kenya medical training college nairobi. tender …
TRANSCRIPT
KMTC/QP-17/S32
KENYA MEDICAL TRAINING COLLEGE P. O. BOX 30195 – 00100,
NAIROBI.
TENDER DOCUMENT
TENDER NO. KMTC/60/2019-2020
PROPOSED TUITION BUILDING FOR KMTC MAKINDU CAMPUS
CLOSING DATE: 14TH JULY 2020
AT 10.00 A.M.
2
TABLE OF CONTENTS
SECTION CONTENTS PAGE NO.
SECTION I INVITATION TO TENDER …….………………….. 4
SECTION II TENDER SUBMISSION CHECKLIST……………… .6
Table of Paragraphs on Instructions to Tenderers……… 8 - 9
SECTION III INSTRUCTIONS TO TENDERERS (ITT)………….. 10 - 34
SECTION IV BID DATA SHEET (Appendix to Instructions to Tenderers) 35 - 36
SECTION V CONDITIONS OF CONTRACT – 37 - 59
SECTION VI SPECIAL CONDITIONS OF CONTRACT – 60 - 61
SECTION VII SPECIFICATIONS…………………………… 62-68
SECTION VIII SUMMARY OF EVALUATION PROCESS ……
SECTION IX STANDARD FORMS………………………
SECTION X BILLS OF QUANTITIES ……………………. 1/1 – 5/2
3
ABBREVIATIONS AND ACRONYMS
1. BDS Bid Data Sheet
2. BQ Bills of Quantities
3. CC Conditions of Contract
4. ICPAK Institute of Certified Public Accountants of Kenya
5. JV Joint Venture
6. KSh./ KES Kenya Shillings
7. PM Project Manager
8. PPDA 2005 Public Procurement and Disposal Act, 2005
9. PPDR 2006 Public Procurement and Disposal Regulations, 2006
10. PPOA Public Procurement and Oversight Authority
14. VAT Value Added Tax
15. KRA Kenya Revenue Authority
16. LC Letter of Credit
17. TCC Tax Compliance Certificate
18. SCC Special Conditions of Contract
4
SECTION I - INVITATION TO TENDER
KENYA MEDICAL TRAINING COLLEGE
PROPOSED TUITION BUILDING FOR KMTC MAKINDU CAMPUS
TENDER NO.: KMTC/60/2019-2020
SECTION I: INVITATION FOR TENDER
29th June, 2020
The Kenya Medical Training College invites sealed Technical and Financial Bids (sealed separately) from eligible and
competent Contractors for the construction of the Proposed Tuition Building for KMTC Makindu Campus, whose
specifications are detailed in the Tender Documents.
Interested eligible Tenderers may obtain further information and inspect the Tender Documents by downloading them from
website www.kmtc.ac.ke or http://tenders.go.ke at no cost or obtained from the procurement office at KMTC headquarters
upon payment of a non-refundable fee of Ksh 1,000/- (one thousand only) during normal working hours.
Payment should be made through a banker’s cheque in favour of Kenya Medical Training College. Those who download
should register their details in the said procurement office.
Tender Documents should be accompanied by a valid Tender Security from a recognized bank or Authorized Insurance
Company in the amount of Kenya Shillings 720,000.00
Completed Tender Documents are to be enclosed in plain sealed envelopes marked with tender reference number and should
be deposited in the Tender Box at KMTC headquarters or addressed to:-
The Chief Executive Officer,
Kenya Medical Training College Headquarters
P. O. Box 30195- 00100
NAIROBI, KENYA.
so as to be received on or before 14th JULY 2020 AT 10.00 AM.
The Bids will be opened immediately thereafter in the presence of tenderers' representatives who choose
to attend at the Director’s Boardroom, KMTC Headquarters, Nairobi
Late tenders will NOT BE ACCEPTED.
SECTION II - TENDER SUBMISSION CHECKLIST
5
A. Tender Submission Format
This order and arrangement shall be considered as the Tender Submission Format. Tenderers shall tick
against each item indicating that they have provided it.
No. Item Tick Where
Provided
1 Tender Security – Bank Guarantee or Letters of Credit (Banks
Licensed by the Central Bank of Kenya)
2 Declaration Form
3 Duly completed Tender Form
4 Confidential Business Questionnaire (CBQ)
5 Catalogues / Brochures and manufactures drawings
6 Proposed Work program(Work methodology & schedule)
7 Manufactures Authorization
8 Copy of Contractor’s Certificate of Registration
9 Copy of Contractor’s Certificate of Registration for the relevant
category.
10* Copy of Valid Tax Compliance Certificate
11 Copy of PIN certificate
12 List of previous clients of the Contractor for similar works
indicating physical addresses.
13 Reference letters from previous clients of the Contractor for
similar works.
13 Reference letters from previous clients of the Sub-Contractor for
similar works.
14 Priced Bill of Quantities (signed and stamped by bidder)
15 Audite Audited Financial Statements. The audited financial statements
required must be those that are reported within fifteen (15)
calendar months of the date of the tender document.
(For companies or firms that are registered or incorporated
within the last one calendar year of the Date of the Tender
Document, they should submit certified copies of bank statements
covering a period of at least six months prior to the date of the
tender document. The copies should be certified by the Bank
issuing the statements. The certification should be original).
4* Any other document or item required by the Tender Document
that (The Tenderer shall specify such other documents or items it
has submitted)
*NOTES TO TENDERERS
6
1. Valid Tax Compliance Certificate shall be one issued by the relevant tax authorities and valid for
at least up to the tender closing date. All Kenyan registered Tenderers must provide a valid Tax
Compliance Certificate.
2. Foreign Tenderers must provide equivalent documents from their country of origin as regards
Tax Compliance Certificate OR statements certifying that the equivalent documentation is not
issued in the Tenderer’s country of origin. The Statement(s) that equivalent documentation is not
issued by the Tenderer’s country should be original and issued by the Tax authorities in the
Tenderer’s country of origin.
TABLE OF PARAGRAPHS ON INSTRUCTIONS TO TENDERERS
7
Paragraph No. Headings Page No.
3.1 Definitions…………………………………………..…….…… 10
3.2 Eligible Tenderers………………………………………...……. 11
3.3 Ineligible Tenderers…………………………………………….. 11
3.4 Declarations of eligibility……………………………………….. 12
3.5 Joint Venture………………………………………………….… 12
3.6 Time for completion of works………………………………….. 13
3.7 Source of Funding...............................................................…... 13
3.8 Conflict of Interest ……………………………………………… 13
3.9 One Tender per Tenderer……………………………………….. 14
3.10 Site Visit and pre-bid meeting………………………………….. 14
3.11 Cost of Tendering ………………………………………...…….. 15
3.12 Contents of the Tender Document……………………………… 15
3.13 Clarification of Documents………………………………...…… 15
3.14 Amendment of Documents……………………………….…….. 16
3.15 Language of Tender.……………………………………...….…. 16
3.16 Documents Comprising the Tender.……………………...……. 16
3.17 Tender Form……………………………………………...…….. 17
3.18 Tender Rates & Prices …………………………………………. 17
3.19 Tender Currencies……………………………………….…..….. 18
3.20 Tenderer’s Eligibility and Qualifications……………….…..…. 18
3.21 Conformity of Works to Tender Documents………………...… 19
3.22 Demonstration(s), Inspection(s) and Test(s)…………….…….. 20
3.23 Warranty………………………………………………………… 20
3.24 Tender Security……………………………………….…….…… 21
3.25 Validity of Tenders …………………………………….…..…… 22
3.26 Alternative Offers.…………………………………….…….…… 22
3.27 Number of Sets and Tender Format…………………..………… 22
3.28 Preparation and Signing of The Tender…………………..…….. 23
3.29 Sealing and Outer Marking of Tenders…………………..……... 23
3.30 Deadline for Submission of Tender ..…………………….….…. 24
3.31 Modification and Withdrawal of Tenders……………….……… 24
3.32 Opening of Tenders………………………………………….…... 24
3.33 Process to be Confidential……………………………………….. 25
3.34 Clarification of Tenders and Contacting KP……………………. 25
3.35 Preliminary Evaluation and Responsiveness………….………... 26
3.36 Minor Deviations, Errors or Oversights………………………… 26
3.37 Evaluation Criteria – Preliminary, Technical and Financial
Evaluation…..……………………………………………………. 26
3.38 Financial Evaluation………………………………………… 29
3.39 Preferences…………………………………………………… 29
3.40 Tender Evaluation Period…………………………………… 31
8
3.41 Debarment of a Tenderer………………………………….… 31
3.42 Confirmation of Qualification for Award…………………... 31
3.43 Award of Contract….……………………………………….. 31
3.44 Termination of Procurement Proceedings…………………… 32
3.45 Notification of Award………………………………………… 32
3.46 Clarifications with lowest evaluated successful Tenderer …. 32
3.47 Signing of Contract ……………………………………….…. 32
3.48 Performance Security ………………………………………… 33
3.49 Corrupt or Fraudulent Practices……..……………………… 34
SECTION III - INSTRUCTIONS TO TENDERERS (ITT)
9
3.1 Definitions
In this tender, unless the context or express provision otherwise requires: -
a) Any reference to any Act shall include any statutory extension, amendment, modification,
re-amendment or replacement of such Act and any rule, regulation or order made there-
under.
b) “Date of Tender Document” shall begin with the first day and end on the last day of the
month appearing on the cover page of the Tender Document.
c) “Day” means calendar day and “month” means calendar month.
d) “KEBS” wherever appearing means the Kenya Bureau of Standards or its successor(s)
and assign(s) where the context so admits.
e) “PPOA” wherever appearing means The Public Procurement Oversight Authority or
its successor(s) and assign(s) where the context so admits.
f) Reference to “the tender” or the “Tender Document” includes its appendices and
documents mentioned hereunder and any reference to this tender or to any other
document includes a reference to the other document as varied supplemented and/or
replaced in any manner from time to time.
g) “The Procuring Entity” means Kenya Medical Training College or its successor(s) and
assign(s) where the context so admits (hereinafter abbreviated as KMTC).
h) “The Tenderer” means the person(s) submitting its Tender for the performance of Works
in response to the Invitation to Tender. This may include a business name, joint venture,
private or public company, government owned institution or any combination of one or
more of them.
i) Where there are two or more persons included in the expression the “Tenderer”, any act
or default or omission by the Tenderer shall be deemed to be an act, default or omission
by any one or more of such persons.
j) words importing the masculine gender only, include the feminine gender or (as the case
may be) the neutral gender.
k) words importing the singular number only include the plural number and vice-versa and
where there are two or more persons included in the expression the “Tenderer” the
covenants, agreements and obligations expressed to be made or performed by the
Tenderer shall be deemed to be made or performed by such persons jointly and severally.
l) “Works “means the construction, repair, renovation or demolition of
buildings, roads or other structures and includes the installation of equipment and
materials, site preparation and other incidental services.
3.2 Eligible Tenderers
3.2.1 This Invitation to Tender is open to all Tenderers eligible as described in the Bid Data Sheet.
Successful Tenderers shall perform the Works in accordance with this tender and the ensuing
contract.
3.2.2 The classification of eligibility shall be in accordance with that maintained by Kenya’s Ministry
of Public Works or its successor responsible for the classification of contractors.
10
3.2.3 Government or government owned institutions in Kenya may participate only if they are legally
and financially autonomous, if they operate under commercial law, are registered by the relevant
registration board or authorities and if they are not a dependant agency of the Government.
3.2.4 Local Tenderers i.e. Kenyan registered companies whose operations are based in Kenya shall
satisfy all relevant licensing and/or registration with the appropriate statutory bodies in Kenya
such as the National Construction Authority ( NCA)
3.2.5 Tenderers shall provide such evidence of their continued eligibility satisfactory to KMTC as
KMTC may reasonably request.
3.2.6 Tenderers (including all members of a joint venture and subcontractors) shall provide a statement
that they are not associated, or have 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 this project or being proposed as Project Manager for this 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
3.3 Ineligible Tenderers
3.3.1 Notwithstanding any other provisions of this tender, the following are not eligible to participate
in the tender:-
a) KMTC’s employees, its Board or any of its committee members.
b) Any Minister or Assistant Minister of the Government of the Republic of Kenya (GOK)
c) Any public servant of GOK.
d) Any member of a Board or Committee or any department of GOK.
e) Any person appointed to any position by the President of Kenya.
f) Any person appointed to any position by any Minister of GOK.
3.3.2 For the purposes of this paragraph, any relative i.e. spouse(s) and child (ren) of any person
mentioned in sub-paragraph 3.3.1 is also ineligible to participate in the tender. In addition, a
Minister shall include the President, Vice-President or the Attorney General of GOK.
3.4 Declarations of Eligibility
3.4.1 Tenderers shall not be under declarations of ineligibility for corrupt, fraudulent practices and are
not amongst persons mentioned in sub-paragraphs
3.3.1 and 3.3.2 above.
3.4.2 Tenderers who are not under these declarations shall complete the Declaration Form strictly in
the form and content as prescribed at Section XI (v).
3.4.3 Those that are under the Declaration for corrupt and fraudulent practices whether currently or in
the past shall not complete the Form. They will submit a suitable Form giving details, the nature
and present status of their circumstances.
3.5 Joint Venture
3.5.1 Tenders submitted by a joint venture (JV) of two or more firms (consortium), as partners shall
comply with the following requirements: -
a) The Tender Form and in case of a successful tender, the Contract Agreement Form, shall
be signed so as to be legally binding on all partners of the joint venture.
11
b) One of the partners shall be nominated and authorized as being lead contractor. The
authorization shall be evidenced by submitting a Power of Attorney signed by legally
authorized signatories of all the partners/directors.
c) The Power of Attorney which shall accompany the tender shall be granted by the
authorized signatories of all the partners as follows:-
(i.) for local and citizen contractors, before a Commissioner of Oaths or a Notary
Public or Magistrate of the Kenyan Judiciary.
(ii.) For a foreign bidder, before a Notary Public, or the equivalent of a Notary Public,
and in this regard the bidder shall provide satisfactory proof of such equivalence.
d) The lead contractor shall be authorized to incur liability and receive instructions for and
on behalf of any and all the partners of the joint venture and the entire execution of the
contract including payment shall be done exclusively with the lead contractor.
3.5.2 All partners of the joint venture shall be liable jointly and severally for the execution of the
contract in accordance with the contract terms, and a relevant statement to this effect shall be
included in the authorization mentioned in paragraph 3.5.1 (b) above as well as in the Form of
Tender and the Contract Agreement Form (in case of the accepted tender).
3.5.3 The JV must be in either of the following forms –
a) A registered JV agreement. The registration may either be :-
(i.) At the Ministry of Lands or,
(ii.) At the Office of the Attorney General, or
b) A Letter of Intent to enter into a joint venture including a draft JV Agreement indicating
at least the part of the Works to be executed by the respective partners.
a) The JV agreement should be signed by at least two directors from each company or firm
that is a party to the JV
b) The JV agreement must be under the company or firm seal
c) The Letter of Intent should be signed by at least one director from each company or firm
that is a party to the intended joint venture
3.5.4 A copy of the agreement entered into, or Letter of Intent by the joint venture partners shall be
submitted with the tender.
3.6 Time for Completion of Works
The successful Tenderer will be expected to complete the Works by the required completion
period as specified in the BDS.
3.7 Source of Funding
KMTC has set aside funds during the present financial year. It is intended that part of the
proceeds of funds will be applied to cover the eligible payments under the ensuing contract for
these Works.
3.8 Conflict of Interest
3.8.1 A Tenderer (including all members of a joint venture and subcontractors) shall not have a
conflict of interest. A Tenderer found to have a conflict of interest shall be disqualified. A
12
Tenderer may be considered to have a conflict of interest with one or more parties in this
tendering process if they:-
a) are associated or have been associated in the past directly or indirectly with employees or
agents of KMTC or a member of the Board or committee of KMTC
b) are associated or have been associated in the past directly or indirectly with a firm or
company or any of their affiliates which have been engaged by KMTC to provide
consulting services for the preparation of the design, specifications, and other documents
to be used for the execution, completion and maintenance of the Works under this
Invitation to Tender
c) have controlling shareholders in common
d) receive or have received any direct or indirect subsidy from any of them
e) have a relationship with each other, either directly or through common third parties, that
puts them in a position to have access to information about, or influence on the tender of
another Tenderer, or influence the decisions of KMTC regarding this tendering process
f) submit more than one Tender in this tendering process.
3.8.2 A Tenderer will be considered to have a conflict of interest if they participated as a consultant in
the preparation of the design or technical specification of the Works and related services that are
the subject of this Tender.
3.9 One Tender per Tenderer
3.9.1 A firm or company shall submit only one Tender in the same tendering process, either
individually or as a partner in a joint venture.
3.9.2 No firm or company can be a sub-contractor while submitting a Tender individually or as a
partner in a joint venture in the same tendering process.
3.9.3 A company or firm, if acting in the capacity of sub-contractor in any Tender may participate in
more than one Tender but only in that capacity.
3.9.4 A Tenderer who submits or participates in more than one tender (other than as a sub-contractor
or in cases of alternatives that have been permitted or requested) will cause all tenders in which
the Tenderer has participated to be disqualified.
3.10 Site Visit and Pre-Bid Meeting
3.10.1 The Tenderer, at the Tenderer’s own responsibility and risk is advised to visit and examine the
site of Works and its surrounding and obtain all information that may be necessary for preparing
the tender and entering into a contract for the Works. The cost of visiting the site shall be at the
Tenderer’s own expense.
3.10.2 KMTC may conduct a site visit and pre-bid meeting. The purpose of the pre-bid meeting shall be
to clarify issues and answer any questions that may be raised at that stage.
3.10.3 The Tenderer’s designated representative is invited to attend a site visit and per-bid meeting
which if convened will take place at the venue and time stipulated in the BDS.
3.10.4 The Tenderer is requested as far as possible to submit any questions in writing or by electronic
means to reach the Project Manager before the pre-bid meeting.
13
3.10.5 Minutes of the pre-bid meeting including the text of the questions raised and the responses given
together with any response prepared after the pre-bid meeting will be transmitted within the time
stated in the BDS to all purchasers of the Tender Document.
3.10.6 Non-attendance during the site visit or the pre-bid meeting will not be a cause of disqualification
of the Tender unless specified to the contrary in the BDS.
3.11 Cost of Tendering
3.11.1 The Tenderer shall bear all costs associated with the preparation and submission of its Tender.
KMTC will in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the tendering process.
3.11.2 The price to be charged for the Tender Document shall be as indicated in the Invitation to Tender
but in any case not exceeding KSh 1,000/=.
3.12 Contents of the Tender Document
3.12.1 The Tender Document comprises the documents listed below and Addendum (where applicable)
issued in accordance with paragraph 3.14 of these Instructions to Tenderers: -
a) Invitation to Tender
b) Tender Submission Checklist
c) Instructions to Tenderers
d) Bid Data Sheet
e) Conditions of Contract
f) Special Conditions of Contract
g) Specifications
h) Drawings
i) Bill of Quantities
j) Summary of Evaluation Process
k) Tender Form
l) Confidential Business Questionnaire Form
m) Tender Security Forms
n) Declaration Form
o) Contract Form Agreement
p) Performance Security Forms
3.12.2 The Tenderer is expected to examine all instructions, forms, provisions, terms and specifications
in the Tender Document. Failure to furnish all information required by the Tender Document or
to submit a tender not substantially responsive to the Tender Document in every respect will be at
the Tenderer’s risk and may result in the rejection of its Tender.
3.12.3 All recipients of the documents for the proposed Contract for the purpose of submitting a tender
(whether they submit a tender or not) shall treat the details of the documents as “Private and
Confidential”.
14
3.13 Clarification of Documents
A prospective Tenderer requiring any clarification of the Tender Document may notify the
Procurement Manager in writing or by post at KMTC’s address indicated in the Invitation to
Tender. KMTC will respond in writing to any request for clarification of the Tender documents,
which it receives not later than seven (7) days prior to the deadline for the submission of Tenders,
prescribed by KMTC.
Written copies of KMTC’s response (including an explanation of the query but without
identifying the source of inquiry) will be sent to all prospective Tenderers that have duly received
the Tender Document.
3.14 Amendment of Documents
3.14.1 At any time prior to the deadline for submission of Tenders, KMTC, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective Tenderer, may
modify the tender documents by amendment.
3.14.2 All prospective Tenderers that have received the tender documents will be notified of the
amendment(s) (hereinafter referred to or otherwise known as addendum) in writing and will be
binding on them.
3.14.3 In order to allow prospective Tenderers reasonable time in which to take the amendment into
account in preparing their Tenders, KMTC, at its discretion, may extend the deadline for the
submission of Tenders.
3.15 Language of Tender
The Tender prepared by the Tenderer, as well as all correspondence and documents relating to
the tender, exchanged between the Tenderer and KMTC, shall be written in English language,
provided that any printed literature furnished by the Tenderer may be written in another language
provided that they are accompanied by an accurate English translation of the relevant passages in
which case, for purposes of interpretation of the Tender, the English translation shall govern. The
English translation shall be on the Tenderer’s letterhead and shall be signed by the duly
authorized signatory signing the Tender and stamped with the Tenderer’s stamp.
3.16 Documents Comprising the Tender
The Tender prepared and submitted by the Tenderers shall include but not be limited to all the
following components: -
a) Declaration Form, Tender Form and Priced Bill of Quantities (BQ) duly completed
b) Documentary evidence that the Works and any ancillary services thereto to be performed
by the Tenderer conform to the tender documents
c) Technical Proposal in sufficient detail to demonstrate the adequacy of the Tenderer’s
proposal to meet the Works requirements and the completion time. Those details should
include the following:-
(i.) a statement of work methods i.e. Methodology
(ii.) Major items of equipment proposed to carry out the Contract
15
(iii) an undertaking that the items in c (ii) will be available for the execution of the
Contract.
d) Tender Security furnished in accordance with the Tender requirements
e) Power of Attorney authorizing the signatory of the Tender to commit the Tenderer in
accordance with the Tender requirements.
f) A detailed list of previous clients as prescribed in the BDS for similar Works on tender
and their contact addresses including e-mail shall be submitted with the Tender for the
purpose of reference, or for evaluation
g) Statement of Deviations, if any, from the tender requirements on a separate sheet of paper
clearly indicating –
(i.) the specific tender document requirement
(ii.) the deviation proposed by the Tenderer
(iii.) the technical specifications of the deviation
(iv.) the design, if any, of the deviation
(v.) justification or reason for the deviation
(vi.) the Tenderer’s cost of that deviation and the Tenderer’s estimate of the cost of
complying with KMTC’s requirement without the deviation.
h) In case of a tender submitted by a joint venture, either of the following ( i.) the
registered joint venture agreement, or,
(ii.) a Letter of Intent to enter into a joint venture including a draft JV agreement
indicating at least the part of the Works to be executed by the respective partners.
j) Any information or other materials required to be completed and submitted by Tenderers
as specified in the Tender Document
3.17 Tender Form
The Tenderer shall complete and sign the Tender Form and all other documents furnished in the
Tender Document, indicating the Works to be performed, a brief description of the Works,
quantities, and prices amongst other information required.
3.18 Tender Rates and Prices
3.18.1 The Tenderer shall indicate on the appropriate BQs, the unit rates and prices (where applicable)
and total tender price of the Works it proposes to perform under the contract.
3.18.2 The Tenderer shall fill in rates and prices for all items of the Works described in the BQs. Items
for which no rates or price is entered by the Tenderer will not be paid for by KMTC when
executed and shall be deemed covered by other rates and prices in the BQs.
3.18.3 Prices and rates indicated on the BQs shall be of all costs for the Works including insurances,
duties, Value Added Tax (V.A.T) and other taxes payable. No other basis shall be accepted for
evaluation, award or otherwise.
3.18.4 BQ rates and prices to be submitted (quoted) by the Tenderer shall remain fixed for the contract
duration.
16
3.19 Tender Currencies
3.19.1 For Works that the Tenderer will provide from within or outside Kenya, the prices shall be
quoted in Kenya Shillings, or in another freely convertible currency in Kenya. The currency
quoted must be indicated clearly on the Price Schedule of Services.
3.19.2 The exchange rate to be used for currency conversion shall be the Central Bank of Kenya selling
rate ruling on the Tender closing date. ( Please visit the Central Bank of Kenya website).
3.20 Tenderer’s Eligibility and Qualifications
3.20.1 Pursuant to paragraph 3.16, the Tenderer shall furnish, as part of its Tender, documents
establishing the Tenderer’s eligibility to tender and its qualifications to execute, complete and
maintain the Works in the contract if its Tender is accepted.
3.20.2 The documentary evidence of the Tenderer’s qualifications to perform the contract if its Tender
is accepted shall be established to KMTC’s satisfaction –
a) that the Tenderer has the financial capability necessary to perform the contract. The
Tenderer shall be required to provide -
(i.) Audited Financial Statements (Audited Accounts) that are reported within fifteen
(15) calendar months of the date of the tender document. The Statements must be
stamped and signed. The Auditors must be currently registered by ICPAK.
(ii.) For companies or firms that are registered or incorporated within the last one
calendar year of the Date of the Tender Document, they should submit certified
copies of bank statements covering a period of at least six (6) months prior to the
Date of the Tender Document. The copies should be certified by the Bank issuing
the statements. The certification should be original.
(iii.) A valid and current Tax Compliance Certificate (TCC) issued by KRA. The
Tenderer is strongly advised to confirm the authenticity of the TCC with KRA’s
Compliance Department to avoid rejection of its Tender.
(iv.) Evidence of adequacy of working capital for this Contract eg access to line(s) of
credit and availability of other financial resources
b) that the Tenderer has the technical and management capability necessary to perform the
contract. These are as per the Qualification Information Form which includes:-
(i.) documents showing qualifications and experience of key site management and
technical personnel proposed for the Contract.
(ii.) employment records including contracts of employment for all key personnel
(iv.) The Tenderer’s undertaking that the key site management and technical personnel
will be available for the contract
(v.) List and evidence of ownership/lease of contractor’s equipment proposed for
carrying out the Works
c) that the Tenderer is duly classified and currently registered by the Ministry of Public
Works as capable of performing the Works under the contract. The Tenderer will furnish
KMTC with a copy of the registration certificate and copy of renewal receipt. KMTC
reserves the right to subject the certificate and receipt to authentication.
d) information regarding any litigation or arbitration current or during the last five (5)
years, in which the Tenderer is involved, the parties concerned and disputed amount; and
17
e) detailed proposals for subcontracting components of the Works amounting to more than
twenty percent (20%) of the Contract Price.
3.20.3 Tenderers with a record of unsatisfactory or default in performance obligations in any contract
shall not be considered for evaluation or award. For the avoidance of doubt, this shall include any
Tenderer with unresolved case(s) in its obligations for more than two (2) months in any contract.
3.21 Conformity of Works to Tender Documents
3.21.1 The Tenderer shall furnish, as part of its tender, documents establishing the conformity to the
Tender Document of all the Works that the Tenderer proposes to perform under the contract.
3.21.2 The documentary evidence of conformity of the Works to the Tender Document may be in the
form of literature, drawings, and data, and shall (where applicable) consist of: -
a) a detailed description of the essential technical and performance characteristics of the
Works whether in brochures, catalogues, drawings or otherwise,
b) a list giving full particulars, including available source and current prices of spare parts,
special tools and other incidental apparatus necessary for the proper and continuing
performance of the Works for a minimum period of six (6) months following usage of the
Works after the official handing over to KMTC, and,
c) duly completed BQs’ in compliance with KMTC’s BQs’ requirements or, a Statement of
Deviations and exceptions to the provisions of KMTC’s BQs’.
3.21.3 For purposes of the documentary and other evidence to be furnished pursuant to sub-paragraphs
3.21.1, 3.21.2 and paragraph 3.22, the Tenderer shall note that standards for workmanship,
material, and equipment, designated by KMTC in its BQs’ are intended to be descriptive only
and not restrictive. The Tenderer may adopt higher standards in its Tender, provided that it
demonstrates to KMTC’s satisfaction that the substitutions ensure substantial equivalence to
those designated in the BQs’.
3.22 Demonstration(s), Inspection(s) and Test(s)
3.22.1 Where required, all Tenderers shall demonstrate ability of performance of the required Works in
conformity with the Bills of Quantities and Specifications.
3.22.2 KMTC or its representative(s) shall have the right to inspect/ test the Tenderer’s capacity,
equipment, premises, and to confirm their conformity to the tender requirements. This shall
include the quality management system. KP’s representative(s) retained for these purposes shall
provide appropriate identification at the time of such inspection/ test.
3.22.3 KMTC shall meet its own costs of the inspection/ test. Where conducted on the premises of the
Tenderer(s), all reasonable facilities and assistance, including access to drawings and production
data, shall be furnished to the inspectors at no charge to KMTC.
3.22.4 Demonstration, Inspection/ Test Report(s) shall be completed upon conclusion of the inspection/
tests. This Report will be considered at time of evaluation and or award.
3.23 Warranty
3.23.1 Where required in the Tender, all Tenderers must also provide a Warranty that warrants that any
part of the Works that comprises any equipment, the equipment to be provided under the contract
are new, unused and or are of the most recent or current specification and incorporate all recent
18
improvements in design and materials unless provided otherwise in the Tender. The Warranty
shall also warrant that the equipment in the Tenderer’s bid have no defect arising from
manufacture, materials or workmanship or from any act or omission of the Tenderer that may
develop under normal use or application of the equipment under the conditions obtaining in
Kenya.
3.23.2 The Warranty will remain valid for a minimum of six (6) months after the equipment, or any part
thereof as the case may be, have been used or provided or performed as indicated in the contract.
3.24 Tender Security
3.24.1 The Tenderer shall furnish, as part of its Tender, a tender security for the amount specified in the
BDS.
3.24.2 The tender security shall be either one or a combination of the following:-
a) an original Bank Guarantee that is strictly in the form and content as prescribed in the
Tender Security Form (Bank Guarantee) in the Tender Document.
b) For local bidders, Standby Letters of Credit (LC). All costs, expenses and charges levied
by all banks party to the LC shall be prepaid by the Tenderer. The LC must contain all the
mandatory conditions of payment to KMTC as prescribed in the Tender Security (Letters
of Credit) provided in the Tender Document.
c) For foreign bidders, Standby Letters of Credit (LC) confirmed by a bank in Kenya. All
costs, expenses and charges levied by all banks party to the LC including confirmation
charges shall be prepaid by the Tenderer. The LC must contain all the mandatory
conditions of payment to KMTC as prescribed in the Tender Security (Letters of Credit)
provided in the Tender Document.
3.24.3 The Tender Security is required to protect KMTC against the risk of the Tenderer’s conduct
which would warrant the security’s forfeiture pursuant to paragraph 3.24.10.
3.24.4 The Tender Security shall be denominated in Kenya Shillings or in another freely convertible
currency, and shall be issued by a commercial bank licensed by the Central Bank of Kenya. The
bank must be located in Kenya.
3.24.5 The Tender Security shall be valid for thirty (30) days beyond the validity of the tender.
3.24.6 KMTC shall seek authentication of the Tender Security from the issuing bank. It is the
responsibility of the Tenderer to sensitize its issuing bank on the need to respond directly and
expeditiously to queries from KMTC. The period for response shall not exceed five (5) days from
the date of KMTC’s query. Should there be no conclusive response by the bank within this
period, such Tenderer’s Tender Security may be deemed as invalid and the bid rejected.
3.24.7 Any Tender not secured in accordance with this paragraph will be rejected by KMTC as non-
responsive, pursuant to paragraph 3.35.
3.24.8 The unsuccessful Tenderer’s Tender Security will be released as promptly as possible, in any of
the following circumstances: -
a) the procurement proceedings are terminated
b) KMTC determines that none of the submitted Tenders is responsive
c) a contract for the procurement is entered into
19
d) the Tenderer does not qualify for Financial Evaluation in accordance with paragraph
3.37.
3.24.9 The successful Tenderer’s Tender Security will be released upon the successful Tenderer’s
signing the contract, pursuant to paragraph 3.47 and furnishing an authentic Performance
Security, pursuant to paragraph 3.48.
3.24.10 The Tender Security shall be forfeited –
a) if the Tenderer withdraws its Tender after the deadline for submitting Tenders but before
the expiry of the period during which the Tenders must remain valid
b) if the Tenderer rejects a correction of an arithmetic error
c) if the Tenderer fails to enter into a written contract in accordance with paragraph 3.47
d) if the successful Tenderer fails to furnish the performance security in accordance with
paragraph 3.48
e) if the Tenderer fails to extend the validity of the tender security where KMTC has
extended the tender validity period in accordance with paragraph 3.25.
3.24.11 in cases of a JV bid, without prejudice to the provisions relating to a JV, the Tender Security may
be in the name of any or all parties to the JV and the above provisions on Tender Security shall
apply.
3.25 Validity of Tenders
3.25.1 Tenders shall remain valid for one hundred and twenty (120) days after the date of tender
opening as specified in the Invitation to Tender or as otherwise may be prescribed by KMTC,
pursuant to paragraph 3.30. A Tender that is valid for a shorter period shall be rejected by KMTC
as non-responsive.
3.25.2 In exceptional circumstances, KMTC may extend the Tender validity period. The extension shall
be made in writing. The tender security provided under paragraph 3.24shall also be extended. A
Tenderer shall not be required nor permitted to modify its tender during the extended period.
3.26 Alternative Offers
Only main offers shall be considered, as alternative offers are not acceptable.
3.27 Number of Sets of and Tender Format 3.19
3.27.1 The Tenderer shall prepare three complete sets of its Tender, identifying and
Clearly marking the “ORIGINAL TENDER”, “COPY 1 OF TENDER”, and “COPY 2 OF
TENDER” as appropriate. Each set shall be properly bound. The copies shall be a replica of the
Original. Each copy will be deemed to contain the same information as the Original.
3.27.2 The Tender shall be bound and divided clearly in descending order as listed in the Tender
Submission Checklist. The divisions are for clear identification and marking of the respective
documents or information that are serially numbered in the Checklist.
3.27.3 The order and arrangement as indicated in the Tender Submission Checklist will be considered as
the Tender Format.
20
3.28 Preparation and Signing of the Tender
3.28.1 The Original and all copies of the Tender shall be typed or written in indelible ink. They shall be
signed by the Tenderer or a person or persons duly authorized to bind the Tenderer to the
contract.
3.28.2 The authorization shall be indicated by a written Power of Attorney granted by the Tenderer to
the authorized person before any of the following persons:-
a) For local Tenderers, a Commissioner of Oaths or a Notary Public or a Magistrate of the
Kenyan Judiciary.
b) For foreign Tenderers, a Notary Public in the country of the Tenderer.
In either case above, the Power of Attorney shall accompany the Tender.
3.28.3 All pages of the Tender, including un-amended printed literature, shall be initialed by the person
or persons signing the Tender and serially numbered.
3.28.4 The Tender shall have no interlineations, erasures, or overwriting except as necessary to correct
errors made by the Tenderer, in which case such corrections shall be initialed by the person or
persons signing the Tender.
3.28.5 KMTC will assume no responsibility whatsoever for the Tenderer’s failure to comply with or
observe the entire contents of this paragraph.
3.28.6 Any Tender not prepared and signed in accordance with this paragraph may be rejected by KMTC
as non-responsive, pursuant to paragraph 3.35.
3.29 Sealing and Outer Marking of Tenders
3.29.1 The Tenderer shall seal the Original and each Copy of the Tender in separate envelopes or
packages, duly marking the envelopes or packages as “ORIGINAL”, “COPY 1 OF TENDER”
and “COPY 2 OF TENDER”. The envelopes or packages shall then be sealed in an outer
envelope or package.
3.21.2 The inner and outer envelopes or packages shall -
a) be addressed to KMTC at the address given in the Invitation to Tender,
b) bear the tender number and name as per the Invitation to Tender and
the words, “DO NOT OPEN BEFORE as specified in the Invitation to Tender.
3.21.3 The inner envelopes or packages shall also indicate the name and address of the Tenderer to
enable the Tender to be returned unopened in circumstances necessitating such return including
where Tenders are received late or procurement proceedings are terminated before tenders are
opened.
3.21.4 If the envelopes or packages are not sealed and marked as required by this paragraph, KMTC will
assume no responsibility whatsoever for the Tender’s misplacement or premature opening. A
tender opened prematurely for this cause will be rejected by KMTC and promptly returned to the
Tenderer.
3.30 Deadline for Submission of Tenders
3.30.1 Tenders must be received by KMTC by the time and at the place specified in the Invitation to
Tender.
21
3.30.2 KMTC may, at its discretion, extend this deadline for submission of Tenders by amending the
tender documents in accordance with paragraph 3.14, in which case all rights and obligations of
KMTC and the Tenderer’s previously subject to the initial deadline, will therefore be subject to
the deadline as extended.
3.31 Modification and Withdrawal of Tenders
3.31.1 The Tenderer may modify or withdraw its Tender after it has submitted it, provided that written
notice of the modification, including substitution or withdrawal of the Tender is received by
KMTC prior to the deadline prescribed for submission of tenders.
3.31.2 The Tenderer’s modification or withdrawal notice shall be prepared, sealed, marked, and
dispatched in accordance with the provisions of paragraphs 3.27, 3.28 and 3.29. A withdrawal
notice may also be sent by facsimile, electronic mail, cable or telex but followed by an original
signed confirmation copy, postmarked no later than the deadline for submission of Tenders.
3.31.3 No Tender may be modified after the deadline for submission of Tenders.
3.31.4 No Tender may be withdrawn in the interval between the deadline for submission of tenders and
the expiration of the period during which the Tender must remain valid. Withdrawal of a Tender
during this interval shall result in forfeiture of the Tenderer’s Tender Security.
3.32 Opening of Tenders
3.32.1 KMTC shall, in accordance with the sub-paragraphs below, adopt a two tender opening system
for this Tender.
3.32.2 At the first opening, KMTC shall open all Tenders promptly after the tender closing date and
time, at the location specified in the Invitation to Tender or as may otherwise be indicated. For
purposes of clarity, this opening shall include the outer Financial Proposals’ envelopes or
packages of the duly submitted tenders.
3.32.3 The Tenderer’s names, tender modifications or withdrawals, the presence or absence of requisite
Tender Security, the number of sets of both Technical and Non-Technical tender documents duly
received and such other details as KMTC, at its discretion, may consider appropriate, will be
announced at the opening.
3.32.4 Tenderers whose tenders qualify after preliminary and technical evaluation will be promptly go
for the financial evaluation.
3.32.5 At the opening of the document, tender rates & prices, discounts, and such other details as
KMTC, at its discretion, may consider appropriate, will be announced at this opening.
3.32.6 The Tenderers or their representatives may attend the openings and those present shall sign a
register evidencing their attendance.
3.32.7 Tenders not opened and read out at the tender opening shall not be considered further for
evaluation, award or otherwise irrespective of the circumstances.
3.33 Process to be Confidential
3.33.1 After the opening of tenders, information relating to the examination, clarification, evaluation
and comparisons of tenders and recommendations arising there-from shall not be disclosed to a
22
Tenderer or other person(s) not officially concerned with such process until conclusion of that
process.
3.33.2 Conclusion of that process shall be deemed to have occurred, at the latest, by the date and time
KMTC announces to qualified bidder(s). In any event, official disclosure by KMTC of any
information upon conclusion of that process shall only be to the unsuccessful bidders and may
contain only the information permissible by law in summary form.
3.33.3 After the opening of tenders, information relating to the further examination, clarification,
evaluation and comparisons of tenders and recommendations concerning the award of Contract
shall not be disclosed to a Tenderer or other person(s) not officially concerned with such process
until the award of Contract is announced.
3.33.4 Any effort by a Tenderer to influence KMTC or any of its staff members in the process of
examination, evaluation and comparison of tenders and information or decisions concerning
award of Contract may result in the rejection of the Tenderer’s tender.
3.34 Clarification of Tenders and Contacting KMTC
3.34.1 To assist in the examination, evaluation and comparison of Tenders KMTC may, at its discretion,
ask the Tenderer for a clarification of its Tender. The request for clarification and the response
shall be in writing, and no change in the rates and prices or substance of the Tender shall be
sought, offered, or permitted.
3.34.2 The Tenderer is required to provide timely clarification or substantiation of the information that
is essential for effective evaluation of its qualifications. It is the responsibility of the Tenderer to
provide in writing the clarification or substantiation which should reach KMTC within five (5)
days from the date of KMTC’s query. Such writing may include by electronic mail, facsimile or
postal mail. Should there be no conclusive response within this period, it shall result in the
Tenderer’s disqualification.
3.34.3 Save as is provided in this paragraph and paragraph 3.33 above, no Tenderer shall contact KMTC
on any matter related to its Tender, from the time of the tender openings to the time the contract
is awarded.
3.34.4 Any effort by a Tenderer to influence KMTC in its decisions on tender evaluation, tender
comparison, tender recommendation(s) or contract award may result in the rejection of the
Tenderer’s Tender.
3.35 Preliminary Evaluation and Responsiveness
3.35.1 Prior to the detailed Technical and Financial evaluation, KMTC will determine the substantial
responsiveness of each Tender. For purposes of this tender, a substantially responsive Tender is
one that conforms to the requirements of Preliminary Evaluation. KMTC’s determination of a
Tender’s responsiveness is to be based on the contents of the Tender itself without recourse to
extrinsic evidence.
3.35.2 KMTC will examine the Tenders to determine whether they conform to the Preliminary
Evaluation Criteria set out in Section X Summary of Evaluation Process (Evaluation Criteria).
3.35.3 Notwithstanding the contents of the foregoing sub-paragraphs, if a Tender is not substantially
responsive, it will be rejected at the earliest stage of evaluation by KMTC and cannot
subsequently be made responsive by the Tenderer by correction of any non–conformity.
23
3.36 Minor Deviations, Errors or Oversights
3.36.1 KMTC may waive any minor deviation in a Tender that does not materially depart from the
requirements of the Works set out in the Tender Document.
3.36.2 Such minor deviation -
3.36.2.1 shall be quantified to the extent possible
3.36.2.2 shall be taken into account in the evaluation process, and,
3.36.2.3 shall be applied uniformly and consistently to all qualified Tenders duly received by
KMTC.
3.36.3 KMTC may waive errors and oversights that can be corrected without affecting the substance of
the Tender.
3.36.4 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, KMTC’s
rights or the Tenderer’s obligations under the Contract; or,
c) whose rectification would affect unfairly the competitive position of other Tenderers
presenting responsive tenders.
