karatina university proposed library plumbing and … lib plumbing and... · 2017-09-12 ·...

85
KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND DRAINAGE SUB-CONTRACT BILL OF QUANTITIES TENDER NUMBER: KarU/OT/03/LIB/2017-2018 Project Consultants: JKUATES LTD P.O. BOX 62000-00200 NAIROBI SEPTEMBER 2017

Upload: others

Post on 19-Jan-2020

9 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

KARATINA UNIVERSITY

PROPOSED LIBRARY

PLUMBING AND DRAINAGE SUB-CONTRACT BILL OF QUANTITIES

TENDER NUMBER: KarU/OT/03/LIB/2017-2018

Project Consultants:

JKUATES LTD

P.O. BOX 62000-00200

NAIROBI

SEPTEMBER 2017

Page 2: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

2

PROPOSED LIBRARY FOR KARATINA UNIVERSITY

CONTENT PAGE NO.

1. TENDER NOTICE 3

2. NOTES 5

3. STANDARD FORMS 6-14

4. INSTRUCTIONS TO TENDERERS AND TENDER EVELUATION CRITERIA 15-29

5. PARTICULAR SPECIFICATIONS 30-32

6. GENERAL SPECIFICATIONS 32-60

7. TECHNICAL SCHEDULES 61-62

8. CONDITIONS OF SUB-CONTRACT AND APPENDIX 63-63

9. BILLS OF QUANTITIES 64(1-21)

Page 3: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

3

KARATINA UNIVERSITY

Kagochi, Karatina, Nyeri

P.O. Box 1957-10101 Karatina

Email: [email protected]. Website: www.karu.ac.ke

TENDER NOTICE

Karatina University intends to construct a library and perimeter fence. To achieve this

objective, Karatina University invites eligible Contractors to submit tenders for main

construction works and sub-contract works as follows:

Ite

m Tender Number Tender Description

Category of

registration

Closing Date

and Time

1. KarU/OT/01/LIB/2017-

2018

Main contract NCA2 and

above Thursday,

28th

September

2017 at 12.00

noon

2. KarU/OT/02/LIB/2017-

2018

Electrical installations

works sub-contract

NCA4 and

above

3. KarU/OT/03/LIB/2017-

2018

Plumbing and drainage

works sub-contract

NCA4 and

above

4. KarU/OT/04/PW/2017-

2018

Construction of Perimeter

Wall and Fence

NCA5 and

above

Interested and eligible contractors may obtain further information and inspect tender documents

from Karatina University, Main Campus, Kagochi, Karatina during normal working hours; P.O.

Box 1957-10101 Karatina or website: www.karu.ac.ke, and enquiries may be sent via email to

[email protected].

Tender documents may be viewed and downloaded free of charge from the website:

www.karu.ac.ke or the Treasury IFMIS portal: http://supplier.treasury.go.ke. Hard copy tender

documents can also be obtained from the Procurement Office at the address above upon

payment of a non-refundable fee of Kenya Shillings One Thousand (KSh.1,000) only in cash

or Bankers Cheque. Bidders who download the tender document from the website must

check online for any clarifications or addenda posted until the date of tender opening. No

claim shall be allowed on the basis of failure to obtain such addenda.

Prices quoted should be inclusive of all relevant taxes. The tender prices must be quoted in

Kenya shillings and shall remain valid for 120 days from the date of tender opening.

Completed tender documents should be deposited in the Tender Box placed at the Main

Administration Block at Karatina University (Main Campus) on or before the closing date and

time on Thursday, 28th September 2017 at 12.00 Noon. Late submissions will not be

accepted.

Page 4: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

4

The tenders MUST be submitted in two copies, one marked “ORIGINAL” and the other one

marked “COPY” enclosed in a plain sealed outer envelope marked with the Tender name and

reference number and addressed to:

The Vice Chancellor

Karatina University

P. O. Box 1957-10101

KARATINA

The tenders will be opened immediately after the closing date and time in the Senior Common

Room at the Main Campus, Kagochi, Karatina. Bidders or their representatives are invited to

witness the opening of the tenders.

Karatina University reserves the right to accept or reject a tender in whole or part and is not

bound to give reasons whatsoever for its decision. Canvassing will lead to automatic

disqualification.

VICE CHANCELLOR

Page 5: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

5

NOTES, STANDARD FORMS AND PRELIMINARIES

SPECIAL NOTES

1. Tenders shall be submitted on the form of tender attached hereto and all blanks in this form and in the

schedules attached to the specification shall be completed. 2. No alteration shall be made on the form of tender or in the specifications and schedules.

3. The tenderer (whether his tender is accepted or not) and all other recipients of the specification and

documents shall treat the details of specification and the documents attached thereto as private and confidential.

4. The employer does not bind himself to accept the lowest or any tender and will not be responsible for or

pay for expenses or losses which may be incurred by any tendered in the preparation of this tender.

5. It will be assumed that the tenderer will have visited the site, and to have taken into consideration any special difficulties and requirements not referred to herein but associated with the conditions of existing facilities, ground levels etc, as the case maybe, and to have made allowance for such in this tender

6. All items of additional information, issued to tenderers prior to the time for closing the bids, shall

become a part of the Contract Documents and shall be included in the proposals.

7. The tenderer shall, where applicable, provide leaflets and catalogues giving technical and physical details of the fittings being offered by him as an integral part of his bid.

8. Unless otherwise specified in the particular specification, Tenderers shall assume that all fittings required

will be import duty paid.

9. The Contractor is required to check the numbers of the pages of these Bills of Quantities against the contents stated on page (i) and should he find any missing, in duplicate or indistinct, he must inform the Project Manager at once and have the same rectified.

10. Should the Contractor be in doubt about the precise meaning of any item or figure, for any reason

whatsoever, he shall inform the Project Manager in order that the correct meaning may be established before the date for submission of tenders.

11. No liability will be admitted or claim allowed in respect of errors in the Contractor’s tender due to mistakes in the Bills of Quantities which should have been rectified in the manner described above.

12. The accurate ordering of materials is the sole responsibility of the contractor in accordance with the final drawings and the instructions from the Project Manager. No claim for any loss or expense will be entertained for orders for materials based upon Bills of Quantities.

13. The successful tenderer shall be required to enter in a sub- contract agreement with the main contractor under the terms of the KABCEC conditions of subcontract.

14. The copyright of these Bills of Quantities is vested in the Project Manager and no reproduction in part or in whole may be carried out without their express or written consent.

Page 6: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

6

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 __________________________weeks.

3. We agree to abide by this tender until ___________________ [Insert date; 120 days from date of

tender opening], and it shall remain binding upon us and may be accepted at any time before that date.

4. Unless and until a formal Agreement is prepared and executed this tender together with your

written acceptance thereof, shall constitute a binding Contract between us. 5. We understand that you are not bound to accept the lowest or any tender you may receive.

Dated this ___________ day of ___________________20___________________________ Signature ___________________________in the capacity of________________________ Duly authorized to sign tenders for and on behalf of ____________________________________ ______________________________________________________ ______[Name of Contractor] of_____________________________________________________[Address of Contractor] Witness; Name____________________________________________________________ Address_____________________________________ ___________________________ Signature____________________________________________________________ Date________________________________________________________________

FORM OF TENDER SECURITY

Page 7: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

7

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 Kenya

shillings _________________________________ (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]

FORM OF PERFORMANCE BOND

Page 8: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

8

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 _________________________________________________________________

Page 9: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

9

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 and contact person

Type of work performed and year of completion

Value of contract (Kshs)

Page 10: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

10

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?)

1.5 Qualifications and experience of key personnel proposed for administration and execution of the Contract. Attach biographical data.

Position Name Years of experience (general)

Years of experience in proposed position

1.6 Financial reports for the last five years: balance sheets, profit and loss statements,

auditor’s reports, etc. List below and attach copies. ________________________________________________________________________________________________________________________________________ __________________________________________________________________

__________________________________________________________________

Page 11: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

11

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 Litigation and arbitration history (attach affidavit)

__________________________________________________________________ __________________________________________________________________ __________________________________________________________________

1.11 Proposed program (work method and schedule) for the whole of the Works.

2 Joint Ventures

2.4 The information listed in 1.1 – 1.10 above shall be provided for each partner of the joint venture.

2.5 The information required in 1.11 above shall be provided for the joint venture.

2.6 Attach the power of attorney of the signatory(ies) of the tender authorizing signature of the tender on behalf of the joint venture

2.7 Attach the Agreement among all partners of the joint venture ( and which is legally

binding on all partners), which shows that:

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

b) one of the partners will be nominated as being in charge, authorized to incur

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

c) the execution of the entire Contract, including payment, shall be done

exclusively with the partner in charge.

Page 12: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

12

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)

______________________________________________________________________

Physical address _________________________________________________________

3. Telephone number (s) of tenderer

_________________________________________________________________________ 4. Fax number(s) of tenderer

_____________________________________________________________________ 5. E-mail address of tenderer

_____________________________________________________________________ 6. Name of tenderer’s representative to be contacted on matters of the tender during the tender

period

______________________________________________________________________ 7. 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)

Page 13: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

13

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: Kshs……………………….. 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……………………………………………………………………………………………………………

Page 14: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

14

Part 2(c) – Registered Company: Private or public…………………………………………………………… 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

Page 15: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

15

INSTRUCTIONS TO TENDERERS AND EVALUATION CRITERIA

1. General

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 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.

1.4 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,

(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.

Page 16: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

16

(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.

1.5 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 1.4 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.

1.6 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 two works of a

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

(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

Page 17: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

17

(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.

(f) 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 1.6 (a) and (e); however, for a joint venture to qualify, each of its partners must meet at least 25 percent of minimum criteria 1.6 (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.

(g) Tenders that shall unreasonably deviate from the official estimate by either

being too high or too low (outside+10%) shall be considered unresponsive.

1.7 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.

1.8 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.

1.9 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.

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) Specifications (d) Drawings (e) Bills of Quantities (f) 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.

Page 18: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

18

2.3 A prospective tenderer requiring any clarification of the tendering 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 herebelow.

3. Preparation of Tenders

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

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

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

Appendix to Conditions of Contract and Specifications;

(b) Tender Security;

(c) Priced Bill of Quantities ;

(d) Qualification Information Form and Documents;

(e) Alternative offers where invited; and

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

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

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

the performance of the Contract if provided for in the Appendix to Conditions of Contract and provisions made in the Conditions of Contract. NB: THE PRICES SHALL NOT BE ADJUSTED. THE CONTRACT SHALL BE FIXED PRICE.

Page 19: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

19

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

3.6 Tenders shall remain valid for a period of 90 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 for the amount

specified in the invitation to tender. This shall be in the form of a bank draft or a bank guarantee from an established and reputable bank approved by the Employer.

3.8 The format of the Tender Security should be in accordance with the form of Tender Security included herein or any other form acceptable to the Employer. Tender Security shall be valid for 30 days beyond the validity of the tender.

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

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

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

end of the tender validity period specified in Clause 3.6.

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

3.12 The Tender Security may be forfeited

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

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

Clause 5.7;

(c) in the case of a successful tenderer, if the tenderer fails within the specified time limit to

(g) 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

Page 20: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

20

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.

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. NB: TENDERERS TO PROVIED 1 ORIGINAL AND 1 COPY OF THE TENDER. 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.

Page 21: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

21

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

4.5 Withdrawal of a tender between the deadline for submission of tenders and the

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

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

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

5. Tender Opening and Evaluation

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

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

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

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

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

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

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

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

tender (a) meets the eligibility criteria defined in Clause 1.7;(b) has been properly signed; (c) is accompanied by the required securities; and (d) is substantially responsive

Page 22: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

22

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.

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:

Page 23: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

23

(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

(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.

Page 24: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

24

The notification of award will constitute the formation of the Contract, subject to the tenderer furnishing the Performance Security in accordance with Clause 6.6 and signing the Agreement in accordance with Clause 6.4.

6.4 The Agreement will incorporate all agreements between the main contractor and the

successful tenderer. The agreement shall be acceptable to the employer.

6.5 Within 21 days after receipt of the Letter of Acceptance, the successful tenderer shall deliver to the main contractor 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 form of a Bank Guarantee, and shall be issued at the tenderer’s option, by a reputable bank located in Kenya and acceptable to the Employer.

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.

Page 25: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

25

APPENDIX TO INSTRUCTIONS TO TENDERERS The following instructions for tender evaluation shall supplement, complement or amend the instructions to tenderers. Where there is a conflict between the provisions of instructions to tenderers and this appendix, the provisions of the appendix herein shall prevail. TENDER EVALUATION CRITERIA A) Preliminary evaluation (Mandatory requirements) To be deemed as responsive, tenders shall be checked for the following mandatory requirements:

Item Description Remark ( X/√)

1 Form of tender dully filled

2 Bid security of Kshs One Hundred and Thirty Thousand (Kshs 130,000.00)

3 Company registrations or incorporation certificate (Copy)

4 Current registration certificate as a building contractor in National Construction Authority (NCA) category 4 and above. (Provide copy of registration and current renewal certificate)

5 VAT/PIN registration certificate (Copy)

6 Valid tax compliance certificate (Copy)

7 Tender sum to be within +15% of the mean bid amount (In calculating the mean bid, the evaluation committee shall exclude obvious outliers in terms of being extremely low or extremely high)

CONCLUSIVE REMARK

Tenders that do not meet any of the above requirements shall be considered not responsive, disqualified and not considered for further evaluation.

