 No. 0
complete with:
0
Single pole MCB units 0
0
1) 10A, 20A, 32A, Blanking Plates 0
0
Carry out concise permanent labeling for all the sub-
b 8 No. 0
circuits above
0
40mm Ø H/G PVC Conduits concealed in the slab for
c 70 Lm. 0
incoming power supply cables
0
Wall mounted purpose made common KP&LC meter
board manufactured in 14 SWG galvanized mild steel
d 1 No. 0
sheet and spray painted to approval, as shown on the
schematic drawings, complete with the following:-
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
0
FIRE ALARM 0
0
Addressable smoke/heat detectors as Menvier code
e MAOH850 plus addressable base with code MAB800 or 19 No. 0
approved equivalent
0
Addressable break glass as Menvier code MBG817 or
f 2 No. 0
approved equivalent
0
Sounder and beacon as Menvier code MASB870 or
g 2 No. 0
approved equivalent
0
Fire alarm initiating points wired in 1.5mm2 fire resistant
h 19 No. 0
cable enclosed in 20mm diameter conduits
0
0
OTHER POINTS 0
0
i EXIT light wired in 1.5mm2 PVC Copper cable 4 No. 0
0
CCTV , Telephone,data & TV points in a 100 x 75 slotted
j 50 No. 0
trunking

Total carried forward to price summary page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

FOURTH FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ14


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS
LIGHTING

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. 0


0
b Lighting point 2 way 6 No. 0
0
c 10 Amp one gang one way switch as MK 12 No. 0
0
d 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
0
LIGHTING FITTINGS 0
0
Type '2C' 1200x300mm, 24W, super efficient recessed
LED modular luminaire as V3 luminaires catalogue's
f 31 No. 0
''RANA LED Recessed 1200 x 300mm single LED (1*LH)''
or an approved equivalent.
0
Type '2A' 1200x300mm, 12W, super efficient recessed
LED modular luminaire as V3 luminaires catalogue's
g 22 No. 0
''RANA LED Recessed 1200 x 300mm double LED
(2*LH)'' or an approved equivalent.
0
Type 'D2' 24W super shallow LED downlighter in round
die cast aluminium housing for circulation spaces as V3
h 7 No. 0
luminaires catalogue's ''Ascent 50 12 LED STD HO'' or an
approved equivalent
0

Type '2D' 8W LED white downlight, IP44 rating for


i 12 No. 0
installation in wet areas as V3 luminaires catalogue's
''Insaver 150 HE Topper LED'' or an approved equivalent.

Type 'SL' 21W (high output) Surface mounted luminaire


j as V3 luminaires catalogue's ''InVerto Direct NW Eb Rust'' 11 No. 0
or an approved equivalent.

Type 'WB' Bulkhead wall mounted light for the lift sahft as
k 1 No. 0
V3 luminaires catalogue's ''Sterling Bulkhead - LED - 3
Bar Grill'' or an approved equivalent.

l Exit lights 4 No. 0

Total carried forward to price next page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

FOURTH FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ15


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS

B/F 0
Supply, install, test and commsission,

POWER OUTLET POINTS

13A twin socket outlet point wired in 3X2.5mm2 PVC


a 15 No. 0
Copper cable in ring main in a 100 x 75 slotted trunking
0

13A twin floor box socket outlet point wired in 3X2.5mm2


b 2 No. 0
PVC Copper cable in ring main
0

20 Amp double pole outlet point wired in 3x4.0mm2 PVC


c 18 No. 0
Copper
0

0
0
POWER ACCESSORIES 0
0
13A twin switched socket outlets as MK or an approved
e 15 No. 0
equivalent
0
13A twin floor box socket outlets as MK or an approved
f 2 No. 0
equivalent

20A DP switch outlet with neon light as MK or an


g 18 No. 0
approved equivalent
0
0
0
0
SUBMAINS 0
0

600/1000 volt grade multi core PVC insulated copper


armoured cable to BS 6346, including concealed 0
heavy gauge PVC conduit, accessories and fittings
0
2
4-Core 25mm PVC/SWA/PVC cable from main LV Board
h 30 Lm 0
to DB 'A'

0
0
Total carried forward to price next page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

FOURTH FLOOR ELECTRICAL INSTALLATION

ALL RATES TO INCLUDE 16% VAT Page BQ16


ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS
B/F 0
Supply, install, test and commsission,

DISTRIBUTION BOARDS

0
40mm Ø H/G PVC Conduits concealed in the slab for
a 60 Lm. 0
incoming power supply cables
0
Wall mounted purpose made common KP&LC meter
board manufactured in 14 SWG galvanized mild steel
b 1 No. 0
sheet and spray painted to approval, as shown on the
schematic drawings, complete with the following:-
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
0
FIRE ALARM 0
0
Addressable smoke/heat detectors as Menvier code
c MAOH850 plus addressable base with code MAB800 or 11 No. 0
approved equivalent
0
Addressable break glass as Menvier code MBG817 or
d 2 No. 0
approved equivalent
0
Sounder and beacon as Menvier code MASB870 or
e 2 No. 0
approved equivalent
0
Fire alarm initiating points wired in 1.5mm2 fire resistant
f 11 No. 0
cable enclosed in 20mm diameter conduits
0
OTHER POINTS 0
0
g EXIT light wired in 1.5mm2 PVC Copper cable 2 No. 0
0
CCTV , Telephone,data & TV points in a 100 x 75 slotted
h 5 No. 0
trunking

0
Total carried forward to price summary page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

ELECTRICAL INSTALLATION MAIN LV BOARD


Page BQ17
ALL RATES TO INCLUDE 16% VAT
ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS

MAIN RAW POWER DISTRIBUTION

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,
A 1 Item 0
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:-

(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

Total carried forward to price next page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

SMATV INSTALLATION
Page 18
ITEM
NO. DESCRIPTION QTY UNIT RATE AMOUNT
KSHS

SMATV TRANSMISSION SYSTEM

0.6 – 3.0 m solid aluminium dish antenna, C/Ku-band LNB


a with 8-way LNB (for Eutelsat, Intelsat, Atlantic Bird, 2 No. 0
HotBird) as per the technical specifications