3.37 Evaluation Criteria– Preliminary, Technical and Financial
(a) The Tenders submitted will be evaluated in three stages; Preliminary, Technical
and Financial. Tenderers will proceed to the Technical Stage only if they qualify
in compliance with Preliminary Evaluation. Only technical bids that attain a
minimum score of 75% will be eligible for financial evaluation as detailed in (c)
below.
The evaluation criteria will be based on the following weights:
a. Technical score weight - 80%
b. Financial score weight - 20%
(b) The criteria to be followed at the Technical Evaluation stage are contained in
Evaluation Process, and Bidders are urged to follow the format outlined therein
which is critical in determining the responsiveness of the bids.
(c) To be eligible for the Financial Evaluation, bidders must score at least seventy
(75) out of one hundred (100) at the Technical Evaluation stage. Each responsive
tender will be given a technical score (St). A tender shall be rejected at this stage
if it fails to achieve the minimum technical score.
(d) The Evaluation Committee will determine whether the financial proposals are
complete (i.e. whether the tenderer has costed all the items of the corresponding
Technical Proposal and correct any computational errors). The cost of any
unpriced items shall be assumed to be included in other costs in the proposal. In
all cases, the total price of the Financial Proposal as submitted shall prevail.
(e) The formulae for determining the Financial Score (Sf) shall, unless an alternative
formula is indicated in the Appendix “ITT”, be as follows:-
24
Sf = 100 X FM/F where Sf is the financial score; Fm is the lowest priced financial
proposal and F is the price of the proposal under consideration. Proposals will be
ranked according to their combined technical (St) and financial (Sf) scores using
the weights (T=the weight given to the Technical Proposal: P = the weight given
to the Financial Proposal; T + p = I) indicated in the Appendix. The combined
technical and financial score, S, is calculated as follows: - S = St x T % + Sf x P
%. The firm achieving the highest combined technical and financial score can be
invited for negotiations.
1.1 If a tender is not substantially responsive, it will be rejected, and may not subsequently be
made responsive by correction or withdrawal of the non-conforming deviation or
reservation.
1.2 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 Builders’ Work (as a rebate or
addition as the case may be) for the purposes of valuations for Interim 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.
1.3 The Employer will evaluate and compare only the tenders determined to be substantially
responsive in accordance with Clause 5.5.
1.4 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;
25
(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
1.5 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.
1.6 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.
1.7 Firms incorporated in Kenya where indigenous Kenyans own 51% or more of the share
capital shall be allowed a 10% preferential bias provided that they do not sub-contract
work valued at more than 50% of the Contract Price excluding Provisional Sums to an
non-indigenous sub-contractor.
3.38 Financial Evaluation
3.38.1 The financial evaluation and comparison shall be as set out in the Summary of Evaluation
Process. The comparison shall be -
a) of the rates and prices including all costs as well as duties and taxes payable on all the
materials to be used in the execution of the Works.
b) deviations in Payment Schedule from that specified in the Special Conditions of Contract
3.38.2 Where other currencies are used, KMTC will convert those currencies to the same currency using
the selling exchange rate ruling on the date of tender closing provided by the Central Bank of
Kenya.
3.39 Preferences
3.39.1 Where applicable, in the evaluation of tenders, exclusive preference shall be given to citizens of
Kenya where -
3.39.1.1 the funding is one hundred percent (100%) from the Government of Kenya or a
Kenyan body, and,
3.39.1.2 the amount of the tender as evaluated is below Ksh. 200 Million
3.39.2 A graduated margin of preference, shall where circumstances permit, be applied as follows:-
3.39.2.1 10% of the total evaluated price for Tenderers where the
shareholding of Kenyan citizens in the Tenderer firm is above 50%.
3.39.2.2 8% of the total evaluated price for Tenderers where the shareholding of Kenyan
citizens in the Tenderer firm is above 20% but not more than 50%.
3.39.2.3 6% of the total evaluated price for Tenderers where the shareholding of Kenyan
citizens in the Tenderer firm is not more than 20%.
26
3.39.3 Where citizen contractors enter into joint venture, sub-contracting or other contractual
arrangements with foreign companies, the margin of preference shall be ten percent (10%) and
applied on the following conditions:-
a) that the shareholding of the citizen contractor in the joint venture, sub-contracting or other
contractual arrangements is above 50%
b) the citizen contractor is -
(i.) a natural person, genuine holder of a valid Kenyan National Identity Card, or
(ii.) Kenyan company that is incorporated under the Companies Act, Chapter 486 of
the laws of Kenya (as may be amended from time to time or replaced), and
b) the Kenyan company is wholly owned and controlled by Kenyan citizens
c) the Tenderer (citizen contractor) must submit together with its tender a copy of the
written joint venture, sub-contracting or other contractual arrangement document.
3.39.4 Where foreign companies enter into joint venture or sub-contracting arrangements with local
contractors, the foreign company may benefit from the preference scheme on the following
conditions:-
a) that the shareholding of the local contractor in the joint venture, sub-contracting
arrangements is above 50%
b) the local contractor is -
(i.) a Kenyan company that is registered under the Companies Act, Chapter 486 of the
laws of Kenya (as may be amended from time to time or replaced), and
(iii.) the operations of the Kenyan company must be based in Kenya
c) the foreign company must submit together with its tender a copy of the written joint
venture or sub-contracting arrangements document.
3.39.5 In any of the cases above, if a Tenderer is entitled to more than one preference, that Tenderer will
be given only the preference that gives it the highest advantage.
3.39.6 For purposes of this paragraph the Tenderer shall submit with its Tender, the following
documents:-
a) a valid copy of certificate or letter of Confirmation of Ownership or Partnerships and
Shareholding issued and signed by the Registrar of Companies or Registrar of Business
Names both of the Office of the Attorney General of Kenya.
b) The certificate must not be more than three (3) months old from the Date of the Tender
Document. KMTC reserves the right to subject the certificate to authentication.
c) A copy of the Memorandum and Articles of Association of the company
d) In JV, sub-contracting or other contractual arrangements, copies of the Memorandum and
Articles of Association of each company in the JV, sub-contracting or other contractual
arrangements.
27
3.40 Tender Evaluation Period
3.40.1 The tender evaluation committee may conduct and complete a preliminary and technical
evaluation of the tender within thirty (30) days of the validity period from the date of the first
opening of the Tender.
3.40.2 The tender evaluation committee may conduct the financial evaluation of the tender within five
(5) days of the validity period from the date of completion of technical evaluation.
3.40.3 Notwithstanding the above, the overall evaluation period for the tender shall be thirty five (35)
days in the validity period of the tender.
3.41 Debarment of a Tenderer
A Tenderer who gives false information in the Tender 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.
3.42 Confirmation of Qualification for Award
3.42.1 KMTC may confirm to its satisfaction whether the Tenderer that is selected as having submitted
the lowest evaluated responsive tender is qualified to perform the contract satisfactorily.
3.42.2 The confirmation will take into account the Tenderer’s financial, technical, and performance
capabilities. It will be based upon an examination of the documentary evidence of the Tenderer’s
qualifications submitted by the Tenderer, pursuant to paragraph 3.20 as well as confirmation of
such other information as KMTC deems necessary and appropriate. This may include factory,
office and other facilities inspection and audits.
3.42.3 An affirmative confirmation will be a prerequisite for award of the contract to the Tenderer. A
negative confirmation will result in rejection of the Tenderer’s Tender, in which event KMTC
will proceed to the next lowest evaluated responsive tender to make a similar confirmation of that
Tenderer’s capabilities to perform satisfactorily.
3.43 Award of Contract
3.43.1 KMTC will award the contract to the successful Tenderer whose Tender has been determined to
be substantially responsive, compliant with the evaluation criteria and has been determined to be
the lowest evaluated tender, and further, where deemed necessary, that the Tenderer is confirmed
to be qualified to perform the contract satisfactorily.
3.44 Termination of Procurement Proceedings
3.44.1 KMTC may at any time terminate procurement proceedings before contract award and shall not
be liable to any person for the termination.
3.44.2 KMTC shall give prompt notice of the termination to the Tenderers, and, on request from any
Tenderer, give its reasons for termination within fourteen (14) days of such request.
3.45 Notification of Award
3.45.1 Prior to the expiration of the period of tender validity, KMTC shall notify the successful
Tenderer in writing that its Tender has been accepted.
28
3.45.2 The notification of award shall not constitute the formation of the contract until one is finally
signed by both parties.
3.45.3 Simultaneously, and without prejudice to the contents of paragraph 3.34, on issuance of
Notification of Award to the successful Tenderer, KMTC shall notify each unsuccessful
Tenderer.
3.45.4 A notification of the tender outcome does not reduce the validity period for any tender security
whether the Tenderer is successful or not, except where such tender security is officially released
to the Bank and/or the Tenderer and such Bank discharged of all its obligations by KMTC prior
to the expiry of its stated validity period.
3.46 Clarifications with Lowest Evaluated Successful Tenderer
3.46.1 Clarifications may be undertaken with the lowest responsive evaluated Tenderer relating to any
or all of the following areas:-
a) A minor alteration to the technical details of the BQ’s
b) Reduction of quantities for budgetary reasons where the reductions in excess of any
provided for in the Tender Document
c) A minor amendment to the Special Conditions of Contract.
d) Finalizing payment arrangements (excluding any Advance Payment)
e) Mobilization arrangements e.g. operational details (excluding any Advance Payment)
f) Agreeing final delivery or Work Plans to accommodate and changes required by KMTC.
g) Methodology and Staffing
h) Clarifying details that were not apparent or could not be finalized at the time of tendering
3.46.2 Clarifications shall not change the substance of the Tender.
3.47 Signing of Contract
3.47.1 At the same time as KMTC notifies the successful Tenderer that its Tender has been accepted,
KMTC will send the Tenderer the Contract Agreement provided in the Tender Document
together with any other necessary documents incorporating all agreements between the Parties.
3.47.2 Within fourteen (14) days of the date of notification of award, the successful Tenderer shall only
sign the Contract Form and all the documents specified in that Form and return them to KMTC
within that period of fourteen (14) days.
3.47.3 KMTC shall sign and date the Contract in the period between not earlier than fourteen (14) days
from the date of notification of contract award and not later than thirty (30) days after expiry of
tender validity. Further, KMTC shall not sign the contract until and unless the authentic
performance security is received in accordance with paragraph 3.48.
3.47.4 Failure of the successful Tenderer to sign the Contract, the award shall be annulled and its tender
security forfeited in which event KMTC shall notify the next lowest evaluated Tenderer that its
Tender has been accepted.
3.47.5 Paragraph 3.45 together with the provisions of this paragraph 3.47 will apply with necessary
modifications with respect to the Tenderer notified under sub-paragraph 3.47.4.
29
3.48 Performance Security
3.48.1 Within twenty one (21) days of the date of notification of award from KMTC, the successful
Tenderer shall furnish KMTC with a Performance Security which shall be either one or a
combination of the following:
a) an original Bank Guarantee that is strictly in the form and content as prescribed in the
Performance Security Form (Bank Guarantee) in the Tender Document.
b) For local bidders, Standby Letters of Credit (LC). All costs, expenses and charges levied
by all banks party to the LC shall be prepaid by the Tenderer. The LC must contain all the
mandatory conditions of payment to KMTC as prescribed in the Tender Security (Letters
of Credit) provided in the Tender Document.
c) For foreign bidders, Standby Letters of Credit (LC) confirmed by a bank in Kenya. All
costs, expenses and charges levied by all banks party to the LC including confirmation
charges shall be prepaid by the Tenderer. The LC must contain all the mandatory
conditions of payment to KMTC as prescribed in the Tender Security (Letters of Credit)
provided in the Tender Document.
3.48.2 The Performance Security shall be issued by a commercial bank licensed by the Central Bank of
Kenya. The bank must be located in Kenya.
3.48.3 The successful Tenderer shall furnish a Performance Security being the sum of ten percent (10%)
of the contract price.
3.48.4 KMTC shall seek authentication of the Performance Security from the issuing bank. It is the
responsibility of the successful Tenderer to sensitize its issuing bank on the need to respond
directly and expeditiously to queries from KMTC. The period for response shall not exceed five
(5) days from the date of KMTC’s query. Should there be no conclusive response by the Bank
within this period, such successful Tenderer’s Performance Security may be deemed as invalid.
3.48.5 Failure of the successful Tenderer to furnish an authentic Performance Security, the award shall
be annulled and the Tender Security forfeited, in which event KMTC may notify the next lowest
evaluated Tenderer that its Tender has been accepted.
3.48.6 Paragraph 3.45, 3.47 together with the provisions of this paragraph 3.48 will apply with
necessary modifications, and as far as circumstances permit, with respect to the Tenderer notified
under sub-paragraph 3.48.5.
3.49 Corrupt or Fraudulent Practices
3.49.1 KMTC requires that Tenderers observe the highest standard of ethics during the procurement
process and execution of contracts. When used in the present Regulations, the following terms
are defined as follows: -
a) “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value
to influence the action of public official in the procurement process or in contract
execution;
b) “Fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of KMTC, and
includes collusive practice among Tenderers (prior to or after Tender submission)
designed to establish tender prices at artificial non-competitive levels and to deprive
KMTC of the benefits of free and open competition.
30
3.49.2 KMTC will reject a proposal for award if it determines that the Tenderer recommended for award
has engaged in corrupt or fraudulent practices in competing for the contract in question.
3.49.3 Further, a Tenderer who is found to have indulged in corrupt or fraudulent practices risks being
debarred from participating in public procurement in Kenya.
31
SECTION IV - BID DATA SHEET (Appendix to Instructions To Tenderers)
The following information regarding the particulars of the tender shall complement and or amend the
provisions of the Instructions to Tenderers hereinafter abbreviated as ITT. Wherever there is a conflict
between the provisions of the ITT and the Bid Data Sheet, the provisions of the BDS shall prevail over
those of the ITT.
No. ITT Reference Clause Particulars of Appendix
1. 3.2.1 Eligible Tenderers Only tenderers who are registered NCA 3 and above are eligible to
participate.
2. 3.6 Time for Completion
of works
As indicated in Form of Tender
4. 3.16(f) – List of Previous
Customers
The Tenderer shall submit at least four (4) names with full contact
including telephone, email and physical addresses of previous
clients of similar Works and letters from the previous clients
confirming satisfactory completion of the contracts and on
schedule.
5. 3.24.1 Tender Security Tender Security is Ksh. 720,000.00 as original Bank Guarantee that
is strictly in the form and content as prescribed in the Tender
Security Form (Bank Guarantee) or For local bidders, Standby
Letters of Credit (LC). All costs, expenses and charges levied by all
banks party to the LC shall be prepaid by the Tenderer. The LC
must contain all the mandatory conditions of payment to KMTC as
prescribed in the Tender Security (Letters of Credit) or For foreign
bidders, Standby Letters of Credit (LC) confirmed by a bank in
Kenya. All costs, expenses and charges levied by all banks party to
the LC including confirmation charges shall be prepaid by the
Tenderer. The LC must contain all the mandatory conditions of
payment to KMTC as prescribed in the Tender Security (Letters of
Credit) in the Tender Document. The Tender Security shall be valid
for thirty (30) days beyond the validity of the tender.
6. 3.25 Validity of
Tenders
Tenders shall remain valid for one hundred and twenty (120) days
after the date of tender opening.
7. 3.27 Number of Sets of
and Tender Format
The Tenderer shall divide and mark the sets as follows:-
– Three (2) sets i.e. Original, Copy
8. 3.43 Award of Contract Award shall be on basis to the lowest Compliant bidders per site.
Prices quoted shall be Delivered Duty Paid (DDP) to the respective
site and shall be inspected at various sites.
9. 3.48 Performance
Security
Performance Security shall be 10% of the contract sum
10 3.10 Site visit Site visit is a MUST
32
SECTION V - CONDITIONS OF CONTRACT
Table of Contents
1 Definitions ………………………………………………… 39
2 Interpretation……………………………………………… 41
3 Language and Law ………………………………………… 42
4 Project Manager’s Decisions……………………………… 42
5 Delegation………………………………………………… 42
6 Communications ………………………………………… 42
7 Sub-Contracting ………………………………………… 42
8 Other Contractors ……………………………………… 42
9 Personnel ………………………………………………… 42
10 Works……………………………………………………… 43
11 Safety and temporary works ……………………………… 43
12 Discoveries ………………………………………………… 43
13 Work Program ………………………………………… 43
14 Possession of site ………………………………………… 44
15 Access to site …………………………………………… 44
16 Instructions ……………………………………………… 44
17 Extension or Acceleration of completion date ………… 44
18 Management Meetings ………………………………… 45
19 Early Warning …………………………………………… 45
20 Defects …………………………………………………… 45
21 Bills of Quantities ………………………………………… 46
22 Variations ………………………………………………… 46
23 Payment certificates, currency of payments and
Advance Payments ……………………………………… 47
24 Compensation events …………………………………… 49
25 Price Adjustment ………………………………………… 50
26 Retention ………………………………………………… 52
27 Liquidated Damages……………………………………… 52
28 Securities ………………………………………………… 52
29 Day Works ……………………………………………… 53
30 Liability and Insurance …………………………………… 54
31 Completion and taking over ……………………………… 55
33
32 Final Account …………………………………………… 55
33 Termination ……………………………………………… 55
34 Payment upon termination ………………………………… 56
35 Release from performance ………………………………… 57
36 Corrupt gifts and payments of commission ………………..57
37 Settlement of Disputes …………………………………… 58
34
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’s 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.
“Day works” 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.
35
“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.
“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 Special 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 Special 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 Special 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).
36
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) Special Conditions of Contract,
(5) Conditions of Contract,
(6) Specifications,
(7) Drawings,
(8) Bill of Quantities,
(9) Any other documents listed in the Special 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.
37
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 Special 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.
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.
38
13. Work Program
13.1 Within the time stated in the Special 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 Special 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.
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 Special 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 authorized 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
39
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 as per schedule and in any event not less
than once a month 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.
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 Special Conditions of Contract. The Defects Liability Period shall be extended for
as long as defects remain to be corrected.
40
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 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.
41
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 Special 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
42
and the foreign and local currency portions of the balance of the Contract Price shall then
be 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
Interim 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.
43
(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.
(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.
(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
Special Conditions of Contract.
44
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 interim 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.
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 there under;
(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 Special 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
45
submission of tenders. A copy of the schedule used by the Contractor in his pricing shall
be attached in the Special 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 interim 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.
26. Retention
26.1 The Employer shall retain from each payment due to the Contractor the proportion stated
in the Special 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
Special 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. Performance Security
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 commercial bank
licensed by the Central Bank of Kenya, and denominated in Kenya Shillings. The Performance
Security shall be valid until a date sixty (60) days beyond the date of issue of the Certificate of
Completion.
46
28.2 The Performance Security shall be either one or a combination of the following:
a) an original Bank Guarantee that is strictly in the form and content as prescribed in the
Performance Security Form (Bank Guarantee) in the Tender Document.
b) For Local bidders, Standby Letters of Credit (LC). All costs, expenses and charges levied
by all banks party to the LC shall be prepaid by the Tenderer. The LC must contain all the
mandatory conditions of payment to KMTC as prescribed in the Tender Security (Letters
of Credit) provided in the Tender Document.
c) For Foreign bidders, Standby Letters of Credit (LC) confirmed by a bank in Kenya. All
costs, expenses and charges levied by all banks party to the LC including confirmation
charges shall be prepaid by the Tenderer. The LC must contain all the mandatory
conditions of payment to KMTC as prescribed in the Tender Security (Letters of Credit)
provided in the Tender Document.
28.3 The successful Tenderer shall furnish a Performance Security being the sum of ten percent (10%)
of the contract price.
28.4 KMTC shall seek authentication of the Performance Security from the issuing bank. It is the
responsibility of the successful Tenderer to sensitize its issuing bank on the need to respond
directly and expeditiously to queries from KMTC. The period for response shall not exceed five
(5) days from the date of KMTC’s
query. Should there be no conclusive response by the Bank within this period, such successful
Tenderer’s Performance Security may be deemed as invalid.
28.5 Failure of the successful Tenderer to furnish an authentic Performance Security, the award shall
be annulled and the Tender Security forfeited, in which event KMTC may notify the next lowest
evaluated Tenderer that its Tender has been accepted.
3.40.6 Paragraph 3.38, 3.39 together with the provisions of this paragraph 3.40 will apply
with necessary modifications, and as far as circumstances permit, with respect to the
Tenderer notified under sub-paragraph 3.39.4
29. Day works
29.1 If applicable, the Day works 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 Day works 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 Day works subject to obtaining signed Day works 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;
47
(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.
(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 Special 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 insurance shall not be made without the approval of the Project
Manager. Both parties shall comply with any conditions of insurance policies.
48
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 are
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 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 authorized 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 Interim 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.
49
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.
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.
50
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 disfavour 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 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 there under 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
51
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.
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.
52
SECTION VI - SPECIAL CONDITIONS OF CONTRACT
A. PROPOSED CONSTRUCTION WORKS AT KMTC MAKINDU
CONDITIONS OF CONTRACT CLAUSE REQUIREMENT(S)
Employer Kenya Medical Training College,
P. O. Box 30195 - 001000
Nairobi, Kenya.
Project Manager / Architect DESIGNSPEC LIMITED
Address – P.O BOX 30846 – 00100
NAIROBI
Quantity Surveyor ADDCONSULT SURVEYORS LTD,
Address – P.O BOX 3427 00506
NAIROBI
Structural Engineer SINKA ENGINEERING SERVICES
Address – P.O BOX 27664 - 00100
NAIROBI
Mechanical Engineers DUNSTONE CONSULTING
ENGINEERS Address – P.O. BOX
23167 – 00100 | NAIROBI
Electrical Engineers DUNSTONE CONSULTING
ENGINEERS Address – P.O. BOX
23167 – 00100 | NAIROBI
The Name and identification number of the
contract
PROPOSED TUITION BLOCK
The work consist of Completion of Tuition Block together
with associated services and external
works
Start Date As Directed by The Project Manager
Intended Completion Date for the whole of
the works
The number of days within which the
contractor shall submit a revised program
for the Works after delivery of the Letter of
Acceptance
14 Days
The Site Possession Date As Communicated by Project Manager
Site Location and Drawing Number Makindu Campus
Defects Liability Period (in days) ONE HUNDRED AND EIGHTY
(180) DAYS
Other Contractors, utilities etc to be
engaged by the Employer on the Site
53
The minimum insurance covers shall be;
1. The minimum cover for insurance of
the Works, Plant and Materials in
respect of the Contractor’s faulty
design
2. The minimum cover for loss or
damage to Equipment
3. The minimum cover for other
property
4. The minimum cover for personal
injury or death insurance
For the Contractor’s
employees
And for other people
AS PER TENDER
AS PER WORK INJURY
BENEFITS
AS PER WORK INJURY
BENEFITS
The period between program updates (In
days)
FOURTEEN (14) DAYS
The amount to be withheld for late
submission of an updated Program
FIFTY THOUSAND ( KES.
50,000.00)
The proportion of payment to be retained
(in Percent)
5%
The Price Adjustment Clause (Shall/shall
not apply)
SHALL NOT APPLY
The liquidated damages for the whole of the
works in Ksh (per week)
Kshs. 50,000 Per Calender Week or
Part Thereof
Maximum Limit of liquidated damages 10% of Contract Value
Performance Security (as a percentage of
the Contract Price)
10% of Contract Value
Completion Period for the works (in weeks) WILL BE AGREED UPON BY
BOTH PARTIES.
The rate of exchange for calculation of
foreign currency payments
The ruling interbank market rate on
the date of actual payment
Advance payment (Shall/Shall not be
granted)
SHALL NOT
Percentage of Retention(Of the Interim
Payment Certificate)
10% of Interim Payment Certificate
Maximum Limit of Retention Money 5 % of Contract Price
Minimum amount of interim certificates
Time (in days) after which payment is to be
made after Interim Payment Certificate
signed by Project Manager and date of
receipt of Invoice.
30 days
Time after which payment to be made after
Final Payment Certificate signed by Project
Manager and date of receipt of Invoice.
30 days
Appointer of Arbitrator
Signature of Tender…………………………………Date……………………
54
SECTION VII -SPECIFICATIONS
NOTES: Descriptions of the measured works in these bills of quantities shall be read in conjunction
with these preambles. Where there is a conflict between the said descriptions and these preambles, clarification should be sought from the Architect. Should the Builder find no parallel specification for items described in the bills, he should notify the Architect and seek further directions before pricing and/or proceeding with the work. Any work which may be condemned because of the Builder’s failure to observe the provision here above shall be rectified at the Builder’s cost.
The term Engineer wherever used is this section refers to the project Structural Engineer
TRADE PREAMBLES GENERAL GENERALLY
Generally for the purpose of the proposed buildings the following British standard specifications are referred to or their equivalent Kenya Bureau of standard specifications. Glossary of general building terms to conform to B.S. 3589. Schedule of weights of Building materials to conform to B.S. 648 Glossary of formwork terms to conform to B.S. 4330 Schedule of weights of Building materials to conform to B.S. 648. Glossary of formwork terms to conform to B.S. 4330. Glossary of terms relating to timber preservation to conform to B.S. 426. Glossary of terms relating to builder’s hardware to conform to B.S. 3827, Part 1-4. Glossary of terms relating to internal flooring, external rendering and floor screeding to conform to B.S. 4049. Glossary of terms applicable to sanitation to conform to B.S. 4118. Glossary of terms used in glass industry to conform to B.S. 3447. Glossary of terms applicable to paint to conform to B.S. 2015. Glossary of terms applicable to landscapes work shall conform to B.S. 3975.\ Methods of testing plasters top to conform to B.S. 2782. Fire tests on building materials and structures to conform to B.S. 476 part 2, 3, 4, 5, 6, and 7.
55
WALLING WALL REINFORCEMENT
Where so specified, shall consist of Hoop Iron 25 mm wide, one strip per 75 mm of wall thickness, laid in alternate joints for the full length of walls, lapped and crampled at running joints and full width of wall at angles and intersections.
CHASING
In load bearing walling for electrical conduit, pipes, etc., is to be kept to a minimum. The size to be cut and position and runs of chases are to be approved by the Architect before any cutting is commenced. Horizontal runs will not be permitted. All walls less than 200 mm thick shall be reinforced.
NATURAL STONE WALLING
Where masonry walls are specified, they shall be constructed of Natural Blue Stone and finished as described under the specification item description in the measured works section of these Bills of Quantities.
MORTARS
Cement mortar shall consist of one part of Portland Cement, three parts of sand by volume, The cement /lime mortar shall consist of one part of Portland Cement, one part of lime and six parts of sand by volume. The ingredients of mortar shall be measured in proper gauge boxes on boarded platform the ingredients being thoroughly mixed dry, and again whilst adding water. In the case of cement/lime mortar the sand and lime shall be mixed first and them the cement added. All mortar is to be thoroughly mixed to a uniform consistence with only sufficient water to obtain a plastic condition suitable for trowelling. No mortar that has commenced to set is to be used or re-mixed.
SETTING OUT
The Builder shall provide proper setting out rods and set out with the same all work showing openings, heights, cills and lintels and shall build the various walls, and piers to the thicknesses, widths and heights shown upon the drawings. No part of the walling shall be carried up more than three feet higher at one time than any other part and in such cases the jointing shall be made in long steps so as to prevent cracks arising and all walls shall be leveled round at floors and wall heads.
BONDING
All blocks shall be properly bonded together and in such a manner that no vertical joints in any one course shall be within 115 mm of a similar joint in the course immediately above and below. Alternate courses of walling at all angles and intersections shall be carried through the full thickness of the adjoining walls. All perpends, reveals, quoins and other angles and joints of the walls, etc. shall be built strictly true and square.
56
LAYING AND JOINTING All bricks and blocks are to be well wetted before laying and tops of walls where left off shall be well wetted before commencing building. All joints100 are to be 9 mm thick and flushed up and grouted in solid as the works proceeds. All the other faces shall be cleaned down on completion with a wire brush or as necessary and mortar droppings, smear marks, etc., removed and rates must include for this.
PUTLOG HOLES
All putlog holes shall be carefully, properly and completely filed up on completion of walling and before plastering is commenced.
FAIR FACE
Walling described as fair faced shall be built with selected blocks and pointed with neat recessed joints.
DAMP PROOF COURSE Damp proof course shall be bituminous felt complying with B.S. 743 weighing not less than 3.80 Kg per metre, free from tears, holes, lapped and 150 mm at running joints and full width of wall at angles, and intersections and bedded in hot bitumen on a levelling screed of cement and sand (1:4) 10 mm thick neatly pointed where exposed.
PRICES TO INCLUDE
The prices for walling shall include for all straight cutting, bonding, plumbing angles, forming reveals, pining up to underside of concrete soffits and cutting up to sides of columns and cutting and pinning ends of lintels and cills.
CARPENTRY
TIMBER
All timber shall be in accordance with the latest approved Grading Rules issued by the Government of Kenya (legal notice No. 358). Timber for carpentry shall be second (or select) grade.
GENERALLY
All timber shall be inspected as it arrives on the site by the Builder, and any timber brought on the site and not complying with the Specification or not approved must be removed forthwith from the site and only approved timber shall be used in the works. The Builder shall upon signing the Contract, purchase sufficient supplies of specified hardwood to avoid possible shortages of a later date.
SPECIES OF TIMBER The following timber shall be used:- Standard Common names Cypress, Podo, Cedar, Camphor, African Mahogany (Munyama), Meru Oak
57
TOLERANCES IN THICKNESS
Shall conform with the following extracts from the Government of Kenya Grading Rules (or the Metric equivalent) 1) Hardwood Grading: (First and Second Grades) The following tolerances in thickness will be admitted:- a) 1.5 mm oversize on pieces up to 25 mm in thickness b) 1/8 in. oversize on pieces over 25 mm and up to 50 mm in thickness c) 6 mm oversize on pieces over 50 mm in thickness 2) Softwood grading: Strength Grades (for carpentry) First and Second Grades. Undersize not allowed Oversize: all timber to be sawn oversize by 1.5 mm per 25 mm thickness and width. Not more that 3 mm in thickness and not more than 6 mm in width. 3) Softwood Grading: Appearance, grades ( for Joinery) First and Second Grades All as for Strength Grades above All timber shall be free of live or dead borer beetle or other insect attack when brought upon the site. The Builder shall be responsible up to the end of the maintenance period for executing at his own cost all work necessary to eradicate insect attack of timber which becomes evident including the replacement of timber attacked or suspected of being attacked, not withstanding that the timber concerned may have already been inspected and passed as fit for use.
SEASONING OF TIMBER
All timber shall be seasoned to a moisture content of not more than 22% for carpentry.
WORKMANSHIP All Carpenter’s work shall be accurately set out in strict accordance with the drawings and shall be framed together and securely fixed in the best responsible manner with properly made joints: all bands, nails and screws etc. shall be provided as necessary, directed, and approved, and the Builder’s prices shall allow for all the foregoing. All workmanship shall be of the best quality. All Carpenter’s work shall be left with sawn surfaces except where particularly specified to the wrought.
DIMENSIONS Dimensions of timber for Carpentry left with sawn faces shall comply with the previous clause specifying tolerance in thickness. Dimensions for wrought members shall be as described in joinery.
58
JOINTING All timber shall be as long as possible and practicable to eliminate joints. Where joints are unavoidable surfaces shall be in contact over the whole area of the joint before fastenings are applied. No nails, screws or bolts are to be fixed in any split end. If splitting is likely, or is encountered in the course of the work, holes for nails are to be pre-bored at diameters not exceeding 4/5th of the diameter of the nails. Clenched nails must be bent at right angles to the grain. Bull dog connectors shall also be used for connections where appropriate. Lead holes are to be bored for all screws. When the use of bolts is specified the holes are to be bored from both sides of the timber and are to be of the diameter D+ 1.6, where D is the diameter of the bolt. Nuts must be brought up tight but care is to be taken to avoid crushing of the timber under the washers.
ROOF COVERING GENERALLY
Roof covering shall be specified in the measured works section of these Bills of Quantities.
JOINERY
ALL TIMBER
All timber shall be FIRST (OR PRIME) Grade. Species of timber and tolerance shall be as defined under “Carpentry.”
GENERALLY
All joiner’s work shall be accurately set out on boards to full size for the information and guidance of the artisans before commencing the respective works, with all joints, iron work and other works connected therewith fully delineated, Such setting out must be submitted to the Architect and approved before such respective works are commenced. All joiner’s work shall be cut out and framed together soon after the commencement of the building as is practicable, but not be wedged up or glued until the building is ready for fixing of the same. Any portions that warp, wind or develop/shakes or other defects within six months after completion of the Works shall be removed and new portions fixed in their place together with all other work which may be affected thereby, all at the Builder’s own expense. All work shall be properly mortised, tenoned, housed, shouldered, dovetailed notched, pinned, braided, mitred etc., as directed to the satisfaction of the Architect and all properly glued up with the best quality glue. Joints in joinery must be as specified or detailed, and so designed and secured as to resist or compensate for any stresses to which they may be subjected. All nails, sprigs, etc., are to be punched and puttied. Loose joints are to be made where provision must be made for shrinkage and glued joints where sealed joints are required. All exposed surfaces of joinery work shall be wrought and all arises ‘ cased off’ by planning and sand papering to an approved finish suitable to the specified treatment.
INSECT DAMAGE All timber shall be free from insect damage as defined under ‘carpentry’
59
SEASONING OF TIMBER All timber shall be seasoned to a moisture content of not more than 15%.
DIMENSIONS
3 mm Reductions of specified sizes will be allowed to each wrought face except where described as finished sizes in which joinery shall hold up to the full dimensions. The Builder is to note that all joinery timber sizes are nominal unless otherwise state as finished sizes. These nominal sizes have been calculated in accordance with Standard Method of Measurement of Building Works for East Africa, 2nd edition Metric and no regard has been taken of metric sizes of timber at present being sold.
FIXING JOINERY
All beads, fillets and small members shall be fixed with round or oval brads or nails well punched in and stopped. All larger members shall be fixed with screws. Brass screws shall be used for fixing of all hardwoods, the heads, let in and palleted over with wood to match the grain.
BEDDING FRAMES, ETC.
The Builder’s rates must include for bedding frames, sills, etc., in mortar or dressing surfaces of walls etc. in lieu.
PLUGGING CONCRETE AND WALLS Round wood plugs shall not be used, all work described shall be fixed with screws to plugs formed by drilling concrete walls, etc., with a proper tool of suitable size at 750 mm spacing and filing the holes completely with ‘philplug’ rawl plastic or rawl plugs in accordance with the manufacturer’s instructions. Alternatively and where so agreed by the Architect hardwood dovetailed fixing slips, dipped in ‘wolmanol’ or ‘Celcure B’ solution and cut and pinned or bedded in cement mortar (1:3) may be used.
BLOCKBOARD
Shall be laminated board faced both sides with 4 mm plywood. Exposed edges shall be lipped with 19 mm hardwood and rates shall include for lipping.
PROTECTION OF JOINERY All fixed joinery which in the opinion of the architect is liable to become bruised or damaged in any way, shall be completely cased and protected by the Builder until the completion of the works.
FLUSH DOORS All flush doors shall be manufactured to the thicknesses specified and consists of 100 mm wide framing all round with horizontal core battens at not more than 75 mm centres pressure impregnated as described and bored with 12 mm diameter ventilation holes at 300 mm centres. Doors shall have two lock blocks and be faced both sides with 6 mm plywood as specified and have 25 mm mahogany twice rebated lipping all round and otherwise be equal to an approved sample. External flush doors shall be as described above but faced both sides with marine quality plywood.
60
PRICES TO INCLUDE Prices of items hereafter shall include for the foregoing labours, etc., and in addition all prices for linear items are to include all internal and external angles, either mitred or tongued, all fair, fitted, stopped, notched or returned ends, all similar incidental labours and all short lengths.
BOTTOM EDGES
Bottom edges of doors shall be painted with one coat of approved prime before fixing.
IRONMONGERY
All locks and ironmongery shall be fixed with screws etc., to match. Before the wood work is painted, handles shall be removed carefully stored and re-fixed after completion of painting and locks oiled and left in perfect working order. All keys shall be labelled with the door reference numbers marked on labels before handing over to the Architect on completion.
METAL WORKS
ALL MATERIALS
Shall be of the best quality, free from defects. The materials in all stages of transportation, handling and piling shall be kept clean and injury from, breaking, bending and distortion prevented
NAILS, SCREWS AND BOLTS
Shall be of the best quality mild steel of lengths and weights approved by the Architect. Nails shall be to B.S. 1202 and bolts to B.S 916.
WORKMANSHIP All work shall be carried out in the most workmanlike manner and strictly as directed by the Architect. Welding shall be neatly cleaned off and units shall be prefabricated in the workshop whenever possible, the minimum of site welding being employed. All screwed work shall have full internal and external threads and holes shall have been cleared off. Counter-sinking must be concentric.
RAINWATER GOODS
Prices shall include for building in, casting in or cutting mortises to form fastenings, all making good, joints, short lenths and all extra joints in the case of fittings.
FIXING METAL WINDOWS AND DOORS
The Builder’s prices for fixing metal windows, doors, etc., shall include for assembling and fixing, cutting mortises for lugs in concrete or walling and running with cement mortar (1:4) bedding frames in similar mortar and pointing in mastic, bedding cills, transomes and mullions in mastic, making good plaster around frames both sides and fixing, oiling and adjusting all fittings
61
MILD STEEL Steel for burglar bars and reinforcement shall comply with B.S. 15. No work shall be fabricated until site dimensions have been checked and no additional claim will be accepted should final dimensions differ from those on the drawings. All welds shall be ground smooth and the Builder shall ensure that the metal work is prepared for painting as described in painting and decorating. The Builder is to ensure that all work is erected plumb and true and be so maintained until properly secured by permanent fixing.
PAINTING All steel is to be wire brushed and sanded, and any loose scale, dirt or grease shall be removed before any painting is commenced. One coat of red oxide primer type A to BS 2523 shall be applied at the shop. Any damage to the priming paint shall be made good to the Architect’s satisfaction.
PLUMBING
GENERALLY
Plumbing works are to be carried out by a licensed plumber approved by the Architect
RAINWATER INSTALLATION
Galvanized steel tubing shall comply with B.S 1387, medium grade, with plain galvanised malleable cast Iron fittings complying with B.S 1259. Tubing shall be fixed to true lines and, where not built, shall be secured with galvanised malleable iron brackets complying with B.S. 1494. Table 6a or 7a. Joints shall be made in fine hemp and red lead putty or ‘Boss white'.
WIRE BALLOONS
Wire balloons shall be galvanised steel and shall comply with B.S. 460 and 1205.
TESTING Gutters and external rainwater pipers shall be tested with water to satisfy the Architect that gutters are to correct falls and pipes are unobstructed. Any defects are to be made good by the Builder and the whole system left sound and perfect.
BY-LAWS
All the works shall comply with the requirements of the local bye-laws, and shall be executed to the satisfaction of the Architect and the Local Authority.
SETTING OUT
The positions of all pipes run including joints and connections shall be agreed with the Architect before work is commenced
62
CAST IRON PIPES, FITTINGS AND ACCESSORIES Cast iron pipes and fittings shall comply with B.S. 416 for medium grade coated piped and fittings. Sockets and spigots shall be type B on piped and type A on fittings. Access doors shall be oval type with asbestos washers and manganese bronze bolts. Pipes and fittings shall be jointed with a gasket and hemp and ‘Philplug P.C.A.’ and caulking compound. Joints between W.C. trap and cast iron branch shall be made with hemp gasket and ‘Plumbers mate’ pressed firmly into the joint and smoothed off. Except where adequately restrained and supported by being built in, all piped and fittings shall be fixed with one holderbat to each socket. Piped less that 3” diameter shall be fixed 1” clear of wall and those 3” diameter and over ½” clear of walls. Holderbats for fixing to brickwork shall comply with B.S 416, Table 21, coated, those for fixing to concrete shall be similar but ‘ Screw to wall’ pattern.
GALVANISED STEEL TUBES AND FITTINGS
Galvanised steel tubing shall comply with B.S. 1387, ‘medium’ grade with plain galvanised malleable cast iron fittings complying with B.S. 1256. Ferrous straps for baths shall comply with B.S 1291 and for sinks shall be galvanised iron screwed for connections. Tubes shall be fixed clear of walls of soffits, with galvanised malleable iron brackets complying with B,.S1494, Table 6a or 7a spaced at not more than 30 metre centres.
PIPEWORK GENERALLY Pipes shall be in the maximum lengths possible to avoid unnecessary jointing. Pipes shall be fixed to sufficient fall to prevent air locks and to enable the system to be drained through the draw-off points and drainage taps provided.
JOINTS GENERALLY
All joints shall be perfectly smooth inside
BENDS AND TEES
All bends shall be sweep bends or easy right angle bends. All tees shall be picher tees
SLEEVES
Where sleeves are required for pipes passing though concrete, brickwork, blockwork, etc., they shall be of galvanised steel tube or cast iron pipe of sufficient diameter to give a space of 3 mm all round the pipe.
WIRE BALLOONS
Wire balloons shall be of cooper and shall comply with B.S 460 and 1205.
BRASSWORK
Ball valves shall be ‘Portsmouth’ type with silence pipe complying with B.S. 1212 for high or low pressure as described. Floats not exceeding 150 mm diameter shall be plastic type
63
complying with B.S 2456. Bib taps shall comply with B.S. 1010 and shall be of brass and chromium plated. Stop valves shall comply with B.S 1010 and shall be of brass with crutch handles or loose keys where as directed.
CISTERNS
Storage cisterns shall be galvanised steel cisterns complying with B.S. 417, Grade ‘A’ . Holes for connections shall be made before galvanizing.
TESTING
At completing of the works, the Builder shall clean out storage cisterns, including removing all swarf, fill and test the whole of cold and hot water installation, rectify all defects, drain and leave in clean serviceable condition
SANITARY FITTINGS SUPPLIES
Sanitary fittings shall be supplied by an approved firm from whom the Builder shall obtain a guarantee that the fittings will be delivered to site at such dates as the Builder considers necessary for the completing of the works within the contract period.
QUALITY
Sanitary fittings generally shall be of a quality not less than that of products produced by M/S Twyfords Limited, and where catalogue references have been inserted in the descriptions they refer to this Manufacturer’s Catalogue and are inserted as a guide to the type and quality required only.
