Upload
vodan
View
222
Download
0
Embed Size (px)
Citation preview
Transition Initiatives for Stabilization Plus – TIS+
Page 1 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
Request for Proposal (RFP) Contractor for Construction Works Construction of Afmadow Women’s Market Afmadow DC’s Office with support from Transition Initiatives for Stabilization Plus – TIS+ Mogadishu
22 September 2016
Transition Initiatives for Stabilization Plus – TIS+
Page 2 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
REQUEST FOR PROPOSALS
TIS+/SLD/001/2016 22 September 2016
Afmadow DC’s Office with support from Transition Initiatives for Stabilization Plus – TIS+
Wishes to advertise
CONSTRUCTION OF AFMADOW WOMEN’S MARKET, AFMADOW, JUBBALAND, SOMALIA
SEALED OFFERS SHOULD BE HAND DELIVERED TO:
Afmadow DC’s Office Afmadow, Lower Juba, JSS Somalia
RFP# TIS+/JSS/015/2016
Bid Forms Location & Date: Afmadow DC’s Office, Afmadow, Lower Juba, JSS Somalia
22 – 26 September 2016, 9:00 am – 4:00 pm (East African Time)
Payment for Submission Forms: USD$ 30, payment to Afmadow DC’s Office, Afmadow, Lower Juba, JSS
Somalia.
Bidder’s Meeting and Site Visit Date: 27 September 2016, 9:00 am (East African Time)
Bidder’s Meeting and Site Visit Location: Afmadow DC’s Office, Afmadow, Lower Juba, JSS Somalia
Submittal Due Date and Time: 4 October 2016, 4:00 pm (East African Time).
PROPOSALS RECEIVED AFTER THE STIPULATED DATE AND TIME WILL NOT BE CONSIDERED.
Submittal Location and Contacts: Afmadow DC’s Office, Afmadow, Lower Juba, JSS Somalia Tel: +252 61 238 0005.
Bid Opening and Evaluation Date: 5-6 October 2016, 9:00 am (East African Time)
Bid Opening and Evaluation Location: Afmadow DC’s Office, Afmadow, Lower Juba, JSS Somalia
Contract Projected Award Date: 11 October 2016
Contact: TIS+ Procurement; E-mail: [email protected]
The reference RFP#: TIS+/JSS/016/2016 must be shown on your offer.
THE PROPOSAL FORM AND BID BOOK COLLECTED FROM THE AFMADOW DC’S HQ OFFICE MUST BE USED WHEN REPLYING TO THIS INVITATION. FAILURE TO SUBMIT YOUR BID IN THE ATTACHED PROPOSAL FORM AND BID BOOK, OR FAILURE TO COMPLETE THE DETAILS AS REQUESTED, WILL RESULT IN THE PROPOSAL NOT BEING CONSIDERED.
Bids must be submitted in a securely sealed envelope in accordance with the Instructions to Bidders attached to this bid.
BIDS WILL ONLY BE ACCEPTED IN THE CURRENCY STATED IN THE SPECIFIC TERMS AND CONDITIONS. BIDS RECEIVED IN ANY OTHER CURRENCY WILL BE INVALIDATED.
Transition Initiatives for Stabilization Plus – TIS+
Page 3 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
TABLE OF CONTENT
A. TERMS OF REFERENCE ........................................................................................................................... 4
A.1 BACKGROUND.......................................................................................................................................... 4 A.2 PURPOSE OF THE RFP ............................................................................................................................... 4 A.3 OBJECTIVE OF THE PROJECT ....................................................................................................................... 4 A.4 CONSTRUCTION STANDARD ........................................................................................................................ 5 A.5 CONSTRUCTION IMPLEMENTATION .............................................................................................................. 5 A.6 TIMELINE FOR THE COMPLETION OF THE PROJECT .......................................................................................... 6 A.7 PRICE OF THE OFFER ................................................................................................................................. 6
B. INSTRUCTION TO BIDDER ...................................................................................................................... 7
B.1 MARKING AND RETURNING OF PROPOSAL ..................................................................................................... 7 B.1.1 TECHNICAL PROPOSAL ........................................................................................................................... 7 B.1.2 FINANCIAL PROPOSAL ............................................................................................................................ 8 B.2 TIME FOR RECEIVING PROPOSAL.................................................................................................................. 8 B.3 PUBLIC OPENING OF PROPOSAL .................................................................................................................. 8 B.4 VALIDITY................................................................................................................................................. 8 B.5 CHANGES AND/OR ALTERATIONS ................................................................................................................ 8 B.6 REFERENCES ............................................................................................................................................ 9 B.7 SUBCONTRACTING .................................................................................................................................... 9 B.8 RIGHTS OF TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+ .............................................................. 9 B.9 PROPERTY OF TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+ .......................................................... 9 B.10 LANGUAGE OF PROPOSAL ........................................................................................................................ 9 B.11 PROPRIETARY INFORMATION .................................................................................................................... 9 B.12 EVALUATION OF PROPOSAL .................................................................................................................... 10 B.13 AWARD / ADJUDICATION OF PROPOSAL .................................................................................................... 13 B.14 ERROR IN PROPOSAL ............................................................................................................................. 13 B.15 RFP TERMS AND CONDITIONS ................................................................................................................. 13
C. PROPOSAL FORM ................................................................................................................................ 15
C.1 TECHNICAL PROPOSAL SUBMISSION FORM I ............................................................................................... 15 C.2 TECHNICAL PROPOSAL SUBMISSION FORM II .............................................................................................. 16 C.2.1 BIDDER GENERAL INFORMATION ........................................................................................................... 17 C.2.2 STAFF QUALIFICATION AND EXPERIENCE .................................................................................................. 18 C.2.3 FINANCIAL INFORMATION ..................................................................................................................... 19 C.2.4 WORKS IN HAND ................................................................................................................................. 20 C.2.5 EXPERIENCE AND REFERENCES ............................................................................................................... 21 C.2.6 PROPOSED WORK PLAN AND SCHEDULE OF ACTIVITIES ............................................................................... 22 C.2.7 FORMAL PRESENTATION ....................................................................................................................... 22 C.3 FINANCIAL PROPOSAL SUBMISSION FORM .................................................................................................. 23 C.4 SCHEDULE OF PRICES .............................................................................................................................. 24
D. BID EVALUATION SAMPLE .................................................................................................................. 25
Transition Initiatives for Stabilization Plus – TIS+
Page 4 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
E. ANNEXES ............................................................................................................................................. 29
A. TERMS OF REFERENCE
A.1 Background
The TIS+ Program aims to promote peace and stability in Somalia by increasing the visibility of, and
confidence in Government through improved service delivery, creating collaborative and strategic
partnerships among government institutions, the private sector, civil society and communities.
The TIS+ Program focuses on four objectives:
1. Increase confidence in governance based on equitable participation in decision making and management of community assets;
2. Empower community and government representatives to engage with private sector and development actors in collaborative process for community growth;
3. Increase Somali engagement in creating a more stable future; and
4. Support inclusive, sustainable development by reducing gender gaps in stabilization and development.
A.2 Purpose of the RFP
This Request for Proposal (RFP) intends to identify Contractors that will carry out the construction of Afmadow Women’s Market located in Afmadow, Jubbaland, Somalia. Transition Initiatives for Stabilization Plus – TIS+ invites contractors to submit technical and financial proposal for this work.+. TIS+ encourages participants to review the technical proposal carefully, especially the: a) Methodology and Work Schedule, b) List of Equipment and Materials Sourcing; c) Key Personnel and Subcontractors and d) Anticipated Use of Local Labour as the scope to be accomplished under this agreement has increased. It is recommended that the subcontractors prepare their technical proposal to match the exact scope. TYPE OF CONTRACT: An award resulting from this RFP will be a Firm Fixed Price Contract.
A.3 Objective of the Project
To complete and hand over to TIS+ within an agreed timeline and budget, a completed Afmadow Women’s Market located in Jubbaland, Somalia in respect to the construction specification. A.4 Construction Standard
The following standards and specifications shall apply to the entire construction project; from construction up to defect liability period. The standards to follow shall include: -
British code and Standard (BS) A.5 Construction Implementation
Construction implementation in line to the submitted work schedule.
Work Closely with TIS+ Engineers or consultants and attend the Bi-weekly progress review meetings in due course of the project.
Transition Initiatives for Stabilization Plus – TIS+
Page 5 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
Maintain available at site at all time the following documentation:
A site logbook for instruction to the contractor.
A visitor logbook.
Safety and Health Plan
Quality Control Plan
An updated timetable on a bar chart format (MS Project or approved equivalent).
The EMMP form to record environmental monitoring as shown in the report form.
Requests for work approval by Transition Initiatives for Stabilization Plus – TIS+ Engineer.
Accident and incident reports.
A site diary, updated on daily basis.
Approval of Present work plan and request for revision to ensure timely completion of the works.
Check measurements and certify contractors’ Milestone works payments for submission to TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+ with relevant documentary evidence.
Ensure that appropriate safety measures are taken on site to minimize the risk of accident to the workers and the public. Requires approval and is part of the Safety and Health Plan.
A.6 Timeline for the completion of the project
The timely achievement of the project is of utmost importance for TIS+. A contractual timeline will be part of the agreement signed with the successful bidder (please refer to the General Terms and Conditions for further details on the contractual documents).
A.7 Price of the offer
Please refer to the General Terms and Conditions; contract price. The Cost Proposal shall be submitted in conformity with Annex 2 of this RFP. The unit prices shall be fully
burdened with all materials, labor, supervision, quality assurance, transport, security, overhead,
profit/fee, risk and all other incidentals and obligations necessary for the completion of the work. The cost
for issuing all the bonds should be included as part of the bid price.
Project cost will be fixed price in CFA and it is the offeror’s responsibility to review all quantities and
verify with Drawings, BOQ, and SOW.
Order of precedence is Scope of Works, Bill of Quantities, and Drawings.
Costs proposals will be evaluated based on what is reasonable and practical for the nature of the
proposed works and prevailing regional market rates for construction materials.
TIS+ will neither evaluate nor compare cost proposals that are considered non-responsive. During the
evaluation of proposals, TIS+ will determine the final price evaluated for each proposal, making the
corrections to the proposal price, in accordance with process laid out in the present RFP.
TIS+ reserves the right to accept or reject any modification or deviation. The modifications, deviations and any other elements added to the requirements of the RFP or which provide advantages not requested by TIS+ will not be taken into consideration during the evaluation of proposals.
