REPUBLIC OF KENYA
MINISTRY OF TRANSPORT, INFRASTRUCTURE,
HOUSING AND URBAN DEVELOPMENT
STATE DEPARTMENT OF PUBLIC WORKS
COUNTY GOVERNMENT OF NYANDARUA PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
AT OL-KALOU
W.P ITEM NO. D103/CE/NYA/1601 -JOB NO. 10121 A _______________________________________________________________
PROJECT MANAGER WORKS SECRETARY
M.T.I.H.U.D (STATE DEPARTMENT OF PUBLIC WORKS) P.O. BOX 30743-00100
NAIROBI ARCHITECT QUANTITY SURVEYOR CHIEF ARCHITECT CHIEF QUANTITY SURVEYOR M.T.I.H.U.D M.T.I.H.U.D P.O. BOX 30743-00100 P.O. BOX 30743-00100 NAIROBI NAIROBI ELECTRICAL ENGINEER (B.S) STRUCTURAL ENGINEER CHIEF ENGINEER ELECTRICAL (BS) CHIEF ENGINEER (STRUCTURAL) M.T.I.H.U.D M.T.I.H.U.D P.O. BOX 30743-00100 P.O. BOX 30743-00100 NAIROBI NAIROBI
MECHANICAL ENGINEER (B.S) CHIEF ENGINEER MECHANICAL (BS)
M.T.I.H.U.D P.O. BOX 30743-00100 NAIROBI
__________________________________________________________________________________
OCTOBER, 2016
TENDER DOCUMENTS (Main Works)
REPUBLIC OF KENYA
COUNTY GOVERNMENT OF NYANDARUA
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY ITEM 1. CONTENTS PAGE (i) 2. SIGNATURE PAGE & NOTES (ii) SECTION ONE – STANDARD TENDER DOCUMENT 3. INSTRUCTIONS TO TENDERERS STD/4-STD/17 4. CONDITIONS OF CONTRACT STD/18-STD/38 5. APPENDIX TO CONDITIONS STD/39-STD/40
6. STANDARD FORMS STD/44-STD/62 7. EVALUATION CRITERIA EC//1 –EC/5
SECTION TWO – PRELIMINARIES 8. PARTICULAR PRELIMINARIES PP/1 – PP/9
9. GENERAL PRELIMINARIES GP/1 – GP/12 10. TRADE PREAMBLES PN/1-PN/3
SECTION THREE – BILLS OF QUANTITIES 11. BUILDER’S WORKS -Offices BW/1-BW/28 12. Boundary Wall Page B/1 – Page B/3 13. Gate House Page GH/1 – Page GH/19 14. Gate Page G/1 – Page G/6 15. Gazebo Page Gz/1 – Page Gz/15 16. External Washrooms Page Ab/1 – Page Ab/19 17. Power House Page Ph/1 – Page Ph/16 18. Civil Works Page Civ1 – Page Civ16 19. Landscaping works Page L1 – Page L5
20. PRIME COST SUMS PC/1-PC/2 21. PROVISIONAL SUMS PS 22. GRAND SUMMARY GS
(i)
REPUBLIC OF KENYA
COUNTY GOVERNMENT OF NYANDARUA
PROPOSED NYANDARUA COUNTY HEADQUARTERS AT OL-KALOU
TENDER DOCUMENTS
Issued by: - Quantities and Contracts Department Ministry of Transport, Infrastructure, Housing & Urban Development State Department of Public Works P.O. Box 30743 NAIROBI The Contract for the above mentioned works entered into this …………….. day of ………….20.... by the undersigned refers to these Bills of Quantities and the Ministry of Public Works General Specification date March 1976 (together with any amendments issued thereto) shall be read and construed as part of the said contract. ………………………………………… ………………………………………………. CONTRACTOR COUNTY SECRETARY,
COUNTY GOVERNMENT OF NYANDARUA Date: ……………………………… Date: …………………………………….
SIGNATURE PAGE AND NOTES
(ii)
SPECIAL NOTES The Contractor is required to check the numbers of the pages of these Bills of Quantities and should he find any missing or in duplicate or figures indistinct he must inform the Principal Secretary for State Department of Public Works, Head Office, Ngong Road, Nairobi at once and have the same rectified. Should the Contractor be in doubt about the precise meaning of any item or figure for any reason whatsoever, he must inform the Principal Secretary for State Department of Public Works, Head Office in order that the correct meaning may be decided before the date for submission of tenders. No liability will be admitted nor claim allowed in respect of errors in the Contractor’s Tender due to mistakes in the Specification which should have been rectified in the manner described above.
(iii)
REPUBLIC OF KENYA
STANDARD TENDER DOCUMENT
FOR
PROCUREMENT OF WORKS (BUILDING AND ASSOCIATED CIVIL ENGINEERING WORKS)
PUBLIC PROCUREMENT OVERSIGHT AUTHORITY (PPOA)
P.O. BOX 30007 - 00200 NAIROBI.
(REVISED OCTOBER 2006)
STD/ 2
TABLE OF CONTENTS PAGE INTRODUCTION STD/3 SECTION I: INVITATION TO TENDER STD/4 SECTION II: INSTRUCTIONS TO TENDERERS STD/5 – STD/17 SECTION III: CONDITIONS OF CONTRACT STD/15- STD/36 SECTION IV: APPENDIX TO CONDITIONS OF CONTRACT STD/37 – STD/39 SECTION V: SPECIFICATIONS STD/42 SECTION VI: DRAWINGS STD/43 SECTION VII: BILLS OF QUANTITIES STD/44 SECTION VIII: STANDARD FORMS STD/45 – STD/63
STD/ 3
INTRODUCTION 1.1 This standard tender document for procurement of works has been prepared for use
by procuring entities in Kenya in the procurement of works (i.e. Buildings and associated Civil Engineering Works).
1.2 The following guidelines should be observed when using the document:-
(a) Specific details should be furnished in the Invitation to tender and in the special conditions of contract (where applicable). The tender document issued to tenderers should not have blank spaces or options.
(b) The instructions to tenderers and the General Conditions of Contract should
remain unchanged. Any necessary amendments to these parts should be made through Appendix to instructions to tenderers and special conditions of contract respectively.
1.3
(b) Information contained in the invitation to tender shall conform to the data and information in the tender documents to enable prospective tenderers to decide whether or not to participate in the tender and shall indicate any important tender requirements
(c) The invitation to tender shall be as an advertisement in accordance with the
regulations or a letter of invitation addressed to tenderers who have been prequalified following a request for prequalification.
1.4 The cover of the document shall be modified to include:-
I. Tender number.
II. Tender name. III. Name of procuring entity. IV. Delete name and address of PPOA.
STD/ 4
1
SECTION I
INVITATION FOR TENDERS
Tender reference No. (as per tender document) Tender Name (as per tender document) 1.1 The (as per Invitation letter) invites sealed tenders for the construction of (as per
tender document) 1.2 Interested eligible candidates may obtain further information and inspect tender
documents (and additional copies) at (as per Invitation letter) during normal working hours.
1.3 A complete set of tender documents may be obtained by interested candidates upon
payment of a non-refundable fees of (as per Invitation letter ) in cash or Bankers Cheque payable to (Accounting officer)
1.4 Prices quoted should be net inclusive of all taxes, must be in Kenya shillings and shall
remain valid for ( as per Invitation letter ) days from the closing date of tender. 1.5 Completed tender documents are to be enclosed in plain sealed envelopes marked
with Tender name and reference number and deposited in the Tender Box at (as per Invitation letter) or to be addressed to (as per Invitation letter) so as to be received on or before (as per Invitation letter).
1.6 Tenders will be opened immediately thereafter in the presence of the candidates or
their representatives who choose to attend at (as per Invitation letter)
________________________________
For (Accounting Officer/Procuring Entity)
STD/ 5
SECTION II
INSTRUCTIONS TO TENDERERS
TABLE OF CONTENTS PAGE
CLAUSE PAGE 1. General STD/6 - STD/8 2. Tender Documents STD/8 3. Preparation of Tenders STD/9 - STD/12 4. Submission of Tenders STD/12 - STD/13 5. Tender Opening and Evaluation STD/13 - STD/15 6. Award of Contract STD/15 - STD/16
7. Corrupt and Fraudulent Practices STD/16
STD/ 6
INSTRUCTIONS TO TENDERERS. 1. 1. General/Eligibility/Qualifications/Joint venture/Cost of tendering
1.1 The Employer as defined in the Appendix to Conditions of Contract invites tenders for Works Contract as described in the tender documents. The successful tenderer will be expected to complete the Works by the Intended Completion Date specified in the tender documents.
1.2 All tenderers shall provide the Qualification Information, a statement that the
tenderer (including all members of a joint venture and subcontractors) is not associated, or has not been associated in the past, directly or indirectly, with the Consultant or any other entity that has prepared the design, specifications, and other documents for the project or being proposed as Project Manager for the Contract. A firm that has been engaged by the Employer to provide consulting services for the preparation or supervision of the Works, and any of its affiliates, shall not be eligible to tender.
1.3 All tenderers shall provide in the Form of Tender and Qualification Information, a
preliminary description of the proposed work method and schedule, including drawings and charts, as necessary.
1.4 In the event that pre-qualification of potential tenderers has been undertaken, only
tenders from pre-qualified tenderers will be considered for award of Contract. These qualified tenderers should submit with their tenders any information updating their original pre-qualification applications or, alternatively, confirm in their tenders that the originally submitted pre-qualification information remains essentially correct as of the date of tender submission.
1.5 Where no pre-qualification of potential tenderers has been done, all tenderers shall
include the following information and documents with their tenders , unless otherwise stated:
(a) copies of original documents defining the constitution or legal status, place of
registration, and principal place of business; written power of attorney of the signatory of the tender to commit the tenderer:
(b) total monetary value of construction work performed for each of the last five
years:
(c) experience in works of a similar nature and size for each of the last five years, and details of work under way or contractually committed; and names and addresses of clients who may be contacted for further information on these contracts;
(d) major items of construction equipment proposed to carry out the Contract
and an undertaking that they will be available for the Contract.
STD/ 7
(e) qualifications and experience of key site management and technical personnel proposed for the Contract and an undertaking that they shall be available for the Contract.
(f) reports on the financial standing of the tenderer, such as profit and loss
statements and auditor’s reports for the past five years;
(g) evidence of adequacy of working capital for this Contract (access to line(s) of credit and availability of other financial resources);
(h) authority to seek references from the tenderer’s bankers;
(i) information regarding any litigation, current or during the last five years, in
which the tenderer is involved, the parties concerned and disputed amount; and
(j) proposals for subcontracting components of the Works amounting to more
than 10 percent of the Contract Price.
1.6 Tenders submitted by a joint venture of two or more firms as partners shall comply with the following requirements, unless otherwise stated:
(a) the tender shall include all the information listed in clause 1.5
above for each joint venture partner;
(b) the tender shall be signed so as to be legally binding on all partners;
(c) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms;
(d) one of the partners will be nominated as being in charge,
authorised to incur liabilities, and receive instructions for and on behalf of all partners of the joint venture; and
(e) the execution of the entire Contract, including payment, shall be
done exclusively with the partner in charge.
1.7 To qualify for award of the Contract, tenderers shall meet the following minimum qualifying criteria;
(a) annual volume of construction work of at least 2.5 times the estimated annual
cashflow for the Contract;
(b) experience as main contractor in the construction of at least one project whose nature and complexity is equivalent to the Works over the last 10 years (to comply with this requirement, works cited should be at least 70 percent complete);
STD/ 8
(c) proposals for the timely acquisition (own, lease, hire, etc.) of the essential equipment listed as required for the Works;
(d) a Contract manager with at least five years’ experience in works of an equivalent
nature and volume, including no less than three years as Manager; and
(e) liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than 4 months of the estimated payment flow under this Contract.
1.8 The figures for each of the partners of a joint venture shall be added together to
determine the tenderer’s compliance with the minimum qualifying criteria of clause 1.7 (a) and (e); however, for a joint venture to qualify, each of its partners must meet at least 25 percent of minimum criteria 1.7 (a), (b) and (e) for an individual tenderer, and the partner in charge at least 40 percent of those minimum criteria. Failure to comply with this requirement will result in rejection of the joint venture’s tender. Subcontractors’ experience and resources will not be taken into account in determining the tenderer’s compliance with the qualifying criteria, unless otherwise stated.
1.9 Each tenderer shall submit only one tender, either individually or as a partner in a
joint venture. A tenderer who submits or participates in more than one tender (other than as a subcontractor or in cases of alternatives that have been permitted or requested) will cause all the proposals with the tenderer’s participation to be disqualified.
1.10 The tenderer shall bear all costs associated with the preparation and submission of
his tender, and the Employer will in no case be responsible or liable for those costs.
1.11 The tenderer, at the tenderer’s own responsibility and risk, is encouraged to visit and examine the Site of the Works and its surroundings, and obtain all information that may be necessary for preparing the tender and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the tenderer’s own expense.
1.12 The procuring entity’s employees, committee members, board members and their
relative (spouse and children) are not eligible to participate in the tender.
1.13 The price to be charged for the tender document shall not exceed Kshs.5,000/=
1.14 The procuring entity shall allow the tenderer to review the tender document free of charge before purchase.
STD/ 9
2. Tender Documents
2.1 The complete set of tender documents comprises the documents listed below and any addenda issued in accordance with Clause 2.4.
(a) These Instructions to Tenderers (b) Form of Tender and Qualification Information (c) Conditions of Contract (d) Appendix to Conditions of Contract (e) Specifications (f) Drawings (g) Bills of Quantities (h) Forms of Securities
2.2 The tenderer shall examine all Instructions, Forms to be filled and Specifications in
the tender documents. Failure to furnish all information required by the tender documents, or submission of a tender not substantially responsive to the tendering documents in every respect will be at the tenderer’s risk and may result in rejection of his tender.
2.3 A prospective tenderer making an inquiry relating to the tender documents may
notify the Employer in writing or by cable, telex or facsimile at the address indicated in the letter of invitation to tender. The Employer will only respond to requests for clarification received earlier than seven days prior to the deadline for submission of tenders. Copies of the Employer’s response will be forwarded to all persons issued with tendering documents, including a description of the inquiry, but without identifying its source.
2.4 Before the deadline for submission of tenders, the Employer may modify the
tendering documents by issuing addenda. Any addendum thus issued shall be part of the tendering documents and shall be communicated in writing or by cable, telex or facsimile to all tenderers. Prospective tenderers shall acknowledge receipt of each addendum in writing to the Employer.
2.5 To give prospective tenderers reasonable time in which to take an addendum into
account in preparing their tenders, the Employer shall extend, as necessary, the deadline for submission of tenders, in accordance with Clause 4.2 here below.
3. Preparation of Tenders
3.1 All documents relating to the tender and any correspondence shall be in English language.
3.2 The tender submitted by the tenderer shall comprise the following:
(a) These Instructions to Tenderers, Form of Tender, Conditions of Contract, Appendix to Conditions of Contract and Specifications;
STD/ 10
(b) Tender Security;
(c) Priced Bill of Quantities ;
(d) Qualification Information Form and Documents;
(e) Alternative offers where invited; and
(f) Any other materials required to be completed and submitted by the tenderers.
3.3 The tenderer shall fill in rates and prices for all items of the Works described in the
Bill of Quantities. Items for which no rate or price is entered by the tenderer will not be paid for when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities. All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause relevant to the Contract, as of 30 days prior to the deadline for submission of tenders, shall be included in the tender price submitted by the tenderer.
3.4 The rates and prices quoted by the tenderer shall only be subject to adjustment
during the performance of the Contract if provided for in the Appendix to Conditions of Contract and provisions made in the Conditions of Contract.
3.5 The unit rates and prices shall be in Kenya Shillings.
3.6 Tenders shall remain valid for a period of sixty (60) days from the date of submission.
However in exceptional circumstances, the Employer may request that the tenderers extend the period of validity for a specified additional period. The request and the tenderers’ responses shall be made in writing. A tenderer may refuse the request without forfeiting the Tender Security. A tenderer agreeing to the request will not be required or permitted to otherwise modify the tender, but will be required to extend the validity of Tender Security for the period of the extension, and in compliance with Clause 3.7 - 3.11 in all respects.
3.7 The tenderer shall furnish, as part of the tender, a Tender Security in the amount and
form specified in the appendix to invitation to tenderers. This shall be in the amount not exceeding 2 percent of the tender price
3.8 The format of the Tender Security should be in accordance with the form of Tender
Security included in Section G - Standard forms or any other form acceptable to the Employer. Tender Security shall be valid for 30 days beyond the validity of the tender.
3.9 Any tender not accompanied by an acceptable Tender Security shall be rejected. The Tender Security of a joint venture must define as “Tenderer” all joint venture partners and list them in the following manner: a joint venture consisting of”…………”,”…………”,and “…………”.
STD/ 11
3.10 The Tender Securities of unsuccessful tenderers will be returned within 28 days of the end of the tender validity period specified in Clause 3.6.
3.11 The Tender Security of the successful tenderer will be discharged when the tenderer
has signed the Contract Agreement and furnished the required Performance Security.
3.12 The Tender Security may be forfeited
(a) if the tenderer withdraws the tender after tender opening during the period of tender validity;
(b) if the tenderer does not accept the correction of the tender price, pursuant to
Clause 5.7;
(c) in the case of a successful tenderer, if the tenderer fails within the specified time limit to
(i) sign the Agreement, or
(ii) furnish the required Performance Security.
3.13 Tenderers shall submit offers that comply with the requirements of the tendering
documents, including the basic technical design as indicated in the Drawings and Specifications. Alternatives will not be considered, unless specifically allowed in the invitation to tender. If so allowed, tenderers wishing to offer technical alternatives to the requirements of the tendering documents must also submit a tender that complies with the requirements of the tendering documents, including the basic technical design as indicated in the Drawings and Specifications. In addition to submitting the basic tender, the tenderer shall provide all information necessary for a complete evaluation of the alternative, including design calculations, technical specifications, breakdown of prices, proposed construction methods and other relevant details. Only the technical alternatives, if any, of the lowest evaluated tender conforming to the basic technical requirements shall be considered.
3.14 The tenderer shall prepare one original of the documents comprising the tender
documents as described in Clause 3.2 of these Instructions to Tenderers, bound with the volume containing the Form of Tender, and clearly marked “ORIGINAL”. In addition, the tenderer shall submit copies of the tender, in the number specified in the invitation to tender, and clearly marked as “COPIES”. In the event of discrepancy between them, the original shall prevail.
3.15 The original and all copies of the tender shall be typed or written in indelible ink and
shall be signed by a person or persons duly authorised to sign on behalf of the tenderer, pursuant to Clause 1.5 (a) or 1.6 (b), as the case may be. All pages of the tender where alterations or additions have been made shall be initialled by the person or persons signing the tender.
STD/ 12
3.16 Clarification of tenders shall be requested by the tenderer to be received by the procuring entity not later than 7 days prior to the deadline for submission of tenders.
3.17 The procuring entity shall reply to any clarifications sought by the tenderer within 3
days of receiving the request to enable the tenderer to make timely submission of its tender.
3.18 The tender security shall be in the amount of 0.5 – 2 per cent of the tender price.
4. Submission of Tenders
4.1 The tenderer shall seal the original and all copies of the tender in two inner envelopes and one outer envelope, duly marking the inner envelopes as “ORIGINAL” and “COPIES” as appropriate. The inner and outer envelopes shall: (a) be addressed to the Employer at the address provided in the invitation to
tender;
(b) bear the name and identification number of the Contract as defined in the invitation to tender; and
(c) provide a warning not to open before the specified time and date for tender
opening.
4.2 Tenders shall be delivered to the Employer at the address specified above not later than the time and date specified in the invitation to tender. However, the Employer may extend the deadline for submission of tenders by issuing an amendment in accordance with Sub-Clause 2.5 in which case all rights and obligations of the Employer and the tenderers previously subject to the original deadline will then be subject to the new deadline.
4.3 Any tender received after the deadline prescribed in clause 4.2 will be returned to the
tenderer un-opened.
4.4 Tenderers may modify or withdraw their tenders by giving notice in writing before the deadline prescribed in clause 4.2. Each tenderer’s modification or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with clause 3.13 and 4.1, with the outer and inner envelopes additionally marked “MODIFICATION” and “WITHDRAWAL”, as appropriate. No tender may be modified after the deadline for submission of tenders.
4.5 Withdrawal of a tender between the deadline for submission of
tenders and the expiration of the period of tender validity specified in the invitation to tender or as extended pursuant to Clause 3.6 may result in the forfeiture of the Tender Security pursuant to Clause 3.11.
STD/ 13
4.6 Tenderers may only offer discounts to, or otherwise modify the prices of their tenders by submitting tender modifications in accordance with Clause 4.4 or be included in the original tender submission.
5. Tender Opening and Evaluation
5.1 The tenders will be opened by the Employer, including modifications made pursuant to Clause 4.4, in the presence of the tenderers’ representatives who choose to attend at the time and in the place specified in the invitation to tender. Envelopes marked “WITHDRAWAL” shall be opened and read out first. Tenderers’ and Employer’s representatives who are present during the opening shall sign a register evidencing their attendance.
5.2 The tenderers’ names, the tender prices, the total amount of each tender and of any
alternative tender (if alternatives have been requested or permitted), any discounts, tender modifications and withdrawals, the presence or absence of Tender Security, and such other details as may be considered appropriate, will be announced by the Employer at the opening. Minutes of the tender opening, including the information disclosed to those present will be prepared by the Employer.
5.3 Information relating to the examination, clarification, evaluation, and comparison of
tenders and recommendations for the award of Contract shall not be disclosed to tenderers or any other persons not officially concerned with such process until the award to the successful tenderer has been announced. Any effort by a tenderer to influence the Employer’s officials, processing of tenders or award decisions may result in the rejection of his tender.
5.4 To assist in the examination, evaluation, and comparison of tenders, the Employer at
his discretion, may ask any tenderer for clarification of the tender, including breakdowns of unit rates. The request for clarification and the response shall be in writing or by cable, telex or facsimile but no change in the price or substance of the tender shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered in the evaluation of the tenders in accordance with Clause 5.7.
5.5 Prior to the detailed evaluation of tenders, the Employer will determine whether
each tender (a) meets the eligibility criteria defined in Clause 1.7;(b) has been properly signed; (c) is accompanied by the required securities; and (d) is substantially responsive to the requirements of the tendering documents. A substantially responsive tender is one which conforms to all the terms, conditions and specifications of the tendering documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the works; (b) which limits in any substantial way, inconsistent with the tendering documents, the Employer’s rights or the tenderer’s obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other tenderers presenting substantially responsive tenders.
STD/ 14
5.6 If a tender is not substantially responsive, it will be rejected, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.
5.7 Tenders determined to be substantially responsive will be checked for any arithmetic
errors. Errors will be corrected as follows:
(a) where there is a discrepancy between the amount in figures and the amount in words, the amount in words will prevail; and
(b) where there is a discrepancy between the unit rate and the line item total
resulting from multiplying the unit rate by the quantity, the unit rate as quoted will prevail, unless in the opinion of the Employer, there is an obvious typographical error, in which case the adjustment will be made to the entry containing that error.
(c) In the event of a discrepancy between the tender amount as stated in the
Form of Tender and the corrected tender figure in the main summary of the Bill of Quantities, the amount as stated in the Form of Tender shall prevail.
(d) The Error Correction Factor shall be computed by expressing the difference
between the tender amount and the corrected tender sum as a percentage of the corrected Builder’s Work (i.e. Corrected tender sum less P.C. and Provisional Sums)
(e) The Error Correction Factor shall be applied to all Builder’s Work (as a rebate
or addition as the case may be) for the purposes of valuations for 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.
5.8 The Employer will evaluate and compare only the tenders determined to be
substantially responsive in accordance with Clause 5.5.
5.9 In evaluating the tenders, the Employer will determine for each tender the evaluated tender price by adjusting the tender price as follows:
(a) making any correction for errors pursuant to clause 5.7;
(b) excluding provisional sums and the provision, if any, for contingencies in the
Bill of Quantities, but including Dayworks 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
STD/ 15
(d) making appropriate adjustments to reflect discounts or other price
modifications offered in accordance with clause 4.6 5.10 The Employer reserves the right to accept or reject any variation, deviation, or
alternative offer. Variations, deviations, and alternative offers and other factors which are in excess of the requirements of the tender documents or otherwise result in unsolicited benefits for the Employer will not be taken into account in tender evaluation.
5.11 The tenderer shall not influence the Employer on any matter relating to his tender
from the time of the tender opening to the time the Contract is awarded. Any effort by the Tenderer to influence the Employer or his employees in his decision on tender evaluation, tender comparison or Contract award may result in the rejection of the tender.
5.12 Firms incorporated in Kenya where 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 a non-indigenous sub-contractor.
6. Award of Contract
6.1 Subject to Clause 6.2, the award of the Contract will be made to the tenderer whose tender has been determined to be substantially responsive to the tendering documents and who has offered the lowest evaluated tender price, provided that such tenderer has been determined to be (a) eligible in accordance with the provision of Clauses 1.2, and (b) qualified in accordance with the provisions of clause 1.7 and 1.8.
6.2 Notwithstanding clause 6.1 above, the Employer reserves the right to
accept or reject any tender, and to cancel the tendering process and reject all tenders, at any time prior to the award of Contract, without thereby incurring any liability to the affected tenderer or tenderers or any obligation to inform the affected tenderer or tenderers of the grounds for the action.
6.3 The tenderer whose tender has been accepted will be notified of the award prior to
expiration of the tender validity period in writing or by cable, telex or facsimile. This notification (hereinafter and in all Contract documents called the “Letter of Acceptance”) will state the sum (hereinafter and in all Contract documents called the “Contract Price”) that the Employer will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract. At the same time the other tenderers shall be informed that their tenders have not been successful.
The contract shall be formed on the parties signing the contract.
STD/ 16
6.4 The Agreement will incorporate all agreements between the Employer and the successful tenderer. Within 14 days of receipt the successful tenderer will sign the Agreement and return it to the Employer.
6.5 Within 21 days after receipt of the Letter of Acceptance, the successful tenderer shall deliver
to the Employer a Performance Security in the amount stipulated in the Appendix to Conditions of Contract and in the form stipulated in the Tender documents. The Performance Security shall be in the amount and specified form
6.6 Failure of the successful tenderer to comply with the requirements of clause 6.5 shall
constitute sufficient grounds for cancellation of the award and forfeiture of the Tender Security.
6.7 Upon the furnishing by the successful tenderer of the Performance Security, the Employer
will promptly notify the other tenderers that their tenders have been unsuccessful.
6.8 Preference where allowed in the evaluation of tenders shall not be allowed for contracts not exceeding one year (12 months)
6.9 The tender evaluation committee shall evaluate the tender within 30 days of the validity
period from the date of opening the tender.
6.10 The parties to the contract shall have it signed within 30 days from the date of notification of contract award unless there is an administrative review request.
6.11 Contract price variations shall not be allowed for contracts not exceeding one year (12
months)
6.12 Where contract price variation is allowed, the valuation shall not exceed 15% of the original contract price.
6.13 Price variation request shall be processed by the procuring entity within 30 days of receiving
the request.
6.14 The procuring entity may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination.
6.15 The procuring entity shall give prompt notice of the termination to the tenderers and on
request give its reasons for termination within 14 days of receiving the request from any tenderer.
6.16 A tenderer who gives false information in the tender document about its qualification or who
refuses to enter into a contract after notification of contract award shall be considered for debarment from participating in future public procurement.
7. Corrupt and Fraudulent practices
7.1 The procuring entity requires that tenderers observe the highest standards of ethics during procurement process and execution of contracts. A tenderer shall sign a declaration that he has not and will not be involved in corrupt and fraudulent practices.
STD/ 17
APPENDIX TO INSTRUCTIONS TO TENDERERS
The following clauses shall be amended as follows;
Clause 1.4: Delete the entire clause Clause 1.5: a) Delete the entire sub-clause and substitute with the words “a copy of the current
registration certificate with National Construction Authority under the relevant category’’
d) Delete the word ‘Major’ and substitute with the word ‘Relevant’
Clause 1.7: d) Delete the words ‘contract manager’ and ‘manager’ at the beginning
and at the end of the sub-clause and substitute with the words ‘general foreman’ and ‘foreman’ respectively e) Delete the figure ‘4’ and substitute with figure ‘2’
Clause 3.6: Amend the first sentence to read as follows: ‘Tenders shall remain
valid for a period of 90 days from the date of submission’
Clause 3.14: Delete the entire clause and substitute with the following;
The tenderer shall prepare one original of the volume of tender documents comprising the documents as described in clause 3.2 of these instructions and clearly marked ‘ORIGINAL’
Clause 3.15: Delete the words ‘original and all copies’ and insert the word ‘original’ after the word ‘the’
Clause 4.1: Delete the first paragraph and insert the words ‘The tenderer shall
seal the original of the tender documents in one envelop duly marked original’
STD/ 18
SECTION III CONDITIONS OF CONTRACT
Table of Contents 1 Definitions ………………………………………………… STD/19 – STD/20
2 Interpretation……………………………………………… STD/21
3 Language and Law ………………………………………… STD/21
4 Project Manager’s Decisions……………………………… STD/22
5 Delegation………………………………………………… STD/22
6 Communications ………………………………………… STD/22
7 Sub Contracting ………………………………………… STD/22
8 Other Contractors ……………………………………… STD/22
9 Personnel ………………………………………………… STD/22
10 Works……………………………………………………… STD/22
11 Safety and temporary works ……………………………… STD/23
12 Discoveries ………………………………………………… STD/23
13 Work Programme ………………………………………… STD/23
14 Possession of site ………………………………………… STD/23
15 Access to site …………………………………………… STD/24
16 Instructions ……………………………………………… STD/24
17 Extension or Acceleration of completion date ……… STD/24
18 Management Meetings ………………………………… STD/24
19 Early Warning …………………………………………… STD/24
20 Defects …………………………………………………… STD/25
21 Bills of Quantities ………………………………………… STD/25
22 Variations ………………………………………………… STD/26
23 Payment certificates, currency of payments and
Advance Payments ……………………………………… STD/27 - STD/28
24 Compensation events …………………………………… STD/28 - STD/30
25 Price Adjustment ………………………………………………………….. STD/30 - STD/31
26 Retention ………………………………………………… STD/31
27 Liquidated Damages……………………………………… STD/31
28 Securities ………………………………………………… STD/32
29 Day Works ……………………………………………… STD/32
30 Liability and Insurance …………………………………… STD/32 - STD/33
31 Completion and taking over ……………………………… STD/33
32 Final Account …………………………………………… STD/33
33 Termination ……………………………………………… STD/34
34 Payment upon termination ………………………………… STD/35
35 Release from performance ………………………………… STD/35
36 Corrupt gifts and payments of commission ………… STD/36
37 Settlement of Disputes ……………………………………… STD/36 - STD/38
STD/ 19
CONDITIONS OF CONTRACT
1. Definitions
1.1 In this Contract, except where context otherwise requires, the following terms shall be interpreted as indicated;
“Bill of Quantities” means the priced and completed Bill of Quantities forming part of the tender. “Compensation Events” are those defined in Clause 24 hereunder. “The Completion Date” means the date of completion of the Works as certified by the Project Manager, in accordance with Clause 31. “The Contract” means the agreement entered into between the Employer and the Contractor as recorded in the Agreement Form and signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein to execute, complete, and maintain the Works, “The Contractor” refers to the person or corporate body whose tender to carry out the Works has been accepted by the Employer. “The Contractor’s Tender”is the completed tendering document submitted by the Contractor to the Employer. “The Contract Price” is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract. “Days” are calendar days; “Months” are calendar months. “A Defect” is any part of the Works not completed in accordance with the Contract. “The Defects Liability Certificate” is the certificate issued by Project Manager upon correction of defects by the Contractor. “The Defects Liability Period” is the period named in the Contract Data and calculated from the Completion Date. “Drawings” include calculations and other information provided or approved by the Project Manager for the execution of the Contract. “Dayworks” are Work inputs subject to payment on a time basis for labour and the associated materials and plant. “Employer”, or the “Procuring entity” as defined in the Public Procurement Regulations (i.e. Central or Local Government administration, Universities, Public
STD/ 20
Institutions and Corporations, etc) is the party who employs the Contractor to carry out the Works. “Equipment” is the Contractor’s machinery and vehicles brought temporarily to the Site for the execution of the Works. “The Intended Completion Date” is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date may be revised only by the Project Manager by issuing an extension of time or an acceleration order. “Materials” are all supplies, including consumables, used by the Contractor for incorporation in the Works. “Plant” is any integral part of the Works that shall have a mechanical, electrical, chemical, or biological function. “Project Manager” is the person named in the Appendix to Conditions of Contract (or any other competent person appointed by the Employer and notified to the Contractor, to act in replacement of the Project Manager) who is responsible for supervising the execution of the Works and administering the Contract and shall be an “Architect” or a “Quantity Surveyor” registered under the Architects and Quantity Surveyors Act Cap 525 or an “Engineer” registered under Engineers Registration Act Cap 530. “Site” is the area defined as such in the Appendix to Condition of Contract. “Site Investigation Reports” are those reports that may be included in the tendering documents which are factual and interpretative about the surface and subsurface conditions at the Site. “Specifications” means the Specifications of the Works included in the Contract and any modification or addition made or approved by the Project Manager. “Start Date” is the latest date when the Contractor shall commence execution of the Works. It does not necessarily coincide with the Site possession date(s). “A Subcontractor” is a person or corporate body who has a Contract with the Contractor to carry out a part of the Work in the Contract, which includes Work on the Site. “Temporary works” are works designed, constructed, installed, and removed by the Contractor which are needed for construction or installation of the Works.
“A Variation” is an instruction given by the Project Manager which varies the Works.
“The Works” are what the Contract requires the Contractor to construct, install, and turnover to the Employer, as defined in the Appendix to Conditions of Contract.
STD/ 21
2. Interpretation
2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning in English Language unless specifically defined. The Project Manager will provide instructions clarifying queries about these Conditions of Contract.
2.2 If sectional completion is specified in the Appendix to Conditions of Contract,
reference in the Conditions of Contract to the Works, the Completion Date and the Intended Completion Date apply to any section of the Works (other than references to the Intended Completion Date for the whole of the Works).
2.3 The following documents shall constitute the Contract documents and shall be
interpreted in the following order of priority;
(1) Agreement,
(2) Letter of Acceptance,
(3) Contractor’s Tender,
(4) Appendix to Conditions of Contract,
(5) Conditions of Contract,
(6) Specifications,
(7) Drawings,
(8) Bill of Quantities,
(9) Any other documents listed in the Appendix to Conditions of Contract as forming part of the Contract.
Immediately after the execution of the Contract, the Project Manager shall furnish both the Employer and the Contractor with two copies each of all the Contract documents. Further, as and when necessary the Project Manager shall furnish the Contractor [always with a copy to the Employer] with three [3] copies of such further drawings or details or descriptive schedules as are reasonably necessary either to explain or amplify the Contract drawings or to enable the Contractor to carry out and complete the Works in accordance with these Conditions. 3. Language and Law
3.1 Language of the Contract and the law governing the Contract shall be English language and the Laws of Kenya respectively unless
otherwise stated.
STD/ 22
4 Project Manager’s Decisions
4.1 Except where otherwise specifically stated, the Project Manager will decide contractual matters between the Employer and the Contractor in the role representing the Employer.
5 Delegation
5.1 The Project Manager may delegate any of his duties and responsibilities to others after notifying the Contractor.
6 Communications
6.1 Communication between parties shall be effective only when in writing. A notice shall be effective only when it is delivered.
7 Subcontracting
7.1 The Contractor may subcontract with the approval of the Project Manager, but may not assign the Contract without the approval of the Employer in writing. Subcontracting shall not alter the Contractor’s obligations.
8 Other Contractors
8.1 The Contractor shall cooperate and share the Site with other contractors, public
authorities, utilities etc. as listed in the Appendix to Conditions of Contract and also with the Employer, as per the directions of the Project Manager. The Contractor shall also provide facilities and services for them. The Employer may modify the said List of Other Contractors etc., and shall notify the Contractor of any such modification.
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.
STD/ 23
11 Safety and Temporary Works
11.1 The Contractor shall be responsible for the design of temporary works. However before erecting the same, he shall submit his designs including specifications and drawings to the Project Manager and to any other relevant third parties for their approval. No erection of temporary works shall be done until such approvals are obtained.
11.2 The Project Manager’s approval shall not alter the Contractor’s responsibility for
design of the Temporary works and all drawings prepared by the Contractor for the execution of the temporary or permanent Works, shall be subject to prior approval by the Project Manager before they can be used.
11.3 The Contractor shall be responsible for the safety of all activities on the Site.
12. Discoveries
12.1 Anything of historical or other interest or of significant value unexpectedly discovered on Site shall be the property of the Employer. The Contractor shall notify the Project Manager of such discoveries and carry out the Project Manager’s instructions for dealing with them.
13. Work Program
13.1 Within the time stated in the Appendix to Conditions of Contract, the Contractor shall
submit to the Project Manager for approval a program showing the general methods, arrangements, order, and timing for all the activities in the Works. An update of the program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining Work, including any changes to the sequence of the activities.
The Contractor shall submit to the Project Manager for approval an updated program at intervals no longer than the period stated in the Appendix to Conditions of Contract. If the Contractor does not submit an updated program within this period, the Project Manager may withhold the amount stated in the said Appendix from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue program has been submitted. The Project Manager’s approval of the program shall not alter the Contractor’s obligations. The Contractor may revise the program and submit it to the Project Manager again at any time. A revised program shall show the effect of Variations and Compensation Events.
14. Possession of Site
14.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is not given by the date stated in the Appendix to Conditions of Contract, the Employer will be deemed to have delayed the start of the relevant activities, and this will be a Compensation Event.
STD/ 24
15. Access to Site
15.1 The Contractor shall allow the Project Manager and any other person authorised by the Project Manager, access to the Site and to any place where work in connection with the Contract is being carried out or is intended to be carried out.
16. Instructions
16.1 The Contractor shall carry out all instructions of the Project Manager which are in accordance with the Contract.
17. Extension or Acceleration of Completion Date
17.1 The Project Manager shall extend the Intended Completion Date if a Compensation
Event occurs or a variation is issued which makes it impossible for completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining Work, which would cause the Contractor to incur additional cost. The Project Manager shall decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Project Manager in writing for a decision upon the effect of a Compensation Event or variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay caused by such failure shall not be considered in assessing the new (extended) Completion Date.
17.2 No bonus for early completion of the Works shall be paid to the Contractor by the
Employer.
18. Management Meetings
18.1 A Contract management meeting shall be held monthly and attended by the Project
Manager and the Contractor. Its business shall be to review the plans for the remaining Work and to deal with matters raised in accordance with the early warning procedure. The Project Manager shall record the minutes of management meetings and provide copies of the same to those attending the meeting and the Employer. The responsibility of the parties for actions to be taken shall be decided by the Project Manager either at the management meeting or after the management meeting and stated in writing to all who attended the meeting.
19. Early Warning
19.1 The Contractor shall warn the Project Manager at the earliest opportunity of specific
likely future events or circumstances that may adversely affect the quality of the Work, increase the Contract Price or delay the execution of the Works. The Project Manager may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate shall be provided by the Contractor as soon as reasonably possible.