PROTECTION
all sanitary fittings are to be carefully protected against misuse by workmen employed on the buildings works and any defects, soiled or broken fittings to be replaced at the Builder’s expense at completion.
ELECTRICAL INSTALLATIONS
GENERALLY
The Builder is to employ an approved licensed electrical Builder for this section of the work. Materials are to conform to the relevant British or Kenya Standards. The work is to be carried out in accordance with the requirements of the electrical Power act and the Regulations made thereunder and to the requirements of the supply Company
CABLES
The wiring is to be carried out in Rubber PVC or polythene insulated cables, tough Rubber or PVC sheathed and of appropriate size but not less than 17/0.29 for ring circuits and not less than 3/029 for lighting circuits.
CONDUITS
64
Where buried in plaster, cables are to run either in ‘Egatube' (Agents: EDM. Schluter & Company (K) limited) or other similar approved rigid P.V.C oval section conduit with fixing clips of the material, in brazed or welded light gauge steel conduit complying with B.S. 31 bushed as necessary. The Builder shall include conduit boxes and other conduit fittings as necessary, and provide draw wires where required. Where a conduit is fixed externally it is to be on approved brackets and fixed not less than 10 mm clear of the finished wall surface.
WIRING METHODS AND FIXING
The cables are to be clipped to the roof members or to the ceiling joists above the ceilings or between the ceiling and the roof, securely fixed by means of non-corrodible saddles or buckle clips with non-corrodible fixings. Where there are ceilings and plastered walls, no cables are to be left exposed. They are to be run in conduit drops concealed in the walls, the conduit fixed before the plastering is carried out by means of fixing clips as previously specified, in the case of P.V.C. conduit, or crumpets or saddles in the case of steel conduit. Chasing it to kept to the minimum Where walls are not plastered the cable is to be clipped to the surface of the walls as previously described. In all cases the cables from the external metre box to or from the inside of the building are to pass straight through the walls from the backs of the box and are not to be visible externally.
ACCESSORIES GENERALLY
When the installation is specified to consist of wiring only, lighting fittings, switches, socket outlets switch gear or other accessories are to be provided and every wiring point for such accessories is to have a blanking plate or fixing blocks securely fixed in position with the ends of the cable coiled behind it. Where surface wiring is installed the accessories are to be as specified hereafter but mounted on moulded plastic box. Accessories are to be fixed either with screws of the same finish and colour as the accessory or with round headed rust-less screws.
SOCKET OUTLETS
Socket outlets are to be brown plastic 13-amps shuttered rectangular pin with plaster depth box (similar to Crabtree List No. 7255). To be single or twin as shown. Switch socket outlets are to be all as described for socket outlets but with S.P. switch incorporated into the unit.
COOKER CONTROL UNITS Cooker control units are to be 30 amps all insulated surface pattern with 13 amps rectangular pin shuttered socket (similar to Mk List No. 5040)
SPUT UNITS
Sput units are to be insulated flush brown double pole switched 13-amp with fuse links without pilot lamp with front cord outlet and with plaster depth boxes (similar to Crabtree List. No. 1816).
65
TESTING On completion, all installations must pass the tests required by the relevant statutes. The Builder will be required to produce completion certificate issued by the relevant authorities.
PLASTER WORK AND OTHER FINISHES CEMENT
The cement shall be as previously described in ‘Concrete Work’.
SAND
The sand shall be as described for fine aggregate but that for plastering shall be light in colour and well graded to a suitable fineness in accordance with the nature of the work in order to obtain the finish directed.
LIME
The lime for plastering shall comply with B.S. 890 Class ’A’ for non-hydraulic lime and shall be as rich as obtainable and to approval. It must be freshly burnt and shall be slaked at least one month before being used by drenching with water, well broken up and mixed and the wet mixture shall be passed through a sieve of sixty four meshes to the square inch. Lime putty shall consist of freshly slaked line as above described, saturated with water until semi-fluid and passed through a fine sieve: it shall then be allowed to stand until superfluous water has evaporated and it has become of the consistency of thick paste, in no case for a shorter period than one month before use, during which it must be kept damp and clean and no portion of it allowed to become dry. Alternatively, hydrated lime with 70% average calcium oxide content may be used and it must be protected from dampness until required for use. It shall be soaked to a putty at least 24 house before use.
COMPOSITION OF PLASTERS, ETC. A mix referred to as 1:4 shall mean 41 kg of cement and 0.45 cm. of sand. All other mixes shall be construed in a like manner.
HACKING ETC.
The prices for all paving and plastering, etc. shall include for hacking concrete surfaces and for raking out joints of walls 13 mm deep and for cross scoring undercoats to form a proper key. Plastering on walls generally shall be taken to include flush faces of lintels, beams, etc. in same.
All surfaces to be paved or plastered must be brushed clean and well wetted before each coat is
applied. All cement pavings and plaster shall be kept continually damp in the intervals between application of coat and for seven days after the application of the final coat.
DUBBING OUT
Where required shall be composed of one part of cement to six parts of sand. Partially or wholly set materials will not be allowed to be used or re-mixed. The plaster, etc., mixes must be used within two hours of being combined with water.
66
FINISH GENERALLY All screeds and paving shall be finished plump, square, smooth, hard and even and junctions between surfaces shall be perfectly true, straight and square. All work shall be approved and any not complying with the above shall be hacked away and replaced at the Builder’s expense.
ARISES AND ANGLES
All arises and angles shall be clean and sharp or slightly rounded or thumb coved as directed including neatly forming mitres.
MAKING GOOD
All making good shall be cut out to a rectangular shape, the edges undercut to form dovetail key and finished flush with the face of the surrounding paving or plaster. cut out and make good all cracks, blister and other defects and leave the whole of the work perfect on completion.
PRICES TO INCLUDE
In addition to the foregoing, prices of superficial items are to include for work in narrow widths, all linear labours, angles and arises, all fair edges, for making good up to or stopping to a line at the required level at top of skirting or dado rails where directed and for making good up to windows doors frames and similar. The prices for all linear items unless otherwise measured are to include for all short lengths, angles and arises, mitres and ends of every description.
FLOOR SCREEDS
Shall be composed of cement and sand and shall not be laid in an area exceeding one hundred and twenty square feet during any period of 24 hours. As bays are formed, batten strips must be used to retain the exposed edge of the screed. Lime plastering shall consist of first coat in cement lime and sand (1:2:9) and finish coat of lime putty skin with 10% cement added. The two coats shall have a total finished coat of not less than 12 mm thick. The first coat shall be trowelled to a perfectly true and even surface and finished with a wood float, the surface being sprinkled with water from a brush during the process and before it has set, thoroughly scratched to form key. The finishing coat shall not be less than 1 mm thick thoroughly worked with trowel and sprinkled with water as before and be brought to a uniform smooth hard surface. Lightweight roof screeds shall consist of cement, sand and pumice (1:3:7) and finished with a 13 mm layer of cement and sand (1:4). Screeds shall not be laid in areas exceeding one hundred and twenty square feet during any period of 24 hours. As bays are formed batten strips must be used to retain the exposed edge of the screed. Screeds shall be finished to falls and crossfalls to receive other finishes as specified.
67
WHITE GLAZED WALL TILES Shall be imported quality and of approved size and thickness, with associated fittings all to B.S. 1281. Tiles shall be well soaked in water, laid with straight horizontal and vertical joints and bedded in cement screed (1;4) and pointed in white cement and cleaned down on completion all to Architect’s approval. Rates for linear items shall include for all special fittings and cutting at angles and intersections.
GLAZING
GLASS
All glass shall be of British manufacture complying with B.S. 952, free from flaws, bubbles, specks and other imperfections. All glass shall be delivered in proper containers with maker’s name, guarantee, type of glass and thickness or weight of glass attached to the outside of the containers. Glass panes shall be cut to sizes to fit the openings with not more than 1.5 mm play all round and where puttied shall be sprigged to wood or clipped to metal frames. Clear sheet glass shall be ordinary glazing (O.Q.) quality. Polishes plate glass shall be G.G. quality. Obscured glass shall be rough cast plain rolled glass 6 mm thick. Wired glass shall be polished Georgian wired glass 6 mm thick.
BEADS AND WASHLEATHER
The glass to doors and screens and other places where vibration may occur shall be bedded in wash leather with beads and fixed with brass cups and screws. The timber rebates shall be cleaned, primed and painted with one coat of oil paint.
PUTTY
For glazing in wood frames shall be composed to pure linseed oil and powdered whitting free from grit in accordance with B.S, 544 type 1 putty. Putty for glazing in metal frames shall be quick hard setting tropical putty specifically manufactured for use with steel windows. Rebates of metal frames receiving glass shall be prepared and treated with primer for putty prior to glazing and putty shall be primed ten days after glazing.
BEDDING STRIPS
Shall be of plastic or wash leather approved by the Architect and shall be cut to fit exactly the line of frame and beads
ON COMPLETION
Remove all broken scratched or cracked panes and replace with new to the satisfaction of the Architect; clean inside and out with an approved cleaner. On no account shall windows be cleaned by scraping with glass.
68
PAINTING AND DECORATING GENERALLY
The Builder shall arrange his programme for work such that all other trades within the area where painting is being done are completed before painting begins. Before painting the Builder must prepare the surfaces to the satisfaction of the Architect and in accordance with the paint manufacturer’s instructions. All plaster , metal , wood or other surface which are to receive paint, stain, polish, distemper or paintwork of any description are to be carefully inspected by the painting Sub-Builder and the main Builder before paintwork commences. The Sub-Builder should ensure that all such surfaces are finished (by the main Builder) satisfactorily before commencing any paintwork as he (the Sub-Builder) will be held responsible for any defective paintwork arising from the background being of unsatisfactory finish prior to the paint being applied on it.
PAINTING GENERALLY
All materials are to be of the best quality and shall be of an approved proprietary brand selected from the latest Schedule of approved paints issued by the Ministry of Works. All materials to be applied externally shall be of exterior quality and/or recommended by the Manufacturers for external use. All materials shall be delivered on site intact in the original sealed drums or tins and shall be mixed and applied strictly in accordance with manufacturer’s instructions and to the approval of the Architect. Unless specifically instructed or approved by the Architect no paints distemper, etc., are to be thinned or otherwise adulterated, but are to be used as supplied by the Manufacturers and direct from the tins, If required by the Architect the Builder is to provide at his own expense samples of paints, etc., with containers and cases to be forwarded carriage paid by the Builder for analysis to a laboratory. The priming, undercoats and finishing coats shall each be of differing tints and the priming and undercoats shall be the correct brands and tints to suit the respective coats, in accordance with the Manufacture's instructions. All finishing coats shall be of colours and tints selected by the architect. Each coat must be approved by the Architect before the next coat is applied. Each coat shall be properly dry and is the case of oil or enamel paints shall be well rubbed down with fine glass paper before the next coat is applied. The paintwork shall be finished smooth and free from brush marks. Colour cards of all paints, etc., shall be submitted to and samples prepared for approval of the Architect before laying on and such samples, when approved, shall become the standard for work. Oil paints, emulsion paints, and distempers shall be applied by means of a brush or spray gun or rollers of an approved type, where so agreed by the Architect. No painting is to be done in wet weather or on surfaces which are not thoroughly dry. Prices of paint, distemper , etc. shall include for preparation of surfaces, rubbing down between each coat, stopping, knotting, etc., and all other work in connection and as described and as necessary to obtain a first class and proper finish to approval.
69
Emulsion paint on ceiling and all undercoats of emulsion paint and completed oil painting on walls shall be completed before floorings are laid. Final coats of emulsion paints on walls shall be applied after such flooring has been laid complete.
SAMPLES The Builder shall furnish at the earliest possible opportunity before work commences and at his own cost, samples of painting for the Architect’s approval and any further samples in the case of rejection until such samples are approved by the Architect and such samples when approved shall be the minimum standard for the work to which they apply. The Architect may reject any materials or workmanship not in his opinion up to the approved samples and these must be removed from the site without delay.
PREPARATION AND PRIMING OF PLASTER, ETC., SURFACES
Plaster surfaces shall be perfectly smooth, free from defects and ready for decoration. All such surfaces shall be allowed to dry for a minimum period of six weeks, stopped with approved plaster stopping compound and rubbed down flush, as necessary, and then be thoroughly brushed down and left free from all efflorescence, dirt and dust immediately prior to decorating. Plaster surfaces which are to be finished with emulsion, oil or enamel paint, shall be primed with Leyland primoplas P.20 or other equal and approved and applied in accordance with the Manufacturer’s instructions.
PREPARATION AND PRIMING OF FIBREBOARD
Fibreboard or similar surfaces shall be lightly brushed down to remove all dirt, dust and loose particles and have all nail holes or other defects stopped with an approved plaster stopping compound rubbed down flush and left with a texture to match surrounding materials and shall receive one coat primer at last.
PREPARATION AND PRIMING OF METAL WORK
All surfaces shall be thoroughly brushed down with wire brushes, sanded and scraped where necessary to remove all scale rust, etc., immediately prior to decoration and given one coat of red oxide primer, where severe rust exists and if approved by the Architect a proprietary de-rusting solution may be used in accordance with the Manufacturer’s instructions. Galvanised surfaces shall be treated before painting with a solution of calcium plumbate, applied in strict accordance with the Manufacturer’s printed instructions (agent,: M/S Dodwell & Co., Nairobi) or with an approved calcium plumbate primer.
PREPARATION AND PRIMING WOODWORK
All woodwork shall be rubbed down, all knots covered with a thick coat of good shellac or aluminium knotting: primed with one coat of approved ready mixed proprietary wood primer and all cracks, nails holes, defects and uneven surfaces, etc., stopped and faced up with hard stopping rubbed down flush. Plywood shall be brushed filled over the entire surface Woodwork to receive finishes other than paint shall have all stains removed and shall be well rubbed down and have all defects leveled with hard stopping of a colour to match the adjoining surface.
70
WOOD PRESERVATIVE All woodwork in contact with walling or plaster shall be treated after cutting and preparation but before assembly or fixing with one coat of approved wood preservative.
WAX POLISH
Wax polish shall be furniture polish of an approved brand, and wood surfaces shall be clean, smooth, free from oil or grease or any other blemishes. A minimum of two coats shall be applied to approval.
EMULSION PAINT
Emulsion paint shall be of approved brand. After preparation as specified above a minimum of three coats shall be applied using a thinning medium of water only if and as recommended by the Manufacturer. An approved plaster primer tinted to match may be used for the first coat.
ENAMEL PAINT ON METAL WORK AND WOODWORK Enamel paint shall be of approved brand. Apply one undercoat and two finishing coats, after preparation and priming as specified above.
IRONMONGERY
Where instructed, all ironmongery on existing components to be painted shall be removed from joinery, steel windows and louvres before painting is commenced, and shall be cleaned and oiled and adjusted if necessary and re-fixed after completion of painting.
PAINTING ITEMS
Painting items as billed hereafter shall include for preparing and priming surfaces as described above.
COVER UP
Cover up all floors, fittings, etc., with dust sheets when executing all painting and decorating works.
CLEANING AND TOUCH UP
Paint splashes, spots and stains shall be removed from floors, woodwork, etc., any damaged surfaces touched up and the whole of the work left clean and excellent upon completion.
71
BILL OF QUANTITIES
Notes for preparing Bills of Quantities
1.0 The objectives of the Bills of Quantities are;
(a) to provide sufficient information on the quantities of Works to be performed to enable tenders to
be prepared efficiently and accurately; and
(b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in the
periodic valuation of Works executed.
In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient
detail to distinguish between the different classes of Works, or between Works of the same nature
carried out in different locations or in other circumstances which may give rise to different
considerations of cost. Consistent with these requirements, the layout and content of the Bill of
Quantities should be as simple and brief as possible.
2.0 The Bills of Quantities should be divided generally into the following sections:
(a) Preliminaries.
The preliminaries should indicate the inclusiveness of the unit prices, and should state the
methods of measurement which have been adopted in the preparation of the Bill of Quantities
and which are to be used for the measurement of any part of the Works.
The number of preliminary items to be priced by the tenderer should be limited to tangible items
such as site office and other temporary works, otherwise items such as security for the Works
which are primarily part of the Contractor’s obligations should be included in the Contractor’s
rates.
(b) Work Items
(i) The items in the Bills of Quantities should be grouped into sections to distinguish between
those parts of the Works which by nature, location, access, timing, or any other special
characteristics may give rise to different methods of construction, or phasing of the Works, or
considerations of cost. General items common to all parts of the Works may be grouped as a
separate section in the Bill of Quantities.
72
(ii) Quantities should be computed net from the Drawings, unless directed otherwise in the
Contract, and no allowance should be made for bulking, shrinkage or waste. Quantities should be
rounded up or down where appropriate.
(iii) The following units of measurement and abbreviations are recommended
for use.
(iv)
Unit Abbreviation Unit Abbreviation
cubic meter
hectare
hour
kilogram
lump sum
meter
metric ton (1,000 kg)
M3 or cu m
ha
h
kg
sum
m
t
millimeter
month
number
square meter
square millimeter
week
mm
mon
nr
m2 or sq m
mm2 or sq mm
wk
(iv) The commencing surface should be identified in the description of each item for Work
involving excavation, boring or drilling, for which the commencing surface is not also the
original surface. The excavated surface should be identified in the description of each item for
Work involving excavation for which the excavated surface is not also the final surface. The
depths of Work should be measured from the commencing surface to the excavated surface, as
defined.
(c) Day work Schedule
A Day work Schedule should be included if the probability of unforeseen work, outside the items
included in the Bill of Quantities, is relatively high. To facilitate checking by the Employer of the
realism of rates quoted by the tenderers, the Day work Schedule should normally comprise:
(i) a list of the various classes of labour, and materials for which basic Day work rates or
prices are to be inserted by the tenderer, together with a statement of the conditions under
which the Contractor will be paid for Work executed on a Day work basis; and
(ii) a percentage to be entered by the tenderer against each basic Day work Subtotal
amount for labour, materials and plant representing the Contractor’s profit, overheads,
supervision and other charges.
73
(d) Provisional Quantities and Sums
(i) Provision for quantity contingencies in any particular item or class of Work with a high
expectation of quantity overrun should be made by entering specific “Provisional Quantities” or
“Provisional Items” in the Bill of Quantities, and not by increasing the quantities for that item or
class of Work beyond those of the Work normally expected to be required. To the extent not
covered above, a general provision for physical contingencies (quantity overruns) should be
made by including a “Provisional Sum” in the Summary of the Bill of Quantities. Similarly, a
contingency allowance for possible price increases should be provided as a “Provisional Sum” in
the Summary of the Bill of Quantities. The inclusion of such provisional sums often facilitates
budgetary approval by avoiding the need to request periodic supplementary approvals as the
future need arises.
(ii) Provisional sums to cover specialized works normally carried out by Nominated Sub
Contractors should be avoided and instead Bills of Quantities of the specialized Works should be
included as a section of the main Bills of Quantities to be priced by the Main Contractor. The
Main Contractor should be required to indicate the name (s) of the specialized firms he proposes
to engage to carry out the specialized Works as his approved domestic sub-contractors. Only
provisional sums to cover specialized Works by statutory authorities should be included in the
Bills of Quantities.
(e) Summary
The Summary should contain a tabulation of the separate parts of the Bills of Quantities carried
forward, with provisional sums for Day work, for physical (quantity) contingencies, and for price
contingencies (upward price adjustment) where applicable.
SECTION IX - SUMMARY OF EVALUATION PROCESS
Evaluation of duly submitted tenders will be conducted along the following three main stages: -
6.1 Part I - Preliminary Evaluation Criteria Under Clause 3.35 of the ITT. These are
mandatory requirements. This shall include confirmation of the following: -
6.1.1 Submission of Tender Security - Checking its validity, whether it is Original; whether it is issued
by a local bank; whether it is strictly in the format required in accordance with the sample
Tender Security Form(s).
6.1.2 Submission of Declaration Form(s) duly completed and signed.
6.1.3 Submission and considering Tender Form duly completed and signed.
74
6.1.4 Submission and considering the following:-
6.1.4.1 For Local Tenderers
a) Company or Firm’s Registration Certificate
b) PIN Certificate.
c) Valid Tax Compliance Certificate.
6.1.4.2 For Foreign Tenderers
a) Company or Firm’s Registration Certificate
b) PIN Certificate or its equivalent in the country of bidder or a statement from the
tax authorities in the Tenderer’s country of origin indicating that such certificate
or its equivalent is not issued.
c) Valid Tax Compliance Certificate or its equivalent in the
country of bidder or a statement from the tax authorities in the Tenderer’s country
of origin indicating that such certificate or its equivalent is not issued.
6.1.5 That the Tender is valid for the period required.
6.1.6 Site visit form signed and stamped by authorized staff.
6.1.7 Valid certificate of registration with NCA (Category 4 and above)
6.1.8 Submission and considering that the required number of sets;
Three (3) sets i.e (Original, Copy 1 and Copy 2) of Tender.
6.1.9 Submission and considering the Confidential Business Questionnaire:-
a) Is fully filled.
b) That details correspond to the related information in the bid.
c) That the Tenderer is not ineligible as per paragraph 3.2 of the ITT.
6.1.10 Record of unsatisfactory or default in performance obligations in any contract shall be
considered. This shall include any Tenderer with unresolved case(s) in its performance
obligations for more than two (2) months in any contract.
6.1.11 Notwithstanding the above, considering any outstanding orders where applicable and the
production capacity indicated by the tenderer.
6.1.12 Power of Attorney authorizing the signatory of the Tender to commit the Tenderer in accordance
with the Tender requirements.
6.1.13 Include payment slip or receipt in the envelope with the tender as evidence of payment for the
document.
Tenderers will proceed to the Technical Stage only if they qualify in compliance with Part 1 above,
Preliminary Evaluation under clause 3.37.
75
6.2 Part II - Technical Evaluation Criteria under Paragraph 3.37 of the ITT. This will be in the
following stages: -
6.2.1 Table 1: Mandatory Technical Requirements (against Tender Requirements and Technical
Specifications). Verification and consideration of the following:-
Criteria KMTC Requirement
1
Proposed
construction period
Proposed construction period for the project accompanied by a
proposed Works Program Chart
2 Building and Civil
Engineering
Registration with NCA (Category 4 Minimum)
3 Electrical and
Mechanical
Installations
i) Certificate of Registration under Company’s Act
ii) Category NCA 4 registration as an electrical contractor
4 Site visit Site visit is not a MUST and contractors who visit site must do so
under strict observance of protocols against COVID 19 pandemic
5. Authorization Manufactures Authorization if necessary
6.2.1 Additional tender requirements based on a scoring criterion
NO. EVALUATION ATTRIBUTE
WEIGHTING %
6.2.1 Neatness of document as per Tender Format i.e.
a) Proper Binding and paginating of all documents without
any breaks
b) Clarity of information
c) Proper labeling of contents
d) Proper referencing of contents
e) Relevance of all attached documents in conformity with
the requested information in Tender document
10 Marks broken down into
2 marks for each
parameter.
6.2.2 Experience as main contractor in the construction of at
least 5 years.
a. Above 5 years– 6marks
b. Five years – 3marks
c. Less than five years but not below I year - 1
mark
10
6.2.2 A statement of work methods ((Methodology). Include Gantt
Chart and brief description.
10
6.2.3 Qualified Technical staff in the company relevant to the
building construction industry who will actively be involved
76
in the proposed project. Provide employment/appointment
letters, contracts of the key personnel including length of
service and termination date, CV, Academic and
professional certificates and evidence of registration with
relevant professional bodies and Telephone contacts.
i) Building or civil or Engineer or Quantity surveyor --- 6
marks
ii) Diploma in Building or civil or Quantity surveyor……4
marks
Note: Bidders can only qualify in i or ii to get maximum
10marks.
20
6.2.4
Qualified project management staffs in the company
relevant to project management who are actively involved
in the management of the company. (Provide
employment/appointment letters, contracts of the key
personnel including length of service, detailed CV
accompanied by relevant academic and professional
certificates and Telephone contacts.
Manager with a degree and above - 6 marks
Manager with a diploma - 4 marks
10
6.2.5 Numbers of years of gainful employment of key staff
1. Project Manager
i. 5 years and above 5 years – 3marks
ii. Less than 5 years – 1mark
2. Project Engineer –
i. 5 years and above 5 years –2 marks
ii. Less than 5 years – 1mark
iii. General Foreman –
i. 5 years and above 5 years –2marks
ii. Less than 5 years – 1mark
Employment records including length of service
10
6.2.6 The Tenderer’s undertaking that the key site management
and technical personnel will be available for the contract.
10
6.2.7 Accomplishments: (previous & current projects) Details of
building projects undertaken successfully within the last 5
years each worth Ksh. 70 Million and above evidenced by
letters of reference from clients, certificates of occupation
and completion certificates for the respective projects. (for
a project to qualify it must be at least 70% complete. For
Projects that are not completed, letters of reference from
respective Architects and Clients must be provided.
Above 2 projects ------------- 6 marks
Two projects ------------------ 3Marks
1 project ----------------------- 1 mark
10
6.2.8 Tools and equipment. Provide list and type of relevant 10
77
building construction tools and equipment e.g. trucks,
cranes, excavators, bull dozers, mixers, etc owned by the
company evidenced by ownership documents. Provide
documentary evidence of ability to lease or hire relevant
tools and equipment not owned by the company. Give a
description of their application and performance to
demonstrate technical capacity and an undertaking that the
tools and equipment will be available for the execution of
the contract.
TOTAL 100
Tenderers will proceed to Financial Evaluation stage only if they score a minimum of 75% of the
Technical Evaluation under clause 3.37.
6.3 Part III – Financial Evaluation under clause 3.38 of the ITT.
Evaluation of the following financial information against Tender Requirements and
Specifications. These are mandatory requirements.
6.3.1 This will include the following: -
a). Confirmation of the authenticity and sufficiency of the submitted Tender Security.
b) Confirmation of and considering priced Bill of Quantities duly completed and signed.
c) Checking that the Tenderer has quoted prices based on all costs including duties and taxes and
ensuring that the total sum is corrected for errors.
d) Conducting a financial comparison of unit rates of key materials and components to ensure
consistency with market rates
e) Determining the financial score using the formula.
SF=(FM/F) X 100
SF= Financial score
FM= lowest Financial Proposal
F = Financial Proposal under consideration
6.3.2 Ascertaining the financial capability through Last Financial Year’s audited financial statements
(Audited Accounts -The Auditors must be currently registered by ICPAK and the statements must be
stamped and signed) issued within the last 15 months which Statements should conform to International
Accounting Standards One (IAS 1) which includes the following:-
78
a) Checking and considering that the Tenderer’s liquidity ratios are acceptable to KP and meet the
threshold of:-
(i.) Current ratios 1:1 i.e. current assets: current liabilities
(ii.) Quick ratios (Acid test) of 1.0 i.e. (Cash + Accounts Receivable + Short Term Investments)
divided by Current Liabilities
6.3.3 Provide documentary evidence in form of certified audited accounts for the company for the last
three years to indicate the company has had an annual turnover of over Kenya shillings four hundred
million (Kshs. 400 million)
6.3.4 Evidence of access to credit facilities, net of other contractual commitments and exclusive of any
advance payments which may be made under the contract, of no less than 2 months of Kshs. 60 Million
(Kenya Shillings Sixty Million) per month
a) Declared maximum value of business
Provide a complete set of tender documents, builder’s works (main contractor documents) and services
(sub-contractor documents).
6.3.5 Confirming that the Supplier’s offered Terms of Payment meets KMTC’s requirements.
6.3.6 The Successful Tenderer shall be the one with the highest weighted score
The total score shall be determined by combining the sums of technical score, tender sums comparisons
and financial score using the formula
S=ST x T%+SF x P%
Where St= Technical score, T is the Technical Weighting, SF is financial score, P is the financial
weighting and S is combined Financial and Technical score.
The Weights given to the technical evaluation (T) is (80%) and Financial Evaluation (P) is (20%)
*NOTES: -
1. For purposes of evaluation, the exchange rate to be used for currency conversion shall be the
selling exchange rate ruling on the date of tender closing provided by the Central Bank of Kenya.
(Visit the Central Bank of Kenya website).
2. Total tender value means the Tenderer’s total tender price inclusive of Value Added Tax (V.A.T)
for the services it offers to provide.
3. For companies or firms that are registered or incorporated within the last one calendar year of the
Date of the Tender Document, they should submit certified copies of bank statements covering a
period of at least six months prior to the date of the tender document. The copies should be
certified by the Bank issuing the statements. The certification should be original.
3. The spot balance of 20% required will be that which is seen in the certified bank statements at
least in any day of the month of the Date of the Tender Document.
79
SECTION X -STANDARD FORMS
(i) Form of Tender
(ii) Confidential Business Questionnaire
(iii) Tender Security Form (Bank Guarantee)
(iv) Tender Security Form (Letter of Credit)
(v) Declaration Form
(vi) Letter of notification of award
(vii) Letter of notification of regret
(viii) Contract Agreement Form
(ix) Performance Security Form (Bank Guarantee)
(x) Performance Security Form (LC)
(xi) Letter of Acceptance
(xii) Qualification Information
(xiii) Details of Proposed Sub-Contractors
(xiv) Site Visit Form
80
i) FORM OF TENDER
Date:……………………
Tender No……………...
To:
Kenya Medical Training College,
P.O Box 30195 – 00100,
Nairobi, Kenya.
Ladies and Gentlemen,
1. In accordance with the Conditions of Contract, Specifications, Drawings and Bills of Quantities for
the execution of………………………….. (Insert Description of the Works), we, the undersigned
offer to construct, install and complete such Works and remedy any defects therein.
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 Special Conditions of Contract.
3. We agree to abide by this Tender for a period of………days (Tenderer please indicate validity of
your Tender) from the date fixed for tender opening as per the Tender Document, and it shall
remain binding upon us and may be accepted at any time before the expiration of that period
4. This Tender, together with your written acceptance thereof and your notification of award, shall not
constitute a contract, between us. The contract shall be formed between us when both parties duly
sign the written contract
5. If our Tender is accepted, we will obtain the guarantee of a bank in a sum equivalent to ten percent
(10%) of the contract price for the due performance of the contract, in the form(s) prescribed by The
Kenya Medical Training College
6. We understand that you are not bound to accept the lowest or any tender you may receive.
Yours sincerely,
_____________________
Name of Tenderer
___________________________________
Signature of duly authorised person signing the Tender
81
__________________________________
Name and Capacity of duly authorised person signing the Tender
__________________________________
Stamp or Seal of Tenderer
Witness; Name______________________________________
Address_____________________________________
Signature___________________________________
*NOTES:
1. KMTC requires a validity period of one hundred and twenty (120) days.
2. This form must be duly signed, stamped and/or sealed.
82
ii) CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM
All Tenderers are requested to give the particulars indicated in Part 1 and either Part 2 (a), 2 (b) or 2
(c)???, 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…………………………………………………
Plot No. ……………………Street/ Road ………………………………..
Postal Address ………………………….. Postal Code …………………….
Tel No………………………………..
Facsimile..………………………………..
Mobile and/ or CDMA No……………………….
E-mail:…………………………………………………
Nature of your business ………………………………………………………………..
Certificate of Incorporation.……………………………………………………
Maximum value of business which you can handle at any time KSh………….
Name of your Bankers …………………………..Branch… ………………
*Names of Tenderer’s contact person(s) ………………………….
Designation/ capacity of the Tenderer’s contact person(s) ………………………………
Address, Tel, Fax and E-mail of the Tenderer’s contact person(s) ……………….
……………………………………………………………………………………...
……………………………………………………………………………………
83
Part 2 (a) Sole Proprietor????
Your name in full ………………………………………………………………….
Nationality ………………………Country of origin …………………………..
*Citizenship details………………………………………………………………….
Part 2 (b) Partnership???
Give details of partners as follows: -
Names Nationality *Citizenship Details Shares
1.…………………………………………………………………………
2.…………………………………………………………………………
3….………………………………………………………………………
4.………………………………………………………………………….
5………………………………………………………………………….
Part 2 (c) Registered Company
Private or Public …………………………………………………………………….
State the nominal and issued capital of company-
Nominal KSh.……………………………………
Issued KSh……………………………………
Give details of all directors as follows
Name Nationality *Citizenship Details Shares
1……………………………………………………………………………………….
2……………………………………………………………………………………….
3………………………………………………………………………………………..
4………………………………………………………………………………………..
5………………………………………………………………………………………..
Name of duly authorized person to sign for and on behalf of the Tenderer
………………………………………………..………………………..
Capacity of the duly authorized person……………………………………
Signature of the duly authorized person……………………………..
84
*NOTES TO THE TENDERERS ON THE QUESTIONNAIRE
1. The address and contact person of the Tenderer provided above shall at all times be used for
purposes of this tender.
2. If a Kenyan citizen, please indicate under “Citizenship Details” whether by birth, naturalization
or registration.
3. The details on this Form are essential and compulsory for all Tenderers. Failure to provide all
the information requested shall lead to the Tenderer’s disqualification.
4. For foreign Tenderers please give the details of nominal and issued share capital in the currency
of the country of origin of the Tenderer.
85
iii) TENDER SECURITY FORM – (BANK GUARANTEE)
(To Be Submitted On Bank’s Letterhead) Date:
To:
Kenya Medical Training College,
P.O Box 30195 - 00100,
Nairobi, Kenya.
WHEREAS ……………………………………… (name ofthe Tenderer) (hereinafter called “the
Tenderer”) has submitted its Tender dated ……… for the supply, installation and commissioning
of………………………… (please insert KMTC tender no. and name) (hereinafter called “the
Tender”);
KNOW ALL PEOPLE by these presents that WE………………………………….of
…………………………….having our registered office at…………………….(hereinafter called “the
Bank”), are bound unto Kenya Medical Training College (hereinafter called “KMTC” which expression
shall where the context so admits include its successors-in-title and assigns) in the sum of
…………………………………. for which payment well and truly to be made to the said KMTC, the
Bank binds itself, its successors, and assignees by these presents.
We undertake to pay you, upon your first written demand declaring the Tenderer to be in breach of the
tender requirements and without cavil or argument, the entire sum of this guarantee being
…………………….. (amount of guarantee) as aforesaid, without you needing to prove or to show
grounds or reasons for your demand or the sum specified therein.
This tender 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 date below.
This guarantee is valid until the …..…day of………………………20……
EITHER
SEALED with the )
COMMON SEAL )
of the said BANK ) _______________________________
this ……………………day ) BANK SEAL
of ………………………20…. )
)
in the presence of :- )
)
86
____________________ )
)
and in the presence of:- )
)
__________________ )
OR
SIGNED by the DULY AUTHORISED
REPRESENTATIVE(S)/ ATTORNEY(S) of
The BANK
_____________________
Name(s) and Capacity (ies) of duly authorised representative(s)/ attorney(s) of the Bank
___________________________________
Signature(s) of the duly authorised person(s)
NOTES TO TENDERERS AND BANKS
1. Please note that no material additions, deletions or alterations regarding the contents of this
Form shall be made to the Tender Security to be furnished by the Tenderer. If any are made, the
Tender Security shall not be accepted and shall be rejected by KMTC. For the avoidance of
doubt, such rejection will be treated as non-submission of the Tender Security where such
Security is required in the tender.
2. It is the responsibility of the Tenderer to sensitize its issuing bank on the need to respond directly
and expeditiously to queries from KMTC. The period for response shall not exceed five (5) days
from the date of KMTC’s query. Should there be no conclusive response by the Bank within this
period, such Tenderer’s Tender Security shall be deemed as invalid and the bid rejected.
3. The issuing bank should address its response or communication regarding the bond to KMTC
at the following e-mail address –
4. The Tender validity period is ninety (90) days as set out in the Invitation to Tender (at Section I
of the Tender document) or as otherwise may be extended by KMTC. Therefore the Tender
Security must at all times be valid for at least 30 days beyond the tender validity period.
87
v) DECLARATION FORM
Date
To:
Kenya Medical Training College,
P.O Box 30195 - 00100,
Nairobi,
KENYA.
Ladies and Gentlemen,
The Tenderer i.e. (full name and complete physical and postal address)
declare the following: -
a) That I/ We have not been debarred from participating in public procurement by anybody,
institution or person.
b) That I/ We have not been involved in and will not be involved in corrupt and fraudulent practices
regarding public procurement anywhere.
c) That I/We or any director of the firm or company is not a person within the meaning of paragraph
3.2 of ITT (Eligible Tenderers) of the Instruction to Bidders.
d) That I/ We are not insolvent, in receivership, bankrupt or in the process of being wound up and is
not the subject of legal proceedings relating to the foregoing.
e) That I/ We are not associated with any other Tenderer participating in this tender.
f) That I/ We do hereby confirm that all the information given in this Tender is accurate, factual and
true to the best of our knowledge.
Yours sincerely,
_____________________
Name of Tenderer
___________________________________
Signature of duly authorised person signing the Tender
__________________________________
Name and Capacity of duly authorised person signing the Tender
__________________________________
Stamp or Seal of Tenderer
88
vi) LETTER OF NOTIFICATION OF AWARD
To:
(Name and full address of the Successful Tenderer)…………
Dear Sirs/ Madams,
RE: NOTIFICATION OF AWARD OF TENDER NO. ……………
We refer to your Tender dated………………… and are pleased to inform you that following evaluation,
your Tender has been accepted as follows: -
………………………………………………………………………………………………
………………………………………………………………………………………………
This notification does not constitute a contract. The formal Contract Agreement, which is enclosed
herewith shall be entered into upon expiry of fourteen (14) days from the date hereof but not later than
thirty (30) days after expiry of tender validity pursuant to the provisions of the Public Procurement and
Disposal Act, 2005 (or as may be amended from time to time, or replaced).
Kindly sign, and seal the Contract Agreement. Further, initial and stamp on all pages of the documents
forming the Contract that are forwarded to you with this letter. Thereafter return the signed and sealed
Contract together with the documents to us within fourteen (14) days of the date hereof for our further
action.
We take this opportunity to remind you to again note and strictly comply with the provisions as regards
the Tender Security, Signing of Contract and Performance Security as stated in the Instructions to
Tenderers.
We look forward to a cordial and mutually beneficial business relationship.
Yours faithfully,
FOR: KENYA MEDICAL TRAINING COLLEGE
CHIEF MANAGER, SUPPLIES, STORES AND TRANSPORT
Enclosures
89
vii) LETTER OF NOTIFICATION OF REGRET
To: (Name and full address of the Unsuccessful Tenderer)………… Date:
Dear Sirs/ Madams,
RE: NOTIFICATION OF REGRET IN RESPECT OF TENDER NO. ……………
We refer to your Tender dated………………… and regret to inform you that following evaluation, your
Tender is unsuccessful. It is therefore not accepted. The brief reasons are as follows:-
1. ………………………
2. ………………………
3. ……………………… etc…
The successful bidder was _______________________.
However, this notification does not reduce the validity period of your Tender Security. In this regard, we
request you to relook at the provisions regarding the Tender Security, Signing of Contract and
Performance Security as stated in the Instructions to Tenderers.
You may collect the tender security from our Legal Department (Guarantees Section), on the 2nd Floor,
Stima Plaza, Kolobot Road, Parklands, Nairobi only after expiry of twenty five (25) days from the date
hereof. It is expected that by that time KMTC and the successful bidder will have entered into a contract
pursuant to the Public Procurement and Disposal Act, 2005 (or as may be amended from time to time or
replaced). When collecting the Security, you will be required to produce the original of this letter.
We thank you for the interest shown in participating in this tender and wish you well in all your future
endeavors.
Yours faithfully,
FOR: KENYA MEDICAL TRAINING COLLEGE
CHIEF MANAGER, SUPPLIES, STORES AND TRANSPORT.
90
viii) CONTRACT AGREEMENT FORM
THIS AGREEMENT made this………day of………………….20….BETWEEN KENYA
MEDICAL TRAINING COLLEGE, of Post Office Box Number 30195-00100, Nairobi in the
Republic aforesaid (hereinafter referred to as the “KMTC”) of the one part,
AND
……………………………….. (Contractor’s full name and principal place of business) a duly
registered entity according to the laws of..…… (state country) and of Post Office Box
Number……………….(full address physical and postal of Contractor)in the Republic aforesaid,
(hereinafter referred to as the “Contractor” of the other part;
WHEREAS KMTC invited tenders for certain works, that is to say for ………………( KMTC insert
description of works) under Tender Number…………….. (KP inserts tender number)
AND WHEREAS KP has accepted the Tender by the Contractor for the services in the sum of
……………………(KMTC specify the total amount in words which should include any payable taxes,
duties and insurance where applicable e.g. Value Added Tax) (hereinafter called “the Contract
Price”).
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 and the Tender Document.
2. Unless the context or express provision otherwise requires: -
a) reference to “this Agreement” includes its recitals, any schedules and documents
mentioned hereunder and any reference to this Agreement or to any other document
includes a reference to the other document as varied supplemented and or replaced in any
manner from time to time.
b) any reference to any Act shall include any statutory extension, amendment, modification,
re-amendment or replacement of such Act and any rule, regulation or order made there
under.
c) the Official Purchase Order shall also mean the Official Order or Local Purchase Order.
d) words importing the masculine gender only, include the feminine gender or (as the case
may be) the neutral gender.
e) words importing the singular number only include the plural number and
vice-versa and where there are two or more persons included in the expression the
“Contractor” the covenants, agreements obligations expressed to be made or performed
by the Contractor shall be deemed to be made or performed by such persons jointly and
severally.
91
f) where there are two or more persons included in the expression the “Contractor” any act
default or omission by the Contractor shall be deemed to be an act default or omission by
any one or more of such persons.
3. In consideration of the payment to be made by KMTC to the Contractor as hereinbefore
mentioned, the Contractor hereby covenants with KMTC to perform and Contractor in
consideration of the execution, completion, and maintenance of the Works by the Contractor as
prescribed by the Contract provide the services and remedy any defects thereon in conformity in
all respects with the provisions of the Contract.
4. KMTC hereby covenants to pay the Contractor in consideration of the proper performance and
provision of the services and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.
i. The following documents shall constitute the Contract between KMTC and the Contractor and
each shall be read and construed as an integral part of the Contract: -
a) this Contract Agreement
b) Letter of Acceptance dated …………..
a) Conditions of Contract
b) Special Conditions of Contract
c) Official Purchase Order where applicable.
d) Specifications
e) Drawings
h) Priced Bill of Quantities and agreed upon with KMTC.
i) Work program (work methods and schedule)
j) KMTC’s Notification of Award dated…………
k) Tender Form signed by the Contractor
l) Declaration Form signed by the Contractor/ successful Tenderer
6. In the event of any ambiguity or conflict between the contract documents listed above, the order
of precedence shall be the order in which the contract documents are listed in 5 above except
where otherwise mutually agreed in writing.