Digital Channel processing modules as DSTV to process


20 No. digital programs from satellite dish or equal and
b approved equivalent as per the technical specifications 5 No. 0

c Signal Amplifiers (Boosters) and Filters 5 No. 0

Floor Edge Modulation modules for converting the AV


d output of the above Satellite and Digital boxes to standard 5 No. 0
TV channels in PAL

e TV/FM outlet socket with silver lining cover plate. 10 No. 0

RG6 RF Coaxial Cables for signal distribution (305m per


f 5 Rolls 0
roll)

22U Equipment rack Cabinet with shelves, casings, and


g 1 No. 0
mountings for SMATV System

8 way RF Signal Splitters as per the technical


h 5 No. 0
specifications

i Connectors, Mountings, and terminals 1 Lot 0

Any other items necessary to complete the system


j installation satisfactorily. (List, give quantities and price of
the items)
i)……………………………………………….

ii)………………………………………………

ii)…………………………………………..….

iv)……………………………..………………

TOTAL COST CARRIED FORWARD TO AV SUMMARY PAGE 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

ELECTRICAL INSTALLATION LIGHTNING PROTECTION


Page BQ19

ITEM
DESCRIPTION QTY UNIT RATE AMOUNT
NO.
KSHS

LIGHTNING PROTECTION

Supply, install, test and commission:

Air termination Type Furse RA225+RA600 fixed to ridge


a saddle Furse SD155 bolted to roof with water tight 2 No. 0
washers
0
0
25x3mm copper tape TC030 on tape clip Furse CP210
b 100 Lm 0
fixed at 750mm intervals to approved detail
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
Earth rods Furse RC105 with driving sud, Furse ST015
e 2 No. 0
and spike Furse SP015 driven in ground
0
125x100x50mm deep boxes with cover and marked
f 2 No. 0
'Safety Earth' installed in RC columns to approved details
0
0
Test and report complete installation for the compliance
g 1 Lot 0
with KS04503 and BS code of practice BS6651
0
0
0
0
0
0

0
0
0
0
Total carried forward to summary page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-ELEC Edson Engineers

Page BQ20
SUMMARY OF TENDER PAGE

NAKURU COUNTY ASSEMBLY OFFICES

ELECTRICAL INSTALLATIONS

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:.........................................................................................

Date: …............................
Signature and Stamp of Tenderer:..........................................

NAKURU COUNTY ASSEMBLY 10/18/2016


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

GENERAT OR Nakuru County Offices


EDE/064/SG EDSON ENGINEERS

CONTENTS

PROPOS ED NAKURU COUNTY ASS EMBY CHAMBERS, OFFICES AND ASSOCIATED


FACILITI ES

80KW @ 0.8PF Standby Generator Set Installations Sub-Contract

PAGE NO.

FORM OF TE NDER FT

DEFINITION OF TERMS D1 - D2

NOTES TO TE NDE RERS N1 - N2

GENERA L CONDITIONS OF S UB-CONTRA CT GC1 – GC6

GENERA L SPECIFICA TIONS FOR ELECTRICAL


INS TA LLA TIONS EE1 – EE28

TE CHNICA L SPECIFICA TIONS FOR GE NERA TOR


INS TA LLA TIONS TS1 – TS 20

APPENDICES TO TE CHNICA L SPECIFICA TIONS AP1 – AP14

BILLS OF QUA NTITIES BQ1 – BQ 3

Generator Installations Nakuru County Offices


2
EDE/064/SG EDSON ENGINEERS

FT

FORM OF TENDER

TENDER FOR:

PROPOS ED NAKURU COUNTY ASS EMBLY CHAMBERS, OFFICES AND ASSOCI ATED
FACILITI ES

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:………………………………………………………………………………...

Generator Installations Nakuru County Offices


3
EDE/064/SG EDSON ENGINEERS

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 millimeters

k : shall mean kilo

Generator Installations Nakuru County Offices


4
EDE/064/SG EDSON ENGINEERS

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

Generator Installations Nakuru County Offices


5
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


6
EDE/064/SG EDSON ENGINEERS

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 s hall 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.

Generator Installations Nakuru County Offices


7
EDE/064/SG EDSON ENGINEERS

PART A

GENERAL CONDITIONS

FOR
80KW @ 0.8pf STANDY GENERATOR SET
INSTALLATIONS

SUB-CONTRACT

Generator Installations Nakuru County Offices


8
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


9
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


10
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


11
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


12
EDE/064/SG EDSON ENGINEERS

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

Generator Installations Nakuru County Offices


13
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


14
EDE/064/SG EDSON ENGINEERS

PART B

TECHNICAL SPECIFICATIONS

FOR

80 KW @ 0.8pf STANDY GENERATOR SET

INSTALLATIONS

SUB-CONTRACT

Generator Installations Nakuru County Offices


15
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


16
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


17
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


18
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


19
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


20
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


21
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


22
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


23
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


24
EDE/064/SG EDSON ENGINEERS

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 clos e. 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.

Generator Installations Nakuru County Offices


25
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


26
EDE/064/SG EDSON ENGINEERS

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.
Generator Installations Nakuru County Offices
27
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


28
EDE/064/SG EDSON ENGINEERS

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
Generator Installations Nakuru County Offices
29
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


30
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


31
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


32
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


33
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


34
EDE/064/SG EDSON ENGINEERS

PART C:

APPENDICES TO
TECHNICAL SPECIFICATIONS

Generator Installations Nakuru County Offices


35
EDE/064/SG EDSON ENGINEERS

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

Generator Installations Nakuru County Offices


36
EDE/064/SG EDSON ENGINEERS

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

Generator Installations Nakuru County Offices


37
EDE/064/SG EDSON ENGINEERS

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.