STD/ 25
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 Appendix to Conditions of Contract. The Defects Liability Period shall be extended for as long as defects remain to be corrected.
20.3 Every time notice of a defect is given, the Contractor shall correct the notified defect
within the length of time specified by the Project Manager’s notice. If the Contractor has not corrected a defect within the time specified in the Project Manager’s notice, the Project Manager will assess the cost of having the defect corrected by other parties and such cost shall be treated as a variation and be deducted from the Contract Price.
21. Bills Of Quantities
21.1 The Bills of Quantities shall contain items for the construction, installation, testing and commissioning of the Work to be done by the Contractor. The Contractor will be paid for the quantity of the Work done at the rate in the Bills of Quantities for each item.
21.2 If the final quantity of the Work done differs from the quantity in the Bills of
Quantities for the particular item by more than 25 percent and provided the change exceeds 1 percent of the Initial Contract price, the Project Manager shall adjust the rate to allow for the change.
21.3 If requested by the Project Manager, the Contractor shall provide the Project
Manager with a detailed cost breakdown of any rate in the Bills of Quantities.
STD/ 26
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.
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.
STD/ 27
23.2 The value of Work executed shall comprise the value of the quantities of the items in the Bills of Quantities completed; materials delivered on Site, variations and compensation events. Such materials shall become the property of the Employer once the Employer has paid the Contractor for their value. Thereafter, they shall not be removed from Site without the Project Manager’s instructions except for use upon the Works.
23.3 Payments shall be adjusted for deductions for retention. The Employer shall pay the Contractor the amounts certified by the Project Manager within 30 days of the date of issue of each certificate. If the Employer makes a late payment, the Contractor shall be paid simple interest on the late payment in the next payment. Interest shall be calculated on the basis of number of days delayed at a rate three percentage points above the Central Bank of Kenya’s average rate for base lending prevailing as of the first day the payment becomes overdue.
23.4 If an amount certified is increased in a later certificate or as a result of an award by an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute.
23.5 Items of the Works for which no rate or price has been entered in will not be paid for by the Employer and shall be deemed covered by other rates and prices in the Contract.
23.6 The Contract Price shall be stated in Kenya Shillings. All payments to the Contractor
shall be made in Kenya Shillings and foreign currency in the proportion indicated in the tender, or agreed prior to the execution of the Contract Agreement and indicated therein. The rate of exchange for the calculation of the amount of foreign currency payment shall be the rate of exchange indicated in the Appendix to Conditions of Contract. If the Contractor indicated foreign currencies for payment other than the currencies of the countries of origin of related goods and services the Employer reserves the right to pay the equivalent at the time of payment in the currencies of the countries of such goods and services. The Employer and the Project Manager shall be notified promptly by the Contractor of an changes in the expected foreign currency requirements of the Contractor during the execution of the Works as indicated in the Schedule of Foreign Currency Requirements and the foreign and local currency portions of the balance of the Contract Price shall then be 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
STD/ 28
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.
(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.
STD/ 29
(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 compesation event would cause additional cost or would prevent the Work being completed before the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date shall be extended. The Project Manager shall decide whether and by how much the Contract Price shall be increased and whether and by how much the Intended Completion Date shall be extended.
24.3 As soon as information demonstrating the effect of each compensation event upon
the Contractor’s forecast cost has been provided by the Contractor, it shall be assessed by the Project Manager, and the Contract Price shall be adjusted accordingly. If the Contractor’s forecast is deemed unreasonable, the Project Manager shall adjust the Contract Price based on the Project Manager’s own forecast. The Project Manager will assume that the Contractor will react competently and promptly to the event.
24.4 The Contractor shall not be entitled to compensation to the extent that the
Employer’s interests are adversely affected by the Contractor not having given early warning or not having co-operated with the Project Manager.
24.5 Prices shall be adjusted for fluctuations in the cost of inputs only if provided for in the
Appendix to Conditions of Contract.
STD/ 30
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 thereunder;
(i) The prices contained in the Contract Bills of Quantities shall be deemed to be
based upon the rates of wages and other emoluments and expenses as determined by the Joint Building Council of Kenya (J.B.C.) and set out in the schedule of basic rates issued 30 days before the date for submission of tenders. A copy of the schedule used by the Contractor in his pricing shall be attached in the Appendix to Conditions of Contract.
(ii) Upon J.B.C. determining that any of the said rates of wages or other
emoluments and expenses are increased or decreased, then the Contract Price shall be increased or decreased by the amount assessed by the Project Manager based upon the difference, expressed as a percentage, between the rate set out in the schedule of basic rates issued 30 days before the date for submission of tenders and the rate published by the J.B.C. and applied to the quantum of labour incorporated within the amount of Work remaining to be executed at the date of publication of such increase or decrease.
(iii) No adjustment shall be made in respect of changes in the rates of wages and
other emoluments and expenses which occur after the date of Completion
STD/ 31
except during such other period as may be granted as an extension of time under clause 17.0 of these Conditions.
25.4 The prices contained in the Contract Bills of Quantities shall be deemed to be based
upon the basic prices of materials to be permanently incorporated in the Works as determined by the J.B.C. and set out in the schedule of basic rates issued 30 days before the date for submission of tenders. A copy of the schedule used by the Contractor in his pricing shall be attached in the Appendix to Conditions of Contract.
25.5 Upon the J.B.C. determining that any of the said basic prices are increased or
decreased then the Contract Price shall be increased or decreased by the amount to be assessed by the Project Manager based upon the difference between the price set out in the schedule of basic rates issued 30 days before the date for submission of tenders and the rate published by the J.B.C. and applied to the quantum of the relevant materials which have not been taken into account in arriving at the amount of any 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 Appendix to Conditions of Contract until Completion of the whole of the Works. On Completion of the whole of the Works, half the total amount retained shall be repaid to the Contractor and the remaining half when the Defects Liability Period has passed and the Project Manager has certified that all defects notified to the Contractor before the end of this period have been corrected.
27. Liquidated Damages
27.1 The Contractor shall pay liquidated damages to the Employer at the rate stated in the Appendix to Conditions of Contract for each day that the actual Completion Date is later than the Intended Completion Date. The Employer may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages shall not alter the Contractor’s liabilities.
27.2 If the Intended Completion Date is extended after liquidated damages have been
paid, the Project Manager shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rate specified in Clause 23.30
STD/ 32
28. Securities
28.1 The Performance Security shall be provided to the Employer no later than the date specified in the Letter of Acceptance and shall be issued in an amount and form and by a reputable bank acceptable to the Employer, and denominated in Kenya Shillings. The Performance Security shall be valid until a date 30 days beyond the date of issue of the Certificate of Completion.
29. Dayworks
29.1 If applicable, the Dayworks rates in the Contractor’s tender shall be used for small additional amounts of Work only when the Project Manager has given written instructions in advance for additional work to be paid for in that way.
29.2 All work to be paid for as Dayworks shall be recorded by the Contractor on Forms
approved by the Project Manager. Each completed form shall be verified and signed by the Project Manager within two days of the Work being done.
29.3 The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks
forms. 30. Liability and Insurance
30.1 From the Start Date until the Defects Correction Certificate has been issued, the
following are the Employer’s risks:
(a) The risk of personal injury, death or loss of or damage to property (excluding the Works, Plant, Materials and Equipment), which are due to;
(i) use or occupation of the Site by the Works or for the purpose of the
Works, which is the unavoidable result of the Works, or
(ii) negligence, breach of statutory duty or interference with any legal right by the Employer or by any person employed by or contracted to him except the Contractor.
(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.
STD/ 33
(b) an event occurring before the Completion Date, which was not itself the Employer’s risk
(c) the activities of the Contractor on the Site after the Completion Date.
30.3 From the Start Date until the Defects Correction Certificate has been issued, the risks
of personal injury, death and loss of or damage to property (including, without limitation, the Works, Plant, Materials, and Equipment) which are not Employer’s risk are Contractor’s risks.
The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover from the Start Date to the end of the Defects Liability Period, in the amounts stated in the Appendix to Conditions of Contract for the following events; (a) loss of or damage to the Works, Plant, and Materials; (b) loss of or damage to Equipment; (c) loss of or damage to property (except the Works, Plant, Materials, and
Equipment) in connection with the Contract, and (d) personal injury or death.
30.4 Policies and certificates for insurance shall be delivered by the Contractor to the
Project Manager for the Project Manager’s approval before the Start Date. All such insurance shall provide for compensation required to rectify the loss or damage incurred.
30.5 If the Contractor does not provide any of the policies and certificates required, the
Employer may effect the insurance which the Contractor should have provided and recover the premiums from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due.
30.6 Alterations to the terms of an insurance shall not be made without the approval of
the Project Manager. Both parties shall comply with any conditions of insurance policies.
31. Completion and taking over
31.1 Upon deciding that the Works are complete, the Contractor shall issue a written
request to the Project Manager to issue a Certificate of Completion of the Works. The Employer shall take over the Site and the Works within seven [7] a day of the Project Manager’s issuing a Certificate of Completion.
32. Final Account
32.1 The Contractor shall issue the Project Manager with a detailed account of the total
amount that the Contractor considers payable to him by the Employer under the Contract before the end of the Defects Liability Period. The Project Manager shall issue a Defects Liability Certificate and certify any final payment that is due to the Contractor within 30 days of receiving the Contractor’s account if it is correct and complete. If it is not, the Project Manager shall issue within 30 days a schedule that states the scope of the corrections or additions that are necessary. If the final
STD/ 34
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 authorised by the Project Manager;
(b) the Project Manager instructs the Contractor to delay the progress of the
Works, and the instruction is not withdrawn within 30 days;
(c) the Contractor is declared bankrupt or goes into liquidation other than for a reconstruction or amalgamation;
(d) a payment certified by the Project Manager is not paid by the Employer to the
Contractor within 30 days (for 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.
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.
STD/ 35
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.
STD/ 36
36. Corrupt gifts and payments of commission
The Contractor shall not; (a) Offer or give or agree to give to any person in the service of the
Employer any gift or consideration of any kind as an inducement or reward for doing or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of this or any other Contract for the Employer or for showing or forbearing to show favour or disfavor to any person in relation to this or any other contract for the Employer.
(b) Enter into this or any other contract with the Employer in connection with which
commission has been paid or agreed to be paid by him or on his behalf or to his knowledge, unless before the Contract is made particulars of any such commission and of the terms and conditions of any agreement for the payment thereof have been disclosed in writing to the Employer. Any breach of this Condition by the Contractor or by anyone employed by him or acting on his behalf (whether with or without the knowledge of the Contractor) shall be an offence under the provisions of the Public Procurement Regulations issued under The Exchequer and Audit Act Cap 412 of the Laws of Kenya.
37. Settlement Of Disputes
37.1 In case any dispute or difference shall arise between the Employer or the Project Manager on his behalf and the Contractor, either during the progress or after the completion or termination of the Works, such dispute shall be notified in writing by either party to the other with a request to submit it to arbitration and to concur in the appointment of an Arbitrator within thirty days of the notice. The dispute shall be referred to the arbitration and final decision of a person to be agreed between the 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.
STD/ 37
37.2 The arbitration may be on the construction of this Contract or on any matter or thing
of whatsoever nature arising thereunder or in connection therewith, including any matter or thing left by this Contract to the discretion of the Project Manager, or the withholding by the Project Manager of any certificate to which the Contractor may claim to be entitled to or the measurement and valuation referred to in clause 23.0 of these conditions, or the rights and liabilities of the parties subsequent to the termination of Contract.
37.3 Provided that no arbitration proceedings shall be commenced on any dispute or
difference where notice of a dispute or difference has not been given by the applying party within ninety days of the occurrence or discovery of the matter or issue giving rise to the dispute.
37.4 Notwithstanding the issue of a notice as stated above, the arbitration of such a
dispute or difference shall not commence unless an attempt has in the first instance been made by the parties to settle such dispute or difference amicably with or without the assistance of third parties. Proof of such attempt shall be required.
37.5 Notwithstanding anything stated herein the following matters may be referred to
arbitration before the practical completion of the Works or abandonment of the Works or termination of the Contract by either party:
37.5.1 The appointment of a replacement Project Manager
upon the said person ceasing to act.
37.5.2 Whether or not the issue of an instruction by the Project Manager is empowered by these Conditions.
37.5.3 Whether or not a certificate has been improperly withheld
or is not in accordance with these Conditions.
37.5.4 Any dispute or difference arising in respect of war risks or war damage.
37.6 All other matters shall only be referred to arbitration after the completion or alleged
completion of the Works or termination or alleged termination of the Contract, unless the Employer and the Contractor agree otherwise in writing.
37.7 The Arbitrator shall, without prejudice to the generality of his powers, have powers to direct
such measurements, computations, tests or valuations as may in his opinion be desirable in order to determine the rights of the parties and assess and award any sums which ought to have been the subject of or included in any certificate.
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.
STD/ 38
SECTION IV – APPENDIX TO CONDITIONS OF CONTRACT THE EMPLOYER IS Name: COUNTY GOVERNMENT OF NYANDARUA Address: P.O. BOX 82, OL-KALOU. Name of Authorised Representative: COUNTY SECRETARY, COUNTY GOVERNMENT OF NYANDARUA Telephone: Facsimile: The Project Manager is; Name: WORKS SECRETARY, STATE DEPARTMENT OF PUBLIC WORKS, MINISTRY OF
TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT Address: P.O. BOX 30743-00100, NAIROBI Telephone: 2723101 Facsimile: 2716737 The name (and identification number) of the Contract is PROPOSED COUNTY HEADQUARTERS FOR NYANDARUA COUNTY AT OL-KALOU W.P ITEM NO. D103/CE/NYA/1601 -JOB NO. 10121 A The Works consist of; Erection and Completion of 5 storey Office block with a basement, Civil / and External Works, and Associated electrical and mechanical services. The Start Date shall be AGREED WITH THE PROJECT MANAGER The Intended Completion Date for the whole of the Works shall be
104 Weeks FROM DATE OF POSSESSION
The following documents also form part of the Contract: AS LISTED IN CLAUSE 2.3 OF CONDITIONS OF CONTRACT The Contractor shall submit a revised program for the Works within SEVEN (7) days of delivery of the Letter of Acceptance. The Site Possession Date shall be AGREED WITH THE PROJECT MANAGER
STD/ 39
The Site is located at ; OL-KALOU TOWNSHIP, NYANDARUA COUNTY
The Defects Liability period is 180 days.
Other Contractors, utilities etc., to be engaged by the Employer on the Site Include those for the execution of;
1. Electrical Installations 2. Building mechanical works 3. Interior Decor 4. Civil Works 5. External Works 6. Landscaping works
The minimum insurance covers shall be;
1. The minimum cover for insurance of the Works and of Plant and Materials in respect of the Contractor’s faulty design is; Kshs 5,000,000.00
2. The minimum cover for loss or damage to Equipment is; Kshs 10,000,000.00
3. The minimum for insurance of other property is; Kshs 20,000,000.00
4. The minimum cover for personal injury or death insurance
For the Contractor’s employees is; Kshs 8,000,000.00
And for other people is; Kshs 10,000,000.00 The following events shall also be Compensation Events: 1. NONE (ONLY AS LISTED IN CLAUSE 24 OF THE CONDITIONS OF CONTRACT. 2. Delay In payment shall also be compensated as time delay 3. ____________________________________________________________ 4. ____________________________________________________________ The period between Program updates is 30 days. The amount to be withheld for late submission of an updated Program is WHOLE CERTIFICATE The proportion of payments retained is 10% percent. The Limit of Retention is 5 % percent. The Price Adjustment Clause SHALL apply
STD/ 40
The liquidated damages for the whole of the Works is Kshs. 200,000.00_ (per week or part thereof)
The Performance Security shall be for the following minimum amounts equivalent as a percentage of the Contract Price------5%--------- percent (%)
The Completion Period for the Works is 104 WEEKS
The rate of exchange for calculation of foreign currency payments is NOT APPLICABLE The schedule of basic rates used in pricing by the Contractor is as attached [Contractor to attach].PRICES INCREASE WILL BE BASED ON JBC INDECES Advance Payment SHALL NOT be granted. The bidder should include 16% V.A.T. in the prices for rates and not in the GRAND SUMMARY PAGE.
The Bidder should submit ONLY ONE (1 NO.) ORIGINAL COPY of the Bills of Quantities and not Two (2No.) as indicated in Clause 4.1 of the Instruction To Tenderers.
STD/ 41
SECTION V - SPECIFICATIONS Specifications will be as published by the Ministry of Public Works, dated March 1976 (together with any amendments issued thereto)
STD/ 42
SECTION VI - DRAWINGS Architectural Drawings
1. Site plan 2. Basement plan 3. Ground floor plan 4. 1st-4thTypical floor plans 5. Roof plan 6. Sectional Elevation 7. Elevations 8. Door and Window details/schedules 9. Interior finishes layouts 10. 3- Dimensional pictorial illustrations
Structural Drawings
1. Foundation, Column, Beams and Slabs 2. Roof trusses 3. Roof truss Layout 4. Structural details
STD/ 43
SECTION VII - BILL OF QUANTITIES All quantities are measured in accordance to the Standard Method of Measurement for Building Works (2008 edition) and Civil Engineering Standard Method of Measurement for East Africa.
STD/ 44
SECTION VIII – STANDARD FORMS (i) Form of Invitation for Tenders
(ii) Form of Tender (iii) Letter of Acceptance (iv) Form of Agreement (v) Form of Tender Security (vi) Performance Bank Guarantee (vii) Bank Guarantee for Advance Payment (viii) Qualification Information (ix) Tender Questionnaire (xi) Confidential Business Questionnaire (x) Statement of Foreign Currency Requirement (xi) Details of Sub-Contractors
STD/ 45
FORM OF INVITATION FOR TENDERS
_______________________[date] To: _____________________________________ [name of Contractor] _____________________________________[address] _____________________________________ _____________________________________ Dear Sirs: Reference:______________________________________________[Contract Name] You have been prequalified to tender for the above project. We hereby invite you and other prequalified tenderers to submit a tender for the execution and completion of the above Contract. A complete set of tender documents may be purchased by you from ____ ________________________________________________________________________ [mailing address, cable/telex/facsimile numbers]. Upon payment of a non-refundable fee of Kshs __________________________ All tenders must be accompanied by ________________number of copies of the same and a security in the form and amount specified in the tendering documents, and must be delivered to ________________________________________________________________________ [address and location] at or before _______________________(time and date). Tenders will be opened immediately thereafter, in the presence of tenderers’ representatives who choose to attend. Please confirm receipt of this letter immediately in writing by cable/facsimile or telex. Yours faithfully, _____________________________________ Authorised Signature _____________________________________ Name and Title
STD/ 46
FORM OF TENDER
TO: ________________________________________________________________ [Name of Employer) __________________________[Date] __________________________________________________________________ [Name of Contract] Dear Sir, 1. In accordance with the Conditions of Contract, Specifications, Drawings and Bills of
Quantities for the execution of the above named Works, we, the undersigned offer to construct, install and complete such Works and remedy any defects therein for the sum of Kshs._____________________________[Amount in figures]Kenya Shillings___________________________________________________________________________________________[Amount in words]
2. We undertake, if our tender is accepted, to commence the Works as soon as is reasonably
possible after the receipt of the Project Manager’s notice to commence, and to complete the whole of the Works comprised in the Contract within the time stated in the Appendix to Conditions of Contract.
3. We agree to abide by this tender for _____120 days_________[Insert date], and it shall remain
binding upon us and may be accepted at any time before that date. 4. Unless and until a formal Agreement is prepared and executed this tender together with your
written acceptance thereof, shall constitute a binding Contract between us. 5. We understand that you are not bound to accept the lowest or any tender you may receive.
Dated this ____________________ day of _______20________________ Signature __________________in the capacity of___________________ Duly authorized to sign tenders for and on behalf of _____________________________________________[Name of Tenderer] of___________________________________________[Address of Tenderer] Witness; Name______________________________________ Address_____________________________________ Signature___________________________________ Date_______________________________________
STD/ 47
LETTER OF ACCEPTANCE [letterhead 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
STD/ 48
FORM OF AGREEMENT
THIS AGREEMENT, made the _________________ day of ________ 20 ______ between________________________________________________of[or whose registered office is situated at]__________________________________________ (hereinafter called “the Employer”) of the one part AND ________________________________________________________of[or whose registered office is situated at]_________________________________________ (hereinafter called “the Contractor”) of the other part. WHEREAS THE Employer is desirous that the Contractor executes ________________________________________________________________________ (name and identification number of Contract ) (hereinafter called “the Works”) located at______________________________[Place/location of the Works]and the Employer has accepted the tender submitted by the Contractor for the execution and completion of such Works and the remedying of any defects therein for the Contract Price of Kshs___________________________[Amount in figures],Kenya Shillings_____________________________________________[Amount in words]. NOW THIS AGREEMENT WITNESSETH as follows: 1. In this Agreement, words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents shall be deemed to form and shall be read and construed as part of
this Agreement i.e.
(i) Letter of Acceptance
(ii) Form of Tender
(iii) Conditions of Contract Part I
(iv) Conditions of Contract Part II and Appendix to Conditions of Contract
(v) Specifications
(vi) Drawings
(vii) Priced Bills of Quantities 3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.
STD/ 49
4. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day and year first before written. The common Seal of _________________________________________________ Was hereunto affixed in the presence of ________________________________ Signed Sealed, and Delivered by the said ______________________________ Binding Signature of Employer ________________________________________ Binding Signature of Contractor _______________________________________ In the presence of (i) Name_______________________________________ Address_____________________________________ Signature___________________________________
[ii] Name _______________________________________ Address_____________________________________ Signature____________________________________
STD/ 50
FORM OF TENDER SECURITY WHEREAS ……………………………………….. (hereinafter called “the Tenderer”) has submitted his tender dated ………………………… for the construction of ……………………………………………………………………… …………………… (Name of Contract) KNOW ALL PEOPLE by these presents that WE ……………………… having our registered office at ………………(hereinafter called “the Bank”), are bound unto ……………………………(hereinafter called “the Employer”) in the sum of Kshs.……………………… for which payment well and truly to be made to the said Employer, the Bank binds itself, its successors and assigns by these presents sealed with the Common Seal of the said Bank this ……………. Day of ………20………… THE CONDITIONS of this obligation are: 1. If after tender opening the tenderer withdraws his tender during the period of tender validity
specified in the instructions to tenderers Or
2. If the tenderer, having been notified of the acceptance of his tender by the Employer during the period of tender validity:
(a) fails or refuses to execute the form of Agreement in accordance with the Instructions
to Tenderers, if required; or (b) fails or refuses to furnish the Performance Security, in accordance with the
Instructions to Tenderers;
We undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including thirty (30) days after the period of tender validity, and any demand in respect thereof should reach the Bank not later than the said date.
___________________________ ______________________________ [Date [ [signature of the Bank] ___________________________ ______________________________ [Witness] [Seal]
STD/ 51
PERFORMANCE BANK GUARANTEE To: _________________________(Name of Employer) ___________(Date) __________________________(Address of Employer) Dear Sir, WHEREAS ______________________(hereinafter called “the Contractor”) has undertaken, in pursuance of Contract No. _____________ dated _________ to execute _______________ (hereinafter called “the Works”); AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognised bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee: NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of Kshs. ________________ (amount of Guarantee in figures) Kenya Shillings__________________________________________ (amount of Guarantee in words), and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of Kenya Shillings _________________________ (amount of Guarantee in words) as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change, addition or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any change, addition, or modification. This guarantee shall be valid until the date of issue of the Certificate of Completion.
SIGNATURE AND SEAL OF THE GUARANTOR ___________________ Name of Bank ____________________________________________
Address ________________________________________________
Date ______________________________________________________
STD/ 52
BANK GUARANTEE FOR ADVANCE PAYMENT To: ________________________ [name of Employer] ___________(Date) ________________________[address of Employer] Gentlemen, Ref: _______________________________________________[name of Contract] In accordance with the provisions of the Conditions of Contract of the above-mentioned Contract, We,_______________________________________[name and Address of Contractor] (hereinafter called “the Contractor”) shall deposit with _______________________________[name of Employer] a bank guarantee to guarantee his proper and faithful performance under the said Contract in an amount of Kshs._____________[amount of Guarantee in figurers] Kenya Shillings_____________________________________[amount of Guarantee in words]. We, ________________[bank or financial institution], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to ___________________________[name of Employer] on his first demand without whatsoever right of objection on our part and without his first claim to the Contractor, in the amount not exceeding Kshs________________________[amount of Guarantee in figures] Kenya Shillings _____________________________________________________________[amount of Guarantee in words], such amount to be reduced periodically by the amounts recovered by you from the proceeds of the Contract. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between ________________________[name of Employer] and the Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. No drawing may be made by you under this guarantee until we have received notice in writing from you that an advance payment of the amount listed above has been paid to the Contractor pursuant to the Contract. This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until ______________________________________________(name of Employer) receives full payment of the same amount from the Contract. Yours faithfully,
STD/ 53
Signature and Seal __________________________________________________ Name of the Bank or financial institution ______________________________ Address ______________________________________________________________ Date _________________________________________________________________ Witness: Name: ____________________________________________________ Address: __________________________________________________ Signature: ________________________________________________ Date: _____________________________________________________
STD/ 54
QUALIFICATION INFORMATION 1. Individual Tenderers or Individual Members of Joint Ventures
1.1 Constitution or legal status of tenderer (attach copy or Incorporation Certificate); Place of registration: ____________________________ Principal place of business _____________________________ Power of attorney of signatory of tender ____________________
1.2 Total annual volume of construction work performed in the last five years
Year Volume
Currency Value
1.3 Work performed as Main Contractor on works of a similar nature and volume over
the last five years. Also list details of work under way or committed, including expected completion date.
Project name Name of client Type of work Value of and contact performed and Contract person year of completion
_________ ___________ __________ ________ _________ ___________ __________ ________ ________ __________ __________ _______
1.4 Major items of Contractor’s Equipment proposed for carrying out the Works. List all
information requested below.
Item of Equipment
Description, Make and age (years)
Condition(new, good, poor) and number available
Owned, leased (from whom?), or to be purchased (from whom?)
__________________ _________(etc.)
____________________________________
_________________________________
1.5 Qualifications and experience of key personnel proposed for administration and execution of the Contract. Attach biographical data.
STD/ 55
Position Name Years of experience (general)
Years of experience in proposed position
Project Manager __________________ ___________________
(etc.)
1.6 Financial reports for the last five years: balance sheets, profit and loss statements,
auditor’s reports, etc. List below and attach copies. ________________________________________________________________________________________________________________________
1.7 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List below and attach copies of supportive documents. ____________________________________________________________ ____________________________________________________________
_____________________________________________
1.8 Name, address and telephone, telex and facsimile numbers of banks that may provide reference if contacted by the Employer.
__________________________________________________________________
____________________________________________________________
1.9 Statement of compliance with the requirements of Clause 1.2 of the Instructions to Tenderers. ____________________________________________________________ ____________________________________________________________ _____________________________________________
1.10 Proposed program (work method and schedule) for the whole of the Works.
2 Joint Ventures
2.4 The information listed in 1.1 – 1.10 above shall be provided for each partner of the joint venture.
2.5 The information required in 1.11 above shall be provided for the joint venture.
STD/ 56
2.6 Attach the power of attorney of the signatory(ies) of the tender authorizing signature of the tender on behalf of the joint venture
2.7 Attach the Agreement among all partners of the joint venture ( and which is legally
binding on all partners), which shows that:
a) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms;
b) one of the partners will be nominated as being in charge, authorized to incur
liabilities and receive instructions for and on behalf of any and all partners of the joint venture; and
c) the execution of the entire Contract, including payment, shall be done
exclusively with the partner in charge.
STD/ 57
TENDER QUESTIONNAIRE
Please fill in block letters. 1. Full names of tenderer
……………………………………………………………………………………… 2. Full address of tenderer to which tender correspondence is to be sent (unless an agent has
been appointed below)
……………………………………………………………………………………… 3. Telephone number (s) of tenderer
……………………………………………………………………………………… 4. Telex address of tenderer
……………………………………………………………………………………… 5. Name of tenderer’s representative to be contacted on matters of the tender during the
tender period
……………………………………………………………………………………… 6. Details of tenderer’s nominated agent (if any) to receive tender notices. This is essential if
the tenderer does not have his registered address in Kenya (name, address, telephone, telex)
……………………………………………………………………………………… ……………………………………………………………………………………… _______________________ Signature of Tenderer Make copy and deliver to:_____________________(Name of Employer)
STD/ 58
CONFIDENTIAL BUSINESS QUESTIONNAIRE
You are requested to give the particulars indicated in Part 1 and either Part 2 (a), 2 (b) or 2 (c) and 2 (d) whichever applies to your type of business. You are advised that it is a serious offence to give false information on this Form. Part 1 – General Business Name ……………………………………………………………………… Location of business premises; Country/Town………………………. Plot No……………………………………… Street/Road ………………………… Postal Address……………………………… Tel No……………………………….. Nature of Business………………………………………………………………….. Current Trade Licence No…………………… Expiring date………………… Maximum value of business which you can handle at any time: K. pound……………………….. Name of your bankers……………………………………………………………… Branch………………………………………………………………………………… Part 2 (a) – Sole Proprietor Your name in full…………………………………… Age………………………… Nationality………………………………… Country of Origin………………… *Citizenship details ………………………………………………………………… Part 2 (b) – Partnership Give details of partners as follows: Name in full Nationality Citizenship Details Shares 1…………………………………………………………………………………… 2…………………………………………………………………………………… 3……………………………………………………………………………………
Part 2(c) – Registered Company: Private or public……………………………………………………………
STD/ 59
State the nominal and issued capital of the Company- Nominal Kshs………………………………………………………………… Issued Kshs…………………………………………………………………… Give details of all directors as follows: Name in full . Nationality. Citizenship Details*. Shares. 1. ……………………………………………………………………………………… 2. ……………………………………………………………………………………… 3. ……………………………………………………………………………………… 4. ……………………………………………………………………………………… Part 2(d) – Interest in the Firm: Is there any person / persons in …………… ………(Name of Employer) who has interest in this firm? Yes/No………………………(Delete as necessary) I certify that the information given above is correct. ……………………… ……………………… ………………… (Title) (Signature) (Date)
Attach proof of citizenship
STD/ 60
STATEMENT OF FOREIGN CURRENCY REQUIREMENTS
(See Clause 23] of the Conditions of Contract)
In the event of our Tender for the execution of____________________ __________________________(name of Contract) being accepted, we would require in accordance with Clause 21 of the Conditions of Contract, which is attached hereto, the following percentage: (Figures)………………………… (Words)………………………………… of the Contract Sum, (Less Fluctuations) to be paid in foreign currency. Currency in which foreign exchange element is required: ……………………………………………………………………………………… Date: The ………… Day of …………….. 20……………. Enter 0% (zero percent) if no payment will be made in foreign currency. Maximum foreign currency requirement shall be _____________(percent) of the Contract Sum, less Fluctuations.
_____________________ (Signature of Tenderer)
STD/ 61
DETAILS OF SUB-CONTRACTORS
If the Tenderer wishes to sublet any portions of the Works under any heading, he must give below details of the sub-contractors he intends to employ for each portion. Failure to comply with this requirement may invalidate the tender. (1) Portion of Works to be sublet: ……………………………… [i) Full name of Sub-contractor
and address of head office: ……………………………… ………………………………
(ii) Sub-contractor’s experience
of similar works carried out in the last 3 years with Contract value: ……………………………… ……………………………… ………………………………
(2) Portion of Works to sublet: ……………………………… (i) Full name of sub-contractor and address of head office: ……………………………… ……………………………… ………………………………
(ii) Sub-contractor’s experience of similar works carried out in the last 3 years with contract value: …………………………… …………………………… ____________________ _______________________ [Signature of Tenderer) Date
STD/ 62
LETTER OF NOTIFICATION OF AWARD
Address of Procuring Entity _____________________ _____________________ To: RE: Tender No. Tender Name This is to notify that the contract/s stated below under the above mentioned tender have been awarded to you.
1. Please acknowledge receipt of this letter of notification signifying your acceptance. 2. The contract/contracts shall be signed by the parties within 30 days of the date of this letter
but not earlier than 14 days from the date of the letter.
3. You may contact the officer(s) whose particulars appear below on the subject matter of this
letter of notification of award. (FULL PARTICULARS)
SIGNED FOR ACCOUNTING OFFICER
EVALUATION CRITERIA FOR JOB NO.10121 A
Evaluation will be done in six stages as follows:-
1. Determination of responsiveness
2. Technical evaluation
3. Financial evaluation
4. Combination of technical and financial evaluation
5. Determination of the lowest evaluated tenderer
6. Recommendation for award.
1. STAGE 1. (TENDER RESPONSIVENESS)
i
a) Certified copy of registration/incorporation
b) Valid tax compliance certificate
c) Certified copy of registration with NCA1 - NCA2 (Buildings)
d) Form of tender (Properly filled and signed)
e)
f)
g) Confidential business questionnaire (Properly filled and signed)
ii)
iii)
TENDER EVALUATION CRITERIA
In accordance with the requirements of the Instruction to Tenderers under Clause 5, only substantially
responsive tenders will be subject to detailed evaluation. For purposes of Clauses 5, a responsive tender is
one which conforms to all the terms, conditions and specifications of the tendering documents, without
material deviation or reservation. The mandatory conditions to be complied with are:-
Bid security (from approved institutions, proper validity period, minimum
amount, as per the sample form)
Litigation history (Sworn affidavit to be provided)
A company shall fulfill all the above conditions in order to proceed to technical evaluation
Any company that does not fulfill any of the above conditions shall be disqualified from further evaluation at
this stage.
EC/1
EVALUATION CRITERIA FOR JOB NO.10121 A
2. STAGE 2. (TECHNICAL EVALUATION)
(i) The technical analysis will be allocated 60% score
(ii) The tenderer MUST show proof of equipments, plant & machinery, vehicles, similar works etc
(iii) The criteria for technical analysis will be as follows:
Item Score Max score
1 Similar Works per project
a) Ongoing (at least 50%
complete) max. consideration, 3
projects
below 500 Million KSh 1
over 500 Million KSh 2 6
per project
b) Complete projects max. 3
projects in the last 5years
below 500 Million KSh 2
over 500 Million KSh 3 9 15
2 Availability of equipment Pick up 3 number 2
more than 3 4 4
Truck 3 number 2
more than 3 3 3
Other relevant 3 number 1
4 number 2
5 and over 3 3 10
3 Qualified personnel in relevant
trade i.e Construction industry)
per person
a) Directors of the company (any
one (1) director
Diploma 1
Degree 2
Masters degree 3 3
b) Diploma 1 2
Degree 2 4
2 4 13
Item Score Max score
4 Financial statement of 2013 1 1
Financial statement of 2014 1 1
Financial statement of 2015 1 1
Net yearly operating profit statement 1
0 1
0-100m 0
over 100-200m 1
over 200m-300m 2
over300m-400m 3
over 400m 4 4 8
5 Has financial resources
below the cost of the project 0equal to the cost of the project 2more than 2X the cost of the project 4 4 4
Total score
Non-current Asset base
Evidence of adequacy of working
capital (Cash at hand & Banks-
signed & stamped current bank
statement dated not more than a
month from date of submission,
letters of credit stating amount to
be advanced)
Criteria
Registered with relevant proffesional boards
2no. Key personnel but of
different speciality with over
5years experience (Qs's,
Architects, Str/Civil eng's &
Constr.Managers)
Criteria
Financial status KES - Audited
financial reports
EC/2
EVALUATION CRITERIA FOR JOB NO.10121 A
6
10 10 10
Total score 60
(iv) All companies that get a total score of 30 and below (out of 60) will be disqualified from
further evaluation and will not proceed to financial evaluation.
(v) All companies that score 30 and above (out of 60) will proceed to
financial evaluation.
STAGE 3. (FINANCIAL EVALUATION)
(I) WORKING MEAN AND DETERMINATION OF HIGH BIDS
(a) Working mean
The average of all tender sums of various bidders shall be calculated. Any bid which is 10% lower
or higher than the average shall be eliminated from calculating the working mean.
(i) The average of all bids not eliminated in (a) above shall be calculated
(ii) The working mean shall be half the sum of (i) above and the official estimate.
(c) Elimination of high bids
Any bid which will be higher than the 110% of the working mean shall be eliminated from further
evaluation. They will be deemed to be too expensive and therefore financially non responsive.
(II) MATERIAL DEVIATIONS, MARKET PRICES AND CONSISTENCY OF RATES
The bidder's prices shall be evaluated further by comparing them to the market prices. Total
score of 40% shall be allocated to financial evaluation as follows:-
(a) Front loading for main elements(10 marks)
The elemental total shall be compared against the market price as per engineer's estimates where the
elemental total does not exceed +10% of the elemental market price, scores will be allocated as follows:-
(i) Preliminaries 4 mks
(ii) Substructures/basement 3 mks
(iii) Windows and curtain walling 3 mks
Total 10 mks
(b) Working mean calculation
DETAILED WORKS PROGRAMME
OUTLINING METHODOLOGY OF
COMPLETING AND DELIVERING
THE CONTRACT WORKS ON OR
BEFORE THE EXPIRY OF THE
CONTRACT PERIOD
EC/3
EVALUATION CRITERIA FOR JOB NO.10121 A
(b) Market rates for main items. (20marks)
The unit rate shall be compared against the market rate. Where the unit rate lies within the margin
of -10% and + 10% of the market rate, scores will be allocated as follows:-
a IT4 roofing sheets 26g 1 mks
b BRC fabric mesh ref. A142 1 mk
c Walling 200mm thick natural stone 1 mk
d Vrc Class 25/20mm 3 mks
e Reinforcement steel 2 mks
f Aluminium sliding casement windows per unit m2 3 mks
g 50mm Thick hardwood Panel doors 1 mk
h Porcelain tiles (matt floor finish) 2 mks
i Plaster 12mm; internal 2 mks
j Painting to plastered per unit m2 2 mks
l Accoustic padding 2 mks
Total 20 mks
(c) Consistency of Rates (10 marks)
The tenderer's rates shall be thoroughly evaluated for consistency or lack of consistency. Specific emphasis
will be given to work items of similar nature occuring in different elements or bills of the priced bill of
quantities. If there is consistency in the rates; scores will be allocated as follows:-
(i) Walling 200mm thick natural stone 3 mks
(ii) IT4 roofing sheets 26g 2 mks
(iii) Plasterwork 3 mks
(iv) Paintworks 2 mks
Total 10 mks
EC/4
EVALUATION CRITERIA FOR JOB NO.10121 A
STAGE 4. (COMBINATION OF TECHNICAL AND FINANCIAL EVALUATION)
The scores for technical and financial analysis shall be combined and a total score for
each tenderer will be determined as follows:-
Bidder Total Technical Score (60) Total Financial Score (40)
1
2
3
STAGE 5. DETERMINATION OF THE LOWEST EVALUATED TENDERER
Bidder Bidder's price (Form of Tender) Bidder's Corrected price
(Evaluated tender)
Error ECF (%)
1
2
3
STAGE 6. RECOMMENDATION FOR AWARD
A recommendation will be made to award this tender to the tenderer with the highest score as
determined in 5 above at the price indicated in the form of tender.