Page 26: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

26

B) Technical evaluation Tenders meeting the minimum responsiveness requirements will be evaluated according to the following Evaluation Criteria.

Item Parameter Maximum points

1 Tender questionnaire duly filled 2

2 Confidential business questionnaire duly filled 3

3 Similar works completed in the last five(5) years 15

4 Ongoing similar projects 8

5 Schedule of contractors equipment 10

6 Qualifications and experience of key personnel 10

7 Audited financial reports for the last 3 years 5

8 Evidence of financial resources (Bank statements, letters of credit etc)

15

9 Name, address and telephone of bank reference 5

10 Statement of compliance with clause 1.2 of instructions to tenderers

2

11 Litigation and arbitration history (Provide affidavit) 3

12 Completeness and clarity of the tender document in accordance with Clause 3 of instructions to tenderers

2

TOTAL 80

The detailed scoring matrix is as shown in the table below:

Page 27: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

27

Detailed scoring matrix for technical evaluation

Item Description Scoring breakdown

Max-points

Score

1 Tender questionnaire duly filled Duly filled and signed Not filled or incomplete

(Aggregate score) 2 0

2

2 Confidential business questionnaire duly filled Duly filled and signed Not filled or incomplete

(Aggregate score ) 3 0

3

3 Similar works completed in the last five(5) years (Attach completion certificates or proof) 5 projects and above successfully completed 4 projects and above successfully completed 3 projects and above successfully completed 2 projects and above successfully completed 1 projects and above successfully completed None or no relevant project

(Aggregate score) 15 12 9 6 3 0

15

4 Schedules of on-going projects (Attach award letters, interim certificates or other proof) 4 projects and above 3 projects and above 2 projects and above 1 projects and above None or no relevant project

(Aggregate score) 8 6 4 2 0

8

5 (Attach log books for vehicles, purchase receipts for equipment or lease agreements) Fabrication yard/workshop Transport equipment; at least 1 pickup Total

(Add Individual item score) 6 4 10

10

6 Qualifications and experience of key personnel (Attach CVs and certificates) Director of the firm/C.E.O who is a holder of degree or diploma in relevant construction discipline Site agent or site manager ditto Site foremen (at least 2) holders of diploma

(Add individual item score) 3 3 4

10

Page 28: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

28

Total 10

7 Audited financial reports for the last 3 years Showing annual turnover greater or equal to 2 times the tender sum for each of the 3 years Showing annual turnover greater or equal to the tender sum for each of the 3 years Showing annual turnover greater or equal to half the tender sum for each of the 3 years None or lower turnover than each of the above

(Aggregate score) 5 3 1 0

5

8 Evidence of financial resources Current bank statements for 1 year, original stamped by bank showing total credits (payments into the account) equal to or greater than half the tender sum Current letters of credit from a bank , original stamped by bank showing credit lines equal to or greater than 10% of the tender sum Current supplier letters of credit, original from supplier showing credit lines equal to or greater than 10% of the tender sum None or lower than the above

(Aggregate score) 15 10 7 0

15

9 Name, address and telephone of bank reference Provided and satisfactory None

(Aggregate score) 5 0

5

10 Statement of compliance with clause 1.2 of instructions to tenderers Provided and satisfactory None

(Aggregate score) 2 0

2

11 Litigation and arbitration history (Provide affidavit) Original affidavit attached None

(Aggregate score) 3 0

3

12 Completeness and clarity of the tender documents Complete Not satisfactory

(Aggregate score) 2 0

2

TOTAL 80

Page 29: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

29

Only bidders who scores 56 points and above (70% of total), shall be considered for further evaluation. C) Financial evaluation Stage 1 Tenders shall be checked for errors, inconsistencies and frontloading. The following tenders shall be automatically disqualified.

i) Tenders with an arithmetic error of more than 5%. ii) Tenders that are frontloaded. iii) Tenders that have errors or inconsistencies in pricing that are significant enough to cause

distortion in a successful contractor’s cash flow or put the client in a contractually unfavorable or risky position.

The remaining tenders shall go to stage 2 Stage 2 and post qualification The lowest evaluated tender having passed stage 1 above shall be the winning bid subject to the employer’s right to exercise due diligence relating to confirmation of information submitted by the bidder. Any bidder who shall be found to have supplied false or misleading information shall be disqualified and the next lowest tender that has passed stage 1 shall be considered.

Page 30: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

30

PARTICULAR SPECIFICATIONS EMPLOYER

The “Employer” is the KARATINA UNIVERSITY whose address unless otherwise notified is P.O. BOX 1957-10101 KARATINA. PROJECT MANAGER The term "P.M." wherever used in the Bills of Quantities shall be deemed to imply the Project Manager as defined in the Conditions of Contract or such person or persons as may be duly authorized to represent him. ARCHITECT

The term “Architect” shall be deemed to mean “The P.M.” as defined above whose address unless otherwise notified is JOMO KENYATTA UNIVERSITY OF AGRICULTURE AND TECHNOLOGY ENTERPRISES LTD (JKUATES), P.O. BOX 62000-00200 NAIROBI. QUANTITY SURVEYOR The term “Quantity Surveyor” shall be deemed to mean ‘The P.M.” as defined above. ELECTRICAL ENGINEER The term “Electrical Engineer” shall be deemed to mean “The P.M.” as defined above.. MECHANICAL ENGINEER The term “Mechanical Engineer” shall be deemed to mean “The P.M.” as defined above. STRUCTURAL ENGINEER The term “Structural Engineer” shall be deemed to mean “The P.M. as defined above.

Page 31: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

31

THE CONTRACTOR OR MAIN CONTRACTOR The term ‘contractor’ or ‘main contractor’ shall be deemed to mean the firm appointed by the employer to carry out the main building works . The terms ‘contractor’ and ‘main contractor’ shall be synonymous. WORKS The expression ‘work’ or ‘works’ shall mean all or any portion of the work, material and plant to be provided and the labour to be performed for the execution and in fulfillment of this contract, and whether the same may be on site or not. THE SITE The proposed works shall be situated at KAGOCI, MATHIRA SUB-COUNTY, NYERI COUNTY. The tenderer is advised to visit the site and will be deemed to have satisfied himself with regard to the existing conditions thereof, the means of access, the risk of injury or damage to existing property and property adjacent to the site or to the occupiers of such property. No claim by the contractor will be allowed on the ground of any misunderstanding or misapprehension in respect of any such matter or otherwise. The contractor must obtain the approval of the Engineer regarding the use of any materials found on the site. GENERAL DESCRIPTION OF THE WORKS The works comprise supply, installation and commissioning Cold Rooms and Extract ventilation Hood installation SPECIFICATION Shall mean the whole of the contract document including but not restricted to:- a) This document comprising definitions and preliminaries, General specifications, particular

specifications and schedules as contained herein. b) The contract drawings. BILLS OF QUANTITIES Where the term ‘Bills of Quantities’ bears any relation to subcontract, it shall mean the ‘specification’ and the prices or any other schedules contained therein. CONTRACT DRAWINGS Shall mean those drawings listed in the schedules or referred to herein, forming part of this specification. MANUFACTURER’S RECOMMENDATIONS Shall mean the manufacturer’s recommendation or instructions, printed or in writing and current at the time of execution of the works. OR OTHER APPROVED

Page 32: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

32

Shall mean that commodities of a manufacturer other than that specified by the proprietary name may be substituted provided they meet the standards specified and that express approval has been obtained from the Engineer. The rates of prices will be held to be of the commodity specified and current at the time of tender. PROPRIETARY NAME The phrase ‘or other approved’ shall be deemed to be included in every case where commodities are specified by proprietary name. APPROVED, DIRECTED AND SELECTED Shall mean approved, directed or selected by the Engineer and shall not be binding unless put in writing and signed by the Engineer. ABBREVIATIONS NO - shall mean number m - shall mean metre L.M - shall mean linear metre mm - shall mean millimetre kg - shall mean kilogramme Ltr. - shall mean litre S.S - shall mean stainless steel G.M.S - shall mean galvanised mild steel M.O.P.W- shall mean ministry of public works B.S - shall mean the Current British standards specification published by The British standard Institution C.P - shall mean the current British standard code of practice published together with the B.S I.E.E - shall mean the Institute of Electrical Engineers, Savoy Place , London. I.S.O - shall mean the International organization for standardization K.B.S - shall mean the Kenya Bureau of Standards. Ditto - shall mean the whole of the preceding description except as qualified in the description in which it occurs. GENERAL SPECIFICATIONS

Page 33: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

33

GENERAL SPECIFICATION FOR PLUMBING INSTALLATION

1.0 GENERAL REQUIREMENTS 1.01 Introduction

This specification details the requirements for the materials supply, installation, testing and commissioning of the Kitchen cold rooms ad extract ventilation hood installation as shown on the Contract Drawings.

The Sub-Contractor shall include for all appurtenances and appliances not necessarily called for in this specification or shown on the Contract Drawings but which are necessary for the completion and satisfactory functioning of the contract works.

If there is a difference between the requirements of this Specification and the Contract Drawings or lack of clarity in either specification or the Contract Drawings, the Contractor must clarify such differences with the Engineer before tendering. No claim for extra payments shall be entertained from the Contractor due to failure to comply with this requirement.

1.02 Scope of Works

The Sub-Contract works shall comprise the supply and installation of supply, installation, testing and commissioning of the Kitchen cold rooms ad extract ventilation hood together with the installation of the fire fighting equipment all as shown on the Contract Drawings and as here-in specified.

1.03 Regulations and Standards

All the Plumbing works shall be carried out by a licensed and experienced plumber under the Government Regulations. The work shall be executed in accordance with the best principles of modern plumbing practice. The Contractor shall be responsible for ensuring compliance with all the governing regulations and in particular, his attention is drawn to the following specific codes and regulations:- a) The Local Authority by-laws and regulations b) The current Republic of Kenya Building Code c) The M.O.W latest issue of “General Specification for Building Works” d) B.S. 5572 - Code of practice for sanitary pipework e) B.S. 8301 - Code of practice on building drainage f) B.S. 6465 - Sanitary Appliances g) B.S 5955 - Code of Practice for uPVC pipework h) C.P. 310 - Water Supply i) B.S. 6700: 1987 - Water supplies within buildings j) The I.E.E Regulation k) The Kenya Bureau of Standard (K.B.S) Specification

All Mechanical services /plumbing shall be executed in accordance with Regulations of the Local Authorities and the Water Supply Companies. The Contractor shall give all Notices and

Page 34: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

34

pay all fees required thereunder. The amount of such fees shall be deemed to be included in the Contract Sum unless otherwise expressly stated.

1.04 Occupation Certificate

The plumbings Contractor shall upon completion obtain an “Occupation Certificate” from the Local Authority and forward it to the Engineer. The cost of obtaining the certificate shall be deemed to be included in the Contract Sum.

1.05 Materials and Standards All equipment and materials shall be new, strong and of durable construction. All the items must meet the relevant quality standards and of reputable manufacture. Safety devices such as pressure relieve valves, thermal expansion joints, thermal and over-load protectors etc must be installed wherever deemed necessary.

1.06 Builders Work Holes, trenches and wall chase in building fabric to accommodate pipes, cable trays etc., together with concrete plinths for pumps, tanks etc. shall be carried out by the Main Contractor at no cost to the Sub-Contractor. However, the Sub-Contractor must inform the Main Contractor of his requirements well in advance to allow such requirements to be incorporated before casting of the building fabric. Drill holes in concrete for anchor channels, clamps, supports etc. shall be carried out by this Sub-Contractor but he must liaise with the Main Contractor before carrying out such works. The Sub-Contractor shall not make any holes nor cut the building fabric without the express consent of the Structural Engineer and consultation with the Main-Contractor.

1.07 Water meters These shall be to BS 5728 part I and I.S. 4064/1. The meters shall be suitable for water temperature upto 30 O C and 10 bar Nominal pressure. These shall have counter registration in cubic meters (or liters), and be able to register down to 1 litre of water volume. These shall be installed to the requirements of BS 5728 part 2 and to the approval of the local council. The subcontractor shall on behalf of the client apply for and secure the meter connection from the Local Authority. He shall therefore allow for all the costs for permits, materials and attendance in connection thereof.

2.0 WATER SUPPLY INSTALLATION: 2.01 Galvanised Mild steel pipes

Tubing shall be galvanised mild steel to B.S. 1387, with tapered pipe thread to B.S 21:1985. These shall be medium gauges for general use and heavy gauge for underground use, with screwed and socketed joints and of approved manufacture. Tubes must be cleanly finished with smooth surfaces, free from defects and scales. All pipes below ground are to be protected by coating with bitumen reinforced with glass fibre tissue, hessian cloth or other approved material.

Page 35: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

35

Fittings shall be galvanised wrought steel to B.S 1740, with B.S. thread, or galvanised malleable cast iron to B.S. 143 and 1256, of approved manufacture, for use with galvanised steel pipes to B.S. 1387. Castings must be smooth and free from blow holes, pittings and other defects. Where flanged connections are used, these shall comply with B.S. 4504, welded or screwed .All flanges shall withstand a Nominal pressure of 1.6 Mpa (PN 16) and shall be of either grey cast iron or steel. Flanged joints shall have gaskets complying with B.S. 4865 part 1 of 1972, for pressures upto 6.4 Mpa (64 bars). Galvanising of pipes and fittings shall be to B.S. 729:1971

2.02 Copper Pipework Copper pipes shall be used to B.S. 2871:1971 part 1, of approved manufacture. These must be solid drawn, round, clean, smooth and free from all defects and deleterious films in the bore. Fittings shall be capillary or compression type to B.S. 864:1983 Part 2, of approved manufacture, free from internal fins and designed for minimum resistance of fluid flow. Compression fittings to be type A (Non-manipulative), unless otherwise specified. Copper tubing is to be used as shown on the drawings and as connection tube between steel pipe work and sanitary/laboratory fittings. In order to avoid direct contact a brass straight connector shall be positioned between the steel tube and the copper tube.