7. The Commencement date shall be the working day immediately following the fulfillment of all
the following: -
a) Execution of this Contract Agreement by KMTC and the Contractor.
b) Issuance of the Performance Bond by the Contractor and confirmation of its authenticity
by KMTC.
c) Issuance of the Official Order by KMTC to the Contractor.
d) Where applicable, Opening of the Letter of Credit by KMTC.
92
8. The period of contract validity shall begin from the Commencement date and end at the expiry of
the Defects Liability Period.
Provided that the expiry period of the Warranty shall be as prescribed and further provided that
the Warranty shall survive the expiry of the contract.
9. It shall be the responsibility of the Contractor to ensure that its Performance Security is valid at
all times during the period of contract validity and further is in the full amount as contracted.
10. Any amendment, change, addition, deletion or variation howsoever to this Contract shall only be
valid and effective where expressed in writing and signed by both parties.
11. No failure or delay to exercise any power, right or remedy by KMTC shall operate as a waiver of
that right, power or remedy and no single or partial exercise of any other right, power or remedy.
12. Notwithstanding proper completion of performance or parts thereof, all the provisions of this
Contract shall continue in full force and effect to the extent that any of them remain to be
implemented or performed unless otherwise expressly agreed upon by both parties.
13. Any notice required to be given in writing to any Party herein shall be deemed
to have been sufficiently served, if where delivered personally, one day after such delivery;
notices by electronic mail and facsimile shall be deemed to be served one day after the date of
such transmission and delivery respectively, notices sent by post shall be deemed served seven
(7) days after posting by registered post (and proof of posting shall be proof of service), notices
sent by courier shall be deemed served two (2) days after such receipt by the courier service for
Local contractors and five (5) days for Foreign contractors.
14. For the purposes of Notices, the address of KMTC shall be Post Office Box Number 30195 -
00100, Nairobi, Kenya, The address for the Contractor shall be the Contractor’s address as stated
by it in the Confidential Business Questionnaire provided in the Tender Document.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with
the laws of Kenya the day and year first above written.
SIGNED for and on behalf
Of KMTC
______________________
COMPANY SECRETARY
SEALED with the COMMON SEAL
of the CONTRACTOR
93
in the presence of:-
___________________ ______________________
DIRECTOR Affix Contractor’s Seal here
________________________
DIRECTOR’S FULL NAMES
and in the presence of:-
________________________
DIRECTOR/ COMPANY SECRETARY
________________________________________________
DIRECTOR/ COMPANY SECRETARY’S FULL NAMES
DRAWN BY: -
94
ix) PERFORMANCE SECURITY FORM (BANK GUARANTEE)
(To Be Submitted On Bank’s Letterhead) Date:
To:
Kenya Medical Training College,
P.O Box 30195 - 00100,
Nairobi, Kenya.
WHEREAS…………………………(hereinafter called “the Contractor”) has undertaken, in pursuance
of your Tender Number………………..(reference number of the Tender) and its Tender dated
………………(insert Contractor’s date of Tender taken from the Tender Form) to supply
……………(description of the works) (hereinafter called “the Contract);
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you
with a bank guarantee by an acceptable bank for the sum specified therein as security for compliance of
the Contractor’s performance obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor a guarantee;
THEREFORE WE HEREBY AFFIRM that we are Guarantors and responsible to you, on behalf of
the Contractor, up to a total of……………………. (amount of the guarantee in words and figures) and
we undertake to pay you, upon your first written demand declaring the Contractor to be in default under
the Contract and without cavil or argument, any sum or sums within the limits of
………………………………………...
(amount of guarantee) as aforesaid, without you needing to prove or to show grounds or reasons for your
demand or the sum specified therein.
This guarantee is valid until the …………day of……………….…..…20….
EITHER
SEALED with the )
COMMON SEAL )
of the said BANK )
)
this ……………………day ) _____________________________
) BANK SEAL
of ………………………20…. )
in the presence of :- )
95
)
____________________ )
)
and in the presence of:- )
)
__________________ )
OR
SIGNED by the DULY AUTHORISED
REPRESENTATIVE(S)/ ATTORNEY(S) of
The BANK
_____________________
Name(s) and Capacity(ies) of duly authorised representative(s)/ attorney(s) of the Bank
___________________________________
Signature(s) of the duly authorised person(s)
NOTES TO CONTRACTORS AND BANKS
1. Please note that no material additions, deletions or alterations regarding the contents of this
Form shall be made to the Performance Security Bond (the Bond) to be furnished by the
successful Tenderer/ Supplier. If any are made, the Bond may not be accepted and shall be
rejected by KMTC. For the avoidance of doubt, such rejection will be treated as non-submission
of the Bond where such Bond is required in the tender and Contract.
2. KPLC shall seek authentication of the Performance Security from the issuing bank. It is the
responsibility of the Contractor to sensitize its issuing bank on the need to respond directly and
expeditiously to queries from KMTC. The period for response shall not exceed five (5) days from
the date of KMTC’s query. Should there be no conclusive response by the Bank within this
period, such Contractor’s Performance Security may be deemed as invalid and the Contract
nullified.
96
xi) LETTER OF ACCEPTANCE
[letter-head paper of the Employer]
_______________________[date]
To: _______________________
[name of the Contractor]
_____________________
[address of the Contractor]
Dear Sir,
This is to notify you that your Tender dated ___________________________
for the execution of ________________________________________________
[name of the Contract and identification number, as given in the Tender documents] 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
97
xii) 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 three years
Year Volume
Currency Value
Year 1
Year 2
Year 3
1.3 Work performed as Main Contractor on works of a similar nature and volume over the
last three years. Also list details of work under way or committed, including expected
completion date.
Project Name Name of Client and
contact person
(Address &
Telephone No.)
Type of Work
performed and year
of completion
Value of contract
98
1.4 Major items of Contractor’s Tools &Equipment proposed for carrying out the Works.
List all information requested below. (Attach evidence of ownership or lease)
Item of Tools
&
Equipment
Description,
Make and age
(years)
Condition(new,
good, poor) and
number available
Owned, leased
(from whom?), or
to be purchased
(from whom?)
____________
______
_________(etc
.)
________________
________________
____
_______________
_______________
___
______________
______________
_____
1.5 Qualifications and experience of key personnel proposed for administration and execution
of the Contract as required by Subsection 3.20 of the Instructions to Tenderer, Attach
biographical data.
Bidders should provide the names of suitably qualified personnel.
1. Title of position*
Name
2. Title of position*
Name
3. Title of position*
Name
4. Title of position*
Name
99
Resume for each Proposed Personnel
The data on their experience should be supplied using the Form below for each candidate.
Name of Bidder
Position
Personnel
information
Name
Date of birth
Professional qualifications
Present
employmen
t
Name of employer
Address of employer
Telephone
Contact (manager / personnel
officer)
Fax
Job title
Years with present employer
Summarize professional experience in reverse chronological order. Indicate particular technical and
managerial experience relevant to the project.
From To Company / Project / Position / Relevant technical and management
experience
1.6 Proposed Subcontractors for works
As per the requirements of Clause 3.20 of Conditions of Contract, following is a list of subcontractors
and the portions of the Work to be subcontracted:
The following Subcontractors and/or manufacturers are proposed for carrying out the item of the
facilities indicated. Bidders are free to propose more than one for each item
100
Sections of the
Works
Value of
Subcontract
Subcontractor
(name and address)
Experience in
similar work
_____________
_____________
_____________
(etc.)
1.6 Financial reports for the last three years: balance sheets, profit and loss statements,
auditor’s reports, etc. List below and attach copies of audited financial statements.
________________________________________________________
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 and/or institution that
may provide reference if contacted by the Employer.
_______________________________________________________________
_______________________________________________________________
1.9 Statement of compliance with the requirements of Clause 3.2.6 of the Instructions to
Tenderers.
_________________________________________________________
________________________________________________________________________
_________________________________________
1.10 Proposed program (work method and schedule) in compliance with requirement of clause
3.6 of the Instructions to Tenderers. Descriptions, drawings and charts, as necessary, to
comply with the requirements of the tendering documents.
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
101
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
102
BILL NO. 1
GENERAL CONDITIONS & PRELIMINARIES
103
A
B
C
BILL NO. 1
GENERAL CONDITIONS AND PRELIMINARIES
GENERALLY
The following clauses are given for the guidance of the contractor in the preparation
of his tender.
The contractor must allow in his tender any sum he may consider necessary in
respect of these clauses by way of pricing the clauses.
In the case of a contractor leaving un-priced any preliminary items then he shall be
deemed to have considered that the rates for the remaining items in the bills of
Quantities are sufficient to perform the services and obligations in the items not
priced without charge.
PRELIMINARY PARTICULARS
Definition of items
Terms throughout these bills of quantities shall be interpreted as follows:-
(i) Employer: The term ‘the employer’ wherever used hereinafter and in all
contract documents shall be deemed to mean Kenya Medical Traning College
P. O. Box NAIROBI
(ii) Project Architect: The term ‘the Project Architect’ wherever used hereinafter
and in all contract documents shall be deemed to mean Designspec Limited
P O Box 30846, 00100 Nairobi, Kenya
Whenever the term ‘Project Architect’’ is used in all contract documents it
shall be construed to mean the ‘Principal consultant’
(iii) Quantity Surveyor: The term ‘the quantity surveyor’ wherever used
hereinafter and in all contract Documents it shall be deemed to mean
Addconsult Surveyors, P.O. Box 3427-00506, Nairobi.
(iv) Contractor: The term ‘the contractor’ wherever used hereinafter and in all
contract documents shall mean the person or persons, partnership, firm or
company whose tender for the works has been accepted and who has or
have signed this contract and shall include his or their heirs, executors,
administers, assigns, and duly appointed representatives.
Carried to collection Kshs.
104
GENERAL CONDITIONS
AND PRELIMINARIES
Definition of terms (contd.)
(v) Works: The term ‘the works’ wherever used hereinafter and in all contract
documents shall mean all or any portion of the work, materials and articles
wherever the same are being manufactured or prepared which are to be
used in the execution of the contract, and whether the same be on the site
of the buildings or not. It shall also be deemed to include all variations, the
work of all sub-contractors and any variations.
(vi) Contract: The term ‘the contract’ wherever used hereinafter and in all
contract documents shall mean the tender, Articles of Agreement and
conditions of contract, form of bond, drawings, general specification and
priced and signed Bills of Quantities.
(vii) Contract drawings: The term the ‘contract drawings’ wherever used
hereinafter and in all contract documents shall be deemed to imply the
drawings referred to these bills of Quantities.
(viii) Site: The term ‘ the site’ wherever used hereinafter and in all contract
Documents shall mean the lands and other places on, under, in or through
which the works are to be executed or carried out and any other lands or
places provided by the employer for the purposes of the contract.
(ix) Approved, Directed and selected: The terms ‘ approved directed and
selected’ wherever used hereinafter and in all contract documents shall
mean the approval, direction and selection of or by Project Architect
(x) Singular and plural: Words importing the singular only wherever used
hereinafter and in all contract documents shall also include the plural and
vice versa where the context requires.
(xi) Specified: The term ‘specified’ wherever used hereinafter and in all
contract documents shall mean as specified in the general conditions and
preliminaries and/or preambles to treads of these bills of Quantities or in
more than one of these documents.
(xiii) Fix only: The term ‘fix only’ shall mean take delivery at the nearest supply
point (unless otherwise stated), pay all demurrage charges, load, transport
to site, unload, store unpack, and assemble as necessary, distribute to
position, hoist and fix in position.
Carried to collection Kshs
105
GENERAL CONDITIONS
AND PRELIMINARIES
A
Abbreviations
Throughout these Bills, units of measurement and terms are abbreviated and shall be
interpreted as follows:-
LM: Shall mean Linear Metre
SM: Shall mean Square Metre
CM: Shall mean Cubic Metre
Kg: Shall mean kilogramme
MM: Shall mean Milimetre
No: Shall mean Number
B.S: Shall mean the British standards specifications published by the
British Standards Institution, 2 park street, London W.L
Ditto: Shall mean the whole of the preceding description except as
qualified in the section in which it occurs. Where it occurs in
rackets it shall mean the whole of the preceding description
which it is contained within the appropriate in brackets.
b.s.m: Shall mean both sides measured
m.s: Shall mean measured separately
P.C: Shall mean prime cost
75mm: Shall mean exceeding 75mm but not exceeding 150mm and all
to items described in this manner shall be similarly construed
150mm
girth
A small: Shall mean any pipe exceeding 100mm internal diameter
Pipe
A large: Shall mean any pipe exceeding 50 mm but not exceeding 100 mm pipe
pipe in diameter
An extra : Shall mean any pipe exceeding 100 mm internal diameter
Large
Pipe
Carried to Collection Kshs.
106
GENERAL CONDITIONS
AND PRELIMINARIES
A
B
C
D
E
F
Description of site
Location
The site is located within Makindu KMTC campus.
Access
Access to the site is via the existing entrance
Visiting the site
The contractor before tendering is recommended to visit the site of the works to
satisfy himself as to the facilities for access and other site conditions under which the
works will have to be carried out.
The Contractor shall be assumed to have acquainted himself with the site as to its
nature and position, means of access, etc. and no claim in this connection will be
allowed.
No claim will be allowed for traveling or other expenses which may be incurred by
the contractor in visiting the site or preparing the tender for the works.
Restriction on the Contractor’s use of site
The contractor will be required to agree the sitting of all temporary works with the
consultant before the commencement of the contract.
The contractor shall not use the site or any part thereof for any purpose other that
that of carrying out the contract
Sleeping accommodation will not be permitted on the site.
Maintenance of the existing right of way
The contractor will be required throughout the contract to maintain and keep from
obstructing the existing way.
Existing property
The contractor shall take every precaution to avoid damage to all existing property
including buildings, roads, cables, drains, and other services and he will be held
responsible for and shall make good all such damage arising at his own expense to
the satisfaction of the consultant.
Carried to Collection Kshs.
107
GENERAL CONDITIONS
AND PRELIMINARIES
A
B
C
D
E
Description of the works
The works to be executed under the contract comprises of: -
Construction of Tuition block for KMTC Makindu , Makueni County
Progress Schedule
The contractor shall within a reasonable period from acceptance of the tender, and
prior to the signing of the contract, provide approved detailed progress charts
showing clearly the anticipated order and rate of progress of the works and
sustaining the stated time for completion. Such progress charts shall be agreed with
the Project Architect before commencing operations on the site. Two copies shall be
forwarded to the Project Architect and one copy retained in the site office and
updated from time to time as required.
CONTRACT DOCUMENTS
Guaranteed Bond (Clause No.16)
The contractor shall enter into a contract Guarantee Bond with an approved Bank,
insurance Company or financial institution of the contractor’s choice by which they
shall be jointly and severally bound to the employer in a sum equivalent to 10% of
the contract price conditioned for the due fulfillment of the terms and conditions of
the contract.
That in the event of the said Bank insurance Company or financial institution being
prepared to join with the contractor in entering into a contract Guarantee Bond as
aforesaid, the employer will pay premiums due to the said Bank there-under and no
sum in respect thereof shall be included by the contractor in his contract price or
added to his account with the employer.
That the Contractor shall furnish in confidence to the said Bank information as to the
contractor’s financial position and any other relevant information reasonably
required by them.
Clause 16.2 covering payment guarantee by the Employer shall be deleted
The Contractor shall allow for paying all stamped charges in connection with the
Bond
Law Governing contract
The contractor shall in all respects be familiar with and operate within the Laws of
Kenya
Carried to collection Kshs.
108
GENERAL CONDITIONS
AND PRELIMINARIES
A
B
C
D
E
Form of contract
The Contractor will be required to enter into a contract which will be the current
form of agreement and schedule of conditions of building contract published by the
Joint building council of Kenya (1999 Edition. With Quantities) excepting in so far as
varied hereinafter .The above form is published with the sanctions of The
Architectural Association of Kenya and The association of Building and Civil
Engineering Contractors.
The Contractor’s attention is called to the following clauses of the conditions of
contract, which shall be read as incorporated herein, and he shall allow any sums
whish he considers necessary for the carrying out of and observance of such
conditions together with sub-clauses used in amplification.
Contractor Obligations Clause No. 4
Contract Documents Clause No. 7
(i) Figured dimensions will be used in preference to scales mentioned on or
attached to any drawing.
(ii) The contractor is to take the necessary particulars for ordering his materials
and work from the drawings and work in progress on the buildings and not
use the Bills of Quantities for that purpose.
Statutory Obligations, Notices, Clause No. 17
Fees and charges
(i) The contractor shall indemnify the Employer against all penalties incurred by
reason of the non-observance of such statuary obligations.
(ii) The contractor must also make himself fully acquainted with current
ordinances and Government and other regulations regarding the movement,
housing, security, and control labour, labour camps, etc. He must abide by
the same and allow for extra expense in this connection.
(iii) The contractor shall conform to and give notice in accordance with the
provisions of any Regulation or by-laws on the water, electricity and
telephone or any other local authority. The Contractor shall pay all fees,
rates, and legally demandable charges for making such connections.
(iv) The cost of permanent connections which eventually become the
responsibility of the Employer will be paid on invoice from the appropriate
statutory undertaking and adjusted against the P.C. sums included in the Bills
of Quantities as descried later in the preliminaries.
Carried to Collection Kshs
109
GENERAL CONDITIONS
AND PRELIMINARIES
A
B
C
D
E
Materials, Goods, and Workmanship to
Conform to Description, Testing and Inspection Clause No. 23
(i) The standard of Workmanship shall not be inferior to the current British
codes of practice, no materials for use in the permanent construction are to be
used for any temporary or other purpose than for which they are provided.
(ii) The Contractor shall place orders for all the required materials
immediately upon receipt of the order to commence the works and will
be held responsible for any delays occurring due to the late placing of
such orders.
(iii) The Contractor shall upon receiving quotations for any materials inform
the Project Architect if it appears that delivery dates quoted will delay the
works and shall not place an order for such materials until the Project
Architects is so informed, but such notification will not relieve the
Contractor of his responsibility under the contract.
(iv All materials used in the works shall be new unless otherwise described.
Contractor’s site agent and other staff Clause No. 9
Keep constantly on site a competent, literate, English speaking site agent or foreman,
fully experienced with the work involved.
Access for Project Architect/ Principal
Consultant Clause No. 19
Clerk of works Clause No. 10
Contract Bills and Price Clause No. 8
Note: The wording “but not anything contained in the contract Bills shall
override, modify or affect in any way whatsoever the application or
interpretation of that which is contained in these conditions” shall be
deleted.
(i) The whole of the work contained in these bills of Quantities is measured on
the basis of the standard Method of Measurement for Building Works for
East Africa. (First Edition – Metric), published by the Architectural
Association of Kenya, Chapter of Quantity Surveyors, dated October, 1970
or any recent amendments
Carried to Collection Kshs
110
GENERAL CONDITIONS
AND PRELIMINARIES
A
(ii) The method of measurement herein used must be accepted and will be
strictly be adhered to for the adjustment of variations and for re-
measurements as necessary. The whole of the quantities in these Bills, unless
expressly otherwise stated have been arrived at by taking the net
measurement of the various items of completed work from the Drawings
and all dimensions and measurements on the Drawings and in the Bills of
Quantities shall be taken to be in metric Legal Standard measurements.
(iii) The Bills of Quantities shall be prices in ink.
(iv) Any unauthorized 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.
(v) All items of measured work shall be priced in detail and tenders containing
limp sums to cover trades or groups of work must be broken down to
show the price of each item before they will be accepted. Lump sums to
cover several items of preliminaries likewise shall be broken down if so
required.
(vi) The rates set down by the contractor against each item in these Bills of
Quantities shall, unless otherwise provided to contrary, or unless there is a
separate item for extra labour, cutting and waste, be held to include for
waste on materials, carriage, cartage, carrying in return of empties, hoisting
setting, fitting and fixing in position, making good and all other labours
and everything else necessary for the proper completion of each item and
for established charges and profit.
(vii) The Contractor shall be deemed to have made allowance in his prices
generally to cover items of preliminaries, expenses in connection with P.C
sums or other item, if these have not been priced against respective item.
(viii) One blank and one priced copy of these Bills of Quantities shall be
furnished free of cost to the Contractor for his own use. The copy shall be
kept on the works until the completion thereof and the Project Architect
and Quantify Surveyor shall at all reasonable times have access to the same.
(ix) The Contractor is particularly requested to bear in mind that the whole of
the Quantities in the Bills are measured NET as fixed and the Contractor
must include in his prices for all waste of every description.
Carried to collection Kshs
111
GENERAL CONDITIONS
AND PRELIMINARIES
A
B
C
D
E
F
Practical Completion and
Defects Liability Clause No. 41
(i) The whole of the works are to be completed by the date of completion
as previously stated, and no extra will be allowed in respect of overtime
worked to achieve completion by the date so fixed.
(ii) If the Project Architect in respect of extra works specifically instructs the
working of overtime, the contractor will be reimbursed the net extra cost
of wages paid over and above the normal daily rates.
Assignment or Sub-letting Clause No. 26 & 27
Should consent be given to Sub-let any portion of the work the contractor will in
no way be relived of his liabilities and responsibilities.
Injury to persons and Property
And Employer’s indemnity
Indemnify Employer (personal injury or death). Clause No. 11
Indemnify Employer (Injury or damage to property) Clause No. 11
Insurance against Injury to persons and property. Clause No. 12, 13 & 14
Insurance of Joint Indemnification Clause No 12 & 13
The cost of the premium in respect of any special insurance shall be
Substantiated by a separate quotation and invoice to be submitted to the
Quantity Surveyor for inspection approval and adequacy of cover and upon
such approval being granted, the cost shall set against the provisional sum
provided on the main summary in these bills of Qualities.
Insurance of Works against Fire, etc Clause No .12 & 13
(i) Sub-paragraphs (B) and (C) to be struck out.
(ii) Insurance cover against fire following earthquake shall be included in
the risk listed.
Possession, Completion and Postponement Clause No. 20
The Contractor shall complete the Works in the time stated in the Form of
Tender (Subject to the provision of clause No. 36).
Carried Collection Kshs
112
A
B
C
D
E
F
Damage for non-completion Clause No. 43
The Contractor shall pay to the Employer liquidated and ascertained damages
for the period during which the works remain uncompleted as detailed in the
Appendix to the conditions of contract on page 1/15 hereafter.
Extension of Time Clause No. 23
(i) The Contractor shall order all materials to be obtained from overseas
immediately upon signing the Contract and shall also order materials to be
obtained from local sources as early as necessary to ensure that such
materials to are on site when required for use in the Works. However before
placing any order, the Contractor must obtain confirmation in writing, from
the Project Architect, that the materials specified are for the works and have
not been varied in any way in the light of altered requirement or planning.
(ii) A claim for extension of time under (i) above will not be considered unless
substantial proof is submitted that every endeavor has been made by the
contractor to avoid such delay. A soon as any delay become apparent the
Project Architect must be notified in writing .
Loss and expense caused by disturbance
Of regular progress of the Works Clause No. 37
Determination by Employer Clause No. 38
Determination by Contractor Clause No. 39
GENERAL ATTENDANCE
(a) Use for the purpose of the Sub-Contract Works of any scaffolding
belonging to or provided by the Contractor while it remains so
erected upon the 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 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 erection of offices or stores or space for
storage of plant and materials.
Carried to collection Kshs.
GENERAL CONDITIONS
AND PRELIMINARIES
113
GENERAL CONDITIONS
AND PRELIMINARIES
A
B
B
(e) Clearing away rubbish produced by them
(iii) The foregoing services are described hereafter as “Allow for general
attendance”.
(iv) When accepting tenders from nominated Sub-Contractors, the
Contractor is advised to enter into a properly executed Sub-Contract
and to use the sub-Contract form as issued by the Kenya Association of
Building and civil Engineering Contractors.
(v) The Employer will not be held responsible for any claim arising out of
the Contractor’s failure to enter into a proper Sub-Contract.
Certificates and payment Clause No. 34
(i) The period of payment from the date of presentation of Project
Architect’s Certificate to the Employer will be 14 days.
(ii) All documents necessary for the purpose of the composition of the Final
Account including all documents relating to the account of Nominated
Sub-Contractors and suppliers shall be passed to the Quantity Surveyor
as and when available during the progress of the Works and not later
than one month after the date of practical completion.
(iii) If a certificate remains unpaid beyond the period for honouring
certificates stated herein, the employer shall pay or allow to the
contractor interest on the unpaid amount for the period it remains
unpaid at commercial bank lending rate in force during the period of
default.
Settlement of Disputes Clause No. 45
Carried to collection Kshs.
114
GENERAL CONDITIONS
AND PRELIMINARIES
A
B
APPENDIX TO THE CONDITIONS OF CONTRACT
The following are the particulars which will be inserted in the Appendix to the
conditions of the Contract but the Employer reserves the right to negotiate with
the Contractor up to the time of the signing the contract in respect of any
particular or particulars.
Clause
Amount of surety 16.1 10 percent
Period of submission of
works program 18.1 Two weeks
Defects Liability period 41.6 Six months from practical
Completion of the works
as certified by the
Project Architect in
writing.
Date for possession 20.1 to be arranged upon
Signing the contract
Date of Completion 20.2 As stated on form of
tender.
Liquidated and ascertained
Damages 43.1 At the rate of K.Shs.
50,000.00 per
week.
Percentage of certified
value retained 34.12 10 per cent
Limit of retained fund 34.12 5 percent
Period of Final measurement 34.17 Six months, after
certified practical
completion.
Period of release of retention 34.1 Six months, after
certified Practical
completion.
Period of Interim Certificates 34.1 Monthly
Period of honouring certificates 30 14 days
Carried to Collection K.Shs.
115
GENERAL CONDITIONS
AND PRELIMINARIES
A
B
C
D
GENERAL MATTERS
Sufficiently of tender
The Contractor shall be deemed to have satisfied himself before tendering as to
the correctness and sufficiently of his tender for the works and the rates and
prices stated in the priced Bills of Quantities which rates and prices shall cover all
his obligations under the contract and all matters and things necessary for the
proper completion and maintenance of the works.
Existing Services
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 or other services in the area and shall make whatever
provision which may be required by the authorities concerned for the support
and protection of such services. Any damage or disturbance caused to any service
shall be reported immediately to the Project Architect and the relevant Authority
and shall be made good to their satisfaction at the Contractor’s expense.
Transport to and from the Site
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.
Water
The Contractor shall provide at his own cost all the water for use in the works
including that used by Nominated Sub-Contractors.
However, there is an existing water supply on the site and should the contractor
makes use of the same, a suitable arrangement with the employer will have to be
entered into in regard to the payment for its use.
No guarantee is given or implied that sufficient water will be available and the
Contractor must make his arrangements for augmenting this supply at his cost if
necessary.
He shall also provide for temporary piping and storage tanks as necessary and
clear away on completion.
Carried to collection Kshs.
116
GENERAL CONDITIONS
AND PRELIMINARIES
A
B
C
D
E
G
Electrical Light and Power
The Contractor shall provide at his own cost all the power for use in the works
including that used by Nominated Sub-Contractors. He shall make his own
arrangements with the subcontractors for power provided specifically for their
use.
Electricity is available on site and should the contractor make use of the same, a
suitable agreement with the Employer will have to be entered into with regard
to payment for the same.
Safety, Health and welfare of Workpeople
The Contractor shall allow for all cost and charges in complying with all safety,
health and welfare regulations appertaining to all the work people employed on
site including those employed by all Sub-Contractors.
Temporary sheds
The Contractor shall allow for providing and maintaining temporary sheds and
shelters for accommodation of all workmen, workshops, and sheds for storage of
materials that may be necessary for the works in approved positions on the site
including those required by sub-contractors and removing same when no longer
required or when directed.
Latrines
The contractor shall allow for providing, maintaining and keeping in a sanitary
condition adequate temporary sanitary facilities in accordance with local
regulations for all persons employed on the works, including Sub –Contractors.
Alter, shift and adapt from time to time as necessary, remove same when no
longer required or when directed, reinstate ground to the satisfaction of the
Project Architect and deodorize soil.
Rates and Taxes
The Contractor shall allow for the payment of any rates and taxes levied by
rating Authority upon temporary structures the contractors is required to provide
on the site for the execution of the works.
Building Regulations
The whole of the works are to be executed in strict accordance with current
building regulations to the satisfaction of the local Authorities and the Project
Architect.
Carried to collection Kshs.
117
GENERAL CONDITIONS
AND PRELIMINARIES
A
B
C
D
E
Records
The Contractor shall allow for keeping records appertaining to the works and
shall keep on the site a daily recording of weather conditions, temperature,
visitors to the site, etc.
Photographs
The Contractor shall allow for supplying four copies of progress photographs per
month to the Project Architect throughout the period of the Contract and in full
plate size.
Ordering materials
The contractor shall not use the Bills of Quantities for the purpose of ordering
materials, but must do so from detailed drawings.
Architect inspection
No work shall be covered up until inspected and approved by the Project
Architect.
Fair wages
The Contractor is to comply with the regulation of wages (Building and
construction industry) order and is to be responsible for compliance by Sub-
Contractors employed in the execution of the contract.
If required, he is to notify the Project Architect of any names and addresses of all
such sub-contractors. Any contractor or sub-contractor not so complying will not
be permitted to tender for other work for such period as the Project Architect
may determine
Should a claim be made to the Project Architect alleging the contractor’s default
in payment of fair wages of any workman employed on the contract and if
proof thereof satisfactory to the Project Architect is furnished by the Labour
Department, the Project 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 Project Architect if called upon to do so such
particulars of the rates of wages, hours and conditions of labour referred to
above as the Project Architect may direct.
Carried to collection Kshs
118
GENERAL CONDITIONS
AND PRELIMINARIES
A
B
C
D
E
F
Housing of labour and watchman
No labour camps will be permitted on site.
The contractor is to allow for expenses he may incur in connection with
transportation of workmen to and from site.
Existing property
The contractor shall take every precaution to avoid damage to all existing
property including roads, cables, drains and other services and will be held
responsible for all damage thereto, arising from the execution of this contract,
and he shall make good all such damage at his own expense.
Supervision
The said works shall be executed under the direction and to the entire
satisfaction of the Project Architect, who shall at all times have access to the
works and to the yards and workshops of the Contractor or other places where
work is being prepared for the building.
Training levy
The Contractor’s attention is drawn to legal Notice No. 237 of October, 1971
which requires payment by the contractor of a training Levy on all contracts of
more than Kshs. 50,000/- in value and the Contractor should allow in the
preliminaries of this contract for all costs arising or resulting there-from.
Insurance
Within 14 days of the date of the letter accepting the tender and in any cases
before the contract is signed, the contractor must produce to the Project
Architect for inspection the relevant policies together with the receipts for the
premiums paid for the insurance described in clause 13 of the conditions of
contract or produce a current certificate of insurance.
At the same time the contractor must also deposit with the Project Architect the
policy and the receipt for the premium paid for fire, etc., insurance referred to in
clause 12 of the conditions of contract or produce a current certificate of
insurance in accordance herewith.
Working Hours
No work shall be carried out in the night or on gazetted holidays unless
authorized.
Carried to Collection Kshs.
119
GENERAL CONDITIONS
AND PRELIMINARIES
A
B
C
D
Materials, tools, plant and Scaffolding
All materials and workmanship used in the erection of the works shall be of the
best quality and description unless otherwise described. Any materials for the
works condemned by the Project 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 for the permanent work.
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
altered or adapted during the contract, as may be necessary to comply with any
amendments in or additions to such regulations.
Payments to nominated Sub-Contractors and suppliers
The Project Architect may direct that the sum to be paid to nominated Sub-
Contractors, suppliers shall be certified by the Project Architect and paid direct to
the Sub-Contractor or supplier and that P.C. sum included in the Bills of
Quantities may be deducted from the contract Sum.
Samples
The contractor shall furnish at the earliest possible opportunity before the work
commences and at his own cost, any samples of materials or workmanship that
may be called for by the Project Architect for his approval or rejection and any
further samples in the case of rejection until such samples are approved by the
Project Architect and such samples when approved shall be minimum standard
for the work to which they apply.
Carried Collection K.Shs.
120
GENERAL CONDITIONS
AND PRELIMINARIES
A
B
C
D
Prevention of Nuisance
The Works and such section of the site necessary therefore shall be under the
entire care and control of the contractor during the whole period of the
Contract and he shall take all possible precautions to prevent any nuisance,
inconvenience or injury to the holders or occupiers of the existing or surrounding
properties and to the public generally, and he 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.
Removal of plant, rubbish, etc.
The Contractor shall upon completion of the works, remove and clear away all
temporary buildings, plant, rubbish and un-used materials, and shall leave the
whole of the site of the works in a clean and tidy state to the satisfaction of the
Project Architect. He shall also remove all rubbish and dirt from the site at
weekly intervals or as directed by the Project Architect.
Particular care shall be taken in leaving windows clean and the removal of all
paint and cement stains there-from
Sales Tax
The Contractor’s attention is drawn to the sales Tax Act 1973 or most recent and
any amendments thereafter and his tender is deemed to include all costs arising
or resulting there-from.
Standard Levy
The contractor’s attention is drawn to the standards Levy Order (1990)
(Standards Act- CAP. 496) or most recent and any amendments thereafter and
his tender is deemed to include for all costs arising or resulting there-from.
Carried to collection K.Shs.
121
GENERAL CONDITIONS
AND PRELIMINARIES
GENERAL CONDITIONS AND PRELIMINARIES
COLLECTION
Page No. 103
Page No. 104
Page No. 105
Page No. 106
Page No. 107
Page No. 108
Page No. 109
Page No. 110
Page No. 111
Page No. 112
Page No. 113
Page No. 114
Page No. 115
Page No. 116
Page No. 117
Page No. 118
Page No. 119
Page No. 120
TOTAL AMOUNT OF BILL NO. 1
GENERAL CONDITIONS AND PRELIMINARIES
Carried to Main Summary
BILL NO. 2
PREAMBLES TO TRADES
ITEM
EXCAVATION AND EARTHWORK
Nature of Excavation
A The Contractor must ascertain for himself the nature of the material to be excavated and price the work
accordingly as no allowance will be made beyond the Contract sum for any alleged ignorance in this respect
Site Clearance
B The Contractor shall clear the Construction areas within the site of all bushes, roots, brush, boulders, natural
obstruction, rubbish and any other natural or artificial obstructions which would interfere with construction of
buildings, roads, paths and drains.
Ant/Termite and Rodent sites
C Clear away all ant/termite and rodent sites hills and nests over the area of the site by excavating, locating and
destroying queens and rodents using pesticides and anti rodents chemicals approved by the BEO.
D Treat the cavity formed by removal of the nest as described hereinafter under “Soil Sterilization” and backfill
with approved material well rammed and consolidated in layer not exceeding 300 mm thick
E All areas of the site must be thoroughly proofed against rodents by compaction and special care must be taken to
ensure that no unconsolidated areas left near banks and ditches.
F All use of pesticides and termicides shall be implemented guided by pesticides evaluation report and safer use
action plan(PERSUAP) in compliance with 22 CFR 216.3(b), USAID’s Pesticide Procedures.
Commencing levels
G Unless specifically stated otherwise the commencing levels for excavation shall be deemed to be existing ground
level or underside of reduced level dig.
H All measurements are based reduced level excavation being executed first and no adjustment will be made
should a differing sequence of operations be adopted, unless specifically ordered by the Architect in writing.
Excavations
J Excavations shall be to the width and depths indicated on the drawing or to a lesser or greater depths as the
Engineer may deem necessary and so instruct the Contractor in order to obtain satisfactory foundations.
K Any difference in the quantity of work actually executed under such instructions and that provided in the Bills of
Quantities shall be measured and valued by Quantity Surveyors as a variation under the relevant conditions of
Contract.
PREAMBLES
2/1
ITEM
EXCAVATION AND EARTHWORKS (contd)
Bottoms of excavation
A The Contractor shall report to the Architect as and when a secure bottom to the excavations has been obtained
and the same is ready to receive concrete
B Any concrete and other work put in before excavations have been inspected and approved shall, if so directed, be
removed and new work substituted after excavations have been approved, all at the Contractor’s expense
C If so directed the Contractor shall water and well ram the bottom of excavations to the satisfaction of the
Architect.
Measurement of Excavation work
D Excavation work is measured net as before digging and the Contractor must allow for increase of bulk after
digging.
Trenches for pipes, cables, kerbs, etc other than drain pipe
E Prices for excavation of trenches for pipes, kerbs, etc. shall include for grading and ramming bottoms to the
levels required, all necessary planking and strutting, carefully returning, filling and ramming selected excavated
material and for carting away any surplus material.
Rock
F Any rock or any other hard materials encountered in excavating to the required depths which, in the opinion of
the Architect, can only be removed by wedges or compressor plant shall be paid for as an extra and the price
shall include for trimming and levelling. No blasting will be allowed. Hard compacted murram which can be
removed by pick will not be classed as rock notwithstanding that the Contractor may decide to remove it by
wedges or compressor plant.
G The contractor must give notification to the Architect or his representative when such material is encountered
and its extent must be agreed with the Architect or Quantity Surveyor or their authorized representatives before
the work is carried out. No allowance will be made from the rock excavation unless the forgoing procedure has
been followed.
Rates for excavations (Contd)
H The rates for excavations shall include for excavating by hand or machine in all types of material except rock, as
previously specified.
J Excavations for plain concrete foundations have been measured to the net sizes required by concrete dimensions.
K All allowance for working space and formwork has been measured to reinforced concrete foundations, but if the
Architect’s approval is given to pouring concrete against the face of the excavations these items will be
measured and adjusted in the Final Account.
L The rates for excavation must include for such excavating in all types of ground encountered including sand,
murram, hard murram, tree roots and loose boulders.
PREAMBLES
2/2
ITEM
EXCAVATION AND EARTHWORK (Contd)
Levelling
A No item is measured for levelling and consolidating ground and rates for excavation must include for levelling
and preparing the ground for concrete or other works including ramming or rolling.
Disposal of Water
B The Contractor shall keep the excavations free from standing water and silt (or excavated material softened by
water) and he shall include for the cost of pumping, construction and temporary drains, soak way pits, etc., as
deemed necessary to achieve this. An item has been included for this in the Bills in each relevant section. The
cost of pumping, to dispose of any spring or running water has been covered by a provisional sum. If spring or
running water is encountered, the cost of any pumping ordered by the Architect will be paid for in accordance
with the Dayworks Schedule.
Planking and Strutting
C Sides of all excavations must be supported in order to prevent falls from or collapse of the earth face. The term
‘Planking and strutting’ is deemed to include any method or methods which the Contractor elects to adopt, to
uphold, protect and maintain the sides of excavations. The Contractor will be responsible for any consequences
of his failure in this respect including clearing away fallen material and any extra concrete or other works
including formwork ordered by the Architect due to such failure. An item has been included in these Bills in
each relevant section.
Return, fill in and ram
D Materials returned externally shall be selected hard, and dry excavated materials coming out of the excavation
free from vegetable soil, roots and rubbish carefully placed to minimize segregation, spread, watered and
compacted in layers not exceeding 150 mm thickness. Contractor shall ram and/or compact fill in layers as
specified above, within the building and around the foundations. All fill placement shall be appropriately
compacted (and/or rammed in narrow areas) to at least 95% of the maximum dry density obtainable using the
testing method BS 1377-4 (also called "Standard Proctor" test). The fill material shall be durable and free from
organic soil, and predominantly granular. If the site has unsuitable soils (organic soils), then approved granular
material shall be imported. Before covering this work, at least two (2) field density tests shall be conducted to
provide an evidence of degree of compaction achieved. Testing can be put in your section on Sampling and
Testing.
Return, fill in and ram (Contd)
E No excavation or foundation work shall be filled in or covered up until all measurements necessary for the
adjustment of variations have been made. Walling shall not be built upon the foundations until four days after
depositing of concrete.
Cart away
F All surplus excavated material, where so directed, and all rubbish are to be removed from the site and the
Contractor is to find his own dump and pay all charges.
Approval before filling
G No fill material shall be placed before approval has been given by the Architect for filling to begin.
PREAMBLES
2/3
ITEM
EXCAVATION AND EARTHWORK (contd)
Measurement of filling generally
A Filling is measured net as after construction
Earth filling
B Levels specified to be made up with surplus soil, etc., are to be filled in with selected soil free from vegetable
growth to the approval of the Architect and is to be laid in layers not exceeding 200 mm thick, each layer to be
levelled, well rammed and consolidated and watered if necessary.
Hardcore filling
C Hardcore shall consist of clean hard broken stone or rubble graded to pass in all directions a 100 mm ring with
sufficient sand added to fill the interstices. The hardcore shall be well packed, rammed and where possible
rolled with a heavy roller. Where rolling is impossible compaction shall be by hand or by mechanical tampers
before any concrete is laid on hardcore, the hardcore shall be levelled and blinded with sand, rolled and well
watered through a sprinkler rose.
Borrow pits
D No borrow pits will be allowed to be opened on the site.
Soil Sterilization
E Ant-termite treatment is to be carried out using one of the chemicals below and the Contractor will be required,
upon completion of the soil sterilization, to furnish a written guarantee certifying the following:
(a) That the chemicals applied comply with requirements specified herein for chemical
Concentration and rates of application.
(b) That the treatment will remain effective against termite infestation for a period of five years.
(c) The free re-treatment by the Contractor of any areas showing signs of infestation before the expiry
of the five year period
F The chemicals used shall be Fipronil ( Termidor 80WG termicide/insecticide) or similar/equal and approved by
the BEO:-
PREAMBLES
2/4
ITEM
EXCAVATION AND EARTHWORKS (Contd)
Soil Sterilization (contd)
A Some of the chemicals listed above are toxic to animal and plant life and must therefore be applied only with
caution as stated in item F on page 2/1. Where individual water supply systems are proposed, precautions must
be taken to prevent infiltration and endangering the water supply. Treatment shall not be made when soils or fill
is excessively wet or immediately after heavy rains.
B Precaution must also be taken to prevent disturbances of the treatment by animals or human contact with the
treated soil. The treated areas are to be covered as quickly as possible after treatment
C The rate of application is to be 7 litres per square metre and the areas measured include those under floor and
around wall and column foundations.