Combined Score (100)
Ranking as
per 5 above
The lowest evaluated bidder shall be determined as folows: Clause 5.7 Tenders determined to be substantially
responsive will be checked for any arithmetic errors. Errors will be corrected as per clause 5.7:
EC/5
PARTICULAR PRELIMINARIES
PARTICULAR PRELIMINARIES
ITEM DESCRIPTION Kshs. Cts
A EMPLOYER
The "Employer" is The County Secretary, County Government of
Nyandarua. The term "Employer" and "Government" wherever used in the
contract document shall be synonymous
B PROJECT MANAGER
The term "P.M." wherever used in these Bills of Quantities shall be deemed
to imply the Project Manager as defined in Condition 1 of the Conditions of
Contract or such person or persons as may be duly authorised to represent
him on behalf of the Government.
C ARCHITECT
The term "Architect" shall be deemed to mean "The Project Manager." as
defined above whose address unless otherwise notified is Ministry of
Transport, Infrastucture, Housing and Urban Development , State
Department for Public Works, P.O. Box 30743, NAIROBI.
D QUANTITY SURVEYOR
The term "Quantity Surveyor" shall be deemed to mean "The Project
Manager." as defined above whose address unless otherwise notified is
Ministry of Transport, Infrastucture, Housing and Urban Development ,
State Department for Public Works, P.O. Box 30743, NAIROBI.
E ELECTRICAL ENGINEER
The term "Electrical Engineer" shall be deemed to mean "The Project
Manager." as defined above whose address unless otherwise notified is
Ministry of Transport, Infrastucture, Housing and Urban Development ,
State Department for Public Works, P.O. Box 30743, NAIROBI.
F MECHANICAL ENGINEER
The term "Mechanical Engineer" shall be deemed to mean "The Project
Manager." as defined above whose address unless otherwise notified is
Ministry of Transport, Infrastucture, Housing and Urban Development ,
State Department for Public Works, P.O. Box 30743, NAIROBI.
G STRUCTURAL ENGINEER
The term "Structural Engineer" shall be deemed to mean "The Project
Manager." as defined above whose address unless otherwise notified is
Ministry of Transport, Infrastucture, Housing and Urban Development ,
State Department for Public Works, P.O. Box 30743, NAIROBI.
Carried to Collection
PP/1
PARTICULAR PRELIMINARIES
Item DESCRIPTION Kshs. Cts
A PRICING ITEMS OF PRELIMINARIES
Prices SHALL BE INSERTED against items of “preliminaries” in the
tenderer’s priced Bills of Quantities. The Contractor shall be deemed to
have included in his prices or rates for the various items in the Bills of
Quantities or Specification for all costs involved in complying with all the
requirements for the proper execution of the whole of the works in the
Contract.The contractor is advised to read and understand all preliminary
items.
B DESCRIPTION OF THE WORKS
The works to be carried out under this contract comprises Erection and
Completion of 5 storey Office block with a basement, Civil and External
Works, and Associated electrical and mechanical services.
C MEASUREMENTS
In the event of any discrepancies arising between the Bills of Quantities
and the actual works, the site measurements shall generally take
precedence. However, such discrepancies between any contract
documents shall immediately be referred to the PROJECT MANAGER in
accordance with Clause 22 of the Conditions of Contract. The
discrepancies shall then be treated as a variation and be dealt with in
accordance with Clause 22 of the said Conditions of contract.
Carried to Collection
PP/2
PARTICULAR PRELIMINARIES
Item DESCRIPTION Kshs. Cts
A LOCATION OF SITE
The site is located at at Ol-Kalou Township-Nyandarua County. The
Contractor is advised to visit the site, to familiarize with the of the
project. No claims arising from the Contractor’s failure to do so will be
entertained.
B CLEARING AWAY
The Contractor shall remove all temporary works, rubbish, debris and
surplus materials from the site as they accumulate and upon completion of
the works, remove and clear away all plant, equipment, rubbish, unused
materials and stains and leave in a clean and tidy state to the reasonable
satisfaction of the Project Manager.
3,900,000.00
The whole of the works shall be delivered up clean, complete and in
perfect condition in every respect to the satisfaction of the Project
Manager.
C CLAIMS
It shall be a condition of this contract that upon it becoming reasonably
apparent to the Contractor that he has incurred losses and/or expenses
due to any of the contract conditions, or by any other reason whatsoever,
he shall present such claim or intent to claim notice to the PROJECT
MANAGER within the contract period. No claims shall be entertained upon
the expiry of the said contract period.
D PAYMENTS
The tenderer’s attention is drawn to the fact that the COUNTY
GOVERNMENT SHALL NOT MAKE ADVANCE PAYMENTS
E PREVENTION OF ACCIDENT, DAMAGE OR LOSS
The Contractor is notified that these works are to be carried out on a
restricted site where the client is going on with other normal activities.
The Contractor is instructed to take reasonable care in the execution of the
works as to prevent accidents, damage or loss and disruption of normal
activities being carried out by the Client. The Contractor shall allow in his
rates any expense he deems necessary by taking such care within the site.
1,500,000.00
Carried to Collection 5,400,000.00
PP/3
PARTICULAR PRELIMINARIES
Item DESCRIPTION Kshs. Cts
A BID SECURITY
The contractor shall provide where required by the client a bid security
duly signed, sealed and stamped from an approved Insitution in an
approved format of required amount.
500,000.00
B WORKING CONDITIONS
The Contractor shall allow in his rates for any interference that he may
encounter in the course of execution of the works for the Client may in
some cases ask the Contractor not to proceed with the works until some
activities within the site are completed, as the facility will be operating as
usual during the course of the contract.
1,500,000.00
C SIGNBOARD
Allow for providing, erecting, maintaining throughout the course of the
Contract and afterwards clearing away a signboard as designed, specified
and approved by the Project Manager.
100,000.00
D LABOUR CAMPS
The Contractor shall not be allowed to house labour on site. Allow for
transporting workers to and from the site during the tenure of the
contract.
1,080,000.00
E MATERIALS FROM DEMOLITIONS
Any materials arising from demolitions shall not be re-used and shall
become the property of the government. The Contractor shall allow in his
rates the cost of transporting the demolished materials to the Required
Location
F PRICING RATES
The tenderer shall include for all costs in executing the whole of the works,
including transport, replacing damaged items, fixing, all to comply with the
said Conditions of Contract.
Carried to Collection 3,180,000.00
PP/4
PARTICULAR PRELIMINARIES
Item DESCRIPTION Kshs. Cts
A SECURITY
The Contractor shall allow for providing adequate security for the works
and the workers in the course of execution of this contract. No claim will
be entertained from the Contractor for not maintaining adequate security
for both the works and workers.
1,000,000.00
B URGENCY OF THE WORKS
The Contractor is notified that these “works are urgent” and
should be completed within the period stated in these Particular
Preliminaries.The Contractor shall allow in his rates for any costs he deems
that he/she may incur by having to complete the works within the
stipulated contract period.
C PAYMENT FOR MATERIALS ON SITE
All materials for incorporation in the works must be stored on site before
payment is effected, unless specifically exempted by the Project Manager.
This is to include materials of the Contractor, nominated sub-Contractors
and nominated suppliers.
D EXISTING SERVICES
Prior to the commencement of any work, the Contractor is to ascertain
from the relevant authority the exact position, depth and level of all
existing services in the area and he/she shall make whatever provisions
may be required by the authorities concerned for the support,
maintenance and protection of such services.
250,000.00
Carried to Collection 1,250,000.00
PP/5
PARTICULAR PRELIMINARIES
Item DESCRIPTION Kshs. Cts
A PERFORMANCE BOND
A bond of 5 % of the contract sum will be required. No payment on
account for the works executed will be made to the contractor until he has
submitted the Performance Bond to the Project Manager duly signed,
sealed and stamped from an approved Bank in the approved format.
2,000,000.00
B TENDER DOCUMENTS
Tender documents are as listed in Clause 2.1 of the Instruction to
Tenderer’s Page STD/9
C DELIVERY OF TENDER
Tenders and all documents in connection therewith, as specified above
must be delivered in the addressed envelope which should be properly
sealed and deposited at the offices as specified in the letter accompanying
these documents or as indicated in the advertisement.
Tenders will be opened at the time specified in the letter accompanying
these Tender Documents or as indicated in the advertisement. Tenders
delivered/received later than the above time will not be opened.
D VALUE ADDED TAX
The Contractor’s attention is drawn to the Legal Notice in the Finance Act
part 3 Section 21(b) operative from 1st September, 1993 which requires
payment of VAT on all contracts. The tenderer is advised that in
accordance with Government public notice No. 35 & 36 Dated 11th
September 2003 operational from 1st October 2003, withholding VAT will
be levied against the contract sum by the Employer and remitted to the
Commissioner of VAT through all interim certificates. The contractor
should therefore include this tax in his pricing for rates and not in the
Grand Summary page.
Carried to Collection 2,000,000.00
PP/6
PARTICULAR PRELIMINARIES
Item DESCRIPTION Kshs. Cts
FORM OF CONTRACT
The Form of Contract shall be as stipulated in the Republic of Kenya's
Standard Tender Document for Procurement of Building Works(2006
Edition) and its regulations included herein
The Conditions of Contract are also included herein Particulars of
insertions to be made in the Appendix to the Contract Agreement will be
found in the Particular Preliminaries part of these Bills of Quantities
SPECIAL PRELIMINARIES
PROJECT MANAGEMENT EXPENSES
A Provide a sum of Kenya Shillings Seven Hundred and Fifty Thousand (Kshs
750,000.00) only for Clerk of works expenses 750,000
B Allow for Contractor’s profit and overheads (--------%)
C Provide a sum of Kenya Shillings Six Hundred and Seventy Five Thousand
(Kshs 675,000.00) only for Resident Engineer's expenses 1,125,000
D Allow for Contractor’s profit and overheads (--------%)
E Allow a sum of Five Million only (5,000,000.00) only for subsistence
allowances for the project team for the whole of the project period 5,000,000
F Allow for Contractor’s profit and overheads (--------%)
G Provide a sum of Kenya Shillings Two Million only (Kshs 2,000,000.00) only
for Project manager's stationery 2,000,000
H Allow for Contractor’s profit and overheads (--------%)
J Provide a sum of Kenya Shillings One Million Five Hundred Thousand (Kshs
1,500,000.00) only for the State Department of Public works technical
training 1,500,000
K Allow for Contractor’s profit and overheads (--------%)
L Allow a sum of Five Hundred Thousand (500,000.00) only for airtime
allowances for the project team for the whole of the project period 500,000
M Allow for Contractor’s profit and overheads (--------%)
Carried to Collection 10,875,000.00
PP/7
PARTICULAR PRELIMINARIES
Item DESCRIPTION Kshs.
PROJECT VEHICLE
The Contractor shall provide one (1No) new 10 seater Nissan Van vehicle
including providing licensed competent driver to the satisfaction of the
P.M. The driver shall be provided with uniforms to the satisfaction of the
P.M
Thereafter, the Contractor for the duration of the contract or for such
other period as may be directed shall maintain the vehicle and provide a
driver for use exclusively by the P.M. and others authorized by the P.M. in
writing. The vehicle shall only be driven by aforementioned driver during
normal working hours and outside these hours when specifically required
by the P.M. and for official purpose only. The Government shall not be
bound to accept the services of driver after expiry of this contract.
The Contractor shall ensure that the vehicle is serviced regularly in
accordance with the manufacturer's instructions and maintained in good
condition to the satisfaction of the P.M. and shall have the vehicle available
to him for use in good serviceable condition at all times. In the event of the
vehicle being unserviceable when required the contractor shall provide an
alternative vehicle and suitable qualified driver; in compliance with the
provisions of this section to the satisfaction of the P.M. In the event of the
driver being unavailable for whatever reason the Contractor shall provide
an alternative and suitable qualified driver.
Reimbursement to the Contractor for providing the services of the driver
shall be on monthly basis during the currency of the contract at a rate as
here below to be inserted. Reimbursement on the Contractor providing
regular servicing, fuel, oil, lubricants and tyres shall be on a monthly basis
on the actual kilometres travelled at a rate as here below inserted
The vehicle shall be privately registered including all necessary insurances
and to the satisfaction of the P.M. After the contract is over the ownership
of the vehicle shall revert to the Government.
Prior to handing over the vehicle to the Government at the end of the
contract the engine, chassis and body work of the vehicle shall be re-
conditioned to as new as no excessive wear of use will be obvious. The
vehicle shall be given a final check by the Ministry of Roads Mechanical and
Transport Department Nairobi and a certificate of road worthiness given
prior to acceptance of the vehicle by the Government. The vehicle will be
fitted at the end of the contract with new tyres.
Reimbursement to the Contractor for providing regular servicing fuels,oils
lubricants and tyres will be monthly based on actual kilometers traveled at
a rate here below to be inserted.
Carried to Collection
PP/8
PARTICULAR PRELIMINARIES
Item DESCRIPTION Kshs.
Lump sum for providing 1 No. new nissan van vehicle including charges
thereof in connection with registration.
A
Allow for providing comprehensive insurance as below described per year .
2No.Year @ Kshs……………………………..per year
B Allow for providing a competent driver as here below described
per calendar month
24 No. calendar months @ Kshs………………………..per month
C Allow for providing regular maintenance,lubricants,spare and tyres for the
first 100,000 km @Kshs…………………..per km
D Extra over rate (D) above fo distance travelled in excess of 100,000 km @
Kshs…………………….per km for 50,000 km.
E Provide for reverting vehicles to the Government including servicing,
change or registration for G.K. etc.
Carried to Collection
PP/9
PARTICULAR PRELIMINARIES
Item DESCRIPTION Kshs.
PARTICULARS OF INSERTIONS TO BE MADE
IN APPENDIX TO CONTRACT AGREEMENT
The following are the insertions to be made in the appendix to the Contract
Agreement
Period of Final Measurement 3 Months from
Practical Completion
Defects Liability Period 6 Months from
Practical Completion
Date for Possession To be agreed with the
Project Manager
Date for Completion 104 weeks from date
of Possession
Liquidated and Ascertained Damages at a rate of Kshs. 200,000
per week or part thereof
Period of Interim Certificates Monthly
Period of Honouring Certificates 30 Days
Percentage of Certified Value Retained 10%
Limit of Retention Fund 5%
Carried to Collection
PP/10
PARTICULAR PRELIMINARIES
Item DESCRIPTION Kshs. Cts
COLLECTION
Brought forward from page PP/1 -
Brought forward from page PP/2 -
Brought forward from page PP/3 5,400,000.00
Brought forward from page PP/4 3,180,000.00
Brought forward from page PP/5 1,250,000.00
Brought forward from page PP/6 2,000,000.00
Brought forward from page PP/7 10,875,000.00
Brought forward from page PP/8 -
Brought forward from page PP/9
Brought forward from page PP/10
PARTICULAR PRELIMINARIES CARRIED TO MAIN SUMMARY 22,705,000.00
PP/11
GENERAL PRELIMINARIES
ITEM DESCRIPTION KSHS CTS
GENERAL PRELIMINARIES
A. PRICING OF ITEMS OF PRELIMINARIES AND PREAMBLES
Prices will be inserted against items of Preliminaries in the Contractor's priced Bills
of Quantities and Specification.
The Contractor shall be deemed to have included in his prices or rates for the various
items in the Bills of Quantities or Specification for all costs involved in complying with
all the requirements for the proper execution of the whole of the works in the
Contract.
B. ABBREVIATIONS
Throughout these Bills, units of measurement and terms are abbreviated and shall be
interpreted as follows:-
C.M. Shall mean cubic metre
S.M. Shall mean square metre
L.M. Shall mean linear metre
MM Shall mean Millimetre
Kg. Shall mean Kilogramme
No. Shall mean Number
Prs. Shall mean Pairs
B.S. Shall mean the British Standard Specification Published by
theBritish Standards Institution, 2 Park Street, London W.I., England.
Ditto Shall mean the whole of the preceding description except as qualified in the
description in which it occurs.
m.s. Shall mean measured separately.
a.b.d Shall mean as before described.
Carried to collection
GP/1
GENERAL PRELIMINARIES
ITEM DESCRIPTION KSHS CTS
A. EXCEPTION TO THE STANDARD METHOD OF MEASUREMENT
Attendance ; Clause B19(a) of the Standard Method of Measurement is deleted and
the following clause is substituted:-
Attendance on nominated Sub-Contractors shall be given as an item in each case
shall be deemed to include: allowing use of standing scaffolding, mess rooms,
sanitary accommodation and welfare facilities; provision of special scaffolding where
necessary;providing space for office accommodation and for storage of plant and
materials;providing light and water for their work: clearing away rubbish; unloading
checking and hoisting: providing electric power and removing and replacing duct
covers, pipe casings and the like necessary for the execution and testing of Sub-
Contractors' work and being responsible for the accuracy of the same.
Fix Only:-
"Fix Only" shall mean take delivery at nearest railway station (Unless otherwise
stated), pay all demurrage charges, load and transport to site where necessary,
unload, store, unpack, assemble as necessary, distribute to position, hoist and fix
only.
B PLANT, TOOLS AND VEHICLES
Allow for providing all scaffolding, plant, tools and vehicles required for the
worksexcept in so far as may be stated otherwise herein and 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 temporary works of any kind
shall be used afterwards in the permanent work.
1,500,000.00
Carried to collection 1,500,000.00
GP/2
GENERAL PRELIMINARIES
ITEM DESCRIPTION KSHS CTS
A. MATERIALS AND WORKMANSHIP.
All materials and workmanship used in the execution of the work shall be of the best
quality and description unless otherwise stated. The Contractor shall order all
materialsto be obtained from overseas immediately after the Contract is signed and
shall also order materials to be obtained from local sources as early as necessary to
ensure that they are onsite when required for use in the works. The Bills of
Quantities shall not be used for the purpose of ordering materials.
250,000.00
B. SIGN FOR MATERIALS SUPPLIED.
The Contractor will be required to sign a receipt for all articles and materials supplied
by the PROJECT MANAGER at the time of taking deliver thereof, as having received
them in good order and condition, and will thereafter be responsible for any loss or
damage and for replacements of any such loss or damage with articles and/or
materials which will be supplied by the PROJECT MANAGER at the current market
prices including Customs Duty and V.A.T., all at the Contractor's own cost and
expense, to the satisfaction of the PROJECT MANAGER
C. STORAGE OF MATERIALS
The Contractor shall provide at his own risk and cost where directed on the site
weather proof lock-up sheds and make good damaged or disturbed surfaces upon
completion to the satisfaction of the PROJECT MANAGER Nominated Sub-
Contractors are to be made liable for the cost of any storage accommodation
provided especially for their use.
500,000.00
Carried to collection 750,000.00
GP/3
GENERAL PRELIMINARIES
ITEM DESCRIPTION KSHS CTS
A. SAMPLES
The Contractor shall furnish at his own cost any samples of materials or workmanship
including concrete test cubes required for the works that may be called for by the
PROJECT MANAGER for his approval until such samples are approved by the PROJECT
MANAGER and the PROJECT MANAGER, may reject any materials or workmanship
not in his opinion to be up to approved samples. The PROJECT MANAGER shall
arrange for the testing of such materials as he may at his discretion deem desirable,
but the testing shall be made at the expense of the Contractor and not at the
expense of the PROJECT MANAGER. The Contractor shall pay for the testing in
accordance with the current scale of testing charges laid down by the Ministry of
Public Works.
350,000.00
The procedure for submitting samples of materials for testing and the method of
marking for identification shall be as laid down by the PROJECT MANAGER The
Contractor shall allow in his tender for such samples and tests except those in
connection with nominated sub-contractors' work.
B. GOVERNMENT ACTS REGARDING WORKPEOPLE ETC.
Allow for complying with all Government Acts, Orders and Regulations in connection
with the employment of Labour and other matters related to the execution of the
works. In particular the Contractor's attention is drawn to the provisions of the
Factory Act 1950 and his tender must include for all costs arising or resulting from
compliance with any Act, Order or Regulation relating to Insurances, pensions and
holidays for workpeople or so the safety, health and welfare of the workpeople. The
Contractor must make himself fully acquainted with current Acts and
Regulations,including Police Regulations regarding the movement, housing, security
and control of labour, labour camps , passes for transport, etc. It is most important
that the Contractor, before tendering, shall obtain from the relevant Authority the
fullest information regarding all such regulations and/or restrictions which may affect
the information regarding all such regulations and/or restrictions which may affect
the organisation of the works, supply and control of labour, etc., and allow
accordingly in his tender.
200,000.00
No claim in respect of want of knowledge in this connection will be entertained.
C. NATIONAL CONSTRUCTION Authority/ NEMA
The Contractor shall be required to meet all requirements on levies with above
bodies 1,000,000.00
Carried to collection 1,550,000.00
GP/4
GENERAL PRELIMINARIES
ITEM DESCRIPTION KSHS CTS
A. PUBLIC AND PRIVATE ROADS.
Maintain as required throughout the execution of the works and make good any
damage to public or private roads arising from or consequent upon the execution of
the works to the satisfaction of the local and other competent authority and the
PROJECT MANAGER
1,500,000.00
B. EXISTING PROPERTY.
The Contractor shall take every precaution to avoid damage to all existing property
including roads, cables, drains and other services and he will be held responsible for
and shall make good all such damage arising from the execution of this contract at
his own expense to the satisfaction of the PROJECT MANAGER
500,000.00
C. VISIT SITE AND EXAMINE DRAWINGS.
The Contractor is advised to examine the drawings and visit the location of site
which is described in the Particular Preliminaries hereof. He shall be deemed to have
acquainted himself therewith as to its nature, position, means of access or any other
matter which, may affect his tender. No claim arising from his failure to comply with
this recommendation will be considered.
100,000.00
D. ACCESS TO SITE AND TEMPORARY ROADS.
Means of access to the Site shall be agreed with the PROJECT MANAGER prior to
commencement of the work and Contractor must allow for building any necessary
temporary access roads for the transport of the materials, plant and workmen as
may be required for the complete execution of the works including the provision of
temporary culverts, crossings, bridges, or any other means of gaining access to the
Site. Upon completion of the works, the Contractor shall remove such temporary
access roads; temporary culverts, bridges, etc., and make good and reinstate all
works and surfaces disturbed to the satisfaction of the PROJECT MANAGER
500,000.00
E. AREA TO BE OCCUPIED BY THE CONTRACTOR
The area of the site which may be occupied by the Contractor for use of storage and
for the purpose of erecting workshops, etc., shall be defined on site by the PROJECT
MANAGER
Carried to collection 2,600,000.00
GP/5
GENERAL PRELIMINARIES
ITEM DESCRIPTION KSHS CTS
A. OFFICE ETC. FOR THE PROJECT MANAGER
The Contractor shall provide, erect and maintain where directed on site and
afterwards dismantle the site office of the type noted in the Particular Preliminaries,
complete with Furniture. He shall also provide a strong metal trunk complete with
strong hasp and staple fastening and two keys. He shall provide, erect and maintain a
lock-up type water or bucket closet for the sole use of the PROJECT MANAGER
including making temporary connections to the drain where applicable to the
satisfaction of Government and Medical Officer of Health and shall provide services
of cleaner and pay all conservancy charges and keep both office and closet in a clean
and sanitary condition from commencement to the completion of the works and
dismantle and make good disturbed surfaces. The office and closet shall be
completed before the Contractor is permitted to commence the works.
500,000.00
The Contractor shall make available on the Site as and when required by the
"PROJECT MANAGER" a modern and accurate level together with levelling staff,
ranging rods and 50 metre metallic or linen tape.
B. WATER AND ELECTRICITY SUPPLY FOR THE WORKS
The Contractor shall provide at his own risk and cost all necessary water, electric
light and power required for use in the works. The Contractor must make his own
arrangements for connection to the nearest suitable water main and for metering
the water used. He must also provide temporary tanks and meters as required at his
own cost and clear away when no longer required and make good on completion to
the entire satisfaction of the PROJECT MANAGER . The Contractor shall pay all
charges in connection herewith. No guarantee is given or implied that sufficient
water will be available from mains and the Contractor must make his own
arrangements for augmenting this supply at his own cost. Nominated Sub--
contractors are to be made liable for the cost of any water or electric current used
and for any installation provided especially for their own use.
1,500,000.00
C. SANITATION OF THE WORKS
The Sanitation of the works shall be arranged and maintained by the Contractor to
the satisfaction of the Government and/or Local Authorities, Labour Department and
the PROJECT MANAGER
D. SUPERVISION AND WORKING HOURS
The works shall be executed under the direction and to the entire satisfaction in all
respects of the PROJECT MANAGER who shall at all times during normal working
hours have access to the works and to the yards and workshops of the Contractor
and sub-Contractors or other places where work is being prepared for the contract.
E. PROVISIONAL SUMS.
The term "Provisional Sum" wherever used in these Bills of Quantities shall have the
meaning stated in Section A item A7(i) of the Standard Method of
Measurement.Such sums are net and no addition shall be made to them for profit.
Carried to collection 2,000,000.00
GP/6
GENERAL PRELIMINARIES
ITEM DESCRIPTION KSHS CTS
A. PRIME COST (OR P.C.) SUMS.
The term "Prime Cost Sum" or "P.C. Sum" wherever used in these Bills of Quantities
shall have the meaning stated in Section A item A7 (ii) of the Standard Method of
Measurement . Persons or firms nominated by the PROJECT MANAGER to execute
work or to provide and fix materials or goods are described herein as Nominated Sub-
Contractors.Persons or firms so nominated to supply goods or materials are
described herein as Nominated Suppliers.
B. PROGRESS CHART.
The Contractor shall provide within two weeks of Possession of Site and in
agreement with the PROJECT MANAGER a Progress Chart for the whole of the works
including the works of Nominated Sub-Contractors ; one copy to be handed to the
PROJECT MANAGER and a further copy to be retained on Site. Progress to be
recorded and chart to be amended as necessary as the work proceeds.
100,000.00
C. ADJUSTMENT OF P.C. SUMS.
In the final account all P.C. Sums shall be deducted and the amount properly
expended upon the PROJECT MANAGER'S order in respect of each of them added to
the Contract sum. The Contractor shall produce to the PROJECT MANAGER such
quotations, invoices or bills, properly receipted, as may be necessary to show the
actual details of the sums paid by the Contractor. Items of profit upon P.C. Sums shall
be adjusted in the final account pro-rata to the amount paid. Items of "attendance"
(as previously described) following P.C. Sums shall be adjusted pro-rata to the
physical extent of the work executed (not pro-rata to the amount paid) and this shall
apply even though the Contractor's priced Bill shows a percentage in the rate column
in respect of them. Should the Contractor be permitted to tender and his tender be
accepted of any work for which a P.C. Sum is included in these Bill of Quantities
profit and attendance will be allowed at the same rate as it would be if the work
were executed by a Nominated Sub-Contractor.
Carried to collection 100,000.00
GP/7
GENERAL PRELIMINARIES
ITEM DESCRIPTION KSHS CTS
A. ADJUSTMENT OF PROVISIONAL SUMS.
In the final account all Provisional Sums shall be deducted and the value of the work
properly executed in respect of them upon the PROJECT MANAGER's order added to
the Contract Sum. Such work shall be valued , but should any part of the work be
executed by a Nominated Sub-Contractor, the value of such work or articles for the
work to be supplied by a Nominated Supplier, the value of such work or articles shall
be treated as a P.C. Sum and profit and attendance comparable to that contained in
the priced Bills of Quantities for similar items added.
B. NOMINATED SUB-CONTRACTORS
When any work is ordered by the PROJECT MANAGER to be executed by nominated
sub-contractors, the Contractor shall enter into sub-contracts and shall thereafter be
responsible for such sub-contractors in every respect. Unless otherwise described
the Contractor is to provide for such Sub-Contractors any or all of the facilities
described in these Preliminaries. The Contractor should price for these with the
nominated Sub-contract Contractor's work concerned in the P.C. Sums under the
description "add for Attendance".
C. DIRECT CONTRACTS
Notwithstanding the foregoing conditions, the Government reserves the right to
place a "Direct Contract" for any goods or services required in the works which are
covered by a P.C. Sum in the Bills of Quantities and to pay for the same direct. In any
such instances, profit relative to the P.C. Sum in the priced Bills of Quantities will be
adjusted as described for P.C. Sums is allowed.
D. ATTENDANCE UPON OTHER TRADESMEN, ETC.
The Contractor shall allow for the attendance of trade upon trade and shall afford
any tradesmen or other persons employed for the execution of any work not
included in this Contract every facility for carrying out their work and also for use of
his ordinary scaffolding. The Contractor, however, shall not be required to erect any
special scaffolding for them. The Contractor shall perform such carting away for and
making good after the work of such tradesmen or persons as may be ordered by the
PROJECT MANAGER and the work will be measured and paid for to the extent
executed at rates provided in these Bills.
Carried to collection
GP/8
GENERAL PRELIMINARIES
ITEM DESCRIPTION KSHS CTS
A. INSURANCE
The Contractor shall insure as required in Conditions No. 30 of the Conditions of
Contract. No payment on account of the work executed will be made to the
Contractor until he has satisfied the PROJECT MANAGER either by production of an
Insurance Policy or and Insurance Certificate that the provision of the foregoing
Insurance Clauses have been complied with in all respects. Thereafter the PROJECT
MANAGER shall from time to time ascertain that premiums are duly paid up by the
Contractor who shall if called upon to do so, produce the receipted premium
renewals for the PROJECT MANAGER's inspection.
1,000,000.00
B. PROVISIONAL WORK
All work described as "Provisional" in these Bills of Quantities is subject to
remeasurement in order to ascertain the actual quantity executed for which
payment will be made. All "Provisional" and other work liable to adjustment under
this Contract shall left uncovered for a reasonable time to allow all measurements
needed for such adjustment to be taken by the PROJECT MANAGER Immediately the
work is ready for measuring, the Contractor shall give notice to the PROJECT
MANAGER. If the Contractor makes default in these respects he shall if the PROJECT
MANAGER so directs uncover the work to enable all measurements to be taken and
afterwards reinstate at his own expense.
C. ALTERATIONS TO BILLS, PRICING, ETC.
Any unauthorised alteration or qualification made to the text of the Bills of
Quantities may cause the Tender to be disqualified and will in any case be ignored.
The Contractor shall be deemed to have made allowance in his prices generally to
cover any items against which no price has been inserted in the priced Bills of
Quantities.All items of measured work shall be priced in detail and the Tenders
containing Lump Sums to cover trades or groups of work must be broken down to
show the price of each item before they will be accepted.
D. BLASTING OPERATIONS
Blasting will only be allowed with the express permission of the PROJECT MANAGER
in writing. All blasting operations shall be carried out at the Contractor's sole risk and
cost in accordance with any Government regulations in force for the time being, and
any special regulations laid down by the PROJECT MANAGER governing the use and
storage of explosives.
Carried to collection 1,000,000.00
GP/9
GENERAL PRELIMINARIES
ITEM DESCRIPTION KSHS CTS
A. MATERIALS ARISING FROM EXCAVATIONS
Materials of any kind obtained from the excavations shall be the property of the
Government. Unless the PROJECT MANAGER directs otherwise such materials shall
be dealt with as provided in the Contract. Such materials shall only be used in the
works, in substitution of materials which the Contractor would otherwise have had
to supply with the written permission of the PROJECT MANAGER Should such
permission be given, the Contractor shall make due allowance for the value of the
materials so used at a price to be agreed.
B. PROTECTION OF THE WORKS.
Provide protection of the whole of the works contained in the Bills of
Quantities,including casing , casing up, covering or such other means as may be
necessary to avoid damage to the satisfaction of the PROJECT MANAGER and
remove such protection when no longer required and make good any damage which
may nevertheless have been done at completion free of cost to the Government.
500,000.00
C. REMOVAL OF RUBBISH ETC.
Removal of rubbish and debris from the Buildings and site as it accumulates and at
the completion of the works and remove all plant, scaffolding and unused materials
at completion.
D. WORKS TO BE DELIVERED UP CLEAN
Clean and flush all gutters, rainwater and waste pipes, manholes and drains, wash
(except where such treatment might cause damage) and clean all floors, sanitary
fittings,glass inside and outside and any other parts of the works and remove all
marks,blemishes, stains and defects from joinery, fittings and decorated surfaces
generally,polish door furniture and bright parts of metalwork and leave the whole of
the buildings watertight, clean, perfect and fit for occupation to the approval of the
PROJECT MANAGER
500,000.00
E. FIRM PRICE CONTRACT
Unless otherwise specifically stated in the Particular Preliminaries this is a firm price
Contract.
Carried to collection 1,000,000.00
GP/10
GENERAL PRELIMINARIES
ITEM DESCRIPTION KSHS CTS
A. GENERAL SPECIFICATION.
For the full description of materials and workmanship, method of execution of the
work and notes for pricing, the Contractor is referred to the Ministry of Roads and
Public Works and Housing General Specification dated 1976 or any subsequent
revision thereof which is issued as a separate document, and which shall be allowed
in all respects unless it conflicts with the General Preliminaries, Trade Preambles or
other items in these Bills of Quantities.
B. 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 at the rate of 1/4 % of the
Contract sum on all contracts of more than Kshs. 50,000.00 in value.
2,956,489.00
C. MATERIALS ON SITE
All materials for incorporation in the works must be stored on or adjacent to the site
before payment is effected unless specifically exempted by the PROJECT MANAGER.
This includes the materials of the Main Contractor, Nominated Sub-Contractors and
Nominated Suppliers.
D. HOARDING
The Contractor shall enclose the site or part of the works under construction with a
hoarding 2400 mm high consisting of iron sheets on 100 x 50 mm timber posts firmly
secured at 1800 mm centres with two 75 x 50 mm timber rails approximately seven
hundred and fifty metres. The Contractor is in addition required to take all
precautions necessary for the safe custody of the works,materials, plant, public and
Employer's property on the site.
500,000.00
E. CONTRACTOR'S SUPERINTENDENCE/SITE AGENT
The Contractor shall constantly keep on the works a literate English speaking Agent
or Representative, competent and experienced in the kind of work involved who
shall give his whole experience in the kind of work involved and shall give his whole
time to the superintendence of the works. Such Agent or Representative shall
receive on behalf of the Contractor all directions and instructions from the Project
Manager and such directions shall be deemed to have been given to the Contractor
in accordance with the Conditions of Contract.
500,000.00
Carried to Collection 3,956,489.00
GP/11
GENERAL PRELIMINARIES
ITEM DESCRIPTION KSHS CTS
COLLECTION
Brought Forward From Page GP/1 -
Brought Forward From Page GP/2 1,500,000.00
Brought Forward From Page GP/3 750,000.00
Brought Forward From Page GP/4 1,550,000.00
Brought Forward From Page GP/5 2,600,000.00
Brought Forward From Page GP/6 2,000,000.00
Brought Forward From Page GP/7 100,000.00
Brought Forward From Page GP/8 -
Brought Forward From Page GP/9 1,000,000.00
Brought Forward From Page GP/10 1,000,000.00
Brought Forward From Page GP/11 3,956,489.00
TOTAL FOR GENERAL PRELIMINARIES 14,456,489.00
CARRIED TO GRAND SUMMARY
GP/12
PN/1
PREAMBLES AND PRICING NOTES
A. GENERALLY
All work to be carried out in accordance with the Ministry of Roads, Public Works and Housing General Specifications for Building Works issued in 1976 or as qualified or amended.
B. MANUFACTURERS’ NAMES
Where manufacturers’ names and catalogue references are given for guidance to quality and standard only, alternative manufacturer of equal quality will be accepted at the discretion of the Project Manager.
C. WALLING
Walling of 150 mm thickness or under shall be reinforced with hoop iron every alternate course.
D. CARPENTRY
The grading rules for cypress shall be the same as for all timber used for structural work shall be select (second grade). All structural timber must conform to the minimum requirements for moisture content and preservative treatment and timber prices must allow for preparing, packing and sending samples for testing when required.
Prices must also include for all nails and fasteners.
PN/2
A. JOINERY
Cypress for joinery shall be second grade in accordance with the latest grading rules of the Kenya Government. Where Mahogany is specified, this refers to prime grade only. The Contractor may with the approval of the Project Manager, alternatives in lieu of Mahogany but such approval will be given only in the case of shortages of the hardwoods specified. Plugging shall be carried out by drilling walling or concrete with masonry drill and filling with propriety plugs of the correct sizes. Cutting with hammer and chisel will not be allowed. Prices for joinery must include for pencil rounded arises, protection against damage, nails, screws, framing and bedding in cement mortar as required. Sizes given for joinery items are nominal sizes and exact dimensions of doors, etc, must be ascertained on site.
B. IRONMONGERY
Ironmongery shall be as specified in the Bills of Quantities or equal and approved. Prices must include for removing and re-fixing during and after painting, labeling all keys, and for fixing to hardwood, softwood, concrete or block work. Catalogue references given for ironmongery are for purposes of indicating quality and size of item(s). Should the Contractor wish to substitute the specified item(s) with others of equal quality, he must inform the Project Manager and obtain approval in writing.
PN/3
A. STRUCTURAL STEELWORK
a. All structural steelwork shall comply with “Structural Steelwork Specifications (1973) and shall be executed by an approved Sub-contractor.
B. PLASTERWORK AND OTHER FINISHES
a. All finishings shall be as described in the general specifications and in
these Bills of Quantities. b. Prices for pavings are to include for brushing concrete clean, wetting and
coating with cement and sand grout 1:1. c. Rates for glazed wall tiling are to include for a 12 mm cement and sand
(1:4) backing screed unless otherwise specified in these Bills of Quantities.
C. GLAZING
a. Where polished plate glass is specified, this refers to general glazing quality.
b. Prices for glazing shall include for priming of rebates before placing putty. c. The Contractor will be responsible for replacing any broken or scratched
glass and handing over in perfect condition.
D. PAINTING
a. All paint shall be 1st quality “Crown” or other equal and approved b. Painting shall be applied in accordance with the manufacturers’
instructions.
c. Prices for painting are to include for scaffolding, preparatory work, priming coats, protection of other works and for cleaning up on completion. Prices for painting on galvanized metal are to include for mordant solution as necessary.
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 1
SUBSTRUCTURES
(All provisional)
A Clear site of all grass, grub up roots and material not
exceeding 200mm girth and cart away or burn arisings
1673 SM
B Excavate to reduce levels to remove top unstable soil
average 600mm deep starting from stripped level,
load and cart away
502 CM
C Excavate for foundation strip footing starting from
reduced level not exceeding 1.5m deep.
2183 CM
D Ditto from 1.5m deep but not exceeding 3.0m deep 2183 CM
E Ditto from 3.0m deep but not exceeding 4.5m deep 2183 CM
G Excavate for column bases not exceeding 1.5m deep
from reduced level.
281 CM
H Ditto from 1.5m deep but not exceeding 3.0m deep 119 CM
J Excavate for lift base 27 CM
K Ditto for retaining wall base 156 CM
L Ditto for water tank base 135 CM
M Extra over all excavation for excavating rock
irrespective of class.
900 CM
N Allow for keeping excavations free from all water and
mud including spring water by pumping or otherwise
ITEM
P Ditto; for plunking and strutting to sides of
excavations.
ITEM
Disposals
Q Return fill and ram selected excavated material
around foundations.
801 CM
R Load, wheel and cart away from site surplus excavated
material and deposit in approved dumping area.
7132 CM
Total to collection
BW/1 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
Imported Filling
A 300mm Thick approved broken quarry stone hardcore
filling and compacted in 150mm thick layers.