2.02 u.P.V.C. Cold Water Service Pipe System

Pipes shall comply in all respects with British Standard 3305:1968 and shall bear the British Standard Kite Mark together with the appropriate class colour coding at one metre intervals. Fittings shall comply in all respects with British Standard 4346 Part 1:1969 and shall bear the British Standard Kite Mark. Pipes shall be supplied in plain-ended lengths. The minimum acceptable wall thickness of pipe and fittings shall be as follows: 12mm nominal 1.7mm 40mm nominal 3.1 mm 20mm nominal 1.9mm 50mm nominal 3.9mm 25mm nominal 2.2mm 75mm nominal 5.7mm 30mm nominal 2.7mm 100mm nominal 7.3mm The method of jointing to be employed for dimensions 40mm and smaller shall be that of solvent welding socket using the manufacturers approved solvent cement. For dimensions 50mm and larger the method of jointing shall be with lock-ring integral socket and coupling.

The grade of Polymer used for the pipe shall have a minimum softening point of 75 C and for

the fittings a minimum softening point of 72C when tested by the ‘Vicat’ method 102J and a

Tensile strength of Min. 45MN/m2 at 20 C as described in British Standard 2782:1975.

Page 36: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

36

The pipes and fittings shall be colour grey. 2.03 Valves, Taps and Ball-valves

a) Brass stop valves and draw-off taps (bibtaps, pillar taps combination taps etc) shall be to B.S. 1010 Part 2:1973 or B.S. 5412; screw-down pattern, to comply to test pressure of 2.0 Mpa (20 Bars) and of approved manufacture.

b) Draw off taps shall be of metal body with chromium plated finish unless otherwise specified.

c) Copper alloy valves (gate, globe, stop and check valves) shall be to B.S. 5154 and tested to B.S. 5146 Part 2; 1984. These shall be with screwed, flanged or capillary compression ends. flanged check valves shall be to B.S. 5153:1974 as type Glenfield No. 5003. The body, door cover to be of meehanite cast iron with fun-metal seat to B.S, 1400.

d) Gate valves of sizes above 80mm shall be of cast iron wedge type to B.S. 5163:1974 as Glenfield R.S. No. 3500 series. These are of meehanite cast iron body to B.S. 1452 with rubber covered meehanite cast iron gate.

e) Brass draining taps to be screw down pattern to B.S. 2879:1980, type A (Bushed) unless otherwise specified.

f) Ball valves shall be of brass body and to B.S. 1212 Part 1:1953 piston type for low, medium or high pressure (3.58 bars, 7.72 bars and 12.62 bars respectively) as directed and with provision for removable seats, supplied with copper floats to B.S. 1968:1953, or plastic floats to B.S. 2456., approximately marked.

2.04 Pipe Thermal Insulation

All exposed and under-ground hot water and chilled water supply pipes and fittings shall be adequately thermally insulated. The insulation shall be to B.S. 5422:1977, and B.S. 5970:1981. The insulation shall be pre-formed fibre-glass insulation for hot water and steam, and expanded polystyrene (styropor) in sections for chilled water. The insulation shall be covered with proprietary cladding material or, where no proprietory material exists, with cotton canvas for indoor pipework and o.25mm thick aluminium sheet or foil for external and under-ground piping. The sheet jointing shall be water proofed to the Engineers approval. Underground Cladding shall be finished with two coats of bituminous painting. Pipe insulation thickness for hot water supply shall be as given in the table below; and the density of the fibre glass shall be 100 kg/c.m., and 0.045 w/m2 oC declared max. thermal conductivity. Pipe diameter 15-20mm 25-80mm 100-200mm Insulation thickness 20mm 25mm 30mm

All lagged pipes which run in a visible position after erection shall be given a canvas cover prepared for painting as follows: a) Apply a coating of suitable filler until the canvas weave disappears and allows to dry.

Page 37: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

37

b) Apply two undercoats of an approved paint and finish in suitable gloss enamel to colours approved by the Engineer.

All lagging for cold and hot water pipes erected in crawlways, ducts, and above false ceilings which, shall be covered with a reinforced aluminium foil finish and banded in colours to be approved by the Engineers. In all respects, unless otherwise stated, the hot and cold water installation shall be carried out in accordance with the best standards of modern practice as described in C.P. 342 and C.P. 310 respectively, to the approval of the Engineer. Hot water pipes chased in walls shall be wrapped with hair felt or tobacco paper and secure with copper wire.

2.06 Jointing of Water Supply Pipework a) All joints must be air tight and water tight. b) Compounds containing red-lead shall not be used in jointing water supply pipes. c) Steel pipes shall be screwed together using an approved compound/proprietary thread

tape. Exposed threads above ground shall be rust-proof painted using non-toxic bituminous paint while those to be buried shall be thickly coated with bitumen.

d) Joints of copper to steel pipes of less than 38mm diameter shall be by copper unions or union ferrules. Those of 38mm diameter and above shall be by screw, braze, or weld copper flange to copper pipe jointing to steel flange with copper allow bolts and nuts.

Before any joint is made, the pipes shall be hung in their supports and adjusted to ensure that the jointing faces are parallel and any falls which shall be required are achieved without springing the pipe. Where falls are not shown on the drawings or stated elsewhere in the specification, pipework shall be installed parallel to the lines of the building and as close to the walls, ceilings, columns, etc., as is practicable.

e) All water systems shall be provided with sufficient drain points and automatic air vents to

enable them to function correctly

Before any joint is made, the pipes shall be hung in their supports and adjusted to ensure that the jointing faces are parallel and any falls which shall be required are achieved without springing the pipe. Where falls are not shown on the drawings or stated elsewhere in the specification, pipework shall be installed parallel to the lines of the building and as close to the walls, ceilings, columns, etc., as is practicable. All water systems shall be provided with sufficient drain points and automatic air vents to enable them to function correctly. Valves and other user equipment shall be installed with adequate access for operation and maintenance. Where valves and other operational equipment are unavoidably installed beyond normal reach or in such a position as to be

Page 38: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

38

difficult to reach from a short step ladder, extension spindles with floor or wall pedestals shall be provided. Screwed piping shall be installed with sufficient number of unions to facilitate easy removal of valves and fittings, and to enable alterations of pipe work to be carried out without the need to cut the pipe. Full allowance shall be made for the expansion and contraction of the pipework, precautions being taken to ensure that any forces produced by the pipe movements are not transmitted to valves, equipment or plant. All screwed joints to piping and fittings shall be made with P.T.F.E tape or Boss white proprietary compound.

2.07 Expansion Joints and Anchors

Where practicable, hot water pipework systems shall be arranged with sufficient bends and changes of direction to absorb pipe expansion providing that the pipe stresses are contained within the working limits prescribed in the relevant B.S. Specifications. Where piping anchors are supplied, they shall be fixed to the main structure only. Details of all anchor design proposals shall be submitted to the Engineer for approval before erection commences. When arranging piping it shall be ensured that no expansion movements are transmitted directly to connections and flanges on pumps or other items of plant. Flexible joints shall be supplied to prevent vibrations and other movements being transmitted from pumps to the piping systems or vice versa. All bends, valves and hydrant tee etc. in the line of the water mains shall be adequately anchored to resist thrust due to internal water pressure. A concrete block shall be cast under and the around the pipe and between it and the sides of the trench. Well rammed materials shall be used to support the pipe on either side of the concrete.

2.08 Pipe Supports and Fixings

(a) General This sub-clause deals with pipe hangers, slider and roller type supports, clamps, cages, cantilevers etc supports securing pipes to the structure of buildings for above ground application. These shall be manufactured to B.S. 3974. The variety and type of supports shall be kept to a minimum and their design shall be such as to facilitate quick and secure fixings to metal, concrete, masonry or wood. Consideration shall be given, when designing supports, to the maintenance of desired pipe falls and the restraining of pipe movements to a longitudinal direction only. Pipes shall be fixed in a position which leaves the lower surfaces at the same horizontal level, unless otherwise instructed.

Page 39: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

39

Pipes shall be fixed to true lines parallel to adjacent lines of the building unless otherwise specified. Where insulated, pipes shall be fixed with the insulation at least 25mm clear of adjacent surfaces. The Plumbing Contractor shall apply and install all steelwork forming part of the pipe support assemblies and make good any damage to builder’s work associated with the pipe support installation. All proposals for pipe supports shall be submitted to the Engineer for approval before any erection work commences. b) Spacing for Pipe Supports Pipe runs shall be secured by pipe clips connected to pipe hangers, wall brackets or trapeze type supports. ‘U’ bolts shall not be used as a substitute for pipe clips without the prior approval of the Engineer. An approximate guide to the maximum permissible supports spacings in metres for steel and copper pipe and tube is given in the following table for horizontal runs.

Size Nominal Bores

Copper Tube To B.S. 2871

Steel Tube To B.S. 1387

15mm 1.25mm 2.0m

20mm 2.0m 2.5m

25mm 2.0m 2.5m

32mm 2.5m 2.7m

40mm 2.5m 3.0m

50mm 2.5m 3.0m

65mm 3.0m 3.5m

80mm 3.0m 3.5m

100mm 3.0m 4.0m

125mm 3.5m 4.5m

150mm 4.5m 5.5m

The Support spacings for vertical runs shall not exceed one and half times the distances given for horizontal runs, or as given by the manufacturers. c) Pipe Sleeves Where pipes pass through concrete or block wall, pipe sleeves of galvanised steel tube shall be used; these shall be of sufficient sizes to give at least 3mm clearance around the pipe. The annular space shall be filled with bitumastic material and caulked at the ends.

2.09 Trench Excavation – Water Main

As described in B.S 8301 Clause 18 and the following:- (a) The Contractor shall excavate the pipe trenches in the line to the depths indicated by the

Engineer. Except where otherwise indicated on the drawings or directed by the Engineer,

Page 40: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

40

all pipes must have a minimum cover of 500mm over top of the barrel of the pipe when laid, plus or minus a tolerance of 75mm either way. All trenches shall be excavated in open cuttings.

(b) Where the trench passes through grassland, arable land or garden, whether enclosed or otherwise, the turf, if any, shall be pared off and stacked, and the productive soil shall be carefully removed from a width of 600mm greater than the normal trench width, or equal to the overall width of track of the excavating machine whichever is greater, and laid aside to be subsequently used in reinstating the surface of the ground after the trench has been refilled.

(c) The bottom of the trench shall be properly trimmed off, and all low places or irregularities shall be levelled up with fine material. Where rock or large stones are encountered, they shall be cut down to a depth of at least 75mm below the level at which the bottoms of the barrels of the pipes are to be laid, and covered to a like depth with fine material (sand or red soil) so as to form a fine and even bed for the pipes.

(d) Joint holes shall be excavated to such minimum dimensions as will allow the joints to be well and properly jointed.

(e) The pipe trench shall be kept clear of water at all times.

(f) The Contractor shall, wherever necessary, by means of timbering or otherwise, support the sides of the trench so as to make them thoroughly secure, and afford adequate support to adjoining roads, lands, building and property, during the whole time the trench remains open and shall remove such timbering when the trench has been backfilled. The cost of such timbering or other work shall be deemed to be included in the rates for excavation and backfilling. In case the Contractor is instructed by the Engineer to leave any portion of such timber in position, he will be paid for it accordingly.

(g) The clear width inside the timbering, in the case of single pipes shall be at least 320mm in excess of the external diameter of the pipe being laid, in order to allow it to be freely lowered into position in the trench without damage to the external protection.

(h) Where more than one pipe is to be laid parallel, then the clear width inside the timbering shall be at least 520mm in excess of the combined external diameters of the pipes.

(i) Any excavation below the specified depth, in error or otherwise, shall be refilled to the correct levels, at not extra cost, with mix 1:3:6 concrete or other approved material.

(j) If a mechanical excavator is used by the Contractor, he shall indemnify the Employer against all claims for damage which, in the opinion of the Engineer, may have been caused by the use of this plant. When a mechanical excavator issued the bottom 200mm of excavation shall be excavated by hand to ensure an even bed for the pipes.

2.10 Concrete Bedding, Haunching and Surround

Concrete bedding, haunching and surround shall be provided as necessary of where called for by the Engineer in accordance with the requirements laid down in B.S. 8301:1985 Clause 11.

2.11 Backfilling

Page 41: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

41

Backfilling of trenches, shall be carried out in accordance with the methods described in B.S. 8301:1985 Clause 5.7.6.

2.12 Reinstatement of Surfaces

Following the final backfilling of all trenches and manhole surrounds, the surface of the excavated areas shall be fully reinstated to the approval of the Engineer. Where the excavations have been carried out in public highways or other areas not forming part of the site, prices will be deemed to allow for all charges associated with the temporary and final reinstatement requirements of the Local Highway Authority. No claims for extras in this respect will be accepted.