CONCRETE WORK
Generally
D For description of materials and workmanship generally, the contractor is referred to the “General Specification
Of Building Works” dated 1976 as issued by ministry works, relevant codes of practice and British standards,
except as amended and/or amplified the clauses hereafter.
QUALITY, SAMPLES, TESTING AND APPROVAL
Tolerances
E On all setting out dimensions of 5 metres and over a maximum non-accumulative tolerance of plus or minus 5
millimetres will be allowed. On all setting out dimensions less than 5 metres, a maximum non-accumulative
tolerance of plus or minus 3 millimetres will be allowed. On the cross sectional dimensions of structure
members, unless otherwise required by the drawings, a maximum tolerance of plus or minus 3 millimetres will
be permitted.
F The top service of concrete floor slabs and beams shall be within 6 millimetres of the normal level and line
shown on the drawings. Columns shall be truly plumb and non accumulative tolerance of 3 millimetres in each
storey and not more than 15 millimetres out of plumb in their full height will be permitted. The contractor shall
be responsible for the cost of all corrective measures required by the Engineer to rectify work which is not
constructed within the tolerances set out above.
Materials generally
G All materials which have been damaged, contaminated or have deteriorated or do not comply in any way with
the requirements of the specifications shall be rejected and shall be removed immediately from the site at the
contractors expense. No materials shall be stored or stacked on floors without the Engineer’s prior approval.
The sources of supply for all materials used for concrete work shall be approved by the Engineer before these
materials are delivered on the site. All materials shall comply with the requirements of the latest appropriate
British standard unless otherwise agreed with the engineer, whose approval shall be obtained in writing.
PREAMBLES
2/5
ITEM
Samples
A Samples of materials shall be submitted as soon as possible after the contract is let. No deliveries in bulk shall be
made until the samples are approved by the Engineer. All condemned materials shall be removed from the site.
B Approved samples and specimens shall be retained on Site for comparison with the finished work. Finished
work must conform in all respects with the samples or specimens approved. The cost of supplying samples and
specimens must be borne by the Contractor, but specimens may form part of the finished work where approved
by the Engineer.
Cement
C Cement, shall be ordinary Portland cement of a brand approved by the Engineer and shall comply with the
requirements of B.S 12.
D A manufacturer's Certificate of Test in accordance with B.S 12 shall be supplied for each consignment delivered
to the Site.
E Cement may be delivered to the site either in bags or in bulk.
F If delivered in bags, each bag shall be properly sealed and marked with the manufacture’s name and on the site is
to be stored in weather-proof shed of adequate dimensions with a raised floor. Any bag found to contain cement
which has set or partly set, shall be completely discarded and not used in the works.
G If delivered in bulk the cement shall be stored in weather-proof silo either provided by cement supplier or the
contractor but in either case the silo shall be to the approval of the Engineer.
Aggregates
H Aggregates shall conform to the requirements of B.S. 882 and the sources and types of all aggregates are to be
approved in all respects by the engineer before work commences.
J Fine aggregates shall be clean, coarse, siliceous sand of good, sharp, hard quality and shall be free from lumps of
stone, earth, loam, dust, salt, organic matter and any other deleterious substances. All the material shall pass
through a 5mm BS sieve and the grading shall be in accordance with zones 1, 2 or 3 of BS 882. Fine aggregates
for mortar only shall comply with BS 1200.
K The grading of the coarse aggregates will be 20mm and 10mm in a ratio of 2:1. Coarse aggregate shall be clean
hard and durable crushed rock, crushed gravel or natural gravel complying with the requirements of BS 882. The
material shall not contain any pyrites, iron oxides, flaky or laminated material, hollow shells, coal or other soft or
porous material, or organic matter.
L Aggregates shall be delivered to the site in their prescribed sizes or gradings and shall be stock piled on paved
areas or in boarding platforms in separate units to avoid intermixing.
Water
M The water used for mixing concrete shall be from an approved source, clean, fresh and free from harmful matter
and comply with the requirements of B.S.3148.
PREAMBLES
2/6
ITEM
Concrete strengths
A Concrete mixes shall have the following minimum strengths as given by works cube tests:-
Minimum crushing strengths
7 days N/mm2 28 days N/mm2
Class 40 27 40
Class 35 24 35
Class 30 20 30
Class 25 17 25
Class 20 14 20
B The average strength obtained from cube tests shall be 10% higher than the minimum strengths
shown above.
Measured proportions of concrete
Cement:
C. 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:
D For classes 40 to 25, concrete aggregates shall be measured by weight in a weigh batching machine as described
hereafter.
E For class 15 concrete aggregates may be measured by weight or by volume. Where volume batching is to be
used, approved gauge boxes of such size as will give the correct proportions shall be used.
Work Cube Test
F Four test cubes shall be cast from each volume batch. Work cubes are to be made at intervals at every concreting
stage from the mix used on site and the contractor shall provide a continuous record of the concrete work. The
cubes shall be made in approved 150mm moulds in strict accordance with the code of practice BS 1881-part 108.
Work Cube Test (Contd)
G Two cubes from each batch shall be tested for compressive strength at seven days and the remaining two at 28
days.
PREAMBLES
2/7
ITEM
A Each cube shall be marked with distinguishing number (numbers) to run consecutively and the date and a record
shall be kept on site giving the following particulars:
(a) Cube no.
(a) Date made.
(b) Location in work e.g. 1st floor slab, Foundation
(c) 7-day test
Date
Strength
(d) 28- day test
Date
Strength
B Cubes shall be forwarded by the Clerk of Works, carriage paid by the Contractor to an Approved Testing
Authority, in time to be tested (2No. at 7 days and the remaining 2No. at in 28 days). No cube shall be
dispatched within three days of casting.
C Originals of all work cube tests shall be forwarded to the Engineer and one copy shall be retained on the site.
D If the strengths required above are not attained and maintained throughout, the contractor may be required to
remove and replace at his own cost any concrete which fails to attain the required strength as ascertained by
work cube tests.
Mixing and placing of concrete
E The concrete shall be mixed only in approved power-driven mixers of a type and capacity suitable for the work,
and in any event not smaller than 0.40/0.28 CM capacity.
F The mixer shall be equipped with an accurate water measuring device. All materials shall be thoroughly mixed
dry before the water is added and the mixing of each batch shall continue for a period of not more than two
minutes after the water has been added and until there is a uniform distribution of the materials and the mass is
uniform in colour.
Mixing and placing of concrete (Contd)
G The entire contents of the mixed drum shall be discharged before recharging. The volume of mixed materials
shall not exceed the rated capacity of the mixer. Whenever the mixer is started, 10% extra cement shall be added
to the first batch and no extra payment will be made on this account.
H As a check on concrete consistency slump tests shall be carried out and shall be in accordance with B.S 1881-
102. The contractor shall provide the necessary apparatus and carry out such tests as are required. The slump of
the concrete made with the specified water content, using dry materials, shall be determined and the water to be
added under wet conditions shall be so reduced as to give approximately the same slump.
PREAMBLES
2/8
ITEM
C The concrete shall be mixed as near to the place where it is required as is practicable, and only as much as is
required for a specified section of the work shall be mixed at one time, such section being commenced and
finished in one operation without delay. All concrete must be efficiently handled and used in the works within
twenty (20) minutes of mixing. It shall be discharged from the mixer direct either into receptacles or barrows and
shall be distributed by approved means which do not cause separation or otherwise impair the quality of the
concrete. Approved mechanical means of handling will be encouraged, but the use of chutes for placing concrete
is subject to the prior approval of the Engineer.
D For a fibre reinforced concrete, fibre shall be “fibre mesh fibbers” as provided by “Somers Engineering Ltd” at a
dosage of 0.9 kg/m3 or equal and approved.
E Concrete shall be placed from a height not exceeding 1,500 mm directly into its permanent position and shall not
be worked along the shutters to that position. Unless otherwise approved, concrete shall be placed in a single
operation to the full thickness of slabs, beams and similar members, and shall be placed in horizontal layers not
exceeding 1,500 mm deep in walls and similar members.
F Where the height of the column exceeds 4 metres suitable openings must be left in the shutters so that this
maximum lift is not exceeded.
G Concrete shall be placed continuously until completion of the part of the work between construction joints as
specified hereinafter or of a part of approved extent. At the completion of a specified or approved part a
construction joint of the form and in the positions hereinafter specified shall be made. If stopping of concreting
be unavoidable elsewhere, a construction joint shall be made where the work is stopped. A record of all such
joints must be made by the contractor and a copy supplied to the engineer.
H Any accumulation of set concrete in the reinforcement shall be removed by wire brushing before further concrete
is placed.
J The contractor shall provide runways for concreting to the satisfaction of the engineer. Under no circumstances
will the runways be allowed to rest on the reinforcement.
K Care shall be taken that the concrete is not disturbed or subjected to vibrations and shocks during the setting
period.
L Mixing machines, platforms and barrows shall be clean before commencing mixing and be cleaned on every
cessation of work.
M Where concrete is laid on hardcore or other absorbent materials, the base shall be suitable and sufficiently wetted
before the concrete is deposited.
Compaction
N At all times during which concrete is being placed the contractor shall provide adequately trained and
experienced labour to ensure that the concrete is compacted in the forms to the satisfaction of the engineer.
O Concrete shall not be placed at a rate greater than will permit satisfactory compaction not to a depth greater than
400 mm before it is compacted.
P During and immediately after placing, the concrete shall be thoroughly compacted by means of continuous
tamping, spading, slicing and vibrating. Vibration is required for concrete classes 40, 35, 30 and 25.
PREAMBLES
2/9
ITEM
Compaction (Contd)
A Care shall be taken to fill every part of the forms, to work the concrete under and around the reinforcement
without displacing it and avoid disturbing recently placed concrete which has began to set.
B Any water accumulating on the surface of newly placed concrete shall be removed and no further concrete shall
be placed thereof until such water is removed.
C Internal vibrators shall be of a frequency of not less than 7,000 cycles per minute and shall have a rotating
eccentric weight of at least 0.50kg., with an eccentricity of not more than 12mm. such vibrators shall visibly
affect the concrete within a radius of 250mm from the vibrator.
D Internal vibrators shall not be inserted between layers of reinforcement less than one and one half times the
diameter of the vibrators apart. Contact between vibrators and reinforcement and vibrators and formwork shall
be avoided.
E Internal vibrators shall be inserted vertically into the concrete wherever possible at not more than 500mm and
shall constantly be moved from place to place. No internal vibrator shall be permitted to remain in any one
position for more than ten seconds and it shall be withdrawn very slowly from the concrete.
F In consolidating each layer of concrete the vibrating head shall be allowed to penetrate and re-vibrate the
concrete in the upper portion of the underlying layer. In the area where newly placed concrete in each layer joins
previously placed concrete more than usual vibration shall be performed, the vibrator penetrating deeply at close
intervals along these contacts. Layers of concrete shall not be placed until layers previously placed have been
vibrated thoroughly as specified.
G Vibrators shall not be used to move concrete from place to place in the formwork.
H At least one internal vibrator shall be operated for every 1.5 cubic metres of concrete placed per hour and at least
one spare vibrator shall be maintained on site in case of break-down during concreting operations.
J External form work vibrators shall be of the high frequency low amplitude type applied with the principle
direction of vibration in the horizontal plane. They shall be attached directly to the forms at not more than
1,200mm centres.
Chemical hardener and Dust proofing
K After doing a power floated finish on the ground floor slab, a chemical hardening and dust proofing compound
will be applied. The chemical hardener will be applied in three coats 14 days after casting; second coat will be
applied as soon as the first coat has dried. Dust proof chemical compound shall be “Nitoflor Lithurin” as
manufactured by “a.b.e Construction Chemicals Ltd.” or equal and approved.
Construction joint
L Construction joints shall be permitted only at the positions pre-determined on the drawings or as instructed on
the site by the engineer. In general they shall be perpendicular to the lines of principal stress and shall be located
at points of minimum shear, viz, vertically at, or near, mid –spans of slabs, ribs and beams.
M Under no circumstances shall concrete be allowed to tail-of, but it shall be deposited against s topping –off
boards.
PREAMBLES
2/10
ITEM
Construction joint (Contd)
A Before placing new concrete against concrete already hardened, the face of the old concrete shall be thoroughly
hacked, roughened and cleaned, and laitance and loose material removed there from, and immediately before
placing the new concrete the surface shall be saturated with water and covered with a coat of mortar at least
25mm in thickness composed of cement and fine aggregate in the proportions used in the concrete.
Expansion and contraction joints
B Expansion and contraction joints shall be formed in the positions and in accordance with the details shown on
the drawings or elsewhere in the specifications. Expansion joint filler shall be “Flexcell” as manufactured by
“Expandite Ltd or equal and approved.
Curing and protection
C Care must be taken that no concrete is allowed to become prematurely dry and the fresh concrete must be
carefully protected within two hours of placing from the rain, sun and wind by means of hessian sacking,
polythene sheeting, or other approved means. This protective layer and the concrete itself must be kept
continuously wet for at least seven days after the concrete has been placed. The contractor will be required to
provide complete coverage of all fresh concrete for a period of 7 days. Hessian or polythene sheeting shall be in
the maximum widths obtainable and shall be secured against wind. The contractor will not be permitted to use
old cement bags, Hessian or other material in small pieces.
D Concrete in foundations and other underground work shall be protected from admixture with falling earth during
and after placing.
E Traffic or loading must not be allowed on the concrete until the concrete is sufficiently matured, and in no case
shall traffic or loading be of such magnitude as to cause deflection or other movement in the formwork or
damage to the concrete members. Where directed by the engineer props may be required to be left in position
under slabs and other members for greater periods than those specified.
Faulty concrete
F Any concrete which fails to comply with these preambles, or which shows signs of setting before it is placed
shall be taken out and removed from the site. Where concrete is found to be defective after it has set, the
concrete shall be cut out and replaced in accordance with the engineer’s instructions. On no account shall any
faulty, honeycombed, or otherwise defective concrete be repaired or patched until the engineer has made an
inspection and issued instructions for the repair. The whole of the cost whatsoever, which may be occasioned by
the need to remove faulty concrete, shall be borne by the contractor.
Rod reinforcement
G The steel reinforcement shall comply with the latest requirements of the following British standards or
equivalent Kenyan standard, KS 573:2005
Hot rolled bars for the reinforcement of concrete to B.S 4449
K The contractor will be required to submit test certificate of the rollings. Reinforcement shall be stored on racks
above ground level. All reinforcements shall be free from loose scale or rust, grease, paint or other substances
likely to reduce the bond between the steel and concrete.
PREAMBLES
2/11
ITEM
Fabric reinforcement
A To be electrically cross-welded steel wire mesh reinforcement to B.S 4483 and of the size and weight specified.
Fixing rod reinforcement
B Reinforcement shall be accurately bent to the shapes and dimensions shown on the drawings and schedules and
in accordance with B.S 4466. Reinforcement must be cut and bent cold and no welded joints will be permitted
unless so detailed.
C Reinforcement shall be accurately placed in position as shown on the drawings and before and during concreting,
shall be secured against displacement by using No. 18 S.W.G annealed binding wire or suitable clips at
intersections, and shall be supported by concrete or metal supports, spacers or metal hangers to ensure the correct
position and cover.
D No concreting shall be commenced until the Engineer has inspected the reinforcement in position and until his
approval has been obtained and the contractor shall give two clear days notice of his intention to concrete.
E The contractor is responsible for maintaining the reinforcement in its correct position according to the drawings,
before and during concreting. During concreting a competent steel fixer must be in attendance to adjust and
correct the position of any reinforcement which may be displaced. The vibrators are not to come into contact
with the reinforcement.
Position and correctness of reinforcement
F Irrespective of whether any inspection and/or approval of the fixing of the reinforcement has been carried out as
above, it shall be the contractor’s sole responsibility to ensure that the reinforcement complies with the details on
the drawings or schedules and is fixed exactly in the positions shown therein and in the positions to give the
prescribed cover. The contractor will be held entirely responsible for any failure or defect in any portion of the
reinforced concrete structure and including any consequent delay, claims, third party claims, etc, where it is
shown that the reinforcement has been incorrectly positioned or is incorrect in size or quantity with respect to the
detailed drawings or schedules.
Formwork
G The method and system of formwork which the Contractor proposes to use shall be approved by the Engineer
before construction commences. Formwork shall be substantially and rigidly constructed of timber or steel or
precast concrete or other approved material.
H All timber for formwork shall be good, sound, clean, sawn well-seasoned timber, free from warps and loose
knots and of scantlings sufficiently strong for their purpose.
PREAMBLES
2/12
ITEM
Construction of Formwork
A All formwork shall be of sufficient thickness and with joints close enough to prevent undue leakage of liquid
from the concrete and fixed to proper alignment, level and plumb and supported on sufficiently strong bearers,
shores, braces, plates, etc., properly held together by bolts or other fastenings to prevent displacement, vibration
or movement by the weight of materials, men and plant on same and so wedged and clamped as to permit of
easing and removal of the formwork without jarring the concrete. Where formwork is supported on previously
constructed portions of the reinforced concrete structural frame, the Contractor shall by consultation with the
Engineer ensure that the supporting concrete structure is capable of carrying the load and/or sufficiently propped
from lower floors or portions of the frame to permit the load to be temporarily carried during construction.
B Soffits shall be erected with an upward camber of 5 mm for each 5 metres of horizontal span or as directed by
the Engineer.
C Great care shall be taken to make and maintain all joints in the formwork as tight as possible to prevent the
leakage of grout during vibration. All faulty joints shall be caulked to the Engineer's approval before concreting.
D The formwork shall be sufficiently rigid to ensure that no distortion or bulging occurs under the effects of
vibration. If at any time the formwork is insufficiently rigid or in any way defective the Contractor shall
strengthen or improve such formwork as the Engineer may direct.
E The Contractor's attention is drawn to the various surface textures and applied finishes required. The faces of
formwork next to the concrete must be of such material and construction; it should be sufficiently true to provide
a concrete surface which will in each particular case permit the specified surface treatment or applied finish.
F All surfaces which will be in contact with concrete shall be oiled or greased to prevent adhesion of mortar. Oil
or grease shall be of a non- staining mineral type applied as a thin film before the reinforcement is placed.
Surplus moisture shall be removed from the forms prior to placing of the concrete.
G Temporary openings shall be provided at the base of columns, wall and beam forms and at any other points
where necessary to facilitate cleaning and inspection immediately before the pouring of concrete. Before the
concrete is placed the shuttering shall be trued-up and any water accumulated therein shall be removed. All
sawdust, chips, nails and other debris shall be washed out or otherwise removed from within the formwork. The
reinforcement shall then be inspected for accuracy of fixing. Immediately before placing the concrete the
formwork shall be well wetted and inspection openings shall be closed. The erection, easing, striking and
removing of all formwork must be done under the personal supervision of a competent foreman, and any damage
occurring through faulty formwork or its incorrect removal shall be made good by the Contractor at his own
expense.
H After removal of formwork, all projections, fins, etc., on the concrete surface shall be chipped off, and made
good to the requirements of the Engineer. Any voids or honeycombing shall be treated as described in "Faulty
Concrete".
PREAMBLES
2/13
ITEM
Stripping Formwork
A All formwork shall be removed without undue vibration or shock and without damage to the concrete. No
formwork shall be removed without the prior consent of the Engineer and the minimum periods that shall elapse
between the placing of the concrete and the striking of the formwork will be as follows:-
B Beam sides, wall and columns (unloaded) 2 days
Slabs 14 days
Beams 14 days
Cantilevered beams and slabs 28 days
C he above times may be reduced in certain circumstances, at the discretion of the Engineer, provided an approved
method is adopted at the Contractor's expense to ensure that the required concrete strength is attained before the
forms are stripped.
D Solid strips in composite slabs shall be considered as beams. The tops of retaining walls shall be adequately
supported with stout raking props at intervals required by the Engineer. These props are not to be removed until
7 days after casting of the floor slab over.
Supporting Props to Wall and Beam Soffits
E Where directed by the Engineer supporting props to wall and beam soffits are to be left in position until
completion of the whole of the reinforced concrete structure.
F The props are to be to the approval of the Engineer and the Contractor must submit the suggested method of
propping to the Engineer prior to removal of formwork to the relevant surfaces
Concreting the next lift
G When concreting the next lift, cast a kicker of 75mm. Before casting the kicker, hack the element below it to
expose the concrete, clean thoroughly, put cement slurry before casting the kicker with concrete class higher
than the specified element. Ram the concrete to ensure achiCONCRETE WORK
H NOTE: Materials and workmanship clauses which follow in the specification embody the recommendations of
CP 114 (1957) for the structural use of Reinforced concrete in building, unless otherwise specifically
stated.
PREAMBLES
2/14
ITEM
WALLING
Setting out walling
A The Contractor shall provide proper setting out rods and set out all work on same for causes, openings, heights,
etc., and shall build the walls and piers, etc., to the widths, depths and heights indicated on the drawings and as
directed and approved by the Architect.
Cement
B Cement shall be as described in concrete work.
Fine Aggregate
C Fine aggregate for concrete blocks shall be as described for fine aggregate in concrete work
Coarse Aggregate
D Coarse aggregate for concrete blocks shall be good, hard, clean aggregate from approved quarries. It shall be
free from all decomposed materials and shall be graded up to 10 mm and all as described for coarse aggregate in
concrete work.
Concrete Blocks
E Concrete blocks for walling shall be provided by the Contractor complying with B.S 2028 Type A, and made in
approved block making machines of a composition as follows:-
Portland cement 1 cubic metre
Coarse aggregate (graded up to 10 mm) 6 cubic metre
F Blocks shall be solid or hollow two hole type as specified and are to be made under sheds erected by the
Contractor to the directions and approval of the Architect. In hollow blocks, the volume of the cavities shall be
not less than 45% and not more than 50% of the gross volume, and the dimensions of the cavities arranged so
that each cavity is vertically continuous when the blocks are bonded. Samples shall be approved by the
Architect before any walling work is commenced.
G The comprehensive strength Type A blocks shall be not less than:-
Average of 13 hollow blocks 5.75 N/mm gross area
Lowest individual hollow block 4.0 N/mm gross area
PREAMBLES
2/15
ITEM
WALLING (contd)
Concrete Blocks (contd)
A The Concrete is to be put into the machine’s moulds in thin layers and all properly tamped therein. On removal
from the machines, the blocks are to be carefully deposited on racks under sheds erected by the contractor to the
direction and approval of the Architect and then left for three days and kept thoroughly wet the whole time, after
which they shall be put out in the open or racks and protected with the approval matting, sacking or straw and
kept wet for a further seven days, then kept in the same position and under the same mat cover, but without
wetting for a further two days and then left in the open without matting or wetting for a further seven days to
season. All blocks must be left with good sharp edges. The blocks for use in the Works shall be 190 mm high
and may vary in length from 300 mm to 400 mm and no variation above or below these lengths will be allowed
except where required to form proper bonding at corners, round openings, sills, lintels, beams etc., and the like
positions and the Contractor must make or cut blocks to all the varying sizes required for these purposes and
include this in his price.
Bonding Walling
B The blocks shall be properly bonded together in such manner that no vertical joint in any one course shall be
within 100 mm of a similar joint in the course immediately above or below. Sufficient through bonders shall be
provided as directed by the Architect. Alternate courses of walling at all angles and intersections shall be carried
through the full thickens of the adjoining walls. All walling shall be built up entirely solid in blocks, without
voids, allowance being made for joints 10 mm thick only. All pretends reveals and other angles of the walling
shall be built strictly true and square.
Wall reinforcement
C Where so specified hollow block walls shall be reinforced vertically with 10 mm diameter mild steel bars built
into the cavities of the blocks at 400 mm centre, unless otherwise specified. All bars in walls to have a minimum
lap of 350 mm.
D Prices for walling described as reinforced must include for all extra cost involved in slotting blocks over the
vertical reinforcement.
Filling of Hollow Blockwork
E All cavities where specified and shown above ground and all cavities below ground level shall be filled in with
solid concrete of the mix described and placed and consolidated in sections not exceeding 1190 mm in height
F In reinforced walls the filling shall be carefully compacted around reinforcement.
Blocks to be wetted
G All concrete blocks and stone walling shall be well wetted before being laid and the top of walling where left off
shall be wetted before re-commencing building. Walls to be kept wet three days after building
Mortar
H Mortar to be used for all walling work shall be composed of 1 part of Portland cement to one part lime to six
parts of fine aggregate measured by volume in specially prepared gauge boxes and thoroughly mixed dry on
clean and watertight mixing platforms, with water added afterwards from a can with a fine rose until all parts are
completely incorporated and brought to a proper consistency and then used within 30 minutes of mixing.
PREAMBLES
2/16
ITEM
WALLING (CONTD)
A No partially or wholly set mortar will be allowed to be used or re-mixed
Fair Face Walling
B Where walling is to be finished with a fair face, the concrete blocks are to be selected for freedom from defects
and the joints raked out as the Works proceed and flush pointed with a neat joint in cement mortar.
Joints for Walling
C The blocks shall be bedded and jointed in cement mortar as described with beds and joints 10 mm thick, fully
flushed up and grouted solid as the work proceeds. Joints shall be raked out where the surface of walling are to
be plastered.
D All walling shall be properly protected while mortar is setting as the Architect shall direct.
Building Walling
E All walls throughout the Works shall be carried up evenly in 200 mm courses, no part being allowed to be
carried up more than 800 mm higher at one time than any other part and in such cases the jointing shall be made
in long steps so as to prevent cracks arising and all walls shall be levelled around at each other.
Putlog Holes
F Putlog holes shall be carefully, properly and completely filled up on completion of walling work.
Rough cutting, etc
G The Contractor shall allow in his prices for the walling which is measured net herein, for all ordinary rough
cutting, bonding, plumbing angles, forming reveals and fitting up to underside of concrete beams, slabs and
lintels etc.
Stone Pitching
H The ground to receive pitching shall be well compacted and the stones, which shall be flat bedded and not less
than 230 mm either way along the bearing surface, shall be punned to the required falls and inclinations so that
neither wedges or spalls are required to keep the pitching rigidly in place. The joints shall be no more than 13
mm thick and shall be solidly filled with 1:3 cement mortar.
J Stone for pitching shall be obtained from approved quarries. It shall be hard, sound, durable and clean,
Stone for walling
K Stone for walling shall be from an approved quarry, roughly square having a characteristic strength of not less
than 10.00 N/mm2 built random and uncoursed in mortar as described. The stone shall be well bonded with a
minimum of one good bond or through stone evenly spaced to each square metre. All cavities and joints in
stonework are to be filled in and flushed up solid with mortar.
L Jointing and pointing is as detailed or instructed.
PREAMBLES
2/17
ITEM
WALLING (contd)
Precast Screen and pointing is Lourvre Block Walling
F Precast concrete screen blocks shall be manufactured in concrete of 30.0 N/mm strength using 10 mm aggregate,
the blocks shall be 390 and 190 mm long x 190 mm high and 150 mm bed in accordance with detail drawing and
finished fair on all surface and bedded, jointed and pointed in cement mortar with a neat flush joint.
G Precast concrete louver block shall be similar concrete, similarly jointed and pointed and constructed to detail
drawing.
Damp Proof Course
H Damp proof course shall be hessian based bituminous felt to BS 743 type 5A laid on including a levelling screed
of cement and sand and lapped 230 mm at joints.
PREAMBLES
2/18
ITEM
ROOFING
Galvanized corrugated iron sheeting
A Roofing sheets shall be Gauge 28 pre-painted corrugated roofing sheets as manufactured by Galsheet Kenya Ltd
or other equal and approved in accordance with K.S 06-02 part II: 1976 and shall be laid and fixed strictly in
accordance with the manufacturer’s printed instructions.
B The sheets shall be laid with end laps of 200 mm and half corrugations side laps on the side away from the
prevailing wind.
C The sheets shall be fixed to steel purlins with 14 gauge “J” bolts of the length stated and “sealnuts” or other
approved nuts with bituminous felt washer backed by a cranked diamond shaped aluminium washer.
D Holes shall be drilled through ridges of corrugations not in the hollows.
E Galvanized steel ridging and gutters shall be gauge 28 with 100 mm roll, 230 mm wings and shall be fixed as
described for sheeting.
Storage
F The corrugated sheets and fittings shall be stored under cover and stacked horizontally, clear of the ground on
clean dry timber inclined battens.
Protection
G The Contractor is to case up, cover and adequately protect all roofing work from excessive heat, abrasion,
impact, action of acids, alkalis, oils or solvents and is to deliver up the roof in sound and clean condition.
PREAMBLES
2/19
ITEM
CARPENTRY
Terminology
A All technical terms shall be in accordance with the grading Rules as set out in legal Notice No. 358, The Export
of Timber rules 1964, operative from 1st April, 1965. Softwood grades refer to the Third Schedule and
Hardwood grades to the Second Schedule.
Timber generally
B The timber for carpentry and joinery shall be as specified and obtained from an approved sawmill
C The timber for carpentry shall be Second or Select grade for strength.
D The timber shall be reasonably straight grained.
E All timber for the Works is to be purchased immediately the contract is signed and is to be open stacked for as
long as possible before use of kiln drying.
F All timber as it arrives on the site shall be inspected by the Architect, and any timber brought on to the site and
not approved must be removed forthwith.
G All timber and assembled woodwork shall be protected from the weather and stored in such a way as to prevent
attack by termites, insect or fungi.
Species of Timber for structural work
H The following softwoods shall be used for structural work;
Standard Common Name Botanical Name
Podo Podocarpus
Cypress Cypressus Lusitanica
J Both to be second strength grade P5 or equivalent. Whilst either timber is suitable, intermixing of species will
not be accepted.
K The Contractor is permitted to propose substitute species but these shall not be used without the written approval
of the Architect and no adjustment shall be made to the basic rates for softwood trusses in the event of substitute
species being accepted.
PREAMBLES
2/20
ITEM
CARPENTRY (contd)
Insect Damage
A All timber shall be free from live borer beetle or other insect attack when brought upon the site. The contractor
shall be responsible up to the end of the maintenance period for executing at his own cost all work necessary to
eradicate insect attack of timber which becomes evident, including the replacement of timber attacked or
suspected of being attacked, notwithstanding that the timber concerned may have already been inspected and
passed as fit for use.
Seasoning of timber
B All timber shall be seasoned to a moisture content of not more than 18% for carpentry and 15% for joinery. The
Contractor,s price must include for any kiln drying that may be necessary to achieve these figures.
Pressure impregnation
C The softwood described as pressure impregnated shall be treated with the ‘Celcure A’ or Tanalith C’ full cell
process. Timber must be seasoned to a moisture content not exceeding 25% before being treated. The treatment
shall be to the minimum standard of :-
Solution concentration - 2%
Absorption of preservative - 520 litres per cubic metre
Net dry salt retention - 10.4 Kg per cubic metre
D After treatment, the timber shall be seasoned to the specified moisture content.
E Cut ends and faces of timber sawn, drilled and cut after treatment are to be swabbed liberally with approved
preservatives until saturated, allowed to dry and then treated with a second coat and rates for timber must include
for this. Approved preservatives are Atlas A, Brunophen No. 2, Cuprinol clear or water Repellent clear, Ensele
Woodtreat 55.
Inspection and Testing
F The Architect shall be given facilities for inspection of all works in progress whether in workshops or on site.
All timber as it arrives on the site must be inspected by the Architect and any timber brought on to the site and
not approved by him must be removed forthwith, failing which he may arrange for the removal of the rejects and
dispose of them as he may consider advisable at the Contractor’s expense.
G Notwithstanding approval having been given as above, any timber incorporated in the Works found to in any
way defective before the expiry of the maintenance period shall be removed and renewed at the contractor’s
expense. The contractor is to allow for testing of prototypes of special construction units and the Architect shall
be at liberty to select any samples he may require for the purpose of testing, i.e. for moisture content, or
identification of species, strength etc.
Inspection and Testing
H Where timber need to be extended into a wall, they shall be thoroughly “brush treated” with Ensele in addition to
preservative treatment as already described above, and as much clear air space maintained around the timber
where it adjoins the wall as possible.
PREAMBLES
2/21
ITEM
CARPENTRY (Contd)
Clearing up
A The contractor is to clear out and destroy or remove all cut ends, shavings and other woodwaste from all parts of
the building and the site generally, as the work progresses and at the conclusion of the work.
Workmanship
B All carpentry shall be executed with workmanship of the best quality. Scantlings and boardings shall be
accurately sawn and shall be of uniform width and thickness throughout. All carpenter’s work shall be left with
surfaces except where particularly specified to be wrought.
C All carpentry shall be accurately set out in strict accordance with the drawings.
E All structural timbers shall be framed or jointed together as is appropriate in the circumstances in accordance
with the rules of good practice. Joints must be executed in strict conformity with the drawings.
D All joints shall be secured with a sufficient number of nails disposed as shown on the drawings and rates must
include for the jointing of timber. Surfaces must be in good contact over the whole area of the joint before
securing. Holes for nails must be pre-drilled under-size; holes for bolts must be bored slightly oversize from
both sides of the timber and washers must be used under the nut which must be tightened sufficiently to
permanently secure the joint and not to crash the timber.
E Actual dimensions of scantlings for carpentry shall not vary from the specified dimensions by more than 3 mm
in deficiency or excess but must be uniform throughout. Boards 25 mm thick or less shall hold up to the
specified size. All timbers shall be as long as possible, in order to eliminate joints.
Joints
F All nails, screws, bolts, connectors etc. are to be as specified under “Metalwork” and as shown on the drawings.
PREAMBLES
2/22
ITEM
JOINERY
General
A The provisions contained in the Carpentry section shall apply also to the Joinery section where applicable.
Species of Timber
B The following timber of First or Prime Grade for appearance shall be used for joinery work in conjunction with
the term “hardwood” or approved hardwood”:-
Standard Common Name Botanical Name
Podo (for grounds, etc. only) Podocarpus spp.
African Mahogany Khaya nyasica
Generally
C All joinery work shall be accurately set out on boards to full size for the information and guidance of the artisans
before commencing the respective works, with all joints, iron work and other work connected therewith fully
delineated. Such setting out must be submitted to the Architect and approved before such respective works are
commenced.
D All joinery work shall be cut and framed together as soon after commencement of the building as is practicable,
but not to be wedged up or glued until the building is ready for fixing same. Any portions that warp, wind or
develop shakes or other defects within six months after completion of the works shall be removed and new fixed
in their place together with all other work which may be affected thereby, all at the contractor’s own expense.
E All work shall be properly mortised, tenoned, housed, shouldered, dovetailed, notched, wedged, pinned, bradded
etc., as directed and to the satisfaction of the Architect and all properly glued up with the best quality approved
glue.
F Joints in joinery must be as specified or detailed, and so designed and secured so as to resist or compensate for
any stresses to which they may be subjected. All nails, springs, etc., are to be punched and puttied. Loose joints
are to be made where provision must be made for shrinkage, with glued joints where shrinkage need not be
considered and where sealed joints are required. Glue for load-bearing joints or where conditions may be
damped must be of the resin type. For non-load-bearing joints or where dry conditions may be guaranteed cassin
or organic glues may be used. All exposed surfaces of joinery work shall be wrought and all arises “eased off”
by planning and sand papering to an approved finish suitable to the specified treatment.
Dimensions
G 3 mm Reduction off specified sizes will be allowed for each wrought face except where described as (f) i.e
finished sizes in which cases joinery shall hold up to the full dimensions. Dimensions of 25 mm or less shall
hold up to the specified sizes.
Fixing joinery
H All beads, fillets and small members shall be fixed with round or oval brads or nails well punched in and
stopped. All large members shall be fixed with brass screw, the heads let in and palette to match the grain where
natural finish timber is specified.
PREAMBLES
2/23
ITEM
JOINERY (contd)
Mastic
A Mastic where specified for bedding, joinery, sills, water bars etc., is to be approved non-hardening plastic,
polysulphide synthetic rubber or butyl composition filler or sealer.
Fibre-board
B Fibreboard shall be “Celotex” or equal and approved.
C Plywood shall be from an approved source and comply with BS 1455, first or second grade, quality as required
and unless otherwise stated shall be “interior”quality. Where veneered plywood is specified, samples must be
submitted for prior approval. Where stated to be “exterior” quality, this shall waterproof (Bonding W.B.P)
D Routine tests will be required from time to time to check the quality of manufacture. Plywood used in structural
members shall be bonded with a suitable adhesive.
Chipboard
E Chipboard shall be of an approved density resin bonded wood chipboard equivalent to B.S 3444. Where faced
with plastic sheeting the blockboard shall be counter balanced.
Blockboard
F Blockboard shall be laminated to B.S 3444. Where faced with plastic sheeting, the blockboard shall be counter
balanced.
Flush Doors
G Flush doors shall be from an approved source and manufacturer, be solid core constructed generally in
accordance with B.S 459 finished with 6 mm veneer plywood (to Architects approval) and lipped all round with
hardwood 12 mm thick.
H The thickness stated is the overall finished thickness.
Plastic Sheeting
J Plastic sheeting shall be Formica or equal and approved laminated sheeting 1.5 mm thick fixed with an approved
adhesive. All colours are to be selected by the Architect.
Plugging walls
K All work described as plugged shall be fixed with brass screws to plugs formed by drilling concrete, walls etc.,
with a proper tool of suitable size at 500 mm spacings and filling the holes completely with an approved
proprietary plugging compound used in accordance with the manufacturer’s instructions.
Protect Joinery
L All fixed joinery which in the opinion of the Architect is liable to become bruised or damaged in any way shall
be completely cased and protected by the contractor until the completion of the works.
PREAMBLES
2/24
ITEM
Bottom Edges
M Bottom edges of doors shall be painted one coat of approved primer before fixing.
Mosquito Screening
J Mosquito screening shall be of an approved aluminium fine wire mesh screening.
Bird Screening
K Bird screening shall be approved galvanized coffee tray wire.
PREAMBLES
2/25
ITEM
IRONMONGERY
A All ironmongery shall be fixed with screws to match. Before the woodwork is painted, handles shall be
removed, carefully oiled and left in perfect working order. Prices for fixing locks must include for organizing
master keying system if required and all keys shall be labelled with door references marked on approved labels
before handing to the Architect on completion.
PREAMBLES
2/26
ITEM
METALWORK
Mild Steel
A Mild steel shall comply with B.S 4360, Grade 1, and the sizes of all small sections shall be in accordance with
BS 4 and 4A.
Galvanized Work
B Iron and steel, where galvanized, shall comply with B.S 729, Part 1, entirely coated with Zinc after fabrication
by complete immersion in a Zinc bath in one operation and all excess carefully removed. The finished surface
shall be clean and uniform.
Aluminium
C Aluminium shall be of the alloys described in and shall comply with BS 1470. Aluminium sheet for flashings
shall be soft-temper, super purity (S1 or S1A) and not less than 20 SWG (0.9 mm) in thickness
Smithying Shearing and Cutting
D All smything, Welding, cutting and bending shall be soundly and neatly executed, care being taken not to
overheat. All frame cut edges shall be neatly ground off on completion.
Bolts
E Mild steel bolts, nuts and washers shall comply with BS 916 for black bolts with hexagonal heads and nuts.
High tensile steel bolts and nuts shall be in accordance with BS 3139, Part II.
Anchor Bolts
F Anchor bolts in concrete for steelwork, etc., are to be self drilling anchor bolts of one of the following types:-
Philips redhead concrete anchors
Raw plug super drilanchor
Spit self-drilling anchors
G Rates are to include for fixing complete with washer. Mortises in concrete have not been measured for this item.
Shop inspection
H The Architect shall be granted full facilities and any necessary assistance for inspection of materials and
assembled parts in the Contractor’s (or his Sub-contractor’s) workshops. At least two weeks notice shall be
given to the Architect in Writing prior to the dispatch of finished components to the site to enable the Architect
to inspect and approve the materials and workmanship at the workshops. Approval of work at the workshop
does not relieve the Contractor of his obligations to carry out the work complete at the site to the Architect’s
satisfaction in accordance with the Contract.
PREAMBLES
2/27
ITEM
METALWORK (contd)
Making
A All components delivered to the site are to be marked in paint with the mark number in accordance with any
shop and erection drawings.
Storage
B All components are to be stored at site on proper racks provided for the purpose which provide full support to
each member and to obviate any deflection and distortion. Steelwork is to be stored at least 25 cm clear off the
ground and temporary protection is to be provided for protection against water and damage any other source.
Erection
C Rates for all metalwork are to include for the complete erection including any temporary supports required and
any necessary templates and wedges.
Painting
D All steel is to be thoroughly de-rusted and de-greased prior to despatch to the site and is to be given one coat zinc
chromate primer at the works. Further painting treatment will be carried out at the site. Painting is measured
separately and the cost thereof is not to be included in the rates for metalwork.
PREAMBLES
2/28
ITEM
PLUMBING AND ENGINEERING INSTALLATION
Execution of the Work
A The work shall be carried out strictly in accordance with
(a) ‘British Standard Code of Practice’ CP 310: 1965: Water supply
(b) ‘British Standard Code of Practice’ CP 1968: Sanitary Pipe work above ground
(c) All other relevant British Standard Specifications and codes of Practice
(d) By-Laws of the Local Authority
(e) The Working drawings.
Extent of Work
B The contractor will be responsible for all below ground plumbing and drainage work, the installation of Sanitary
fittings, waste soil and vent pipes and hot and cold water pipes as detailed on the services Engineers Drawings
Quality of Materials and Workmanship
C All materials, equipment and accessories are to be new and in accordance with the requirements of the current
rules and regulations where such exists, or in their absence with the relevant British Standard Specification.
D Uniformity of type and manufacture of equipment or accessories is to be preserved as far as practicable
throughout the whole work.
E The Contractor shall, if required by the Architect, submit samples of materials to the Architect for his approval
before placing an order.
F If in the preambles the practice is adopted of specifying a particular item as “similar” to that of a particular
firm’s product, it is to be clearly understood that this is to indicate the type and quality of the equipment
required. No attempt is being made to give preference to the equipment supplied by the firm whose name or
products is quoted.
G Where particular manufacturers are specified herein, no alternative makes will be considered, and the Architect
shall be allowed to reject any other makes.
H The Contractor will be entirely responsible for all materials, apparatus, equipment etc., furnished by him in
connection with his work, and shall take all special care to protect all parts of finished work from damage until
handed over.
J The work shall be carried out by competent workman under skilled supervision. The Architect shall have the
authority to have any of the work taken down or changed which is executed in unsatisfactory manner.