1455 SM
B Form sinking size 500mm (average) wide x 300mm
deep in hardcore including forming splayed sides
130 LM
C Imported or Approved murram filling to make up
levels
1500 CM
D 50 mm thick stone dust blinding to surfaces of
hardcore
1455 SM
50 mm thick plain concrete (1:4:8 - class 15/20mm)
blinding to:
E Strip footing 234 SM
F Column bases 613 SM
Vibrated reinforced concrete class 30/20 in:
G Columns 47 CM
Vibrated reinforced concrete class 25 with and
including integral concrete waterproofing additive as
'penetron' or equal and approved waterproofing
additive applied to manufacturer's specifications with
minimum 10 years written guarantee in;
H Strip footing 59 CM
J Column bases 419 CM
K Steps and stairs 35 CM
L 175 mm thick floor bed 1455 SM
M Retaining wall base 113 CM
N Ground beam & Sump 89 CM
P 300 mm thick retaining wall 292 CM
Q Beams 56 CM
R 175 mm thick suspended ground floor slab 1455 SM
S Lift core base 7 CM
T 250mm thick lift walls 102 SM
U 200mm thick ramp 252 SM
Total to collection
BW/2 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
Reinforcement (All Provisional)
High tensile square twisted bars to BS 4461 including
bends, hooks and trying wire1193
A Y20 15000 Kgs
B Y16 35787 Kgs
C Y12 30000 Kgs
D Y10 19086 Kgs
E Y8 10736 Kgs
Steel mesh fabric reinforcement to BS 4483
F Steel fabric mesh reinforcement type A252 to BS
4483 and with 150 mm side laps (measured net - no
allowance for laps)
1455 SM
G Extra for 500mm (average) thicknessing under beds
300mm deep
130 LM
Damp proof membrane
H 1000 gauge polythene sheeting laid under concrete
floor bed
1455 SM
Anti-termite treatment
J "Dragnet" or other equal and approved antitermite
insectside treatment to blinded hardcore surfaces
applied in accordance with manufacturer's
instructions
1455 SM
Sawn formwork to :
K Sides of strip footing 170 SM
L Sides of column bases 110 SM
M Edges of floor beds exceeding 75mm but not
exceeding 150mm girth.
216 LM
N Vertical sides of columns 235 SM
P Sides of ground beam 339 SM
Q Sides of retaining wall 925 SM
R Soffites and sides of ramp 260 SM
Total to collection
BW/3 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
Sawn formwork Cont'd
A Both sides of lift walls 194 SM
B Soffites of suspended slab 1,455 SM
C Soffites of ramps and stairs 102 SM
D Sides and soffites of beams 441 SM
Expansion Joint
E 25mm thick Aeroflex filler 162 SM
F 25x25mm "Expendite"sealer 37 LM
Approved ROUGH dressed natural stone walling
bedded and jointed in cement and sand mortar
G 200 mm thick skin wall 864 SM
H Ditto 150 mm thick smooth dressed 504 SM
Bituminous Damp Proof Course bedded and jointed in
cement sand mortar 1:3.
J 200 mm wide. 216 LM
Tanking and Water proofing
Vandex super 1.5 kg per square metre or other equally
approved carried out by specialist in strict adherence
to manufacturer's instructions and with a Ten years
absolute warranty as described to :- applied as per
manufacturer's printed instructions
K Horizontal underside of columns bases 613 S.M
L Vertical sides of retaining walls 925 S.M
M Basement floor bed 1,455 SM
N Vertical sides of rafts/slabs 65 S.M
P Vertical sides of column bases 110 S.M
Q 3 x 225 mm deep flexible PVC (Thermoplast
waterstops) water bar embedded in concrete between
floor and wall joints
339 LM
Total to collection
BW/4 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
A 30x30mm horizontal integral angle fillets at junction of
wall and floor
339 LM
B Vertical ditto 45 L.M
C 300mm reglet band at floor and wall junction 339 LM
French Drain
D 250mm diameter perforated pipe laid to suitable
gradient inside a preformed 150mm x 600mm Av.
Depth trench covered with 25mm washed gravel fill
169 LM
E 40x40x3mm angle framing fixed to edge of drain with
and including metal lugs at 600mm centres 600mm
wide grating cover consisting of 40x40x3mm angle
framing in filled with and including 40x4mm mild steel
flats spaced at 75mm centres and welded to framing
65 LM
Cement sand (1:4) screed paving:-
F 25mm screed backing to receive water proofing
treatment
2,554 SM
Finishes
Internal Gauged Plaster in two coats as described on:
G Walling 3074 S.M
Cement and sand (1:4) rendering
H 12mm thick cement and sand render mix 1:4 to plinth
surfaces.
216 SM
J Random rubble cut and fitted to irregular pattern
bedded and jointed in cement and sand (1:2) and
recessed pointing complete with machine sanding and
polishing
216 SM
Total to Collection below
COLLECTION
Brought forward from BW/ 1Brought forward from BW/ 2Brought forward from BW/ 3Brought forward from BW/ 4Brought down from above
Total for Element No. 1 (Substructures) carried to summary
BW/5 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO.2
REINFORCED CONCRETE SUPERSTRUCTURES
The Quantities and nature of work indicated are
provisional.Actual work shall be re-measured and
adjustments done
Vibrated reinforced concrete (1:1:2 ) Class 30/20 in
:
A Columns 176 CM
Vibrated reinforced concrete (1:1.5:3 ) Class 25/20
in :
B Lintels 30 CM
C Beams 376 CM
D 250mm RC walls 429 SM
E 175 thick suspended slab 1219 SM
F Roof RC gutter 78 CM
G 325 mm thick clay Hollow block suspended
construction comprising 300 mm wide x 225 mm deep
x 380 mm long hollow pots with and including 175 mm
wide intermediate ribs in concrete class 20/20 and
100 mm topping in similar concrete including working
around reinforcement (m.s) all as described
4799 SM
Steel mesh fabric reinforcement to BS 4483
H Steel fabric mesh reinforcement type A142 to BS
4483 and with 150 mm side laps (measured net - no
allowance for laps)
4799 SM
J V.R.C class 25/20 in Stairs 45 CM
K ditto in Ramp 31 CM
L 175mm thick Landing 45 SM
Reinforcement (All Provisional) High tensile square
twisted bars to BS 4461 as described in :-1034.5
L Y16 ditto 51723 Kgs
M Y12 ditto 59828 Kgs
N Y8 ditto 20689 Kgs
Total to collection
BW/6 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
Sawn formwork to :
A Verticle sides and soffits of beams 2373 SM
B Vertical sides of columns and RC walls 1625 SM
C Ditto circular columns radius 150 on plan 60 SM
D Soffits suspended slabs 6018 SM
E Soffits of sloping staircase 263 S.M
F Soffits of suspended landing 45 S.M
G External edge of profile of treads and risers (extreme
325 mm high)
53 S.M
H Risers 150mm high but not exceeding 225mm high 495 L.M
J Edge of suspended slab (s) 150 to 225mm high 1080 L.M
Total to Collection below
COLLECTION
Brought forward from BW/ 6
Brought forward from above
Total for Element No. 2 (R.C Supestructure) Carried to
Summary
BW/7 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 3
WALLING
External walls
Natural stone walling or equal and approved,including
hoop iron at alternate courses bedded and jointed in
cement and sand mortar mix 1:4
A 200 mm thick; 5312 SM
B Ditto in gable ends 0 SM
C Ditto in 1400mm high parapet walls 146 SM
D Ditto in eaves filling. 216 LM
E 150mm thick duct walls 80 SM
Internal walls
Natural stone walling or equal and approved, walls
<200 mm thick to be reinforced with hoop iron at
alternate courses bedded and jointed in cement and
sand mortar mix 1:4
E 200 mm thick; 1837 SM
F 150 mm thick; 126 SM
G 100 mm thick; 90 SM
H 140 mm thick hollow clay partition walling; 919 SM
J 150 mm ditto; 1838 SM
Vent/grille blocks
K 200mm Thick approved quality red burnt hexagonal
clay vent blocks bedded and jointed in redoxide
coloured cement and sand (1:3) mortar
80 Sm
Total for Element No. 3 (Walling) to Summary
BW/8 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 4
PARTITIONING
(All Provisional)
The Quantities and nature of work indicated are
provisional.Actual work shall be re-measured and
adjustments done
A 75mm thick powder coated bronze anodized aluminium
framed curtain walling 2400mm high overall;comprising of
75 x 50mm aluminium extruded frame sections at 900mm
vertical and 900mm horizontal centres lower panel infilled
with 25mm thick expanded gypsum board in two layers
faced with 3mm thick laminate; and glazed (m/s) top panel
573 LM
B Ditto in partition 900mm high overall, comprising of 75 x
50mm extruded aluminium frame sections at 900mm
centres both ways lower panel infilled with 25mm thick
expanded gypsum board.
389 LM
C Extra over gypsum board for 900mm long x 150mm wide
decorative slanted aluminium framed glazed fanlight infilled
with and including 6mm bronze tinted glass and glazing
105 NO
D Aluminium sections 2mm thick 50 x 50mm extrusions in top,
bottom and stiles and 100 x 50mm middle rail resulting
bottom panel infilled with 25mm thick gypsum board and
top panel left open for glazing (m/s) in door overall size 900
x 2400mm high comprising 900 x 600mm high top fanlight
and 900 x 2100mm openable leaf complete with and
including opening and locking devices
105 NO
E 6mm thick bronze tinted glass and glazing with aluminium
glazing beads and tack on rubber wash leather in panes 1.0 -
1.5 square metres
287 SM
Timber Decking
F 150x150x300mm ditto; 40 NO
G 150x150x150mm ditto 88 N0
H 100x50mm thick wrot hardwood timber joist; bolted to
150x150mm thick hardwood supports180 LM
J 200x30mm thick wrot hardwood timber decking nailed to
timber joists (m.s)200 SM
Sundries
K Make holes 12mm diameter into 200mm thick
hardwood timber for 12mm bolts (m.s)
520 NO
L Supply and fix 12mm diameter, 250mm long bolt
complete with nuts and washers
520 NO
Total for Partitioning Carried to Summary
BW/9 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 5
ROOF CONSTRUCTION, COVERING AND RAINWATER
DISPOSAL(Provisional)
Supply and mount The following in ASSORTED pitched
steel trusses of various sizes (to S.E details) with
welded connections rising approximately 15 m above
ground level
Truss T1-14No.
A 50 x 50 x 3 mm thick SHS Rafters 476 LM
B 50 x 50 x 3 mm thick SHS Bottom member 188 LM
C 40 x 40 x 3 mm thick SHS Internal members 356 LM
Truss T2-4No.
D 50 x 50 x 3 mm thick SHS Rafters 68 LM
E 50 x 50 x 3 mm thick SHS Top member 36 LM
F 50 x 50 x 3 mm thick SHS Bottom member 54 LM
G 40 x 40 x 3 mm thick SHS Internal members 106 LM
Truss T3-3No.
H 50 x 50 x 3 mm thick SHS Rafters 56 LM
J 50 x 50 x 3 mm thick SHS Bottom member 24 LM
K 40 x 40 x 3 mm thick SHS Internal members 48 LM
L 100 x 50 x 19 x 2 'Z' section purlins 936 LM
M 75 x 50 x 3 mm RHS top ridge 70 LM
N 60 x 60 x 3 mm SHS X-bracers 428 LM
Carried to collection
BW/10 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
Roof covering
A26 Gauge "Elegantile'' roofing sheets or equally
approved laid onto 'Z' section purlins (m.s) with and 'J'
hooks
1964 SM
B Ditto; 200mm girth ridge cover 78 LM
24 gauge galvanised mild steel sheet 72 LM
C600mm girth valley flashing with 150mm laps twice
bent; both edges dressed under profile of roof cover
20 LM
D 200 mm girth fascia 195 LM
E 225 mm girth hip cover 72 LM
Flat Roof / RC Gutter Waterproofing
F Flat roof finishes, 50mm thick avg.lightweight 1:4 screeds
to receive waterproof compoud laid to falls and cross falls
n.e 15 degrees from horizontal
605 SM
G 20mm thick (1:4) backing to R.C Gutter to receive
waterproofing171 SM
H Waterproofing as EPDM rubber on roof backings laid with
approved adhesive776 SM
J Prepare and apply Rubber paint on EPDM felt 776 SM
K Rain elastic Extra Acrylic liquid membrane or other equally
approved waterproofing treatment to concrete surfaces
applied strictly to manufacturer's instructions to parapet
219 SM
L 500mm girth twice bent flashing one end grouted 107 LM
M 16 mm diameter x 225mm long black bolt with 3 mm
thick washer or equal and approved fixed at 1500mm
centres
40 NO.
N Drill holes in 50 mm. Thick timber to receive bolts (16
mm diameter (m.s)
80 NO.
P Allow for testing the whole of the rainwater disposal
installation to the satisfaction of the Architect and for
replacing any defective work free of charge
ITEM
Polycarbonate sheeting (Atrium)
Q 10mm thick perspex sheets laid and fixed to and
icluding steel work and curved on plan to details
280 SM
Carried to collection
BW/11 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
RAINWATER DISPOSAL
UPVC GUTTERS
A 140mm diameter half round ditto complete with fixing
and joining accessories
195 LM
B Diameter 100mm downpipe diito 150 LM
C Extra for swanneck offset in pipe diameter 10 NO
D Extra for shoe in pipe diameter 10 NO
24 gauge galvanised mild steel sheet
E 600mm girth valley flashing with 150mm laps twice
bent; both edges dressed under profile of roof cover
50 LM
" Fulbora" Outlets
F 100mm Diameter "Fulbora" coated cast iron outlet
complete with grating cast into concrete slab with flange
flush with screed and jointed to 100mm diameter tubing
150 NO
Collection
Brought forward from BW/10
Brought forward from BW/11
Brought forward from abobe
Total for Element No. 5 (Roof Construction) to
Summary
BW/12 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 6
DOORS (All to Architect's Schedule)
A Supply and fix purpose made steel door; overall size
850x2400mm high; complete with frame and ironmongery;
with metal primer applied before fixing
10 NO
B Solid post formed door overall size 900 x 2400 mm high
complete with frame, Ironmongery and louvred grill1 NO
C 12 mm laminated frameless glass door overall size 1800 x
2100 mm high with polycarbonate security film complete
with all necessary iron-mongery
5 NO
D Double leaf swing aluminium casement door overall size
2500 x 3000 mm high with fixed glass panes 1 NO
E Ditto size 1500 x 3000 mm high ditto 10 NO
F Emergency exit door overall size 1000 x 2200 mm high
complete with all necessary iron mongery to specialist
specification
20 NO
G Vault door overall size 1000 x 2400 mm high to specialist
specification 1 NO
H Roller shutter door overall size 3000 x 2800 mm high
complete2 NO
J 100 x 50mm heavy duty powder coated aluminium frame
fixed to masonry wall100 LM
K 8mm thick Georgian wired fixed glass 0.5-1m2 framed with
heavy duty powder coated aluminium framing fixed to
aluminium frame
80 SM
L 50mm thick aluminium framed double equal leaf door;
overall size 2400 x 1800mm wide ; framed with aluminium
powder coated framing all round; infilled with 8mm thick
georgian wired sheet glass to the approval of the project
manager
5 NO
M Supply and fix 50mm thick hardwood Panel door overall size
900 x 2300mm high to Architect's detail45 NO
N Ditto but with frosted glass infill overall size 900 x 2300mm
high varnished (m.s) to approval80 NO
HDF Mahogany veneered doors
P 45mm thick deep moulded HDF panel door, as supplied by
BG Bison or other equal and approved moulded and beaded
panels with and including fanlight with 5mm thick glass and
beads overall door size, 900x2400mm
25 NO
45 mm thick SC Flush Doors with hardwood Lipping all
round faced both both sides with interior quality mahogany
as described
Q Single leaf door size 900 x 2100 to Architect's specification 15 NO
Carried to collection
BW/13 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 5 CONT'D
45 mm thick SSC Flush Doors with hardwood Lipping
all round faced both both sides with interior quality
mahogany as described
A Size 900 x 2100 mm high 25 NO
B Ditto but size 1100 x 2100 5 NO
The following in wrot hardwood.
C 150x50 mm hardwood door frame with one labour 385 LM
D Size 100x50mm ditto 495 LM
E 40 x 25 mm hardwood architrave with one labour 880 LM
F 25 mm quadrant 880 LM
G 25x25mm glazing beads 13 LM
6mm thick sheet glass to wood:-
H Panel 0.1 to 0.50 square metres 50 SM
Ironmongery.
Supply and fix the following to wood with matching
screws.
J Two lever door "Union" mortise lock with lever
furniture.
40 NO
K Three lever ditto 70 NO
L 200mm long brass door handle to Architect's approval 70 NO
Supply and fix the following Ironmongery as "Union"
or other equal and approved to wood with matching
screws.
M Push pull C-handles 54 NO
N Union master keyed entrance cylinder lock 5 NO
P Aluminium hinges 12 NO
Q Roller catch and lock 2 NO
R Medium duty cylinder lock 48 NO
S Rising hinges newman tonks 25 NO
Total Carried to Collection
BW/14 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
A SS Grabrail 12 NO
B 1.5 pair SAA Hinges 13 NO
C SS Grabrail 14 NO
D Approved electrical lock 2 NO
E Cylinder Bathroom lock set with turn handle and rose
in satin anodised aluminium set of lever furniture
36 NO
F Double cylinder lock set with handle on plate
complete with lever furniture ditto
36 NO
G Overhead door closer Cat. No. 8823 133 NO
H 38 mm rubber door stop fixed with rawl bolt. 110 NO
J 100 mm pressed steel butt hinges. 165 Prs
K 10mm galvanised mild steel dowel 100mm long let
into foot of frame and grouted into mortice in floor
224 NO
L 25x1.6mm galvanised mild steel cramp 250mm girth
once bent twice drilled and screwed to back of frame
and other end fish tailed end built into joints of walling
672 NO
M Toilet Signs indicator bolt 36 NO
N 600mm long x 100m wide kicking plate 20 NO
P 100mm flush bolt 36 NO
Q 225mm long pull handle 50 NO
R 300x 100mm push plates, satin anodised aluminium
finish
50 NO
S 305x 200mm push plates ditto 20 NO
T 100 mm stainless steel bearing butt hinges 75 Prs
Total to collection below
COLLECTION
Brought forward from page BW/13
Brought forward from page BW/14
Brought forward from above
Total for Element No. 6 (Doors) carried to summary
BW/15 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 7
WINDOWS
Aluminium Casements & Curtain Walling
Supply,assemble and and fix the following purpose-made
coloured powder coated Aluminium sliding windows
(comprising of standard section framing including all
couplings, mullions and or transomes; complete with
fasteners, stays locking devices) complete with all opening
accessories, 50x50mm thick frame units;including "snap on'
30mm wide permanent vent ;building in lugs to
jambs;plugging and screwing head and cill;bedding frames
in waterproof cement mortar and pointing in approved
mastic externally;fixing 6mm thick reflective glass m.s;
oiling,easing and adjusting as described in the following
overall sizes;
A Overall size 2700 x 2876 mm high W1 to Architect's
schedule52 NO
B Overall size 2700 x 1975 mm high W2 ditto 92 NO
C Overall size 5500 x 2275 mm high W3 ditto 33 NO
D Overall size 2700 x 13000 mm high W4 ditto 1 NO
E Overall size 3900 x 16375 mm high curtain walling W5 1 NO
F Overall size 1750 x 2800 mm high W6 ditto 2 NO
G Overall size 5700 x 16375 mm high W11 ditto 1 NOH Overall size 1200 x 2800 mm high W7 ditto 2 NO
J Overall size 900 x 1500 mm high W8 ditto 5 NOK Overall size 1000 x 1975 mm high W9 ditto 14 NO
L Overall size 4500 x 1975 mm high W10 ditto 4 NOM Overall size 1500 x 1975 mm high W12ditto 15 NO
N Overall size 2450 x 1075 mm high W13 ditto 4 NO
P Overall size 2000 x 2800 mm high W14 ditto 5 NO
Q Overall size 4000 x 600 mm high W15 ditto 22 NO
R Overall size 4300 x 5925 mm high W16 ditto 1 NO
S Overall size 4500 x 13000 mm high W17 ditto 1 NO
T Overall size 2700 x 13000 mm high W18 ditto 1 NO
U Overall size 14766 x 5925 mm high W19 ditto 1 NO
Window Cill
V 125 x 40mm thick precast concrete cill weathered and
throated finished fair face, hoisting and bedding in cement
sand (1:3) mortar
776 LM
Total Carried to Collection
BW/16 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
Burglar Proofing
A Composite burglar proofing grille comprising of 50 x 50 x
3mm thick rolled hollow section frame all round; 2No. 50 x
50 x 3mm thick RHS mullion at 1500mm centres; 2No.
Horizontal rails resulting panels infilled with 25 x 25 x 2mm
thick RHS in ornamental pattern to Archtitect detail and
design primed before delivery overall size 4500 x 2650mm
high
73 SM
Glazing
B 5mm thick clear sheet glass and glazing in aluminium
beads in panes 0.1 - 1.0 SM
219 SM
C Ditto but obscure ditto 219 SM
Wrot Hardwood
D 125 x 25 mm window board plugged 776 LM
E 25mm quadrant 776 LM
Curtain rails
F Supply and fix 30mm diameter x 1.5mm thick
aluminium alloy hollow section curtain rods complete
with decorative end caps, runners and fixing
accessories to match
259 LM
G Supply and fix first quality synthetic vertical blinds
complete with decorative end caps, runners and fixing
accessories to approval
518 SM
COLLECTION
Brought forward from BW/ 16
Brought forward from above
Total for Element No. 7 (Windows & Curtain walling)
Carried to summary
BW/17 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 8
EXTERNAL FINISHES.
Eaves closings.
A 200mm T&G timber boarding nailed to eaves nailed
onto 50x50mm brandering at 600mm centres (m/s)
130 SM
B 50x50mm brandering at 600mm centres 390 LM
Wall finishes.
C Wallmaster or equally approved external finish to
masonry surfaces
4331 SM
Cement and sand (1:4) rendering
D 15mm thick plaster to gables 120 SM
E 15mm thick tyrolean render to beams and columns 636 SM
F 15mm thick acrylic render to sunshading walls 1326 SM
G Ditto; but to window jambs and external reveals 776 LM
Brick facing to approval
H 12mm screed (1:4) finished to receive brick facings 650 SM
J Supply and fix 100 x100 x 8 mm brick facing externally
on prepared backing (m.s)
650 SM
Mazeras stone slate cut and fitted to regular pattern
bedded and jointed in cement and sand (1:1) and recessed
pointing complete with machine sanding and polishing
K To walls 982 SM
Total for Element No.8 (External Finishes) Carried to
Summary
BW/18 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 9: INTERNAL FINISHES
FLOOR
Cement and sand (1:4) paving
A Paving under floors , thickness 32 mm to receive
porcelain tiles (matt finish) (m.s)
4443 SM
B 38mm thick tampered floor paving 306 SM
C 32 mm thick screed to receive ceramic tiles 745 S.M
D Ditto to receive granito tiles 648 S.M
E Ditto to receive terrazzo paving 40 S.M
F Ditto to receive concrete floor tiles 380 S.M
G Ditto but trowelled smooth to receive carpets 750 S.M
Paving blocks to basement
H 80mm thick heavy duty concrete paving slabs laid on
sand blinding (m.s) and compacted to approval
345 S.M
Ceramic Tiling
300 x 300 x 8mm thick Coloured "SAJ" or other equal
and approved ceramic floor tiles on and including
cement grout and pointing in matching colour cement
and including approved plastic strips to all edges
J Non slip tile flooring 745 S.M
K 100 x 25mm skirting ditto 820 L.M
Porcelain tiles
L 600 x 600 x 10mm porcelain (matt finish) as
manufactured by Tile and Carpet or other approved
coloured non-slip floor tiles bedded in cement grout
and pointed in coloured cement grout
4443 SM
M Extra over porcelain for decorative tile in diferrent
colour to approval 450mm wide laid in approved
pattern
1111 LM
N 100mm high skirting Ditto; 1481 LM
P 600x600x10mm Concrete tiles bedded in cement
grout and pointed in coloured cement grout complete
with skirting
380 SM
Q 25mm thick polished Terrazzo floor finish complete
with skirting
60 SM
Carried to collection
BW/19 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
Granito tiles
A 450 x 450 x 10mm thick polished approved classic
colours granito tiles fixed with approved adhesive in
approved colour and pattern.
648 SM
B Extra over decorative tile in diferrent colour to
approval 450mm wide laid in approved pattern
324 LM
C Ditto; but 100mm high skirting 712.8 LM
Carpet(Board Room & Meeting Rooms)
D Provide and lay 8mm thick minimum 80% wool and
29% nylon (polyamide) fused in woven textile backing
1400/1040 g/Sm carpet, anti-soiling treated,
permanently anti-static, maroon in colour including all
necessary fixing metal clips, grippers, stoppers,
complete with strip bond at edges or other equal and
approved quality
750 SM
E Provide underfelt and fix with approved adhesive as
'Pattex' or other equal and approved
750 SM
F 150 x 25mm wrought mahogany skirting to detail on
and including treated softwood grounds plugged
375 LM
WALL FINISHESColoured glazed ceramic wall tiles and fittings.(Cloakrooms).
200 x 250 x 6mm as manufactured by SAJ CERAMICS
LTD. or other approved coloured tiles bedded and
jointed in cement and sand 1:1 and pointed in
coloured cement grouting
G Walls 1142 S.M
H Border tile with approved patterns 350 LM
J 100x25mm moulded dado rail nailed to wall in wrot
mahogany
350 LM
Cement and sand backing (1:3)
K 15mm thick ditto to receive approved wall tiles 1142 S.M
Carried to collection
BW/20 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
Granito Wall Tiles to :-
A Walls 300 S.M
B Ex. Ditto border tile 230 LM
12mm thick Lime plaster (1:2:9)
C Plaster to walls 13177 SM
D Plaster to columns and RC Walls 2954 SM
E Plaster to beams 2102 SM
F Plaster to soffites of suspended slab 6871 SM
G To external edge of suspended slab 150-175 mm girths 1080 L.M
Acoustic padding to walls
H 50 x 50mm thick wrot cypress timber fixed to solid wall
surfaces
1567 LM
J Ditto to aluminium framing 1045 LM
K 8mm thick chip boards nailed to timber joists 1469 SM
L 25mm thick heavy duty/high density foam covered
with heavy duty rexine and 25mm diameter screw
cladded with matching leather to form button and
decorative brass arms to Architect's approval at
approximately 250mm centres both ways
1469 SM
CEILING
Gypsum ceiling
M 10mm thick gypsum ceiling with and including gypsum
aluminium framing
1426 SM
N 100mm wide x 8mm thick moulded gypsum cornices
to match the ceiling
1141 LM
P 50 x 20mm thick moulded picture rail fixed to the wall 1080 LM
Q 200mm wide timber tongued and grooved ceiling on
50x50mm treated sawn cypress brandering or equally
approved at 600mm centres (m/s)
100 SM
R 50 x 50mm sawn cypress brandering 4428 LM
Carried to collection
BW/21 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
Stair Finishes
Cement and sand (1:3) screed with wood floated finish on
concrete to receive floor tiles
A 32mm screed to landings 45 S.M
B Ditto to treads 300mm wide 495 L.M
C Ditto to risers 150mm high 495 L.M
D To external edge of profile of treads and risers 250mm high 53 L.M
Plastering:-
Internal Gauged plaster as described to:-
E Sloping soffits of staicase and ramp 365 S.M
F Soffits of suspended slab 1219 S.M
Non Slip Ceramic tiles to
G Staircase landings 45 S.M
H 300mm wide treads slab with anti slip grooves 495 LM
J Ditto risers 150mm high 495 LM
K Ditto to open string of staircase 300mm girth 53 S.M
L Ditto skirting 100mm high 58 LM
COLLECTION
Brought forward from BW/ 19
Brought forward from BW/ 20
Brought forward from BW/ 21
Brought down from above
Total for Element No. 9 (Internal Finishes) Carried to
summary
BW/22 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 10
BUILDER'S WORKS
In connection to Mechanical works
Builder's work in connection with plumbing and fire
fighting installation [All Provisional]
Chasing and making good for small pipe in: -
A Concrete beds and slabs 2,800 LM
B Concrete block walls 2,800 LM
Holes for small pipe through; -
Concrete block walls, thickness
C - 150 mm 1,850 No.
Holes and pipe sleeves for large pipe through: -
Reinforced concrete wall or beam, thicknessD - 200 mm 1,850 No.
In connection to Electrical Works
Cut for and attend in all trades on the Sub-Contractor
installing the following points in a mainly concealed
system, including chases, holes and recesses,
notching timber, etc, and making good all finishes
E Power distribution boards 10 No.
F Lighting points with associated switches 1800 No.
G Socket outlet points 1800 No.
J Fire alarm points 20 No.
Total for Element No. 10 (Builders Works) Carried to
summary
BW/23 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 11
BALUSTRADING AND RAILING
950mm high balustrading comprising 40 x 40 x 1.5mm
SHS balusters spaced at 100mm centres fish-tailed and
built in to floor at 600mm centres; 40 x 40 x 1.5mm
SHS hand rail and 40 x 40 x 1.5mm SHS bottom rail
welded to balusters including all necessary grouting
and making good
A Staircase railing 90 SM
B Ramp railing 120 SM
C Balcony railing 190 SM
D Walkway railing 150 SM
E 100x50mm moulded wrot mahogany timber handrail
to Architect's details
550 Lm
F Ditto stopped end 35 NO
G 3 x 45mm mild steel flat welded into baluster 224 Lm
Labour
H Mortice in concrete slab average 75mm deep for and
including building in 40 x 40 x 4mm RHS baluster (m.s)
and make good in cement and sand (1:1) mortar
933 NO
J Toughened reinforced concrete to railing 900 mm high 550 LM
K Ditto but with 50mm top diameter CHS top rail fixed
onto glazing to details for the atrium edges
60 LM
Total for Element No. 11 (Balustrading & Railing)
Carried to summary
BW/24 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO.12
FIXTURES & FITTINGS
(All Provisional )
Wardrobes (HDF boards)
A Supply and assemble in-built wardrobe overall size
1000 x 600 x 2000 mm high including partitions,
frame, doors and shelving,iron mongery and 100mm
thick screeded benching
30 NO
Kitchen cupboards (Wrot Hardwood)
B Supply and assemble in-built kitchen cupboard overall
size 2500 x 600 x 1200 mm high including partitions,
frame, doors and shelving,iron mongery and 100mm
thick screeded benching
30 NO
Counters (HDF boards and Granite tops)
C Supply and assemble 600 x 1550 mm high counters
with and including granite tops in reception areas
including partitions, frame, doors and shelving,iron
mongery to Architect's specifications
240 LM
Total for Element No. 12(Fixtures and Fifttings)
Carried to summary
BW/25 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 13
PAINTING & DECORATING
ROOFS
Prepare prime and apply one undercoat and two
finishing coats of 1st quality exterior paint to:-
A Metal surfaces of fascia and exceeding 200mm but not
exceeding 300mm girth
215 LM
B Ditto plastered exposed surfaces of concrete gutter 216 SM
WINDOWS
Prepare and apply two undercoats stainer and two
finishing coats of varnish to:-
C Ditto exceeding 100 but not exceeding 200mm girth
window board
776 LM
Touch up primer and apply one undercoat and two
finishing coats of 1st quality special etch finish paint
to:-
D General surfaces of Aluminium sliding windows 0 SM
DOORS
Touch up primer and apply one undercoat and two
finishing coats of 1st quality supergloss paint to:-
E General surfaces of steel and burglar bars (b.s.m). 68 SM
Prepare and apply two undercoats stainer and two
finishing coats of varnish to:-
F General surfaces of doors 900 SM
G Surfaces not exceeding 100mm girth 880 LM
H Surfaces exceeding 100 but not exceeding 200mm
girth.
880 LM
Prepare and apply 1No. coat of aluminium wood
primer to;
J Back of wood not exceeding 100 mm girth. 880 LM
K Ditto to door surfaces 360 SM
Carried to collection
BW/26 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
EXTERNALLY
Prepare and apply one undercoat and two finishing
coats of crown permacoat Exterior paint to:-
A General rendered surfaces externally 1144 SM
B Prepare and apply black gloss exterior paint to keyed
joints average 20mm girth
4331 SM
INTERNALLY
Prepare and apply one undercoat and two finishing
coats of 1st quality silk vinyl paint to:-
C Internal Jambs and reveals 776 LM
D General surfaces of wall 13177 SM
E General plastered surfaces of columns & beams 5056 SM
F General Soffittes of ceiling 6018 SM
G General Soffittes of suspended slab 6871 SM
BALUSTRADING
Touch up primer and apply one undercoat and two
finishing coats of 1st quality supergloss paint to:-
H General surfaces of balustrading (b.s.m) 560 SM
Brought down from above
Collection
Brought forward from BW/ 26
Brought forward from above
Total for Element No. 13(Painting and Decorating)
Carried to summary
BW/27 of 28 copyright CQS-SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB.NO.10121 A
Builder's Work
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
SUMMARY
1 Substructures/Basement
2 R.C Superstructure
3 Walling
4 Partitioning
5 Roof Construction, Covering & Rainwater Disposal
6 Doors
7 Windows & Curtain Walling
8 External Finishes
9 Internal Finishes
10 Builder's Works in relation to services
11 Balustrading & Railing
12 Fixed Furniture & Fittings
13 Painting and Decorating
TOTAL BUILDER'S WORK CARRIED TO GRAND
SUMMARY
BW/28 of 28 copyright CQS-SDoPW
BOUNDARY WALL
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
SITE PREPARATION
A Clear site of bushes, shrubs and undergrowth including
cutting down small trees (girth less than 600 mm at 1.00
m above ground along boundary, grub up roots and
burn on site) (Approximately 800 sq. metre)
ITEM 150,000
B Cut down trees girth 600 - 900 mm girth including
grubbing up the roots
5 No. 1500 7,500
C Destroy any white ants’ nests found within the plot
boundary, dig up queen ants nests and treat such dug
holes with approved insecticide treatment with a
guarantee of ten (10) years
ITEM 90,000
BOUNDARY WALL
Excavations and Earthworks
D Excavate trenches in black cotton soil not exceeding 1.5
m deep from the original ground level
1440 C. M. 300 432,000
E Ditto in starting from 1.5-3.0 metres deep 1440 C. M. 300 432,000
F Ditto in normal soil column bases 2430 C. M. 300 729,000
G Extra over excavations in normal soil for excavating in
rock (Class I) occurring at any depth.
250 C.M. 1200 300,000
H Return fill in and ram selected excavated materials
around foundations.2921 C.M. 110 321,310
J Remove surplus excavated material from site 2124 C.M. 110 233,640
K Allow for removal of water and/or mug from the
excavations by pumping, baling or otherwise
Item 150,000
L Allow for upholding sides of excavations by planking and
strutting
Item 100,000
Murram filling as described
M Backfill around boundary walls with approved imported
murram in layers not exceeding 220 mm thick
720 C.M. 1100 792,000
Mass Concrete class (1:4:8) as described in: 0
N 50 mm Thick blinding to column / strip foundations 600 S.M. 450 270,000
Carried to Collection 4,007,450
B/1
BOUNDARY WALL
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
Vibrated reinforced concrete class 20/20 mm (1:2:4-20
mm aggregate) as described in:
A Strip foundation 120 C.M. 13000 1,560,000
B Column/bases 340 C.M. 13000 4,420,000
C Ground beams 280 C.M. 13000 3,640,000
Sawn formwork as described to:
D Sides of strip foundation 400 S.M. 450 180,000
E Sides of columns bases/columns 756 S.M. 450 340,200
F Sides of ground beams 160 S.M. 450 72,000
Reinforcement
740G 8 mm Diameter high tensile cold rolled square twisted
reinforcement bars to b.s. 4461 including cutting,
bending, tying wires and spacer blocks
11100 Kg. 140 1,554,000
H 10 mm Diameter ditto 14800 Kg. 140 2,072,000
J 12 mm Diameter ditto 22200 Kg. 140 3,108,000
K 12 mm Diameter ditto 22200 Kg. 140 3,108,000
L 16mm Diameter ditto 29600 Kg. 142 4,203,200
Walling
M 200 mm Thick medium dressed natural stone boundary
walling in cement and sand (1:3) mortar reinforced with
and including 20 swg x 25 mm wide hoop iron in every
third course.
1400 S. M. 1400 1,960,000
N Ditto fine chisel dressed 1400 S.M. 1600 2,240,000
P Extra over ditto for attached pier size 400 x 200 mm
wide, projecting 200 mm from the internal face of the
boundary wall.
400 L.M. 350 140,000
Q Ditto for recessed horizontal pointing 1400 S.M. 110 154,000
R 15 mm Thick cement and sand (1:3) rendering to stone
wall
1400 S.M. 400 560,000
Expansion joints
S 12 mm Thick x 200 mm wide soft board or other equal
and approved expansion joint between stone walls
40 S,M 500 20,000
T 12 mm Thick x 25 mm deep plastic or other equal and
approved mastic sealant applied vertically (below
ground)
150 L.M. 350 52,500
Carried to Collection 29,383,900
B/2
BOUNDARY WALL
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
Coping
A 75 mm Thick x 375 wide sunk, weathered and throated
precast concrete coping in concrete 1:2:4 - class 20 / 12
mm bedded and jointed in cement and sand (1:3)
mortar and complete with 1 No. 8 mm diameter mild
steel reinforcement hoisting and placing in posi
730 L.M. 600 438,000
B 375 x 375 x 75 mm Thick weathered and throated
precast concrete coping to pier
206 No. 750 154,500
C 377 x 375 x 75 mm Thick weathered and throated
precast concrete coping to pier
208 No. 752 156,416
Steel Grills
D Supply and fix prefabricated grill to Architect's pattern
steel section size 75 x50 x 4mm thick SHS primed prior
to fixing
400 SM 3000 1,200,000.00
Prepare and apply one undercoat and two finishing
coats of crown permacoat Exterior paint to:-
E General rendered surfaces externally 1400 SM 300 420,000.00
F Prepare and apply black gloss exterior paint to keyed
joints average 20mm girth1400 SM 150 210,000.00
Touch up primer and apply one undercoat and two
finishing coats of 1st quality supergloss paint to:-
G General surfaces of metalic grill (b.s.m). 400 SM 280 112,000.00
Carried to collection 2,690,916.00
SUMMARY
Brought forward from page B/1 4,007,450.00
Brought forward from page B/3 29,383,900.00
Brought down from above 2,690,916.00
Total Boundary Wall Carried to Grand Summary 36,082,266.00
B/3
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 1
SUBSTRUCTURES
(All provisional)
AClear site of all grass, grub up roots and material not
exceeding 300mm girth and cart away or burn arisings.28 SM 30 840.00
B
Excavate to reduce levels to remove top unstable soil
average 600mm deep starting from stripped level, load
and cart away
17 CM 150 2,550.00
CExcavate for foundation strip footing starting from
reduced level not exceeding 3.0m deep.76 CM 150 11,400.00
D Ditto but for column bases 12 CM 150 1,800.00
EExtra over all excavation for excavating rock
irrespective of class.11 CM 1000 11,000.00
FAllow for keeping excavations free from all water by
pumping or otherwise.ITEM 1,500.00
GDitto; for plunking and strutting to sides of
excavations.ITEM 1,500.00
Disposals
HReturn fill and ram selected excavated material around
foundations.54 CM 100 5,400.00
JLoad, wheel and cart away from site surplus excavated
material and deposit in approved dumping area. 39 CM 150 5,890.91
Imported Filling
KApproved broken quarry stone hardcore filling and
compacted in 150mm thick layers.24 SM 300 7,200.00
L Imported or Approved murram filling to make up levels 17 CM 900 15,300.00
M50 mm thick stone dust blinding to surfaces of
hardcore24 SM 50 1,200.00
65,580.91 Total to collection
Gh/1
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO.1 CONT'D
50 mm thick plain concrete (1:4:8 - class 15/20mm)
blinding to:
A Strip footing 18 SM 450 8,100.00
B Column bases 6 SM 450 2,700.00
Vibrated reinforced concrete class 20 in:
C Strip footing 5 CM 12500 62,500.00
D Column bases 2 CM 12500 25,000.00
E Sub columns 1 CM 12500 12,500.00
F Steps 0 CM 12500 -
G 150 mm thick ground floor slab 24 SM 1875 45,000.00
Reinforcement (All Provisional)
High tensile square twisted bars BS 4461 as described
in :
480
H Y16 ditto 72 Kgs 140 10,080.00
J Y12 ditto 192 Kgs 140 26,880.00
K Y10 ditto 48 Kgs 140 6,720.00
L Y8 96 Kgs 140 13,440.00
Steel mesh fabric reinforcement to BS 4483
M
Steel fabric mesh reinforcement type A142 weighing
2.22Kg/M2 and to BS 4483 and with 150 mm side laps
(measured net - no allowance for laps)
24 SM 300 7,200.00
220,120.00 Total to collection
Gh/2
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 1 CONT'D
Damp proof membrane
A1000 gauge polythene sheeting laid under concrete
floor bed.24 SM 120 2,880.00
Anti-termite treatment
B
"Dragnet" or other equal and approved antitermite
insectside treatment to blinded hardcore surfaces
applied in accordance with manufacturer's
instructions.