Transition Initiatives for Stabilization Plus – TIS+
Page 6 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
B. INSTRUCTION TO BIDDER
B.1 Marking and returning of proposal
1- A first sealed envelope bearing the name of the Offeror and the subject of the RFP marked “TECHNICAL PROPOSAL”, containing one (1) original, three (03) copies of the original and one (1) digital copy (either on a USB storage device, CD/DVD or sent to [email protected]);
2- A second sealed envelope bearing the name of the Offeror and the subject of the RFP marked “FINANCIAL PROPOSAL”, containing one (1) original, three (03) copies of the original, and one (1) digital copy (either on a USB storage device, CD/DVD or sent to [email protected]);
Each of the written technical and cost proposals shall be accompanied by either a USB storage device, CD/DVD or sent to [email protected] with electronic copies of all documents. While Microsoft Word and Excel are the preferred formats, PDF files are also acceptable. Please note, however, that Annex 2: Cost and Quantity Estimate, submitted in PDF or Word format must also be included in Excel format on the CD/E-mail with formulas shown. The outer envelope shall be addressed as follows:
TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+ Somalia Afmadow Women’s Market Construction (JSS016)
Afmadow DC’s Office, Afmadow, Lower Juba, JSS Somalia RFP# TIS+/JSS/016/2016
DUE: 4 October 2016, 4:00 pm (East African Time)
B.1.1 Technical Proposal
The first inner envelope shall be marked Technical Proposal and addressed in the same manner as the outer envelope. The Bidder must provide sufficient information in the proposal to demonstrate compliance with the requirement set out in each section of this Request for Proposal. The proposal shall include, as a minimum as described in the Proposal Form1:
The Technical Proposal Submission forms (I & II. Paragraph C.1 and C.2);
The Bidder General Information form and relevant supporting documentation as described in the Proposal Form (Paragraph C.2.1);
The list of proposed construction project staff (Paragraph C.2.2) and their CV’s;
A detailed organization chart of the company including the location and staffing of existing and planned offices;
The firm financial information (Paragraph C.2.3);
The list Works in Hand and their financial values (Paragraph C.2.4);
A list of references (at least five) for the past five years with a particular emphasis on similar Services (Paragraph C.2.5);
A proposed work plan and schedule of activities (Paragraph C.2.6).
1 In the event that the bidder is intending to use sub-contracting services, the same required documents as part of the Technical Proposal must be submitted for each sub-contractor.
Transition Initiatives for Stabilization Plus – TIS+
Page 7 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
B.1.2 Financial proposal The 2nd inner envelope shall be marked Financial Proposal and addressed in the same manner as the outer envelope, and shall contain the following documentation:
The financial Proposal Submission Form (Paragraph C.3);
The duly filled in Schedule of Prices (Paragraph C.4) including the list of any additional services that the bidder find relevant to the management of the project in order to achieve the Objective of the Project.
A BOQ template will be provided in soft copy and will be submitted in digital form (CD, DVD or USB) in an unlocked Microsoft Excel and PDF file format.
COST PROPOSAL COMPONENTS
Note: The Cost Proposal must be under separate, sealed envelope and clearly labeled as such.
Submission Template: Letter must be signed by a person authorized to sign on behalf of the Offeror. This
letter shall be included in the main envelope containing the Technical Proposal envelope and the Cost
Proposal envelope.
Cost and Quantity Estimate: The Cost Proposal shall be submitted in conformity with this RFP. The unit
prices shall be fully burdened with all materials, labor, supervision, quality assurance, transport, security,
overhead, profit/fee, risk and all other incidentals and obligations necessary for the completion of the
work.
Project cost will be fixed price in U.S. Dollars and it is the offeror’s responsibility to review all quantities and verify with Drawings, BOQ, and SOW.
Order of precedence is Scope of Works, Bill of quantities, and Drawings.
Costs proposals will be evaluated based on what is reasonable and practical for the nature of the proposed works and prevailing regional market rates for construction materials.
B.1.3 Safety, Deliverables and Other Requirements The Contractor shall ensure that employees are supplied with proper safety equipment and follow procedures that protect Contractor employees. The Contractor shall establish a safety zone around the work areas and establish safety practices to prevent staff injuries. The Contractor shall be solely liable for any injury or damage to any staff and/or property during the course of the jobs. This includes all costs involved with such injury or damage. The Contractor is also responsible to ensure all staff and laborers have access to adequate sanitation as is acceptable in the community. TIS+ will provide the Contractor with a Safety Plan consistent with the guidelines provided in the Environmental Mitigation and Monitoring Plan (EMMP). The Contractor shall sign a Safety Plan Acknowledgement Letter as part of the Awarded Contract that covers the life of the project. The Contractor is also responsible for the security on the project site. It is the Contractor’s responsibility to secure the site and all project works and material until handover of site.
Transition Initiatives for Stabilization Plus – TIS+
Page 8 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
B.1.4 Delivery and Storage of Materials and Equipment The Contractor shall be responsible for all materials transport, storage, and providing any necessary security containers, and fencing and protection from the weather. At the end of the project, the Contractor shall remove all debris created by construction activities. The Contractor is responsible to control all theft and unauthorized use of materials and equipment on site.
B.1.5 Deliverables during Construction
Before and during the implementation of the project, the Contractor shall deliver to TIS+ the following:
A Schedule of the Works
Quality Control Plan
Sampling and Testing Plan
Safety Plan
Security Plan
Environmental Mitigation and Management Reporting – TIS+ provide the EMM Plan
Submittals Register
Updates to the Work Schedule as Needed
Request for Acceptance
B.1.6 Clean up The Contractor shall keep the work site clean and neat at all times, removing all debris and refuse promptly at the end of each day from the site. At the end of the project work, the Contractor shall clean up the site to the satisfaction of the TIS+ and the Afmadow Women’s Market or their appointed representative.
B.2 Time for receiving proposal
Sealed Proposals received prior to the stated closing time and date will be kept unopened. The Officer of the Bid Opening Unit will open Proposals when the specified time has arrived and no Proposal received thereafter will be considered. TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+ will accept no responsibility for the premature opening of a Proposal which is not properly addressed or identified. Modification to Proposals already submitted in a sealed envelope, will be considered if received prior to the closing time and date.
B.3 Public opening of proposal
Bidders, or their authorized representative, may attend the public opening of the RFP at the time, date and location specified. The only envelope that will be opened at public bid opening is the Technical Proposal.
Transition Initiatives for Stabilization Plus – TIS+
Page 9 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
B.4 Validity
Proposals shall remain valid for a period of ninety (90) days from the date of closing of the Proposals.
B.5 Changes and/or Alterations
All requests for changes or alterations to the Request for Proposal or requests for clarifications must be submitted in writing by fax or e-mail to the TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+ Chief of Party or representative. Inquiries or requests for changes or alterations will be received till 29 September 2016, 4:00 pm (east African Time); after that date and time inquires or requests for changes or alterations will not be accepted. Only written inquiries will receive an answer. All inquiries and answers will be provided to all invitees in writing, regardless of the source of the inquiry. Under any circumstance TIS+ will accept verbal inquires or will provide verbal information in regard to this RFP.
B.6 References
The Bidder is requested to provide the name of at least five (5) clients to which it provides the same type of services, whether in various and/or disperse geographic locations. TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+ reserves the right to contact these references, without notifying the Bidder. (Please refer to paragraph B.1.1 and C.2.5 for further details on the references.)
B.7 Subcontracting
Bidders shall identify on their offer, any services, which may be subcontracted to another firm. A Technical Proposal as described hereafter must be submitted for all subcontractors and will be considered as being part of the bid.
B.8 Rights of TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+
TIS+ reserves the right to accept any proposal, in whole or in part; or, to reject any or all proposals. TIS+ also reserves the right to negotiate with the Bidders. TIS+ shall not be held responsible for any cost incurred by the Bidder in preparing the response to this Request for Proposal. The Bidder agrees to be bound by the decision of TIS+ as to whether their proposal meets the requirements stated in this Request for Proposal. TIS+ reserves the right to award the agreement to one or more contractor(s).
B.9 Property of TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+
This Request for Proposal, inquiries and answers and the Proposals are considered the property of Transition Initiatives for Stabilization Plus – TIS+. All materials submitted in response to this Request shall remain with Transition Initiatives for Stabilization Plus – TIS+.
B.10 Language of Proposal
The proposals prepared by the Bidder as well as all correspondence and documents relating to this document shall be written in English Language. Any printed literature furnished by the Bidder written in another language will only be considered if accompanied by accurate English translation of the relevant passages for purposes of interpretation.
Transition Initiatives for Stabilization Plus – TIS+
Page 10 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
B.11 Proprietary Information
Information, which the Bidder considers proprietary, must be marked clearly "proprietary" next to the relevant part of the text, and Transition Initiatives for Stabilization Plus – TIS+ will then treat such information accordingly.
B.12 Evaluation of proposal
Following closure of the RFP, proposals will be evaluated by a Transition Initiatives for Stabilization Plus – TIS+ evaluation team in the company of district and community representatives to assess their merits. The evaluation will be restricted to the contents of the Proposals and the reference checks. The Technical Proposals and Cost Proposals will be evaluated based on the trade-off method, where the technical bids will be awarded points and ranked, and a review of the cost will be undertaken to determine if it is reasonable. The Evaluation Committee will propose a first, second and third alternative. Transition Initiatives for Stabilization Plus – TIS+ will not be held responsible for any duties, taxes or other levies including Value Added Tax for which the Firm may be liable in the course of the contract. All duties, taxes, or other levies must be included in the fees as shown in the Financial Proposal. The cost of all items in the Financial Proposal shall be calculated and shown in United Stated Dollars (USD) for bidders.
Mandatory Requirements
Provide valid JSS registration details – certificate/license, as evidence that they are authorized to carry out the said work by JSS Somalia.
Have attended the Bidder’s training and site visit.
Certificate of attendance of Bidders training and site visit, signed and stamped by TIS+ Engineer and Afmadow DC.
Copy of receipt for purchase of tender document.
Signed technical submission form and financial proposal.
Completed, filled and signed BOQ
Provide a company profile with list of BODs.
CVs of all key personnel.
Must have a minimum of 4 years of experience as a construction company, with 3 years’ experience in Somalia.
Transition Initiatives for Stabilization Plus – TIS+
Page 11 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
Evaluation Criteria
Schedule Category (Office Use
only)
Technical Max
Points Pass /
Fail Points
S1 Past Performance and Reference List 33 0 0
Number of Projects Completed though the defect and liability period in the last 5 years
13
Experience with project of a value similar to the solicited project 10
Number of References Provided 10
S2 List of Key Personnel 18 0 0
Director
Bachelor Degree in Business Administration from a reputable university
1
5 years’ experience of work 1
More than 7 years’ experience in construction management 3
Project Manager/ Engineer
Bachelor Degree in Civil Engineering or Construction from a reputable university
2
5 years’ experience of work 1
More than 7 years’ experience in Construction 2
Site Engineer/ Quantity Surveyor
Bachelor Degree in either Civil Engineering, Quantity Surveying or Building Economics from a reputable university
1
5 years’ experience of work 1
More than 7 years’ experience in Construction 2
Foreman
Certificate in Construction management from a reputable institute
1
5 years’ experience of work 1
More than 7 years’ experience in Construction 2
S3 Number of Laborers 5 0 0
Percentage of women laborers and the approach to use of women in the project
3
Number of qualified labors proposed for the project - list skills and level of effort needed
2
S4 List of Equipment 7 0 0
Concrete Mixer 1
Vibrator 1
4x4 Pickup vehicles 1
Scaffolding 1
Ladders 1
Wheel Barrows 1
Transition Initiatives for Stabilization Plus – TIS+
Page 12 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
Cutters 1
S5 Methodology 37 0 0
Proposed Work Plan and Schedule of Activities 12
Gannt Chart 3
Time taken to commence work 2
Reporting and Recording Systems - including environmental monitoring
10
Quality Assurance Plan 10
TOTAL MARKS 100
Transition Initiatives for Stabilization Plus – TIS+
Page 13 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
B.13 Award / adjudication of proposal
The Firm that submits the successful Proposal will be notified by letter of the award prior to the expiration of the validity period. The letter, referred to as the ‘Letter of Acceptance’, will state the sum of the fees to be paid to the Firm for the services rendered and will indicate the terms under which the Contract must be finalized. Please refer to the General Terms and Conditions (Annex A) for further details on the documents constitutive of the agreement. Prior to issuing the Letter of Acceptance, negotiations on the bid with the successful bidder will be carried out preceding the formulation of a draft contract.