Generator Installations Nakuru County Offices


38
EDE/064/SG EDSON ENGINEERS

AP3

APPENDIX NO. 2 FOR SUPPLY AND INSTALLATION OF

80KW @ 0.8pf SOUND-PROOFED STANDBY GENERATOR SET

INFORMATION TO BE SUPPLIED BY THE TENDERER


_________________________________________________________________________I
tem 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

Generator Installations Nakuru County Offices


39
EDE/064/SG EDSON ENGINEERS

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

Generator Installations Nakuru County Offices


40
EDE/064/SG EDSON ENGINEERS

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

Generator Installations Nakuru County Offices


41
EDE/064/SG EDSON ENGINEERS

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

Generator Installations Nakuru County Offices


42
EDE/064/SG EDSON ENGINEERS

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

__________________________________________________________________

___________________________________________________________________

Generator Installations Nakuru County Offices


43
EDE/064/SG EDSON ENGINEERS

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: _________________________________________________________________

GENERAT OR Nakuru County Offices


44
EDE/064/SG EDSON ENGINEERS

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: ___________________________________________________________________

GENERAT OR Nakuru County Offices


45
EDE/064/SG EDSON ENGINEERS

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: __________________________________________________________________

GENERAT OR Nakuru County Offices


46
EDE/064/SG EDSON ENGINEERS

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: ____________________________________________________________________

GENERAT OR Nakuru County Offices


47
EDE/064/SG EDSON ENGINEERS

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: ____________________________________________________________________

GENERAT OR Nakuru County Offices


48
EDE/064/SG
EDS ON ENGIN EERS

AP14

APPENDIX NO. 9 - FOREIGN CURRENCY

State Foreign currency used in the pricing.

Signed: (as in Tender) ____________________________________________________

Date: _________________________________________________________________

GENERAT OR Nakuru County Offices


EDE/064/ SG EDSON ENGINEERS

AP15

APPENDIX NO. 10 - ANNUAL MAINTENANCE

Cost of Annual Maintenance shall be Kshs. _______________ per year.

Signed: (as in Tender) ____________________________________________________

Date: _________________________________________________________________

50 GENERAT OR Nakuru County Assembly


EDE/064/ SG EDSON ENGINEERS

AP16

APPENDIX NO. 12 – HOT AIR DUCTING

Hot air-duct comprising:

1. Galvanized mild steel sheet 3mm thickness - 60 m 2

2. Square hollow section tubes 50mm x 50mm, 3mm thickness - 62 m

3. Heat , resistant fibre glass - 30 m 2

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

51 GENERAT OR Nakuru County Assembly


EDE/064/ SG EDSON ENGINEERS

PART D

BILLS OF QUANTITIES

FOR 80KW @ 0.8pf STANDY GENERATOR

SET INSTALLATIONS

SUB-CONTRACT

52 GENERAT OR Nakuru County Assembly


EDE/64/16-GEN Edson Engineers

NAKURU COUNTY ASSEMBLY OFFICES - ELECTRICAL SERVICES


GENERATOR INSTALLATION
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 No. 1


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

b Engine exhaust system ducting and piping No. 1


including support structure and setting out
layout to architects/Engineer's approval

Radiator extract system to


c No. 1
architects/Engineer's approved layout

d AMF panel IP31 complete with 300A TP No. 1


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.

e 3 position make before break Manual bypass No. 1


switch for voltage stabilizer from AMF and in
turn to the 95 mm2 SWA PVC 4 core copper
cable to main LV board

f 2.5mm2 x 2 core PVC control cable between Lm 120


LV switch board, generator set and Load
transfer / AMF panel

g 95 mm square PVC SWA PVC 4C cable Lm 18

2
Copper cable lugs and glands for 95mm
h Lot 1
cable

Cable glands and lugs for control cable under


g Lot 1
Item F above

Total carried forward to next page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-GEN Edson Engineers

GENERATOR INSTALLATION

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

Supply and install control panel(s), (complete


b No. 1
with ov/uv relays

c Supply and install both manual and automatic No. 1


fuel transfer pump plus the necessary piping to
interconnect the daily service tank and the fuel
storage tank

d 2000 litres external fuel tank No. 1

Introduce external anti vibration dumpers to


e Lot 1
supplement the factory made ones

f Trenching, sifting and backfilling 750mm deep Lm 20


trench for laying of ducts including compaction
from generator to Main LV

Testing and Commissioning and any items


g Item 1
necessary to complete the installation

h Cost of tools capitalized for 5 years but only Item 1

carry annual cost to Summary of Tender Page

i Cost of spares capitalized for 5 years but only Item 1

carry annual cost to Summary of Tender Page

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 ……….

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-GEN Edson Engineers

SUMMARY OF TENDER PAGE

PROPOSED DESIGN AND SUPERVISION OF NAKURU COUNTY ASSEMBLY


OFFICES

GENERATOR INSTALLATIONS

Total Brought Forward from :

: Page 2.…..……………………….…..………………….….
KShs…………….…

Sub TotaI inclusive of VAT………………………………………


Kshs…………........

TOTAL CARRIED TO FORM OF TENDER…………………....


KShs…….

NB: Drawings are part of tender documents.Rates to include VAT and other
relevant taxes

Name of Tenderer:............................................................................................

Address of Tenderer:........................................................................................

Signature and Stamp of Tenderer:..........................................


Date: .....………............

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
CONTENTS

PROPOS ED NAKURU COUNTY ASS EMBLY CHAMBERS, OFFICES AND ASSOCIATED


FACILITI ES

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

LIFT 2 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

FORM OF TENDER

TENDER FOR:

PROPOS ED NAKURU COUNTY ASS EMBLY CHAMBERS, OFFICES AND ASSOCIATED


FACILITI ES

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:…………………………………………………………………………….

LIFT 3 Nakuru County Offices


EDE / 064/LI EDSON
Engineers
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

mm 2 : shall mean square millimetres

k : shall mean kilo

LIFT 4 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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

LIFT 5 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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.

LIFT 6 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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.