2.13 Identification of Pipelines

All pipes conveying fluids shall be identified by applying the basic identification colours or the colour code indication as specified in B.S. 1710. The following table is given as a guide.

Pipe Contents Basic identification colour

1. Water Green

2. Drainage Black

3. Steam Silver Grey

4. Fire extinguishing Red

5. Compressed air and vacuum Light Blue

6. Oils Brown

7. L.P.Gas Yellow

The method of application shall be as here-in specified and/or shown on the drawings. 2.14 Lettering

The lettering for sluice valves, fire hydrants, air valves and washouts abbreviated SV, FH, AV and WO respectively shall be in accordance with the normal practice and as details shown on the drawings and colour coded as above with letters in white or black on the appropriate background colour.

2.15 Surface Boxes

Sluice valves, air valves and fire hydrants shall be covered with surface boxes in accordance with details as shown on the drawings. In roads and footpaths the boxes shall be laid flush with the surface.

2.16 Water Supply Pipework Testing

The whole of the water supply system shall be tested to the approval of the Engineer as follows:- Plug-off valves of main service line and/or terminals in the section to be tested. Fill pipes with drinking water and apply test pressure which shall be the maximum working pressure plus 50%, or as directed by the Engineer. There must be no measurable loss of pressure at the end of one hour and system must be water tight.

Page 42: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

42

Open all taps and check for satisfactory rate of outflow. Test all cisterns as directed, at pressure not less than the working pressure. Locate and make good all defects and re-test to the satisfaction of the Engineer.

2.17 Testing – Mains Installation

(a) The test pressure shall be one and a half the maximum working pressure except where a pipe is manufactured from a material for which the relevant B.S. Specification designates a maximum test pressure as in the case of the cast or spun iron pipes, where the test pressures should not exceed 120, 180 and 240 metre/head for Clause B, C, or D pipes, respectively. The test pressure shall be maintained by the pump for about one hour and if there is any leakage, it shall be measured by the quantity of water pumped into the main in that time.

(b) When a section of the main has been jointed, the ends shall be closed with caps, plugs, or flanges which must be strongly strutted against a solid surface to the satisfaction of the Engineer. The trench shall be properly backfilled and rammed as herein specified, and as shown on the drawings, for its whole length so as to cover the main to a depth of not less than 500mm, except at the joint places which shall be kept clear of all backfilling, if necessary by the use of timbering, so that each joint is left fully exposed for inspection. No backfilling of joints will be permitted before testing of each section. As long as a section of main as possible shall be tested at one time subject to the maximum length of open trench approved by the Engineer or permitted by the Highway Authority, and the test shall be carried out within 12 working days of the completion of such sections of mains. Where a main is laid across a road or in such as position as to interfere seriously with the normal use of the road, the Contractor may, with the consent of the Engineer and at his own risk, fill in such joint holes as may be necessary. He shall, at his own expense, re-excavate any or all joint holes necessary to locate a leak and carry out repair work should the results of his hydraulic test prove unsatisfactory. The section shall then be filled with mains water, great care being taken to drive out all air through air valves ferrules or otherwise to the approval of the Engineer.

(c) After the section to be tested has been charged and all air liberated it shall remain standing under moderate pressure for several days for final airing. The leakage from the mains and connections from each section tested shall not exceed 4 litres of water per 25mm diameter of main, per 2 km length each 24 hours, every 30 metres head of pressure, and any visible individual leak shall be repaired. To determine the rate of leakage, the Contractor shall furnish a suitable hydraulic test pump, pressure gauge, connections and water meter or other appliance, for measuring the amount of water pumped.

Page 43: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

43

If the leakage to be at a greater rate than that specified the Contractor shall re-excavate the trench where necessary and shall remake the joints and replace defective work until the leakage shall be reduced to the allowable amount.

(d) The Employer shall charge the Contractor the cost of any couplings required to join up tested lengths of main if, in the Engineer’s opinion, greater lengths could reasonably have been tested or if failure under test requires the pipe to be cut, or other methods of laying should have been adopted. Water used by the Contractor in testing the main shall be supplied by the Main Contractor. The Contractor shall carry out all work which may be necessary for making temporary connections to the existing mains to obtain water for testing at his own expense.

(e) In carrying out the test for watertightness the Engineer only shall authorise the operation of all valves, but the Contractor shall provide all the necessary labour to assist in the opening and closing of the valves to the Engineer’s instruction, and he shall allow in his prices for all his expenses in connection with testing on completion. The Engineer shall be the sole judge of watertightness.

2.18 Sterilization of Installation

After testing, all the water supply system shall be sterilized before taking into use, and after being opened up for any repairs. Sterilizing shall be done in accordance with C.P. 310:1965 Clause 409, or as detailed below, to the satisfaction of the Engineer. a) Fill the whole system with drinking water and flash out.

b) Re-fill the system, adding sterilizing chemical gradually as the storage cistern fills. Use

proprietary chemicals or bleaching powder at the rate of 0.15 kg per 1000 litres.

c) When the cistern is full, open the taps successively working away from the cistern, and closing each tap as the discharge begins to small chlorine.

d) Top up the cistern with water and the sterilizing chemical and leave still for 24 hours.

e) Empty system and flush-out thoroughly with clean water.

2.19 Cleansing and Sterilizing the Mains

When a pipeline is complete and where applicable, has successfully passed the test, it shall be thoroughly washed out using, if possible an open end. Thereafter it shall be sterilized by being filled with a suitable solution containing not less than 20 p.p.m of free available Chlorine or such other sterilizing agent, as the Engineer shall prove. After standing for 24 hours the main shall again be washed out and refilled with main water prior to the taking of bacteriological samples. The Contractor shall provide all necessary stop ends, fitting and chemicals for this work. Empty and washing out of the pipes shall be done in such a manner as not to damage the trench or cause flooding, and the Contractor shall supply and use such piping, specials and/or

Page 44: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

44

hose as may be necessary to facilitate the flow of water to the nearest drain or watercourse. Water used for washing out and sterilizing will be supplied by the Main Contractor. Before any section of the main is put into use a bacteriological sample or samples will be taken in the presence of the Engineer and only on receipt of satisfactory certificate from the Medical Research Laboratory will the main or section of main be permitted to be put into supply and be considered as having been substantially completed. Any expenditure involved in providing facilities or materials for the taking of samples shall be included in the Contractor’s tendered rates and the Engineer will specify and shall be the sole judge as to the number of samples required and the points at which they are to be taken. The cost of the bacteriological examination will be borne by the Employer but if the sample or samples are not satisfactory the cost of any subsequent analysis will be borne by the Contractor.

2.20 Existing Installation

Where pipes for cold water are to be connected up to existing installations, the condition of the existing installation it to be reported to the Engineer in order to establish if part of the existing installations is to be replaced or serviced. The Sub-Contractor shall allow for keeping the services in use with minimum interruptions. All service interruptions must be reported and agreed to with the client at least 24 hours in advance.

2.21 Clearance of the Site

The Contractor shall remove all surplus pipes, specials and other fittings from the site, upon completion of the works and prior to handing over. The site of works shall be levelled and all surplus excavation, debris, cut trees or bushes shall be carted to approved tip sites.

3.08 Booster Pumps These will comprise of 2 No. Electrically driven pumps, one for duty and one for standby. The pump vital parts (seal drivers, head cover, intermediate chamber, impeller, shaft, washer outer sleeve etc.) shall be in stainless steel, with tungsten carbide seal ring and cast iron pump head and a maintenance free mechanical shaft seal. This shall be coupled to a totally enclosed squirrel cage 2 pole fan cooler motor. Flange connections on each pump are to be BS 4504NP.16. Each pump is to be supplied with isolating valves, non-return valves and test cocks on the pump body, all as shown on the drawings or elsewhere in this specification. The pump and motors are to be assembled on a mild steel fabricated support base plate which is to be bolted down to a concrete plinth in an approved manner. Flexible coupling with flange connections are to be supplied and fitted to both suctions and delivery pipes to reduce pump vibrations being transmitted via the connection pipework.

3.09 PUMP CONTROL PANEL

Page 45: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

45

The control panel shall house the pump motor starters, selector switches, alarm devices and overload protection gear together with a micro-door switch to isolate all power upon opening the panel door. The panel shall be fabricated from heavy duty sheet steel with stove enamelled finish and clear Perspex front cover, forming a dust and damp proof enclosure. All control buttons and indicator lights shall be mounted on the panel door and suitably labelled and shall include the following:- a) Main isolator switch b) Pump No. 1 switch on push button c) Pump No. 2 switch on push button d) Automatic and manual change-over switches e) Pump running (green light) indicator light for each pump f) Pump failure

4.0 DRAINAGE SYSTEM

MATERIALS AND WORKMANSHIP 4.01 Cast Iron Spigot and Socket Pipes

These shall conform to B.S. 416:1973 for above ground pipework and of approved manufacture. Castings must be sound and free from defects, and must ring clearly when struck with a light metal hammer. All pipes and fittings to be coated with tar or bitumen based solution suitable for tropical conditions by the manufacturer. Jointing shall be by packing the joint space with a gasket of firmly caulked tarred yarn, then caulked with molten lead or fibrous lead yarn. Cast iron socketed pipes shall generally be supported at every socket joint by means of either holderbats secured rigidly to the structure, or purpose made straps for attachment to rigid steel support brackets. When holderbats are used, they shall conform to the requirements of B.S. 416. Suitable anchors shall be provided at all changes of pipe direction, junctions and tees, to counteract the effect of end thrust loads. All cast iron pipework, branches, tees, bends and other fittings shall be supplied complete with inspection covers for cleaning purposes. These inspection covers shall be included as part of the fittings and shall comply with the requirements of B.S. 146.

4.02 u.P.V.C. Soil and Water System

The pipes and fittings shall comply in all respects to B.S.S. 4514 and B.S 5255 and shall where appropriate bear the British Standard Kite Mark. Pipe will be supplied in plain ended lengths. The minimum acceptable wall thickness of pipe and fittings will be as follows:-

Page 46: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

46

32mm pipe 1.8mm 40mm pipe 1.9mm 50mm pipe 2.0mm 80mm pipe 3.20mm 100mm pipe 3.20mm 150mm pipe 3.30mm The method of jointing to be employed shall be that of solvent welding using the manufacturers approved cement. Seal ring fittings shall be used where necessary to accommodate thermal movement, or the sockets of standard fittings shall be converted to seal ring joints by the addition of a seal ring adaptor. The grade of Polymer used for the pipe shall have a minimum softening point of 82 deg. C and for the fittings a minimum softening point of 79 deg. C when tested by the ‘Vicat’ method 102D as described in British Standard 2782:1975. The pipe and fittings shall be colour grey, to British Standard 5252:1976, 10.A.07 with the exception of water closet connections, which may be colour white. The rubber seals for seal ring joint shall be of ‘W’ section and shall be to the material requirements of British Standard 2494:1976. Water closet connections shall be to the same British Standard. Water boss connections when fitted to pipes shall consist of two parts with inner and outer flanges, solvent welded as a complete unit with inbuilt gradients for the waste pipes of 1.25 degrees. Where it is not possible to gain access to the bore of the soil pipe, self locking bosses with integral clamping action may be used provided that the mating surfaces are suitable for and used with solvent weld cement. Water boss connections to branch fittings as necessary shall be solvent welded to set positions of its branch fittings. Alternative waste boss connections may be made using unequal junctions conforming to British Standard 4514:1969 with solvent weld joints conforming to the same. Holderbats shall be made of mild steel protected from corrosion by galvanising. They shall have a two position fixing suitable for either acting as pipe support but allowing thermal movement or as a clamp fit on a fitting creating a fixed point. For optimum fit to pipe supports P.C.V packing pieces may be used. Access shall be provided when necessary either by means of an integrally moulded door in an access fitting with an externally fitted rubber seal and secured with two galvanised bolts and nuts or alternatively two-piece clamp type door fitted into the pipe run. The system shall be as described in a ‘Product Handbook’ complying with the recommendations of B.S. 4940:1973.

4.03 u.P.V.C. Rainwater Fittings

All fittings shall be injection moulded and shall be compatible with pipes and gutters/ All gutters, pipes and fittings shall be colour grey to British Standard 5252:1976 10.A.07, or black or white.

Page 47: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

47

Gutter connecting fittings shall have integrally moulded seal retaining cavities housing a polychloroprene seal of hollow section. The fittings shall incorporate a gutter retaining clip:- Gutter connecting fittings shall incorporate provision for fixing the fascia boards, rafters or blockwork such that the fixing screws shall not be in contact with the inner surface of the gutter and shall have provision for expansion of the gutter clearly marked in the fitting. The grade of Polymer used for pipes and fittings shall have a minimum softening point of 75 deg.C when tested by the ‘Vicat’ method 102J as described in the British Standard 2782:1975. Gutters shall be supported on support brackets at one metre centres. Gutters shall be installed to accommodate thermal movement. Expansion joints shall be provided at maximum 4 metre centres. All rainwater system shall be installed in accordance with the manufacturer’s site work instructions.