PREAMBLES
2/29
ITEM
PLUMBING AND ENGINEERING INSTALLATION (contd)
Quality of Materials and Workmanship (contd)
Galvanized Steel Tubes and Fittings
A Galvanized steel tubing shall comply with BS 1387 with plain galvanized malleable fittings complying with B.S
143/1256.
B Tubes and fittings shall be jointed by means of screwed threads to B.S 21, by means of PTFE tape or hemp and
“Boss white”. All joints shall be perfectly smooth inside without excrescences.
C Where sleeves are required for pipe work passing through concrete, blockwork or below concrete slabs, they
shall be galvanized steel tube or drain pipes of sufficient diameter at least 25 mm clearance all round the water
main.
D Galvanized water mains below ground level or below slabs shall be double wrapped in “Denso” tape.
Brass work
E Stop valves shall comply with BS 1010 and shall be with crutch handles or loose keys where so described on the
drawings. Drain-cocks shall comply with BS 2879.
Testing
F Upon completion the whole of the water main shall be tested to a pressure not less than twice the working
pressure for a period of thirty minutes.
G Notwithstanding the foregoing clauses, all water mains and fittings and installation thereof shall comply fully
with the requirements of the Water Supply Authority.
Sanitary and other Appliances
H The appliances shall be fixed in the position shown on the drawings or as described by the Architect.
K The Contractor shall include in his rates for providing all necessary screws, bolts etc., together with all jointing
material required and also for temporarily erecting and securing fittings in the required position of service and
discharge pipes, taking down, storing and fixing after completion of wall finishings permananently fixing and
connecting to service and discharge.
L Care shall be taken at all times and particularly after fixing, to protect appliances from damage.
M Upon completion of the Work, all appliances shall be cleaned of plaster, paint, etc., and carefully examined for
defects.
Fire fighting equipment
N The specified fire fighting equipment shall be supplied and installed by the Contractor in the positions shown on
the drawings.
PREAMBLES
2/30
ITEM
PLUMBING AND ENGINEERING INSTALLATION (contd)
Fire fighting equipment (Contd)
A The specified fire fighting equipment shall be supplied and installed by the Contractor in the positions shown on
the drawings.
B Portable fire extinguishers shall comply with the following British Standards:-
(a) Water type (Soda acid): BS 138: 1948
(b) Foam type (Chemicals): BS 740: Part 1 : 1948
(c) Foam type (gas pressure): BS 740: Part 2 1952
(d) Water type (gas pressure): BS 1382: 1948
(f) Carbon tetrachloride and
Chlorobromethane; BS 1721:1960
(g) Dry powder type: BS 3465 : 1962
(h) Water type
(stored pressured): BS 3709: 1964
C Fire hose couplings and ancillary equipment shall comply with BS 336:1965 rubber reel hose shall comply with
BS 3169: 1965.
D Underground fire hydrants and surface box openings for same shall comply with BS 750:1964
E The installation hydrants and fire extinguishers shall be in accordance with CP 402:101: 1952 and CP 402: Part
3: 1964 respectively.
F If nothing else is specified, fire extinguishers and hose reels shall be supplied in the colour ‘fire red’ and be
similar to manufacture ‘ANGUS’.
PREAMBLES
2/31
ITEM
FLOOR, WALL AND CEILING FINISHINGS
Sand
A Sand for backings, floor and wall finishes is to comply with B.S 1199 Table 1.
Cement
B Cement is to be as described for “Concrete Work”
Lime
C Lime is to be non hydraulic hydrated lime to BS 890 Class ‘A’ obtained from an approved source and run into
putty at least 24 hours before use.
Workmanship
D All concrete beds or slabs shall be thoroughly brushed clean, hacked if necessary and well wetted and flushed
over with a cement and sand (1:1) grout immediately before screeds or pavings are laid.
E Screeds and cement pavings shall be laid in accordance with the relevant BS Code of Practice. Working joints
between hays of the floor finish should be placed in accordance with the Architect’s instructions and will be
plain butt joints placed over joints in the concrete bed under. Paving shall be damp cured with sand or sawdust
and kept damp for at least 7 days after laying.
F All surfaces to be plastered or rendered must be brushed clean and well wetted before plastered is applied. Joints
of walling shall be raked out and concrete hacked to form a key. Care shall be taken to see that paving and
plastering do not dry out prematurely.
G Adequate time intervals must be left between successive coats in two-coats work order that the drying shrinkage
of the undercoat may be substantially complete. All internal and external angles shall be pencil rounded.
In-situ Pavings Generally
H Before laying in-situ floor finishes, the concrete beds are to be thoroughly hacked for key, cleaned off,
thoroughly wetted with clean water and coated with a stiff cement slurry and rates for screed, granolithic and
terrazzo paving are to include for this. They are also to include for all necessary curing and protecting until the
building is handed over.
Cement and Sand Paving
J The cement and sand paving shall be in the proportions of 1:4 by volume and incorporating or treated with an
approved hardener.
PREAMBLES
2/32
ITEM
FLOOR, WALL AND CEILING FINISHINGS (contd)
Polished Granolithic Paving
A The aggregate for granolithic paving shall be in accordance with B.S 1201 and shall be mixed in the proportions
of 1:1:1 ½ cement, fine and course aggregate respectively. The mix shall incorporate and approved hardener
suitable for incorporation and not for surface treatment. The water cement ration shall be kept as low as possible
and shall not in any case exceed 0.45. the paving is to be laid to the full thickness described and to be finished
with a wood float and with no extra cement trowelled into the surface which is to be laid true and level. The
paving is to be thoroughly cured after laying by covering with polythene sheeting and periodically watered to
keep it moist for at least one week after laying. The surface is to be polished with approved rotary carborundum
discs mechanically operated coarse and fine grain and with cement and sand slurry to produce a blemish free
surface.
B The granolithic shall be laid in bays not exceeding 3.50 square metres with ebonite dividing strips for the full
depth of the paving and shall executed by specialist who have a thorough knowledge of the work.
Polished Terrazzo Paving
C The in-situ terrazzo shall consist of white or coloured and marble aggregate; the colours of the cement and
aggregate shall be selected by the Architect. The mix shall comprise three parts of 6 mm nominal aggregate to
one part coloured cement by volume. The aggregate shall be clean and granular and shall not contain flaky
particles of dust. The underbed shall be cement and sand 1:4 by volume.
D The terrazzo shall be laid in bays not exceeding 3.50 square metres with ebonite dividing strips for the full depth
of the terrazzo and underbed and shall be executed by specialists who have a thorough knowledge of the work.
E The terrazzo topping shall be laid to a minimum of 12 mm thickness in a plastic condition while the underbed is
steel green and this should be watered to minimize absorption from the topping. The terrazzo must be well
tamped into position and rolled with a suitable hand roller. The topping should be allowed to take an initial set
and then any surface voids must be grouted up with neat cement of the same colour used in the mix. The surface
should cured by keeping moist by covering with damp sacking for at least 72 hours. When dry and hard, the
surface shall be machine polished by grinding with carborundum or other stone discs of suitable grade and with
rotary polishing pads.
F Rates must include for all necessary protection until the building is handed over to the Architect. The depths
stated are for the full depths including topping and underbed.
PVC Flooring and Skirting
G PVC floor tiles shall comply with BS 3260. The tiles and accessories shall be supplied in the sizes and thickness
specified in colours selected by the Architect and are to be fixed to the screed base with a suitable adhesive
supplied (or recommended) by the manufacturer and used in accordance with his instructions. Rates for floor
tiles shall include for thoroughly washing and cleaning on completion and for the application of one coat of
water based wax polish.
PREAMBLES
2/33
ITEM
FLOOR, WALL AND CEILING FINISHINGS (contd)
Brushed Terrazzo Rendering
A Brushed Terrazzo rendering is to comprise two coats as described. The undercoat shall consist of cement and
sand mixed in the proportion of (1:4) by volume and applied to a minimum thickness of 10 mm finished with a
wood float and scratched to provided key for top coat, the finishing coat shall consist of one part white cement to
two parts marble chippings of approved size applied to a minimum thickness of 10 mm and the final surface wet
brushed to expose the aggregate.
B The Contractor will be required to produce a sample panel of rendering on site for the approval of the Architect.
Internal Plaster
C Internal plaster shall be applied in two coats and adequate time intervals must be allowed between successive
coats in order that the drying shrinkage of the undercoats may be substantially complete. The first coat must be
well scratched, keyed and wetted to receive the finishing coat. The finished coat shall be finished smooth with a
steel float but care must be taken not to overwork the surface in order to minimize the incidence of shrinkage
cracks. All internal and external angles shall be pencil rounded.
D Internal plaster, unless otherwise described, shall be lime plaster of 12 mm minimum overall finished thickness
applied in two coats, the first coat consisting of cement, lime putty and sand mixed in the proportion of 1:2:9.
The finishing coat shall be a skim coat comprising cement and lime putty in the proportion of 1:10.
E Cement plaster is to be employed where specified on the drawings and is to be applied in two coats of
approximately equal thickness to a total of 12 minimum overall finished thickness. The composition of both
coats shall be same and shall comprise cement and sand (1:3) but a small percentage addition (not more than
10%) lime putty may be permitted if the Architect considers that this will reduce the incidence of shrinkage
cracks.
F The Contractor shall cut out and make good all cracks, blisters and other defects and leave the whole of the
plastering and rendering perfect at completion. When making good defects the plaster shall be cut out to a
rectangular shape with edges undercut to form dovetailed key, and all finished flush with the face of surrounding
plaster.
Ceramic Floor Tiles
G Ceramic floor tiles shall be from an approved Manufacturer and shall conform with the requirements of BS
1281. Tiles shall be well soaked in water, laid with straight joints on and including cement and sand screed (1:3)
screeded backing; pointed in white cement and cleaned down on completion, all to approval.
Rates for tiles include for all special fittings and cutting at angles and intersections
PREAMBLES
2/34
ITEM
FLOOR, WALL AND CEILING FINISHINGS (contd)
Wall Tiles
A Glazed wall tiles shall be from an approved manufacturer and shall conform with the requirements of BS 1281.
Tiles shall be white with slightly rounded or “Cushion” edges and unless otherwise specifically described shall
be size 150 x 150 mm x 6 mm thick. Tiles shall be laid with continuous straight joints and internal angles shall
be butt jointed. Rounded on edge tiles shall be used at all external angles and at edges of panels. Tiles shall be
bedded in approved tile adhesive and pointed in white cement.
B Baking to tiles is to be cement and sand in the proportion of 1:4 rendering in one coat to a minimum thickness of
12 mm trowelled smooth. Backings have been measured separately.
Concrete Tiles
C Concrete tiles for finishing the roofs shall be 25 mm thick of natural colour with bevelled top raised on all sides
and shall comply with BS 1197. The tiles shall be laid to regular pattern with open joints. Care shall be taken to
ensure that the surface level is even and follows accurately the levels of the roof finish. All cement stains shall
be carefully removed.
Precast Concrete Paving Slabs and Kerbs
D Precast concrete paving slabs shall comply with BS 368. Precast concrete kerbs shall comply with BS 340 figure
5 and all shall be finished true and smooth on all exposed faces.
D Precast pavings shall be bedded on a compacted sand bed with 6 mm wide joints filled and pointed with cement
mortar coloured to match the colour of the slabs. The pavings shall be finished true and even and to the falls
shown with no surface irregularities.
Tyrolean Finish
E Tyrolean render shall be composed of trowelled backing coat in cement sand 1:4 gauged with 10% lime to a
thickness of 10 mm. The finishing coat shall be cement sand mortar (1:4) applied with an approved machine to a
thickness of between sand 10 mm to provide an even and uniform texture.
PREAMBLES
2/35
ITEM
GLAZING
Glass
A Glass generally shall comply with the requirements of BS 1952 and shall be free from bubbles, specks, waves,
flows or any other defects.
B Clear sheet glass shall be 24 or 32 oz (3 or 4 mm nominal thickness) flat drawn sheet of ordinary glazing quality.
C Glass for louver blades shall be clear sheet flat drawn or rough cast obscured rolled glass 3/16” (5 mm) thickness
with all exposed edges ground and polished.
D Glass for mirrors shall be ¼’’ (6 mm) clear plate glass, silvering quality.
Putty
E The putty shall be hard setting tropical putty to BS 544 except where otherwise specified.
Workmanship
F All glass is to be accurately cut to fit into rebates with a tolerance of 2 mm all round. It is to be well puttied at
the back and to be sprigged with non-ferrous pins. The putty is to be neatly trimmed and cleaned off and care
must be taken that it does not show beyond the sight lines of the sashes. All rebates must be treated with one
coat of lacquer prior to glazing.
Cleaning and Protection
G The Contractor must allow in his rates for the protection of all work in this section and for replacing any cracked,
scratched, broken or defective glass prior to handing over. He must also allow for cleaning all the windows
inside and out and other glass on completion with an approved window cleaner and wash leather and for removal
of all paint splashes.
PREAMBLES
2/36
ITEM
PAINTING
Generally
A The Contractor shall so arrange his programme of work that all other trades are completed and away from the
area to be painted when painting begins. Before painting the Contractor shall remove all concrete and mortar
droppings and the like from all work to be decorated and remove all stains there from and obtain uniform colour
to work to be oiled and polished.
B All plaster, metal wood and other surfaces which are to receive finishes of paint, stain, distemper or paintwork of
any description are to be carefully inspected by the Contractor before allowing any of his painters to commence
work.
C The Contractor shall be solely responsible for all defective work commenced as a result of his painter’s failure to
insist on receiving from other trades surfaces in the proper condition to allow first class finishes of the various
kinds specified being applied to the them.
Materials
D All materials shall be the best of their respective kinds of an approved propriety brand. Materials to be applied
externally shall be of exterior quality and/or recommended by the manufacturers for external use.
Approved paints
E All paints shall be obtained from the same manufacturer, and shall be one of the approved paints listed in the
following schedule. Or any other approved by the Architect. Under no circumstances, no paint materials banned
in the United States will be used and approved by the Architect of record or Engineer of record
Enamel Paints
Name Manufacturer
Super Gloss Enamel Crown paints (K) Ltd.
F Plastic Emulsion Paints
Name Manufacturer
Eggshell Emulsion Crown paints (K) Ltd.
G Varnishes
All the above to be used in conjunction with the manufacturer’s approved undercoats.
PREAMBLES
2/37
ITEM
PAINTING (contd0
Generally (contd)
A The Contractor must allow for providing the Architect with colour charts from an approved firm and for
executing sample panels as required.
B All materials shall be delivered on site intact in the original drums or tins and shall be mixed and applied strictly
in accordance with manufacturers instruction and to the approval of the Architect.
C The only addition which will be allowed to be made locally will be liquid thinners and driers supplied or
recommended by the manufacturers and none shall be thinned more than approval of the Architect.
Workmanship
D All painting and decorating shall be carried out by skilled tradesman and finished to the approval of the
Architect.
E All paints, Emulsion paint, distemper shall be applied by means of a brush or spray gun or rollers of approved
types where so agreed by the Architect.
F No painting is to be done in wet weather or on surfaces which are not thoroughly dry.
G The priming undercoats and finishing coats shall each be of differing tints and the priming and undercoat shall
be the correct brands and tints to suit the respective finishing coats, in accordance with the manufacturer’s
instructions. Each coat shall be properly dry and in the case of oil or enamel paints, shall be well rubbed down
with fine sand paper before the next coat is applied. The paintworks shall be finished smooth and free from
brush marks.
Wood Preservative
H All woodwork in contact with walling or plaster shall be treated with one coat of approved wood preservative
after cutting and preparation but before assembly or fixing. The solution is to be brushed on all faces of all
timbers unless exposed to view and painted.
Varnish
J Varnish shall be “Ron seal” or other equal and approved brand of furniture polish. Wood surface to receive
varnish shall be clean, smooth, and free from oil or grease or any other blemishes. A minimum of three coats
shall be applied to approval of the Architect.
PREAMBLES
2/38
ITEM
PAINTING (Contd
Generally (contd)
Preparation and Priming of Plaster etc., Surfaces
C Plaster surfaces shall be perfectly smooth, free from the defects and ready to receive decoration. All such
surfaces shall be allowed to dry for a minimum of six weeks, stopped with approved plaster compound, stopped
and rubbed down flush as necessary and thoroughly brushed down and left free from all efflorescence, dirt and
dust immediately prior to decorating.
D Plaster surfaces which are to be finished with emulsion oil or enamel paint, shall be primed with an alkali
resisting primer complying wit the particular paint manufacturer’s specification, and applied in accordance with
their instructions.
E Fibreboard or similar surfaces shall be lightly brushed down to remove all dirt, dust and loose particles and have
all nail holes or other defects stopped with approved stopping compound rubbed down flush and left with a
texture to match surrounding and shall receive one coat petrifying liquid as last.
Preparation and Priming of Metalwork
F All metal surfaces shall be thoroughly brushed down with wire brushes and scrapped where necessary to remove
all scale rust etc. immediately prior to decorating. Where severe rust occurs and if approved by the Architect, a
proprietary de-rusting solution may be sued in accordance with the manufacturer’s instructions.
G Shop primed and unprimed surfaces shall be treated with one coat of metal chromate primer.
Preparation and Priming of Metalwork (contd)
H Galvanized surfaces shall be treated before painting with approved propriety mordant or de-greasing solution
before priming
J Coated surfaces already treated with bituminous solution shall be scrapped to remove soft parts and then receive
two isolating coats of aluminium primer or other approved anti-tar primer.
K All woodwork shall be rubbed down, all knots covered with a thick coat of good shellac knotting or aluminium
knotting; primed with one coat of approved ready-mixed propriety wood primer and all cracks, nail holes,
defects and uneven surfaces etc. stopped and faced up with hard stopping rubbed down flush.
Emulsion Paint
L After preparation as specified above a minimum of THREE coats of internal or external quality as appropriate
shall be applied using a thinning medium only as recommended by the manufacturer. An approved plaster
primer tinted to match may be substituted for the first coat.
Enamel Paint
M Where enamel paint is to be used, two undercoats and one finishing coat are to be applied after preparation and
priming as specified above.
PREAMBLES
2/39
ITEM
PAINTING WORK (Contd)
Generally (contd)
Remove Ironmongery
F All ironmongery, steel windows, louvers before painting is commenced and shall be cleaned and removed if
necessary and refixed after completion of painting.
Cover up and Protect
G Paint splashes, spots and stains shall be removed from floors, woodwork etc., any damage surfaces touched up
and the whole of the work left clean and perfect on completion.
Prices to Include
H Prices of paintwork, distemper etc., shall include for preparation of surfaces, rubbing down between each coat
stopping, knotting etc., and all other work in connection therewith and as described and necessary finish to
approval.
PREAMBLES
2/40
ITEM
DRAINAGE
Generally
Preambles to other sections
A The preambles contained in other sections of this document shall apply equally hereto where applicable, so far as
is consistent with the clauses following.
Notices
B The Contractor shall give all requisite notices. Uncoloured plans will be supplied by the Architect at the
Contractor’s request.
Drainage By-Laws
C All the Works shall comply with the requirements of the drainage by-laws made by the Local Authority and shall
be executed to the satisfaction of the Architect and the Local Authority.
Inspection
D The Contractor shall give written notice to the Architect for the purpose of inspection and measurement,
whenever sections of :-
(a) excavations are completed
(b) concrete beds are laid
(c) drains are completed
and no further work shall be executed until each stage of the work has been inspected.
Levels of Existing Drains
E The contractor shall check the invert levels of existing drains, sewers and manholes before laying new drains,
and shall notify the Architect immediately if the declared invert levels are found to be inaccurate.
Materials
Pitch Impregnated Fibre Drain pipes, Couplings and Fittings
F Pitch impregnated fibre drains, couplings and fittings shall comply with BS 2760
UPVC Pipes and Fittings
UPVC pipes and fittings shall comply with BS 3506 class to be obtained from a manufacturing source approved
by the Architect in writing.
Span Cast Iron Pipes and Cast Iron Fittings, Gullies, etc.
G Spun cast iron drain pipes shall be coated centrifugally cast (spun) iron pipes complying with BS 1211 Class B.
H Fittings, Gullies, etc., shall be of coated cast iron and shall comply with BS 1130.
PREAMBLES
2/41
ITEM
DRAINAGE (contd)
Materials (contd)
Concrete pipes and fittings
A Concrete pipes and fittings shall comply with BS 556. They shall be reinforced, and of sulphate resisting cement
if specified.
Manhole Covers and Road Gratings
B Manhole covers and road gratings and frames shall comply with BS 497.
Step Irons
C Step irons shall be galvanized malleable cast iron complying with BS 1247
Mesh Reinforcement
D Mesh reinforcement shall be steel fabric complying with BS 1221 Part A or BS 4483
Workmanship
Setting out
E 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
F The bottoms of all excavations shall be trimmed and consolidated to the correct levels. Unauthorized
excavations below the required levels shall be filled with concrete of the same composition as for drain beds, at
the contractor’s expense.
G Where the bottom is insufficiently firm, the contractor shall excavate until, in the Architect’s opinion, a firm
bottom is obtained and the level shall be made up with concrete of the same composition as for drain beds.
Particulars of such traditional 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
H 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.
PREAMBLES
2/42
ITEM
DRAINAGE (contd)
Workmanship (contd)
Backfilling
A Trenches for pitch impregnated fibre or UPVC pipes shall first be filled with selected screened excavated
material carefully hand-tamped between the pipe and sides of the trench, followed by 150 mm – 200 mm of
similar, material before the general filling is carried out.
B Trenches for concrete or cast iron drains shall first be filled to a depth of 300 mm with selected fine material
carefully hand-packed around the pipe. On no account shall materials be tippen into the trench until the first 300
mm has been complete.
C Filling shall be continued in layers not exceeding 300 mm thick, well rammed and, if necessary, watered.
Laying drains
D Drains shall be laid truly straight on line and gradient with sockets upstream and the full bore shall be
unobstructed.
Pitch Impregnated Fibre Drains
E All hard obstructions shall be removed from trench bottoms before laying pitch impregnated fibre pipes. The
pipes shall be bedded in sand and laid and jointed in accordance with appendix ‘C’ to BS 2760.
UPVC Drains
F UPVC drain pipes shall be laid and jointed with solvent welded joints entirely in accordance with the
manufacturer’s instructions.
G Pipes shall be bedded in sand after all hard obstructions have been removed from trench bottoms.
Cast Iron Drains
H 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
remainder of the socket shall be filled with molten lead or lead fibre solidly caulked.
J Connection of iron to concrete drains shall be jointed as described for concrete drains.
K Cast iron drains fixed to walls or beams shall be supported on brackets at 1350 mm centres.
L Gullies, outlets, etc., or drains under concrete floors shall be set in position at correct levels before the floors are
laid.
Concrete Drains
M Concrete drains shall be jointed with one turn of tarred gaskin, well caulked and the remainder of the socket
filled with cement and sand (1:3), finished with an 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.
PREAMBLES
2/43
ITEM
DRAINAGE (contd)
Workmanship (contd)
Concrete Beds, Haunches and coverings
F Where specified or shown on drawings, drains shall be laid on concrete, (Grade D-40 mm aggregate), beds 100
mm thick, 400 mm wide for 100 mm diameter drains and 450 mm wide for 150 mm diameter drains. The
concrete shall be haunched up both sides of the barrel to give lateral support.
G Where drains, other than cast iron drains, are laid under buildings or pavings carrying vehicular traffic, they shall
be completely surrounded in concrete, (Grade D-40 mm aggregate), 150 mm thick (i.e. 400 mm x 400 mm
overall for 100 mm pipes and 450 mm x 450 mm overall for 150 mm pipes). Where directed, drain beds shall be
reinforced.
H Gullies shall be surrounded in concrete Grade D-40 mm aggregate minimum 150 mm thick all round.
Sleeves
J All drains passing through walls foundations shall have sleeves of cast iron pipes of sufficient size to allow a
clearance round the drain.
Benching
L Benching in bottom of manholes shall be concrete (Grade C – 40 mm aggregate) to falls of not less than 10 to
channels finished with cement and sand (1:2), 25 mm thick, trowelled hard and smooth with all angles rounded.
Bedding and Sealing Covers and Frames
L Frames to manhole cover shall be bedded in cement mortar (1:3), and the covers in grease and sand.
Testing
M All drains and manholes shall be tested for water-tightness and straightness to the satisfaction, and in the
presence, of the Architect and Local Authority. Drains shall be filled with water to a head of 1.50 metres and are
to be tested in sections agreed with the Architect.
(i) after jointing
(ii) After haunching and backfilling
(iii) After completion of the works
N 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.
Clean and Flush all Drains
O All drains, gullies, manholes, etc., shall be cored, cleaned and flushed on completion.
PREAMBLES
2/44
ITEM
DRAINAGE (contd)
Workmanship (contd)
Method of Measurement
A Where not otherwise stated, the starting level for trench and manhole excavation shall be:-
(i) The formation level in areas where the site is excavated to reduce levels.
(ii) existing ground level in areas where no excavation is required, or where filling is required.
B The depths of all the trenches in the following description lie within the same 1.50 metre stages as the average
depths stated.
C Prices for excavating pipe trenches shall be deemed to include keeping them free from general water (i.e. all
water except spring or running water).
D Notwithstanding the provisions of SMM Clause V.7 (a) to (c) the descriptions of excavating manholes, yard
gullies, septic tanks and soak pits shall be deemed to include grading bottoms, planking and strutting, return
filling and compacting, disposal of surplus soil and keeping excavation free from water.
E Price for building pipes into manholes shall include for building-in on rake where necessary.
F Prices for concrete beds, benching and coverings for pipes laid in trenches, shall be deemed to include for any
necessary formwork. Formwork required for beds, etc., for pipes above ground, and for casing to vertical pipes,
is referred to in the descriptions of such items.
D Prices for all gullies shall be deemed to include for all necessary excavation, return filling, disposal of surplus
excavated material, planking and strutting, and trimming and ramming bottoms.
PREAMBLES
2/45
ITEM
EXTERNAL PAVINGS
Generally
Preambles to Other Bills
A The preambles contained in other sections of this document shall apply equally to this section so far as is
consistent with the following clauses.
Materials
Soil for Planted Areas
B Soil for planted areas shall be vegetable soil free from roots and rubbish and treated with weed killer to prevent
the growth of weeds.
Sand for filling under footpaths
C Sand for filling under footpaths shall be clean, dry, pit or river sand, free from vegetable soil, roots and rubbish.
Crusher Dust for Sub-base Course of Macadam Paving
D Crusher dust shall be from an approved source and be free from clay or other deleterious matter.
Stone for base course to macadam paving
E Stone for base course to macadam paving shall be 40 mm gauge, clean and hard, and free from clay or other
deleterious matter.
Blinding for Stone Base Course
F Blinding for stone base course shall be 4 mm gauge hard stone chippings, free from clay, dust or other
deleterious matter.
Precast Paving Slabs
G Precast paving slabs shall comply with BS 368 except for sizes.
Kerbs
H Precast concrete kerbs shall comply with BS 340, and shall be finished true and smooth on all exposed faces.
Prime Coat for Macadam Paving
J The prime coat for macadam paving shall be bitumen grade M.C.I
PREAMBLES
2/46
ITEM
EXTERNAL PAVINGS (contd)
Workmanship
Bitumen for surfacing
A The bitumen for surfacing shall be made from 500/700 grade bitumen.
Generally
B The sub-grade, sub-base and base courses for roads and parking areas shall be prepared and laid at a convenient
time before completion of the Contract, as shall be agreed between the Architect and the Contractor, together
with their kerbs and foundations.
C The wearing course shall be applied at a later date, and prior to laying, the base course shall be made good in
accordance with the requirements specified herein. The contractor shall make good at his own expense any
damage to kerbs.
Surveying
D The Contractor shall verify all dimensions and levels prior to the commencement of the work.
E All surveying necessary for the accomplishment of the work shall be done by the contractor at his own expense,
and he shall give notice of his intention to carry out such work in order that arrangements can be made for
supervision and checking. The contractor shall also provide, without extra charge, all necessary instruments,
appliances, labour and any other required for checking the survey work.
F The Contractor shall make all necessary surveys using given bench marks as reference points. These bench
marks he shall carefully preserve.
G The Contractor shall draft, in accordance with these surveys, all plans and drawings which are necessary for the
completion of the work, and shall complete these plans and drawings to the Architect for approval in writing.
Levels, Falls, Cross falls and Cambers
H The works shall be executed to the levels, falls cross falls and cambers shown on the drawings, and shall provide
camber gauges and straight edges for checking to ensure that the surfaces are within the following tolerances:-
J Accuracy (contd)
(a) Sub-grade – The camber or cross fall shall not vary more than 20 mm from that shown on the drawings. In
the longitudinal direction the variations from a three metre straight edge placed parallel to the centre line of
the road shall not exceed 12 mm.
(b) Base – The camber or crossfall shall not vary more than 12 mm from that shown on the drawings. The
Variation on the longitudinal section shall be as above for sub-grade.
PREAMBLES
2/47
ITEM
EXTERNAL PAVINGS (contd)
Workmanship (contd)
Sub-grade
A The sub-grade shall be shaped to the required falls and cambers and any depressions filled with approved
materials having a minimum C.B.R of 8%. This value shall be obtained at optimum moisture content and
compacted to 100% of the maximum dry density as determined by BS 1377. The contractor shall carry out
standard compacting tests on the sub-grade in accordance with Test No. 10 of BS 1377. Such test shall be taken
at 30 metre intervals. The Standard of compaction required shall be 98% of the maximum dry density as
determined by the Test No. 9 of BS 1377.
B The sub-grade shall be approved by the Architect before any materials to be used in the construction of the
carriageway are deposited or laid.
Sub-base Course
C The sub-base shall consist of a layer of crusher dust finishings to the thickness specified after compaction. The
bed shall be watered as necessary and rolled to produce a smooth and uniform surface with no irregularities.
Base Course
D The base course shall consist of a layer of stone in which the interstices shall be filled by the application of
crusher fines after the stone is in place, to finish to the thickness specified after compaction. The base course
shall not be blinded with crusher fines, but develop, they should be corrected by loosening the material at these
places and adding or removing material and recompaction until the surface is smooth and uniform with no
irregularities.
Application of Bitumen
E The plant used by the contractor for transporting, heating, and spraying bitumen shall be in suitable rubber-tyred
units and shall ensure adequate and uniform heating without the introduction of steam or moisture, and giving
rise to the cooking or burning of the bitumen, and shall be fitted with a thermometer and heating control.
Distributors shall be equipped to provide a constant rate of application per square metre of surface and there
shall be visible speedometer indicating the speed of the vehicle in meter per minute.
F Spray bars shall be capable of spreading the bitumen evenly to the full width of the work. The bitumen shall be
heated to the temperature specified below and sprayed on the clean surface of the base at the rates specified.
G Application temperatures shall be in accordance with those recommended by the manufacturer, or where this
information is not available, they shall be as follows:-
Bitumen Grade Spraying Temperature C
M.C.I 54 – 80
500/700 124 - 149
PREAMBLES
2/48
ITEM
EXTENAL PAVINGS (contd0
Workmanship (contd)
Prime Coat
A Prior to the application of the prime coat, the surface of the base shall be swept clean of dust and foreign
materials to the satisfaction of the Architect. Approximately 30 minutes before applying the bitumen the surface
of the base shall be lightly sprayed with water.
B The prime coat shall be applied at the rate of 0.70 litres per square metre.
Wearing Course
C After application of the priming coat, and where directed and approved by the Architect, the contractor shall lay
bitumen type 500/700 spread at the rate of 3 square metres per 5 litres immediately followed by spreading dry,
clean approved 12 mm chippings at the rate of 130 square metres per cubic metre, rolled six to eight passes of a
six to eight tonne roller. A second and similar surfacing layer shall be laid at the end of the defects liability perio
D Alternatively, where specified, the wearing course shall consist of a premix macadam carpet of 500/700 grade
bitumen and approved quality aggregate graded and mixed together prior to laying in the proportions and by the
methods given in BS 1621 table 4, laid to finish to the thickness shown after compaction. The compaction shall
be achieved with six to eight passes of a six to eighth tonne roller
E No bitumen spraying shall be carried out when the carriageway surface or the aggregate are wet, without the
prior approval, in writing, of the Architect who may allow such work to proceed by the use of an approved
adhesive agent at the Contractor’s expense.
Murram Roads
F Murram roads shall be laid in layers not exceeding 150 mm compacted thickness, to finish compacted to the
thickness shown on the drawings.
G Each layer shall be watered, rolled and compacted as previously described thickness, herein to produce a smooth
dense surface free of all irregularities.
Laying Precast Paving Slabs
H Precast paving slabs shall be bedded on a sand bed compacted to the thickness specified with 6 mm wide joints,
filled and pointed with cement mortar coloured to match the colour of the slabs and recessed 5 mm deep. The
paving shall finish true and even to the falls shown on the drawings with no surface irregularities.
Grassing
J Grassing shall be carried out by a specialist using approved local grass. Prices for grass shall include for
tending, watering, cutting and keeping weed free for a period of twelve months, to produce a dense and healthy
weed free grass carpet.
PREAMBLES
2/50
A
PRICING OF PREAMBLE CLAUSES
If, in the opinion of the tenderer, any Clause in the foregoing Preambles has a
monetary value requiring pricing, then he is required to list all such items below using
the page and item reference and insert the price in the money column, carrying
the total amount to the main summary.
Page Item Reference
KSHS
CARRIED TO MAIN SUMMARY KSHS.
PREAMBLES TO TRADES
2/51
BILL NO. 3
MEASURED WORKS
PROPOSED CLASSROOM & ADMINISTRATION OFFICES FOR MAKINDU
KMTC TO BE BUILT ON PLOT NO. MAKINDU, MAKUENI COUNTY
Item Description Qty Unit Rate Amount
BILL NO. 3
ELEMENT NO. 1
SUBSTRUCTURE
(ALL PROVISIONAL)
EXCAVATIONS
A Excavate oversite average 150 mm deep to remove vegetable soil and
wheel and deposit on site where directed 412 SM
B Ditto foundation trench not exceeding 1.50 metres deep starting from
stripped level 57 CM
C Ditto 1.50 m but not exceeding 3.0 m deep 6 CM
D Ditto column pits not exceeding 1.50 metres deep starting from
stripped level 276 CM
E Ditto 1.50 m but not exceeding 3.0 m deep 64 CM
F Extra over excavation for excavating in rock 20 CM
Disposal of excavated materials
G Return, fill in and ram excavated material around foundations 240 CM
H Load surplus excavated material and remove from site 173 CM
Planking and Strutting
J Allow for upholding sides of excavations Item
Disposal of Water
K Allow for keeping excavation free from all water Item
SELECTED HARDCORE
L 300 mm Thick hardcore filling in layers not exceeding 150 mm thick 326 SM
M 100 mm Thick murram blinding over hardcore 326 SM
Damp Proof Membrane
N Single layer of 1000 gauge polythene sheeting laid on blinded hardcore
with 150 mm side laps to receive concrete 332 SM
Carried to Collection K.Shs
Bill No. 3
Substructure
3/1//1
Item Description Qty Unit Rate Amount
Soil sterilization
A Treat surface of hardcore with 'Dieldrin or similar approved anti-termite
solution applied strictly in accordance with the manufacturer's
instructions 326 SM
CONCRETE WORK
Plain concrete (1:4:8) in:-
B 50mm thick under strip foundations 43 SM
C Ditto column bases 189 SM
Reinforced concrete (1:1½:3) in:-
D Bases 88 CM
E Columns 7 CM
F Foundation trench 13 CM
G 150 mm Thick surface bed 332 SM
Supply and fix steel bar reinforcement including bending, hooking,
tying wires, cutting spacers and supporting all in position
H Assorted 11,800 Kgs
Steel fabric mesh reinforcement
J BRC mesh fabric reinforced reference A142 (weighing 2.22 kg/m2) laid
in slab (measured net - no allowance made for laps) 332 SM
Sawn formwork to:-
K Sides of strip foundations 43 SM
L Sides of column bases 149 SM
M Vertical sides of column 85 SM
N Edge of slab 75 - 150 mm high 95 LM
MASONRY
Quarry stone walling in cement mortar (1:3) as described in:-
O 200 mm walling foundation walling 265 SM
Carried to Collection K.Shs
Bill No. 3
Substructure
3/1//2
Item Description Qty Unit Rate Amount
Plinth finishes
A 12 mm Thick cement and sand (1:4) render to edge of plinth 14 SM
B Prepare and apply two coats of bituminous paint on rendered plinths
14 SM
Carried to Collection K.Shs
COLLECTION
Page No. 3/1//1
Page No. 3/1//2
Page No. 3/1//3
TOTAL AMOUNT OF BILL No. 1
SUBSTRUCTURE
Carried to Summary of Section No. 3
Bill No. 3
Section No.1
Substructure
3/1//3
Item Description Qty Unit Rate Amount
Bill No. 4
GROUND FLOOR
ELEMENT NO. 1
REINFORCED CONCRETE SUPERSTRUCTURE
Vibrated reinforced concrete Class 20 as described in:-
A Ring Beams 28 CM
B Columns 15 CM
C 150 mm thick suspended slab 301 SM
High tensile square twisted to B.S 4461 as described in:-
D Assorted reinforcements 11,125 Kg
Sawn formwork as described to:-
E Vertical sides of columns 199 SM
F Sides and horizontal soffits of beams 328 SM
G Soffits of suspended slab 301 SM
H Edge of suspended slab over 75 and not exceeding 150 mm high 95 LM
Precast Concrete fins
JSupply and fix precast conrete fins 7150 mm length x 400 mm wide
x 100 mm thick to Architect' s approval 35 No
Carried to Summary of Bill No. 4 K.Shs
Bill No. 4
El. No. 1
R.C. Frame
4/1/1
Item Description Qty Unit Rate Amount
ELEMENT NO. 2
EXTERNAL WALLING
Fine chisel dressed natural stone walling bedded and jointed in
cement and sand (1:4) mortar
A 200 mm walls reinforced with hoop iron at alternate course 109 SM
Precast concrete 20 in lintel as described
B Lintel size 200 x 200 mm 10 LM
INTERNAL WALLING
Medium chisel dressed/machine cut natural stone walling as before
described
C 200 mm walls reinforced with hoop iron at alternate course 132 SM
D 150 mm walls ditto 35 SM
Horizontal Damp proof course to B.S 743 (measured net - no
allowance for lapse)
E 200 mm wide 54 LM
F 150 mm wide 18 LM
The following in timber folding partitions
Frames and Finishings
G 150 x 50 mm Rebated frame, plugged 16 LM
H 38 x 25 mm moulded architrave 16 LM
J 15 mm diameter quadrant beading 16 LM
K Door size 800 x 2450 mm high comprising 50 x 50 timber framing
at 600 centres both ways: covered both sides with 20mm thick block
board 8 No
IRONMONGERY
Supply and fix the following ironmongery as before described
L 100 mm wide brass butt hinges 32 PRS
M 3- Lever mortice lock 8 No
N Tower bolt 100 mm long 16 No
O 25 mm Diameter rubber door stop raw bolted to floor to wall 8 No.
Carried to Collection K.Shs
Bill No. 4
El. No. 2
Walling
4/4/1
Item Description Qty Unit Rate Amount
Balustrading
All metalwork to be primed with one coat red
oxide primer before fixing
The following in Balconies
A Pockets in concrete or blockwork size 75 x 75 x 50 mm deep for end
of balusters 7 No.
Mild Steel
B 50 mm Diameter x 3 mm thick mild steel hand rail welded to mild
steel balusters 6 LM
C 12 mm thick flat vertical middle rails 850 mm long , one end welded
to mild steel hand rail and other welded to horizontal middle rail.
60 No.
D 50 x 50 x 3 mm thick mild steel baluster 1000 mm long one end
welded to mild steel handrail and other fish tailed and cast into
prepared mortise in concrete 7 No.
E 25 x 50 x 3 mm Mild steel RHS horizontal middle rails welded to
mild steel balusters 6 LM
Prepare and apply two coats gloss oil paint to metalwork as
described
Externally on:
F General surfaces of railing 12 SM
Carried to Collection K.Shs
COLLECTION
Page No. 4/4/1
Page No. 4/4/2
TOTAL AMOUNT OF ELEMENT NO. 2
WALLING
Carried to Summary of Bill No.1 K.Shs
Bill No. 4
El. No. 2
Walling
4/4/2
Item Description Qty Unit Rate Amount
ELEMENT NO. 3
WINDOWS
Precast concrete (1:2:4) in:-
A Window cill size 100 x 100 x 12 mm thick once sunk with finished
fairface on exposed surfaces 51 LM
Wrot mahogany
B 200 x 25 mm Windo board plugged to wall 51 LM
C 15 mm diameter quadrant beading 51 LM
Steel curtain rod
D Supply and install steel pipe curtain rails fixed with steel finials (m.s)
and approved rollers including primimg and applying wrot metal
paint to give texture of artic iron 48 LM
E Extra over curtain rod for end finials 44 No.
Supply, assemble & fix the following purpose made steel casement
window; in heavy duty 25 x 25 mm 'Z' & 'T' sections, 4 mm thick;
meyric W20 range; fabricated to approved detailed designs; 'french'
style, small panneled: 200 x 300 mm equal panes; hooded mosquito
proofed permanent vents, pin type hinges; polished brass
ironmongery to M/s Kensmetal Ltd or any other equal and
approved, fasteners, window stays, fixing lags and applying two
coats red oxide primer before fixing
F Window size 2800 x 1500 mm high overall, in 2 No. panels
openable sliding and 1 No. Fixed panel 8 No.
G Ditto size 2800 x 600 mm high ditto 4 No.
H Ditto size 1600 x 600 mm high ditto 3 No.
H Ditto size 1400 x 600 mm high ditto 7 No.
J Ditto size 900 x 600 mm high ditto 2 No.
K Ditto size 600 x 600 mm high ditto 1 No.
Carried to Collection K.Shs
Bill No. 4
El. No. 3
Windows
4/3/1
Item Description Qty Unit Rate Amount
4 mm clear sheet glass and glazing to metal with putty as described
in:
A Panes over 0.10 and not exceeding 0.50 square metres 47 SM
4 mm thick obscure sheet glass as before described:-
B Panes over 0.10 and not exceeding 0.50 square metres 3 SM
Painting and decorating
Prepare touch up primer and apply two undercoats and one finishing
coat gloss oil paint on metal work as described:-
Internally on:-
C General surfaces of windows 50 SM
D General surfaces of grilles 100 SM
Externally on:-
E General surfaces of windows 50 SM
Prepare and apply three coats polyurethane clear varnish to
woodwork as before described
F Surfaces of over 100 and not exceeding 200 mm girth 51 LM
G Ditto but not exceeding 100 mm girth 51 LM
Carried to Collection K.Shs
COLLECTION
Page No. 4/3/1
Page No. 4/3/2
TOTAL AMOUNT OF ELEMENT NO. 3
WINDOWS
Carried to Summary of Bill No. 2 Kshs.