24 SM 150 3,600.00
Sawn formwork to :
C Sides of strip footing 24 SM 300 7,200.00
D Sides of sub-columns & column bases 19 SM 300 5,700.00
EEdges of ground floor bed exceeding 75mm but not
exceeding 150mm girth.40 LM 80 3,200.00
Approved ROUGH dressed natural stone walling
bedded and jointed in cement and sand mortar
F 225 mm thick 32 SM 1150 36,800.00
Bituminous Damp Proof Course bedded and jointed in
cement sand mortar 1:3.
G 200 mm wide. 21 LM 120 2,520.00
61,900.00 Total to collection
Gh/3
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 1 CONT'D
Cement and sand (1:4) rendering
A12mm thick cement and sand render mix 1:4 to plinth
surfaces.18 SM 400 7,200.00
BPrepare and apply three coats of bitumastic paint to
rendered surfaces.18 SM 350 6,300.00
Total to Collection below 13,500.00
COLLECTION
Brought forward from page Gh/1 65,580.91
Brought forward from page Gh/2 220,120.00
Brought forward from page Gh/3 61,900.00
Brought down from above 13,500.00
361,100.91 Total for Element No. 1 (Substructure) carried to summary
Gh/4
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO.2
REINFORCED CONCRETE SUPERSTRUCTURES
The Quantities and nature of work indicated are
provisional.Actual work shall be remeasured and
adjustments done
Vibrated reinforced concrete (1:2:4 ) Class 20 in :
A Lintels 1 CM 12500 12,500.00
B Columns 0 CM 12500 -
C Beams 2 CM 12500 25,000.00
Reinforcement (All Provisional)
High tensile square twisted bars BS 4461 as described
in :
195
D Assorted in sizes 12mm and 8mm ditto 195 Kgs 140 27,300.00
Sawn formwork to :
E Verticle sides and soffits of beams 26 SM 450 11,700.00
Total for Element No. 2 (R.C Supestructure) Carried to
Summary 76,500.00
Gh/5
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 3
WALLING
External walls
Natural stone walling or equal and approved, bedded
and jointed in cement and sand mortar mix (1:4)
A 200 mm thick; 28 SM 1500 42,000.00
B Ditto in gable ends 15 SM 1500 22,500.00
C Ditto in eaves filling. 10 LM 400 4,000.00
Internal walls
Natural stone walling or equal and approved,including
hoop iron at alternate courses bedded and jointed in
cement and sand mortar mix 1:4
D 150 mm thick; 18 SM 1300 23,400.00
E 100 mm thick; 0 SM 1000 -
91,900.00 Total for Element No. 3 (Walling) to Summary
Gh/6
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 4
ROOF CONSTRUCTION, COVERING AND RAINWATER
DISPOSAL
The following in ASSORTED pitched timber trusses of
various sizes (to S.E details) with bolted connections
rising approximately 5m above ground level
A 100 x 50 mm Rafters. 32 LM 300 9,600.00
B 100 x 50 mm Ties and struts , kingpost 35 LM 300 10,500.00
C 100 x 50 mm Tie beams. 28 LM 300 8,400.00
D 100 x 50 mm Wall plate. 26 LM 300 7,800.00
E 75 x 50 mm Purlins 28 LM 250 7,000.00
F 150 x 50 mm Ridge board 0 LM 420 -
G 100 x50 mm Hip Rafter 0 LM 300 -
H 75 x 50 mm Valley Rafter 12 LM 250 3,000.00
Roof covering
J
26 Gauge "Elegantile'' roofing sheets or equally
approved laid onto 'Z' section purlins (m.s) with and 'J'
hooks
32 SM 1400 44,800.00
K Ditto; 200mm girth ridge cover 0 LM 550 -
L Ditto Hip cap 0 LM 550 -
M 200x25mm Wrot cypress barge/weather board 24 LM 400 9,600.00
N 225x25mm Fascia board 12 LM 400 4,800.00
Carried to collection 105,500.00
Gh/7
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 4: ROOFING Cont'd
Bolts
A
16 mm diameter x 225mm long black bolt with 3 mm
thick washer or equal and approved fixed at 2000mm
centres
8 NO. 55 440.00
BDrill holes in 50 mm. Thick timber to receive bolts (16
mm diameter (m.s)16 NO. 30 480.00
C
Allow for testing the whole of the rainwater disposal
installation to the satisfaction of the Architect and for
replacing any defective work free of charge.
ITEM 1,000.00
RAINWATER DISPOSAL
UPVC GUTTERS
D140mm diameter half round ditto complete with fixing
and joining accessories12 LM 450 5,400.00
E Diameter 100mm downpipe diito 6 LM 420 2,520.00
F Extra for swanneck offset in pipe diameter 4 NO 300 1,200.00
G Extra for shoe in pipe diameter 4 NO 230 920.00
24 gauge galvanised mild steel sheet
H600mm girth valley flashing with 150mm laps twice
bent; both edges dressed under profile of roof cover12 LM 300 3,600.00
" Fulbora" Outlets
J 100mm Diameter "Fulbora" coated cast iron
outlet complete with grating cast into concrete
slab with flange flush with screed and joint to 100mm
diameter tubing4 NO 450 1,800.00
Total Carried to Collection Below 17,360.00
Collection
Brought forward from page 7 105,500.00
Brought down from above 17,360.00
122,860.00 Total for Element No. 4 (Roof Construction) to Summary
Gh/8
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 5
DOORS
ASupply and fix steel grill door overall size
1000x2300mm high complete with iron mongery1 NO 9200 9,200.00
B Ditto but Steel panel overall size 900 x 2100mm ditto 1 NO 7560 7,560.00
45mm thick Solid Core Flush Doors With Hardwood
Lipping all round faced both both sides with interior
quality mahogany as described
BSingle leaf door size 900 x 2100 to Architect's
specification 1 NO 6500 6,500.00
45mm thick Semi Solid Core Flush Doors With
Hardwood
Lipping all round faced both both sides with interior
quality mahogany as described
C Size 900 x 2100 mm high 1 NO 5000 5,000.00
D Ditto but with fanlight 0 NO 6000 -
The following in wrot hardwood.
E 150x50 mm hardwood door frame with one labour. 0 LM 650 -
F Size 100x50mm ditto 10 LM 500 5,000.00
G 40 x 25 mm hardwood architrave with one labour. 10 LM 90 900.00
H 25 mm quadrant. 10 LM 60 600.00
34,760.00 Total Carried to Collection
Gh/9
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 5 CONT'D
Ironmongery.
Supply and fix the following to wood with matching
screws.
ATwo lever door "Union" mortise lock with lever
furniture.2 NO 2500 5,000.00
B Three lever ditto 0 NO 3000 -
C 38 mm rubber door stop fixed with rawl bolt. 2 NO 150 300.00
D 100 mm pressed steel butt hinges. 3 Prs 300 900.00
E10mm galvanised mild steel dowel 100mm long let into
foot of frame and grouted into mortice in floor
4 NO 80 320.00
F
25x1.6mm galvanised mild steel cramp 250mm girth
once bent twice drilled and screwed to back of frame
and other end fish tailed end built into joints of
walling.
12 NO 50 600.00
G Toilet Signs indicator bolt 0 NO 500 -
-
H 600mm long x 100m wide kicking plate 1 NO 650 650.00
-
J 100mm flush bolt 0 NO 300 -
-
Total to collection below 7,770.00
COLLECTION
Brought forward from page Gh/9 34,760.00
Brought down from above 7,770.00
42,530.00 Total for Element No. 5 (Doors) carried to summary
Gh/10
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 6
WINDOWS
Aluminium Casements
Supply,assemble and and fix the following purpose-made
coloured powder coated Aluminium sliding windows
(comprising of standard section framing including all
couplings, mullions and or transomes; complete with
fasteners, stays locking devices) complete with all opening
accessories, 50x50mm thick frame units;including "snap on'
30mm wide permanent vent ;building in lugs to
jambs;plugging and screwing head and cill;bedding frames in
waterproof cement mortar and pointing in approved mastic
externally;fixing 6mm thick reflective glass m.s; oiling,easing
and adjusting as described in the following overall sizes;
A Overall size 1800 x 1500 mm high 2 NO 35100 70,200.00
B Overall size 800 x 1200 mm high 2 NO 12480 24,960.00
95,160.00 Total Carried to Collection
Gh/11
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
Glazing
A5mm thick clear sheet glass and glazing in panes 0.1 -
1.0 SM 14 SM 1500 21,000.00
B 5mm thick obscure glass ditto 3 SM 1200 3,600.00
Window Cill
C 150 x 50 x 25 mm thick clay window cill to slope. 14 LM 350 4,900.00
Wrot Hardwood
D 125 x 25 mm window board plugged 7 LM 500 3,500.00
E 25mm quadrant 7 LM 100 700.00
33,700.00
67,400.00
COLLECTION
Brought forward from page 11 95,160.00
Brought forward from above 33,700.00
128,860.00 Total for Element No. 6 (Windows) Carried to summary
Gh/12
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 7
EXTERNAL FINISHES.
Precast paving slabs
AAllow for preparing surfaces to receive paving floor
finishes
8 SM 400 3,200.00
B
600 x 600 x 50mm thick PCC slabs on and including
50mm sand bed jointed and pointed in cement sand
1:3 mortar
8 SM 1000 8,000.00
Eaves closings.
C200mm T&G timber boarding nailed to eaves nailed
onto 50x50mm brandering at 600mm centres (m/s)
6 SM 1200 7,200.00
D 50x50mm brandering at 600mm centres 12 LM 200 2,400.00
Wall finishes.
E Brick cladding to approval 22 SM 750 16,500.00
Cement and sand (1:4) rendering
F 15mm thick plaster to gables 15 SM 350 5,250.00
G 15mm thick tyrolean render to beams 7 SM 360 2,520.00
H Ditto; but to window jambs and external reveals 14 LM 85 1,190.00
46,260.00 Total for Element No.7 (External Finishes) Carried to Summary
Gh/13
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 8: INTERNAL FINISHES
FLOOR
Cement and sand (1:4) paving
APaving under floors , thickness 32 mm trowelled
smooth to receive ceramic tiles23 SM 450 10,350.00
Ceramic Tiling
300 x 300 x 8mm thick Coloured "SAJ" or other equal
and approved ceramic floor tiles on and including
cement grout and pointing in matching colour cement
and including approved plastic strips to all edges
B Non slip tile flooring 23 S.M 1350 31,050.00
-
C 100 x 25mm skirting ditto 25 L.M 350 8,855.00
WALL FINISHES
200 x200 x 6mm Thick "saJ"or other equal and
approved ceramic tiles on including cement and sand
(1:4) backing and pointing in white cement and
including approved plastic strips to all edges and
border tiles
D Walls 10 S.M 1400 13,440.00
Cement and sand backing (1:3) ( Trowelled hard and
smooth:-
E 15mm thick ditto to receive approved wall tiles 10 S.M 400 3,840.00
12mm thick Lime plaster (1:2:9)
F Plaster to walls 54 SM 300 16,320.00
G Plaster to beams 13 SM 300 3,900.00
87,755.00 Carried to collection
Gh/14
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
CEILING
12mm thick Celotex /chipboard ceiling or equally
approved fixed to brandering m.s
A Ceilings 24 S.M 800 19,200.00
B Extra over ceiling for forming removable access
trap door size 600 x 600mm with trimming joist
between tie beams 120 x 20mm finished wrot cedar
frame all round and 20mm blockboard removable
Panel set loose on top of framing 2 NO 1000 2,000.00
D 50x50mm sawn cypress brandering 36 LM 70 2,520.00
E 70x50mm ditto 18 LM 100 1,800.00
Cornice, plugged
F 75x25mm, ditto 22 LM 180 3,960.00
Fixtures
GAllow a provisional sum of Kenya shillings Fifty
Thousand only for COUNTERSSUM 50,000.00
79,480.00
COLLECTION
Brought forward from page Gh/14 87,755.00
Brought down from above 79,480.00
167,235.00 Total for Element No. 8 (Internal Finishes) Carried to summary
Gh/15
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 9:
BUILDER'S WORKS
In connection to Mechanical works
Builder's work in connection with plumbing [All
Provisional]
Chasing and making good for small pipe in: -
A Concrete beds and slabs 10 LM 100 1,000.00
B Concrete block walls 10 LM 120 1,200.00
Holes for small pipe through; -
Concrete block walls, thickness
C - 150 mm 4 No. 120 480.00
Holes and pipe sleeves for large pipe through: -
Reinforced concrete wall or beam, thickness
D - 200 mm 4 No. 110 440.00
In connection to Electrical Works
Cut for and attend in all trades on installing the
following points in a mainly concealed system,
including chases, holes and recesses, notching timber,
etc, and making good all finishes
E Lighting points with associated switches 6 No. 200 1,200.00
F Socket outlet points 6 No. 200 1,200.00
5,520.00 Total for Element No. 9 (Builders Works) Carried to summary
Gh/16
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 10
PAINTING & DECORATING
ROOFS
Prepare prime and apply one undercoat and two
finishing coats of 1st quality exterior paint to:-
AWooden surfaces of fascia and barge board exceeding
200mm but not exceeding 300mm girth36 LM 100 3,600.00
WINDOWS
Prepare and apply two undercoats stainer and two
finishing coats of vanish to:-
BDitto exceeding 100 but not exceeding 200mm girth
window board14 LM 100 1,400.00
Touch up primer and apply one undercoat and two
finishing coats of 1st quality supergloss paint to:-
C General surfaces of windows and burglar bars (b.s.m). 28 SM 300 8,400.00
13,400.00 Total Carried to Collection
Gh/17
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 10 CONT'DDOORS
Touch up primer and apply one undercoat and two
finishing coats of 1st quality supergloss paint to:-
A General surfaces of steel and burglar bars (b.s.m). 6 SM 300 1,800.00
Prepare and apply two undercoats stainer and two finishing
coats of varnish to:-
B General surfaces of doors 9 SM 300 2,700.00
C Surfaces not exceeding 100mm girth 10 LM 100 1,000.00
D Surfaces exceeding 100 but not exceeding 200mm girth. 10 LM 100 1,000.00
Prepare and apply 1No. coat of aluminium wood primer to;
E Back of wood not exceeding 100 mm girth. 10 LM 70 700.00
F Ditto to door surfaces 4 SM 300 1,200.00
EXTERNALLY
Prepare and apply one undercoat and two finishing coats
of crown permacoat Exterior paint to:-
G General rendered surfaces externally 25 SM 300 7,500.00
INTERNALLY
Prepare and apply one undercoat and two finishing coats of
1st quality silk vinyl paint to:-
H Internal Jambs and reveals 14 LM 80 1,120.00
J General surfaces of wall 54 SM 300 16,320.00
K General plastered surfaces of columns & beams 13 SM 300 3,900.00
L General Soffittes of ceiling 24 SM 300 7,200.00 44,440.00
Collection
Brought forward from page Gh/17 13,400.00
13,400.00
Brought down from above 44,440.00
71,240.00 Total for Element No. 10 (Painting and Decorating) Carried to summary
Gh/18
GATE HOUSE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
SUMMARY
1 Substructure 361,100.91
2 R.C Superstructure 76,500.00
3 Walling 91,900.00
4 Roof Construction, Covering & Rainwater Disposal 122,860.00
5 Doors 42,530.00
6 Windows 128,860.00
7 External Finishes 46,260.00
8 Internal Finishes 167,235.00
9 Builder's work in relation to services 5,520.00
10 Painting and Decorating 71,240.00
3,342,017.73 Total 3No.Gate Houses Carried to summary x 3
Gh/19
GATE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT
ELEMENT NO. 1
SUBSTRUCTURES
(ALL PROVISIONAL)
Site clearance
A Clear site of works of shrubs, bush and grub up roots
and burn debris55 SM 50 2,750.00
Excavation
Excavate in unstable soil
B For column bases commencing at ground level not
exceeding 1.5m deep42 CM 300 12,600.00
C Extra over for excavating in hard rock 5 CM 1000 5,000.00
D Trim and level bottom of excavations 15 SM 100 1,500.00
E Allow for keeping excavation free from water by any
meansITEM 2,000.00
F Allow for maintaining sides of excavation by plunking
and struttingITEM 2,000.00
Disposal
G Backfilling around foundations 18 CM 200 3,600.00
H Load, wheel and cart away from site surplus excavated
material and deposit in spoil heaps for later use in
landscaping
28 CM 550 15,400.00
50 mm plain concrete (1:4:8 - class 15/20mm) blinding
to:
J Column Bases 6 SM 450 2,700.00
Vibrated reinforced concrete class 20 in:
K Column Bases 2.1 CM 12000 25,200.00
L Sub-Columns; 1 CM 9500 9,500.00
Total Carried to Collection Page 82,250.00
Gate/1
GATE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT
Reinforcement (all provisional)
High yield deformed steel bar reinforcement to BS4461
A 12mm diameter 130 Kg 140 18,200.00
B 8mm diameter 70 Kg 140 9,800.00
Formwork
C Sides of Column Bases 8 SM 400 3,200.00
D Sides of Sub-columns 4 SM 400 1,600.00
Total carried to collection 32,800.00
Brought forward from page Gate/1 82,250.00
Brought down from above 32,800.00
Total Gate Column Sustructures Carried to Summary115,050.00
Gate/2
GATE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT
ELEMENT NO. 2
REINFORCED CONCRETE SUPERSTRUCTURE
Vibrated reinforced concrete (1:2:4 ) Class 20/20mm
in :
A Columns 12.6 CM 12500 157,500.00
B Façade 4 CM 12500 50,000.00
Reinforcement
High tensile square twisted bars BS 4461 as described
in :
16.6
D 12mm diameter bars 813 Kgs 140 113,876.00
E 8mm diameter bars 349 Kgs 140 48,804.00
Sawn formwork to :
F Sides of Columns, 50 SM 400 20,000.00
Cement and sand (1:4) rendering
G Rendering to columns finished with wood float, thicknes
25mm50 SM 300 15,000.00
Precast concrete trimming finished fair on all exposed
edges.
H Precast Concrete coping size 350 x 600mm built on top
of columns in cement and sand(1:3) screed. 24 LM 550 13,200.00
Total Gates Column Superstructures Carried to
Summary418,380.00
Gate/3
GATE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT
ELEMENT NO. 3
GATES.
Fabricate, deliver and install the following purpose
made steel gates to Architect's detail including to
comply to B.S. 990, obtained from an approved
manufacturer. Primed with etch primer before delivery
to site complete with, hinges, handles,catches.
A Comprising 75 x 50 x 6mm thick hollow section framing
all round top, bottom and intermediate rails and stiles
ends capped: 25x25x6mm mm thick hollow secion in
fills at 75mm centres and 75 diameter x 10mm thick
plate rings with top of gate lined with 20x20x100mm
long spikes at 150mm cetres with decorative heads, and
bottom fitted with 38mm diameter rollers: one and half
pairs per leaf of purpose made hinges welded to gate
leaf and gate column (m.s) , 2No. 250mm purpose made
slide bolts and 2 No. padlock hasps welded to gate all
welded ground to smooth finish. overall size 6700 x
2100mm in two equal leaves
1 NO 241200 241,200.00
B Ditto pedestrian gate overall size 1500 x 2100mm 2 NO 37800 75,600.00
Touch up primer and apply one undercoat and two
finishing coats of 1st quality supergloss paint to:-
C General surfaces of windows and burglar bars (b.s.m).22 SM 300 6,600.00
Total for Gates Carried to Summary 323,400.00
Gate/4
GATE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT
Roofs
Structural steel Trussing
A 75 x 50 x50 x 4mm Round HS rafters 104 LM 1,850 192,400
B 50 x 50 x 3 SHS internal members 115 LM 1,400 161,000
C 40x 40 x 3 SHS internal members 65 LM 1,000 65,000
D 150x 50 x 19 x 2 'Z' section purlins 45 LM 1,000 45,000
E 50 x 50 x 3 SHS internal bracing members 66 LM 800 52,800
F 50 x 50 x 3 SHS anti sag members 75 LM 500 37,500
G 250 x 150 x 8mm ditto 45 LM 400 18,000
H 16mm x 250mm long hold down bolt c/w washers
and nuts16 NO 400 6,400
Roof covering
J 26 Gauge "Elegantile'' roofing sheets or equally
approved laid onto 'Z' section purlins (m.s) with and 'J'
hooks
63 SM 1200 75,600.00
24 gauge galvanised mild steel sheet
K600mm girth valley flashing with 150mm laps twice
bent; both edges dressed under profile of roof cover0 LM 300 -
L 200x6mm steel barge sheet 30 LM 600 18,000.00
M 225x6mm Fascia sheet 14 LM 600 8,400.00
Total Roof Carried to Summary 680,100.00
Gate/5
GATE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT
ELEMENT NO. 4
PAINTING & DECORATING
ROOFS
Prepare prime and apply one undercoat and two
finishing coats of 1st quality exterior paint to:-
AMetallic surfaces of fascia and barge sheet exceeding
200mm but not exceeding 100mm girth44 LM 80 3,520.00
Touch up primer and apply one undercoat and two finishing
coats of 1st quality supergloss paint to:-
B General surfaces of gate. 78 SM 350 27,300.00
Prepare and apply one undercoat and two finishing coats of
crown permacoat Exterior paint to:-
C General rendered surfaces of rendered surfaces externally 120 SM 350 42,000.00
Total for Painting Carried to Summary Page 72,820.00
SUMMARY
1 Gate Columns Substructures Gate/1 115,050.00
2 Gate Columns Superstructures Gate/2 418,380.00
3 Gates Gate/3 323,400.00
4 Roof Gate/4 680,100.00
5 Painting and Decorating Gate/5 72,820.00
Total for 1No. Gate 1,609,750.00
Total 2No.Gates Carried to Grand Summary X23,219,500.00
Gate/6
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 1
SUBSTRUCTURES
(All provisional)
A
Clear site of all grass, grub up roots and material not
exceeding 300mm girth and cart away or burn
arisings.
115 SM 30 3,450.00
B
Excavate to reduce levels to remove top unstable soil
average 600mm deep starting from stripped level,
load and cart away
69 CM 150 10,350.00
CExcavate for foundation strip footing starting from
reduced level not exceeding 3.0m deep.76 CM 150 11,400.00
D Ditto but for column bases 36 CM 150 5,400.00
EExtra over all excavation for excavating rock
irrespective of class.15 CM 1000 15,000.00
FAllow for keeping excavations free from all water by
pumping or otherwise.ITEM 3,000.00
GDitto; for plunking and strutting to sides of
excavations.ITEM 3,000.00
Disposals
HReturn fill and ram selected excavated material
around foundations.70 CM 100 7,000.00
J
Load, wheel and cart away from site surplus
excavated material and deposit in approved dumping
area.
51 CM 150 7,636.36
Imported Filling
KApproved broken quarry stone hardcore filling and
compacted in 150mm thick layers.100 SM 300 30,000.00
LImported or Approved murram filling to make up
levels69 CM 900 62,100.00
M50 mm thick stone dust blinding to surfaces of
hardcore100 SM 50 5,000.00
163,336.36 Total to collection
Gz/1
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO.1 CONT'D
50 mm thick plain concrete (1:4:8 - class 15/20mm)
blinding to:
A Strip footing 18 SM 450 8,100.00
B Column bases 17 SM 450 7,650.00
Vibrated reinforced concrete class 20 in:
C Strip footing 5 CM 12500 62,500.00
D Column bases 6 CM 12500 75,000.00
E Sub columns 2 CM 12500 25,000.00
F Steps 1 CM 12500 12,500.00
G 150 mm thick ground floor slab 100 SM 1875 187,500.00
Reinforcement (All Provisional)
High tensile square twisted bars BS 4461 as
described in :
840
H Y16 ditto 126 Kgs 140 17,640.00
J Y12 ditto 336 Kgs 140 47,040.00
K Y10 ditto 84 Kgs 140 11,760.00
L Y8 168 Kgs 140 23,520.00
Steel mesh fabric reinforcement to BS 4483
M
Steel fabric mesh reinforcement type A142
weighing 2.22Kg/M2 and to BS 4483 and with 150
mm side laps (measured net - no allowance for laps)
100 SM 300 30,000.00
508,210.00 Total to collection
Gz/2
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 1 CONT'D
Damp proof membrane
A1000 gauge polythene sheeting laid under concrete
floor bed.100 SM 120 12,000.00
Anti-termite treatment
B
"Dragnet" or other equal and approved antitermite
insectside treatment to blinded hardcore surfaces
applied in accordance with manufacturer's
instructions.
100 SM 150 15,000.00
Sawn formwork to :
C Sides of strip footing 18 SM 450 8,100.00
D Sides of sub-columns & column bases 31 SM 450 13,950.00
EEdges of ground floor bed exceeding 75mm but not
exceeding 150mm girth.32 LM 80 2,560.00
Approved ROUGH dressed natural stone walling
bedded and jointed in cement and sand mortar
F 225 mm thick 120 SM 1150 138,000.00
Bituminous Damp Proof Course bedded and jointed
in cement sand mortar 1:3.
G 200 mm wide. 40 LM 120 4,800.00
194,410.00 Total to collection
Gz/3
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 1 CONT'D
Cement and sand (1:4) rendering
A12mm thick cement and sand render mix 1:4 to plinth
surfaces.19 SM 400 7,600.00
BPrepare and apply three coats of bitumastic paint to
rendered surfaces.19 SM 350 6,650.00
Total to Collection below 14,250.00
COLLECTION
Brought forward from page Gz/1 163,336.36
Brought forward from page Gz/2 508,210.00
Brought forward from page Gz/3 194,410.00
Brought down from above 14,250.00
880,206.36 Total for Element No. 1 (Substructure) carried to summary
Gz/4
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO.2
REINFORCED CONCRETE SUPERSTRUCTURES
The Quantities and nature of work indicated are
provisional.Actual work shall be remeasured and
adjustments done
Vibrated reinforced concrete (1:2:4 ) Class 20 in :
A Lintels 1 CM 12500 12,500.00
B Columns 1 CM 12500 12,500.00
C Beams 4 CM 12500 50,000.00
Reinforcement (All Provisional)
High tensile square twisted bars BS 4461 as
described in :
325
D Assorted in sizes 12mm and 8mm diameter ditto 325 Kgs 140 45,500.00
Sawn formwork to :
E Verticle sides and soffits of beams 38 SM 450 17,100.00
Total for Element No. 2 (R.C Supestructure) Carried
to Summary 137,600.00
Gz/5
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 3
WALLING
External walls
Natural stone walling bush hammered or equal and
approved, bedded and zero jointed in cement and
sand mortar mix (1:4)
A 200 mm thick; 86 SM 1500 129,000.00
B Ditto in gable ends 0 SM 1500 -
C Ditto in eaves filling. 38 LM 600 22,800.00
151,800.00 Total for Element No. 3 (Walling) to Summary
Gz/6
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 4
ROOF CONSTRUCTION, COVERING AND RAINWATER
DISPOSAL
Structural steel Trussing
A 75 x50 x 4mm RHS rafters 200 LM 1,850 370,000
B 50 x 50 x 3 SHS internal members 32 LM 1,400 44,800
C 40x 40 x 3 SHS internal members 24 LM 1,000 24,000
D 150x 50 x 19 x 2 'Z' section purlins 40 LM 1,000 40,000
E 50 x 50 x 3 SHS internal bracing members 140 LM 800 112,000
F 50 x 50 x 3 SHS anti sag members 1 LM 500 500
G 250 x 150 x 8mm ditto 72 LM 400 28,800
H 16mm x 250mm long hold down bolt c/w
washers and nuts25 NO 400 10,000
Roof covering
J
26 Gauge "Elegantile'' roofing sheets or equally
approved laid onto 'Z' section purlins (m.s) with and
'J' hooks
145 SM 1400 203,000.00
K Ditto; 300 mm conical apex cover 1 LM 550 550.00
L Ditto Hip cap 72 LM 550 39,600.00
M 200x25mm weather sheet 10 LM 400 4,000.00
N 225x25mm Fascia 48 LM 400 19,200.00
Carried to collection 896,450.00
Gz/7
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 4: ROOFING Cont'd
Bolts
A
16 mm diameter x 225mm long black bolt with 3 mm
thick washer or equal and approved fixed at 2000mm
centres
24 NO. 55 1,320.00
BDrill holes in 50 mm. Thick timber to receive bolts (16
mm diameter (m.s)48 NO. 30 1,440.00
C
Allow for testing the whole of the rainwater disposal
installation to the satisfaction of the Architect and
for replacing any defective work free of charge.
ITEM 1,000.00
RAINWATER DISPOSAL
UPVC GUTTERS
D140mm diameter half round ditto complete with
fixing and joining accessories48 LM 450 21,600.00
E Diameter 100mm downpipe diito 3 LM 420 1,260.00
F Extra for swanneck offset in pipe diameter 3 NO 300 900.00
G Extra for shoe in pipe diameter 3 NO 230 690.00
24 gauge galvanised mild steel sheet
H600mm girth valley flashing with 150mm laps twice
bent; both edges dressed under profile of roof cover25 LM 300 7,500.00
" Fulbora" Outlets
J 100mm Diameter "Fulbora" coated cast iron
outlet complete with grating cast into concrete
slab with flange flush with screed and joint to 100mm
diameter tubing3 NO 450 1,350.00
Total Carried to Collection Below 37,060.00
Collection
Brought forward from page Gz/7 896,450.00
Brought down from above 37,060.00
933,510.00 Total for Element No. 4 (Roof Construction) to Summary
Gz/8
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 5
DOORS & WINDOWS
Doors
ASupply and fix Aluminium casement door overall size
1200 x 2300mm high complete with iron mongery2 NO 30360 60,720.00
B 38 mm rubber door stop fixed with rawl bolt. 2 NO 150 300.00
Windows
Aluminium Casements
Supply,assemble and and fix the following purpose-
made coloured powder coated Aluminium sliding
windows complete with all opening accessories,
50x50mm thick frame units;including "snap on' 30mm
wide permanent vent ;building in lugs to
jambs;plugging and screwing head and cill;bedding
frames in waterproof cement mortar and pointing in
approved mastic externally;fixing 6mm thick
reflective glass m.s; oiling,easing and adjusting as
described in the following overall sizes;
COverall size 4150 x 1500 mm high to Architect's schedule
8 NO 49800 398,400.00
Glazing
6mm thick One Way Tinted Glass in panes described
in:-
D Panels 0.50 sm to 1.00 s.m 15 SM 2500 37,500.00
E5mm thick clear sheet glass and glazing in panes 0.1 -
1.0 SM 21 SM 1500 31,500.00
F5mm thick obscure sheet glass and glazing in
aluminium beads in panes n.e. 0.5sm.20 SM 1500 30,000.00
558,420.00 Total Carried to Collection
Gz/9
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
Window Cill
A 150 x 50 x 25 mm thick clay window cill to slope. 36 LM 350 12,600.00
Wrot Hardwood
B 125 x 25 mm window board plugged 36 LM 500 18,000.00
C 25mm quadrant 36 LM 100 3,600.00
D Supply and fix first quality synthetic vertical blinds
complete with decorative end caps, runners and
fixing accessories to approval
18 LM 1500 27,000.00
Crried to collection 61,200.00
COLLECTION
Brought forward from page Gz/9 558,420.00
Brought down from above 61,200.00
619,620.00 Total for Element No. 6 (Doors & Windows) Carried to summary
Gz/10
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 7
EXTERNAL FINISHES.
Precast paving slabs
AAllow for preparing surfaces to receive paving floor
finishes
19 SM 400 7,600.00
B
600 x 600 x 50mm thick PCC slabs on and including
50mm sand bed jointed and pointed in cement sand
1:3 mortar
19 SM 1000 19,000.00
Eaves closings.
C200mm T&G timber boarding nailed to eaves nailed
onto 50x50mm brandering at 600mm centres (m/s)
19 SM 1200 22,800.00
D 50x50mm brandering at 600mm centres 38 LM 200 7,600.00
Wall finishes.
E Brick cladding to approval 26 SM 750 19,500.00
Cement and sand (1:4) rendering
F 15mm thick plaster to gables 0 SM 350 -
G 15mm thick tyrolean render to beams 10 SM 360 3,600.00
H Ditto; but to window jambs and external reveals 36 LM 85 3,060.00
83,160.00 Total for Element No.7 (External Finishes) Carried to Summary
Gz/11
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 8: INTERNAL FINISHES
FLOOR
Cement and sand (1:4) paving
APaving under floors , thickness 32 mm to receive non
slip ceramic tiles97 SM 450 43,650.00
B
300 x 300 x 8mm thick non-slip ceramic floor tiles on
and including cement grout and pointing in matching
colour cement
97 SM 1500 145,500.00
WALL FINISHES
12mm thick Lime plaster (1:2:9)
C Plaster to walls 73 SM 300 21,930.00
D Plaster to beams 19 SM 300 5,700.00
CEILING
Gypsum ceiling
E 10mm thick gypsum ceiling with and including
gypsum aluminium framing
95 SM 3500 332,500.00
F 100mm wide x 8mm thick moulded gypsum cornices
to match the ceiling
76 LM 600 45,600.00
G 50x20mm thick moulded picture rail fixed to the wall 216 LM 200 43,200.00
H 200mm wide timber tongued and grooved ceiling on
50x50mm treated sawn cypress brandering or equally
approved at 600mm centres (m/s)
60 SM 1200 72,000.00
J 50x50mm sawn cypress brandering 280 LM 50 14,000.00
Cornice, plugged
K 75x25mm, ditto 168 LM 180 30,240.00
754,320.00 Total for Element No. 8 (Internal Finishes) Carried to summary
Gz/12
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 9:
BUILDER'S WORKS
In connection to Mechanical works
Builder's work in connection with plumbing [All
Provisional]
Chasing and making good for small pipe in: -
A Concrete beds and slabs 20 LM 100 2,000.00
B Concrete block walls 20 LM 120 2,400.00
Holes for small pipe through; -
Concrete block walls, thickness
C - 150 mm 8 No. 120 960.00
Holes and pipe sleeves for large pipe through: -
Reinforced concrete wall or beam, thickness
D - 200 mm 8 No. 110 880.00
In connection to Electrical Works
Cut for and attend in all trades on installing the
following points in a mainly concealed system,
including chases, holes and recesses, notching
timber, etc, and making good all finishes
E Lighting points with associated switches 15 No. 200 3,000.00
F Socket outlet points 15 No. 200 3,000.00
12,240.00 Total for Element No. 9 (Builders Works) Carried to summary
Gz/13
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 10
PAINTING & DECORATING
ROOFS
Prepare prime and apply one undercoat and two
finishing coats of 1st quality exterior paint to:-
AWooden surfaces of fascia and barge board exceeding
200mm but not exceeding 300mm girth58 LM 100 5,800.00
WINDOWS
Prepare and apply two undercoats stainer and two
finishing coats of vanish to:-
BDitto exceeding 100 but not exceeding 200mm girth
window board36 LM 100 3,600.00
Touch up primer and apply one undercoat and two
finishing coats of 1st quality supergloss paint to:-
C General surfaces of windows and burglar bars (b.s.m). 80 SM 300 24,000.00
DOORS
Touch up primer and apply one undercoat and two
finishing coats of 1st quality supergloss paint to:-
D General surfaces of steel and burglar bars (b.s.m). 6 SM 300 1,800.00
Prepare and apply two undercoats stainer and two
finishing coats of varnish to:-
E General surfaces of doors 9 SM 300 2,700.00
F Surfaces not exceeding 100mm girth 14 LM 100 1,400.00
G Surfaces exceeding 100 but not exceeding 200mm girth. 14 LM 100 1,400.00
Prepare and apply 1No. coat of aluminium wood primer
to;
H Back of wood not exceeding 100 mm girth. 14 LM 70 980.00
J Ditto to door surfaces 4 SM 300 1,200.00
Carried to collection 42,880.00
Gz/14
GAZEBO
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
EXTERNAL FINISHES
Prepare and apply one undercoat and two finishing coats
of crown permacoat Exterior paint to:-
A General rendered surfaces externally 17 SM 300 5,100.00
INTERNAL FINISHES
Prepare and apply one undercoat and two finishing coats
of 1st quality silk vinyl paint to:-
B Internal Jambs and reveals 36 LM 80 2,880.00
C General surfaces of wall 73 SM 300 21,930.00
D General plastered surfaces of columns & beams 19 SM 300 5,700.00
E General Soffittes of ceiling 95 SM 300 28,500.00 64,110.00
Collection
Brought forward from page Gz/14 42,880.00
Brought down from above 64,110.00
106,990.00
SUMMARY
1 Substructure 880,206.36
2 R.C Superstructure 137,600.00
3 Walling 151,800.00
4 Roof Construction, Covering & Rainwater Disposal933,510.00
5 Doors and Windows 619,620.00
6 External Finishes 83,160.00
7 Internal Finishes 754,320.00
8 Builder's Works in relation to services 12,240.00
9 Painting and Decorating 106,990.00
3,679,446.36 Total for Gazebo Carried to summary
Total for Element No. 10(Painting and Decorating) Carried to summary
Gz/15
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 1
SUBSTRUCTURES
(All provisional)
A
Clear site of all grass, grub up roots and material not
exceeding 300mm girth and cart away or burn
arisings.
40 SM 30 1,200.00
B
Excavate to reduce levels to remove top unstable soil
average 600mm deep starting from stripped level,
load and cart away
24 CM 150 3,600.00
CExcavate for foundation strip footing starting from
reduced level not exceeding 3.0m deep.76 CM 150 11,400.00
D Ditto but for column bases 12 CM 150 1,800.00
EExtra over all excavation for excavating rock
irrespective of class.11 CM 1000 11,000.00
FAllow for keeping excavations free from all water by
pumping or otherwise.ITEM 1,500.00
GDitto; for plunking and strutting to sides of
excavations.ITEM 1,500.00
Disposals
HReturn fill and ram selected excavated material
around foundations.54 CM 100 5,400.00
J
Load, wheel and cart away from site surplus
excavated material and deposit in approved dumping
area.