4.04 u.P.V.C Underground Drainage System

The pipes and fittings shall comply in all respects to British Standard 4660:1973 and shall bear the British Standard Kite Mark. Pipes shall be supplied win plain ended lengths. The minimum acceptable wall thickness of pipe and fittings will be as follows:- 80mm pipe 2.25mm 110mm pipe 3.2mm 160mm pipe 4.10mm 80mm junction 3.2mm 110mm junction only 3.50mm socket 3.80mm body All other fittings 3.20mm socket 3.40mm body 160mm all fittings 4.30mm socket 4.70mm body The method of jointing to be employed shall be solvent weld or lip-seal socketed fittings. Jointing to other materials shall be made in the manner specified by the manufacturer. The grade of polymer used for the pipe shall have a minimum softening point of 82 deg. C when tested by the ‘Vicat’ method 102D as described in British Standard 2782:1975, and for fittings 79 deg.C. The pipes and fittings shall be of colour golden brown approximating to British Standard 381C:1971 No. 414. The seal retaining caps and seal rings shall be black . The rubber for lip seal joints shall be to British Standard 2494:1976.

Page 48: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

48

The base of soil and vent stack connection to the below ground drain shall be made with a bend of minimum centre line radius 250 mm. Minor changes of direction where permitted shall be made with a variable bend. Where pipes are laid under floor slab, these shall be laid on 150mm thick concrete class “15” (1:3:6 mix) bed on full width of trench or min. 400mm wide, and the pipe shall be completely surrounded with similar concrete thickness. In all other cases, the pipes shall be laid on prepared ground in trench and backfilling to manufacturer’s recommendations. Pipes shall not be left exposed to the sub during construction period.

4.05 Waste Fitment Traps

a) Standard Traps These shall be generally of the same diameter and material as the waste outlets to which they are connected to or as specified on the drawings. All wastes shall comply to B.S. 3380.

Wastes connected to main drains through an intermediate gully trap may have a trap with a minimum water seal depth of 40mm. All other traps shall have a water seal of minimum depth – 75mm. Bottle traps shall not be used for waste connections to sinks. Copper and copper alloy traps shall be case, solid drawn or hot formed to B.S. 1184. Plastic traps shall be B.S. 3943, of approved manufacture. These and the uPVC pipe work must be supplied by the same manufacturer.

b) Anti-Syphon traps

Where specified, anti-syphon traps shall be as manufactured by “Caradon Terrain Ltd”, self-resealing type or by “Marley Extrusions Ltd”, Anti-syphon type, or equal and approved.

4.06 Sealing off Existing Drains and Manholes Existing foul, surface water and sub-soil drains exposed during progress of work are to be reported to the Engineer. Where not required to be reused seal off with concrete or grout solid as directed. Seal off connection to manholes, demolish walls to 500mm below surrounding ground level and fill remainder of manhole with consolidated approved rubble and cover to level of surrounding ground as directed.

4.07 Drain Trenches

Excavation of trenches shall be made to such depths as shall be required to obtain proper falls and firm foundation. No permanent construction shall be commenced on any trench until the excavation has been approved by the Engineer. Where trenches have been excavated below the required depths they shall be re-filled to the correct level with Class “10” mass concrete (1:4:8 mix) for indoors and compacted granular or other approved fill for outdoors. Backfilling of the pipe trenches shall be by soft material free from stones and shall be watered and carefully tamped over and around the pipe concrete surround in 300mm layers until they are covered to a depth of 600mm. Subsequent filling is to be in 150mm layers, watered and rammed.

4.08 Cast Iron Man-hole Covers and Frames

Page 49: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

49

Covers and frames shall be to B.S. 497, of approved manufacturer. Covers are to be cleanly cast, free from air-holes, sand holes and voids, and to fit well in the frame. Covers and frames shall be coated using hot applied coal-tar based material complying with B.S. 4164:1980. Unless otherwise specified, covers are to 600 x 450 mm, single or double seal, flat type or recessed top for light or medium duty as specified on the Contract drawings. Heavy duty as “ East Africa foundry works” Medium duty (Grade B): Minimum weight 143 Kg. Light duty (Grade C): Minimum weight 37 Kg. Step irons for deep man-holes, where specified shall be of cast iron to B.S. 1247.

4.09 Sundries

Galvanised steel wire baloons shall be B.S. 416, table 22, of approved manufacture. Vent cowls, weathering slates and aprons for uPVC piping shall be supplied from the manufacture of the plastic pipeworks system. Fixing of all pipework shall be by holder-bats, pipe-rings and fixing clips, screwed, nailed or bolted to the structure to manufacturers recommendations and to the Engineer’s approval.

4.10 Inspection and Testing

All inspection and testing shall be carried out as laid down in B.S. 5572:1978 and to the Engineer’s approval. All apparatus and water for testing shall be provided by the Contractor. Drainage pipework shall be tested as soon as practical after erection. Concealed pipework shall be tested to approval before enclosing. Testing shall be carried out as follows:- a) Carry out air-test as described in B.S. 5572, Clause 12.3.1. b) Carry out water test as described in B.S. 5572, Clause 12.3.2.3. c) Carry out performance tests as described in B.S. 5572 Clause 12.3.3. Keep record of all tests carried out for inspection by the Engineer.

5.0 SANITARY APPLIANCES 5.01 General

All sanitary appliances shall be installed in accordance with the best standard of modern practice as described in B.S. 6465, and to the approval of the Engineer. The appliances shall be as here-in specified and as described on the Contract drawings. The item specification is given as a guidance only, including manufacturers reference numbers, but the Contractor shall ascertain and procure all the necessary accessories specified or not, but which are required for complete installation and proper functioning of the appliance. The Contractor shall also ensure that all items ordered comply with the general regulations, standard and by-laws as specified in this document.

Page 50: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

50

Where specific items are unobtainable, the Engineer shall be entitled to reject any of the alternatives on grounds of appearance or for any other reason, notwithstanding compliance with the terms of this specification.

5.02 Protection

Protection covers for the appliances etc shall be retained during and after fixing as far as possible. None of the equipment for the Contract works shall be used for preparing or soaking materials for washing tools, disposing waste or for any other purpose for which they are not designed. All appliances must be stored under cover and kept dry prior to installation. Where existing sanitary fittings are to be removed or replaced, the fitting is to be removed with utmost care and all fittings and taps to be handed over to the Employer.

5.03 Fixing

All fixtures shall be fixed in accordance with the manufacturer with the manufacturer’s recommendations and to the Engineer’s approval. Fastenings and fixings supplied by the equipment manufacturers shall be used wherever possible.

6.0 PLUMBING INSTALLATION

WATER PIPES TESTING REPORT Project………………………………… Date …………….. 20…….. Foreman/Plumber ……………………………………………………. DATA RECORDED ON SITE

Location and Ref. Drawing:

Length/Diameter of Pipe:

Class/Type of pipe

Test Pressure Required

Page 51: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

51

Water filled at –

Test Pressure Reached at –

Loss of Water/Pressure – Reading

1st Hr. 2nd Hr. 3rd Hr. 4th Hr. 6th Hr.

Quantity of water pumped to Retain test pressure:

Allowable Quantity of Leakage

Remarks

Signature: …………………………………. Date: ……………………… 20 ………………... (C.O.W/R.E) Signature: …………………………………. Date: ……………………… 20 ………………... Foreman/Plumber 7.0 FIRE FIGHTING/PROTECTION INSTALLATION 7.1 A .PORTABLE FIRE EXTINGUISHERS The Contractor shall supply and install portable fire extinguishers as shown on the Contract Drawings and as directed on site by the Engineer. These shall be containing an extinguishing medium of water, foam powder, carbon dioxide or halon, contained in a metal body, rechargeable or non-rechargeable. The units shall comply in all respects to B.S. 5423:1980 and B.S. 5306 Part 3, 1985. Where fixed on the wall, an appropriate fixing method shall be used, with rawl plugs in the wall to ensure permanent fix. Timber pegs shall not be acceptable for wall fixing. The units shall be supplied sealed to manufacturer’s recommendation and the seal shall be easily breakable to facilitate quick use during fire fighting operation.

7.2 HOSE-REEL INSTALLATION The Contractor shall supply and install the hose-reel fire fighting installation all as shown on the Contract Drawings and as directed by the Engineer.

Page 52: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

52

The hose reels shall comply in all respects to B.S. 5274:1985; automatic type, with the reel-hose complying to B.S. 3169:1981. Each hose-reel shall be fitted with a screw down globe valve to B.S. 1010, on the inlet to the reel. The hose-reel booster pump shall be of centrifugal type, with a minimum capacity as shown on the drawings. The pump shall be complete with an electric motor, a pressure cylinder, a base plate together with a gate valve and a strainer on the suction side plus a non-return valve on the discharge side all as shown on the Contract Drawings. Control for the pump shall be by a pressure switch. Piping for the hose-reel water supply shall be galvanised steel tubing to B.S 1387:1967, Class B with pipe threads to B.S. 21:1985. Pipe fittings shall be seamless wrought steel to B.S. 1974 Part 1, 1971. Gate valves shall be of bronze body and solid wedge with a non-rising stem and wheel, conforming to B.S. 5154:1983, and generally as Crane type DM 160. Check valves shall be Lift type with bronze body and composition disc conforming to B.S. 5154:1983 and generally as crane type DM 118. All hose-reel supply pipework and fittings shall be painted etching primer and two coats of red enamel paint to comply to B.S. 1710:1984. All painting shall be applied to manufacturer’s instructions.

7.3 DRY-RISER INSTALLATION Pipes shall be galvanised steel tubing to B.S. 1387:1967 Class B with pipe threads to B.S. 21. Pipe fittings shall be wrought steel seamless pipe fitting to B.S. 1740 Part 1: 1971. Flanges: steel flanges to B.S. 4504:1969 PN 16. Fire Brigade Breeching inlet shall consist of twin inlets; each inlet consisting of 65mm diameter male instantaneous coupling to B.S. 336 with a non-return valve and a blank cap secured with a short chain. The breeching inlet shall be enclosed in a sheet metal inlet box, finished in ‘fire red’ backed enamel paint, with wired glass door to B.S. 3980. The door shall be secured with spring lock such that it can only be opened from the inside by breaking the glass and releasing the catch on the lock. The door glass front shall be clearly marked with 50mm high red lettering ‘DRY RISER BREECHING CONNECTOR’. Landing valves shall be 65mm diameter gunmetal gate pattern dry riser outlets with flanged inlets and female instantaneous outlets fitted with plugs secured by short chain and conforming to B.S 5041: Part 2:1976. Air Release Valve shall be fixed to the dry riser terminating at least one metre above the topmost landing valve. The above valve shall be automatic air release valve conforming to B.S. 1452. The valve and the dry riser projecting over the roof shall be effectively earthed to prevent damage from lighting.

Page 53: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

53

7.4 FIRE HYDRANTS The fire-hydrant system shall comply to the requirements of B.S. 5306 Part 1. The fire hydrants shall be of the screwdown type to B.S. 750 type 2. These shall be of meehanite cast iron body with bronze spindle rings and nut and nickel-plated mild steel bearing plate. Units shall have discharge capacity of not less than 34 1/s (450 gal/min) at a constant running pressure of 1.7 bars. Units shall be installed underground in a concrete block chamber with surface box manufactured from meehanite cast iron (medium or heavy traffic design as specified) all to B.S. 750. The cover shall be inscribed F.H and chained to the box, all as manufacturer by Glenfield Ltd., or equal, approved. An indication plate to B.S. 3251 and of approved manufacture shall be installed at a nearby and conspicuous position. 7.5 SPRINKLER SYSTEM The specification shall comply with the Fire offices (FOC) rules for ordinary Hazard Group I. This is a wet pipe system that is permanently charged with water under pressure both above and below the installation alarm (wet pipe) valve. 7.6 PIPEWORK 1. All pipework above ground shall be heavy grade (class C) galvanized steel conforming to BS 1387 suitable for screwing to BS 21 pipe threads . 2. Pipes laid underground must conform to BS 3505 Unplasticised PVC pipe for cold water supply. 3. Joints must be made with fittings of the manipulative compression type to BS 864 part 2 only. Pipe bending is not allowed. 4. All welding of sprinkler pipework must be carried out in accordance with the provisions of BS 2640, BS 2971 or heating and ventilating contractors’ association manual-welding of mild steel pipework , except that the use of “set in type branches or sockets” and “cut and shut” or “segmented” bends is not permitted. 5. All pipework shall be given 2 coats of red paint.. 6. Slope of pipes for drainage: Sprinkler pipes of installations , whether on the wet , dry or alternate system must be installed such that the system can be thoroughly drained. Sprinkler pipes must be laid to the following minimum slopes:

Wet pipe systems -2mm in 1 m

Dry pipe and alternate wet and dry pipe systems with pipe diameter 50mm and above -4mm in 1 m

Dry pipe and alternate wet and dry pipe systems with pipe diameter less than 50mm – 12mm in 1 m.

7. Support of pipework: The contractor shall make use of the following items to support the pipework as necessary:

Hangers

Fasteners

Primary support brackets

Page 54: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

54

Pipe clips

Sling rods

U – bolts and

toggles 8. spacing and location of hangers: There must be at least one hanger for each pipe section : the distance between hangers for horizontal and vertical sprinkler pipework shall not exceed the following: Nominal diameter of pipe(mm) maximum spacing(m) Less or equal to 65 4.0 More than 65 and upto 100 6.1 More than 100 and upto 250 6.5 7.7 PRESSURE GAUGES 1. On all installations, there must be a pressure gauge (c ) fitted immediately above the alarm valve and

another (b ) immediately below the alarm and main stop valves. 2. Pressure gauges shall conform to BS 1780. The maximum scale value of such gauges should be of the

order of 150 per cent of the known maximum pressure. Pressure gauges must have divisions not exceeding 0.2 bar for a maximum scale value of 10bar, not exceeding 0.5 bar for a maximum scale of 16 bar and not exceeding 1 bar for a maximum scale exceeding 16 bar.