LIFT 7 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

PART A

GENERAL CONDITIONS FOR LIFT


INSTALLATIONS

SUB-CONTRACT

LIFT 8 Nakuru County Offices


EDE / 064/LI EDSON
Engineers
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.

LIFT 9 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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.

LIFT 10 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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

LIFT 11 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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

LIFT 12 Nakuru County Offices


EDE / 064/LI EDSON
Engineers
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

LIFT 13 Nakuru County Offices


EDE / 064/LI EDSON
Engineers
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.

LIFT 14 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

PART B

TECHNICAL SPECIFICATION

FOR

PASSENGER LIFTS INSTALLATION

SUB-CONTRACT

LF1

LIFT 15 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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

LIFT 16 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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.

LIFT 17 Nakuru County Offices


EDE / 064/LI EDSON
Engineers
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
Call acknowledging lights and gong,
Signals
waiting passenger lanterns, at all openings
Car Operating Panel One lift digital LED display control panel
per lift cab

LIFT 18 Nakuru County Offices


EDE / 064/LI EDSON
Engineers
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.

LIFT 19 Nakuru County Offices


EDE / 064/LI EDSON
Engineers
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.

LIFT 20 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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.

LIFT 21 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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

LIFT 22 Nakuru County Offices


EDE / 064/LI EDSON
Engineers
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.

LIFT 23 Nakuru County Offices


EDE / 064/LI EDSON
Engineers
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.

LIFT 24 Nakuru County Offices


EDE / 064/LI EDSON
Engineers
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.

LIFT 25 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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.

LIFT 26 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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

LIFT 27 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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.

LIFT 28 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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.

LIFT 29 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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.

LIFT 30 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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.

LIFT 31 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

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.

LIFT 32 Nakuru County Offices


EDE / 064/LI EDSON
Engineers
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.

LIFT 33 Nakuru County Offices


EDE / 064/LI EDSON
Engineers
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.

LIFT 34 Nakuru County Offices


EDE / 064/LI EDSON
Engineers

PART C

BILLS OF QUANTITIES
FOR

PASENGER LIFT INSTALLATIONS

SUB-CONTRACT

LIFT 35 Nakuru County Offices


EDE/64/16-LIFTS Edson Engineers

NAKURU COUNTY ASSEMBLY OFFICES - ELECTRICAL SERVICES


LIFT INSTALLATION
Page 1
ALL RATES TO INCLUDE 16% VAT
ITEM
NO. QTY UNIT RATE AMOUNT
DESCRIPTION
KSHS

SUPPLY, DELIVER, INSTALL, TEST, &


COMMISSION THE FOLLOWING.

a Supply, deliver to site and install electrically driven No. 2 0


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

Import duty on imported materials ( i.e imported


b Item 1
component of Item A above)

c Cost of Marine insurance, clearing and handling Item 1


charges, inland transportation and off-loading at site
and secure storage

Cost of lifts materials purchased locally and delivered


d Item 1
to site

e Allow for complete Installation, testing and Item 1


commissioning of item No A

f Allow for supply, repair and replacing of necessary Item 1


spares for item No. A for a period of 1 year from
commissioning date (This does not include
maintenace charges)

g Allow for Certification of the installations by Item 1


Government Lift Inspectors.

h Any other equipment or work necessary for the Item 1


satisfactory completion of the sub-contract works (if
none, write NIL)

Total carried forward to summary page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-LIFTS Edson Engineers

SUMMARY OF TENDER PAGE

PROPOSED DESIGN AND SUPERVISION OF NAKURU COUNTY ASSEMBLY OFFICES

LIFT INSTALLATIONS

Total Brought Forward from :

: Page 1.…..……..………………….………………………… KShs……..…..……..………

Sub TotaI inclusive of VAT………………………………………KShs……..…..……..………

TOTAL CARRIED TO FORM OF TENDER………………….... KShs…………………...…………..

NB: Drawings are part of tender documents.


Rates to include VAT and other relevant taxes

Name of Tenderer:...........................................................................................

Address of Tenderer:.......................................................................................

Signature and Stamp of Tenderer:..........................................


Date: ......................................

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

CONTENTS

PROPOS ED NAKURU COUNTY ASS EMBLY CHAMBERS, OFFICES AND ASSOCIATED


FACILITI ES

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

CCT V Nakuru County Offices


2
EDE/064/ CCTV EDSON ENGINEERS

FT

FORM OF TENDER

TENDER FOR:

PROPOS ED NAKURU COUNTY ASS EMBLY CHAMBERS, OFFICES AND ASSOCIATED


FACILITI ES

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:…………………………………………………………………………

CCT V Nakuru County Offices


3
EDE/064/ CCTV EDSON ENGINEERS

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

CCT V Nakuru County Offices


4
EDE/064/ CCTV EDSON ENGINEERS

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

CCT V Nakuru County Offices


5
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


6
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


7
EDE/064/ CCTV EDSON ENGINEERS

PART A

GENERAL CONDITIONS

FOR

CCTV INSTALLATIONS SUB-CONTRACT

CCT V Nakuru County Offices


8
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


9
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


10
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


11
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


12
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


13
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


14
EDE/064/ CCTV EDSON ENGINEERS

PART B

TECHNICAL SPECIFICATION

FOR

CCTV INSTALLATION

SUB-CONTRACT

CCT V Nakuru County Offices


15
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


16
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


17
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


18
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


19
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


20
EDE/064/ CCTV EDSON ENGINEERS

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.
CCT V Nakuru County Offices
21
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


22
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


23
EDE/064/ CCTV EDSON ENGINEERS

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 18 X or better
Indoor Camera)
Optical zoom(For 26 X or better
Outdoor Camera)
Number of Pixels 720 X 576 or better
Scanning System PAL
Resolution 480 TVL or better
Illumination (For 1.0 Lux (Color), 0.1 Lux (B/W) or better
Indoor camera)
Illumination(For 1.0 Lux (Color), 0.05 Lux (B/W) or better
Outdoor camera)
Pan Travel 360º Continuous
Tilt Travel 0 -90º
Manual Tilt Speed 0.5°/SEC to 90°/SEC
Manual pan 0.5°/SEC to 90°/SEC
speed
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 Required with black masking or other suitable
compensation 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

CCT V Nakuru County Offices


24
EDE/064/ CCTV EDSON ENGINEERS

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 Required
compensation
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.