The Contract must be agreed and signed within 7 days of the issue of the Letter of Acceptance. Time required to complete any negotiations on the contract is including in the above time frame. TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+ will notify in writing immediately after finalizing the agreement those Firms whose Proposals were not successful.
B.14 Error in proposal
Bidders are expected to examine all Instructions and Documentation pertaining to the RFP. Failure to do so will be at Bidders own risk. In case of errors in the extension price, unit price shall govern.
B.15 RFP terms and conditions
This RFP and any responses thereto, shall be the property of TIS+. In submitting a proposal, the bidder acknowledges that TIS+ reserves the right to:
(a) Visit and inspect the bidder’s office and premises; (b) Contact any/all references provided; (c) Undertake site visits to the bidder’s current and recently completed construction projects; (d) Request additional supporting or supplementary information; (e) Arrange interviews with the proposed project team/consultants; (f) Reject any/all of the proposals submitted; (g) Accept any proposals in whole or in part; (h) Negotiate with the most favorable bidder;
Bidders shall bear all costs associated with the preparation and submission of proposals, and TIS+ shall not be responsible for these costs, irrespective of the outcome of the bidding process.
Transition Initiatives for Stabilization Plus – TIS+
Page 14 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
C. PROPOSAL FORM
C.1 Technical Proposal Submission Form I
This PROPOSAL FORM must be completed, signed and returned to TIS+. Proposal must be made in accordance with the instructions contained in this Request for Proposal. TERMS AND CONDITIONS OF CONTRACT
Any Contract resulting from this RFP shall contain TIS+ ’S General Terms and Conditions together with all other contractual documents as detail in the General Terms and Conditions. INFORMATION
Any request for information concerning this invitation, must be forwarded in writing by email, to the person who prepared this document, with specific reference to the RFP number. DECLARATION
The undersigned, having read the Terms of Reference, the Instruction to Bidder, the General Terms and Conditions set out in the attached document, hereby offers to supply the services specified in the ToR at the price or prices quoted in the Schedule of Prices, in accordance with the specifications stated and subject to the Terms and Conditions set out.
Name of authorized representative: _______________________________________
Title: _______________________________________
Signature: _______________________________________
Date: _______________________________________
Supplier Name: _______________________________________
Postal Address: _______________________________________
Telephone No.: _______________________________________
Email Address: _______________________________________
Validity of Offer (not less than 90 days): _______________________________________
Currency of Offer (USD): _______________________________________
Transition Initiatives for Stabilization Plus – TIS+
Page 15 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
C.2 Technical Proposal Submission Form II
PLEASE USE YOUR COMPANY LETTERHEAD Date:
To: TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+ Somalia Mogadishu Office.
Dear Sir, We, the undersigned, offer to Construction of Afmadow Women’s Market in Jubbaland State for TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+ Somalia in accordance with your Request for Proposal dated _________________and our Proposal dated _________________. We are hereby submitting our Proposal, which includes this Technical Proposal and a Financial Proposal to be submitted sealed under separate envelopes. Our Technical Proposal shall be binding on us subject to the modifications resulting from Contract negotiations, up to the expiration of the validity of the Proposal. We understand that you are not bound to accept any Proposal you receive. Yours sincerely, Authorized Signature: Name and Title of Signatory: Name of Contractor: Address:
Transition Initiatives for Stabilization Plus – TIS+
Page 16 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
The following information is considered an integral part of this submission and must be provided for the Proposal to be considered. The information should be provided according to the sample format. C.2.1 Bidder General Information
Bidder General Information
Description
Information
Remarks (to be filled by the
Bidder)
Registration
Provide certified copies
Registration number
Grade
Specialty
Expiry Date
Legal Status Provide certified copies of
Registration
Written power of attorney of the signatory to the Bid
Provide original or certified copy of the power of attorney attested by a Notary
VAT Registration
Number
DUNS Number
Transition Initiatives for Stabilization Plus – TIS+
Page 17 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
C.2.2 Staff Qualification and Experience
Qualifications and experience of key management and technical personnel proposed for this Project. Signed CVs of all proposed staff must accompany the submission and it should be noted that substitution of staff during Project implementation shall be subject to the approval of Transition Initiatives for Stabilization Plus – TIS+. (Personnel of all associate consultants must also be listed along with the name of the associate consulting Firm.). A detailed organization chart of the company including the location and staffing of existing offices must also be attached to the offer.
Construction Project Management Staff
A. Key Professionals
Name Position Task
B. Support Staff
Name Position Task
Transition Initiatives for Stabilization Plus – TIS+
Page 18 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
C.2.3 Financial Information
Annual Turn-over Information
(Last five years)
Year
Turn-over Amount in __________ currency (state USD)
Remarks
2015
2014
2013
2012
2011
Transition Initiatives for Stabilization Plus – TIS+
Page 19 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
C.2.4 Works in Hand
Works in Hand
Employer name & contact details
Description of Works/Services Start date End date Amount in __________
currency (state USD)
Total:
Transition Initiatives for Stabilization Plus – TIS+
Page 20 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
C.2.5 Experience and References
Construction Experience in last five years
Year Employer name & contact
details Description of Works/Services
Amount in __________
currency (state USD)
Contractor's Responsibility (%)
Total:
Transition Initiatives for Stabilization Plus – TIS+
Page 21 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
C.2.6 Proposed work plan and schedule of activities
The proposed work plan and schedule of activities must be submitted with this Proposal. The work plan and schedule should be prepared in detail to the extent possible and include time allocated to central- and district-level periodic progress review meetings and preparation of quarterly progress reports. A proposed timeline in a bar chart format must be part of this Proposal. It should start with establishing Minimum Requirements till the Issuance of the Substantial Completion Certificate.
C.2.7 Formal presentation
Firms, whom Technical Proposal has been accepted, must make a formal presentation to the Selection Committee on the proposed strategy and methods for the following components/activities:
a. Strategy for managing and executing this Project according to schedule. b. Strategy, methods and sample approach for securing community commitment throughout
construction process. c. Strategy and methods and approach to ensure women opportunities in the construction activities; d. Strategy to ensure and elements of Quality Assurance in training, building design, construction
materials and building construction.
Transition Initiatives for Stabilization Plus – TIS+
Page 22 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
C.3 Financial Proposal Submission Form
PLEASE USE YOUR COMPANY LETTERHEAD Date:
To: TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+ Somalia Mogadishu Office
Dear Sir, We, the undersigned, offer to Construction of Afmadow Women’s Market in Jubbaland State for TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+ -Somalia, accordance with your Request for Proposal dated __________________and our Proposal. Our attached Financial Proposal is for the sum of___________________________________________________________________________________________________________________________________________________________amount in figures and words, and also state the currency if either in USD). This amount is inclusive of all taxes payable under the applicable law. Our Financial Proposal shall be binding on us subject to the modifications resulting from Contract negotiations, up to the expiration of the validity of the Proposal. We understand that you are not bound to accept any Proposal you receive. Yours sincerely, Authorized Signature: Name and Title of Signatory: Name of Contractor: Address:
Transition Initiatives for Stabilization Plus – TIS+
Page 23 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
C.4 Schedule of Prices
Refer to the Bill of Quantity in the Bid Book
Transition Initiatives for Stabilization Plus – TIS+
Page 24 of 24
Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia
D. ANNEXES
ANNEX A: Architectural Layout Design Drawings and Technical Specifications
Refer to the Designs and Drawings in the Bid Book
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
BID BOOK
CONSTRUCTION OF AFMADOW WOMEN’S MARKET
Summary of Bid Documentation
Tender documents
a) Form of Bid 2
b) Appendix to Form of Bid 3
c) Instructions to Bidders 4-8
d) Qualification Summary 9-15
e) Program of Works 16
f) Certificate of Pre-Tender Site Visit 17
g) Bank Details for Payment 18
h) Specifications 19-29
i) Conditions of Contract 30-36
j) Bills of Quantities 37-47
k) Drawings 48
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Form of Bid To, The Bid Committee:
1. Having visited the above project site and examined the required bidding documents for the above
mentioned works, we offer to execute, complete and remedy any defects to the works therein for the sum of
(Insert amount in figures) USD$ _____________ (insert amount in words)
___________________________________________________________.
2. We undertake, if our bid is accepted, to start the works within
_____ Calendar days from the date of signing the contract and complete and deliver the works in accordance
with the contract within _________ Calendar months calculated from the date of starting the works.
3. We understand and we accept that the Committee is not bound to choose the lowest price or any bid that
may be received and that any or all bids may be rejected without assigning any reason for such rejection.
4. We agree to abide by this Bid for a period of 90 days from the date fixed for receipt of the same.
5. Unless and until a formal Agreement is prepared and executed this Bid, together with your written
acceptance thereof, shall constitute a binding contract between us.
Dated this __________ Day of ___________ 20_____.
Signature_________________ in the capacity of _______________.
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Defects Liability Period
90 days
Percentage of Retention 10% of Interim Payment Certificate
Time within which payment is to be made after Payment Certificate is approved
30 days
Liquidated Damages USD$ 1,000 for each of the project payment milestones
Limit of Liquidated Damages Based on the preceding project payment milestones, each at USD$ 1,000 per payment milestone
Contract Duration Weeks
Appendix to Form of Bid
5
Signature of Bidder: ______________________ Date: ______________________
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Instructions to Bidders
Scope of Bid TIS+ represented by the Bid Committee wishes to receive Bids for the Construction of the works described in the Bidding documents.
Source of Funds
The Works are carried out under the AECOM/TIS+ program financed by USAID.
Eligible Bidders
The main criteria for admission to the tender are as follows:
a) Certificate of registration – a copy to be attached to the bid documents b) Certificate of attendance of Bidders site meeting signed and stamped by TIS+ Engineer. c) Copy of receipt for purchase of tender document d) Signed technical submission form and financial proposal e) Completed and filled and signed BOQ f) Provide a company profile with list of the Board of Directors. g) CVs of all key personnel. h) Must have a minimum of 4 years of experience as a construction company, with 3 years’
experience in Somalia. i) Adequate Equipment j) Good track-record and references from previous clients k) A company bank Account
One Bid per Bidder
A firm shall submit only one bid in the same bidding process, either individually as a bidder or as a partner in a joint venture. No firm can be a subcontractor while submitting a bid individually or as a partner of a joint venture in the same bidding process. A bidder who submits or participates in more than one bid will cause all the proposals in which the bidder has participated to be disqualified.
Cost of Bidding
The bidder shall bear all costs associated with the preparation and submission of its Bid, TIS+ and the Bid Committee will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process
Site Visit The bidder is advised to visit and examine the Site of Works and its surroundings and obtain as their own responsibility, all information that may be necessary for preparing the bid and entering into a contract for construction of the Works. The costs of visiting the site shall be at the bidder’s own expense.