Bill No. 4
El. No. 3
Windows
4/2
Item Description Qty Unit Rate Amount
ELEMENT NO. 4
DOORS
EXTERNAL DOORS
Supply and fix the following in purpose made steel casement doors
AS DESCRIBED
A Steel door size 900 x 2400 mm high overall 8 No.
IRONMONGERY
Supply and fix the following ironmongery ABD
B 3- Lever steel door lock 8 No.
C 25 mm diameter rubber door stop 8 No.
4 mm clear sheet glass and glazing to metal with putty as described
in:
D Panes over 0.1 and not exceeding 0.50 square metres 2 SM
Prepare touch up primer and apply two undercoats and one finishing
coat gloss oil paint on metal work as described:-
Internally on:-
E General surfaces of doors 17 SM
Externally on
F General surfaces of doors 17 SM
INTERNAL DOORS
Flush door to B.S 459 part 11 faced both sides with 6 mm mahogany
veneer hardwood lipped all round
G 45 mm Thick (finished) internal quality solid cored flush double
swing door size 1200 x 2400 mm high 1 No.
H Ditto but single door size 900 x 2400 mm high overall 2 No.
J Ditto size 900 x 2100 mm high 3 No.
Glazing
K 4mm thick clear sheet glass and glazing with and including 25 x
25mm mahogany beading to hardwood frames (m.s.) in panes
exceeding 0.10m2 but not exceeding 0.50m
2
in fanlights
1 SM
Frames and Finishings
L 150 x 50 mm Rebated frame, plugged 35 LM
Carried to Collection K.Shs
Bill No. 4
El. No. 4
Doors
4/4/1
Item Description Qty Unit Rate Amount
A 38 x 25 mm moulded architrave 35 LM
B 15 mm diameter quadrant beading 35 LM
IRONMONGERY
Supply and fix the following ironmongery as before described
C 100 mm wide brass butt hinges 9 Prs
D 3- Lever mortice lock 6 No.
E 25 mm Diameter rubber door stop raw bolted to floor to wall 6 No.
F WC indicator bolt as "union 8704" 3 No.
G Signage "FEMALE", "MALE", "DISABLED" 3 No.
H Door closer as Union ref 8850 2 No.
4 mm clear sheet glass and glazing to metal with putty as described
in:
J Panes over 0.1 and not exceeding 0.50 square metres 2 SM
Prepare and apply one coat aluminium primer on woodwork before
fixing
K Surfaces over 100 and not exceeding 200 mm girth 35 LM
L Ditto not exceeding 100mm girth 70 LM
Prepare and apply three coats polyurethane clear varnish to
woodwork as before described
Internally on:-
M Surfaces over 200 and not exceeding 300 mm girth 35 LM
N Ditto not exceeding 100mm girth 70 LM
O General surfaces of doors (b.s.m) 26 SM
Carried to Collection K.Shs
COLLECTION
Page No. 4/4/1
Page No. 4/4/2
TOTAL AMOUNT OF ELEMENT NO. 3
DOORS
Carried to Summary of Bill No. 2 K.Shs
Bill No. 4
El. No. 4
Doors
4/4/2
Item Description Qty Unit Rate Amount
ELEMENT NO. 5
FINISHES
15mm Thick cement and sand (1:4) woodfloated render as described
to:-
A Sides of walls 79 SM
B Sides and soffits of beams 43 SM
C Sides of columns 50 SM
INTERNAL FINISHES
Floor Finishes
Cement and sand (1:4) screed as described in:-
D 32 mm thick backing to receive ceramic tiles 282 SM
E 32 mm Thick backing to receive non - slip ceramic tiles 29 SM
450 x 450 x 8 mm Approved ceramic tiles on screed backing (m.s)
with straight joints and pointing in matching cement as described
F Paving floor 311 SM
G 100 x 8 mm thick tile skirting 240 LM
15 mm thick two coat gauged lime plaster to:-
H Sides of walls 355 SM
J Sides and soffits of beams 123 SM
K Window and door reveals 181 LM
15 mm thick cement and sand (1:4) in:-
L Floated screed backing on walls to receive white glazed wall tiles
(m.s)
88 SM
Glazed wall tiles as described
M 6 mm thick wall tiles on screed ABD 88 SM
Ceiling Finishes
15 mm Thick two coat gauged lime plaster to:-
N Horizontal soffits of suspended slab 301 SM
Carried to Collection K.Shs
Bill No. 4
El.No. 5
Finishes
4/5/1
Item Description Qty Unit Rate Amount
Painting
Prepare and apply three coats premium quality plastic emulsion paint
to Architect's Approval :-
A Plastered Ceiling surfaces. 301 SM
Prepare and apply three coats gloss oil paint as described:-
Internally on:-
B Sides of walls 355 SM
C Sides and soffits of beams 123 SM
D Window and door reveals 181 LM
E Sides of timber partitions 32 SM
Prepare and apply three coats first quality weather guard paint to
Architect's approval:-
F Sides of walls 79 SM
G Sides and soffits of beams 43 SM
H Sides of columns 50 SM
J Sides of concrete fins 250 SM
Carried to Collection K.Shs
COLLECTION
Page No. 4/5/1
Page No. 4/5/2
TOTAL AMOUNT OF ELEMENT NO. 5
FINISHES
Carried to Summary of Bill No. 4 K.Shs
Bill No. 4
El.No. 5
Finishes
4/5/2
Item Description Qty Unit Rate Amount
Bill No. 4
GROUND FLOOR
SUMMARY
ELEMENT NO. PAGE NO.
1. REINFORCED CONCRETE SUPERSTRUCTURE 36893
2. WALLING 37289
3. WINDOWS 37289
4. DOORS 37348
5. FINISHES 37378
TOTAL AMOUNT OF BILL NO. 1
GROUND FLOOR
Carried to Summary of Section No. 3
Bill No. 4
GROUND FLOOR
4/S/1
Item Description Qty Unit Rate Amount
BILL NO. 5
FIRST FLOOR
ELEMENT NO. 1
REINFORCED CONCRETE SUPERSTRUCTURE
Vibrated reinforced concrete Class 20 as described in:-
A Ring Beams 28 CM
B Columns 15 CM
C 150 mm thick suspended slab 301 SM
High tensile square twisted to B.S 4461 as described in:-
D Assorted reinforcements 11,125 Kg
Sawn formwork as described to:-
E Vertical sides of columns 199 SM
F Sides and horizontal soffits of beams 328 SM
G Soffits of suspended slab 301 SM
H Edge of suspended slab over 75 and not exceeding 150 mm high 95 LM
TOTAL AMOUNT OF ELEMENT NO. 1
REINFORCED CONCRETE SUPERSTRUCTURE
Carried to Summary of Bill No.5 K.Shs
Bill No.5
El. No. 1
R.C.Frame
5/1/1
Item Description Qty Unit Rate Amount
ELEMENT NO. 2
EXTERNAL WALLING
Fine chisel dressed natural stone walling bedded and jointed in cement
and sand (1:4) mortar
A 200 mm walls reinforced with hoop iron at alternate course 110 SM
Precast concrete 20 in lintel as described
B Lintel size 200 x 200 mm 15 LM
INTERNAL WALLING
Medium chisel dressed/machine cut natural stone walling as before
described
C 200 mm walls reinforced with hoop iron at alternate course 135 SM
D 100 mm walls ditto 19 SM
Balustrading
All metalwork to be primed with one coat red
oxide primer before fixing
The following in Balconies
E Pockets in concrete or blockwork size 75 x 75 x 50 mm deep for end of
balusters 9 No.
Mild Steel
F 50 mm Diameter x 3 mm thick mild steel hand rail welded to mild steel
balusters 8 LM
G 12 mm thick flat vertical middle rails 850 mm long , one end welded to
mild steel hand rail and other welded to horizontal middle rail.
80 No.
H 50 x 50 x 3 mm thick mild steel baluster 1000 mm long one end welded
to mild steel handrail and other fish tailed and cast into prepared mortise
in concrete 9 No.
J 25 x 50 x 3 mm Mild steel RHS horizontal middle rails welded to mild
steel balusters 8 LM
Prepare and apply two coats gloss oil paint to metalwork as described
Externally on:
K General surfaces of railing 16 SM
TOTAL AMOUNT OF ELEMENT NO. 2
WALLING
Carried to Summary of Bill No.5 K.Shs
Bill No.5
El. No. 2
Walling
5/2/1
Item Description Qty Unit Rate Amount
ELEMENT NO. 3
WINDOWS
Precast concrete (1:2:4) in:-
A Window cill size 100 x 100 x 12 mm thick once sunk with finished fairface
on exposed surfaces 54 LM
Wrot mahogany
B 200 x 25 mm Windo board plugged to wall 54 LM
C 15 mm diameter quadrant beading 54 LM
Steel curtain rod
D Supply and install steel pipe curtain rails fixed with steel finials (m.s) and
approved rollers including primimg and applying wrot metal paint to give
texture of artic iron 49 LM
E Extra over curtain rod for end finials 44 No.
Supply, assemble & fix the following purpose made steel casement
window; in heavy duty 25 x 25 mm 'Z' & 'T' sections, 4 mm thick; meyric
W20 range; fabricated to approved detailed designs; 'french' style, small
panneled: 200 x 300 mm equal panes; hooded mosquito proofed
permanent vents, pin type hinges; polished brass ironmongery to M/s
Kensmetal Ltd or any other equal and approved, fasteners, window stays,
fixing lags and applying two coats red oxide primer before fixing
F Window size 2800 x 1500 mm high overall, in 2 No. panels openable
sliding and 1 No. Fixed panel 8 No.
G Ditto size 2800 x 600 mm high ditto 5 No.
H Ditto size 1600 x 600 mm high ditto 4 No.
H Ditto size 1400 x 600 mm high ditto 7 No.
J Ditto size 900 x 600 mm high ditto 2 No.
4 mm clear sheet plate and glazing to metal with putty as described in :-
K Panes over 0.10 and not exceeding 0.50 square metres 50 SM
4 mm thick obscure sheet glass as before described:-
L Panes over 0.10 and not exceeding 0.50 square metres 3 SM
Carried to Collection K.Shs
Bill No. 5
Section No. 3
El. No. 3
Windows
5/3/1
Item Description Qty Unit Rate Amount
Painting and decorating
Prepare touch up primer and apply two undercoats and one finishing coat
gloss oil paint on metal work as described:-
Internally on:-
A General surfaces of windows 53 SM
B General surfaces of grilles 106 SM
Externally on:-
C General surfaces of windows 53 SM
Prepare and apply three coats polyurethane clear varnish to woodwork as
before described
D Surfaces of over 100 and not exceeding 200 mm girth 54 LM
E Ditto not exceeding 100 mm girth 54 LM
Carried to Collection K.Shs
COLLECTION
Page No. 5/3/1
Page No. 5/3/2
TOTAL AMOUNT OF ELEMENT NO. 3
WINDOWS
Carried to Summary of Bill No. 2 Kshs.
Bill No. 5
El. No. 3
Windows
5/3/2
Item Description Qty Unit Rate Amount
ELEMENT NO. 4
DOORS
EXTERNAL DOORS
Supply and fix the following in purpose made steel casement doors AS
DESCRIBED
A Steel door size 900 x 2400 mm high overall in double leaves comprising
overhead fixed light size 1500 x 300 mm high.10 No.
IRONMONGERY
Supply and fix the following ironmongery ABD
B 3- Lever steel door lock 10 No.
C 25 mm diameter rubber door stop 10 No.
4 mm clear sheet glass and glazing to metal with putty as described in:
D Panes over 0.1 and not exceeding 0.50 square metres 3 SM
Prepare touch up primer and apply two undercoats and one finishing coat
gloss oil paint on metal work as described:-
Internally on:-
E General surfaces of doors 22 SM
Externally on
F General surfaces of doors 22 SM
INTERNAL DOORS
Flush door to B.S 459 part 11 faced both sides with 6 mm mahogany
veneer hardwood lipped all round
G 45 mm Thick (finished) internal quality solid cored flush door size 1200 x
2400mm high overall 1 No.
H Ditto door size 900 x 2100 mm high 5 No.
Frames and Finishings
J 150 x 50 mm Rebated frame, plugged 33 LM
K 38 x 25 mm moulded architrave 33 LM
L 15 mm diameter quadrant beading 33 LM
Carried to Collection K.Shs
Bill No. 5
El. No. 4
Doors
5/4/1
Item Description Qty Unit Rate Amount
IRONMONGERY
Supply and fix the following ironmongery as before described
A 100 mm wide brass butt hinges 9 Prs
B 3- Lever mortice lock 6 No.
C 25 mm Diameter rubber door stop raw bolted to floor to wall 6 No.
D WC indicator bolt as "union 8704" 3 No.
E Signage "FEMALE", "MALE", "DISABLED" 3 No.
F Door closer as Union ref 8850 2 No.
4 mm clear sheet glass and glazing to metal with putty as described in:
G Panes over 0.1 and not exceeding 0.50 square metres 1 SM
Prepare and apply one coat aluminium primer on woodwork before fixing
H Surfaces over 100 and not exceeding 200 mm girth 33 LM
J Ditto not exceeding 100mm girth 66 LM
Prepare and apply three coats polyurethane clear varnish to woodwork as
before described
Internally on:-
K Surfaces over 200 and not exceeding 300 mm girth 33 LM
L Ditto not exceeding 100mm girth 66 LM
M General surfaces of doors (b.s.m) 25 SM
Carried to Collection K.Shs
COLLECTION
Page No. 5/4/1
Page No. 5/4/2
TOTAL AMOUNT OF ELEMENT NO. 4
DOORS
Carried to Summary of Bill No. 2 K.Shs
Bill No. 5
El. No. 4
Doors
5/4/2
Item Description Qty Unit Rate Amount
ELEMENT NO. 5
FINISHES
15mm Thick cement and sand (1:4) woodfloated render as described to:-
A Sides of walls 80 SM
B Sides and soffits of beams 43 SM
C Sides of columns 50 SM
INTERNAL FINISHES
Floor Finishes
Cement and sand (1:4) screed as described in:-
D 32 mm thick backing to receive ceramic tiles 252 SM
E 32 mm Thick backing to receive non - slip ceramic tiles 29 SM
450 x 450 x 8 mm Approved ceramic tiles on screed backing (m.s) with
straight joints and pointing in matching cement as described
F Paving floor 281 SM
G 100 x 8 mm thick tile skirting 232 LM
15 mm thick two coat gauged lime plaster to:-
H Sides of walls 348 SM
J Sides and soffits of beams 123 SM
K Window and door reveals 187 LM
15 mm thick cement and sand (1:4) in:-
L Floated screed backing on walls to receive white glazed wall tiles (m.s) 70 SM
Glazed wall tiles as described
M 6 mm thick wall tiles on screed ABD 70 SM
Carried to Collection K.Shs
Bill No. 5
El.No. 5
Finishes
5/5/1
Item Description Qty Unit Rate Amount
Ceiling Finishes
15 mm Thick two coat gauged lime plaster to:-
A Horizontal soffits of suspended slab 301 SM
Painting
Prepare and apply three coats premium quality plastic emulsion paint to
Architect's Approval :-
B Plastered Ceiling surfaces. 301 SM
Prepare and apply three coats gloss oil paint as described:-
Internally on:-
C Sides of walls 348 SM
D Sides and soffits of beams 123 SM
E Window and door reveals 187 LM
Prepare and apply three coats first quality weather guard paint to
Architect's approval:-
F Sides of walls 80 SM
G Sides and soffits of beams 43 SM
H Sides of columns 50 SM
Carried to Collection K.Shs
COLLECTION
Page No. 5/5/1
Page No. 5/5/2
TOTAL AMOUNT OF ELEMENT NO. 5
FINISHES
Carried to Summary of Bill No. 2 K.Shs
Bill No. 5
El. No. 5
Finishes
5/5/2
Item Description Qty Unit Rate Amount
BILL NO. 5
SUMMARY
ELEMENT NO. PAGE NO.
1. REINFORCED CONCRETE SUPERSTRUCTURE 5/1/1
2. WALLING 5/2/1
3. WINDOWS 5/3/2
4. DOORS 5/4/2
5. FINISHES 5/5/2
TOTAL AMOUNT OF Bill No. 5
FIRST FLOOR
Carried to Summary of Section No. 3
Bill No. 5
GROUND FLOOR
5/S/1
Item Description Qty Unit Rate Amount
BILL NO. 6
SECOND FLOOR
ELEMENT NO. 1
REINFORCED CONCRETE SUPERSTRUCTURE
Vibrated reinforced concrete Class 20 as described in:-
A Ring Beams 27 CM
B Gutter beam 38 CM
C Columns 12 CM
High tensile square twisted to B.S 4461 as described in:-
D Assorted reinforcements 10,624 Kg
Sawn formwork as described to:-
E Vertical sides of columns 179 SM
F Sides and horizontal soffits of beams 253 SM
G Sides and horizontal soffits of gutter beams 332 SM
TOTAL AMOUNT OF ELEMENT NO. 2
REINFORCED CONCRETE SUPERSTRUCTURE
Carried to Summary of Bill No. 6 K.Shs
Bill no. 6
El. No. 1
R.C.Frame
6/1/1
Item Description Qty Unit Rate Amount
ELEMENT NO. 2
EXTERNAL WALLING
Fine chisel dressed natural stone walling bedded and jointed in cement
and sand (1:4) mortar
A 200 mm walls reinforced with hoop iron at alternate course 90 SM
B Ditto gable wall 21 SM
Precast concrete 20 in lintel as described
C Lintel size 200 x 200 mm 15 LM
INTERNAL WALLING
Medium chisel dressed/machine cut natural stone walling as before
described
D 200 mm walls reinforced with hoop iron at alternate course 147 SM
E 100 mm walls ditto 19 SM
Precast concrete 20 in lintel as described
F 300 x 50 mm thick coping stone fair faced on all exposed surfaces,
weathered and throated 83 LM
Balustrading
All metalwork to be primed with one coat red
oxide primer before fixing
The following in Balconies
G Pockets in concrete or blockwork size 75 x 75 x 50 mm deep for end of
balusters 9 No.
Mild Steel
H 50 mm Diameter x 3 mm thick mild steel hand rail welded to mild steel
balusters 8 LM
J 12 mm thick flat vertical middle rails 850 mm long , one end welded to
mild steel hand rail and other welded to horizontal middle rail.
80 No.
K 50 x 50 x 3 mm thick mild steel baluster 1000 mm long one end welded
to mild steel handrail and other fish tailed and cast into prepared mortise
in concrete 9 No.
L 25 x 50 x 3 mm Mild steel RHS horizontal middle rails welded to mild
steel balusters 8 LM
Carried to Collection K.Shs
Bill No. 6
El. No. 2
Walling
6/2/1
Item Description Qty Unit Rate Amount
Prepare and apply two coats gloss oil paint to metalwork as described
Externally on:
A General surfaces of railing 16 SM
Carried to Collection K.Shs
COLLECTION
Page No. 6/2/1
Page No. 6/2/2
TOTAL AMOUNT OF ELEMENT NO. 2
WALLING
Carried to Summary of Bill No. 6 K.Shs
Bill No. 6
El. No. 2
Walling
6/2/2
Item Description Qty Unit Rate Amount
ELEMENT NO. 3
ROOFING AND RAINWATER DISPOSAL
Sawn treated cypress
The following in 11 No. truss type T1 spanning 13000 mm x 3460 mm
raised approximately 10800 mm above ground level
A 150 x 50 mm thick rafter 307 LM
B 150 x 50 mm thick tie beam 238 LM
C 100 x 50 mm struts/ties 484 LM
D 100 x 50 mm thick king post 69 LM
Other members
E 100 x 50 mm thick wall plate 83 LM
F 100 X 50 mm thick purlins 277 LM
G 150 x 50 mm thick Hip rafters 33 LM
H 150 x 50 mm thick Valley rafters 15 LM
J 250 x 25 mm thick Ridge board 35 LM
Wrot treated Cypress
K 250 x 50 mm Fascia or barge boards 97 LM
Roofing Covering
28 Gauge "IT5 Resincot" pre-painted galvanized iron sheet roofing as
described
L Roof covering 425 SM
M Matching ridge capping 600 mm girth 35 LM
N Ditto but hip capping 33 LM
16 Gauge mild steel rainwater goods with lapped riveted and soldered
joints including all labour
O 600 mm girth valley gutters 15 LM
Eaves Finish
Standard grade pine T & G Ceiling
P 75 x 25 mm Thick T & G boarding nails on and including 50 x 50 mm
sawn cypress brandering at 600 mm centres both ways 58 SM
Carried to Collection K.Shs
Bill No. 6
El. No. 3
Roofing
6/3/1
Item Description Qty Unit Rate Amount
A 75 x 25 mm wrot cypress moulded Cornice, plugged 194 LM
Prepare and apply three coats polyurethane clear varnish on woodwork
as described:-
B Surfaces over 200 and not exceeding 300 mm girth 97 LM
C General surfaces of T&G boarding 58 SM
Reinforced Concrete Gutter Finishes
D 25 mm Thick average light weight vermiculite screed laid to falls on slab
including dressing around outlets. 208 SM
E APP / EPDM membrane with mineral surface finish : weighting 4kg/m2 :
laid on primer with "torch-on" process : from an approved manufacturer :
finish to horizontal roof slabs and walls executed by specialist under 10
years guarantee
F Sides and horizontal surfaces of Gutters to Structural Engineer's details and
approval 208 SM
G Extra over working around rain water outlets (Provisional) 7 No.
U.P.V.C. Soil and vent pipes with solvent weld joints and fittings and
jointing and fixing
H 100 mm Diameter rainwater downpipe fixed to wall with and including
all mild steel holder butts 65 LM
Extra-over for
J 100 mm diameter UPVC fulbora outlet 7 No.
K Rainwater swanneck bend 7 No.
L Rainwater anti-splash shoe 7 No.
Carried to Collection K.Shs
COLLECTION
Page No. 6/3/1
Page No. 6/3/2
TOTAL AMOUNT OF ELEMENT NO. 5
ROOF
Carried to Summary of Bill No. 6 Kshs.
Bill No. 6
El. No. 3
Roofing
6/3/2
Item Description Qty Unit Rate Amount
ELEMENT NO. 4
WINDOWS
Window cill
A Machine cut quarry stone Window cill size 250 x 65 mm ABD 52 LM
Wrot mahogany
B 200 x 25 mm Window board plugged to wall 52 LM
C 15 mm diameter quadrant beading 52 LM
Steel curtain rod
D
Supply and install steel pipe curtain rails fixed with steel finials (m.s) and
approved rollers including primimg and applying wrot metal paint to
give texture of artic iron 47 LM
E Extra over curtain rod for end finials 42 No.
Supply, assemble & fix the following purpose made steel casement
window; in heavy duty 25 x 25 mm 'Z' & 'T' sections, 4 mm thick; meyric
W20 range; fabricated to approved detailed designs; 'french' style, small
panneled: 200 x 300 mm equal panes; hooded mosquito proofed
permanent vents, pin type hinges; polished brass ironmongery to M/s
Kensmetal Ltd or any other equal and approved, fasteners, window stays,
fixing lags and applying two coats red oxide primer before fixing
FWindow size 2800 x 1500 mm high overall, in 2 No. panels openable
sliding and 1 No. Fixed panel 8 No.
G Ditto size 2800 x 600 mm high ditto 4 No.
H Ditto size 1600 x 600 mm high ditto 4 No.
J Ditto size 1451 x 600 mm high ditto 1 No.
K Ditto size 1400 x 600 mm high ditto 6 No.
L Ditto size 900 x 600 mm high ditto 2 No.
Carried to Collection K.Shs
Bill No. 6
El. No. 4
Windows
6/4/1
Item Description Qty Unit Rate Amount
4 mm clear sheet plate and glazing to metal with putty as described in :-
A Panes over 0.10 and not exceeding 0.50 square metres 48 SM
4 mm thick obscure sheet glass as before described:-
B Panes over 0.10 and not exceeding 0.50 square metres 3 SM
Painting and decorating
Prepare touch up primer and apply two undercoats and one finishing
coat gloss oil paint on metal work as described:-
Internally on:-
C General surfaces of windows 51 SM
D General surfaces of grilles 102 SM
Externally on:-
E General surfaces of windows 51 SM
Prepare and apply three coats polyurethane clear varnish to woodwork
as before described
F Surfaces of over 100 and not exceeding 200 mm girth 49 LM
Carried to Collection K.Shs
COLLECTION
Page No. 6/4/1
Page No. 6/4/2
TOTAL AMOUNT OF ELEMENT NO. 4
WINDOWS
Carried to Summary of Bill No. 4 Kshs.
Bill No. 6
El. No. 4
Windows
6/4/2
Item Description Qty Unit Rate Amount
ELEMENT NO. 5
DOORS
EXTERNAL DOORS
Flush door to B.S 459 part 11 faced both sides with 6 mm mahogany
veneer hardwood lipped all round
A 45 mm Thick (finished) internal quality solid cored flush door size 900 x
2400 mm high 8 No.
Frames and Finishings
B 150 x 50 mm Rebated frame, plugged 48 LM
C 38 x 25 mm moulded architrave 48 LM
D 15 mm diameter quadrant beading 48 LM
4 mm clear sheet glass and glazing to metal with putty as described in:
E Panes over 0.1 and not exceeding 0.50 square metres 2 SM
IRONMONGERY
Supply and fix the following ironmongery ABD
F 100 mm wide brass butt hinges 12 Prs
G 3- Lever mortice lock 8 No.
H 25 mm Diameter rubber door stop raw bolted to floor to wall 8 No.
J Signage "CLASSROOM" 3 No.
Prepare and apply one coat aluminium primer on woodwork before
fixing
K Surfaces over 100 and not exceeding 200 mm girth 48 LM
L Ditto not exceeding 100 mm girth 96 LM
Prepare and apply three coats polyurethane clear varnish to woodwork
as before described
Internally on:-
M Surfaces over 200 and not exceeding 300 mm girth 48 LM
N Ditto not exceeding 100 mm girth 96 LM
O General surfaces of doors (b.s.m) 35 SM
Carried to Collection K.Shs
Bill No. 6
El. No. 5
Doors
6/5/1
Item Description Qty Unit Rate Amount
Flush door to B.S 459 part 11 faced both sides with 6 mm mahogany
veneer hardwood lipped all round
A 45 mm Thick (finished) internal quality solid cored flush door size 900 x
2400 mm high 2 No.
B Ditto but size 900 x 2100 mm high 5 No.
Frames and Finishings
C 150 x 50 mm Rebated frame, plugged 39 LM
D 38 x 25 mm moulded architrave 39 LM
E 15 mm diameter quadrant beading 39 LM
IRONMONGERY
Supply and fix the following ironmongery as before described
F 100 mm wide brass butt hinges 10.5 Prs
G 3- Lever mortice lock 7 No.
H 25 mm Diameter rubber door stop raw bolted to floor to wall 7 No.
J WC indicator bolt as "union 8704" 5 No.
K Signage "MALE", "KITCHEN" 2 No.
L Door closer as Union ref 8850 1 No.
Prepare and apply one coat aluminium primer on woodwork before
fixing
M Surfaces over 100 and not exceeding 200 mm girth 39 LM
N Ditto but not exceeding 100 mm girth 78 LM
Prepare and apply three coats polyurethane clear varnish to woodwork
as before described
Internally on:-
O Surfaces over 200 and not exceeding 300 mm girth 39 LM
P Ditto but not exceeding 100 mm girth 78 LM
Q General surfaces of doors (b.s.m) 28 SM
Carried to Collection K.Shs
Bill No. 6
El. No. 5
Doors
6/5/2
Item Description Qty Unit Rate Amount
COLLECTION
Page No. 6/5/1
Page No. 6/5/2
TOTAL AMOUNT OF ELEMENT NO. 5
DOORS
Carried to Summary of Bill No. 6 K.Shs
Bill No. 6
El. No. 5
Doors
6/5/3
Item Description Qty Unit Rate Amount
ELEMENT NO. 6
FINISHES
15mm Thick cement and sand (1:4) woodfloated render as described to:-
A Sides of walls 111 SM
B Sides and soffits of beams 57 SM
C Sides of columns 74 SM
INTERNAL FINISHES
Floor Finishes
Cement and sand (1:4) screed as described in:-
D 32 mm thick backing to receive ceramic tiles 252 SM
E 32 mm Thick backing to receive non - slip ceramic tiles 29 SM
450 x 450 x 8 mm Approved ceramic tiles on screed backing (m.s) with
straight joints and pointing in matching cement as described
F Paving floor 281 SM
G 100 x 8 mm thick tile skirting 232 LM
15 mm thick two coat gauged lime plaster to:-
H Sides of walls 371 SM
J Sides and soffits of beams 196 SM
K Window and door reveals 187 LM
15 mm thick cement and sand (1:4) in:-
L Floated screed backing on walls to receive white glazed wall tiles (m.s) 72 SM
Glazed wall tiles as described
M 6 mm thick wall tiles on screed ABD 72 SM
Chipboard Ceiling
N 12 mm thick chipboard ceiling lining fixed to and including 50 x 50 mm
sawn cypress brandering at 600 mm centres both 312 SM
Carried to Collection K.Shs
Bill No. 6
El.No. 6
Finishes
6/6/1
Item Description Qty Unit Rate Amount
A Extra over ditto for forming 600 x 600 mm access panel with 50 x 50
mm sawn celcured cypress framing including trimming softwood
brandering and chipboard lining 2 No.
B 75 x 25 mm moulded Cornice, plugged 220 LM
Painting
Prepare and apply three coats premium quality plastic emulsion paint to
Architect's Approval :-
C Soffits of chipboard ceiling 312 SM
Prepare and apply three coats gloss oil paint as described:-
Internally on:-
D Sides of walls 371 SM
E Sides and soffits of beams 196 SM
F Window and door reveals 187 LM
Prepare and apply three coats first quality weather guard paint to
Architect's approval:-
G Sides of walls 80 SM
H Sides and soffits of beams 43 SM
J Sides of columns 50 SM
Carried to Collection K.Shs
COLLECTION
Page No. 6/6/1
Page No. 6/6/2
TOTAL AMOUNT OF ELEMENT NO. 6
FINISHES
Carried to Summary of Bill No. 6 K.Shs
Bill No. 6
El.No. 6
Finishes
6/6/2
Item Description Qty Unit Rate Amount
Bill No. 6
SECOND FLOOR
SUMMARY
ELEMENT NO. PAGE NO.
1. REINFORCED CONCRETE SUPERSTRUCTURE 6/1/1
2. WALLING 6/2/1
3. ROOFING 6/3/2
4. WINDOWS 6/4/2
5. DOORS 6/5/3
6. FINISHES 6/6/2
TOTAL AMOUNT OF Bill No. 6
SECOND FLOOR
Carried to Summary of Section No. 3
Bill No. 6
SECOND FLOOR
6/S/1
Item Description Qty Unit Rate Amount
BILL No. 7
RAMPS
Vibrated reinforced concrete (1:2:4) as described in:-
A 175 mm thick Ramp 23 SM
B 175 mm Thick landing 4 SM
High tensile square twisted bars as before described in:-
C Assorted reinforcements 3,303 Kg
Sawn formwork to:-
D Horizontal soffits of landing 4 SM
E Slopping soffits of ramp 23 SM
F Edges of ramp landing 150 - 225mm high 9 LM
G Opening edge of sloping ramps of 175 mm wide (extreme) 33 LM
Finishes
H Pockets in concrete or blockwork size 75 x 75 x 50 mm deep for end of
balusters 34 No.
Mild Steel
J 50 mm Diameter x 3 mm thick mild steel hand rail welded to mild steel
balusters 33 LM
K 12 mm thick flat vertical middle rails 850 mm long , one end welded to
mild steel hand rail and other welded to horizontal middle rail.330 No.
L 50 x 50 x 3 mm thick mild steel baluster 1000 mm long one end welded
to mild steel handrail and other fish tailed and cast into prepared mortise
in concrete 34 No.
M 25 x 50 x 3 mm Mild steel RHS horizontal middle rails welded to mild
steel balusters 33 LM
Prepare and apply two coats gloss oil paint to metalwork as described
Externally on:
N General surfaces of railing 66 SM
Cement and sand (1:4) screed as described in:-
O 32 mm thick to ramps 23 SM
P Ditto to landing 4 SM
Carried to Collection K.Shs
Bill No. 7
Ramp /Staircases
7/1
Item Description Qty Unit Rate Amount
A Edges of ramp landing 175mm high 9 LM
B Opening edge of sloping ramps of 175 mm wide (extreme) 33 LM
300 x 300 x 8 mm Approved non-slip ceramic tiles on screed backing
(miss) with straight joints and pointing in matching cement as described
C Paving to floor/ramps and landing 27 SM
D Edges of ramp landing 175mm high 9 LM
E Opening edge of sloping ramps of 175 mm wide (extreme) 33 LM
F 100 x 10 mm thick tile skirting 26 LM
Two coat lime plasterwork 15 mm thick to: -
G Slopping soffits of ramp 23 SM
H Soffits of landing 4 SM
Prepare and apply three coats gloss oil paint as described:-
Internally on:-
J Plastered soffits of ramps 23 SM
K Plastered soffits of landing 4 SM
Carried to Collection K.Shs
COLLECTION
Page No. 7/1
Page No. 7/2
TOTAL AMOUNT OF BILL NO. 5
RAMP
Carried to Summary of Bill No. 7 K.Shs
Bill No. 5
Ramp
7/2
Item Description Qty Unit Rate Amount
BILL No. 8
P.C AND PROVISIONAL SUMS
ELECTRICAL INSTALLATIONS
A Provide the prime cost sum of Kenya shillings Two Million Six
Hundred Thousand (K.Shs. 2,600,000/-) only for Electrical
Installations to be Executed by a nominated Sub-contractor Item
B Allow for Profit %
C Allow for attendance Item
MECHANICAL SERVICES INSTALLATIONS
D Provide the prime cost sum of Kenya shillings Two Million (K.Shs.
2,000,000/=) only for Mechanical Installations to be executed by a
nominated sub-contractor Item
E Allow for Profit %
F Allow for attendance Item
PROVISIONAL SUMS
CONTINGENCY
G Allow the provisional sum of Kenya shillings Three Million (K.Shs.
3,000,000/-) only for contingencies Item
TOTAL AMOUNT OF BILL NO. 8
P.C. & PROVISIONAL SUMS
TOTAL CARRIED TO MAIN SUMMARY K.Shs
Bill No. 8
P.C & Provisional Sums
8/1
MAIN SUMMARY
Item Description Unit Amount
PROPOSED CLASSROOM & ADMINISTRATION OFFICES FOR MAKINDU KMTC
PHASE ONE
MAIN SUMMARY
BILL No. PAGE NO.
1. BILL No. 1 - PRELIMINARIES 1/1/S
2. BILL No. 2 - PREAMBLES OF TRADE 2/2/S
3. SUBSTRUCTURE
4. GROUND FLOOR 3/2/S/1
5. FIRST FLOOR 3/3/S/1
6. SECOND FLOOR 3/4/S/1
7. RAMP 3/5/2
8. P.C AND PROVISIONAL SUMS
NET TOTAL
ADD 16% VAT
TOTAL CARRIED TO FORM OF TENDER K.SHS.
CONTRACTOR'S SIGNATURE …………………………
NAME ………………………………………………………
ADDRESS …………………………………………………
DATE …………………………………………………….
WITNESS SIGNATURE …………………………………..
NAME ……………………………………………………..
ADDRESS ………………………………………………….
DATE …………………………………………………….
M/S/1
GSPublisherVersion 0.1.100.100
Revision Date
Drawing Title
Status
Scales
Drawing Number
DrawingStatus
Drawn by Checked by Date
Revision
Project Title
Client
Client sign......................................................
ARCHITECTURAL NOTES.
and regulations and NCC requirements.
Authority regulations.2. All figured dimensions to be taken in preference to scaled dimensions.
iron at every alternative course.3. All walls below 200mm to be reinforced with hoop
4. Provide damp proof course (D.P.C.) under all walls.5. P.V. indicates permanent ventilations.6. All drainage passing under building and drive
thick concrete surround.area to be of pvc pipe and encased in 150mm
7. All inspection chambers in drive area to haveheavy duty covers.
1. All works to be carried out in accordance with Local
8. Check all dimensions on site.9. All sanitary work to be in accordance with MOH rules
to be provided under ground floor concrete slab.10. 500g polythene sheeting and anti-termite treatment
12. Automatic booster pump for FHRs to be provided to11. All reinforced concrete works to Structural Eng. detail.
14. Electrical fire alarm system to the approval of Chief Fire Officer.13. 4500 litres reserve for hose reel
the satisfaction of the Chief Fire Officer.
15. Fire alarm and booster to be provided withsecondary power supply.
17. 2x9 litre water and 1x4.5 kg CO2 fire extinguishers16. 2x9 kg Dry Powder Fire Extinguishers at areas shown.
to be provided per floor.
PO BOX. 30846,00100, NAIROBI
TEL. (020) 2318254
NOV, 2019
Architects signature......................................
Design by
C. Tarus
WORKING
APPROVAL
PROPOSED CLASSROOMS &ADMINISTRATION OFFICES FORMAKINDU KMTC TO BE BUILT ON
PLOT NO.MAKINDU, MAKUENI COUNTY
KMTC- MAKINDUPO. BOXMAKINDU
R. KR. K
DESIGNSPEC LIMITED
15
x 22
5 =
3,15
0
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
200 1,300200
1,300 200
3,400
200
3,30
020
02,
700
200
400
200
200 5,800 200 5,800 200 4,600 200 4,000 200
200
6,80
020
08,
800
200
2,850 200 1,825 200 8,800 200 17,800 200
200
200
3,35
010
03,
350
200
200
200
3,35
010
03,
350
200
8,80
020
0
2,10
020
04,
500
200
3,30
020
02,
700
200
400
200
200 2,800 200 7,300 200 1,300 200
200
6,80
020
0
200
1,57
515
0
200
2,55
010
,500
200
200
200
855
900
35,885
3,550 1,600 1,025 1,600 500
12,200 2,800 9,000 3,2001,400
500900 700 1,600 900 2,800 2,100 900 1,461 1,400 1,039 900
249900 900 1,400 951
2,8001,800
3,40
020
0200
200
6,80
020
0
200 2,850 200 2,700 150 1,975 200 5,800 200 8,800 200 8,800 200 3,410 200 8,190 200
3,550 1,600 1,025 1,600 500 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 3,410 200 2,190 200 2,800 200 2,800 200
44,675
200 4,875 200 14,800 200 2,850 100 2,850 200 5,800 200 2,800 200 7,300 200 1,300 200
539 4,100 636 14,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200
3,050 2,025 3,000 3,000 3,000 2,400 600 3,000 3,000 3,000 3,000 3,000 3,000 610 2,390 3,000 3,000
44,675
940 960 1,100
200
3,30
020
02,
700
200
40020
0
1,60
020
03,
700
200
3,10
020
01,
575
150
1,32
515
0 1,00
0150
1,60
020
0
3,50
03,
500
200
1,60
020
03,
700
3,30
080
02,
900
2,45
0
4,35
590
02,
145
1,40
040
020
03,
200
400
200
3,35
010
03,
550
200
14,7
5020
0
7,40
020
01,
600
3,90
03,
100
700
2,50
070
02,
250
200
22,7
50
22,7
50
3,50
03,
500
200
1,60
020
03,
700
3,30
080
02,
900
2,45
0
200 5,800 200400
3,20
040
01,
600
200
3,90
014
159
S-01
S-0101
02
03
04
DISABLEDWC
RAMP
PARKING
AREA
EXISTING
BUILDING
EXISTING
BUILDING
ADMINISTRATION
BLOCK
STUDENTS
LATRINES STAFF
LATRINE
MAKIN
DU
- WO
TE RO
AD
DRIVEWAY
PLAYGROUND
DISABLEDWC
PRINCIPAL'SOFFICE
RECEPTION
BOARDROOM
DEP.PRINCIPAL
DEP.PRINCIPAL
RECEPTION
GENTS
LADIES
WALKWAY
VISITOR'SWASHROOM
STAFF
CUSTOMERCARE
KITCHENETTE
CERAMIC F.F
CERAMIC F.F
CERAMIC F.F
CERAMIC F.F
CERAMIC F.F CERAMIC F.F
CERAMIC F.F
CERAMIC F.F
CERAMIC F.FCERAMIC F.F
CERAMIC F.F
PV PV PV PV PV PV PV PV
PV
PV PV
PVPVPV
PV
PV PV
PV PV
PVPV PV
PV PV PV PV PV PV PV PV
PV
PV
PV
PVPV
PV
PV
PV
PV
PV
MH
MH
MH
MH
MHMHMH
MH
MH MH
MH MHMH
MHMHMH
SEPTICTANK
SOAK PIT
PARKING
GABBRO PAVINGS
18no. of Risers @ 172mm17no. of threads @ 256mm
01
02
0304
05
10
A B C D E F G H J K L M N P Q R S T
0607
0809
11
MH
MH
CLASSROOM CLASSROOM CLASSROOM
CERAMIC F.F CERAMIC F.F CERAMIC F.F
CERAMIC F.FCERAMIC F.F
CERAMIC F.F
SITE PLAN
GSPublisherVersion 0.1.100.100
Revision Date
Drawing Title
Status
Scales
Drawing Number
DrawingStatus
Drawn by Checked by Date
Revision
Project Title
Client
Client sign......................................................
ARCHITECTURAL NOTES.
and regulations and NCC requirements.
Authority regulations.2. All figured dimensions to be taken in preference to scaled dimensions.
iron at every alternative course.3. All walls below 200mm to be reinforced with hoop
4. Provide damp proof course (D.P.C.) under all walls.5. P.V. indicates permanent ventilations.6. All drainage passing under building and drive
thick concrete surround.area to be of pvc pipe and encased in 150mm
7. All inspection chambers in drive area to haveheavy duty covers.
1. All works to be carried out in accordance with Local
8. Check all dimensions on site.9. All sanitary work to be in accordance with MOH rules
to be provided under ground floor concrete slab.10. 500g polythene sheeting and anti-termite treatment
12. Automatic booster pump for FHRs to be provided to11. All reinforced concrete works to Structural Eng. detail.
14. Electrical fire alarm system to the approval of Chief Fire Officer.13. 4500 litres reserve for hose reel
the satisfaction of the Chief Fire Officer.