39 CM 150 5,890.91
Imported Filling
KApproved broken quarry stone hardcore filling and
compacted in 150mm thick layers.35 SM 300 10,500.00
LImported or Approved murram filling to make up
levels24 CM 900 21,600.00
M50 mm thick stone dust blinding to surfaces of
hardcore35 SM 50 1,750.00
77,140.91 Total to collection
Ab/1
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO.1 CONT'D
50 mm thick plain concrete (1:4:8 - class 15/20mm)
blinding to:
A Strip footing 18 SM 450 8,100.00
B Column bases 6 SM 450 2,700.00
Vibrated reinforced concrete class 20 in:
C Strip footing 5 CM 11000 55,000.00
D Column bases 2 CM 11000 22,000.00
E Sub columns 1 CM 11000 11,000.00
F Steps 0 CM 11000 -
G 150 mm thick ground floor slab 35 SM 1650 57,750.00
Reinforcement (All Provisional)
High tensile square twisted bars BS 4461 as
described in :
480
H Y16 ditto 72 Kgs 125 9,000.00
J Y12 ditto 192 Kgs 125 24,000.00
K Y10 ditto 48 Kgs 125 6,000.00
L Y8 96 Kgs 125 12,000.00
Steel mesh fabric reinforcement to BS 4483
M
Steel fabric mesh reinforcement type A142
weighing 2.22Kg/M2 and to BS 4483 and with 150
mm side laps (measured net - no allowance for laps)
35 SM 300 10,500.00
218,050.00 Total to collection
Ab/2
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 1 CONT'D
Damp proof membrane
A1000 gauge polythene sheeting laid under concrete
floor bed.35 SM 120 4,200.00
Anti-termite treatment
B
"Dragnet" or other equal and approved antitermite
insectside treatment to blinded hardcore surfaces
applied in accordance with manufacturer's
instructions.
35 SM 150 5,250.00
Sawn formwork to :
C Sides of strip footing 24 SM 300 7,200.00
D Sides of sub-columns & column bases 19 SM 300 5,700.00
EEdges of ground floor bed exceeding 75mm but not
exceeding 150mm girth.40 LM 80 3,200.00
Approved ROUGH dressed natural stone walling
bedded and jointed in cement and sand mortar
F 225 mm thick 32 SM 1150 36,800.00
Bituminous Damp Proof Course bedded and jointed
in cement sand mortar 1:3.
G 200 mm wide. 21 LM 120 2,520.00
64,870.00 Total to collection
Ab/3
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 1 CONT'D
Cement and sand (1:4) rendering
A12mm thick cement and sand render mix 1:4 to plinth
surfaces.18 SM 400 7,200.00
BPrepare and apply three coats of bitumastic paint to
rendered surfaces.18 SM 350 6,300.00
Total to Collection below 13,500.00
COLLECTION
Brought forward from page 1 77,140.91
Brought forward from page 2 218,050.00
Brought forward from page 3 64,870.00
Brought forward from above 13,500.00
373,560.91 Total for Element No. 1 (Substructure) carried to summary
Ab/4
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO.2
REINFORCED CONCRETE SUPERSTRUCTURES
The Quantities and nature of work indicated are
provisional.Actual work shall be remeasured and
adjustments done
Vibrated reinforced concrete (1:2:4 ) Class 20 in :
A Lintels 1 CM 12500 12,500.00
B Columns 1 CM 12500 12,500.00
C Beams 2 CM 12500 25,000.00
D 175mm Roof slab 16 SM 2188 35,000.00
Reinforcement (All Provisional)
High tensile square twisted bars BS 4461 as
described in :
300
E Assorted in sizes 12mm and 8mm ditto 300 Kgs 140 42,000.00
Sawn formwork to :
F Verticle sides and soffits of beams 26 SM 400 10,400.00
Total for Element No. 2 (R.C Supestructure) Carried
to Summary 137,400.00
Ab/5
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 3
WALLING
External walls
Natural stone walling or equal and approved, bedded
and jointed in cement and sand mortar mix (1:4)
A 200 mm thick; 56 SM 1500 84,000.00
B Ditto in gable ends 15 SM 1500 22,500.00
C Ditto in eaves filling. 10 LM 550 5,500.00
Internal walls
Natural stone walling or equal and
approved,including hoop iron at alternate courses
bedded and jointed in cement and sand mortar mix
1:4
D 150 mm thick; 35 SM 1350 47,250.00
E 100 mm thick; 0 SM 1000 -
159,250.00 Total for Element No. 3 (Walling) to Summary
Ab/6
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 4
ROOF CONSTRUCTION, COVERING AND RAINWATER
DISPOSAL
The following in ASSORTED pitched timber trusses of
various sizes (to S.E details) with bolted connections
rising approximately 5m above ground level
A 100 x 50 mm Rafters. 42 LM 300 12,600.00
B 100 x 50 mm Ties and struts , kingpost 45 LM 300 13,500.00
C 100 x 50 mm Tie beams. 28 LM 300 8,400.00
D 100 x 50 mm Wall plate. 26 LM 300 7,800.00
E 75 x 50 mm Purlins 28 LM 250 7,000.00
F 150 x 50 mm Ridge board 0 LM 420 -
G 100 x50 mm Hip Rafter 0 LM 300 -
H 75 x 50 mm Valley Rafter 12 LM 250 3,000.00
Roof covering
J
26 Gauge "Elegantile'' roofing sheets or equally
approved laid onto 'Z' section purlins (m.s) with and
'J' hooks
47 SM 1400 65,800.00
K Ditto; 200mm girth ridge cover 0 LM 550 -
L Ditto Hip cap 0 LM 550 -
M 200x25mm Wrot cypress barge/weather board 24 LM 400 9,600.00
N 225x25mm Fascia board 12 LM 400 4,800.00
Carried to collection 132,500.00
Ab/7
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 4: ROOFING Cont'd
Bolts
A
16 mm diameter x 225mm long black bolt with 3 mm
thick washer or equal and approved fixed at 2000mm
centres
16 NO. 55 880.00
BDrill holes in 50 mm. Thick timber to receive bolts (16
mm diameter (m.s)32 NO. 30 960.00
C
Allow for testing the whole of the rainwater disposal
installation to the satisfaction of the Architect and
for replacing any defective work free of charge.
ITEM 1,000.00
RAINWATER DISPOSAL
UPVC GUTTERS
D140mm diameter half round ditto complete with
fixing and joining accessories12 LM 450 5,400.00
E Diameter 100mm downpipe diito 6 LM 420 2,520.00
F Extra for swanneck offset in pipe diameter 4 NO 300 1,200.00
G Extra for shoe in pipe diameter 4 NO 230 920.00
24 gauge galvanised mild steel sheet
H600mm girth valley flashing with 150mm laps twice
bent; both edges dressed under profile of roof cover12 LM 300 3,600.00
" Fulbora" Outlets
J 100mm Diameter "Fulbora" coated cast iron
outlet complete with grating cast into concrete
slab with flange flush with screed and joint to 100mm
diameter tubing4 NO 450 1,800.00
Total Carried to Collection Below 18,280.00
Collection
Brought forward from page 7 132,500.00
Brought down from above 18,280.00
150,780.00 Total for Element No. 4 (Roof Construction) to Summary
Ab/8
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 5
DOORS
ASupply and fix steel grill door overall size
1000x2300mm high complete with iron mongery1 NO 9200 9,200.00
B Ditto but Steel panel overall size 900 x 2100mm ditto 1 NO 7560 7,560.00
45mm thick SC Flush Doors With Hardwood
Lipping all round faced both both sides with interior
quality mahogany as described
CSingle leaf door size 900 x 2100 to Architect's
specification 2 NO 6500 13,000.00
45mm thick SSC Flush Doors With Hardwood
Lipping all round faced both both sides with interior
quality mahogany as described
D Size 900 x 2100 mm high 8 NO 5000 40,000.00
E Ditto but with fanlight 0 NO 6000 -
The following in wrot hardwood.
F 150x50 mm hardwood door frame with one labour. 0 LM 650 -
G Size 100x50mm ditto 50 LM 500 25,000.00
H 40 x 25 mm hardwood architrave with one labour. 50 LM 90 4,500.00
J 25 mm quadrant. 50 LM 60 3,000.00
102,260.00 Total Carried to Collection
Ab/9
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 5 CONT'D
Ironmongery.
Supply and fix the following to wood with matching
screws.
ATwo lever door "Union" mortise lock with lever
furniture.10 NO 2500 25,000.00
B Three lever ditto 0 NO 3000 -
C 38 mm rubber door stop fixed with rawl bolt. 10 NO 150 1,500.00
D 100 mm pressed steel butt hinges. 15 Prs 300 4,500.00
E10mm galvanised mild steel dowel 100mm long let
into foot of frame and grouted into mortice in floor
20 NO 80 1,600.00
F
25x1.6mm galvanised mild steel cramp 250mm girth
once bent twice drilled and screwed to back of frame
and other end fish tailed end built into joints of
walling.
60 NO 50 3,000.00
G Toilet Signs indicator bolt 0 NO 500 -
-
H 600mm long x 100m wide kicking plate 5 NO 650 3,250.00
-
J 100mm flush bolt 0 NO 300 -
-
Total to collection below 38,850.00
COLLECTION
Brought forward from page Ab/9 102,260.00
Brought down from above 38,850.00
141,110.00 Total for Element No. 5 (Doors) carried to summary
Ab/10
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 6
WINDOWS
Aluminium Casements
Supply,assemble and and fix the following purpose-made
coloured powder coated Aluminium sliding windows
(comprising of standard section framing including all
couplings, mullions and or transomes; complete with
fasteners, stays locking devices) complete with all opening
accessories, 50x50mm thick frame units;including "snap
on' 30mm wide permanent vent ;building in lugs to
jambs;plugging and screwing head and cill;bedding frames
in waterproof cement mortar and pointing in approved
mastic externally;fixing 6mm thick reflective glass m.s;
oiling,easing and adjusting as described in the following
overall sizes;
A Overall size 1800 x 1500 mm high 2 NO 35100 70,200.00
B Overall size 800 x 1200 mm high 2 NO 12480 24,960.00
95,160.00 Total Carried to Collection
Ab/11
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
Glazing
A5mm thick clear sheet glass and glazing in panes 0.1 -
1.0 SM 14 SM 1500 21,000.00
B 5mm thick obscure glass ditto 3 SM 1200 3,600.00
Window Cill
C 150 x 50 x 25 mm thick clay window cill to slope. 14 LM 350 4,900.00
Wrot Hardwood
D 125 x 25 mm window board plugged 7 LM 500 3,500.00
E 25mm quadrant 7 LM 100 700.00
33,700.00
67,400.00
COLLECTION
Brought forward from page Ab/11 95,160.00
Brought down from above 33,700.00
128,860.00 Total for Element No. 6 (Windows) Carried to summary
Ab/12
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 7
EXTERNAL FINISHES.
Precast paving slabs
AAllow for preparing surfaces to receive paving floor
finishes
8 SM 400 3,200.00
B
600 x 600 x 50mm thick PCC slabs on and including
50mm sand bed jointed and pointed in cement sand
1:3 mortar
8 SM 1000 8,000.00
Eaves closings.
C200mm T&G timber boarding nailed to eaves nailed
onto 50x50mm brandering at 600mm centres (m/s)
6 SM 1200 7,200.00
D 50x50mm brandering at 600mm centres 12 LM 200 2,400.00
Wall finishes.
E Brick cladding to approval 45 SM 750 33,750.00
Cement and sand (1:4) rendering
F 15mm thick plaster to gables 15 SM 350 5,250.00
G 15mm thick tyrolean render to beams 7 SM 360 2,520.00
H Ditto; but to window jambs and external reveals 14 LM 85 1,190.00
63,510.00 Total for Element No.7 (External Finishes) Carried to Summary
Ab/13
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 8: INTERNAL FINISHES
FLOOR
Cement and sand (1:4) paving
APaving under floors , thickness 32 mm trowelled
smooth to receive ceramic tiles34 SM 450 15,300.00
Ceramic Tiling
300 x 300 x 8mm thick Coloured "SAJ" or other equal
and approved ceramic floor tiles on and including
cement grout and pointing in matching colour
cement and including approved plastic strips to all
edges
B Non slip tile flooring 34 S.M 1350 45,900.00
-
C 100 x 25mm skirting ditto 37 L.M 350 13,090.00
WALL FINISHES
200 x200 x 6mm Thick "saJ"or other equal and
approved ceramic tiles on including cement and
sand (1:4) backing and pointing in white cement and
including approved plastic strips to all edges and
border tiles
D Walls 19 S.M 1400 26,460.00
Cement and sand backing (1:3) ( Trowelled hard and
smooth:-
E 15mm thick ditto to receive approved wall tiles 19 S.M 400 7,560.00
12mm thick Lime plaster (1:2:9)
F Plaster to walls 107 SM 300 32,130.00
G Plaster to beams 13 SM 300 3,900.00
144,340.00 Carried to collection
Ab/14
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
CEILING
12mm thick Celotex /chipboard ceiling or equally
approved fixed to brandering m.s
A Ceilings 35 S.M 800 28,000.00
B Extra over ceiling for forming removable access
trap door size 600 x 600mm with trimming joist
between tie beams 120 x 20mm finished wrot cedar
frame all round and 20mm blockboard removable
Panel set loose on top of framing 2 NO 1000 2,000.00
D 50x50mm sawn cypress brandering 53 LM 70 3,710.00
E 70x50mm ditto 27 LM 100 2,700.00
Cornice, plugged
F 75x25mm, ditto 32 LM 180 5,760.00
Fixtures
GAllow a provisional sum of Kenya shillings Fifty
Thousand only for COUNTERSSUM 50,000.00
92,170.00
COLLECTION
Brought forward from page Ab/14 144,340.00
Brought down from above 92,170.00
236,510.00 Total for Element No. 8 (Internal Finishes) Carried to summary
Ab/15
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 9:
BUILDER'S WORKS
In connection to Mechanical works
Builder's work in connection with plumbing [All
Provisional]
Chasing and making good for small pipe in: -
C Concrete beds and slabs 10 LM 100 1,000.00
D Concrete block walls 10 LM 120 1,200.00
Holes for small pipe through; -
Concrete block walls, thickness
E - 150 mm 4 No. 120 480.00
Holes and pipe sleeves for large pipe through: -
Reinforced concrete wall or beam, thickness
F - 200 mm 4 No. 110 440.00
In connection to Electrical Works
Cut for and attend in all trades on installing the
following points in a mainly concealed system,
including chases, holes and recesses, notching
timber, etc, and making good all finishes
G Lighting points with associated switches 6 No. 200 1,200.00
H Socket outlet points 6 No. 200 1,200.00
5,520.00 Total for Element No. 9 (Builder's Works) Carried to summary
Ab/16
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 10
PAINTING & DECORATING
ROOFS
Prepare prime and apply one undercoat and two
finishing coats of 1st quality exterior paint to:-
AWooden surfaces of fascia and barge board exceeding
200mm but not exceeding 300mm girth36 LM 100 3,600.00
WINDOWS
Prepare and apply two undercoats stainer and two
finishing coats of vanish to:-
BDitto exceeding 100 but not exceeding 200mm girth
window board14 LM 100 1,400.00
Touch up primer and apply one undercoat and two
finishing coats of 1st quality supergloss paint to:-
C General surfaces of windows and burglar bars (b.s.m). 28 SM 300 8,400.00
13,400.00 Total Carried to Collection
Ab/17
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 10 CONT'DDOORS
Touch up primer and apply one undercoat and two
finishing coats of 1st quality supergloss paint to:-
A General surfaces of steel and burglar bars (b.s.m). 6 SM 300 1,800.00
Prepare and apply two undercoats stainer and two
finishing coats of varnish to:-
B General surfaces of doors 9 SM 300 2,700.00
C Surfaces not exceeding 100mm girth 50 LM 100 5,000.00
D Surfaces exceeding 100 but not exceeding 200mm girth. 50 LM 100 5,000.00
Prepare and apply 1No. coat of aluminium wood primer
to;
E Back of wood not exceeding 100 mm girth. 50 LM 70 3,500.00
F Ditto to door surfaces 4 SM 300 1,200.00
EXTERNAL FINISHES
Prepare and apply one undercoat and two finishing coats
of crown permacoat Exterior paint to:-
G General rendered surfaces externally 25 SM 300 7,500.00
INTERNAL FINISHES
Prepare and apply one undercoat and two finishing coats
of 1st quality silk vinyl paint to:-
H Internal Jambs and reveals 14 LM 80 1,120.00
J General surfaces of wall 107 SM 300 32,130.00
K General plastered surfaces of columns & beams 13 SM 300 3,900.00
L General Soffittes of ceiling 35 SM 300 10,500.00 74,350.00
Collection
Brought forward from page Ab/17 13,400.00
13,400.00
Brought down from above 74,350.00
101,150.00 Total for Element No. 10(Painting and Decorating) Carried to summary
Ab/18
External Washrooms
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
SUMMARY
1 Substructure 373,560.91
2 R.C Superstructure 137,400.00
3 Walling 159,250.00
4 Roof Construction, Covering & Rainwater Disposal150,780.00
5 Doors 141,110.00
6 Windows 128,860.00
7 External Finishes 63,510.00
8 Internal Finishes 236,510.00
9 Builder's work in relation to services 5,520.00
10 Painting and Decorating 101,150.00
1,497,650.91 Total Buider's Work for External Washrooms Carried to summary
Ab/19
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 1
SUBSTRUCTURES
(All Provisional)
AClear site of all grass, grub up roots and material
not exceeding 300mm girth and cart away or burn
arisings.
41 SM 30 1,230.00
BExcavate to reduce levels to remove top unstable soil
average 600mm deep starting from stripped level, load
and cart away
25 CM 150 3,750.00
CExcavate for foundation strip footing starting from
reduced level not exceeding 3.0m deep.81 CM 150 12,150.00
D Ditto but for column bases 12 CM 150 1,800.00
EExtra over all excavation for excavating rock
irrespective of class.10 CM 1000 10,000.00
FAllow for keeping excavations free from all water
by pumping or otherwise.ITEM 1,000.00
GDitto; for plunking and strutting to sides of
excavations.ITEM 1,000.00
Disposals
HReturn fill and ram selected excavated material
around foundations.57 CM 150 8,550.00
JLoad, wheel and cart away from site surplus
excavated material and deposit in approved
dumping area.
41 CM 300 12,436.36
Imported Filling
KApproved broken quarry stone hardcore filling
and compacted in 150mm thick layers.36 SM 300 10,800.00
LImported or Approved murram filling to make up
levels25 CM 900 22,500.00
M50 mm thick stone dust blinding to surfaces of
hardcore36 SM 50 1,800.00
87,016.36 Total to collection
Ph/1
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO.1 CONT'D
50 mm thick plain concrete (1:4:8 - class
15/20mm) blinding to:
A Strip footing 19 SM 450 8,550.00
B Column bases 6 SM 450 2,700.00
Vibrated reinforced concrete class 20 in:
C Strip footing 5 CM 13000 65,000.00
D Column bases 2 CM 13000 26,000.00
E Sub columns 1 CM 13000 13,000.00
F Steps 1 CM 13000 13,000.00
G 150 mm thick ground floor slab 36 SM 1500 54,000.00
Reinforcement (All Provisional)
High tensile square twisted bars BS 4461 as
described in :540
H Y16 ditto 54 Kgs 135 7,290.00
J Y12 ditto 324 Kgs 135 43,740.00
K Y10 ditto 54 Kgs 135 7,290.00
L Y8 108 Kgs 135 14,580.00
Steel mesh fabric reinforcement to BS 4483
M
Steel fabric mesh reinforcement type A142
weighing 2.22Kg/M2 and to BS 4483 and with
150 mm side laps (measured net - no allowance
for laps)
36 SM 350 12,600.00
267,750.00 Total to collection
Ph/2
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 1 CONT'D
Damp proof membrane
A1000 gauge polythene sheeting laid under
concrete floor bed.36 SM 120 4,320.00
Anti-termite treatment
B
"Dragnet" or other equal and approved
antitermite insectside treatment to blinded
hardcore surfaces applied in accordance with
manufacturer's instructions.
36 SM 150 5,400.00
Sawn formwork to :
C Sides of strip footing 19 SM 300 5,700.00
D Sides of sub-columns & column bases 6 SM 300 1,800.00
EEdges of ground floor bed exceeding 75mm but
not exceeding 150mm girth.28 LM 80 2,240.00
Approved ROUGH dressed natural stone walling
bedded and jointed in cement and sand mortar
F 225 mm thick 39 SM 1200 46,800.00
Bituminous Damp Proof Course bedded and
jointed in cement sand mortar 1:3.
G 200 mm wide. 26 LM 120 3,120.00
69,380.00 Total to collection
Ph/3
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 1 CONT'D
Cement and sand (1:4) rendering
A12mm thick cement and sand render mix 1:4 to
plinth surfaces.13 SM 400 5,200.00
BPrepare and apply three coats of bitumastic paint
to rendered surfaces.13 SM 350 4,550.00
Total to Collection below 9,750.00
COLLECTION
Brought forward from page Ph/1 87,016.36
Brought forward from page Ph/2 267,750.00
Brought forward from page Ph/3 69,380.00
Brought down from above 9,750.00
433,896.36 Total for Element No. 1 (Substructure) carried to summary
Ph/4
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO.2
REINFORCED CONCRETE SUPERSTRUCTURES
The Quantities and nature of work indicated are
provisional.Actual work shall be remeasured and
adjustments done
Vibrated reinforced concrete (1:2:4 ) Class 20 in
:
A Lintels 1 CM 13000 13,000.00
B Columns 1 CM 13000 13,000.00
C Beams 2 CM 13000 26,000.00
D 150 thick suspended slab 0 SM 1500 -
E Stairs 0 CM 13000 -
F 175mm thick Landing 0 SM 2275 -
Reinforcement (All Provisional)
High tensile square twisted bars BS 4461 as
described in :195
G Y16 ditto 0 Kgs 120 -
H Y12 ditto 137 Kgs 120 16,380.00
J Y10 ditto 0 Kgs 120 -
K Y8 ditto 59 Kgs 120 7,020.00
Sawn formwork to :
L Verticle sides and soffits of beams 26 SM 300 7,800.00
Total for Element No. 2 (R.C Supestructure)
Carried to Summary 83,200.00
Ph/5
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 3
WALLING
External walls
Natural stone walling or equal and approved,
bedded and jointed in cement and sand mortar
mix (1:4)
A 200 mm thick; 68 SM 1250 85,000.00
B Ditto in gable ends 0 SM 1250 -
C Ditto in eaves filling. 28 LM 400 11,200.00
Internal walls
Natural stone walling or equal and
approved,including hoop iron at alternate courses
bedded and jointed in cement and sand mortar
mix 1:4
D 150 mm thick; 20 SM 1230 24,600.00
E 100 mm thick; 0 SM 1000 -
120,800.00 Total for Element No. 3 (Walling) to Summary
Ph/6
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 4
ROOF CONSTRUCTION, COVERING AND
RAINWATER DISPOSAL
The following in ASSORTED pitched timber trusses
of various sizes (to S.E details) with bolted
connections rising approximately 5m above
ground level
A 100 x 50 mm Rafters. 56 LM 300 16,800.00
B 100 x 50 mm Ties and struts , kingpost 62 LM 300 18,600.00
C 100 x 50 mm Tie beams. 42 LM 300 12,600.00
D 100 x 50 mm Wall plate. 32 LM 300 9,600.00
E 75 x 50 mm Purlins 40 LM 250 10,000.00
F 150 x 50 mm Ridge board 6 LM 420 2,520.00
G 100 x50 mm Hip Rafter 12 LM 300 3,600.00
H 75 x 50 mm Valley Rafter 0 LM 250 -
Roof covering
JGauge 28 Galsheet Resincoat box profile sheets
on treated timber purlins (m.s)49 SM 1500 73,500.00
K Ditto; 200mm girth ridge cover 6 LM 550 3,300.00
L Ditto Hip cap 12 LM 550 6,600.00
M 200x25mm Wrot cypress barge/weather board 12 LM 400 4,800.00
N 225x25mm Fascia board 28 LM 420 11,760.00
Carried to collection 173,680.00
Ph/7
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 4: ROOFING Cont'd
Bolts
A16 mm diameter x 225mm long black bolt with 3
mm thick washer or equal and approved fixed at
2000mm centres
16 NO. 55 880.00
BDrill holes in 50 mm. Thick timber to receive bolts
(16 mm diameter (m.s)32 NO. 30 960.00
C
Allow for testing the whole of the rainwater
disposal installation to the satisfaction of the
Architect and for replacing any defective work
free of charge.
ITEM 2,000.00
RAINWATER DISPOSAL
UPVC GUTTERS
D140mm diameter half round ditto complete with
fixing and joining accessories28 LM 450 12,600.00
E Diameter 100mm downpipe diito 5 LM 420 2,100.00
F Extra for swanneck offset in pipe diameter 2 NO 300 600.00
G Extra for shoe in pipe diameter 2 NO 230 460.00
24 gauge galvanised mild steel sheet
H600mm girth valley flashing with 150mm laps
twice bent; both edges dressed under profile of
roof cover
0 LM 300 -
" Fulbora" Outlets
J 100mm Diameter "Fulbora" coated cast iron
outlet complete with grating cast into concrete
slab with flange flush with screed and joint to
100mm diameter tubing2 NO 450 900.00
Total Carried to Collection Below 20,500.00
Collection
Brought forward from page Ph/7 173,680.00
Brought down from above 20,500.00
194,180.00 Total for Element No. 4 (Roof Construction) to Summary
Ph/8
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 5
DOORS
ASupply and fix steel grill door overall size
1800x2300mm high complete with iron mongery1 NO 28980 28,980.00
BDitto but Steel panel overall size 1200 x 2100mm
ditto2 NO 17640 35,280.00
64,260.00 Total for Element No. 5 (Doors) carried to summary
Ph/9
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 6
WINDOWS
Steel Casements
Supply and Fix the following purpose-made Mild
Steel casement windows complete with opening
accessories including cutting and fixing lugs and
jointing, finishing complete with 50 x 50 x 3mm
thick SHS patterned grills all round as described;
A Overall size 1100 x1400 mm high 1 NO 11550 11,550.00
B Overall size 1200 x1400 mm high 1 NO 12600 12,600.00
C Overall size 1500 x1400 mm high 1 NO 15750 15,750.00
Glazing
D5mm thick clear sheet glass and glazing in panes
0.1 - 1.0 SM 0 SM 1500 -
E 5mm thick obscure glass ditto 0 SM 1200 -
Window Cill
F 150 x 50 x 25 mm thick clay window cill to slope. 6 LM 350 2,100.00
42,000.00 Total for Element No. 6 (Windows) Carried to summary
Ph/10
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 7
EXTERNAL FINISHES.
Precast paving slabs
AAllow for preparing surfaces to receive paving
floor finishes
17 SM 400 6,800.00
B600 x 600 x 50mm thick PCC slabs on and
including 50mm sand bed jointed and pointed in
cement sand 1:3 mortar
17 SM 1000 17,000.00
Eaves closings.
C200mm T&G timber boarding nailed to eaves
nailed onto 50x50mm brandering at 600mm
centres (m/s)
17 SM 1200 20,400.00
D 50x50mm brandering at 600mm centres 17 LM 200 3,400.00
Wall finishes.
EHorizontal keying and pointing to natural stone
walls externally27 SM 350 9,450.00
Cement and sand (1:4) rendering
F 15mm thick plaster to gables 0 SM 350 -
G 15mm thick tyrolean render to beams and wall 47 SM 360 16,920.00
H Ditto; but to window jambs and external reveals6 LM 85 510.00
Cement and sand (1:4) paving
JPaving under floors , thickness 32 mm trowelled
smooth to receive terazzo6 SM 600 3,600.00
K 38mm thick tampered floor paving 36 SM 650 23,400.00
101,480.00 Total for Element No.7 (External Finishes) Carried to Summary
Ph/11
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 8
INTERNAL FINISHES.
12mm thick Lime plaster (1:2:9)
A Plaster to walls 108 SM 400 43,200.00
B Plaster to columns 0 SM 400 -
C Plaster to beams 13 SM 400 5,200.00
D Plaster to soffites of suspended slab 0 SM 400 -
CEILING
12mm thick Celotex /chipboard ceiling or equally
approved fixed to brandaring m.s
E Ceilings 0 S.M 1000 -
F Extra over ceiling for forming removable access
trap door size 600 x 600mm with trimming joist
between tie beams 120 x 20mm finished wrot cedar
frame all round and 20mm blockboard removable
Panel set loose on top of framing 0 NO 1200 -
G
200mm wide timber tongued and grooved ceiling
on 50x50mm treated sawn cypress brandering or
equally approved at 600mm centres (m/s)
0 SM 1500 -
H 50x50mm sawn cypress brandering 0 LM 50 -
Cornice, plugged
J 75x25mm, ditto 0 LM 180 -
48,400.00 Total for Element No. 8 (Internal Finishes) Carried to summary
Ph/12
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 9:
BUILDER'S WORKS
Chasing and making good for small pipe in: -
A Concrete beds and slabs 10 LM 100 1,000.00
B Concrete block walls 10 LM 120 1,200.00
Holes for small pipe through; -
Concrete block walls, thickness
C - 150 mm 4 No. 120 480.00
Holes and pipe sleeves for large pipe through: -
Reinforced concrete wall or beam, thickness
D - 200 mm 4 No. 110 440.00
In connection to Electrical Works
Cut for and attend in all trades on the Sub-
Contractor installing the following points in a
mainly concealed system, including chases, holes
and recesses, notching timber, etc, and making
good all finishes
E Power distribution boards 1 No. 200 200.00
F Lighting points with associated switches 4 No. 200 800.00
G Socket outlet points 4 No. 200 800.00
H Fire alarm points 1 No. 150 150.00
5,070.00 Total for Element No. 9 (Builders Works) Carried to summary
Ph/13
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 10PAINTING & DECORATING
ROOFS
Prepare prime and apply one undercoat and two
finishing coats of 1st quality exterior paint to:-
AWooden surfaces of fascia and barge board
exceeding 200mm but not exceeding 300mm
girth
40 LM 100 4,000.00
WINDOWS
Prepare and apply two undercoats stainer and
two finishing coats of vanish to:-
BDitto exceeding 100 but not exceeding 200mm
girth window board0 LM 100 -
Touch up primer and apply one undercoat and
two finishing coats of 1st quality supergloss paint
to:-
CGeneral surfaces of windows and burglar bars
(b.s.m).42 SM 350 14,700.00
DOORS
Touch up primer and apply one undercoat and
two finishing coats of 1st quality supergloss paint
to:-
D General surfaces of steel and burglar bars (b.s.m). 10 SM 350 3,500.00
Prepare and apply two undercoats stainer and
two finishing coats of varnish to:-
E General surfaces of doors 9 SM 350 3,150.00
F Surfaces not exceeding 100mm girth 0 LM 150 -
GSurfaces exceeding 100 but not exceeding 200mm
girth. 0 LM 150 -
25,350.00 Total Carried to Collection
Ph/14
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
ELEMENT NO. 10 CONT'D
EXTERNAL FINISHES
Prepare and apply one undercoat and two
finishing coats of crown permacoat Exterior paint
to:-
A General rendered surfaces externally 48 SM 350 16,800.00
BPrepare and apply black gloss exterior paint to
keyed joints average 20mm girth27 SM 150 4,050.00
INTERNAL FINISHES
Prepare and apply one undercoat and two
finishing coats of 1st quality silk vinyl paint to:-
C Internal Jambs and reveals 6 LM 80 480.00
D General surfaces of wall 108 SM 350 37,800.00
E General plastered surfaces of columns & beams 13 SM 350 4,550.00
Carried to collection 63,680.00
Collection
Brought forward from page Ph/14 25,350.00
Brought down from above 63,680.00
89,030.00 Total for Element No. 10(Painting and Decorating) Carried to summary
Ph/15
Power House
ITEM DESCRIPTION QTY UNIT RATE AMOUNT Kshs.
SUMMARY
1 Substructure 433,896.36
2 R.C Superstructure 83,200.00
3 Walling 120,800.00
4 Roof Construction, Covering & Rainwater Disposal64,260.00
5 Doors 64,260.00
6 Windows 42,000.00
7 External Finishes 101,480.00
8 Internal Finishes 48,400.00
9 Builder's Works in relation to services 5,070.00
10 Painting and Decorating 89,030.00
1,052,396.36 Total for Power House carried to grand summary
Ph/16
2
GENERAL SPECIFICATIONS OF MATERIALS AND WORKS
2.1 GENERAL
This specification is to be read in conjunction with the drawings which are issued with it. Bills of quantities shall be the basis of all additions and omissions during the progress of the works.
2.2 STANDARD OF MATERIALS
Where the material and equipment are specifically described and named in the Specification followed by approved equal, they are so named or described for the
purpose of establishing a standard to which the sub-contractor shall adhere. Should the Sub-contractor install any material not specified herein before
receiving approval from the proper authorities, the Engineer shall direct the Sub-contractor to remove the material in question immediately. The fact that this
material has been installed shall have no bearing or influence on the decision by the Engineer.
All materials condemned by the Engineer as not approved for use, are to be removed from the premises and suitable materials delivered and installed in their place at the expense of the Sub-contractor. All materials required for the works
shall be new and the best of the respective kind and shall be of a uniform pattern.
2.3 WORKMANSHIP
The workmanship and method of installation shall conform to the best standard
practice. All work shall be performed by a skilled tradesman and to the satisfaction of the Engineer. Helpers shall have qualified supervision.
Any work that does not in the opinion of the Engineer conform to the best standard practice will be removed and reinstated at the Sub-contractors expense.
Permits, Certificates or Licences must be held by all tradesmen for the type of work; in which they are involved where such permits, certificates or licences exist
under Government legislation.
2.4 PROCUREMENT OF MATERIALS The sub-contractor is advised that no assistance can be given in the procurement or allotment of any materials or products to be used in and necessary for the
construction and completion of the work. Sub-contractors are warned that they must make their own arrangements for the
supply of materials and/or products specified or required.
3
2.5 SHOP DRAWINGS
Before manufacture or Fabrication is commenced the sub-contractor shall submit Two copies of detailed drawings of all control pillars, meter cubicles,
medium voltage switchboards including their components showing all pertinent information including sizes, capacities, construction details, etc, as may be required to determine the suitability of the equipment for the approval of the
Engineer. Approval of the detailed drawings shall not relieve the sub-contractor of the full responsibility of errors or the necessity of checking the drawings himself or of furnishing the materials and equipment and performing the work
required by the plans and specifications.
2.6 RECORD DRAWINGS
These diagrams and drawings shall show the completed installation including
sizes, runs and arrangements of the installation. The drawings shall be to scale not less than 1:50 and shall include plan views and section.
The drawings shall include all the details which may be useful in the operation, maintenance or subsequent modifications or extensions to the installation.
Three sets of diagrams and drawings shall be provided, all to the approval of the Engineer.
One coloured set of line diagrams relating to operating and maintenance
instructions shall be framed and, mounted in a suitable location. 2.7 REGULATIONS AND STANDARDS
All work executed by the Sub-contractor shall comply with the current edition of the “Specifications for Civil Engineering Works, issued by the STATE
DEPARTMENT OF PUBLIC WORKS, or the relevant Local Authority bye-Laws.
Where two sets of regulations appear to conflict, they shall be clarified with the Engineers. All materials used shall comply with relevant Kenya Bureau of Standards Specification or the appropriate British Standard.
2.8 SETTING OUT WORK
The sub-contractor at his own expenses; is to set out works and take all measurements and dimensions required for the erection of his materials on site;
making any modifications in details as may be found necessary during the progress of the works, submitting any such modifications or alterations in detail to the Engineer before proceeding and must allow in his Tender for all such
modifications and for the provision of any such sketches or drawings related thereto.
4
2.9 TESTING ON SITE
The Sub-contractor shall conduct during and at the completion of the installation
and, if required, again at the expiration of the maintenance period, tests in accordance with the relevant section of the current edition of the Regulations or the standards for Civil engineering Works issued by the MINISTRY OF PUBLIC
WORKS or the latest Kenyan or British Standards Specification or Local Authority By-Laws.
(a) The Sub-contractor shall provide accurate instruments and apparatus
and all labour required to carry out all the necessary tests. The instruments and apparatus shall be made available to the engineer to
enable him to carry out such tests as he may require. (b) The Sub-Contractor shall generally attend on other Contractors employed
on the project and carry out such tests as may be necessary.
(c) The Sub-Contractor shall test to the engineer’s approval and as specified elsewhere in this specification or in Standards and regulations already
referred to, all equipment, plant and apparatus forming part of the works and before connecting to any other setting or work.
(d) Where such equipment, etc. forms part of or is connected to a system
whether primarily or of whatever nature or otherwise, the Sub-Contractor shall attend on and assist in balancing, regulating testing and commissioning, or if primarily an electrical or othe system forming part of
works, shall balance, regulate, test and commission the system to the engineer’s approval.
5
3.0 SCHEDULE OF CONTRACT DRAWINGS
DRAWING NO.
DRAWING TITLE
SD/D103/1601/CIV 01 SD/D103/1601/CIV 02
SD/D103/1601/CIV 03
SD/D103/1601/CIV 04
CIVIL WORKS LAYOUT PLAN
SEWER LONGITUDINAL PROFILES
STANDARD DETAILS
ROAD LONGITUDINAL PROFILES
NOTE:
Tenderers are advised to inspect the drawings at the office of the Chief Engineer (Structural), STATE DEPARTMENT OF PUBLIC WORKS, Hill Plaza Building, 2nd floor, along Ngong Road, Nairobi, during normal working
hours.
7
SPECIAL SPECIFICATION
01. SITE LOCATION
The site of the proposed works is at Proposed Construction of Nyandarua County
Headquarters at Ol Kalou.
i) SCOPE OF WORKS
The works to be carried out under this sub-contract comprise supply, installation,
testing and commissioning of the work described under (ii) below.
ii) DESCRIPTION OF WORKS The main works involves completion of Sewerage system rehabilitation works.
The main items of work are as follows:-
a) Construction of new foul sewerage System (gravity) in uPVC pipes.
b) Construction of new manholes
c) Construction of builders works associated with biodigester
d) Construction of access roads (6m wide concrete paving block roads)
e) Construction of associated storm water drainage.
f) Construction of footpaths and paving around buildings.
ii) SITE VISIT
The sub-contractor shall visit the site to acquaint himself with topography, soil condition, access, sources of construction materials, reliability of water source,
periods during which execution of work will be possible etc. and no claims incurred due to lack of knowledge of the said and other site conditions will be considered.
iv) ACCESS TO SITE The site can be approached by road off Gilgil - Nyahururu road next to the
County Commissioner's office.
v) DRAWINGS All drawings are deemed to be self-explanatory. However, where doubts exist, the sub-contractor should liaise with the Engineer before proceeding with the works.