3. Means must be provided to enable each pressure gauge to be readily removed without interruption of installation water supplies.

7.9 VALVES FITTINGS Installation control valves: The installation must be provided with a set of installation control valves comprising:

a) a main stop valve b) an alarm valve suitable for a wet system and c) a water motor alarm and gong.

STOP VALVES: 1. All stop valves must be right handed i.e they must be so constructed that in order to shut the valve , the spindle must turn clockwise. The control wheels must be clearly marked showing in which direction the wheel is to be turned to close the valve. There must be an indicator also to show whether the valve is open or closed. 2.The following types of installation valves are allowed:

a) Gate / sluice valves designed and constructed to one or other of the following specifications or equal and approved :

BS 5150- cast iron wedge and double disc gate valves for general purposes

BS 5163- Double flanged cast iron wedge gate valves for water works purposes.

BS 1952-copper alloy gate valves for general purposes

BS 5157-steel gate valve for general purposes.

Page 55: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

55

b) Gear operated butterfly valves designed and constructed in accordance with the following

specifications or its equivalent subject to approval----BS 5155 cast iron and carbon steel butterfly valves for general purposes

BALL VALVES Ball valves for use in connection with the incoming water main to be brass gun metal or other corrosion resistant material preferably equilibrium type to BS 1212 (1953) as GLENFIELD AND KENNEDY LTD. All ball valves to be classified as high pressure Ball valves rated at 14.10 kg/sq. cm maximum. CHECK VALVES to be of cast body incorporating flanges , for service of over 54 mm nominal bore to BS 5153 (1974). Services of 54 mm nominal bore and under to be copper alloy to BS 5154 (1974). SPRINKLERS: The sprinklers in this installation shall be 15mm conventional pattern suitable for pendent position and a temperature rating of 68 deg. C. 8.0 PARTICULAR SPECIFICATION FOR COLD ROOM ANDSCOPE OF WORK The contractor is required to visit the site to confirm for himself the scope of work and the challenges associated with the works. The work to be carried out comprises the disconnection and removal of existing equipment ,supply, delivery, installation, testing and commissioning of kitchen cold room refrigeration equipment, renovations to cold room door, wall, ceiling and floor insulation ,installation of control panel with auxiliary equipment and internal wall finish in aluminum sheet cladding. Design conditions. Mean ambient temperature 28°C DB Storage temperature +2°C + -1°C Storage humidity (minimum) 85% Evaporators cooling load 9.0 KW 8.1 COLD ROOM The Cold room measures 6m x 3m x 2.8 high is existing and insulated and cladded with tiles on the floor, roof and walls. 8.2 FREEZER ROOM The Freezer room measures 6m x 3m x 2.8 high is existing and insulated and cladded with tiles on the floor, roof and walls.

Page 56: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

56

8.3 VAPOUR BARRIER AND WATER PROOFING. Before application of the insulation to the structure a vapor barrier shall be applied to the entire internal surface. This shall consist of an even layer of Flinkote type 3 or equal and approved applied to manufactures instructions. The to surface of the floor insulation shall be water proofed using an asphalt saturated and coated vapor barrier paper of not more than 0.3 perms permeance or other equal and approved, lapped at least 80mm and tacked in place. The engineer must approve the vapor seal before insulation work is commenced. 8.3 INSULATION AND FINAL WALL FINISHES The insulating material shall be polystyrene (or equal and approved) with a conductivity of approximately 0.035 W/M °C and approximately 25Kg/m3 for the walls and ceiling and 40Kgs/m3 for the floor. It shall be applied in two layers each 50mm thick with the second layer breaking joints with the first layer. Care must be taken to avoid breaking the vapor seal when fixing the insulation. Two more cotes of vapor seal shall then be applied after application of insulation. Hardwood battens shall be provided at regular intervals between insulation. Aluminium sheet (SWG 16) as specified on the drawing shall then be applied and secured on the hard wood. (Or plaster finish as in the case of this particular one at Multimedi University.). The existing tile cladding is defaced and an alliminum sheet SWG16 cladding is recommended. Any repairs to the floor and provision to drain condensate should be provided. 8.4 INSULATED DOOR The door and frame shall be fabricated from heavy seasoned timber and insulated with two layers of 50mm thick polystyrene sand witched between 10mm thick seasoned wood strips. It shall have a clear height of 2m being hinged on one side so that it opens outwards. The door shall be completed with sufficient gaskets and seals to ensure an airtight seal. The door shall be fitted with automatic plunger type switches for operating the fan motors and interior lights such that when it opens, the light shall go on and the fan shall stop when it is closed, the lights shall go off and the fans shall start. The door shall be such that it can be pad locked from outside but with an inside release such that it can be opened from inside even when padlocked. All metal parts on the door shall be chrome plated. The current state of the existing door requires repair and replacement of he door lock and removal of the old sealing gaskets to ensure no leaks. 8.5 EVAPORATOR The evaporator shall consist of a cooling coil, air-circulating fan, fan guard, defrost electric heater element and thermostatic expansion valve. The valve shall be pressure equalized and manually adjustable. A timer unit shall be mounted in the control panel to control both the de-frosting intervals and defrosting period both of which shall be variable. The evaporator shall be of cooling load capacity 9KW. It shall be ceiling type unit with a drip tray fitted with drainpipe to the outside of the building. The unit shall be as Gunter or equal and approved and shall be designed for R134A REFRIGERANT. 8.6 CONDENSING UNIT The condensing unit shall be of capacity to match with evaporator cooling load while using refrigerant R314a under specified conditions. The unit shall be air-cooled semi hermetic with automatic capacity control for evaporator demand. It shall be provided with suitable anti-vibration mounting and an initial oil change in the compressor. The unit shall be complete with compressor, electric motor, air-cooled

Page 57: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

57

condenser of non-ferrous construction, liquid receiver, all mounted on a common base. The unit shall be as BITZER or equal and approved. 8.7 REFRIGERATION PIPEWORK. Pipe work shall be approved copper tubing and fitting and shall be properly fixed in conformity with ‘TRANE REFRIGERATION MANUAL’. The suction line shall be insulated with at least 25mm thickness of ARMAFLEX or other approved material, which shall not have insulating properties inferior to those of cork. The condensing unit shall be approximately 5 meters from evaporator unit. 8.8 REFRIGERATION COMPONENTS The system shall be provided with the following components all similar to or equal to those manufactured by DANFOSS.

A. Cold Room The equipment and accessories for the cold room and freezer room shall include and not limited to the supply and installation and commissioning of :-

Cold room door and lock

Condensing Unit 9Kw Bitzer

Matching Evaporator Unit 9KwGunter

Filter Drier

Liquid Solenoid Valve

Liquid sight glass

Thermal Expansion valve

Temperature control Thermometer

Dial thermometer 100mm dia.

Electrical control panel complete with contactors Overload CB defrost timer and indicator lights

Copper Refrigeration pipe work c/w armerflex thermal insulation

Meat hooks in stainless steel

Vapour proof light fitting

Storage Rack 3 tier 1800 x 500 x 1800 high B. Freezer Room

Freezer room door lock

Bitzer semi hermetic Condensing Unit 9Kw

Gunter Matching Evaporator Unit 9Kw

Filter / Drier

Liquid Solenoid Valve

Liquid sight glass

Thermal Expansion valve

Temperature control thermometer

Dial thermometer 100mm dia.

Electrical control panel complete with contactors Overload, CB defrost timer and indicator lights

Door heater tape, transformer and covering metal beading

Drain heater

Copper Refrigeration pipe work c/w armerflex thermal insulation

Page 58: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

58

Vapour proof light fitting 8.9 CONTROL PANEL. The control panel shall be fabricated from mild steel of minimum SWG18 with a hinged door and then powder coated after manufacture. It shall be provided with an integral lock. It shall be complete with;

1. Isolator fitted door 2. Controlling thermostat with temperature rang from -10°C to 30°C 3. 80mm dial thermometer with temp rang from -10°C to 30°C 4. Motor starter and current overload relays 5. MCBs 6. Phase failure relay with over and under voltage protection 7. Time switch for defrost control 8. Push buttons for start and stop

The panel shall also have green light running indicators, red ‘door open’ light and equipment circuit trip lights. 8.10 ELECTRICAL INSTALLATION The electrical sub-contractor shall be responsible for providing power to the control panel and for providing a local isolator and connecting power to it. The cold room sub contractor shall be responsible for the final connections to the above equipment, all control wiring and for all wiring within the control panel. 8.11 TESTING AND COMMISSIONING Before insulation of the suction pipe the refrigeration system shall be tested for pressure and leaks using the combined pressure and leaks testing methods. The refrigeration system shall be charged with R134a refrigerant and entire system raised to test pressure for the system. Leaks shall be checked using soap bubbles followed by using of electronic leak detector. After system is proved leak proof, it shall be maintained under test pressure for 24 hours. If at the end of this time the gauge pressure has fallen, the complete system shall be re-tested. After the successful completion, of the test, the system shall be evacuated using vacuum for 24 hours. If there is loss of vacuum the system shall be dehydrated again and left under vacuum for a further 24 hours until the system is effectively dehydrated. After this the system shall be charged with the correct type and quantity of the refrigerant. The system shall then be set to work and adjusted to ensure that it operates correctly and design conditions are archived. It shall be left to operate for 72 hours and room temperatures recorded for this period using and automatic room temperature sensor/ recorder. 9.0 PARTICULAR SPECIFICATION FOR KITCHEN EXTRACT HOOD SYSTEM. The extract hood shall be of size 8300 x 4150 x 900 manufactured from 16SWG stainless steel sheets and stiffened by a frame of painted 25mm square steel tubes.

Page 59: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

59

It shall have a 75mm x 25mm square steel tubes. It shall have a 75mm x 25mm grease channel all around the button edge with 20mm diameter drainage holes all round. The holes shall have plastic plugs for drainage of grease. It shall be lit from inside with vapour proof lit fitting power for the fitting shall be installed using metal conduit and to services Electrical Engineers detail. The hood supports shall be made of suitable galvanized chain/shin with strength to carry the weight of the hood suspended from the roof trusses as shown on the drawing and to Structural Engineers directions. The hood shall have a greased eliminator made of Stainless Steel filter panels with a grease drip tray (Stainless Steel) at the bottom. The assembly shall be detail and the filters shall be washable 9.1 EXTRACT DUCTWORK The ductwork shall be constructed as shown on the drawing using galvanized mild steel sheets, 22 SWG. Duct shall be manufactured in conformity with specification DW 142, 1982 published by H.V.C.A. 9.2 EXTRACT FAN The extract fan shall be mixed flow axial fan of duty 2000m3/h against 200pa. The fan shall be complete with roof cowl and soaker sheet The fans shall be as WOODS . 63JM/25/2/6/26o and with a 3phase motor2910rpm. The fan shall be mounted in accordance with manufacturers. It shall be provided with integral lock, it shall be complete with the following;

isolator on the door. Motor starter with current overload relay Miniature circuit breaker. Phase failure relay with over voltage and under voltage protection timer switch to switch off the fan at a preset time push button for stat and stop. Indicator lights to switch off the fan when the fire damper closes Variable speed control

9.3 ELECTRICAL WORKS The electrical sub contractor shall be responsible for providing power to a local isolator and connecting power to it. The ventilation subcontractor shall be responsible for the connections between the isolator and control panel. The panel shall be approximately three meters from isolator. The subcontractor shall be responsible for connections between the panel and the fan, fire damper and within the panel. Electrical works under this subcontractor shall include conduit works and a suitable weatherproof isolator next to the fan. All electrical kitchen equipment shall be disconnected to allow renovation works to be carried safely and wired a new and grounded to protect workers from shock in case of electrical fault. 10.4 Gas installation The gas cooking equipment shall be disconnected to allow the renovation of the kitchen cooking island . This shall call for removal of gas manifold, existing gas pipe work and re installation and connecting the gas supply to gas cooking equipment

Page 60: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

60

TECHNICAL SCHEDULE

1. General Notes to the Tenderer

Page 61: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

61

1.1 The tenderer shall submit technical schedules for all materials and equipment upon

which he has based his tender sum.

1.2 The tenderer shall also submit separate comprehensive descriptive and performance

details for all plant apparatus and fittings described in the technical schedules.

Manufacturer’s literature shall be accepted. Failure to comply with this may have his

tender disqualified.

1.3 Completion of the technical schedule shall not relieve the Contractor from complying

with the requirements of the specifications except as may be approved by the

Engineer.

TECHNICAL SCHEDULE

Page 62: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

62

The tenderer must complete in full the technical schedule. Apart from the information required in the

technical schedule, the tenderer MUST SUBMIT comprehensive manufacturer’s technical brochures

and performance details for all items listed in this schedule (fill forms attached).

ITEM DESCRIPTION MANUFACTURER COUNTRY OF ORIGIN

REMARKS (Catalogue No. etc.)