15. Fire alarm and booster to be provided withsecondary power supply.
17. 2x9 litre water and 1x4.5 kg CO2 fire extinguishers16. 2x9 kg Dry Powder Fire Extinguishers at areas shown.
to be provided per floor.
PO BOX. 30846,00100, NAIROBI
TEL. (020) 2318254
NOV, 2019
Architects signature......................................
Design by
C. Tarus
WORKING
APPROVAL
PROPOSED CLASSROOMS &ADMINISTRATION OFFICES FORMAKINDU KMTC TO BE BUILT ON
PLOT NO.MAKINDU, MAKUENI COUNTY
KMTC- MAKINDUPO. BOXMAKINDU
R. KR. K
DESIGNSPEC LIMITED
15
x 22
5 =
3,15
0
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
200 1,300200
1,300 200
3,400
200
3,30
020
02,
700
200
400
200
200 5,800 200 5,800 200 4,600 200 4,000 200
200
6,80
020
08,
800
200
2,850 200 1,825 200 8,800 200 17,800 200
200
200
3,35
010
03,
350
200
200
200
3,35
010
03,
350
200
8,80
020
0
2,10
020
04,
500
200
3,30
020
02,
700
200
400
200
200 2,800 200 7,300 200 1,300 200
200
6,80
020
0
200
1,57
515
0
200
2,55
010
,500
200
200
200
855
900
35,885
3,550 1,600 1,025 1,600 500
12,200 2,800 9,000 3,2001,400
500900 700 1,600 900 2,800 2,100 900 1,461 1,400 1,039 900
249900 900 1,400 951
2,8001,800
3,40
020
0200
200
6,80
020
0
200 2,850 200 2,700 150 1,975 200 5,800 200 8,800 200 8,800 200 3,410 200 8,190 200
3,550 1,600 1,025 1,600 500 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 3,410 200 2,190 200 2,800 200 2,800 200
44,675
200 4,875 200 14,800 200 2,850 100 2,850 200 5,800 200 2,800 200 7,300 200 1,300 200
539 4,100 636 14,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200
3,050 2,025 3,000 3,000 3,000 2,400 600 3,000 3,000 3,000 3,000 3,000 3,000 610 2,390 3,000 3,000
44,675
940 960 1,100
200
3,30
020
02,
700
200
40020
0
1,60
020
03,
700
200
3,10
020
01,
575
150
1,32
515
0 1,00
0150
1,60
020
0
3,50
03,
500
200
1,60
020
03,
700
3,30
080
02,
900
2,45
0
4,35
590
02,
145
1,40
040
020
03,
200
400
200
3,35
010
03,
550
200
14,7
5020
0
7,40
020
01,
600
3,90
03,
100
700
2,50
070
02,
250
200
22,7
50
22,7
50
3,50
03,
500
200
1,60
020
03,
700
3,30
080
02,
900
2,45
0
200 5,800 200400
3,20
040
01,
600
200
3,90
014
159
S-01
S-0101
02
03
04
DISABLEDWC
RAMP
DISABLEDWC
PRINCIPAL'SOFFICE
RECEPTION
BOARDROOM
DEP.PRINCIPAL
DEP.PRINCIPAL
RECEPTION
GENTS
LADIES
WALKWAY
VISITOR'SWASHROOM
STAFF
CUSTOMERCARE
KITCHENETTE
CERAMIC F.F
CERAMIC F.F
CERAMIC F.F
CERAMIC F.F
CERAMIC F.F CERAMIC F.F
CERAMIC F.F
CERAMIC F.F
CERAMIC F.FCERAMIC F.F
CERAMIC F.F
PV PV PV PV PV PV PV PV
PV
PV PV
PVPVPV
PV
PV PV
PV PV
PVPV PV
PV PV PV PV PV PV PV PV
PV
PV
PV
PVPV
PV
PV
PV
PV
PV
MH
MH
MH
MH
MHMHMH
MH
MH MH
MH MHMH
PARKING
GABBRO PAVINGS
18no. of Risers @ 172mm17no. of threads @ 256mm
01
02
0304
05
10
A B C D E F G H J K L M N P Q R S T
0607
0809
11
MH
MH
CLASSROOM CLASSROOM CLASSROOM
CERAMIC F.F CERAMIC F.F CERAMIC F.F
CERAMIC F.FCERAMIC F.F
CERAMIC F.F
GROUND FLOOR PLAN
GSPublisherVersion 0.1.100.100
Revision Date
Drawing Title
Status
Scales
Drawing Number
DrawingStatus
Drawn by Checked by Date
Revision
Project Title
Client
Client sign......................................................
ARCHITECTURAL NOTES.
and regulations and NCC requirements.
Authority regulations.2. All figured dimensions to be taken in preference to scaled dimensions.
iron at every alternative course.3. All walls below 200mm to be reinforced with hoop
4. Provide damp proof course (D.P.C.) under all walls.5. P.V. indicates permanent ventilations.6. All drainage passing under building and drive
thick concrete surround.area to be of pvc pipe and encased in 150mm
7. All inspection chambers in drive area to haveheavy duty covers.
1. All works to be carried out in accordance with Local
8. Check all dimensions on site.9. All sanitary work to be in accordance with MOH rules
to be provided under ground floor concrete slab.10. 500g polythene sheeting and anti-termite treatment
12. Automatic booster pump for FHRs to be provided to11. All reinforced concrete works to Structural Eng. detail.
14. Electrical fire alarm system to the approval of Chief Fire Officer.13. 4500 litres reserve for hose reel
the satisfaction of the Chief Fire Officer.
15. Fire alarm and booster to be provided withsecondary power supply.
17. 2x9 litre water and 1x4.5 kg CO2 fire extinguishers16. 2x9 kg Dry Powder Fire Extinguishers at areas shown.
to be provided per floor.
PO BOX. 30846,00100, NAIROBI
TEL. (020) 2318254
NOV, 2019
Architects signature......................................
Design by
C. Tarus
WORKING
APPROVAL
PROPOSED CLASSROOMS &ADMINISTRATION OFFICES FORMAKINDU KMTC TO BE BUILT ON
PLOT NO.MAKINDU, MAKUENI COUNTY
KMTC- MAKINDUPO. BOXMAKINDU
R. KR. K
DESIGNSPEC LIMITED
15
x 22
5 =
3,15
0 1
5 x
225
= 3,
150
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
S-01
S-0101
02
03
04
200
6,80
020
01,
800
200
6,80
020
0
200 2,850 200 900100
900100
900100
900100
825 200 5,800 200 8,800 200 8,800 200 3,410 200 8,190200
200
6,80
020
01,
600
200
7,00
020
02,
050
200
3,70
020
0
200
2,70
020
04,
100
200
14,7
5020
0
200
539 4,100 636 2,800 200 2,800 200 8,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200
7,40
01,
400
200
450
3,10
045
03,
000
200
588
900
1,11
290
02,
650
3,550 1,600 1,025 1,600 500 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 660 2,000 950 2,800 200 2,800 200 2,800 200
7,40
01,
600
3,90
03,
100
700
2,50
075
02,
200
200
22,3
50
22,3
50
200 1,825200
900500
1,400 200 2,800 200 1,400500
900200
900500
1,400 200 2,800 200 1,400500
900200
900500
1,400 200 2,800 200 1,400500
900 200500 1,400
2001,830 900
70200
900 1,900200
2,800 200 1,600300
900200
900500
1,400 200 2,800 200 1,400500
900200
200
200
2,05
020
01,
800
100
1,80
0
6,600
200 8,800 200 8,800 200 8,800 200
200
1,80
020
0
200
1,60
020
0
200 5,075 8,200 200 6,400 200 5,800 200 8,800 200 8,800 200
3,050 2,025 3,000 3,000 3,000 2,400 600 3,000 3,000 3,000 3,000 3,000 3,000 610 2,390 3,000 3,000
44,275
44,275
3,050 2,025 3,000 3,000 3,000 2,400 600 3,000 3,000 3,000 3,000 3,000 3,000 610 2,390 3,000 3,000
3,50
03,
500
200
1,60
020
03,
700
3,30
080
02,
900
2,45
0
3,50
03,
500
200
1,60
020
03,
700
3,30
080
02,
900
2,45
0
8,60
21,
898
200
1,60
020
06,
800
200
200 5,800 200 8,800 200 8,800 200
4,30
0
6,600
DISABLEDWC
RAMPCLASSROOM CLASSROOM CLASSROOM
LADIES
CLASSROOM CLASSROOM CLASSROOM
STUDENTS
WALKWAY
CERAMIC F.F CERAMIC F.F CERAMIC F.F
CERAMIC F.F
CERAMIC F.F
CERAMIC F.F
CERAMIC F.F CERAMIC F.F CERAMIC F.F
CERAMIC F.F
CERAMICF.F
PV PV
PV
PV
PV PV PV PV PV PV PV PV
PVPVPV PVPVPVPVPVPVPVPVPVPVPVPV
PV PV PV PV PV PV PVPV PVPV PV PV PV
PVPVPVPVPVPVPVPV
01
02
0304
05
10
A B C D E F G H J K L M N P Q R S T
0607
0809
11
01
02
0304
05
10
0607
0809
11
FIRST FLOOR PLAN
GSPublisherVersion 0.1.100.100
Revision Date
Drawing Title
Status
Scales
Drawing Number
DrawingStatus
Drawn by Checked by Date
Revision
Project Title
Client
Client sign......................................................
ARCHITECTURAL NOTES.
and regulations and NCC requirements.
Authority regulations.2. All figured dimensions to be taken in preference to scaled dimensions.
iron at every alternative course.3. All walls below 200mm to be reinforced with hoop
4. Provide damp proof course (D.P.C.) under all walls.5. P.V. indicates permanent ventilations.6. All drainage passing under building and drive
thick concrete surround.area to be of pvc pipe and encased in 150mm
7. All inspection chambers in drive area to haveheavy duty covers.
1. All works to be carried out in accordance with Local
8. Check all dimensions on site.9. All sanitary work to be in accordance with MOH rules
to be provided under ground floor concrete slab.10. 500g polythene sheeting and anti-termite treatment
12. Automatic booster pump for FHRs to be provided to11. All reinforced concrete works to Structural Eng. detail.
14. Electrical fire alarm system to the approval of Chief Fire Officer.13. 4500 litres reserve for hose reel
the satisfaction of the Chief Fire Officer.
15. Fire alarm and booster to be provided withsecondary power supply.
17. 2x9 litre water and 1x4.5 kg CO2 fire extinguishers16. 2x9 kg Dry Powder Fire Extinguishers at areas shown.
to be provided per floor.
PO BOX. 30846,00100, NAIROBI
TEL. (020) 2318254
NOV, 2019
Architects signature......................................
Design by
C. Tarus
WORKING
APPROVAL
PROPOSED CLASSROOMS &ADMINISTRATION OFFICES FORMAKINDU KMTC TO BE BUILT ON
PLOT NO.MAKINDU, MAKUENI COUNTY
KMTC- MAKINDUPO. BOXMAKINDU
R. KR. K
DESIGNSPEC LIMITED
15
x 22
5 =
3,15
0
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
S-01
S-0101
02
03
04
200
3,50
03,
500
5,70
04,
100
2,90
02,
450
3,50
03,
500
200
1,60
020
03,
700
3,30
080
02,
900
2,45
0
200 28,825 200
200 4,825 200
200
2,05
020
03,
700
200
21,9
5020
0
200
6,80
020
08,
800
200
200
2,05
020
01,
800
100
1,80
0
3,050 2,025 3,000 3,000 3,000 2,400 600 3,000 3,000 3,000 3,000 3,000 3,000 610 2,390 3,000 3,000
3,050 2,025 3,000 3,000 3,000 2,400 600 3,000 3,000 3,000 3,000 3,000 3,000 606 2,394 3,000 3,000
7,20
020
01,
600
3,90
03,
100
700
2,50
070
02,
250
200
400
200 1,825 200
200 3,400 200 1,349 1,451200
1,600200
1,000200
1,000200
1,600200
1,400 1,400200
1,400 1,400200
1,300 1,500 200 2,800 200 1,400500
900 200
200
2,05
020
01,
800
100
1,80
020
0
1,40
0
200 3,410 200
200 2,850 200 900100
900100
900100
900100
825 200 5,825 150 2,825 200 14,800 200 3,410 200 8,190 200
3,450 1,600 1,025 1,600 600 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 660 2,000 950 5,190 3,200
44,275
22,3
50
22,3
50
200 5,075 14,800 200 14,800 200 8,800 200
539 4,100 636 14,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200 2,800 200
200 1,000400
1,400 200 2,800 200 1,400387
1,013200
900290
1,400410
1,000400
1,400 200 2,800 200 2,800 200 1,400400
1,000 200 2,800 200
200
6,80
020
01,
600
200
3,70
020
03,
100
200
2,05
020
03,
700
200
7,40
01,
400
200
450
3,10
035
03,
300
592
900
1,10
890
02,
650
200
3,50
020
0
200 5,800 200 8,800 200 8,800 200
RAMP
GENTS
CLASSROOM CLASSROOM CLASSROOM
WALKWAY
CERAMIC F.F
CERAMIC F.F
CERAMIC F.F
CERAMIC F.F CERAMIC F.F CERAMIC F.F
CERAMIC F.F
CERAMIC F.F
CERAMIC F.F
PVPVPVPVPVPVPVPVPVPVPVPVPV
PV PV PV PV PV PV PV PV
PV
PV
PVPV
PV PV PV PV PV PV PV PV PV PV PV PV PV
PVPVPVPVPVPVPVPV
PV
01
02
0304
05
10
A B C D E F G H J K L M N P Q R S T
SKILL CENTRE
STORE
HOD
CERAMIC F.F
CERAMIC F.F
CERAMIC F.F
KITCHEN
0607
0809
11
LIBRARY
SECOND FLOOR PLAN
GSPublisherVersion 0.1.100.100
Revision Date
Drawing Title
Status
Scales
Drawing Number
DrawingStatus
Drawn by Checked by Date
Revision
Project Title
Client
Client sign......................................................
ARCHITECTURAL NOTES.
and regulations and NCC requirements.
Authority regulations.2. All figured dimensions to be taken in preference to scaled dimensions.
iron at every alternative course.3. All walls below 200mm to be reinforced with hoop
4. Provide damp proof course (D.P.C.) under all walls.5. P.V. indicates permanent ventilations.6. All drainage passing under building and drive
thick concrete surround.area to be of pvc pipe and encased in 150mm
7. All inspection chambers in drive area to haveheavy duty covers.
1. All works to be carried out in accordance with Local
8. Check all dimensions on site.9. All sanitary work to be in accordance with MOH rules
to be provided under ground floor concrete slab.10. 500g polythene sheeting and anti-termite treatment
12. Automatic booster pump for FHRs to be provided to11. All reinforced concrete works to Structural Eng. detail.
14. Electrical fire alarm system to the approval of Chief Fire Officer.13. 4500 litres reserve for hose reel
the satisfaction of the Chief Fire Officer.
15. Fire alarm and booster to be provided withsecondary power supply.
17. 2x9 litre water and 1x4.5 kg CO2 fire extinguishers16. 2x9 kg Dry Powder Fire Extinguishers at areas shown.
to be provided per floor.
PO BOX. 30846,00100, NAIROBI
TEL. (020) 2318254
NOV, 2019
Architects signature......................................
Design by
C. Tarus
WORKING
APPROVAL
PROPOSED CLASSROOMS &ADMINISTRATION OFFICES FORMAKINDU KMTC TO BE BUILT ON
PLOT NO.MAKINDU, MAKUENI COUNTY
KMTC- MAKINDUPO. BOXMAKINDU
R. KR. K
DESIGNSPEC LIMITED
S-01
S-0101
02
03
04
ROOF PLAN
GSPublisherVersion 0.1.100.100
Revision Date
Drawing Title
Status
Scales
Drawing Number
DrawingStatus
Drawn by Checked by Date
Revision
Project Title
Client
Client sign......................................................
ARCHITECTURAL NOTES.
and regulations and NCC requirements.
Authority regulations.2. All figured dimensions to be taken in preference to scaled dimensions.
iron at every alternative course.3. All walls below 200mm to be reinforced with hoop
4. Provide damp proof course (D.P.C.) under all walls.5. P.V. indicates permanent ventilations.6. All drainage passing under building and drive
thick concrete surround.area to be of pvc pipe and encased in 150mm
7. All inspection chambers in drive area to haveheavy duty covers.
1. All works to be carried out in accordance with Local
8. Check all dimensions on site.9. All sanitary work to be in accordance with MOH rules
to be provided under ground floor concrete slab.10. 500g polythene sheeting and anti-termite treatment
12. Automatic booster pump for FHRs to be provided to11. All reinforced concrete works to Structural Eng. detail.
14. Electrical fire alarm system to the approval of Chief Fire Officer.13. 4500 litres reserve for hose reel
the satisfaction of the Chief Fire Officer.
15. Fire alarm and booster to be provided withsecondary power supply.
17. 2x9 litre water and 1x4.5 kg CO2 fire extinguishers16. 2x9 kg Dry Powder Fire Extinguishers at areas shown.
to be provided per floor.
PO BOX. 30846,00100, NAIROBI
TEL. (020) 2318254
NOV, 2019
Architects signature......................................
Design by
C. Tarus
WORKING
APPROVAL
PROPOSED CLASSROOMS &ADMINISTRATION OFFICES FORMAKINDU KMTC TO BE BUILT ON
PLOT NO.MAKINDU, MAKUENI COUNTY
KMTC- MAKINDUPO. BOXMAKINDU
R. KR. K
DESIGNSPEC LIMITED
quary stone wall rendered and painted toArchitect's approval
ELEVATION 01
PV PV PV PV PV PV PV
PV PV PV PV PV PV PVPV
PV PV PV PV PV PV PVPV
PVPVPVPVPVPVPVPVPVPV PVPVPVPVPVPVPVPVPV
PVPVPVPVPVPVPVPVPV
PVPVPVPVPVPVPVPVPVPV
3,500 3,500 200 1,600 200 3,700 3,300 800 2,900 2,450
ELEVATION 02
PV PV PV PV
PV PV
PV PV
quary stone wall rendered and painted toArchitect's approval
r.conc parapet wall plastered and painted t0Architect's approvalconcrete fins to details
060711 09 0510 0304 010208
GSPublisherVersion 0.1.100.100
Revision Date
Drawing Title
Status
Scales
Drawing Number
DrawingStatus
Drawn by Checked by Date
Revision
Project Title
Client
Client sign......................................................
ARCHITECTURAL NOTES.
and regulations and NCC requirements.
Authority regulations.2. All figured dimensions to be taken in preference to scaled dimensions.
iron at every alternative course.3. All walls below 200mm to be reinforced with hoop
4. Provide damp proof course (D.P.C.) under all walls.5. P.V. indicates permanent ventilations.6. All drainage passing under building and drive
thick concrete surround.area to be of pvc pipe and encased in 150mm
7. All inspection chambers in drive area to haveheavy duty covers.
1. All works to be carried out in accordance with Local
8. Check all dimensions on site.9. All sanitary work to be in accordance with MOH rules
to be provided under ground floor concrete slab.10. 500g polythene sheeting and anti-termite treatment
12. Automatic booster pump for FHRs to be provided to11. All reinforced concrete works to Structural Eng. detail.
14. Electrical fire alarm system to the approval of Chief Fire Officer.13. 4500 litres reserve for hose reel
the satisfaction of the Chief Fire Officer.
15. Fire alarm and booster to be provided withsecondary power supply.
17. 2x9 litre water and 1x4.5 kg CO2 fire extinguishers16. 2x9 kg Dry Powder Fire Extinguishers at areas shown.
to be provided per floor.
PO BOX. 30846,00100, NAIROBI
TEL. (020) 2318254
NOV, 2019
Architects signature......................................
Design by
C. Tarus
WORKING
APPROVAL
PROPOSED CLASSROOMS &ADMINISTRATION OFFICES FORMAKINDU KMTC TO BE BUILT ON
PLOT NO.MAKINDU, MAKUENI COUNTY
KMTC- MAKINDUPO. BOXMAKINDU
R. KR. K
DESIGNSPEC LIMITED
3,000 3,000 2,390 610 3,000 3,000 3,000 3,000 3,000 3,000 600 2,400 3,000 3,000 3,000 2,025 3,050
PV PV PV PV PV PV PV PV PV PV PV PV PV PV
PV PV PV PV PV PV PV PV PV PV PV PV PV PV
PV PV PV PV PV PV PV PV PV PV PV PV PV PVPV
EN LMP GK H F CJQS B AT DR
ELEVATION 03
2,450 2,900 800 3,300 3,700 200 1,600 200 3,500 3,500
ELEVATION 04
quary stone wall rendered and painted toArchitect's approval
06 07 110905 1003 0401 02 08
2,40
055
015
02,
400
550
150
3,28
0
900
1,50
055
0150
900
1,50
055
0150
900
1,50
055
0150
183
2,95
015
02,
950
150
3,28
3
1,29
026
07,
150
450
375
3,500 3,500 200 1,600 200 3,700 3,300 800 2,900 2,450
150
1,10
0200 500
SECTION { S-01---S-01}
-Ex 250x50mm fascia board-600mm overhang / eaves to detail-400x200mm ring beam to S. E. details-Chip board ceiling to detail-Ex 75x25mm cornice to detail
-300 Roof pitch-28 gauge gci sheets on-150x50mm purlins-100x50mm rafters-100x50mm struts-100x50mm wallplate-150x50mm tie beam
ROOF DETAILS
r.conc. staircase reinforcementto SE's details18no. of Risers @ 172mm17no. of threads @ 256mm
200mm thick quary stone wall on600x200mm r.conc slab
100mm thick conc. floor slab on1000 gauge damp proof membrane on35mm thick murram blinding on250mm thick hardcore fill
200mm thick masonry stone wall
150mm th. r.conc. reinforcement to SE detail's
200x700mm r.conc. beam to SE's details
Ms standrs casement window to schedule
200x250mm r.conc. beam to SE's details
060711 09 0510 0304 010208
PV
PV
PV
PV
PV
PV PV PV
PV
PV
GR
OU
ND
FLOO
R FO
UN
DATIO
N LAYO
UT
(150mm
Thick Slab)SC
ALE 1:50
C1
B1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
C1
B1
B1
B1
B1
B1
B1
B1
B1
B1
B1
B1
B1
B1
B1B1
B1
B1
B1
B1
B1
B1
B1
B1
B1
B1
B1
B1
B1
B1
B1
B1
B1
B2
B2
B2
B2
B2
B2
B2
B2
B2
B2
B2
B2
B2
B2
B2
B2
B2
B2
AB
CD
EF
GH
JK
LM
NP
QR
ST
07 010203040510 0607080911
Drg no.2019/K
MTCM
-01PRO
JECT:
DRA
WN
BY: S.K
SCALE: 1:100,1:50
ConsultantN
OTES
REV
ISION
SD
ATE
MA
RKM
AD
E BY
(3) Beams =
30mm
(4) Slabs =20m
m.
2. The Contractor must confirm
all dimensions on site before com
mencing any w
ork.
4. Concrete cover to reinforcement steel to be : (1) Foundation =
50mm
(2) Columns =
30mm
8. All steel reinforcem
ent must be approved by the Stuctural Engineer before casting.
7. Mild steel reinforcem
ent bars to B.S.4449 are denoted " R ".
3. All dim
ensions are in millim
etres unless ortherwise specified.
1. This drawing m
ust be read in conjuction with all relevant contract docum
ents.
5. Concrete strenth for Structural concrete mem
bers to be class 25/20 (1:1.5:3)6. Square tw
isted steel reinforcement bars to B.S.4461 are denoted " Y ".
CHE
CKED
BY: N
.K
DA
TE D
ECEMBER 2019
(Ground floor Foundation layout)
PROPO
SED
Civil &
Structural Engineers
P.O BO
X 317-00507
NA
IROBI
SINIK
A E
NG
INE
ERIN
G SE
RVICE
S LTD
150mm
THIC
K CO
NC
RETE FLO
OR
SLAB
BRC
MESH
FABRIC
NO
. A142
1000 GAU
GE PO
LYTHEN
ESH
EETING
100mm
CR
USH
ER R
UN
CO
MPAC
TED TO
90% BS H
EAVY
300mm
THIC
K WELL C
OM
PACTED
HAR
DC
OR
E (C
OM
PACT IN
LAYERS O
F 150mm
)
T8-08-200CC
LINKS
6T20-039T16-02-200CC B2/T2
9T16-01-200CC B1/T1
50mm
THIC
K LEANC
ON
CR
ETE BLIND
ING
(1:4:8 MIX)
SEC
TION
THRO
UG
H C
OLU
MN
C1(400x200mm
)A
T EX
PAN
SION
JOIN
T ON
BASE
B4(2000x2000x450mm
)SCA
LE 1:25
9T16-02-200 B2/T2
9T16-01-200 B1/T1
B1 PLAN
150mm
THIC
K CO
NC
RETE FLO
OR
SLAB
BRC
MESH
FABRIC
NO
. A142
1000 GAU
GE PO
LYTHEN
ESH
EETING
100mm
CR
USH
ER R
UN
CO
MPAC
TED TO
90% BS H
EAVY
300mm
THIC
K WELL C
OM
PACTED
HAR
DC
OR
E (C
OM
PACT IN
LAYERS O
F 150mm
)
T8-08-200CC
LINKS
6T20-0311T16-02-200CC B211T16-01-200CC B1
50mm
THIC
K LEANC
ON
CR
ETE BLIND
ING
(1:4:8 MIX)
SEC
TION
THRO
UG
H C
OLU
MN
C2(400x200mm
)O
N BA
SE B1(2000x2000x450m
m)
SCALE
1:25
9T16-02-200 B2
9T16-01-200 B1
B1 PLAN
150mm
THIC
K CO
NC
RETE FLO
OR
SLAB
BRC
MESH
FABRIC
NO
. A142
1000 GAU
GE PO
LYTHEN
ESH
EETING
100mm
CR
USH
ER R
UN
CO
MPAC
TED TO
90% BS H
EAVY
300mm
THIC
K WELL C
OM
PACTED
HAR
DC
OR
E (C
OM
PACT IN
LAYERS O
F 150mm
)
T8-08-200CC
LINKS
6T20-0311T16-02-200CC B2/T2
50mm
THIC
K LEANC
ON
CR
ETE BLIND
ING
(1:4:8 MIX)
SEC
TION
THRO
UG
H C
OLU
MN
C2(400x200mm
)O
N BA
SE B1(2000x2000x450m
m)
SCALE
1:25
9T16-02-200 B2/T2
9T16-01-200 B1/T1
B1 PLAN
11T16-01-200CC B1/T1
150mm
THIC
K CO
NC
RETE FLO
OR
SLAB
DPC
TO AR
CH
ITECT'S APPR
OVAL
BRC
MESH
FABRIC
NO
. A142
1000 GAU
GE PO
LYTHEN
E SHEETIN
G
300mm
THIC
K WELL C
OM
PACTED
HAR
DC
OR
E(C
OM
PACT IN
LAYERS O
F 150mm
)
200mm
(NO
MIN
AL) LOAD
BEARIN
GM
ASON
RY STO
NE W
ALLS(C
EMEN
T MO
RTAR
1:3)
3Y10-02-240 CC
B2
Y10-01-200mm
CC
B1
50mm
THIC
K LEAN C
ON
CR
ETE BLIN
DIN
G (1:4:8 M
IX)
SECTIO
N 1 - 1
STRIP FO
OTIN
G D
ETAILSC
ALE 1:25
2Y8 CLIPS - 200m
m C
C
50MM
THIC
K MU
RR
AM/SAN
DR
AMM
ED AN
D W
ELL CO
MPAC
TED BLIN
DIN
G
150mm
THIC
K CO
NC
RETE FLO
OR
SLAB
1000 GAU
GE PO
LYTHEN
E SHEETIN
G
300mm
THIC
K WELL C
OM
PACTED
HAR
DC
OR
E (C
OM
PACT IN
LAYERS O
F 150mm
)
200mm
(NO
MIN
AL) LOAD
BEARIN
G M
ASON
RY STO
NE W
ALLS(C
EMEN
T MO
RTAR
1:3)
3Y10-02-240 CC
B2
DPC
TO AR
CH
ITECT'S APPR
OVAL
BRC
MESH
FABRIC
NO
. A142
Y10-01-200mm
CC
B1
50mm
THIC
K LEAN C
ON
CR
ETEBLIN
DIN
G (1:4:8 M
IX)
SECTIO
N 2 - 2
STRIP FO
OTIN
G D
ETAILSC
ALE 1:25
50MM
THIC
K MU
RR
AM/SAN
DR
AMM
ED AN
D W
ELLC
OM
PACTED
BLIND
ING
150mm
THIC
K CO
NC
RETE FLO
OR
SLAB
DPC
TO AR
CH
ITECT'S APPR
OVAL
BRC
MESH
FABRIC
NO
. A142
1000 GAU
GE PO
LYTHEN
E SHEETIN
G
300mm
THIC
K WELL C
OM
PACTED
HAR
DC
OR
E(C
OM
PACT IN
LAYERS O
F 150mm
)
200mm
(NO
MIN
AL) LOAD
BEARIN
GM
ASON
RY STO
NE W
ALLS(C
EMEN
T MO
RTAR
1:3)
3Y10-02-240 CC
B2
Y10-01-200mm
CC
B1
50mm
THIC
K LEAN C
ON
CR
ETE BLIN
DIN
G (1:4:8 M
IX)
SECTIO
N 3 - 3
STRIP FO
OTIN
G D
ETAILSC
ALE 1:25
2Y8 CLIPS - 200m
m C
C
50MM
THIC
K MU
RR
AM/SAN
DR
AMM
ED AN
D W
ELL CO
MPAC
TED BLIN
DIN
G
Drg no.2019/K
MTCM
-02PRO
JECT:
DRA
WN
BY: S.K
SCALE: 1:100,1:50
ConsultantN
OTES
REV
ISION
SD
ATE
MA
RKM
AD
E BY
(3) Beams =
30mm
(4) Slabs =20m
m.
2. The Contractor must confirm
all dimensions on site before com
mencing any w
ork.
4. Concrete cover to reinforcement steel to be : (1) Foundation =
50mm
(2) Columns =
30mm
8. All steel reinforcem
ent must be approved by the Stuctural Engineer before casting.
7. Mild steel reinforcem
ent bars to B.S.4449 are denoted " R ".
3. All dim
ensions are in millim
etres unless ortherwise specified.
1. This drawing m
ust be read in conjuction with all relevant contract docum
ents.
5. Concrete strenth for Structural concrete mem
bers to be class 25/20 (1:1.5:3)6. Square tw
isted steel reinforcement bars to B.S.4461 are denoted " Y ".
CHE
CKED
BY: N
.K
DA
TE D
ECEMBER 2019
(Foundation sections details, bases and stripfooting)
PROPO
SED
Civil &
Structural Engineers
P.O BO
X 317-00507
NA
IROBI
SINIK
A E
NG
INE
ERIN
G SE
RVICE
S LTD
FIRST AN
D SEC
ON
D FLO
OR
BEAM LAYO
UT
(165mm
Thick Slab)SC
ALE 1:50
600X200 R
C B
M600X
200 RC
BM
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 RC BM600X200 RC BM600X200 RC BM600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 R
C B
M600X
200 RC
BM
600X200 R
C B
M
AB
CD
EF
GH
JK
LM
NP
QR
ST
07 010203040510 0607080911
Drg no.2019/K
MTCM
-03PRO
JECT:
DRA
WN
BY: S.K
SCALE: 1:100,1:50
ConsultantN
OTES
REV
ISION
SD
ATE
MA
RKM
AD
E BY
(3) Beams =
30mm
(4) Slabs =20m
m.
2. The Contractor must confirm
all dimensions on site before com
mencing any w
ork.
4. Concrete cover to reinforcement steel to be : (1) Foundation =
50mm
(2) Columns =
30mm
8. All steel reinforcem
ent must be approved by the Stuctural Engineer before casting.
7. Mild steel reinforcem
ent bars to B.S.4449 are denoted " R ".
3. All dim
ensions are in millim
etres unless ortherwise specified.
1. This drawing m
ust be read in conjuction with all relevant contract docum
ents.
5. Concrete strenth for Structural concrete mem
bers to be class 25/20 (1:1.5:3)6. Square tw
isted steel reinforcement bars to B.S.4461 are denoted " Y ".
CHE
CKED
BY: N
.K
DA
TE D
ECEMBER 2019
(1st and 2nd floor Beam layout)
PROPO
SED
Civil &
Structural Engineers
P.O BO
X 317-00507
NA
IROBI
SINIK
A E
NG
INE
ERIN
G SE
RVICE
S LTD
6T20-03
1ST FLOO
R
15T8-04-200CC
LINKS
15T8-04-200CC
LINKS
15T8-04-200CC
LINKS
GRN
D FLO
OR
6T20-03
6T20-03
2ND
FLOO
R
6T20-03
1ST FLOO
R
15T8-04-200CC
LINKS
15T8-04-200CC
LINKS
15T8-04-200CC
LINKS
GRN
D FLO
OR
6T20-03
6T20-03
2ND
FLOO
R
2T16-013T20-03
600X200 TY
PICAL RC BE
AM
MID
-SPAN
AT TH
E E
DG
ES
SCALE
1:25
T8-04-200CC LIN
KS
2T12-02
2T16-013T20-03
600X200 TY
PICAL RC BE
AM
MID
-SPAN
AT TH
E E
DG
ES
SCALE
1:25
T8-04-200CC LIN
KS
2T12-02
4T16-013T20-03
600X200 TY
PICAL RC BE
AM
SUPPO
RTS AT TH
E E
DG
ES
SCALE
1:25
T8-04-200CC LIN
KS
2T12-02
4T16-013T20-03
600X200 TY
PICAL RC BE
AM
SUPPO
RTS AT TH
E E
DG
ES
SCALE
1:25
T8-04-200CC LIN
KS
2T12-02
4T16-013T20-03
600X200 TY
PICAL RC BE
AM
SUPPO
RTS AT E
XPA
NSIO
N JO
INTS
SCALE
1:25
T8-04-200CC LIN
KS
2T12-02
4T16-01
3T20-03
2T12-02
T8-04-200CC LIN
KS
To be filled with flexicell m
aterial
BRC FA
BRIC WIRE
REF.A
142BRC
FABRIC W
IRERE
F.A142
23T8-04-250 C/C
5T12-03-150 C/C5T12-06-150 C/C
5T12-01-200 C/C
5T8-02-250 C/C
6T8-05-250 C/C
5T12-08-150 C/C6T8-07-250 C/C
2x7T10-09-200 C/C
5T12-11-150 C/C6T8-10-250 C/C
5T12-11-150 C/C
6T8-10-250 C/C
T10-12-200 C/C
23T8-04-250 C/C
5T12-03-150 C/C
GRN
D.FL.LV
L.
1ST.FL.LVL.
SECTIO
N TH
ROU
GH
STAIRCA
SE RC SE
CTION
TREA
DS =
250mm
WA
IST = 150m
mRISE
RS = 150m
m
SECTIO
N TH
ROU
GH
RAM
P RC DE
TAIL
SCALE
1:25
T16-01-150 CC
T12-02-200 CC
T16-03-150 CC
T12-04-200 CC
T12-05-150 CC T1 T12-06-200 CC T2
T16-07-150 CCT12-08-200 CC
T16-10-150 CC T1T12-09-200 CC T2
T12-11-200 CC BT1/2
2-17-200 CC BT1/2
T12-12-150 CC
T12-13-200 CC
T12-16-150 CC
T12-15-200 CC
T12-18-150 CC T1
T12-19-200 CC T2
T12-18-150 CC T1
T12-19-200 CC T2
Drg no.2019/K
MTCM
-04PRO
JECT:
DRA
WN
BY: S.K
SCALE: 1:100,1:50
ConsultantN
OTES
REV
ISION
SD
ATE
MA
RKM
AD
E BY
(3) Beams =
30mm
(4) Slabs =20m
m.
2. The Contractor must confirm
all dimensions on site before com
mencing any w
ork.
4. Concrete cover to reinforcement steel to be : (1) Foundation =
50mm
(2) Columns =
30mm
8. All steel reinforcem
ent must be approved by the Stuctural Engineer before casting.
7. Mild steel reinforcem
ent bars to B.S.4449 are denoted " R ".
3. All dim
ensions are in millim
etres unless ortherwise specified.
1. This drawing m
ust be read in conjuction with all relevant contract docum
ents.
5. Concrete strenth for Structural concrete mem
bers to be class 25/20 (1:1.5:3)6. Square tw
isted steel reinforcement bars to B.S.4461 are denoted " Y ".
CHE
CKED
BY: N
.K
DA
TE D
ECEMBER 2019
(Staircase,column,beam
and ramp section details)
PROPO
SED
Civil &
Structural Engineers
P.O BO
X 317-00507
NA
IROBI
SINIK
A E
NG
INE
ERIN
G SE
RVICE
S LTD
STRU
CTU
RAL TIM
BER R
OO
F LAYOU
TSC
ALE 1:50
600X200 R
C B
M600X
200 RC
BM
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 R
C B
M
600X200 RC BM600X200 RC BM600X200 RC BM600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM600X200 RC BM
600X200 RC BM
600X200 RC BM
600X200 RC BM
AB
CD
EF
GH
JK
LM
NP
QR
ST
07 010203040510 0607080911
Drg no.2019/K
MTCM
-05PRO
JECT:
DRA
WN
BY: S.K
SCALE: 1:100,1:50
ConsultantN
OTES
REV
ISION
SD
ATE
MA
RKM
AD
E BY
(3) Beams =
30mm
(4) Slabs =20m
m.
2. The Contractor must confirm
all dimensions on site before com
mencing any w
ork.
4. Concrete cover to reinforcement steel to be : (1) Foundation =
50mm
(2) Columns =
30mm
8. All steel reinforcem
ent must be approved by the Stuctural Engineer before casting.
7. Mild steel reinforcem
ent bars to B.S.4449 are denoted " R ".
3. All dim
ensions are in millim
etres unless ortherwise specified.
1. This drawing m
ust be read in conjuction with all relevant contract docum
ents.
5. Concrete strenth for Structural concrete mem
bers to be class 25/20 (1:1.5:3)6. Square tw
isted steel reinforcement bars to B.S.4461 are denoted " Y ".
CHE
CKED
BY: N
.K
DA
TE D
ECEMBER 2019
(Structural timber roof layout)
PROPO
SED
Civil &
Structural Engineers
P.O BO
X 317-00507
NA
IROBI
SINIK
A E
NG
INE
ERIN
G SE
RVICE
S LTD
T8-03-175CC LIN
KS
T8-03-175CC LIN
KS
T12-01-150CC
T12-04-150CC
T8-03-175CC LIN
KS T12-02-150CC
SECTIO
N TH
RO
UG
H R
C G
UTTER
DETAIL
SCALE 1:25
s.RA
FTERS =
150X50m
mPU
RLINS =
100X50m
m
INTE
RNA
L ME
MBE
RS = 100X
50mm
TRUSS TO
P CHO
RD =
150X50m
mRO
OF PITCH
=
TRUSS BO
TTOM
CHO
RD =
150X50m
m
RING
BEA
M =
450X200m
m
30°
NO
TE
S.1.
All dim
ensions shall be confirmed on site.
2.B
olts to include washers and nuts.
3.all trusses to be anchored into bean using hoop iron and/ or bolts.
4.A
ll trusses shall be supported on 4 rows of w
all plate.5.
Tim
ber should be well seasoned
6.B
olt holes to be 2mm
less than bolt diameter.
7.E
dge distance not less than 4xbolt diameter.
8.E
nd distance not less than 2.5x bolt diameter.
100X50mm
(TIMBER)
100X50mm
(TIMBER)
150X50m
m(TIM
BER)
100X50m
m(TIM
BER)
M.S 16 D
IA. BO
LTS PLUS N
AILS
MA
IN T
IE JO
INT
DE
TA
IL.
SCA
LE
1:25
150X50m
m(TIM
BER)
100X50m
m(TIM
BER)
M.S 16 D
IA. BO
LTS PLUS N
AILS
RA
FT
ER
JOIN
T D
ET
AIL
.SC
AL
E 1:25 150
2Nos. M
.S20 DIA
. BOLTS W
ITH
2/TIMBE
R PLATE
S BOLTE
D
100
150 O
N BO
TH SID
E W
ITH
WA
SHE
RS & N
AILS
CO
RN
ER
JOIN
T D
ET
AIL
.SC
AL
E 1:25
150X50m
m(TIM
BER) 150X
50mm
(TIMBER)
250x25mm
Ridge board
WITH
3Nos. M
.S 12 DIA
. BOLTS PLU
S 12 NA
ILS
2Nos. 150X
50mm
THICK
AP
EX
JOIN
T D
ET
AIL
.SC
AL
E 1:25
SPLICE PIE
CES JO
INE
D
Drg no.2019/K
MTCM
-06PRO
JECT:
DRA
WN
BY: S.K
SCALE: 1:100,1:50
ConsultantN
OTES
REV
ISION
SD
ATE
MA
RKM
AD
E BY
(3) Beams =
30mm
(4) Slabs =20m
m.
2. The Contractor must confirm
all dimensions on site before com
mencing any w
ork.
4. Concrete cover to reinforcement steel to be : (1) Foundation =
50mm
(2) Columns =
30mm
8. All steel reinforcem
ent must be approved by the Stuctural Engineer before casting.
7. Mild steel reinforcem
ent bars to B.S.4449 are denoted " R ".
3. All dim
ensions are in millim
etres unless ortherwise specified.
1. This drawing m
ust be read in conjuction with all relevant contract docum
ents.
5. Concrete strenth for Structural concrete mem
bers to be class 25/20 (1:1.5:3)6. Square tw
isted steel reinforcement bars to B.S.4461 are denoted " Y ".
CHE
CKED
BY: N
.K
DA
TE D
ECEMBER 2019
(Structural timber roof layout)
PROPO
SED
Civil &
Structural Engineers
P.O BO
X 317-00507
NA
IROBI
SINIK
A E
NG
INE
ERIN
G SE
RVICE
S LTD