CCT V Nakuru County Offices


25
EDE/064/ CCTV EDSON ENGINEERS

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.
CCT V Nakuru County Offices
26
EDE/064/ CCTV EDSON ENGINEERS

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

CCT V Nakuru County Offices


27
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


28
EDE/064/ CCTV EDSON ENGINEERS

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.

CCT V Nakuru County Offices


29
EDE/064/ CCTV EDSON ENGINEERS

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

CCT V Nakuru County Offices


30
EDE/064/ CCTV EDSON ENGINEERS

PART C

BILLS OF QUANTITIES
FOR
CCTV INSTALLATIONS

SUB-CONTRACT

CCT V Nakuru County Offices


31
EDE/64/16-CCTV Edson Engineers

NAKURU COUNTY ASSEMBLY OFFICES - ELECTRICAL SERVICES


SECURITY SYSTEMS CCTV INSTALLATIONS

ALL RATES TO INCLUDE 16% VAT PAGE BQ 1


ITEM DESCRIPTION UNIT QTY RATE AMOUNT
NO. KSHS KSHS

SUPPLY, DELIVER, INSTALL SET TO


WORK AND COMMISSION THE
FOLLOWING:-

Day and night fixed Dome camera C/W Auto


a iris vorifocal lens for internal use as HIK 7 No.
Vision or approved equivalent

Day and night fixed Dome camera C/W Auto


iris vorifocal lens for External use as per
b 2 No.
camera as HIK Vision or approved equivalent

24 channels Full D1 Real Time Network


Recorder C/W 4TB memory complete with
c 1 No.
computer work station (specify model) with
42" LED display

21U lockable free standing powder coated


heavy guage cabinet with single glass door,
d 1 No.
power strip, fans and vertical cable
management.

CAT 6 4-pair SFTP cable for camera


e connections as SIEMON or approved 600 Lm
equivalent

12 port Stackable Core network POE switch


f for CCTV cameras (State make, model 1 No.
number etc)

Connectors, Mountings and Termination


g 1 Lot
consumables

h Power cables and connectors 1 Lot

Any other items necessary to complete the


i system installation satisfactorily. (List, give 1 Lot
quantities and price of the items)
a)……………………………………..
b)………………………………..……
c)……………………..…………………

Total for Bill Carried Forward to Price summary Page(VAT INC)

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-CCTV Edson Engineers

SUMMARY OF TENDER PAGE

PROPOSED DESIGN AND SUPERVISION OF NAKURU COUNTY ASSEMBLY

SECURITY SYSTEMS CCTV INSTALLATIONS

CCTV (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: ….......................

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

CONTENTS

PROPOS ED NAKURU COUNTY ASS EMBLY CHAMBERS, OFFICES AND ASSOCIATED


FACILITI ES

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

2 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

FT

FORM OF TENDER

TENDER FOR:

PROPOS ED NAKURU COUNTY ASS EMBY CHAMBERS, OFFICES AND ASSOCIATED


FACILITI ES

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:…………………………………………………………………………

3 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

mm 2 : shall mean square millimetres

k : shall mean kilo

4 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

5 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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 divide d by the
quantity of the item.

6 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

7 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

PART A

GENERAL CONDITIONS

FOR
STRUCTURED CABLING INSTALLATIONS

SUB-CONTRACT

8 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

9 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

10 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

11 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

12 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

13 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

14 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

PART B

TECHNICAL SPECIFICATION

FOR

STRUCTURED CABLING WORKS

15 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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 an y 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

16 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

17 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

18 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

19 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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 minim um


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.

20 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

21 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

22 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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, ivor y 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

23 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

24 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

25 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

26 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

27 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

28 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

29 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

30 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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: 9.38m 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

31 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

32 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

33 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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)

34 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

35 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

36 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

37 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

38 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

39 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

40 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

41 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

42 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

43 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

44 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

45 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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 (DAT ABASE) 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

46 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

47 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

48 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

49 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

50 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

PARTICULAR & TECHNICAL


SPECIFICATIONS
FOR

IP-PABX INSTALLATION WORKS

51 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

52 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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 Regul ations 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.

53 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

54 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

55 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

56 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

57 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

58 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

59 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

60 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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

61 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

62 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

63 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

SC49

Earthing
An independent telecommunication earth shall be provided for the PABX at
the MDF. The earth lead cable shall not be less than 6mm 2 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 M ANAGEMENT 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.

64 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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 ISDN PRI Digital line for 30 2 3


channels

2.0 Analogue Trunk Lines 8 16

3.0 Digital Extensions 200 400

4.0 GSM Modules complete with 4 6


lines
5.0 2 4
Operator Consoles
6.0 2 4
Operator Head sets
7.0 2 4
Operator hand sets
8.0 2x16 4x16
IP Channel

65 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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.

66 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

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 …………………………………………………

67 ST RUCT URED CABLING Nakuru County Offices


EDE/064/ SC EDSON ENGINEERS

PART C

BILLS OF QUANTITIES

FOR

STRUCTURED CABLING (INCLUDING


IP-PABX) & TELEPHONE
INSTALLATIONS

SUB-CONTRACT

68 ST RUCT URED CABLING Nakuru County Offices


EDE/64/16-SC Edson Engineers

NAKURU COUNTY ASSEMBLY OFFICES - ELECTRICAL SERVICES-


STRUCTURED CABLING INSTALLATION
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

CAT 6 4-pair SFTP cable for Data/Telephone


a 9,000 Lm 0
outlets as SIEMON or approved equivalent

Dual RJ45 Cat 6 outlets for voice / Data


b complete with faceplate and labeling as 180 No. 0
SIEMON or approved equivalent
48 port CAT 6 Data Modular Patch Panel for 4-
c Pair UTP termination as SIEMON or approved 4 No. 0
equivalent
1M Factory terminated Cat 6 4 pair-SFTP RJ 45-
RJ 45 patch cords to be used inside cabinet as
d 200 No. 0
SIEMON or approved equivalent (includes
15No Spares)