Bidder’s Meeting
Once Bidders have collected bids and visited the site, a bidder’s meeting will be called upon on 27 September 2016, 9:00 am (East African Time) at Afmadow DC’s Office, Afmadow, Lower Juba, Somalia.
Language of Bid
The Language of Bid shall be in English
Documents The Bidder shall fill all the information requested in the Bidding Documents. The documents to be
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
included in the Bid
included in the bid are: a) Duly completed and signed Form of Bid; b) Appendix to Form of Bid; c) Qualification Summary; d) Program of Works; e) Certificate of Pre-Tender Site Visit; f) Bills of Quantities - Blank (to be filled)
Bid Prices The Contract shall be for the whole Works computed based on the unit rates and prices in the Bill
of Quantities submitted by the bidder. The bidder shall fill in prices for all items of the Works described in the Bill of Quantities. Items against which no rate or price is entered by the bidder will not be paid for when executed and shall be deemed covered by the rates for other items and prices in the Bill of Quantities.
Currency of the Bid and Payments
The currency of the Bid and payment for works executed shall be in United States Dollars (USD).
Filling and Signing of the Bid
The bidder shall fill all the information requested in the bid documents. If additional pages are required, the same can be inserted and paged accordingly. All the information shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the bidder. All pages of the bid where entries or amendments have been made shall be initialed by the person or persons signing the bid.
Submission of Bids
Bids will be submitted in sealed envelopes for the financial and technical proposals and if possible an electronic copy of the BOQ sent by email and submitted in CD/DVD drive or USB drive. The BOQ should be filled and sent electronically to the email [email protected] as an unlocked format in both Microsoft Excel and PDF formats. The subject of the email should read “TIS+ BOQ AFMADOW WOMEN’S MARKET CONSTRUCTION – NAME OF ORGANIZATION.” The filled Bid documents should be sealed in two (2) envelopes and deposited to the location designated in the Invitation to Bid before the expiry of the deadline for submission of Bids. The first envelope shall be marked “TECHNICAL PROPOSAL,” while the second envelope shall be marked “FINANCIAL PROPOSAL.” The two envelopes will be inserted in an outer envelope that will be marked as:
TRANSITION INITIATIVES FOR STABILIZATION PLUS – TIS+ Somalia Afmadow DC’s Office. Lower Juba, JSS Somalia
RFP# TIS+/JSS/016/2016 DUE: 4 October 2016, 4:00 pm (East African Time)
Bid Validity The Bid shall remain valid for a period of 90 days from the date of. Bidders may not alter their bids after submission.
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Bid Opening Opening of the Bids shall be presided over by the members of the Bid Committee (a quorum will consist of three people, including a TIS+ Engineer and a community representative). The committee also welcomes ALL bidders to be present but it is not required, along with the presence of representatives from the Afmadow Women’s Market and Afmadow Community. The Bids will be opened at the Afmadow DC’s Office, Afmadow, Lower Juba, JSS Somalia in the presence of bidders’ designated representatives who choose to attend, at the time, date, and location stipulated in the Invitation to Bid. The bidders’ representatives who are present shall sign a register evidencing their attendance (Bid Opening Attendance Sheet). The name of bidder, amount in words and amount figures for each bid is to be read out and recorded together with other pertinent information as will be determined by the Bid Committee.
Process to be Confidential
Information relating to the examination, clarification, evaluation, and comparison of bids, and recommendations for the award of a contract, shall NOT be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful bidder has been announced. Any effort by a bidder to influence the Bid Committee’s processing of bids or award decisions may result in the rejection of the bidder’s bid.
Clarification of Bids and Contacting the Employer
To assist in the examination, evaluation, and comparison of bids, the Bid Committee may, at its discretion, ask any bidder for clarification of its bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing, but no change in the price or substance of the bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Bid Committee in the evaluation of the bids.
Evaluation of Bids
The Bid Committee will check the tenders to ensure that they contain no amendment to the terms or any other arithmetic errors. Technical Evaluation: The offers will first be evaluated on technical merits. The technical evaluation assesses the capacity of the company on the basis of submitted technical documents. Points will be allocated to a maximum indicated in the table below. If a company gains less than 70 points (out of 100), it will not be taken into consideration for financial evaluation.
Schedule Category (Office Use only)
Technical Max Points Pass /
Fail Points
S1 Past Performance and Reference List 33 0 0
Number of Projects Completed through the defect and liability period in the last 5 years
13
Experience with projects of a value similar to or higher than the solicited project
10
Number of References Provided 10
S2 List of Key Personnel 18 0 0
Director
Bachelor Degree in Business Administration or similar from a reputable university
1
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
5 years of work experience 1
More than 4 years’ experience in construction management in Somalia
3
Project Manager/ Engineer
Bachelor Degree in Civil Engineering or Construction from a reputable university
2
5 years of work experience 1
More than 4 years’ experience in Construction in Somalia 2
Site Engineer/ Quantity Surveyor
Bachelor Degree in either Civil Engineering, Quantity Surveying or Building Economics from a reputable university
1
5 years of work experience 1
More than 4 years’ experience in Construction in Somalia 2
Foreman
Certificate in Construction management from a reputable institute
1
5 years of work experience 1
More than 4 years’ experience in Construction in Somalia 2
S3 Number of Laborers 5 0 0
Percentage of women laborers and the approach to use of women in the project
3
Number of semi-skilled and skilled labors proposed for the project - list skills and level of effort needed
2
S4 List of Equipment 7 0 0
Concrete Mixer 1
Vibrator 1
4x4 Pickup vehicles 1
Scaffolding 1
Ladders 1
Wheel Barrows 1
Brick Cutter 1
S5 Methodology 37 0 0
Proposed Work Plan and Schedule of Activities 12
Gannt Chart 3
Reporting and Recording Systems - including environmental monitoring
11
Quality Assurance Plan 11
TOTAL MARKS 100
Financial Evaluation: The financial evaluation is based on the cost of work given in the tender. The bids with a score of 70 or more shall be checked for any arithmetic errors and corrections made as follows:
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
i) Where there is a discrepancy between the amounts in figures and words, the amount in words will govern;
ii) Where there is a discrepancy between the unit rate and the line item total derived from multiplying the unit rate by the quantity, the unit rate as quoted will govern unless in the opinion of the Bid Committee, there is an obviously gross misplacement of the decimal point in the unit rate, in which case the line item total as quoted will govern and the unit rate will be corrected;
If a bidder refuses to accept the correction, their bid will be rejected.
Award The Bid Committee will recommend a bidder whose bid has been determined to be substantially responsive to the bidding documents. TIS+ shall then notify the successful bidder in writing that his Bid has been accepted before the expiry of the period of Bid validity. The Letter of Acceptance sent to the Contractor shall state the sum payable to the Contractor for execution, completion and maintenance of Works as per the Bid. TIS+ shall then send the Contract Agreement to be signed by the selected Contractor. The Contractor should return the signed Contract Agreement within seven days of receiving the Contract. TIS+ reserves the right not to notify bidders if their offers were unsuccessful.
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Qualification Summary
1. Company Information
Name of Company
Physical Address
Town/City
Telephone
Fax
Legal status (Copy of Certificate of Incorporation)
Name of Managing Director
Value of construction contract
from previous/last year
_______________________________ Signature of Contractor
_______________________________ Date
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
2. Key Site Staff (CV and Certificates Must be attached)
# Key Site Staff
1 Name:
Title/ Position:
Description of Qualification:
2 Name:
Title/ Position:
Description of Qualification:
3 Name:
Title/ Position:
Description of Qualification:
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
4 Name:
Title/ Position:
Description of Qualification:
5 Name:
Title/ Position:
Description of Qualification:
______________________________ Signature of Contractor
____________________ Date
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
3. List of Equipment
If a bidder indicates that they own the equipment, then all the details in the form must be filled. If
hired, the details requested may not be known and maybe omitted. Bidder must attach proof of lease or
ownership.
# Equipment Name Model Year of
manufacture # allocated for
the project Owned/Hired
1
2
3
4
5
6
7
We hereby certify that notwithstanding the list of equipment detailed above, we will provide sufficient, suitable and adequate equipment in good working order for the successful completion of works.
______________________________ Signature of Contractor
____________________ Date
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
_______________________________ Signature of Contractor
______________________________ Date
4. List of relevant construction works for the last five (5) years with certificates of completion attached
The bidder is to list in chronological order the projects undertaken in the last five years, their value and
the client’s name and address.
# Project Name Date Completed Contract Sum
(USD)
Clients’ Name and
Address
1
2
3
4
5
6
TOTAL
______________________________ Signature of Contractor
____________________ Date
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 14 of 38
5. Value of the works currently under contract (Ongoing Works)
The bidder is to list the construction projects which he is currently executing, their value and the expected
completion date.
# Project Name Date Completed Contract Sum
(USD)
Clients’ Name and
Address
1
2
3
4
5
6
TOTAL
______________________________ Signature of Contractor
____________________ Date
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 15 of 38
6. List of Local Laborers to be deployed
The bidder having worked a detailed methodology should have a clear view of the amount of labor effort required
in completion of the works. It is recommended to use local labor as far as practicable in the works and additional
scores will be obtained on use of female labor.
# Activity No. of local labor
to be deployed Male Female
1
2
3
4
5
6
7
______________________________ Signature of Contractor
____________________ Date
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 16 of 38
Program of Works
The bidder shall break down their tasks and prepare a detailed resource based program of works on a gant chart to ensure completion within the stated time frame in the format shown below.
Note, the below is only a sample and the bidder is required to prepare his program and attach here.
# ACTIVITY
DURATION (WEEKS)
1 2 3 4 5 6 7 8 9 10 11 12
1
2
3
4
5
6
7
8
9
10
11
12
13
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 17 of 38
Certificate of Bidder’s Visit to Site This is to certify that
28
(Name/s): _____________________________________________________________
Being the authorized representative(s) of (Name of Bidder): ___________________________________
Participated in the organized visit to the works site for the above named project, held on
________________ (date)
Signed: _________________________________________________
(Bid Committee Member)
_________________________________________________
(Name of Bid Committee Member)
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 18 of 38
Bank Details for Payments
This is to certify that my account holder is
Name of Bank: ______________________________________________________________________
Address of Bank: ____________________________________________________________________ Account Name: _____________________________________________________________________ Account Number: ___________________________________________________________________ Bank Branch: _______________________________________________________________________
and it will serve me during the project execution period. Date: _______________________________
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 19 of 38
Specifications – Builders Works
The works shall involve the construction of Afmadow Women’s Market as detailed in the drawing and outlined in the BOQ.
30
The Contractor shall construct the building as shown on the designs and drawings in conformity with
the Specifications. The Contractor shall at all times use the best available materials and use only suitable
construction methods.
1. Damp Proof
Membranes
A bituminous damp proof layer shall be inserted in the walls in accordance with the drawings
and shall be a bitumen impregnated fiber complying with BS 743. Before application of the
DPC, all surfaces must be clean and free from dust, dirt, grease and loose material.
Bituminous damp proof courses (DPC) shall be laid with laps of not less than 75 mm and
embedded solidly in cement mortar and with the exposed edges pointed.
A polythene vapor barrier shall be laid on the blinding to all floors which shall first be screed
with 25 mm thickness of fine sand or as detailed in the Drawings.