A

B

C

D

E

F

G

H

I

J

K

L

Water Closet

Wash hand basin

Urinal Bowl

Urinal Flush Valve

Kitchen sink

Disabled Water Closet

PPR Pipes

Gate Valves

Hose reel Pump

Breeching Inlet

Landing Valve

Undersink Heater

Catalogue must be attached for all the items in the schedule of material above

CONDITIONS OF SUB-CONTRACT AND APPENDIX

Page 63: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

63

The successful tenderer shall be required to enter in a sub- contract agreement with the main contractor under the terms of the standard KABCEC conditions of subcontract which shall be amended and completed as follows: Clause 28: Fluctuations; Sub-clause 28.2-28.4 shall be omitted. The contract shall be a fixed price contract. The appendix shall be completed as follows: APPENDIX Clause Name of sub-contractor’s insurers 6.0............................................ Name of sub-contractor’s surety 7.0............................................ Amount of surety 7.0: …..10% of contract sum Period of possession of site 8.1............................................ Date of commencement of works 8.2............................................. Date for practical completion 8.2.............................................. Interval for application of payment certificates 23.1......1 month Minimum amount of payment certificate 23.4...... Kshs. 500,000.00 Percentage of certified value retained 23.6........ 10% Limit of retention fund, if any 23.6..........5% Name of the sub-contractor’s bank for purposes of interest calculation. 23.7, 23.8...................................... Defects liability period 23.11....... 6 Months Period of final measurement and valuation 23.12....... 6 Months Damages of delay in completion 27.1 at the rate of Kshs................ .. As per Main contract

BILL OF QUANTITIES

Page 64: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY: PLUMBING, DRAINAGE AND FIRE FIGHTING

64

(i) The Tenderer shall complete all the BQ unit rates schedules. The BQ unit rates schedule shall be

read in conjunction with the specifications and the drawings.

(ii) The total prices in the main summary of price schedules shall be deemed to include all obligations

under the Contract including and not limited to supply of materials equipment, apparatus, fittings,

spares, tools, insurance, delivery to site, storage, installation, testing and commissioning in

accordance with this specification.

(iii) Any prices omitted from any section or part of price schedule shall be deemed to have been

included in another item, section or part.

(iv) All prices shall be duty paid and shall also be inclusive of all taxes current at the time of tendering.

(v) Where client wishes to supply some items of work the contractor will be required to quote for labor

rate for fixing the item

Page 65: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

NO Kshs Kshs

1.0 PRELIMINARIES

A Provide insurance as required in the sub contract

conditions.

Item 1

B Provide performance bond as required in the sub contract

conditions.

Item 1

C Preparation of working drawings, Shop drawings and “As

installed” record drawings for approval by the Engineer

Item 1

D Allow for 3sets of Blue prints/ paper copies of as

installed drawings.

Item 1

E Provide four sets of Equipment instruction and maitanance

manual for all equipments installed

Item 1

1 Total carried to Summary

Page 1

Page 66: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

NO Kshs Kshs

2.0 SANITARY FITTINGS

Supply, Install, Test and Commission the following

sanitary fittings as specified:

A WATER CLOSET (W.C.) PAN

SLOAN “ST-2009-A” Elongated top spud, floor mounted

water closet Suite in white vitreous china comprising:- bowl

with S-Trap Outlet; heavy duty plastic seat and cover ,WC

outlet connector or equal and approved. 44 No

B WC FLUSH VALVE

Quiet exposed, diaphragm type, chrome plated WC Flush

Valve, high chloramine resistant permex synthetic rubber

diaphragm, ADA Compliant metal oscillating non hold open

handle with tripple seal handle packing, 25mm I.PS. wheel

handle Bak-Chek angle stop, adjustable tailpiece, vacuum

breaker, elbow flush connection and spud coupling for

40mm concealed back spud. Exposed parts chrome plated.

Valve to be as SLOAN 110 flush valve OR equal and

approved.44 No

C DURAVIT “D-CODE” Close coupled WC Suite in white

vitreous china Catalogue No. 211109 bowl with horizontal

Outlet; No. 092730 - 6 litre cistern and fittings with inlet

and overflow with chrome push button ;No.006739 heavy

duty plastic seat and cover , WC outlet connector or equal

and approved.2 No

D TOILET ROLL HOLDER

Mediclinics No. PRO783CS Wall mounted toilet roll holder,

vandal proof, commercial type to dispense big rolls 230 mm

diameter, approximates size: diameter 250mm, depth

125mm. Material: stainless steel. Or equal and approved.

44 No

D TOILET ROLL HOLDER

Mediclinics No. DTH100CS Wall mounted toilet roll holder,

vandal proof, commercial type to dispense 2/3 standard

rolls, approximates size: Length 116mm, Width 252; depth

130mm. Material: stainless steel. Or equal and approved.2 No

D ROBE HOOK

Wall mounted Chrome plated Robe hook. To be as DURAVIT

D-CODE No. 00904 or equal and approved. 46 No

Total carried to collection page

Page 2

Page 67: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

NO Kshs Kshs

A WASH HAND BASIN - COUNTER TOP

Duravit "D-CODE" Counter top Wash hand basin with one

tap hole , size 545 x 435 mm in white vitreous china No.

033754. Complete with chrome plated 32mm , DOCOL

pressmatic compact 15mm diameter chrome plated press

action non-concussive pair pillar tap; chrome plated bottle P-

Trap with extension pipe to wall. or equal and approved.50 No

B MIRRORS

600 x 600 x 6mm thick plate glass mirror, similar or equal

to Twyford "Bevelled mirror" No.PB 0383 XX. Mirrors

shall be installed above all W.H.B’s. 50 No

C LIQUID SOAP DISPENSER

Mediclinics DJOO30 liquid soap dispenser in stainless steel

AISI 304 body. With top filling lid and push button. With

epoxy finish. Or equal and approved. 42 No

D HAND DRYER

Mediclinics Sensor operated hand drier, steel 1.9mm thick

one piece cover , chrome bright finish. Size 248 x 278 x

210mm. Effective air flow 330m3/hr Electrical power

supply 2.25kW, single phase 240V 50 Hz. 26 No

E SINGLE BOWL SINGLE DRAINER STAINLESS STEEL

SINKHeavy gauge single bowl, Single drainer Stainless steel

kitchen sink overall size 1600 x 500mm and bowl size 420 x

355 x 150mm, Complete with 40mm diameter, Chrome plate

chain waste and plug, plastic “P” trap and 20mm diameter

wall type EUROBATH sink mixer with overarm swivel

outlet. As Associated Steel Ltd or equal and approved. 2 No

F BOWL URINAL

Duravit Model No. 082830 bowl urinal;rimless; in white

vitreous china; with visible top inlet; dimensions 305 x

290mm; complete with:- bowl pair supports , chrome plated

bottle P- trap, 40mm diameter domed outlet grating pair

bowl divider/divisions; division hangers or equal and

approved.32 No

Total carried to collection

Page 3

Page 68: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION AMOUNT

NO Kshs

A BOWL URINAL FLUSH VALVE - PRESS ACTION

DOCOL pressmatic compact Urinal flush Valve

Fluxometers Code. 17010306 ,

Diameter: 3/4",

Operating pressure range 0.2 bar - 3 bar

Press action As

DOCOL Or equal and approved.32 No

B DISABLED UNIT

Twyfords Disable toilet suite comprising: WC with

horizontal outlet, wash hand basin with no overflow and no

chain waste fitting, 5 No. Doc M support rails, Doc M

hinged support rail, toilet roll holder, pair wall hanger, grid

waste, Doc. M cistern and fittings, Doc. M seat ring,

stainless steel seat hinges, No. 1240WH P trap connector

or equal and approved.8 No

C UNDERSINK WATER HEATERUndersink water heater of capacity 30 litres. Electrical

load 3 Kw, 240V, 50Hz. To be as ARISTON EURIPRISMA

or equal and approved. 2 No

Total carried to collection

Page 4

Page 69: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION AMOUNT

NO Kshs

COLLECTION PAGE

A Total B/F from page 2

B Total B/F from page 3

C Total B/F from page 4

Total carried to Summary2

Page 5

Page 70: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

NO Kshs Kshs

3.0 INTERNAL COLD WATER SUPPLY INSTALLATION

General Note:-

Price of pipework to include the cost of couplings,

connectors, fixing brackets, holderbats, plugs and jointing

to fittings etc., together with marking of pipe routes on

walls and Floors for wall chasing and holes cutting by

others all as required in the pipework installation.

The following in PN 20PPRC conforming to the current

European standards for PPR installations and to the

Engineers approval, pipe jointing shall be by polyfusion or

use of electric coupling. Rates must allow for all

Metal/Plastic threaded adaptors where required for the

connection of sanitary fixtures, support raceways ,

isolating sheaths, elastic materials, expansion arms and

bends, crossovers etc. (As Agro Irrigation or equal and

approved)

PIPEWORK

A 65mm diameter pipe 160 Lm

B 50mm diameter pipe 132 Lm

C 40mm diameter pipe 49 Lm

D 32mm diameter pipe 205 Lm

E 25mm diameter pipe 65 Lm

BENDS

F 65mm diameter bend 18 No

G 50mm diameter bend 35 No

H 40mm diameter bend 8 No

I 32mm diameter bend 100 No

J 25mm diameter bend 6 No

TEES

K 65 x 65 x 65mm diameter 10 No

L 65 x 65 x 50mm diameter 25 No

M 50 x 50 x 25mm diameter 36 No

N 50 X 40 X 25mm diameter 3 No

O Total carried to collection

Page 6

Page 71: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

NO Kshs Kshs

A 50 X 32 X 25mm diameter 18 No

B 32 X 25 X 25mm diameter 28 No

C 25 X 25 X 25 mm diameter 38 No

MALE / FEMALE THREADED BENDS

D 25mm diameter bend 110 No

FEMALE/MALE THREADED ADAPTOR

E 65mm diameter 20 No.

F 50mm diameter 40 No.

G 40mm diameter 38 No.

H 32mm diameter 44 No.

I 25mm diameter 4 No.

SOCKETS

J 65mm diameter 40 No

K 50mm diameter 33 No

L 40mm diameter 12 No

M 32mm diameter 51 No

N 25mm diameter 16 No

UNIONS

O 65mm diameter 16 No

P 50mm diameter 17 No

Q 40mm diameter 6 No

R 32mm diameter 26 No

S 25mm diameter 8 No

Total carried to collection -

Page 7

Page 72: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

NO Kshs Kshs

GATE VALVES

A 65mm diameter high pressure screw-down full way non-

rising stem solid wedge disc gate valve to BS 5154 PN 16

for Series B Rating with wheel head and including jointing

to steel tubing. As CRANE Model 156 or equal and

approved 11 No

B 50mm diameter 20 No

C 40mm diameter 19 No

D 32mm diameter 22 No

E 25mm diameter 2 No

F FLEXIBLE CONNECTIONS TO SANITARY FITTINGS

There are to be a maximum length of 300 mm each

complete with connecting couplers per length. 112 No

G ANGLE VALVES

Chrome plated angle valve as COBRA or equal and approved.112 No

ROOF WATER TANKS

H Rectangular pressed steel cold water storage tank.

Capacity 20,500 litres. Approximate dimensions: Length -

3660mm, width 2440mm, height 2440mm. Complete with

screwed conections for inlet, outlet and overflow. 2 No

BALL VALVE

I 50mm diameter high pressure ball valve to be as PEGLAR or

equal and approved 2 No

J STERILIZATION

Allow for sterilization including flushing out water and

chlorine to the satisfaction of the Engineer. Item Sum

K TESTING AND COMMISSIONING

Test and commission the entire internal water supply to the

satisfaction of the Engineer. Item Sum

Total carried to collection

Page 8

Page 73: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION AMOUNT

NO Kshs

COLLECTION PAGE

A Total B/F from page 6

B Total B/F from page 7

C Total B/F from page 8

3 Total carried to Summary

Page 9

Page 74: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

NO Kshs Kshs

4.0 INTERNAL FOUL AND WASTE WATER DRAINAGE

Supply, install, test and commission the following complete:

General Note.

Prices for pipework shall include the cost for couplings,

connectors and jointing to fittings appliances etc., and

fixing brackets all as required in the pipework installation,

together with marking pipe routes on walls and floors for

wall chasing and holes cutting by others.

Note for U.P.V.C. pipework: All UPVC couplings, branches,

tees etc., are to be formed strictly in accordance with the

manufacture’s interactions. Jointing pipework by “ heat

formed sockets” etc., shall not be accepted.