3M Factory terminated Cat 6 4 pair-SFTP RJ 45-


e RJ 45 patch cords for data outlets as SIEMON 200 No. 0
or approved equivalent(includes 15No Spares)

2U Cable managers/organisers as SIEMON or


f 4 No. 0
approved equivalent
ACTIVE EQUIPMENT
48 port floor edge switch for data (State make,
g 4 No. 0
model number etc)

Rack mount UPS-1.5KVA for Active equipment/


h 4 No. 0
servers as APC or approved equivalent

Supply, test and commission the following


items
CABINETS
42U Server rack cabinet, black complete with
mounting angles and rails in Server Room as
i 1 No. 0
described in the particular specification of this
tender document

9U cabinets on each floor for floor edge


j 4 No. 0
switches complete with mounting brackets

Total carried forward to price next page ………. 0

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-SC Edson Engineers

NAKURU COUNTY ASSEMBLY OFFICES - STRUCTURED CABLING INSTALLATION


Page 2
ALL RATES TO INCLUDE 16% VAT
ITEM
NO. QTY UNIT RATE AMOUNT
DESCRIPTION
KSHS

B/F 0
BACKBONE CABLING

24 Port ST Multimode, sliding Fibre Optic patch


a panel complete with LC type connectors for 1 No. 0
Multimode OM2 fibre

1M Factory Terminated OM2 Fibre optic patch


b cords complete with LC-LC TYPE connectors to 50 No. 0
be used inside cabinet

8 core Loose tube multimode fibre optic cable as


c OM2 linking floor edge switches to core switch in 80 LM 0
the Server room

RJ45-ST media converters for each floor edge


d 4 No. 0
switch

SERVER

24 port Core network switch (State make, model


e 1 No. 0
number etc) for routing voice c/w power supply

24 port Core network switch (State make, model


f 1 No. 0
number etc) for routing data c/w power supply

Router as Cisco or equal and approved


g 1 No. 0
equivalent (State make, model number etc)

WIRELESS ACCESS POINTS

h TP Wireless Access point or approved equivlent 20 No. 0


0
PABX 0
0
0
Hybrid IP-PABX capable of handling 200
extensions as (state make and model) to include
i 1 No. 0
GSM modules plus all accessories to
work or equal and approved equivalent

Total carried forward to price next page ……….

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-SC Edson Engineers

SUMMARY OF TENDER PAGE

PROPOSED DESIGN AND SUPERVISION OF NAKURU COUNTY ASSEMBLY


OFFICES

ELECTRICAL SERVICES - STRUCTURED CABLING INSTALLATIONS

Total Brought Forward from :

: Page 2 (STRUCTURED CABLING AND


TELEPHONE) KShs.…………….…………

Sub TotaI inclusive of VAT………………………………………


Kshs……………………..

TOTAL CARRIED TO FORM OF TENDER…………………....


KShs…...…………..

NB: Drawings are part of tender documents.Rates to include other taxes


Name of Tenderer:................................................................................

Address of Tenderer:.............................................................................

Signature and Stamp of Tenderer:..........................................


Date:……….………..

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/A CCESS CONTROL EDSON
Engineers
CONTENTS

PROPOS ED AREA CONTROL AND DISASTER RECOV ERY CENTER, MLOLONGO

SECURITY S YSTEMS (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

ACCESS CONTROL 2 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

FT

FORM OF TENDER

TENDER FOR:

PROPOS ED NAKURU COUNTY ASS EMBLY CHAMBERS, OFFICES AND ASSOCIATED


FACILITI ES

Security Systems (Acce ss 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:…………………………………………………………………………….

ACCESS CONTROL 3 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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

mm 2 : shall mean square millimetres

k : shall mean kilo

ACCESS CONTROL 4 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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

ACCESS CONTROL 5 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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.

ACCESS CONTROL 6 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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.

ACCESS CONTROL 7 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

PART A

GENERAL CONDITIONS
FOR
SECURITY SYSTEMS (ACCESS CONTROL)
INSTALLATIONS

SUB-CONTRACT

ACCESS CONTROL 8 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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.

ACCESS CONTROL 9 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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.

ACCESS CONTROL 10 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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

ACCESS CONTROL 11 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers
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.

ACCESS CONTROL 12 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers
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.

ACCESS CONTROL 13 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers
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.

ACCESS CONTROL 14 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

PART B

TECHNICAL SPECIFICATION FOR

SECURITY SYSTEM

(ACCESS CONTROL) INSTALLATION

SUB-CONTRACT

ACCESS CONTROL 15 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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.

ACCESS CONTROL 16 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers
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).

ACCESS CONTROL 17 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers
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.
ACCESS CONTROL 18 Nakuru County Offices
EDE / 064/A CCESS CONTROL EDSON
Engineers
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.

ACCESS CONTROL 19 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers
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.

ACCESS CONTROL 20 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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.

ACCESS CONTROL 21 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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.

ACCESS CONTROL 22 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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:

ACCESS CONTROL 23 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers
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.

ACCESS CONTROL 24 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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)

ACCESS CONTROL 25 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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.

ACCESS CONTROL 26 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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.

ACCESS CONTROL 27 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

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

ACCESS CONTROL 28 Nakuru County Offices


EDE / 064/A CCESS CONTROL EDSON
Engineers

PART C

BILLS OF QUANTITIES
FOR
SECURITY SYSTEMS (ACCESS CONTROL)

INSTALLATIONS

SUB-CONTRACT

ACCESS CONTROL 29 Nakuru County Offices


EDE/64/16-AC Edson Engineers

NAKURU COUNTY ASSEMBLY OFFICES - ELECTRICAL SERVICES


ACCESS CONTROL SYSTEMS INSTALLATIONS

ALL RATES TO INCLUDE 16% VAT PAGE 1


ITEM DESCRIPTION QTY UNIT RATE AMOUNT
NO. KSHS KSHS
ACCESS CONTROL SYSTEMS FOR SERVER
ROOM,KITCHEN, ACCOUNTS AND OFFICES

SUPPLY, DELIVER, INSTALL SET TO WORK


AND COMMISSION THE FOLLOWING:-

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
a other accessories necessary for proper 15 No.
functioning and as HoneyWell or equal and
approved equivalent as described in the
particular specification of this tender document.