2. Cement Mortar Cement mortar for blockwork, masonry, rendering, tiling, screeding, pitching and jointing
shall consist of Ordinary Portland Cement and natural sand mixed by hand or an
approved mechanical mixer in the proportions by volume of one-part cement to four
parts sand. The cement and sand shall first be mixed dry until the cement color can no
longer be distinguished from the sand in any part of the mass and the whole shall then
be uniformly wetted by approved means while undergoing further mixing. The water
content shall just be sufficient to ensure a dense mortar of still consistency and adequate
workability to permit troweling or floating into place.
Mortar shall be prepared and used in such quantities that no more than 20 minutes shall
elapse between first wetting and its completed use. Under no circumstance shall any
mortar that has stiffened by commencing to set be used. Fresh mortar shall not be mixed
with mortar prepared earlier and all batches shall be used entirely separately.
Sand for cement mortar to be used for external renderings and internal plastering with lime
and Portland cement shall comply with BS 119. Sand for cement mortar for all other
purposes (plain and reinforced brickwork, block-walling, masonry etc.) shall comply with
BS 1200. It should be well graded siliceous sand of good, sharp, hard quality. It shall
be free from lumps of stone, earth, loam, dust, slat, organic matter and any other
deleterious substance.
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 20 of 38
3. Concrete Works Reinforcement: All reinforcement used in the works shall comply with the following
specifications:
Mild Steel bars - BS4449 Hot rolled steel bars High tensile bars – BS4461 cold twisted steel bars Steel Fabric – BS4483
At the time of fixing, all reinforcement shall be free from oil, painting, grease, dust and scale
or any other coating which would destroy the bond with the concrete. The site supervisor is
to approve the fixed reinforcement before commencement of concreting.
Cover to Reinforcement: To ensure the cover to reinforcement is attained, spacer blocks
shall be cast, of mix 1: 3 cement sand, and used between the reinforcement, the bottoms
and sides of the formwork. Tolerance for the cover shall be kept within + or – 3mm from the
specified cover.
Aggregates: The aggregates used for the works shall comply with BS882.
The aggregates shall be free from dust, decomposed material, clay, earthy matter,
friable, thin or laminated materials. Fine aggregates shall be of approved clean river
sand
Coarse aggregates for graded concrete shall be of 20 mm to 5 mm nominal size while
those of mass concrete shall be up to 40 mm.
Aggregates of rounded shape or otherwise capable of procuring a concrete of good
workability with the minimum addition of water shall be preferred.
The combined grading of aggregates shall be a smooth curve approximately parallel
to the grading envelope limits given in the below table.
Percentage by weight passing sieve
Sieve sizes 40 20 10 1 ½” 100 3/4” 50 – 75 100 3/8” 36 – 60 45 – 75 100 3/16” 24 - 47 30 – 48 30 – 75 No. 7 18 - 38 23 – 42 20 – 60 No. 14 12 – 30 16 – 34 16 – 46 No. 25 7 - 23 9 – 27 4 – 20 No. 52 3 – 15 2 – 12 4 – 20 No. 100 0 – 15 0 – 2 0 – 6
Water: Water for use in concrete shall be of drinkable quality free from humus, acid, chemicals, salts or other matter that may be harmful to the concrete.
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 21 of 38
Cement: Cement shall be Ordinary Portland Cement complying with BS 12.
The cement shall be stored in a water proof shed on a raised wooden platform. The store shall be provided by the Contractor and shall be properly roofed and perfectly water tight. It shall have a dry wooden floor above ground level with an air space at least 150 mm below it.
The cement shall be used, as far as possible, in the order in which it has been
delivered and put into store.
Formwork: “Forms, Formwork or shuttering” shall include all temporary molds for forming the concrete to the required shape, together with all temporary construction such as falsework, props and struts required for the support of such molds, together with any special lining that may be required to produce a special concrete finish. “Wrot” or “Wrought” formwork or shuttering shall mean formwork where the internal timber face in contact with the concrete is planed smooth, and the contractor is to take particular care with the surface of the shuttering, and with the floating of unshuttered surfaces, it being the intention that a very smooth face will result when the shuttering is struck. “Unwrot” formwork or shuttering shall mean formwork when the internal timber face in contact with the concrete is left “as sawn.” All formwork shall be substantially and rigidly constructed of timber, steel, pre- cast concrete or other approved material and shall be true to the shape, line, level and dimensions shown on the drawings. Timber shall be well seasoned, free from loose knots. Faces in contact with concrete shall be free from adhering grout, projecting nails, splits or other defects that will mark the concrete surface and shall be coated with an approved type of oil before it is fixed in position. Immediately before concreting, the formwork shall be watered thoroughly and washed out to remove sawdust, shavings or other rubbish. Where the appearance of the concrete face is important, the position and direction of the joints shall be directed.
Connections between formwork elements shall be constructed to allow for easy removal of
the formwork, and shall be either nailed, screwed, bolted, clamped, braced and shall have
sufficient strength to retain the correct shape and line during compaction of the concrete.
Fillet strips shall be fixed in the formwork to form a 20 mm x 20 mm chamfer on all external
corners of the concrete. The cost of the same shall not be paid separately but shall be
assumed to have been included in the formwork rates.
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 22 of 38
Removal of forms: Forms shall be removed in such a manner as will not injure the concrete,
and no formwork shall be removed before the concrete has sufficiently set and hardened.
The minimum periods between the placement and removal of formwork for the various
parts of the structure is tabulated below. Compliance with these requirements shall not
relieve the Contractor of his obligation to delay the removal of the forms if the concrete
shall not set sufficiently.
Structure Duration to remove form
Side beams, wall, columns 2 days
Soffit of slabs 12 days
Soffit of beams under 6m span 16 days
Soffit of beams over 6m span 16 days, plus 1 day per 0.6m in excess
of 6m with max of 28 days
The rates for formwork shall include for all timber metal molds inclusive of all necessary
supports and stagings, bolts, nuts, straps, clamps, wedges and other fittings, also all
cutting and waste and the cost of all labor transport and materials in making erecting and
removing the formwork and for any other work required to construct the forms to the
shapes and dimensions shown on the drawings, or as directed by the site supervisor.
Concrete mixes: In order to ensure adequate durability of the finished concrete while at the
same time limiting the shrinkage characteristics, the following limits shall be observed.
Concrete
grade Trial Mix
Max size of
Coarse
aggregate
Min. cement
content
Max cement
content
Max.
Water/Cement
Ratio
10N/mm2 1:4:8 40mm 210kg/m3 0.6
15N/mm2 1:3:6 40mm 252kg/m3 356kg/m3 0.6
20N/mm2 1:2:4 20mm 296kg/m3 415kg/m3 0.55
25N/mm2 1:1 ½: 3 20mm 341kg/m3 475kg/m3 0.5
Batching: Batching of the aggregates and cement shall be by weight while the water shall
be proportioned by volume. Volume batching of aggregates may be used when weigh-
batching is not possible, but volume batching of cement will in no case be accepted. The
weight of coarse and fine aggregates in each batch shall be computed such that whole
number of bags of cement is used and the use of cement from broken bags will not be
permitted.
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 23 of 38
Mixing: Mixing shall be done in power-driven concrete mixers for all classes of concrete
except that small batches of class 10 and class 15 may by mixed by hand with the approval
of the site supervisor.
When using mechanical mixer, the dry materials shall be mixed in the mixer until a uniform
color is obtained after which the gauged quantity of water shall be gradually added. After
all the water has been added, the mixer shall continue to mix for a period of not less than
two minutes. Upon completion of mixing of a particular batch, the mixer drum shall be
completely emptied before fresh batch is placed therein. If the mixer is out of operation for
20 minutes, the concrete therein shall be considered defective and the Contractor shall
remove and dispose of the same at his cost.
When small quantities of concrete are to be mixed, the site supervisor may approve hand
mixing. When hand mixing is employed, the cement content for all mixes shall be increased
by 10% at the Contractor cost.
When hand mixing is used, the fine aggregates shall first be mixed with cement until a
uniform color is obtained before the coarse aggregates can be added after which the
constituent materials are to be mixed again dry before application of water. The minimum
amount of water to ensure workability of the mix is to be added during hand mixing
Transport and placing: Concrete shall be transported in water-tight containers in a
manner which will avoid the segregation of the constituent materials. Before placement
of the concrete, the site supervisor shall approve the formwork and reinforcement.
Approval of the formwork does not however release the Contractor from his obligation
to provide firm formwork capable of supporting the fresh concrete without deformation
or failure.
The time elapsing between the initial mixing of the concrete and finally placing in the works
shall not exceed 30 minutes when Portland Cement is used. Concrete remaining unplaced
at the end of this period shall not be placed in the work, but shall be removed from the site
and disposed off at the Contractor’s expense.
Concrete shall not be dropped through a height exceeding 1.5m and special methods shall
be used for placing concrete in excess of 1.5m such as tremmie, chutes.
A competent still fixer shall be present on site during the placing and compaction of
concrete to ensure that the reinforcement remains in place and to make any corrections
before the placing and compaction of the concrete. Proper bridging arrangements for traffic
over reinforcement shall be provided so that the reinforcement is not distorted, damaged
or displaced.
Compaction: All concrete shall be compacted mechanically, except when agreed with the
site supervisor that small areas may otherwise be compacted.
The concrete shall be compacted using internal poker vibrator. The vibrator shall not be
attached to the reinforcement and care shall be taken to avoid contact.
When internal vibrators are used, they shall be withdrawn immediately water or a thin film
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 24 of 38
of mortar begins to appear on the surface of the concrete. Withdrawal shall be carried out
slowly to avoid cavitation’s.
The concrete shall be worked well around the reinforcement, joints and corners of forms.
Curing: Curing shall commence as soon as the concrete has hardened sufficiently. All
exposed concrete surfaces shall be cured for a period of seven days by covering them with
a layer of sand, Hessian, canvas or other approved material kept damp. Concrete shall be
protected from the sun, wind, heavy rains and flowing water for at least 3 days after placing.
4. Painting Colors of Paints: The priming, undercoats and finishing coats shall each be of different tints,
the printing and undercoats shall be the correct brands and tints to suit the respective
finishing coats, in accordance with the manufacturer’s instructions. All finishing coats shall
be of the colors and types specified by TIS+.
Preparation prior to painting: The Contractor shall include for the preparation of surfaces,
rubbing-down between each coat, stopping, knotting and all other works necessary to
obtain a first class finish. The floors and other fittings shall be covered up with dust sheets
when carrying out the painting works. Paint splashes, spots and stains shall be removed
from floors, wood work etc. and the same left clean and perfect upon completion of the
painting works.
Paint treatment:
# Structure to be
Painted Description of Paint W ork
1 Fiberboard Ceiling Three coats distemper
2 Plastered Walls 3 coats plastic emulsion internally
2 coats exterior water paint
3 Metal work Prime and paint one undercoat and two finishing
coats gloss paint.
4 Galvanized Corrugated Two coats of approved Iron roofing paint
5 Woodwork Knot, prime, stop and paint one undercoat and
two finishing coats gloss paint
5. Electrical Works Earthing: This shall include excavation of earth pit, earth electrode (pipe/plate),
earth leads up to ground level, chamber with cover, excavation refilling with
charcoal and salt etc.