U.P.V.C. Soil, Waste and Ventilation Pipes and fittings to

B.S. No. 5255

PIPEWORK

A 40mm waste pipe fixed to wall or wall chase including

approved pipe clips or brackets 105 Lm

B 50mm – ditto- 93 Lm

C 100mm grey brown drain pipe fixed to wall surface or boxed to architect’s detail138 Lm

UNDERGROUND UPVC PIPEWORK TO BS 4660:1963

GOLDEN BROWN SERIESD 150mm soil and waste pipe laid in or under concrete Floor slab or underground 42 Lm

E 100mm diameter ditto 91 Lm

SWEEP BEND

F 40mm 53 No

G 50mm 48 No

H 100mm short radius bend 8 No

I 100mm long radius bends 8 No

SWEEP TEE

J 40mm 92 No

K 50mm 7 No

L 100mm 66 No

Total carried to collection

Page 10

Page 75: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

NO Kshs Kshs

ACCESS CAP

A 40mm 30 No

B 100mm 33 No

BOSS CONNECTION

C 40mm 7 No

D 50mm 13 No

E No. 125 WC CONNECTOR 54 No

F WEATHERING APRON TERRAIN No. 131 7 No

G VENT COWL TERRAIN No. 150.2 7 No

H FLOOR TRAP

Floor trap as “ Key Terrain” 281.3 trapped Floor gully, 282.6 Floor gully inlet and grating.31 No

I GULLY TRAP

Gully trap chamber size 250 x 250mm, approximately

400mm deep in 150mm blockwork with cement mortar

joints, on 150mm thick mass concrete slab and plastered

inside for 100mm trap and hopper. 40mm thick, 250 x

250mm P.C.C cover to gully trap chamber and provided with

40mm ventilating hole.5 No

J GRATED GULLEY TRAP

Trapless chamber size 250 x 250mm, approximately 150mm

deep in 150mm blockwork with cement mortar joints, on

150mm thick mass concrete slab and plastered inside for

100mm trap and hopper. 40mm thick, 250 x 250mm grated

stainless steel cover to gully trap chamber. 1 No

K INSPECTION CHAMBER

Internal chambers not to exceed 1070 x 910mm and depth not to exceed 2000mm below finished floor or ground level. Wall thickness should be 150mm blockwork and it should have concrete base and rendered concrete benchinching 1:3:6 mix. The cover to be cast iron Grade "B" medium duty to BS 497 with double seal.12 No

L TESTING AND COMMISSIONING

Test and commission the entire internal drainage system to

the satisfaction of the Engineer. Item Sum

Total carried to collection

Page 11

Page 76: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION AMOUNT

NO Kshs

COLLECTION PAGE

A Total B/F from page 10

B Total B/F from page 11

4 Total carried to Summary

Page 12

Page 77: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

NO Kshs Kshs

5.0 FIRE FIGHTING

Supply and install the following fire fighting equipment and

fittings as described and shown on the drawings

PORTABLE FIRE EXTINGUISHER

A 9 litre water Co2, fire extinguisher complete with refill

cartridges and wall fixing brackets complying with B.S

5423. 16 No

B 4.5kg carbon dioxide gas extinguisher complete with

refill cartridges and wall fixing brackets and complying

with B.S 5423 16 No

C FIRE BLANKET

1.8metre x 1.2metre Fire Blanket manufactured to

BS EN 1869:1997 and BSI Kite marked, with slim-line

design with rigid plastic case, plastic that case can be

wiped maintaining hygiene in kitchen environments,

Includes hole so that the fire blanket can quickly and

easily be wall-mounted, hinged base and complete with

toggles for quick and easy to use in the case of a fire

emergency.2 No.

D FIRE FIGHTING HOSE REELS

Supply and install

Make: Similar or equal and approved to ‘TG’

Series Hose Reels type with the following

characteristics:

Manual operation

swinging type

Delivery valves 25mm BSP inlet to

B.S 1010 16 No

Mild steel feed to B.S 1387

FIRE FIGHTING PIPEWORK

All pipework shall be galvanized mild steel to

B.S 1387. Class ‘B’

E 25mm diameter pipe 36 Lm

F 50 mm diameter pipe 185 Lm

BENDS

G 25mm diameter bend 36 No

H 50mm diameter bend 185 No

Total carried to Collection

Page 13

Page 78: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

NO Kshs Kshs

TEES

A 50 X 50 X 50mm diameter 5 No

B 50 X 50 X 25mm diameter 13 No

GATE VALVES TO BS 5151:1974

C 50mm diameter 5 No

D 25mm diameter 16 No

SOCKETS

E 50mm union joint 31 No

F 25mm union joint 6 No

UNION

G 50mm union joint 15 No

H 25mm union joint 3 No

I FIRE FIGHTING BOOSTER PUMP

Shall be as "DAB Booster sets " automatic booster pump

model: 2KV 6/7

Capacity: 9m³/s.

Head: 45m

Power supply: 1.1kw, Single phase 240v, 50Hz.

Duty and standby.

Complete with pressure switch, pressure

cell, control panel, valves, and any other

accessories necessary for efficient

operation or equal and approved. 1 Set

J PUMP CONTROLS

Supply, deliver and install a control panel with removable

front access cover, motor control gear, internal buttons

with automatic change over “running” and “trip” neon lights

control system, overload, protection, power surge

protection, button for change from automatic to manual

operation plus any other necessary controls1 No

K ELECTRICAL POWER SUPPLY

Allow for pump wiring from the local isolator. Item Sum

L TESTING AND COMMISSIONING

Allow for testing and commissioning the entire fire fighting

system to the satisfaction of the Engineer. Item Sum

Total carried to Collection

Page 14

Page 79: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION AMOUNT

NO. Kshs

COLLECTION PAGE

A Total B/F from page 13

B Total B/F from page 14

5 Total carried to summary 5

Page 15

Page 80: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

NO Kshs Kshs

6.0 EXTERNAL WATER RETICULATION

All pipes shall be heavy HDPE pressure pipes to KS 06-149

Part 3 and fittings to B.S. 1740 {CLASS D}

PIPEWORK

A 110mm diameter pipe (Provisional) 150 Lm

B 50mm diameter pipe 800 Lm

C 40mm diameter pipe 40 Lm

D 32mm diameter pipe 50 Lm

E 25mm diameter pipe 120 Lm

BENDS

F 110mm diameter bend 12 No

G 40mm diameter bend 8 No

H 32mm diameter bend 5 No

I 25mm diameter bend 10 No

TEES

J 110 X 110 X 110mm diameter 2 No

K 110 X 110 X 50mm diameter 2 No

L 110 X 110 X 32mm diameter 2 No

M 110 X 110 X 25mm diameter 10 No

N 110 X 50 X 40mm diameter 2 No

O 40 X 40 X 25mm diameter 2 No

P 40 X 32 X 25mm diameter 2 No

GATE VALVES TO BS 5151:1974

Q 100m diameter high pressure screw-down full way non-

rising stem solid wedge disc gate valve to BS 5154 PN 16

for Series B Rating with wheel head and including jointing

to steel tubing. As CRANE Model 156 or equal and

approved1 No

R 40mm diameter 2 No

UNION/FLANGES

S 100mm diameter 12 No

SOCKETS

T 100mm diameter 133 No

B 50mm diameter 5 No

C 40mm diameter 7 No

Total carried to collection

Page 16

Page 81: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

NO Kshs Kshs

D 32mm diameter 9 No

E 25mm diameter 20 No

SLUICE VALVE

F 100mm diameter sluice Valve 1 No

MALE/FEMALE THREADED ADAPTORS

G 40mm diameter 6 No

H 32mm diameter 6 No

TRENCHING

I Excavate trench, including leveling , ramming bottoms,

dackfilling ( average 600mm deep) 1500 Lm

GARDEN TAPS

J Garden taps , 25mm diameter as PEGLAR or equal and

approved 14 Lm

K SLUICE VALVE CHAMBER

Valve chamber size 300 x 300 x 600mm deep inside,

comprising 200mm thick plain ( 1 : 3 : 6 mix) concrete base,

150mm solid concrete walling with cement mortar joints and

12mm thick inside rendering and formed holes for pipework.

400 x 400 x 40 mm thick R.C.C (MIX C) cover reinforced

with B.R.C. NO. 14 with 400mm ventilating/lifting hole.

1 No

SLUICE VALVE INDICATOR POST

L Valve indicator post size 90 x 50 x 1200mm high in P.C.C.

(MIX C) With enlarged and shaped head, size 225 x 50

with splayed corners, all reinforced with 2 x 12 mm mild

steel bars folded back at the enlarged head and with 6mm

stirrups 50mm c/c, all fair finished and painted yellow gloss

paint and with the letters 'SV' recessed 3mm into the

enlarged head and painted black: Post set into and including

400 x 400 x 400mm deep 150mm under finished ground

level, including all the necessary excavations, back filling,

disposal, form work etc.

1 No

FIRE HYDRANT VALVE CHAMBER

B Valve chamber size 300 x 500 x 600mm deep inside,

comprising 200mm thick plain ( 1 : 3 : 6 mix) concrete base,

200mm solid concrete walling with cement mortar joints

and 12mm thick inside rendering and formed holes for

pipework. 100mm thick reinforced concrete cover with 380

x 230 mm clear opening and standard hydrant cover and

frame to B.S. 750, in cast iron with frame set in concrete

mortar and cover marked F.H. using yellow pain. 2 No

Total carried to collection

Page 17

Page 82: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

NO Kshs Kshs

FIRE HYDRANT VALVE CHAMBER INDICATOR POST

A Valve indicator post size 90 x 50 x 1200mm high in P.C.C.

(MIX C) With enlarged and shaped head, size 225 x 50

with splayed corners, all reinforced with 2 x 12 mm mild

steel bars folded back at the enlarged head and with 6mm

stirrups 50mm c/c, all fair finished and painted yellow gloss

paint and with the letters 'FH' recessed 3mm into the

enlarged head and painted black: Post set into and including

400 x 400 x 400mm deep 150mm under finished ground

level, including all the necessary excavations, back filling,

disposal, form work etc.

2 No

B MAIN BOOSTER PUMP

Supply and install automatic booster pump as specified or

equal and approved. Model : GRUNDFOS SP 20-3 Vertical Multistage Pumps

Head : 30m

Flow rate : 25m³/hr

Power supply: 4kw, 3phase 415v, 50Hz.

Complete with: matching pressure vessel, pressure switch,

pressure cell, valves, and any other accessories necessary

for efficient operation . Pump and accessories to be

mounted on a rigid steel framework.1 Set

C PUMP CONTROLS

Supply, deliver and install a control panel with removable

front access cover, motor control gear, internal buttons

with “running” and “trip” neon lights control system,

overload, protection, power surge protection, button for

change from automatic to manual operation plus any other

necessary controls1 No

D ELECTRICAL WORKS

Allow for electrical works wiring and fitting to pumps,

controls from Isolator provided by others. Item Sum

E WATER CONNECTION

Allowfor water connection to the existing water supply

network. item Sum

TESTING AND COMMISSIONING

F Allow for testing the whole plumbing work during progress

or works and again on completion to the satisfaction of the

Engineer. item sum

G STERILIZATION

Allow for sterilization including flushing out water and

chlorine to the satisfaction of the engineer. item sum

Total carried to collection

Page 18

Page 83: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION AMOUNT

Kshs.

COLLECTION PAGE

A Total B/F from page 16

B Total B/F from page 17

C Total B/F from page 18

6 External reticulation carried to summary

Page 19

Page 84: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

DESCRIPTION QTY UNIT RATE AMOUNT

Kshs. Kshs.

7.0 INTERNAL FIRE HYDRANT -DRY RISER

A DRY RISER INLET (BREECHING INLET)

100mm diameter double inlet breeching piece having 65mm

instantaneous male coupling and back pressure valve. The

inlet shall be sited at the external wall of the building at

760mm above the ground level. The inlet shall be protected

by caps secured with a suitable length of chain. The inlet

be fitted inside a metal box, the door of which should be

glazed with a wired glass and its position indicated by “Dry

Riser Inlet” painted in the inner face of the glass in 50mm

block letters. The door should be fastened by a spring lock,

which can be opened from both outside, and inside without

the aid of a key after the glass has been broken. 2 No.

B DRAIN VALVE

25mm drain valve fitted at the lowest point of the riser. 2 No.

C INTERNAL HYDRANT

Each hydrant shall be 65mm diameter and be fitted with a

valve outlet (landing valve) having a female instantaneous

terminal with blank cap and chain, all to B.S. 336.8 No.

D AIR RELEASE VALVE

25mm air release valve fitted at the top of the riser. 2 No.

PIPEWORK

All pipes shall be heavy gauge galvanised mild steel pipes to

B.S. 1387 (red band) (class C). Screwed and socketed

fittings shall be of steel or malleable galvanised iron and of

steam quality.

E 100mm diameter pipe 38 Lm

F 100mm diameter bend 6 Sum

G 100mm diameter equal tee 9 No.

H 100 x 65mm diameter reducer 9 No.

I Allow for electrical earthing of the dry riser system Item Sum

ITEM

NO

7 Total carried to Summary

Page 20

Page 85: KARATINA UNIVERSITY PROPOSED LIBRARY PLUMBING AND … lib Plumbing and... · 2017-09-12 · karatina university proposed library plumbing and drainage sub-contract bill of quantities

PROPOSED LIBRARY FOR KARATINA UNIVERSITY:

PLUMBING , DRINAGE AND FIRE FIGHTING

ITEM DESCRIPTION AMOUNT

NO Kshs

SUMMARY PAGE

1 Total for Preliminaries B/F from page 1

2 Total for Sanitary ware B/F from page 5

3 Total for Cold water Supply B/F from page 9

4 Total for Foul Water Drainage B/F from page 12

5 Total for Fire Fighting B/F from page 15

6 Total for External Water Reticulation B/F from page 19

7 Total for Internal fire hydrant- Dry Riser B/F from page 20

8 CONTIGENCY SUM 1,000,000.00

TOTAL INCLUDING VAT FOR PLUMBING, DRAINAGE INSTALLATONS & FIRE

FIGHTINGINSTALLATIONS C/F TO FORM OF TENDER

Signature:………………………………………………

Date:………………………………………………

Amount in words:…………………………………………………………………………………………………..

………………………………………………………………………………………………………………………

Tenderer's Name and Stamp:…………………………………………………………………………………………………..

Signature:………………………………………………

PIN NO:…………………………………………VAT CERTIFICATE NO:……………………………………

Witness:………………………………………..Address:…………………………………………………….

Page 21