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
b 1 No.
necessary for proper functioning, and as
HoneyWell or equal and approved equivalent as
described in the particular specification of this
tender document.

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
c Speakers, 19" TFT LCD Monitor, and with all 1 No.
necessary softwares for for proper functioning
and or equal & approved equivalent as
described in the particular specification.

CAT6E SFTP 4 Pair cable as Siemon or equal


d 2 Roll
& approved equivalent

Chiped HID Proximity cards complete with all


e accessories and as described in the particular 150 No.
specification

Flush mounted magnetic door detection door


f contact for exit (emergency) doors and as 15 No.
Honeywell or equal & approved equivalent
g Connectors, Mountings and Terminals 1 Lot

Any other items necessary to complete the


h system installation satisfactorily. (List, give
quantities and price of the items)
a)………………………………………………..
b)…………………………………………..……
c)……………………………..…………………
Total for Bill Carried Forward to Price summary Page(VAT INC)

NAKURU COUNTY ASSEMBLY 10/18/2016


EDE/64/16-AC Edson Engineers

SUMMARY OF TENDER PAGE

PROPOSED DESIGN AND SUPERVISION OF NAKURU COUNTY ASSEMBLY OFFICES

ACCESS CONTROL

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: ….......................

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………………………………

Amount in words: .................................................................................................

............................................................................................................

............................................................................................................

Name of Tenderer:

Address of Tenderer:

Signature of Tenderer Date:


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

CONTENTS

PROPOS ED NAKURU COUNTY ASS EMBLY CHAMBERS, OFFICES AND ASSOCIATED


FACILITI ES.

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

Nakuru County Offices


1
EDE/064/PDFF EDSON ENGINEERS

FT

FORM OF TENDER
TENDER FOR:

PROPOS ED NAKURU COUNTY ASS EMBLY CHAMBERS, OFFICES AND ASSOCIATED


FACILITI ES.

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:………………………………………………………………………………...

Nakuru County Offices


2
EDE/064/PDFF EDSON ENGINEERS

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.

mm 2 : shall mean square millimetres

k : shall mean kilo

Nakuru County Offices


3
EDE/064/PDFF EDSON ENGINEERS

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

Nakuru County Offices


4
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


5
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


6
EDE/064/PDFF EDSON ENGINEERS

PART A

GENERAL CONDITIONS FOR PLUMBING,

DRAINAGE & FIRE FIGHTING

SUB-CONTRACT

Nakuru County Offices


7
EDE/064/PDFF EDSON ENGINEERS

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 expens e 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.

Nakuru County Offices


8
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


9
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


10
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


11
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


12
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


13
EDE/064/PDFF EDSON ENGINEERS

PART B

SPECIFICATIONS FOR

PLUMBING & DRAINAGE INSTALLATIONS

Nakuru County Offices


14
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


15
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


16
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


17
EDE/064/PDFF EDSON ENGINEERS

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

Nakuru County Offices


18
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


19
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


20
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


21
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


22
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


23
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


24
EDE/064/PDFF EDSON ENGINEERS

PART C

SPECIFICATIONS FOR

FIRE FIGHTING INSTALLATIONS

Nakuru County Offices


25
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


26
EDE/064/PDFF EDSON ENGINEERS

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 tra des for the
project.

Nakuru County Offices


27
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


28
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


29
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


30
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


31
EDE/064/PDFF EDSON ENGINEERS

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.

Nakuru County Offices


32
EDE/064/PDFF EDSON ENGINEERS

PART D

BILLS OF QUANTITIES

FOR

PLUMBING DRAINAGE & FIRE FIGHTING

INSTALLATIONS

Nakuru County Offices


33
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 3 No. -
overflow as per Twyfords.Elite or equal and approved

B Toilet Roll Holder


Wall mounted ,Chrome plated metal type with screw type security
3 No. -
features

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 4 No. -
Twyfords Advert 510 or equal and approved

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 4 No. -
that the glass does not touch the wall.

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”) 1 No. -
diameter PVC bottle trap.

I Bowl type Urinals


Supply complete with sepparators , push button flush valves with
concelled pipes chrome plated bottle traps. As per Twyfords camden 2 No. -
Cat No.SS6072SS or equal & approved.

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
2 No. -
automatic and hands-off

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 1 No. -
600 x 400 mm with plywood backing, liquid soap dispenser ,hand dryer.
As per Twyfords doc.m plus pack

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 3 No. -
overflow as per Twyfords.Elite or equal and approved

B Toilet Roll Holder


Wall mounted ,Chrome plated metal type with screw type security
4 No. -
features

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 4 No. -
Twyfords Advert 510 or equal and approved

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 4 No. -
that the glass does not touch the wall.

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”) 1 No. -
diameter PVC bottle trap.

F Bowl type Urinals

Supply complete with sepparators , push button flush valves with


concelled pipes chrome plated bottle traps. As per Twyfords camden 2 No. -
Cat No.SS6072SS or equal & approved.

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
2 No. -
automatic and hands-off

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 1 No. -
600 x 400 mm with plywood backing, liquid soap dispenser ,hand dryer.
As per Twyfords doc.m plus pack

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 3 No. -
overflow as per Twyfords.Elite or equal and approved

B Toilet Roll Holder


Wall mounted ,Chrome plated metal type with screw type security
4 No. -
features

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 4 No. -
Twyfords Advert 510 or equal and approved

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 4 No. -
that the glass does not touch the wall.