Cables: All cable shall be PVC insulated, sheathed end steel armored with an outer
PVC protective sheath. Cables shall have high conductivity stranded copper
conductors and cores shall be color coded as per the British Standards. All cables
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 25 of 38
shall be without any kinks or visible damage.
All cables shall be properly terminated with glands, tinned copper lugs and cables
identification tags and shall be properly crimped or soldered with lugs as directed.
All the indoor cables shall be laid on walls, ceilings, inside shafts, with suitable
supports. Distance between supports shall not be more than 500 mm. Cables shall
be laid indoors by using 3 mm thick M.S. spacers with G.I. saddles and screws.
Wires: All wires shall be PVC insulated single core copper or aluminum as specified
and shall be any 660 volts’ grade. Wires of single strand are permissible up to 2.5
sq. mm size. Beyond this size wires with stranded conductors only should be used.
All wiring termination shall be with crimped lugs except in case of termination on
piano type switches and piano type sockets outlets.
Conduits buried in concrete structure shall be put in position and securely fastened
to the reinforcement and approved by the site supervisor before the concrete is
poured. Proper care shall be taken to ensure that the conduits are neither dislocated
nor chocked at the time of pouring the concrete. Suitable fish wires shall be drawn
in all conduits before they are embedded.
No conduit shall be buried in concrete or plastered unless the work has been
inspected and approved by the site supervisor.
6. Fixtures and
Fittings Fluorescent Light Fittings: All fixtures shall be complete with accessories and fixing
necessary for Installation completed in all respects. Fixtures connected to emergency
lighting systems shall have distinct red markings. Fixtures shall be installed at mounting
heights as detailed on the drawings or instructed by the site supervisor.
Fixtures and/or fixture outlets boxes shall be provided with hangars to adequately support
the weight of the fixture. Lamps shall be supplied and installed in all lighting fixtures
provided under this contract.
Lamps used for temporary lighting service shall not be used in the final lamping of fixtures.
Rates quoted against light fittings shall include for the complete light fittings, control gear,
bulb etc. all complete in factory wired and assembled condition. Rate shall also include for
fixing arrangement for the fittings and control gear.
Fans, Regulators and Clamps: Ceiling fans including their suspension shall be equipped
with secondary safety device against free fall of fans from their hooks. All ceiling fans shall
be wired to ceiling roses or to special connector boxes and suspended from hooks or
shackles. There shall be no joints in the suspension rod.
For concrete roofs, ceiling fans hooks shall be buried in the concrete during construction.
Fan hooks made of M.S. rods of 15 mm diameter shaped in ‘U’ form with their legs
projecting horizontally on the top at least 190 mm on either side and tied over the top
reinforcement of the roof shall be laid in the concrete slabs. The suspension arrangement
for the fans shall be so designed that the fans canopies shall completely hide suspension
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 26 of 38
element.
Circuit Breakers: Circuit breakers shall preferably be air break horizontal type fully
interlocked and meeting the requirements of BS 3659. Breakers shall be rated for a
medium voltage of 240V and rated full load amperes as indicated on drawings. Breakers
shall be capable of making and breaking system short circuits. Breakers shall be manually
operated complete with panel operating handle, isolating plug with safety shutters,
mechanical ON/OFF indicator, silver plated arcing and main contact arc chutes and trip free
operation.
Point Wiring: Point wiring shall include all works necessary for complete wiring of a switch
circuit of any length from the tapping point on the distribution circuit to the following
through the switch.
a) Ceiling rose or connector (in the case of ceiling fan point).
b) Ceiling rose (in the case of pendant except stiff pendant point).
c) Back plate (in the case of stiff pendants and fittings with down rods)
d) Socket and Outlets (in the case of socket outlets points)
e) Lamp Holder (in the case of wall brackets, batten points, bulk head
f) and similar fittings).
g) Call Bell/ Buzzer
The following shall be deemed to be included in the point wiring:
a) Switch.
b) Ceiling rose or connector as required
c) Any special and suitable M. S. box for neatly housing the connector and covering the
fan hook in case of fan point.
d) Bushed conduit or porcelain where cable pass through walls, floors etc.
e) Earth wire from the distribution boards to all current carrying apparatus through
switch boards, M. S. Boxes etc.
f) All metal blocks, boards, covers and M. S. Boxes, sunk or surface mounted including
those required for mounting fan regulators but excluding those for fixing the
distribution switch boards.
g) All fixing accessories such as clips, nails, screws, phil plug, rawl plug etc. as required.
h) Connection to ceiling rose, connector socket outlets, Lamp holders, switch, fan
regulator etc.
i) Looping in the same switch board and inter connections between points on the
same circuit.
System of Wiring: Power wiring shall be kept separate and distinct from lighting and fan
wiring. All conductors shall run as far as possible along the walls and ceiling so as to be
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 27 of 38
easily accessible and capable of being thoroughly inspected. In all types of wiring due
consideration shall be given for neatness, good appearance and safety.
Rating of lamps, fans, sockets etc.: For the purposes of connected load calculations,
incandescent installations for residential and non-residential building shall be rated at 100
W. Table fans shall be rated at 50/60W. 5 Amp socket outlet point and 15 Amp socket
outlet point shall be rated at 100W and 1000W respectively, unless the actual values of
loads are known or specified.
Switch Boards: Metal clad switch gear shall be mounted on wall, columns etc. by suitable
mechanical means so as to ensure firm mechanical supports. Hinged type boards shall
consist of a box made of sheet metal clad, switch gear, distribution boards etc. Hinged
metal boards shall consist of a box made of sheet metal of 6 SWG gauge thick and shall be
provided with hinged cover to enable the board to be swung open for the examination
of the wiring at the back.
All wires passing through metal boards shall be bushed. No apparatus shall project beyond
any edge of the panel. No fuse body shall be mounted within 25 mm of any edge of the
panel.
Wall chasing for conduits: The chase in the wall shall be neatly made and of ample
dimensions to permit the flexing of conduit pipe in an approved manner. In case of building
under construction, conduit shall be buried in the wall before plastering and shall be
finished neatly after erection of conduit. In case of exposed brick masonry work, special
care shall be taken to fix the conduit and accessories in position along with the building
work. In case of new construction, the scope of work under the electrical contractor shall
be responsible for providing chase in the wall, fixing up the conduits and finishing of the
wall complete.
Fixing of conduit in case: The conduit pipe shall be fixed by means of staples or by means
of saddles not more than 600 mm apart. Fixing of standard bends or elbows shall be
avoided as far as possible and all curves maintained by bending conduit pipe itself with
long radius which will permit easy drawing of conductors.
Conduits buried in concrete structure shall be put in position and securely fastened to the
reinforcement to the approval of the site supervisor before the concrete is poured. Proper
care shall be taken to ensure that the conduits are neither dislocated nor chocked at the
time of pouring the concrete. Suitable fish wires shall be drawn in all conduits before they
are embedded.
No conduit shall be buried in concrete or plastered unless the work has been inspected
and approved by the site supervisor.
7. Masonry/ Blockwork
Precast concrete blocks for blockwork shall be solid blocks or hollow blocks manufactured
from ordinary Portland cement and aggregates. All blocks shall be manufactured
mechanically by compression and vibration. The mix used shall not be richer than one-part
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 28 of 38
cement to six parts of combined fine and coarse aggregates by volume. Blocks shall be
dried for 24-hour after which curing shall start and continue for a period of not less than
10 days. The blocks shall then by carefully handled and stacked protected from rain by a
cover and in such a way that air circulates around them. The blocks shall not be laid before
28 days after casting.
All blockwork shall be bonded pointed and uniformly bedded in true horizontal coursed
in cement mortar and built true to line and profile. Blockwork shall be carried up evenly
and in regular stages and no part shall be raised more than 1m above any other part of the
work at any time. All blocks shall be well soaked before use and the top of unfinished walls
wetted before work re-commences. Courses shall be properly leveled and perpendicular
joints, quoins, jambs and angles shall be plumbed as the work proceeds. Blockwork which
is not to be rendered shall be finished with a fair face and the blocks shall be selected for
even texture and unmarked faces, regular shape and square unbroken arises. The
blockwork shall be pointed as the work proceeds with a neat joint to approval. Where
blockwork is to be rendered, the joint shall be raked out 12 mm deep as the work proceeds
to form an adequate key. Blockwork shall be bonded to concrete columns and walls by
approved galvanized metal ties, 25 mm wide and 3mm thick cast into the concrete and
spaced at alternate courses and extending not less than 300 mm into the block joints. This
shall then be lapped to run throughout the length of the blockwork course.
Masonry shall be constructed from approved hard durable stone laid to bond. The stones
shall be rough dressed so that the beds and sides are roughly perpendicular to the exposed
face of the wall. The joints shall be 12 mm thick on average and completely filled with
mortar. The face of the work shall be true to profile and the joints shall be neatly pointed
in mortar. Where the walls are to be rendered, the joints shall be raked out to a depth of
12 mm to form a key. All walling of 300 mm thickness or less shall be built in single thickness
of blocks or stone. The stones shall be properly bonded together and in such manner that
no vertical joint in any one course shall be within 125 mm approximately of a similar joint
in the courses immediately above or below. The masonry walling shall be reinforced with
hoop iron at every alternate course. This shall be in form of galvanized metal 25 mm wide
and 3mm thick. This shall be in the form of a roll spread centrally over the running joints,
for the full length of the wall and lapped and crimped 300 mm at running joints and full
width of walls at angles and intersections.
8. Hardcore Hardcore: Hardcore shall be sound hard stone, rock or broken concrete not less than 100
mm in size unless otherwise directed. Sufficient but not excessive blinding material of
smaller sizes may be permitted at the discretion of the site supervisor.
9. Timber All timber shall be reasonably free from sap, shakes, large loose or dead knots, wane edged
or other defects and shall be dry and properly seasoned, with maximum 15% moisture
content for joinery work and 18% moisture content for carpentry.
All carpentry work shall be left with sawn surface except where particularly specified
to be wrought. All structural timber used in the works shall be treated with an approved
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 29 of 38
preservative. Sizes and thickness of wrot carpentry and joinery are nominal i.e. 3mm
reduction off specified sizes will be allowed for each wrot face, except where described as
finished sizes in which case no reduction from the stated thickness or size will be permitted.
Timbers shall be in long length and warped timber will not be permitted. Where joints are
unavoidable in beams or purlins, they shall be properly scarfed and bolted and where
practicable be placed at points of support. Scarfs unless otherwise directed shall be of a
length equal to twice the depth of element, provided that the adjacent timber are
continuous.
Doors: The rate for the door shall include for hardwood frame, architraves, 3 lever lock,
3No. hinges, and all door furniture. All frames shall be securely fixed to reveals by means
of galvanized wrought iron clamps 25 mm x 3 mm x 300 mm long split and caulked for
building into joints and bent and screwed to backs of frames and with flanged and built
225 mm into joints of walling, three cramps to each side frame of each door. The clamps
shall not be more than 750 mm apart commencing at 20mm above the bottom of the
frame. Wall plates shall be secured by clamps as the doors but the clamps shall be spaced
at 1200 mm centers.