The scales are as shown and only figured dimensions are to be applied.
vi) ENGINEER’S STATIONERY The tenderer shall be required to provide stationery, as described in schedule I of Bills of Quantities, to be used by the Engineer in running of the project.
vii) SITE OFFICE
The main contractor shall be required to construct and maintain a site office for the Project Manager and his team together with all standard furniture, fittings and
8
telephone. The contractor shall be responsible for paying all connections, rent and call charges in connection therewith.
viii) LABOUR CAMP
The sub-contractor is not permitted to house labour on site. He will be
responsible for the transportation of workmen to and from site at his own cost and risk.
02 THE MANAGEMENT OF THE CONTRACT
1. The Chief Engineer (Structural) of the STATE DEPARTMENT OF PUBLIC WORKS will be responsible for the contract management and site supervision.
2. All materials and workmanship shall comply with the latest edition of the STATE DEPARTMENT OF PUBLIC WORKS specifications for Civil Engineering.
03 EXTENT OF SUB-CONTRACT AND ALTERATION OF DESIGN
1. The works specified under this contract shall include all general work preparatory to execution of all matters, things, requisites and work of any kind necessary for the due and satisfactory construction, completion and maintenance of the work to the intent and meaning of the drawings and this specification and further drawings and orders, that may be issued by the Engineer from time to time. Compliance by the sub-Contractor with all the General Conditions of Contract, whether specifically mentioned or not in the clause of this specification, all materials, apparatus, plant, machinery, tools, fuel, water, timbering and tackle of every description, transport, offices, stores, workshops, staff, labour, the provision of proper and sufficient protective works, temporary fencing, lighting and watching required for the safety of the public and protection of the works and adjoining lands: first aid equipment, sanitary , accommodation for the staff and workmen; the effecting and maintenance of all insurances, the payment of all wages, salaries, fees, royalties, duties or other charges arising out of the execution of the works and the regular clearance of rubbish. re-instatement and clearing and leaving perfect on completion. The sub-Contractor will be deemed to have included in his rates the cost of complying with the requirements of this Specification and General Conditions of the Contract unless otherwise specified.
2 Should the sub-Contractor have comments regarding soundness of the design of
any part of the work, or should he consider that the execution of the design is
impossible on any part of the, Contract, the sub-Contractor is required to notify
the Engineer in writing at the time of the tender and provide factual evidence
substantiating his opinion when required to do so by the Engineer.
3. Notices given by the sub-Contractor in respect of the above after the tender is
submitted will not be considered as the basis of a claim for additional costs or
extensions of the time.
4. The Engineer may require to alter the design of any part of the structure should
site conditions warrant such a change and the rates entered in the Bill of
Quantities should be applicable for the similar items. The rates for the items of the
work not covered by the Bill of Quantities shall be established by the Engineer.
9
04 PROGRAMME FOR EXECUTION OF THE WORKS
1. In accordance with the terms of Clause 14 of the General Conditions of the Contract, the sub-Contractor shall submit to the Engineer within 14 days from the
order to commence fully detailed programme showing the order, procedure and method by which he proposes to carry out the construction and completion of the
works
2. The information to be supplied to the Engineer shall include drawings showing the
general arrangement of the temporary offices and any other temporary structures,
which the Contractor proposes to use together with details of the construction
plant and temporary works and all other devices, which he proposes to adopt for
the construction and completion of the whole of the works, and in addition to
details of the labour strength, skilled and unskilled, and supervision
arrangements.
3 The Order in which it is proposed to execute the permanent works is subject to
adjustment and approval by the Engineer and the Contract Price shall be held to
include for any reasonable and necessary adjustment required by the Engineer
during the course of the Works.
4 The sub-Contractor will be deemed to have considered the effect of seasonal weather variations, when programming his operations it must be dearly understood, that rains of up to 75mm per day will be deemed to be normal and expected. No claims by the sub-Contractor for extension of time due to rains or floods less than 75mm per day as measured by the Meteorological Department will be considered by the Engineer.
5. The sub-Contractor, when preparing his programme has to consider the time for
the delivery of any imported material and the Engineer's normal working hours.
6. The Engineer's normal working hours shall be defined as 8a.m. to 5p.m. on
weekdays with Saturdays and Sundays set aside for rest. If the sub-Contractor
wishes to execute permanent works outside these hours, he shall obtain the
written permission of the engineer to make provision for supervision of such
works.
7. The sub-Contractor shall carry out the Contract in accordance with the
Programme agreed with the Engineer, but he shall in no manner be relieved by the
Engineer's approval of the programme of his obligations to complete the works by
the prescribed completion date, and he shall from time to time review his progress
and make such amendments to his rate of execution of the works as may be
necessary to fulfill his obligations.
8. If in the opinion of the Engineer the plant or the equipment used by the sub-Contractor for any specific item of the work does not fulfill the requirements of the specifications in respect of the workmanship, quality and safety of structures, sum items of plant and equipment shall be replaced with similar or equivalent
10
items of plant or equipment to the satisfaction of the Engineer. No extra payment will be made in respect of such replacements.
05 TEMPORARY WORKS
1. After the Contract is placed and before the work commences, the sub-Contractor shall submit to the Engineers drawings showing the general arrangement of his offices, quarters, workshops, etc and other temporary works with diagrams and descriptions showing how he proposes to execute such temporary works and how they fit into his programme for the permanent works, all to be subject to adjustment and approval by the Engineer.
2. The sub-Contractor shall be fully responsible for the sufficiency, stability and safely
of all temporary works and their care in accordance with the Conditions of Contract.
3. The sub-Contractor shall at his own expense, supply in advance to the Engineer
for his approval detailed drawings and calculations of stability of such
temporary works as the Engineer may direct, but no approval given or implied
by the Engineer shall relieve the sub-Contractor of his responsibilities in
connection with the temporary works
4. Unless otherwise instructed, upon completion of the contract and after receiving
approval in writing from the Engineer, the sub-Contractor shall take down and
remove all structures forming part of his own camp and that of the Engineer,
and shall arrange for the disconnection of water supply, remove all drains and
culverts, backfill trenches, fill in all latrine pits, soakaway and other sewage
disposal excavations, with the exception of items and services to revert to the
ownership of the Employer and shall restore the site as far as practicable .to its
original condition and leave it neat and tidy to the satisfaction of the Engineer.
06 SITE PERSONNEL
1. The Engineer will require the sub-Contractor to submit a list of professional and
sub-professional personnel to be employed on the site stating their qualifications
and experience.
2. The sub-Contractor shall be responsible for ensuring, that all personnel of Non-
Kenyan origin employed on site by himself or his Sub-Contractors or who are
otherwise connected with the construction contract through the sub-Contractor
must be approved and cleared individually in writing by the appropriate
Government Official to work on the project. Where personnel are not approved, the
sub-Contractor shall be responsible at his own expense for obtaining and
employing suitable and approved personnel.
3. The Engineer reserves the right to determine suitability of the persons employed
by the sub-Contractor and may request replacement at any time of any member of
the team employed by the sub-Contractor. If in the opinion of the Engineer the
presence of such a person is deleterious to the execution of the Contract, the
Engineer's decision is final and binding.
11
4. The Site Agent to be a competent person approved by the engineer.
5 The sub-Contractor shall always keep a literate English speaking Agent or
Engineer as his representative on the site, competent and experienced in the type
of works Involved, who shall give his whole time to the Supervision of the sub-
Contractor's operations.
The name of such Agent or Representative shall be submitted in writing to the Engineer for approval and he shall receive on behalf of the sub-Contractor all directions and instructions from the Engineer or his representative and such directions and instructions shall be deemed to have been given to the sub-Contractor in accordance with the conditions of contract.
07 NOTICE OF OPERATIONS
1. No important operations shall be carried out without the consent of the Engineer in writing, or without full and complete notice also in writing, being given to the Engineer by the sub-Contractor sufficiently in advance of the time of the operation as to enable the Engineer to make such arrangements, as he may deem necessary for its inspection.
2. The sub-Contractor shall supply, from time to time, to the Engineer in writing, full information with respect of locations in whim the work is being prepared.
3. The sub-Contractor shall give the Engineer not less than 24 hours notice of his
intentions to set out or give levels for any part of the works, in order that
arrangements may be made for checking. The Contractor shall carefully preserve
any benchmarks, setting out pegs or other line or level markings installed or
made by the Engineer. Working shall be suspended for such times as may be
necessary for checking the lines and levels on any part of the work.
08 SETTING OUT
1. It will be the responsibility of the Contractor to obtain before commencing work the value and location of the benchmarks to be used for the works from the Engineer. All temporary benchmarks will be referred hereto. The sub-Contractor shall construct such temporary benchmarks as the engineer may direct and agree the level thereof with the Engineer .The establishment of such temporary benchmarks will be deemed to be part of the sub-Contractor's responsibility in setting out the works and no additional payment will be allowed.
2. Should the sub-Contractor discover any error in the alignment or levels of the basic setting out, he shall at once notify the Engineer, who will then issue amended drawings or instructions regarding the correction of the error.
3. All approved setting out points, lines, stations etc shall be marked by concrete
markers and steel pegs or as otherwise approved by the Engineer.
4. The sub-contractor shall allow in the Bill of Quantities for complying with the provisions of this Clause and any abortive setting out occasioned by errors in the alignment of levels of the sub-Contractor's basic setting out.
12
11. HEALTH AND SAFETY ON SITE
1. The sub-Contractor shall ensure, so far as is reasonably practicable and to the satisfaction of the Engineer, the health, safety and welfare at work of his
employees including those of his sub-contractors and of all other persons on the site.
2. From the time any portion of the works is commenced, until the end of the maintenance period, the sub-Contractor shall be responsible for protecting the public from anything dangerous to persons or property and for the safe and easy passage of pedestrians and vehicular traffic.
3. The sub-Contractor shall designate one of his senior staff, who shall have specific knowledge of safety regulations and experience of safety precautions on similar works and who shall advise on matters affecting the safety of workmen and on measures to be taken to promote safety in compliance with the factories Act Cap. 514 as a safety officer.
4. The sub-Contractor shall provide protective clothing and equipment, first aid stations with such personnel and equipment as are necessary. The appropriate information, instruction, training and supervision will be arranged by the Contractor to ensure the safety and health of all the persons employed on the works, all in accordance with the laws of Kenya.
5. The sub-Contractor shall provide adequate waterborne sanitation and refuse collection and disposal complying with the laws of Kenya and all local by- laws, and to the satisfaction of the Engineer, for all houses, offices, workshops erected on site. Construction of pit latrines will not be permitted unless the Engineer has given his approval in writing.
6. During the period of execution of the works the sub-Contractor shall ensure that
no pollution of existing water courses or of reservoir catchment areas is allowed to
take place as a result of his operation.
7. In addition to providing, equipping and maintaining adequate first aid stations throughout the works in accordance with the Laws of Kenya, the sub-Contractor shall provide and maintain on site for a duration of contract a fully equipped dispensary. This shall be with a qualified Clinical Officer who shall offer the necessary medical advice on AIDS/HIV and related diseases to Engineers and sub-Contractors site staff. The contractor shall allow for all costs of providing these facilities in his rates.
12. PRIVATELY OWNED AND PUBLIC UTILITY SERVICES
1. The sub-Contractor shall make himself acquainted with the position of all existing works and services inter alia sewers, storm water drains, cables for electricity and telephone and lighting poles and water mains before any excavation commences.
13
1 The sub-Contractor will be held responsible for damage caused in the course of
the execution of the works to some existing works and services and shall
indemnify the Employer against any claims arising from such damage (including
consequential damages). Any damage caused must be made good at the sub-
Contractor's own expense.
2 Such existing works and services, where exposed the execution of the works, must be properly shored, hung-up and supported to the satisfaction of the Engineer and of the Authority concerned. The sub-Contractor shall exercise special care, when refilling trenches or other excavations around some existing works / services.
3 Poles supporting cables, etc adjacent to the works will be kept securely in place, until the work is completed and will then be made as safe and permanent as before.
4 Notwithstanding the foregoing requirements and without lessening the sub-
Contractor’s responsibility, the contractor shall inform the Engineer immediately
when existing works have been exposed and conform to any requirements of the
Authority concerned and of the Engineer.
5 Any damage to or interference with existing services occasioned during the
progress of the works, will be deemed to be the responsibility of the sub-
Contractor’ who shall undertake to make good at his own expense any damage so
caused to the existing underground services or other features, and shall be liable
in respect of all claims arising from such damage or interference, however occasioned.
6 Only when and as directed by the Engineer the position of an existing work or
service can be changed by the sub-Contractor to meet the requirements of the
proposed work. The cost of such work will be paid for on a day work basis,
except where a specific item has been provided in the Bills of Quantities.
13. EXISTING ROADS AND ACCESSES
1. The sub-Contractor shall comply with all requirements of the Employer, owners or the competent Authority concerning the use of traded equipment or other construction plant on any public or private road.
2. The cost of providing all diversions, signs, operators, flagment and all
reinstatement to the approval of the Engineer will be deemed to be included in the rates entered in the Bill of Quantities, as will the cost of any road opening permit.
3. Before excavating across any public road, the sub-Contractor shall give 10 days
notice in writing to the Engineer and the Local Authority his intention to excavate.
He shall satisfy the Engineer, the Local Authority and the Police as to the precautions he proposes to take and the signs and lights to be provided and operated. On any road or track at least 4 red lights shall be suitably placed on
either side of the trench and diversions shall be clearly marked, signed and maintained.
14
4. The sub-Contractor shall further give to the Engineer a 24 hours notice before excavating across a private road. Existing access to lands, property and all other
things will be maintained by the Contractor during the continuance of the Works to the Engineer's satisfaction. The cost of such maintenance will be deemed to be
covered by and included in the rates entered on the Bills of Quantities.
5. When a road, used by the sub-Contractor for transporting labour or construction
plant or for delivery of any materials for the works, is dosed under Section 71 of the traffic ordinance 1962 or amendments thereto, the sub-Contractor shall obey such closure and shall use alternative roads.
14. COMPLIANCE WITH STATUTES AND REGULATIONS
1. In addition to the requirements of Clause 26 of the General Conditions of
Contract, the sub-Contractor shall be responsible for acquainting himself with all
current valid statute ordinances or bye-laws or building regulations, which may
affect the Works and shall include in his rates for all costs arising from
compliance with the same. This applies in particular to the training levy and
similar taxes for which no claims on the part of the sub-Contractor will be
entertained-
2. The sub-Contractor shall also keep in close touch with Police and other
Government Officials of the area regarding their requirements in the control of
traffic or other matters, and shall provide all assistance or facilities, which may
be required by such officials in the execution of their duties.
3. The sub-Contractor's attention is drawn to legal Notice No.237 of October, 1971, which requires payment by the sub-Contractor for Training Levy at the rate of 0.25% of the Contract sum on all contracts of more than KSh50,000.00 value
and his tender must include for all costs arising or resulting thereof. The sub-
Contractor without delay shall pay the Training levy. The original receipt shall be
given to the Engineer for verification. The Engineer will certify no payment
certificate, until the Contractor complies with the above legal notice.
15. WATER SUPPLY
1. The sub-Contractor shall provide clean and sufficient supply of fresh water both for
construction of the works and for all offices and workshops, etc. includes the
arrangement of pipe lines, metres, etc for connecting to local water main, the
provision of storage tanks or water conveyance where necessary, payment of all fees
and water charges.
2. The water shall be reasonably clear of suspended solids and free from any matter
in quantities considered by the Engineer to be deleterious to the proposed work.
Water supplied to the Engineer's offices, laboratories, etc. shall be drinkable to
the satisfaction of the Medical Officer in the area. No separate payment shall be
made for the provision of water or its attendant facilities and the sub-Contractor
shall allow for all these in his tender rates.
3. In the event that a water main is not available on or rear the site, or that any available mains will not have sufficient capacity to provision of water adequate
15
for the works, then the sub-Contractor shall provide temporary tanks or other means of collecting, storing and distributing water on the site.
17. LIGHTING, POWER AND TELEPHONE
1. The sub-Contractor shall make his own arrangements for the supply of light, power and telephone required for the construction of the works and shall pay all fees and charges in connection therewith.
2 The sub-Contractor shall arrange with the appropriate authority for a temporary meter and supply of electricity and provide all temporary wiring, power and
lighting points as he may consider necessary In the event no fixed electricity
being available, the sub-Contractor shall provide the necessary power generating
plant his own expense.
18. WORKING AREA
I. The Contractor shall restrict his operations to those areas made available to
him by the Engineer and shall at all times provide and maintain an
adequate access for the Employer's employees and vehicles to carry out
their normal duties in and around the existing works.
2. The sub-Contractor shall, before entering upon any land purchased, rented,
or for the use of which compensation has been paid, ensure that all
formalities have been completed and the agreement of the Owner, Tenant
and the Engineer has been obtained.
3. All requirements of land for temporary works and construction purposes
shall be to the approval of the Engineer but the sub-Contractor will make
all necessary arrangements with the property owners concerned and pay all
charges arising there from. On or before completion of the Contract, the
sub-Contractor shall remove all temporary works and shall restore all such
land to the condition in which it was immediately prior to the occupation
thereof as far as is reasonable and practicable. No separate payment will be
made to the sub-Contractor on account of these items and the sub-
Contractor must make due allowance for them in his rates
19. CO-ORDINATION OF THE WORKS
I. The Employer reserves the right to execute works on the site which are not
included in this Contract. He will employ for this purpose either his own
employees or another Contractor. The Contractor shall ensure that neither
his own operations nor trespass by his employees will interfere with the
operations of the Employer nor his Contractor employed on such works.
2. The sub-Contractor will be required to carefully co-ordinate his activities and
work, both on and off site, with the activities and work of the other Contractors,
Sub-Contractors, statutory, undertaking and all supervisory staff for the works
appointed by the Employer. He shall allow all works to proceed without undue
hindrance and will cooperate to expedite execution of the works.
16
3. If any dispute or difference of any kind whatsoever shall arise between the sub-
Contractor or statutory undertaking regarding the phasing, progress or execution
of the works then the Engineer shall have full power to direct in what order the
works, or any portion thereof shall be carried on or completed and he may from
time to time require the whole or any portion of the works to be discontinued or
the execution thereof postponed for such a period as he may think fit.
4. The sub-Contractor shall respect any works executed by others and
articles supplied or installed by others and will be held responsible for any
loss or damage thereto, if caused by him or his Sub-Contractors.
20. COPIES OF ORDERS AND TEST CERTIFICATES
I. Before entering into any Sub-Contract for the supply of any material or article the Sub-Contractor shall obtain the Engineer's approval in writing of the Sub-
Contractor from whom he proposes to obtain such materials or goods. Should
the Engineer at any time be dissatisfied with such materials or goods or with
the method of operations carried out at such Sub-Contractor's works or place
or business, he shall be empowered to cancel his previous given approval of
sub-contract and shall specify any other supplier whom he may choose, or
shall approve another sub-contractor for the supply of such materials or goods.
The sub-Contractor shall then obtain such said materials or goods from such
other supplier and shall bear any additional cost thereof, together with the
costs and consequences of replacing any unsatisfactory materials already
incorporated in the work.
2. The sub-Contractor shall deposit with the Engineer samples of materials and manufactured articles including the manufacturer's specification, when and where appropriate.
3. When instructed by the Engineer, the sub-Contractor shall submit test-
certificates from the suppliers of the materials and goods to be used for the
contract to the Engineer. Such certificates shall certify that the materials or
goods concerned have been tested in accordance with the requirements of the
specifications and shall give the results of all tests carried out. The sub-
Contractor shall provide adequate means of identifying the materials and goods
delivered to the site with the corresponding certificates.
4. The sub-Contractor shall provide the Engineer with copies of all orders for the
supply of materials and goods required in connection with the works as the
Engineer may require.
5. All materials and manufactured articles shall be stored on site in a manner acceptable to the Engineer. The sub-Contractor shall carefully protect from weather and vermin all work, materials and manufactured articles, which may be affected.
17
21. PROGRESS PHOTOGRAPHS AND RECORD DRAWINGS
1. Colour negatives showing the progress of the works shall be taken every
month by the sub-Contractor from positions to be selected by the Engineer.
The sub-Contractor shall supply proof prints of each negative from which the
Engineer shall select negatives. The sub-Contractor shall produce 2No. sets of
those selected colour prints which shall be handed over to the Engineer
together with all the negatives. Each photograph shall be marked with the
number of negative and a statement shall be submitted giving location and
date when taken and a brief description or title.
2. The photographs shall be mounted on A4 loose-leaf sheets, minimum 200g, with
transparent plastic sheets...
3. After the work has been completed, the sub-Contractor shall furnish as built
drawings, showing the works as constructed together with all other information that
may either be required or be useful for the operation and maintenance of the works
in the future, such as alignment and depth of cover of pipelines, type of soil, rock
levels, type, dimensions and location of structures, size of pipelines and cables
encountered during excavation
4. All drawings shall be A 1 in size to the ink border and drawn on a permatrace
paper.
22. SURVEY EQUIPMENT FOR THE ENGINEER
1. The sub-Contractor will make available the following survey equipment for use by
the Engineer for the duration of the Contract. The survey equipment will be in
proper adjustment to the satisfaction of the Engineer.
1 No. Wild NK2 theodolite or equivalent with tripod
1 No. 50m metric steel tape
1 No. 30m metric linen or plastic tape 1 No. 3m metric steel tape
No. Ranging rods
1 No. Engineer's automatic level, Wild NA2 or equivalent
2. A supply of wooden pegs, steel survey pins, hammer and other such surveying
accessories.
3. The sub- Contractor will maintain the equipment and replace items as necessary all
to the satisfaction of the Engineer and for the entire duration of the Contract.
4. The equipment will be deemed to be the property of the Employer during the Contract and will revert to the sub-Contractor.
5. The sub-Contractor will provide two experienced chainmen for the assistance of the
Engineer in checking the setting out of the works.
18
23. ENGINEER'S OFFICE AND EQUIPMENT
The Main Contractor shall maintain the resident Engineer’s Office and furniture for the entire duration of the contract. This includes water for sanitation, drinkable water, soap, tissue, telephone, electricity etc. including all necessary connections and deposits.
24. MAINTENANCE AND INSURANCE OF BUILDINGS
1. The Contractor shall keep all buildings provided by him, for the use of the
Engineer and his staff, in a well maintained, clean and fully habitable condition,
and shall maintain all access roads, car parks, footpaths, fences, gates, drains,
potable water supplies and sewage disposal systems in a good state of repair, all to
the satisfaction of the Engineer.
2. The sub-Contractor shall also provide an adequate refuse collection service for the
office, laboratory and other buildings provided by the Contractor for the use of the
Engineer and his staff.
3. The sub-Contractor shall maintain all furniture and equipment provided in a reasonable state of repair and usable condition and shall replace promptly any item
which becomes unserviceable or is lost.
4. All buildings, furniture and any equipment provided by the Contractor for the
Engineer's use shall be insured by the Contractor against any loss or damage by
accident, fire or theft for the duration of the Contract, in accordance with the
general conditions of Contract. Theft shall include all personal belongings of the
Engineer and his staff
25. ATTENDANCE ON ENGINEER AND STAFF
1. The sub-Contractor shall provide such labour as is reasonably necessary to attend
to the day to day office requirements and maintenance, and to assist with office
cleaning, site measurements and the checking and testing of the works. This shall
include the provision of full time typist, clerk and tea-lady cum cleaner. The sub-
Contractor shall replace any of his employees attending to the Engineer who is
unable to carry out his duties due to illness or any other reason.
2. The sub-Contractor shall provide a continuous supply of soap, towels and toilet
paper, coffee, tea, sugar and milk and cleaning equipment.
3. Attendance on Resident Engineer and Staff
I No Resident Engineer I No. Typist
I No Messenger/cleaner
19
4. The Contractor shall provide adequate security by day and by night for all the buildings provided by him for the Engineer and his staff. This shall include the Provision of full-time attending permanent watchmen.
5. The sub-Contractor shall include all the costs of complying with this Clause in the item for maintenance of Engineer's office in the Bill of Quantities.
26. SITE MEETINGS
The Main Contractor to provide for monthly site meetings to be held on site, and
where the sub-Contractor will be expected to attend.
Omit
Clauses 22 (3),(4),23, 24 (1) (2) (3) (4) 25 (1) (2) (3) (4) (5)
20
TENDER QUESTIONNAIRE
Please fill in block letters. 1. Full names of Tenderer:
………………………………………………………………………………………
2. Full address of Tenderer to which tender correspondence is to be sent (unless an
agent has been appointed below):
………………………………………………………………………………………
3. Telephone number (s) of Tenderer:
……………………………………………………………………………………… 4. Telex/Fax Address of Tenderer:
………………………………………………………………………………………
5. Name of Tenderer’s representative to be contacted on matters of the tender during the tender period: ………………………………………………………………………………………
6. Details of Tenderer’s nominated agent (if any) to receive tender notices. This is
essential if the Tenderer does not have his registered address in Kenya (name,
address, telephone, telex):
……………………………………………………………………………………… ………………………………………………………………………………………
………………………….. Signature of Tenderer
Make copy and deliver to: The Principal Secretary,
STATE DEPARTMENT OF PUBLIC WORKS P.O. Box 30743-00100 NAIROBI
21
CONFIDENTIAL BUSINESS QUESTIONNAIRE
You are requested to give the particulars indicated in Part 1 and either Part 2 (a), 2 (b) or 2(c) and (2d) whichever applies to your type of business.
You are advised that it is a serious offence to give false information on this Form.
Part 1 – General
Business Name ………………………………………………………………………
Location of business premises: Country/Town……………………….
Plot No……………………………………… Street/Road …………………………
Postal Address……………………………… Tel No………………………………..
Nature of Business…………………………………………………………………..
Current Trade Licence No…………………… Expiring date…………………
Maximum value of business which you can handle at any time: Kenya Shillings………………………………………………………………………
Name of your bankers………………………………………………………………
Branch…………………………………………………………………………………
Part 2 (a) – Sole Proprietor
Your name in full…………………………………… Age…………………………
Nationality………………………………… Country of Origin…………………
Citizenship details ………………………………………………………………… Part 2 (b) – Partnership
Give details of partners as follows:
Name in full Nationality Citizenship Details Shares
1. ………………… ………………. ……………………….. ……..
2. ………………… ………………. ……………………….. ………
3. ………………… ………………… ………………………… ………
22
4. ………………… ………………… ………………………… ………
Part 2(c) – Registered Company
Private or Public ……………………………………………………………………………
State the nominal and issued capita of the company: Nominal KShs. …………………..
Issued KShs. …………………..
Give details of all directors as follows:
Name in full Nationality Citizenship Details* Shares 1. ……………….. …………… ……………………….. ……….. 2. ……………….. …………… ……………………….. ………..
3. ……………….. …………… ……………………….. ………..
4. ……………….. …………… ……………………….. ………..
Part 2(d) Interest in the Firm:
Is there any person/persons in the employment of the Government of Kenya WHO has interest in this firm? Yes/No ……. (Delete as necessary)
I certify that the above information is correct.
………………….. ……………………………. ………………….
Title Signature Date
* Attach proof of citizenship
23
KEY PERSONNEL
Qualifications and experience of key personnel proposed for administration and execution of the Contract.
POSITION NAME YEARS OF
EXPERIENCE
(GENERAL)
YEARS OF EXPERIENCE IN PROPOSED POSITION
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
I certify that the above information is correct.
…………………….. ……... …………………. ……... …………… Title Signature Date
24
CONTRACTS COMPLETED IN THE LAST EIGHT (8) YEARS
Work performed on works of a similar nature, complexity and volume over the last 8 years.
PROJECT NAME NAME OF CLIENT TYPE OF WORK
AND YEAR OF
COMPLETION
VALUE OF
CONTRACT
(Kshs.)
I certify that the above works were successfully carried out and completed by
ourselves. ………………………. …………………………. ………………….
Title Signature Date
25
SCHEDULE OF ON-GOING PROJECTS
Details of similar on-going or committed projects, including expected completion
date.
PROJECT NAME
NAME OF CLIENT CONTRACT SUM
% COMPLETE
COMPLETION DATE
I certify that the above works are currently being carried out by ourselves
…………………. ..................... ................... Title Signature Date
26
LITIGATION STATUS
Give full information and particulars of your company’s litigation history and the nature
of any litigation. You are advised that it is serious a offence to give false information on this form.
Client Contract Name Contract
Sum
Commencement
Date
Completion
Date
Date of
Litigation
N.B. Indicate ``NONE’’ in case your company does not have any litigation history.
NATURE AND DETAIL OF LITIGATION
Note: More sheets may be attached if necessary.
…………………………………. ……………………………
(Signature of Contractor) (Date)
27
FORM OF WRITTEN POWER-OF-ATTONEY
The Tenderer consisting of a joint venture shall state here below the name and address of his representative who is authorized to receive on his behalf correspondence in connection with the Tender.
………………………………………………………………………………………………………………… (Name of Tenderer’s Representative in Block Letters)
………………………………………………………………………………………………………………… (Address Tenderer’s Representative)
…………………………………………………………………………………………………………………
(Signature of Tenderer’s Representative)
28
CERTIFICATE OF TENDERER’S OR REPRESENTATIVES
VISIT TO SITE
1. This is to certify that I , ………………………………………………….…………………..
………………………………(Name of Tenderer or his Representative) of the Firm of ……………………………………………………………………
………………………………………………… (Name of the Firm Tendering)
2. Having previously studied the Bidding Documents I carefully examined the site.
3. I have made myself familiar with all the local conditions likely to influence theTender and the cost thereof.
4. I further certify that I am satisfied with description of the scope of the study and that I understand perfectly the work to be done as specified and implied
in the Conditions of this Invitation to Tender. 5. I also confirm that M/S ……………………………………………………
………………….…………………………………….Will Perform the contract in
accordance with the Terms and Conditions of this Invitation to Tender.
Signed ……………………………………(Tenderer or his Representative)
Witness ……………………………………………………………………………
Signature ………………………………………………
Date ………………………………………………………………
29
SCHEDULE OF PLANT AND EQUIPMENT
PARTICU-
LARS
TYPE /
RATING
SERIAL NO.
&
REG.NO
YEAR OF MANU-
FACTU
RE
WHERE MADE
VALUE
OWNERSHIP
OWNED
SERIAL NO. &
REG.
NO.
MUST
BE GIVEN
TO HIRE
GIVE NAME
OF OWNER
& ADDRESS
HIRE PURCHASE: GIVE
GETAILS AS STATED
AT THE FOOTNOTE
PURCHASE: GIVE
DETAILS AS
STATED AT
THE FOOT
NOTE
PRESENT LOCATION
SERIAL. NO.
& REG NO.
TO BE GIVEN
WEEK
WHEN
AVAIL-
ABLE
ON SITE
Note: Details of each machine/equipment is more than one of the same make or type must be given separately.
Item to be imported pursuant to clause 78(1) of the conditions of contract to be indicated together with the seller’s
name, address and CIF value @ details of proposed hire or hire purchase to be submitted giving names and addresses of
hiring/selling party and serial number/engines number before the award of contract, the Engineer or his
representative may carry out physical verification of the availability of the plant and equipment listed on the
schedule.
31
SCHEDULE OF UNIT RATES 1. The tenderer shall insert unit rates against the items in the following schedules
and may add such other items as he considers appropriate. 2. The unit rates shall include for supply, transport, insurance, delivery to site,
storage as necessary, assembling, cleaning, installing, connecting, profit and maintenance in defects liability and any other obligation under this contract.
3. The unit rates will be used to assess the value of additions or omissions arising
from authorised variations to the contract works. 4. Where trade names or manufacturer’s catalogue numbers are mentioned in the
specification, the reference is intended as a guide to the type of article or quality of material required. Alternative brands of equal and approved quality will be accepted.
SCHEDULE OF MATERIALS:-BASIC PRICES
MATERIALS UNIT ORIGIN AND PRICE TRANSPORT
COST FROM SOURCE OF ORIGIN IF ANY
Cement Mg Lime Mg Pen Grade 80/100 Bitumen
L
Diesel L Regular Petrol L Super Petrol L Reinforcement steel Mg Oil and Lubricants L MC 30 L K70 L Aggregate Ton River Sand Ton 160mm dia. uPVC pipe m 200 mm dia uPVC pipe m 150mm dia concrete.pipe m
300mm dia concrete.pipe m
450mm dia concrete.pipe m
225mm dia concrete.pipe m
600x600x50 paving slab sm 125x250 pc road kerb m 125x100 pc road channel m
150x750x600 pc shallow
invert block
m
450x225x600 pc IBD m 457mm dia.x912 road
gulley
No.
Note Prices of imported materials to be quoted CIF Mombasa as appropriate regardless of whether materials are imported by the tenderer directly or through a local agent.
32
SCHEDULE OF LABOUR: - BASIC RATES
LABOLABOUR CATEGORY UNIT(MONTH/SHIFT/ HOUR
RATE
Categories to be generally in accordance with those used by the Kenya Building Construction and Engineering and Allied Trades Workers’ Union.
34
BILLS OF QUANTITIES
1. The Bills of Quantities form part of the contract documents and are to be read in
conjunction with the contract drawings and general specifications of materials and works.
2. In accordance with Government policy, the tenderer is required to calculate 16% VAT to be included in the tender amount. The same shall be deducted from
all payments made to the tenderer and be forwarded to the Kenya Revenue Authority (KRA).
3 All prices omitted from any item, section or part of the Bills of Quantities shall be deemed to have been included to another item, section or part.
4. The brief description of the items given in the Bills of Quantities are for the purpose of establishing a standard to which the sub-contractor shall adhere to.
Otherwise alternative brands of equal and approved quality will be accepted.
Should the sub-contractor install any material not specified herein before
receiving approval from the Project Manager, the sub-contractor shall remove the material in question and, at his own cost, install the proper material.
5. Tenderers must enclose, together with their submitted tenders, detailed coloured manufacturer’s Brochures detailing Technical Literature and specifications on all
the equipment they intend to offer.
PROPOSED NYANDARUA COUNTY OFFICES
Item Description Unit Qty Rate Amount
ROADWORKS
SITE CLEARANCE (PROVISIONAL)
A Clear site of all tress, bushes,shrubs, grub up roots and
dispose as directed by the Project Manager. SM 8990 80 719,200.00
Earthworks
B Excavate top vegetable soils n.e. 0.2m deep. and dispose
as directed by the Project Manager SM 8990 100 899,000.00
C Excavate to formation level, n.e 1.0m average depth
0.7m. CM 6293 300 1,887,900.00
D Excavate to formation level, n.e 2.5m average depth 1.5m. CM 5400 350 1,890,000.00
E Extra over item B for excavation in rock class 1. CM 300 1200 360,000.00
F Imported murram fillings: spread levelled and compacted
in 150mm ( layers to 95% MDD AASHTO 180)
CM 8675 1400 12,145,000.00
G Load and cart away extra excavated material from site. CM 13500 500 6,750,000.00
H Trim and compact formation to correct crossfalls. SM 8990 140 1,258,600.00
J Treat the surface with approved herbicide. SM 8990 350 3,146,500.00
Paving
K Provide, lay and compact 150mm thick approved
murram for sub-base to 98% M.D.D. SM 8990 270 2,427,300.00
L Provide, lay and compact 150mm thick approved hand
packed stone base to 98% M.D.D specifications.
SM 8990 345 3,101,550.00
M Provide and spread on hand packed stone 50mm thick
stone dust ready to receive medium duty interlocking
precast paving blocks. SM 8990 120 1,078,800.00
N Provide,lay and compact including stone dust 60mm thick
heavy duty interlocking paving blocks (min strength
45N/mm²). SM 8990 1700 15,283,000.00
TOTAL CARRIED TO COLLECTION PAGE CIV 3 50,946,850.00
PROJECT: PROPOSED NYANDARUA COUNTY OFFICES
BILL NO1: ACCESS ROAD AND PARKING
CIV1 (Civil Works)
PROPOSED NYANDARUA COUNTY OFFICES
PROJECT: PROPOSED NYANDARUA COUNTY OFFICES
Item Description Unit Qty Rate Amount
Kerbs and channels
A Provide, lay and joint along the edge of the road and
parking 250x125mm kerb and 125x100mm channel,
including 450x350mm concrete bed and haunch (mix
1:3:6) and any necessary formwork to detail (50) 5332 ‘B’
LM 1100 1550 1,705,000.00
B Ditto but curved to varying radii as shown on the plan. LM 200 1650 330,000.00
Kerbs Only
C Provide, lay and joint along the edge of the road and
parking 250x125mm kerb including 350x325mm concrete
bed and haunch (mix 1:3:6) and any necessary formwork
to detail (50) 5332 ‘A’ LM 1100 1000 1,100,000.00
D Ditto but curved to varying radii as shown on the plan. LM 200 1100 220,000.00
Channels Only
E Provide, lay and joint 200x100mm precast concrete
channel including 200mm thick concrete bed and haunch,
mix 1:3:6, any necessary excavation, formwork and
disposal of surplus material. LM 345 950 327,750.00
F Allow a provisional sum of One Million (Ksh 1,000,000)
for any additional road works. ITEM 1,000,000.00
G Provide and apply three coats of approved reflective road
marking paint white/black in colour in strips of 100mm
wide as directed by the Engineer.
SM 220 390 85,800.00
H Ditto item H above but yellow in colour. SM 390 360 140,400.00
TOTAL CARRIED TO COLLECTION PAGE CIV 3 4,908,950.00
BILL NO1: ACCESS ROAD AND PARKING
CIV2 (Civil Works)
PROPOSED NYANDARUA COUNTY OFFICES
PROJECT: PROPOSED NYANDARUA COUNTY OFFICES
Item Description Amount
COLLECTION PAGE
Brought forward from page CIV 1 50,946,850.00
Brought forward from page CIV 2 4,908,950.00
TOTAL CARRIED TO SUMMARY 55,855,800.00
BILL NO1: ACCESS ROAD AND PARKING
CIV3 (Civil Works)
PROPOSED NYANDARUA COUNTY OFFICES
PROJECT: PROPOSED NYANDARUA COUNTY OFFICES
Item Description Unit Qty Rate Amount
Open storm water drain
A Excavate trench for 450x225mm external dimension Pcc
IBD not exceeding 0.7m (average depth 0.45m) including
trimming sides to slope and disposal of surplus material
to detail (50) 5329 ‘B’. CM 450 300 135,000.00
B Ditto but average depth 1.0m ditto. CM 160 300 48,000.00
C Ditto but average depth 1.5m ditto. CM 100 350 35,000.00
D Provide, lay and compact 100mm thick murram bed and
on sloping sides of the IBD to detail (50) 5329‘B’. CM 95 1400 133,000.00
E Provide, lay and joint 450x225mm external dimensions
Pcc IBD to detail (50) 5329. LM 420 1600 672,000.00
F Provide, lay and joint 600x225x75mm Pcc side slabs to
detail (50) 5329’B’. SM 380 2000 760,000.00
G Excavate in trench for 600mm diameter precast concrete
pipes, backfill and compact after laying of pipes and cart
away surplus excavated materials. CM 48 630 30,240.00
H Provide, lay and joint 600mm diameter precast concrete
pipes including 100mm thick concrete bedding and
surround (mix 1:3:6). Include for all necessary formwork.
LM 48 11000 528,000.00
Stone pitching
I Provide all materials and stone pitch the edge of the
storm drain and other sloping surfaces as directed by the
Engineer. SM 200 2000 400,000.00
Headwalls
J Provide all materials and construct head walls to detail
(50) 5318 including excavations,150mm concrete base
backfilling along the sides and dispose excess material.