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”) 1 No. -
diameter PVC bottle trap.

F Bowl type Urinals

Supply complete with sepparators , push button flush valves with


concelled pipes chrome plated bottle traps. As per Twyfords camden 2 No. -
Cat No.SS6072SS or equal & approved.

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
2 No. -
automatic and hands-off

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 1 No. -
600 x 400 mm with plywood backing, liquid soap dispenser ,hand dryer.
As per Twyfords doc.m plus pack

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 9 No. -
overflow as per Twyfords.Elite or equal and approved

B Toilet Roll Holder


Wall mounted ,Chrome plated metal type with screw type security
9 No. -
features

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 9 No. -
Twyfords Advert 510 or equal and approved

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 9 No. -
that the glass does not touch the wall.

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”) 2 No. -
diameter PVC bottle trap.

F Bowl type Urinals

Supply complete with sepparators , push button flush valves with


concelled pipes chrome plated bottle traps. As per Twyfords camden 2 No. -
Cat No.SS6072SS or equal & approved.

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
2 No. -
automatic and hands-off

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 1 No. -
600 x 400 mm with plywood backing, liquid soap dispenser ,hand dryer.
As per Twyfords doc.m plus pack

J Towel Rings
Made of 25mm diameter chrome plated steel tube 250 mm long as per
7 No. -
ROCA Fashion 81600300Y. Or equal and approved.

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 3 No. -
overflow as per Twyfords.Elite or equal and approved

B Toilet Roll Holder


Wall mounted ,Chrome plated metal type with screw type security
4 No. -
features

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 4 No. -
Twyfords Advert 510 or equal and approved

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 4 No. -
that the glass does not touch the wall.

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”) 1 No. -
diameter PVC bottle trap.

F Bowl type Urinals

Supply complete with sepparators , push button flush valves with


concelled pipes chrome plated bottle traps. As per Twyfords camden 2 No. -
Cat No.SS6072SS or equal & approved.

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
2 No. -
automatic and hands-off

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 1 No. -
600 x 400 mm with plywood backing, liquid soap dispenser ,hand dryer.
As per Twyfords doc.m plus pack

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 2 -
installed to the manufacturer's printed instructions. Heater to be
LORENZETTI ''Bello Banho'' or equal and approved.

F Soap dish
ROCA soap dish 105X 105x42mm Ref#816702001. Or equal and
2 No. -
approved.

H Towel Rails
Chrome plated 25mmø, 750 mm long . Supply complete with fixing
2 No. -
brackets and screws

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 2 No. -
and approved.Capacity- 8cu metres/hour. With stand-by and ducts
controls. As percontrols and all electrics. Head- 35 metres,

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 2 No. -
50mm diameter washout with gate valve
40mm diameter outlets with gate valve
40mm ditto
25mm diameter inlet with high pressure ball valve

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
2 No. -
equal and approved. Capacity- 5cu metres/hour, with stand-by and
ducts controls

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

CONTENTS

PROPOS ED NAKURU COUNTY ASS EMBLY CHAMBERS, OFFICES AND ASSOCIATED


FACILITI ES

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

HVAC INST ALLATIONS 2 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

FT
FORM OF TENDER

TENDER FOR:

PROPOS ED NAKURU COUNTY ASS EMBLY CHAMBERS, OFFICES AND ASSOCIATED


FACILITI ES.

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:……………………………………………………………………………

HVAC INST ALLATIONS 3 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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

HVAC INST ALLATIONS 4 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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

HVAC INST ALLATIONS 5 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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.

HVAC INST ALLATIONS 6 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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.

HVAC INST ALLATIONS 7 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

PART A

GENERAL CONDITIONS

FOR

HEATING VENTILATION AND AIR


CONDITIONING (HVAC) INSTALLATIONS

SUB-CONTRACT

HVAC INST ALLATIONS 8 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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.

HVAC INST ALLATIONS 9 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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.

HVAC INST ALLATIONS 10 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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

HVAC INST ALLATIONS 11 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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.

HVAC INST ALLATIONS 12 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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.

HVAC INST ALLATIONS 13 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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.

HVAC INST ALLATIONS 14 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

PART B

SPECIFICATION FOR HEATING

VENTILATION AND AIR CONDITIONING

INSTALLATION

SUB-CONTRACT

HVAC INST ALLATIONS 15 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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.

HVAC INST ALLATIONS 16 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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.

HVAC INST ALLATIONS 17 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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.

HVAC INST ALLATIONS 18 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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.

HVAC INST ALLATIONS 19 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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

HVAC INST ALLATIONS 20 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

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.

HVAC INST ALLATIONS 21 Nakuru County Offices


EDSON ENGINEERS
EDE/064/ HVAC

PART C

BILLS OF QUANTITIES

FOR

HEATING VENTILATION AND AIR

CONDITIONING (HVAC)

INSTALLATIONS SUB-CONTRACT

HVAC INST ALLATIONS 22 Nakuru County Offices


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
SEE DRAWINGS EDE/64/16/M019 - EDE/64/16/M024
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

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
SEE DRAWINGS EDE/64/16/M019 - EDE/64/16/M024

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

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
SEE DRAWINGS EDE/64/16/M019 - EDE/64/16/M024

1 DEPARTMENTAL OFFICE
a) SPLIT UNIT

Cooling: 24000 BTU/hr 4


Electrical Data: 1ph/220~240V/50Hz

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
SEE DRAWINGS EDE/64/16/M019 - EDE/64/16/M024

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

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
SEE DRAWINGS EDE/64/16/M019 - EDE/64/16/M024

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%)

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

Total brought forward from:


Volume 3 (a) Plumbing ,Drainage & Firefighting………KShs…………………..…

Total brought forward from:


Volume 3 (b) HVAC….….……..………....……………..KShs…..………………..…

Total carried to form of tender: ……….……………Kshs……………………………

Amount in words: ................................................................................................

....................................................................................................

.....................................................................................................

Name of Tenderer:

Address of Tenderer:

Signature of Tenderer Date:

You might also like