Solid Doors: All solid doors shall be in hardwood timber unless otherwise specified in the
drawings and BOQ. The doors shall be framed, ledged and braced, 50 mm thick, 838 x 2100
mm overall or to sizes specified on the drawings and shall consist of 101.6 x 50.8 mm
(4”x2”) stiles and top rail, 228.6 x 25.4 mm (10”x1”) lock and bottom rails and 101.6 x 25.4
mm (4”x1”) diagonal braces filled in with 25.4 mm tongued grooved and “V” jointed both
sides boarding in matched widths and shall include chamfer on edge of stiles and adjacent
boarding to form “V” joint.
Flush doors: Where specified, the flush doors shall be 45 mm thick consisting of a 60 x 45
mm hardwood frame braced with 35x35mm soft wood cross battens at 65mm centers and
faced on both sides with 4mm thick plywood all glued with an approved
adhesive.
Architraves: The finishing to door frames to all doors shall consist of 76.2x19mm splayed
architraves plugged to walling and measured at all angles. Where the door frame is set
against the face of the wall or where there is insufficient room for architrave, the finishing
shall consist of 19mm quadrant molding planted on the frame. The architrave shall
be in hardwood timber. Brandering: The brandering shall be 50x50mm fixed to and
level with the underside of ceiling joints at 600mm centres maximum in both directions.
The Contractor shall include for cutting and fittings at trusses. The brandering timber shall
be cypress or other equal and approved.
Ceilings: Ceilings to all rooms shall be formed of approved insulation board not less than
12.5mm thick. Unless otherwise specified, the ceiling type shall be Celotex acoustical
ceiling, white in color with a noise reduction coefficient of 0.45 and a light reflectance
coefficient of 0.82. It shall be supplied in panels of 24”x 24” (600x600mm).
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 30 of 38
Terms and Conditions of Award The subcontract award will include, but not be limited to, the following provisions: TYPE OF SUBCONTRACT
This is a Firm Fixed Price subcontract. This fixed price includes, but is not necessarily limited to, all of the Subcontractor’s labor, supervision, insurance, transportation, fuel, oil, materials, tools, equipment, transport, loading and offloading, handling, maintenance, testing, taxes, quality control, security, waste removal and other obligations to which the Subcontractor may be entitled as well as the entire and indirect costs, such as overhead, transportation, and profit. The total sum cannot be exceeded.
The subcontractor shall bear the financial responsibility for any fines, fees, penalties, or corrective costs that result as a consequence of the subcontractor’s failure to meet the EPA, MCC, National, County, or other city regulations concerning demolition and disposal in a manner consistent with the terms of this subcontract.
Any fines, fees, penalties, or corrective costs that are not paid by the Subcontractor directly, shall be deducted from the final contract value.
LIQUIDATED DAMAGES The liquidated damages for delays in the completion of works shall be USD$ 1,000 for each of the
project payment milestones. The maximum value of liquidated damages is based on the preceding
project payment milestones each at USD$ 1,000 per payment milestone.
In the event that the Subcontractor does not complete the Works within 15 days following the
end of the completion period of the Subcontract then the Performance Penalty (found in the Contract
Data) shall be levied beyond this period of 15 days shall be deducted from the final payment until the
Works is authorized as completed by the Community Representative, TIS+ Engineer and TIS+ COP. The
said sum shall be payable by the sole fact of the delay without the need for any previous notice or any
legal proceedings, or proof of damage, which shall in all cases be considered as ascertainable.
INSURANCE The Subcontractor agrees to maintain liability insurance as required and customary in the construction
industry and as stated in this provision. Adequate liability insurance shall be maintained for all
construction personnel and equipment during the entire period of performance of this Subcontract.
Such insurance will protect the Subcontractor and its employees, TIS+ and USAID from the following
claims which may arise out of or result from its operations hereunder (whether by itself, anyone directly
or indirectly employed by any of them, or anyone for whose acts any of them may be liable): claims under
workmen's compensation, disability benefit and other similar employee benefit acts; claims for damages
because of bodily injury, occupational sickness or disease, or death, of its employees or any other person;
claims which are sustained by any person as a result of the actions of the Subcontractor or by any
other person; and claims for damages because of injury to or destruction of tangible property, including
loss of use.
Specifically, insurance required under this Agreement shall include, with no war or hostile zone exclusions:
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 31 of 38
Insurance of the Works and Subcontractor's Equipment The Subcontractor shall purchase and maintain insurance to prevent against loss or damage and cover
replacement of equipment deemed necessary to complete the Works. The insurance shall provide
coverage for:
a) The Works, together with materials and Plant for incorporation therein, to the full replacement cost
b) An additional sum of 15 per cent of such replacement cost, to cover any additional costs of and incidental to the rectification of loss or damage including professional fees and the cost of demolishing and removing any part of the Works and of removing debris of whatsoever nature
c) The Subcontractor's Equipment and other things brought onto the Site by the Subcontractor, for a sum sufficient to provide for their replacement at the Site.
Delays in the Works due to loss or damage to construction equipment which is not insured are not considered excusable delays.
Insurance Against Accident to Workmen TIS+ shall not be liable for or in respect of any damages or compensation payable to any workman
or other person in the employment of the Subcontractor or any other subcontractor. The
Subcontractor shall indemnify and keep indemnified TIS+ against all claims, proceedings, damages,
cost, charges and expenses whatsoever in respect thereof or in relation thereto.
The Subcontractor shall insure against such liability and shall continue such insurance during the
whole of the time that any persons are employed by him on the Works. Provide that, in respect of
any of any persons employed by any subcontractor, the Subcontractor’s obligations to insure as
aforesaid under this clause shall be satisfied if the subcontractor shall have insured against liability
in respect of such persons in such a manner that TIS+ is indemnified under the policy, but the
Subcontractor shall require such subcontractor to produce to TIS+, when required, such policy of
insurance and the receipt of the payment of the current premium.
Third Party Insurance 50
The Subcontractor shall, without limiting his or TIS+ obligations and responsibilities, insure, in the joint
names of the Subcontractor and TIS+, against liabilities for death of or injury to any person (other than
as provided in Clause 24 of FIDIC - The International Federation of Consulting Engineers) or loss of or
damage to any property (other than as provided in Clause 24 of FIDIC) or loss of or damage to any
property (other than the Works) arising out of the performance of the Subcontract, other than the
exceptions defined in paragraphs (a), (b) and (c) of Sub- Clause 22.2. in FIDIC.
Evidence of Insurance Prior to the start of the Works at the site, the Subcontractor shall furnish TIS+ with Certificates of Insurance as documentation that all insurance required herein has been effected. Each insurer must be reasonably acceptable to TIS+, and possess a minimum Best rating of ‘A- VII’ (or equivalent rating agency in the country) and licensed to conduct business in all countries where this Subcontract shall apply. If requested, Subcontractor shall provide copies of receipts for the payment of the current
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 32 of 38
premium. It is specifically agreed that the types and amounts of insurance shall not limit Subcontractor’s liability to indemnify, defend, and hold TIS+ harmless.
Subcontractor shall provide at least Thirty (30) days prior written notice of cancellation or material change in any insurance. INDEMNIFICATION The Subcontractor shall defend, indemnify, and hold harmless, TIS+, and TIS+’s Client (USAID), agents,
officers and directors, and employees, from and against any and all claims, liability, losses, cost or
expenses, including attorney's fees, arising out of the acts, errors or omissions of the Subcontractor,
its agents, officers and directors, employees, and anyone directly or indirectly employed by any of
them or anyone for whose acts any of them may be liable. This indemnification obligation shall not
be limited in any way by required, actual, or available insurance coverage.
Specifically, in regard to damage to persons and property, the Subcontractor shall indemnify TIS+
and USAID against all losses and claims in respect of: (a) death of or injury to any person, or (b) loss of
or damage to any property which may arise out of or in consequence of the execution and completion
of the Works and the remedying of any defects therein, and against all claims, proceedings, damages,
costs, charges and expenses whatsoever in respect thereof or in relation thereto.
Likewise, TIS+ shall defend, indemnify, and hold harmless the Subcontractor and its agents, officers and
directors, and employees from and against all claims, liability, losses, cost or expenses, including
attorney's fees, arising out of the acts, errors or omissions of TIS+, its agents, officers and directors,
employees, subcontractors, and anyone directly or indirectly employed by any of them or anyone for
whose acts any of them may be liable. This indemnification obligation shall not be limited in any way by
required, actual, or available insurance coverage. SPECIAL SUBCONTRACT PROVISIONS The following clauses are incorporated from the Prime Task Order and are applicable to this Subcontract:
A.1 Authorized Geographic Code
USAID has eligibility rules concerning goods and commodities, commodity-related services, and
suppliers of goods and services (other than commodity-related services). These rules are set forth
in 22 CFR 228 and Series 300 of USAID's Automated Directives System (ADS-300), which, as amended
from time to time, are incorporated by reference as a part of this subcontract (see the clause
entitled "Source, Origin, and Nationality Requirements" [AIDAR 752.225-70]).
The authorized geographic code for procurement of goods and services under this subcontract is
“935.” Local procurement is authorized subject to the provisions of AIDAR 752.225-71, “Local
Procurement (FEB 1997)”.
(a) Restricted Goods
Pursuant to the clause of the subcontract entitled "Source, Origin, and Nationality Requirements"
(AIDAR 752.225-70), the Subcontractor shall not purchase (or, for motor vehicles, take a long-term
[i.e., six months or longer] lease for) restricted goods. Restricted goods are: (1) agricultural
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 33 of 38
commodities; (2) motor vehicles; (3) pharmaceuticals and contraceptive items; (4) pesticides; (5)
fertilizers; (6) used equipment; and (7) U.S. Government–owned excess property. The Subcontractor
may not purchase restricted goods without advance written approval of the TIS+ COP, TIS+
Operations Manager, TIS+ Engineer Manager and USAID Contracting Officer.
(b) Nationality, Source, and Cargo Preference
In order to be eligible for USAID financing all goods and services provided by the Subcontractor
under this subcontract shall have their nationality, source, and origin in those countries listed in USAID
Geographic Code in effect on the date of acquisition and/or in ("Eligible Countries"). However, the
source rule does not apply to goods owned by the Contractor prior to bid opening. 52
Citizens of any country or area, and firms and organizations located in or organized under the laws of
any country or area which is not included in USAID. Geographic Code 935 are ineligible for financing
by USAID as suppliers of services or commodities or as agents acting in connection with the supply
of services or commodities, except that non-U.S. citizens lawfully admitted for permanent residence in
the United States are eligible regardless of such citizenship.
** See Attachment 2A in FIDIC and https://www.usaid.gov/sites/default/files/documents/1876/310.pdf
for a list of countries in Geographic Codes 935.
A.2 Executive Order on Terrorism Financing (AAPPD 02-04,Mar 2002)
The Subcontractor/Recipient is reminded that U.S. Executive Orders and U.S. law prohibits
transactions with, and the provision of resources and support to, individuals and organizations
associated with terrorism. It is the legal responsibility of the Subcontractor/recipient to ensure
compliance with these Executive Orders and laws. This provision must be included in all
subcontracts/sub-awards issued under the Prime Contract.