No. 6 16500 99,000.00
Road Gullies
K
Provide all materials and construct 450x450mm masonry
road gully type 'B'to detail (50) 5321 including
excavations, 100mm concrete base, 100mm masonry
walling, cast iron cover frame and gully grating No. 14 6000 84,000.00
L Excavate for and backfill after laying, provide, lay and
joint 150mm diameter precast concrete pipes as gully
connectors LM 45 1000 45,000.00
TOTAL CARRIED TO COLLECTION PAGE CIV 6 2,969,240.00
BILL NO2: STORM WATER DRAINAGE
CIV4 (Civil Works)
PROPOSED NYANDARUA COUNTY OFFICES
PROJECT: PROPOSED NYANDARUA COUNTY OFFICES
Item Description Unit Qty Rate Amount
Culverts
A Excavate in trench for 300mm diameter precast concrete
pipes, backfill and compact after laying of pipes and cart
away surplus material, average depth 1.0m.
CM 21 630 13,230.00
B Ditto, but for 450mm diameter concrete pipe. CM 20 650 13,000.00
B Ditto, but for 600mm diameter concrete pipe. CM 23 700 16,100.00
C Provide, lay and joint 300mm diameter precast concrete
pipes including 75mm thick concrete bedding and
surround (mix 1:3:6). Include for all necessary formwork.
Detail (50) 5310 ‘C’ LM 42 6000 252,000.00
D Ditto, but for 450mm diameter concrete pipe. LM 25 9500 237,500.00
E Ditto, but for 600mm diameter concrete pipe. LM 25 12500 312,500.00
Storm water drainage around the buildings.
F Provide, lay and joint 800x500x175mm precast concrete
Storm Water Channel including 50mm thick concrete bed,
mix 1:3:6, any necessary excavation, formwork and
disposal of surplus material to detail (50) 5353.
LM 145 2800 406,000.00
G Provide all materials and construct a concrete drain with
cover grating to detail (50) 5359 across the road at the
entrance to the basement LM 6 2650 15,900.00
H Allow a provisional sum of One Hundred Thousand (Ksh
100,000) for any additional storm water drainage works.
ITEM 100,000.00
TOTAL CARRIED TO COLLECTION PAGE CIV 6 1,366,230.00
BILL NO2: STORM WATER DRAINAGE
CIV5 (Civil Works)
PROPOSED NYANDARUA COUNTY OFFICES
PROJECT: PROPOSED NYANDARUA COUNTY OFFICES
Item Description Amount
COLLECTION PAGE
Brought forward from page CIV 4 2,969,240.00
Brought forward from page CIV 5 1,366,230.00
TOTAL CARRIED TO SUMMARY 4,335,470.00
BILL NO2: STORM WATER DRAINAGE
CIV6 (Civil Works)
PROPOSED NYANDARUA COUNTY OFFICES
PROJECT: PROPOSED NYANDARUA COUNTY OFFICES
Item Description Unit Qty Rate Amount
FOOTPATHS.
A Remove vegetable soil average depth 150mm and
dispose as directed by Engineer SM 735 100 73,500.00
B Excavate to reduce levels, not exceeding 1.5m deep. CM 150 300 45,000.00
C Load and cart away extra excavated material from site. CM 260 630 163,800.00
D Provide, lay and compact approved murram base. CM 260 1800 468,000.00
E Provide and apply persistent herbicide. SM 735 350 257,250.00
F Provide, lay and joint in cement mortar 600x600x50mm
precast concrete paving slabs including 50mm thick sand
bed. SM 735 1400 1,029,000.00
PAVING SLABS ROUND THE BUILDING
G Clear area around the building and trim surfaces above
to achieve reduced levels and cart away excavated
material to tips as directed. Depth n.e 0.2m.
SM 285 100 28,500.00
H Provide, lay and compact 100mm hardcore filling. SM 285 220 62,700.00
I Provide, lay and compact 50mm concrete (mix 1:4:8)
blinding. SM 285 425 121,125.00
J Provide, lay and joint in cement sand mortar (mix 1:4)
600 X 600 X 50mm precast concrete paving slabs.Drg.
(50) 5353. SM 285 1400 399,000.00
TOTAL CARRIED SUMMARY 2,647,875.00
BILL NO 3: FOOTPATHS AND PAVING SLABS ROUND THE BUILDING
CIV7 (Civil Works)
PROPOSED NYANDARUA COUNTY OFFICES
PROJECT: PROPOSED NYANDARUA COUNTY OFFICES
Item Description Unit Qty Rate Amount
Excavation for drain trenches and remove surplus
excavated material from site.
A. Excavate trench for 160mm diameter pipe and bed under
not exceeding 1.50m deep from ground level average
depth 1.0m CM 55 300 16,500.00
B. Ditto but average depth 1.5m CM 335 320 107,200.00
C. Ditto but average depth 2.0m CM 0 380 0.00
D. Ditto but average depth 3.0m CM 0 470 0.00
PIPE WORK
E Provide, lay and joint 160mm diameter UPVC pipe (Class
41 Golden brown) including 100mm approved material
bedding and 150mm surround to detail (50) 5310 ‘F’.
LM 460 920 423,200.00
F Ditto; but including 150mm concrete bedding and
surround to detail (50) 5310’C’ LM 20 1100 22,000.00
MANHOLES.
Excavation
Manhole Type A&B (7No.)
G Excavate in pit for rectangular manhole type A&B as per
details (50)5300 and (50)5301,return fill and ram selected
material after construction of manholes and cart away
surplus material CM 10 330 3,300.00
Manhole TypeC (23No.)
H Ditto, but rectangular manhole type C detail (50)5302
depth exceeding 1.0m but n.e 1.5m. CM 86 330 28,380.00
Manhole Type D (0No.)
J Ditto, but rectangular manhole type D detail (50)5303
depth exceeding 1.5m but n.e 2.0m. CM 0 390 0.00
TOTAL CARRIED TO COLLECTION PAGE CIV 12 600,580.00
BILL NO 4: FOUL DRAINAGE SYSTEM
CIV8 (Civil Works)
PROPOSED NYANDARUA COUNTY OFFICES
PROJECT: PROPOSED NYANDARUA COUNTY OFFICES
Item Description Unit Qty Rate Amount
CONSTRUCTION
Concrete class P (mix 1:4:8)
A. Provide all materials, mix and place 50mm thick concrete
as blinding for manholes. CM 4 9700 38,800.00
Concrete class 15 (mix 1:3:6)
B. Provide all materials, mix and place 150mm thick base
slab for manholes. CM 10 10600 106,000.00
C. Ditto but 200mm thick CM 0 10600 0.00
Vibrated reinforced concrete class 20/20 (mix 1:2:4)
D. Provide all materials, mix and place 100mm thick
concrete class 20 as cover slab for manholes. CM 1 12900 12,900.00
E. Ditto but 150mm thick. CM 6 12900 77,400.00
Concrete class 20 (mix 1:2:4)
F Provide all materials, mix and place concrete class 20 as
benching for 160mm diameter pipe. Include for forming
the main and branch channels as well as finishing
benching to falls and building-in pipes as per detailed
drawings. CM 5 12900 64,500.00
WALLING.
G Provide, lay and joint 150mm thick approved concrete
block or dressed natural stone walling to manholes types
A and B details (50) 5300 and (50) 5301.
SM 26 1500 39,000.00
H Ditto but 200mm thick for typesC&Ddetails (50)5302 &
(50)5303 SM 155 2000 310,000.00
TOTAL CARRIED TO COLLECTION PAGE CIV 12 648,600.00
BILL NO 4: FOUL DRAINAGE SYSTEM
CIV9 (Civil Works)
PROPOSED NYANDARUA COUNTY OFFICES
PROJECT: PROPOSED NYANDARUA COUNTY OFFICES
Item Description Unit Qty Rate Amount
Mild Steel Reinforcement Bars to B.S 4449.
A Provide 8mm diameter bars for cover slab to
detail (50) 5309. KG 700 140 98,000.00
Step Iron.
B Provide and fix deep galvanized malleable iron as step
iron to B.S 1247 as per detailed drawings. NO. 120 835 100,200.00
Rendering.
C Provide 12mm thick water proof cement and sand (mix
1:3) steel float finished rendering to walls. SM 180 370 66,600.00
D Ditto but to cover slab. SM 40 370 14,800.00
E Provide 12mm thick cement and sand (mix 1:1) water
proof rendering trowelled smooth to surface of benching.
SM 35 370 12,950.00
C.I Manhole Cover and Frame to B.S 497 & B.S 556.
F Provide and fix 600 X 450mm medium duty C.I manhole
cover and frame and grease to detail 50 (5313).
NO. 30 11000 330,000.00
G Allow for testing of the whole foul drainage system in the
presence of the Engineer/Project Manager and make
good any defects, re-test as necessary and leave the
whole system perfect and to the satisfaction of the
Engineer ITEM 50,000.00
H Allow a provisional sum of Two Hundred Thousand (Ksh
200,000) for any additional foul water drainage works. ITEM 200,000.00
TOTAL CARRIED TO COLLECTION PAGE CIV 12 872,550.00
BILL NO 4. : FOUL WATER DRAINAGE SYSTEM
CIV10 (Civil Works)
PROPOSED NYANDARUA COUNTY OFFICES
PROJECT: PROPOSED NYANDARUA COUNTY OFFICES
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
1 Site clearance SM 200 80 16,000.00
-
2 Excavations CM 812 300 243,600.00
-
3 Grading Bottom of excavation SM 200 140 28,000.00
-
4 Backfilling and compaction to specification CM 210 130 27,300.00
-
5 cart away to approved location CM 600 630 378,000.00
-
6 50mm blinding class 15 concrete CM 10 10600 106,000.00
-
7 Insitu RC class 25 for base slab CM 34 13800 469,200.00
-
8 Ditto: 200mm walls CM 100 13800 1,380,000.00
-
9 Ditto: hopper & hopper partition CM 37 13800 510,600.00
-
10 Ditto: 150mm cover slab CM 19 13800 262,200.00
-
11 reinforcement bars Y10 KG 6560 135 885,600.00
-
12 Ditto: Y12 KG 6560 135 885,600.00
-
13 Formwork to vertical surface of walls SM 980 450 441,000.00
-
14 Ditto soffits of cover slab SM 152 450 68,400.00
-
15 Ditto edge of base slab: 225-300mm Girth SM 17 450 7,650.00
-
16 Ditto edge of cover slab: 150-225mm Girth SM 13 450 5,850.00
-
-
17 Vandex water proofing SM 932 1300 1,211,600.00
-
18 Angle line frames (25 X 25 X 5mm) LM 145 350 50,750.00
-
19 200mm wide UPVC water bar LM 54 300 16,200.00
6,993,550.00
BILL NO 4: FOUL DRAINAGE SYSTEM
WASTEWATER TREATMENT PLANT
BUILDER WORKS
TOTAL CARRIED TO COLLECTION PAGE CIV 12
CIV11 (Civil Works)
PROPOSED NYANDARUA COUNTY OFFICES
PROJECT: PROPOSED NYANDARUA COUNTY OFFICES
Item Description Unit Qty Rate Amount
Brought forward from page CIV 8 600,580.00
Brought forward from page CIV 9 648,600.00
Brought forward from page CIV 10 872,550.00
Brought forward from page CIV 11 6,993,550.00
TOTAL CARRIED TO SUMMARY 9,115,280.00
COLLECTION PAGE
CIV12 (Civil Works)
1
Item Description 1 Access road and parking from page CIV 3
……………….……………………………………….
2 Storm water drainage from page CIV 6
……………….……………………………………….
3 Footpath and Paved areas from page CIV 7
……………….……………………………………….
4 Foul water drainage from page CIV 12 ……………….……………………………………….
5 Allow for a sum of One Million (KShs.1,000,000.00) for
Supervision TOTAL CARRIED TO GRAND SUMMARY
Name of Tenderer………………………………………………………………………………………..
Signature………………………………………………..Date…………………………………………
Address……………………………………………………………………………………………………
Date……………………………………………………...Official Stamp………………………………
P.I.N No. ………………………………………………..V.A.T. Reg. No……………………………...
Witness to Tenderer……………………………………………………………………………………..
Signature………………………………………………..Date…………………
PROPOSED LANDSCAPING WORKS FOR THE COUNTY HEADQUARTERS - NYANDARUA
ITEM DESCRIPTION QTY UNIT RATE KSHS.
SOFT LANDSCAPING WORKS
Site Clearance and Excavations
A Clear the site of existing unwanted bushes, grubbing up their roots
and excavate oversite commencing from ground level, average 300 mm
deep soil to remove all existing turf, weeds and any deleterious materials; including
carting away all arising wastes, raking and fine levelling of the ground.
20,175 SM 100 2,017,500
Supply and Application of Farmyard Manure
B Supply approved well rotten farm yard manure to enrich the top 200mm
of soil, spread and mix thoroughly with the provided the red/loam soil
(ratio 1:4), covering all areas to be landscaped. 504 CM 2,200 1,109,625
C Supply and application of Fertile top soil
Supply of approved fertile red coffe loam top soil free
of woody root matter rockery and any other undesired material. 1,009 CM 1,250 1,260,938
INSTALLATION OF GRASS:
Grassing
D Supply, plant, water, weed and tend well undermentioned grass
species till full establishment. Grass should also be rolled with a
light weight roller to even out 'bumpy' areas. This should be carried
out one to two weeks after installation.
i) Kikuyu grass sprigs spaced at 100mm centres, both ways 13,210 SM 200 2,642,000
INSTALLATION OF SMALL GROUNDCOVERS:
Pits excavation for Small Groundcovers (Approx.8,500 No.)
E Excavate circular pits (Approx. 2,400 No.), average 300mm
diameter, commencing at existing ground level but not exceeding
0.45 metres depth, average 350mm deep. 302 CM 300 90,691
Backfilling of Planting pits for Small Groundcovers
F Backfill excavated planting pits with approved imported red/loam soil
mixed with farmyard manure at the ratio 4:1, 350mm deep. 302 CM 1,200 362,764
Planting of Small Groundcovers (Approx. 9,200 No.)
Supply, plant, weed, water and tend well under-mentioned
Assorted species of groundcovers till fully established;
G Agapanthus africanus 'Blue Flower' (BLUE AGAPANTHUS) 600 NO 90 54,000
H Agapanthus orientalis 'White Flower' (WHITE AGAPANTHUS) 600 NO 120 72,000
I Aptenia cordifolia'Green'(BABY SUN ROSE/ HEARTLEAF ICEPLANT) 300 SM 400 120,000
J Aptenia cordifolia'Var.' (BABY SUN ROSE/ HEARTLEAF ICEPLANT) 300 SM 450 135,000
K Barleria repens 'Purple' (BARLERIA) 500 NO 90 45,000
L/1 Total carried to Collection KSHS. 7,909,518
LANDSCAPING
L 1
PROPOSED LANDSCAPING WORKS FOR THE COUNTY HEADQUARTERS - NYANDARUA
ITEM DESCRIPTION QTY UNIT RATE KSHS.
Planting of Small Groundcovers cont'd
A Euphorbia 'Diamond frost' (SNOW MOUNTAIN) 900 NO 60 54,000
B Cuphea ignea 'White flowers' (CUPHEA) 850 NO 60 51,000
C Hedera helix ‘Baltica' (GREEN IVY) 980 NO 60 58,800
D Hedera helix ‘Var.' (WHITE IVY) 600 NO 75 45,000
E Lantana selloum 'Pink Flower' (PINK LANTANA) 600 NO 60 36,000
F Lantana selloum 'White Flower' (WHITE LANTANA) 720 NO 60 43,200
G Liriope muscari 'Green' (LIRIOPE) 900 NO 50 45,000
H Liriope muscari 'Var.' (LIRIOPE) 950 NO 60 57,000
J Santolina chamaecyparissus (COTTON LAVENDER) 400 NO 75 30,000
INSTALLATION OF LARGE GROUNDCOVERS:
Pits excavation for Large Groundcovers (Approx. 1,000No.)
K Excavate circular pits (Approx. 1,673 No.), average 600mm diameter,
commencing at existing ground level but not exceeding 0.5 metres depth,
average 450mm deep. 213 CM 300 63,885
Backfilling of Planting pits for Large Groundcovers
L Backfill excavated planting pits with approved imported red/loam soil
mixed with farmyard manure at the ratio 4:1, 350mm deep. 213 CM 1,200 255,539
Planting of Large Groundcovers (Approx. 500 No.)
Supply, plant, weed, water and tend well under-mentioned
Assorted species of groundcovers till fully established;
M Petrea arboreus (PURPLE WREATH) 50 NO 1,200 60,000
N Phormeum tenax (BRONZE PHORMIUM) 75 NO 1,200 90,000
P Beaucarnea recurvata (PONY TAIL) 25 NO 1,800 45,000
Q Brunfelsia paulciflora floribunda (YESTERDAY TODAY &TOMORROW) 100 NO 900 90,000
R Malus domestica (DOMESTIC APPLE) 20 NO 1,200 24,000
S Hibiscus rosasinesis (YELLOW HIBISCUS) 100 NO 1,200 120,000
T Philodendron selloum (PHILODENDRON) 30 NO 1,200 36,000
Q Lavandula officinalis (LAVENDER) 100 NO 90 9,000
L/2 Total carried to Collection KSHS. 1,213,424
LANDSCAPING
L 2
PROPOSED LANDSCAPING WORKS FOR THE COUNTY HEADQUARTERS - NYANDARUA
ITEM DESCRIPTION QTY UNIT RATE KSHS.
INSTALLATION OF CLIMBER PLANTS
Pits excavation for Climbers/Creepers/Trailing Plants
A Excavate circular pits (Approx. 500No.), average 600mm diameter,
commencing at existing ground level but not exceeding 0.5 metres depth,
average 300mm deep. 42 CM 300 12,729
Backfilling of Planting pits for Climbers/Creepers/Trailing Plants
B Backfill excavated planting pits with approved imported red/loam soil
mixed with farmyard manure at the ratio 4:1, 350mm deep. 42 CM 1,200 50,916
Climbers / Creepers / Trailing Plants
A Monstera deliciosa (MONSTERA / SWISS CHEESE PLANT) 25 NO 250 6,250
B Parthenocissus quinquefolia (VIRGINIA CREEPER) 100 NO 200 20,000
C Pyrostegia venusta (GOLDEN SHOWER / ORANGE TRUMPET CREEPER) 125 NO 250 31,250
D Thunbergia grandiflora (THUNBERGIA / BLUE SKY FLOWER) 150 NO 250 37,500
E Thunbergia mysorensis (CLOCK VINE / LADY'S SLIPPER VINE) 100 NO 300 30,000
Planting of Trees / Large Shrubs (174 NO.)
Supply, plant, weed, water and tend well undermentioned
trees/large shrubs till full establishment and support the same
with strong bamboo stakes, adequate in thickness for each
tree (generally between 30mm and 50mm diameter);
F Schinus terebinthifolius (BRAZILLIAN PEPPER TREE ) 35 NO 1,300 45,500
G Jacaranda Mimosifolia (JACARANDA) 21 NO 1,300 27,300
H Cupressus Sempavierens (ITALIAN CYPRESS) 36 NO 3,000 108,000
J Brachyleana huilensis (MUHUGU) 8 NO 1,300 10,400
K Calodendrum capense (CAPE CHESTNUT) 4 NO 1,300 5,200
L Persia americana (AVOCADO TREE) 6 NO 900 5,400
M Bauhinea variegata 'candida' (CAMELS FOOT) 6 NO 1,300 7,800
N Bambusa vulgaris (GOLDEN BAMBOO) 20 NO 1,200 24,000
P Mangifera indica (MANGOE TREE) 6 NO 900 5,400
Q Morus alba (MULBERY BUSH) 6 NO 900 5,400
R Eriobotrya japonica (LOQUAT TREE) 6 NO 900 5,400
S Spathodea Nilotica (NANDI FLAME RED) 20 NO 1,300 26,000
T Spathodea campanulata (NANDI FLAME YELLOW) 20 NO 1,800 36,000
-
L/3 Total carried to Collection 174 KSHS. 500,445
LANDSCAPING
L 3
PROPOSED LANDSCAPING WORKS FOR THE COUNTY HEADQUARTERS - NYANDARUA
ITEM DESCRIPTION QTY UNIT RATE KSHS.
OTHER REQUIREMENTS:
Supply of Lawn Mower:A Supply 1 No. Self-propelled Deutscher Lawn mower with two forward gears
and one reverse gear and 26’’ cutting blade;Series H660 with Briggs
and Stratton Engine (13HP) for use in the lawn areas.This shall
be used exclusively on the client's site and shall remain the property
of the client upon completion of landscape maintenance period. 1 NO. 550,000 550,000
L/4 Total carried to Collection KSHS. 550,000
LANDSCAPING
L 4
PROPOSED LANDSCAPING WORKS FOR THE COUNTY HEADQUARTERS - NYANDARUA
ITEM DESCRIPTION QTY UNIT RATE KSHS.
COLLECTION:
Carry to collection all Landscaping Work;
A Brought forward from page L/1 KSHS. 7,909,518
B Brought forward from page L/2 KSHS. 1,213,424
C Brought forward from page L/3 KSHS. 500,445
D Brought forward from page L/4 KSHS. 550,000
LS/5 Total carried to SUMMARY KSHS. 10,173,386
LANDSCAPING
L 5
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB NO.10121 A
ITEM DESCRIPTION UNIT AMOUNT Kshs.
PRIME COST (P.C) SUMS
Electrical Works
Electrical installations including KPLC service line
A
Provide the sum of Kenya Shillings Twenty Nine Million only
(KShs.29,000,000.00) for Electrical installations including KPLC
service line to be executed complete by a nominated sub-
SUM 29,000,000.00
B Add for profits % 675,000.00
C Allow for attendance ITEM 675,000.0030,350,000.00
Structured Cabling & IP/EPABX Installations and CCTV & Access
control works
D
Provide the sum of Kenya Shillings Forty Three Million Only (KShs.
43,000,000.00) for Structured Cabling & IP/EPABX Installations
and CCTV & Access control works to be completed by a
nominated sub-contractor
SUM 43,000,000.00
E Add for profits %
F Allow for attendance ITEM
Lift Installation Works
GProvide the sum of Kenya Shillings Nineteen Million Only (KShs.
19,000,000.00) for Lift Installations works to be completed by a
nominated sub-contractor
SUM 19,000,000.00
H Add for profits % 600,000.00
J Allow for attendance ITEM 600,000.0020,200,000.00
Generator Works
KProvide a P.C. Sum of Kenya Shillings Twelve Million Only (KShs.
12,000,000.00) for generator (350kVA) complete by a nominated
sub-contractor
SUM 12,000,000.00
L Add for profits % 875,000.00
M Allow for attendance ITEM 875,000.00
Carried to collection #REF!
PC/1
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB NO.10121 A
ITEM DESCRIPTION UNIT AMOUNT Kshs.
Mechanical Works
Plumbing & Drainage, Water reticulation & Fire Protection
Installation Services
A
Provide a P.C. Sum of Kenya Shillings Thirty Nine Million only
(Kshs.39,000,000.00) for Plumbing & Drainage, Water reticulation
& Fire Protection Installation Services
SUM 39,000,000.00
B Add for profits % 875,000.00
C Allow for attendance ITEM 875,000.0040,750,000.00
Water treatment plant
DProvide a P.C. Sum of Kenya Shillings Five Million only
(Kshs.5,000,000.00) for Water treatment plantSUM 5,000,000.00
E Add for profits % 150,000.00
F Allow for attendance ITEM 150,000.005,300,000.00
Air Conditioning
GProvide a P.C. Sum of Kenya Shillings Five Million only
(Kshs.5,000,000.00) for Air ConditioningSUM 5,000,000.00
H Add for profits % 150,000.00
J Allow for attendance ITEM 150,000.005,300,000.00
Borehole drilling
KProvide the sum of Kenya Shillings Five Million Five Hundred
Thousand Only (KShs. 5,500,000.00) for Borehole drilling to be
completed by a nominated sub-contractor
SUM 5,500,000.00
Carried to collection 56,850,000.00
PC/2
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB NO.10121 A
ITEM DESCRIPTION UNIT AMOUNT Kshs.
Collection
Brought forward from PC/1 #REF!
Brought forward from Above 56,850,000.00
#REF!TOTAL PC SUMS CARRIED TO GRAND SUMMARY
PC/3
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB NO. 10121 A
ITEM DESCRIPTION UNIT AMOUNT Kshs.
PROVISIONAL SUMS
The following provisional items are to be measured on
completion of the works and priced in accordance with
rates contained in these Bills of Quantities or pro-rata
thereto or deducted in whole if not required
A Allow a Provisional Sum of Kshs One Million (Kshs
1,000,000.00) only for Signage
SUM 1,000,000.00
B Allow the sum of Kenya Shillings Ten Million Only
(Kshs.10,000,000.00) for Fluctuations
SUM 10,000,000.00
C Allow the provisional sum of Kenya Shillings Twenty
Five Million Only (Kshs.25,000,000.00) for
Contingencies to be omitted or expended in part or
whole at the discretion of the Project manager
SUM 25,000,000.00
Total Provisional Sums Carried to Grand Summary
PS copyright-CQS SDoPW
PROPOSED HEADQUARTERS FOR NYANDARUA COUNTY
JOB NO.10121 A
GRAND SUMMARY
ITEM DESCRIPTION Tenderer`s Amount Official Use OnlyKshs. Kshs.
1 Particular Preliminaries From PP/10
2 General Preliminaries From PP/12
3 Main Builder's Work-Office Block
External Works4 Boundary Wall5 Gates6 Gate House 7 Gazebo 8 External Washrooms9 Power House
10 Civil works
11 Landscaping works
12 Prime Cost Sums
13 Provisional Sums GRAND TOTAL CARRIED TO FORM OF TENDER
(VAT Inclusive)
Amount in words :
Tenderer`s signature and stamp…………...……………………………………..…...………………….…………………………………
………………………...…………………………………………………...…………………………………………………………………………………………………………
Contractor`s name : …………………………………………………………………………………………Address ……………………………………………………………..………………………………...…………………...………………………………………………
Date : ……………………………………………………………………………………………………………………….
Witness`s name : ………………………………………………………………………………………………...…..
Signature…………………………………………………………………………...………………………………………………………………………………………
Address…………………………………………………………………………………………………………………………………………………………………………
Date : …………………………………………………………………………………………………………………………
GS
GSPublisherVersion 0.0.100.100
1234567
8
9
10
11
12
13
14
15 16 17 18 19 20
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
2
2
2
2
2
2
2
2
Fire Cabinet2
2
B B
C C
D D
2
2
2
2
2
2
3
3
4
4
5
5
6
6
F F
8
8
9
9
10
10
1
1
11
11
E E
12
12
G G
H H
6,000 6,000 4,800 3,000 4,200 6,000 6,000 6,000 6,000 2,20050,200
300
7,10
030
07,
300
300
300
1,37
56,
000
6,00
01,
365
300
15,3
00
300
9,15
020
05,
350
300
9,97
530
013
,175
300
13,7
75
300 5,700 300 5,750 200 4,600 200 6,950 300 23,703 300
300 2,400 300 5,750 200 5,800 200 5,800 200 2,500 200 3,100 200 5,500 250 1,800 250 3,950 300
300 2,400 300 5,750 200 5,800 200 5,800 200 5,800 200 4,600 200 6,950 300
6,000 6,000 6,000 6,000
3,00
06,
000
6,00
06,
000
4,34
530
0
300
6,80
020
015
,055
200
300
5,75
020
01,
700
200
1,70
520
02,
650
250
2,60
025
03,
400
200
85020
0 850
200
2,32
020
05,
835
450
6,94
030
0
300
7,20
030
05,
700
300
1,20
030
0
6,000 6,000 5,850 300
200 5,800 200 5,800 200 5,800 200 5,800 200 5,500 250 1,800 250 3,950 300
300
9,15
020
08,
325
200
7,15
020
0
39,000
15,3
00
300 900 4,000 950 1,000 4,000 1,000 400 4,000 401 3,000 4,200 1,000 4,000 1,000 1,000 4,000 1,000 1,000 4,000 1,000 1,000 4,000 850 300
300 849 4,000 900200
900 4,000 900 200 1,000 4,000 800200
800 4,000 950 300
300 5,850 1,000 4,000 1,000 1,000 4,000 1,000 1,000 4,000 853 300
300
900
925
4,00
01,
075
1,00
04,
000
1,00
090
04,
000
855
4,34
530
0
300 2,550 6,000 6,000 6,000 6,000 4,800 3,000 4,200
300
400
4,00
02,
800
300
01
0203
04
LIFTB
LIFTA
VIP
VIP LOBBY
R A M P 1 : 7
D R I V E W A Y
LO
BB
Y
S T O R A G E / A R C H I V E
S T O R A G E / A R C H I V E
ST
OR
AG
E/
AR
CH
IV
E
slop
e
slop
e
slop
e
slop
e
slop
e
slop
e
slop
e
slop
e
slop
e
slop
e
ms grating to drainage channel ms grating to drainage channel ms grating to drainage channel
pcc paving blockspcc paving blocks pcc paving blocks
pcc paving blockspcc paving blockspcc paving blocks
UTILITY STORE
SAMP
(gra
nito
tile
s)
(granito tiles)
non-slip ceramic tilesnon-slip ceramic tiles non-slip ceramic tiles non-slip ceramic tiles non-slip ceramic tiles
non-slip ceramic tilesnon-slip ceramic tiles non-slip ceramic tiles non-slip ceramic tiles
non-slip ceramic tiles
no
n-s
lip c
era
mic
tile
s
(terrazzo)DUCT
DU
CT
DUCT
ms
gra
ting
to
dra
ina
ge
ch
an
ne
l
1445M2
Low Voltage Board
UP
DWN
(terrazzo)
PUMP ROOM
D3
PV
D12PV
D12PV
D12PV
D12PV D12
PV D12PV
D12PV
D1PV
D12PV
D14PV
D14PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
W15PV
X
X
YY
fire hose reel
P A R K I N G P A R K I N G
A A
7
7
MINISTRYOF TRANSPORT,INFRASTRUCTURE,
HOUSING AND URBAN DEV.
STATE DEPARTMENT OF PUBLIC WORKS
APPROVED
SA
Name
PROJECT:
Signed Date
Checked
Client
Drawing No.2Scale : 1:100
P.S.A
Oct. 2016
S.P.S.A
CHIEF ARCHITECTArch. S. K. Muli OGW
Drawing title
Drawn
.........................................................
GeneralThis drawing is to be read in conjuction withengineers' drawings.All dimensions are in mm unless otherwisespecified.Drawings are not to be scaled. Only figureddimensions to to be used. The contractor mustcheck & verify all the dimensions beforecommencement of the work.
Oct. 2016
Oct. 2016
Oct. 2016
BASEMENT PLAN
PROPOSED HEADQUARTERS FORNYANDARUA COUNTY AT OL-KALOU TOWN
W.P ITEM NO.D103/CE/NYA/1601 - JOB NO.10121A
THE COUNTY GOVERNMENT OFNYANDARUA
THE GOVERNMENT OF THE REPUBLIC OF KENYA
FLOOR PLANS
NOTES
REVISIONS
NOTES
s.no date details initials sign
GSPublisherEngine 0.0.100.100
MINISTRYOF TRANSPORT,INFRASTRUCTURE,
HOUSING AND URBANDEVELOPMENT
STATE DEPARTMENT OF PUBLIC WORKS
APPROVED
SA
Name
PROJECT:
Signed Date
Checked
Client
Scale : 1:100
P.S.A
Oct. 2016
S.P.S.A
CHIEF ARCHITECTArch. S. K. Muli OGW
Drawing title
Drawn
.........................................................
GeneralThis drawing is to be read in conjuction withengineers' drawings.All dimensions are in mm unless otherwisespecified.Drawings are not to be scaled. Only figureddimensions to to be used. The contractor mustcheck & verify all the dimensions beforecommencement of the work.
Oct. 2016
Oct. 2016
Oct. 2016
PROPOSED HEADQUARTERS FORNYANDARUA COUNTY AT OL-KALOU
THE COUNTY GOVERNMENT OFNYANDARUA
THE GOVERNMENT OF THE REPUBLIC OF KENYA
NOTES
REVISIONS
NOTES
s.no date details initials sign
12345678
9
10
11
12
13
14
15 16 17 18 19 20 21
A A
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
FR
G
FR
G
Fire Cabinet
B B
C C
D D
2
2
3
3
4
4
5
5
6
6
8
8
9
9
10
10
1
1
11
11
E E
12
12
G G
H H
6,000 6,000 6,000 6,000 4,800 3,000 4,200
6,00
01,
650
4,700
800
800
750
950
600
600 1,500 150
3,50
0
3,1002,100
5,95
010
01,
650
200
5,850
2,400
1,30
04,
500
1,100 16,000 1,175 2,775
1,55
01,
835
1,55
0
250 2,550
250 5,750 275 2,700 350 2,950 2,700 350 2,700 350 1,825 3,800 300 7,500 300 3,900 100 200
8,55
03,
250
2,600 200 5,850 100 5,900 100 5,800 300 5,900 100 7,550 200
3,27
53,
100
600
250
2,60
025
02,
600
250
2,00
020
01,
200
4,475 1,025250
1,800250
2,000 2,000150
600
200 90
0150 90
0150 90
0150
1,80
015
0 90015
0 90020
020
05,
875
100
1,55
010
04,
050
200
3,47
5
200
4,22
520
03,
000
150
1,35
015
02,
400
200
200 1,075150
1,075 200 3,300 200
2,400 200 2,100 100 9,650 100 4,650 200 2,850 100 4,200 100 5,850 5,850 300 5,800 100 5,800 300 2,350
200
5,70
040
01,
550
4,15
020
01,
250
300400 2,600 6,000 6,000 4,800 3,000 4,200 6,000 6,000 6,000 6,000 3,000
200 5,800 200 900 4,050 900 100 4,700 100 7,000 100 5,750 100 3,025 100 2,925 200100
5,700 300 5,750 200
2,200 3,200 3,250 3,200 100 4,650 200 2,850 50 50 4,250 4,050 3,800 4,000 2,000 4,050 5,900
200 2,750 300 950 16,100 3,950
6,00
06,
000
1,25
020
07,
850
8,65
52,
000
200
2,40
020
03,
120
200
200
5,87
510
01,
550
100
4,05
020
0
2,350 300 5,700 300 5,700 300 4,500 300 2,900 1,000 3,000 300 5,550 300 2,825 100 2,925 300 5,700 300 5,700 300 2,350 200
54,000
300
1,25
0
6,00
06,
000
12,5
751,
250
900 14,650 950 300 2,700 300 3,900 300 5,850 300 17,550 300 2,550 300
750 1,850
3,00
06,
000
6,00
0
3,000 300 800 16,100 800 300 3,000 600 6,600 3502,050 2,05060
01,
850
3,07
540
02,
050
400
3,45
04,
225
3,35
01,
350
2,55
0
3,00
06,
000
6,00
06,
000
6,02
0
38,850
24,7
00
26,6006,000 6,000 6,000 6,000150 1,000 200 4,600 200 1,850 250 2,600 250 2,050
5,325 2,050 200
2,600
850
900
800
900
600
3,300
200 2,100 200
1,02
5
2,700 5,850 300
1,92
595
01,
03040
01,
570
425
1,20
047
51,
750
275
4,550 600 2,400
6,00
0
900
2,22
0
200
85020
0 850
200
8,600
1,25
030
010
,000
6,000 6,000 6,00020,600
15,3
00
1,30
04,
500
300 2,250 200
13,7
50
200 3,750 200 2,250 50 2,200 50 2,250 1,200
100
1,60
020
03,
900
200
1,400 1,800 4,350
7,200 1,500
1,30
01,
300
2,10
02,
900
+0
+1200
R 5.900
R 4.850
YY
X
X
RECEPTIONCOUNTER
EXPANSION JOINT
EXPANSION JOINT
EXPANSION JOINT
RECEPTIONCOUNTERTO DETAIL
SUNSHADING
ELECTRICALDUCT
LINE OF CANOPY ABOVE
1.2M HIGH MDF SCREEN
1.1M HIGH W/TOP
1.1M HIGH W/TOP
LOBBYgranito tiles
RAMP 1:12
ENQUIRY
LIFTB
LIFTA
DUCT
CLEANERS'STORE
GENTScer tile
VIPLIFT
VIP LOBBYgranito tiles
BANKING HALLnon slip porcelain tiles (matt finish)
VAULTSTRONGROOM
CUSTOMER CARE
TELLERS
EMERGENCYEXIT
HEAD OF PROCUREMENTporcelain tiles (matt finish)
PROCUREMENT DEPARTMENTnon slip porcelain tiles (matt finish)
CO FINANCEheavy duty carpet
FINANCE & ADMINISTRATION DEPARTMENTnon slip porcelain tiles (matt finish)
BREAK OUT AREAnon slip porcelaintiles (matt finish)
OFFICEWING BPROCUREMENT STORES
porcelain tiles (matt finish)
INTERNAL AUDITnon slip porcelain tiles (matt finish)
KIT
CH
ENn
on
slip
ce
r tile
s
RC STIRCASETO ENG DETAILS
RC STIRCASETO ENG DETAILS
KITCHENcer tiles
MANAGER
RC STIRCASETO ENG DETAILS
ENTRY PORCHgranito tiles
BULKTELLER
DISABLEDWC
RC STIRCASETO ENG DETAILS
FLOWER GARDEN
PV
DRIVER'S LOUNGEnon slip porcelain tiles
(matt finish)
SHELVES
LADIEScer tile
REAR EXITnon slip porcelaintiles (matt finish)
WAITINGAREA
DUCT
FLOOR AREA=1445M2
MECHANICALVENTILATION
WC
WC
WC
WC
WC
WAITINGAREA
VIP/CORPORATE BANKING
D1 PV
D1PV
D1PV
D2 PV
RAMP 1:7
D9PV
D3PV
D3PV
D3PV
W9PV
D8 PV D8 PV
D8PV
D10 PV
D11PV
D5PV
D5
D5
D5
D5
D6
D6
D6
D6
D6
D7
W1 PV W1 PV W2 PV W2 PV W2 PV W2 PV W1 PV W1 PV
W1PV
W1PV
D9PV
W12 PV W1 PV W1 PV W2 PV W2 PV W2 PV W2 PV W1 PV
W7PV
D13
W8PV
W6PV
W7PV
W7PV
W3PV
W3 PV
W3 PVW12 PV
W9PV
W2 PV W2 PV W3 PV
D5PV
D3PV
D3 PV
D14
D14
D4 PVD4PV
D4 PV
D11PV
D11PV
D11PV
D11PV
D11PV
D11PV
D11PV
W5 PV W11 PV W2 PV W2 PV W2 PV W2 PV W3 PV W12 PV
W1 PV W1 PV W2 PV W2 PV W2 PV W2 PV W1 PV W1 PVWHB
WHB
RC RAMP
D5PV
D3PV
FIRE DUCT
CEC FINANCEheavy duty carpet
DEPUTY DIRECTORADMIN
non slip porcelaintiles (matt finish)
D11PV
DIRECTOR HRnon slip porcelaintiles (matt finish)
D11PV
D11PV
D11PV
D11PV
SECRETARYheavy duty carpet
SECRETARYheavy duty carpet
VIP ENTRYPORCHgranito tiles
F F
7
7Drawing No. 3
0. Ground Floor (2) 1:100
GROUND FLOOR PLAN
FLOOR LAYOUTS