In addition to conducting a background check for any new personnel, Subcontractor agrees to conduct
a search for the prospective employees name on the following site:
http://www.treasury.gov/offices/enforcement/ofac/sdn/index.html
A.3 Foreign Corrupt Practices Act
In the performance of its obligations under this Agreement, Subcontractor, its officers, directors,
agents and employees shall comply strictly with all applicable laws, regulations and orders including
but not limited to the Foreign Corrupt Practices Act of the United States. Subcontractor hereby
acknowledges and agrees that certain laws of the United States of America prohibit any person from
making any payment of money or anything of value, directly or indirectly, to any government official,
political party, or candidate for political office for the purpose of obtaining or retaining business.
Subcontractor hereby represents and warrants that, in the performance of its obligations hereunder,
it has not made or offered to make, and will not make or offer to make, any such proscribed payment.
Any such practice will be grounds for cancelling the award of this contract and for such other additional
actions, civil and/or criminal as may be applicable. 53
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 34 of 38
A.4 USAID Disability Policy – Acquisition (December 2004)
(a) The objectives of the USAID Disability Policy are (1) to enhance the attainment of United States
foreign assistance program goals by promoting the participation and equalization of opportunities
of individuals with disabilities in USAID policy, country and sector strategies, activity designs and
implementation; (2) to increase awareness of issues of people with disabilities both within USAID
programs and in host countries; (3) to engage other U.S. government agencies, host country
counterparts, governments, implementing organizations and other donors in fostering a climate
of nondiscrimination against people with disabilities; and (4) to support international advocacy
for people with disabilities. The full text of the policy paper can be found at the following
website: http://www.usaid.gov/about/disability/DISABPOL.FIN.html.
(b) USAID therefore requires that the Subcontractor not discriminate against people with disabilities
in the implementation of USAID programs and that it make every effort to comply with the
objectives of the USAID Disability Policy in performing this subcontract. To that end and within the
scope of the subcontract, the Subcontractor’s actions must demonstrate a comprehensive and
consistent approach for including men, women and children with disabilities.
A.5 Anti-Trafficking
(a) The U.S. Government is opposed to prostitution and related activities, which are inherently
harmful and dehumanizing, and contribute to the phenomenon of trafficking in persons. None of
the funds made available under this subcontract may be used to promote, support, or advocate
the legalization or practice of prostitution. Nothing in the preceding sentence shall be construed
to preclude assistance designed to ameliorate the suffering of, or health risks to, victims while they
are being trafficked or after they are out of the situation that resulted from such victims being
trafficked.
(b) TIS+ may terminate this subcontract, without penalty, if the Subcontractor (i) engages in severe
forms of trafficking in persons or has procured a commercial sex act during the period of time
that the grant, subcontract, or cooperative agreement is in effect, or (ii) uses forced labor in the
performance of the grant, subcontract, or cooperative agreement.
A.6 Prohibition of Assistance to Drug Traffickers 54
TIS+ reserves the right to terminate this Subcontract, to demand a refund, or take other appropriate
measures if the Subcontractor is found to have been convicted of a narcotics offense or to have been
engaged in drug trafficking as defined in 22 CFR Part 140 and ADS 206.
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Page 35 of 38
SOMALIA CONDITIONS 1. Consistent with the September 10, 2009 memorandum from the Department of State (State) to the
Department of Treasury‘s Office of Foreign Assets Control (OFAC), and with the September 16, 2009
memorandum from OFAC to State, both relating to State/USAID Somalia Programs (such memoranda
attached hereto at Tab 1), the Company agrees that it and/or its implementing partners (including
contractors, grantees, sub-contractors and sub-grantees) will not knowingly and voluntarily make
payments or provide any other benefits to al Shabaab, or to entities controlled by al Shabaab, or to
individuals acting on behalf of al Shabaab (collectively, “excluded parties”). Such prohibited
payments or other benefits would include:
a) Cash facilitation fees or other similar fees at roadblocks, ports, warehouses, airfields or other
transit points to excluded parties;
b) Purchases or procurement of goods or services from excluded parties; and
c) Payments to al-Shabaab as the de facto municipal authority
2. The Company and its implementing partners (including contractors, grantees, sub-contractors and
sub-grantees) agree to exercise enhanced due diligence when providing assistance to Somalia under
this agreement to avoid the accidental, unintentional or incidental provision of such payments or
benefits to excluded parties. 3. In the event that the Company or its implementing partners (including contractors, grantees, sub-
contractors and sub-grantees) become aware that it made a payment or provided a benefit to
excluded parties, the Company shall, in accordance with 22 CFR 226.51(f) and within ten days after
becoming aware of such payment or provision of benefit, notify the Agreement Officer in writing, with
a copy to the AOTR (Agreement Officer's Technical Representative), of such payment or provision of
benefit. This notification shall include the following information:
a) Factual descriptions of each such event;
b) Amount of funds expended or other benefit provided for each event;
c) Safeguards and procedures, including management and oversight systems, that were in place to
help avoid the occurrence of such event; and
d) Explanation of the reasons for each such payment or each such benefit provided, including
whether it was made or provided knowingly, voluntarily, accidentally, unintentionally,
incidentally, or forced.
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Bills of Quantities
Preamble
1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, Conditions of Contract,
Technical Specifications, Designs and Drawings.
2. The rates and prices bid in the Bill of Quantities should include all labor, supervision, materials,
equipment, erection, maintenance, insurance, taxes, and duties, together with all general risks,
liabilities, and obligations set out or implied in the Contract.
3. A rate or price shall be entered against each item in the Bill of Quantities, whether quantities are stated
or not. The cost of Items against which the Contractor has failed to enter a rate or price shall be
deemed to be covered by other rates and prices entered in the Bill of Quantities.
4. The whole cost of complying with the provisions of the Contract shall be included in the Items provided in
the un-priced Bill of Quantities, and where no Items are provided, the cost shall be deemed to be
distributed among the rates and prices entered for the related Items of Work.
5. General directions and descriptions of work and materials are not necessarily repeated nor
summarized in the Bill of Quantities. References to the relevant sections of the Contract documentation
shall be made before entering prices against each item in the Bill of Quantities.
6. The method of measurement of completed work for payment shall be in accordance with CESSM -
Collaborative Evaluation of Semantic Similarity.
Errors will be corrected by the Employer for any arithmetic errors in computation or summation as follows:
Where there is a discrepancy between amounts in figures and in words, the amount in words will govern; and
the total amount derived from the multiplication of the unit price and the quantity, the unit rate as quoted will
govern, unless in the opinion of the Bid Committee, there is an obviously gross misplacement of the decimal
point in the unit price, in which event the total amount as quoted will govern and the unit rate will be corrected.
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Bill of Quantities
DETAILS OF COMPONENT
Currency: Project No:Project Title: Location: Tender No: Tender Title: Original Issue:
Item Description of Work/Items Prj. Schedules
Ref. Unit Qntty Rate Amnt
USD
GeneralPreliminaries
A Pre-construction work, mobilisation activities L.sum 1B Post construction works and clean up. L.sum 1
General RequirementsC EMMP monitoring and reporting L.sum 1
SUB STRUCTURESEarthwork schedules
D
Excavation (any soil type) for foundation.This item includes all excavations, disposal and temporary support or shoring if needed. See drawing and schedule for details.
CM 794
EGround improvement under foundations. This includes supplying of filling materials and compacting the layers according to schedule and drawings
CM 794
F
Soil backfilling on RCC matt foundation up to ground level. This includes supplying of needed materials. See drawings and schedules for levels/dimensions and details.
CM 794
G
Gravel compaction, Class 2, at any places under the PCC shown inside the building or at sidewalk/ramp. This includes supplying of needed materials. See drawing and project schedules for dimensions and details.
CM 162
PROJECT: AFMADOW WOMEN MARKETGRANT NO. JSS 016
MARKET HALL - BLOCK A
3. Eventual claims for extra works are covered by project general documentation of contract.2. Quotation given by the contractor on this BOQ are to cover any and all additional materials, labor or 1. All bidders MUST examine the complete project documents. These documents include the Drawings,
Afmadow Women Market
US Dollars
Somalia
NOTICE TO ALL BIDDERS - COMPLETE PROJECT PRICE:
SUB TOTAL FOR GENERAL
H
Extra Quantities from excavated materials of Gravel compaction, Class 2, at any places under the PCC shown inside the building or at sidewalk/ramp. This includes supplying of needed materials. See drawing and project schedules for dimensions and details.
CM 108
Item Description of Work/Items Unit Qntty Rate Amount
Concrete
Plain concrete class 15/40 OR mix (1:4:8)I 50mm Thick blinding to strip foundations Sm 142
J Ditto but to column bases Sm 146
Anti-termite Treatment
K Approved anti-termite chemical treatment to be applied as per specifications Sm 600
Blinding
L 50mm Thick approved quarry dust blinding to surfaces of hardcore Sm 600
DPM
M 1000 gauge polythene damp proof membrane Sm 600StructureConcrete-General;Non reinforced concrete,Reinforced concrete
Concrete- Integral Finishes schedules
NOTE: Cost for concrete items in this section includes reinforcement, steel anchorage embedded in concrete(Foundations,Groundbeams,Column bases and beams), shuttering, concrete, concrete curing and all to the complete job.
N
200mm thick, RCC concrete,reinforced with A142 wiremesh. (20 Mpa) at the floor over the water-proofing layer. This item includes the stairs steps at the entrances and the ramps.
CM 120
ORCC concrete, 300mm thick, (20 Mpa) at the colum bases; reinforcements as per the drawing (all inclusive)
CM 44
PRCC concrete, 300mm thick, (20 Mpa) at the strip foundation, reinforcements as per the drawing (all inclusive)
CM 43
SUB-TOTAL FORWARDED TO NEXT PAGE
SUB-TOTAL BROUGHT FROM PREVIOUS PAGE
SUBTOTAL FOR SUBSTRUCTURES
QRCC Columns, includes all columns (from -1.2 to +5) and supporting columns; reinforcements as per the drawing (all inclusive)
CM 24
RRCC (20 Mpa) beams. The items covers all beams-Ring beam 1No. Reinforcements as per the drawing (all inclusive)
CM 20
SRCC (20 Mpa) beams. The items covers all beams-Ring beam 1NO.Reinforcements as per the drawing (all inclusive)
CM 20
TRCC (20 Mpa) beams. The items covers all beams-Ring beam 1NO.Reinforcements as per the drawing (all inclusive)
CM 11
SUBTOTAL FOR CONCRETEItem Description of Work/Items Unit Qntty Rate Amount
SUPERSTRUCTURE - WALLINGExternal WallsConcrete Hollow block walls, bedded, jointed and pointed in cement sand (1:3) mortar: flush vertical and horizontal joints :in
U 200 mm Thick walls Sm 620
Internal WallsConcrete Hollow block walls: bedded, jointed and pointed in cement sand (1:3) mortar: flush vertical and horizontal joints :in
V 200 mm Thick walls Sm 440
RoofingW Five Box profile 28 guage G.I sheets to engineers
approval on timber purlins( m.s).SM 690
X 300mm girth Ridge cap fixed to ends to match sheets LM 31
Roofing trusses- light timber workSawn cypress: first grade: clean: pre-treated with wood preservative to engineers approval: including jointing and connections as necessaryAllow for hoisting trussess approx 6.0m high from ground level
Y 150 x 50mm rafters LM 668
Z 150 x 50mm: tie beam LM 530
SUBTOTAL FOR WALLING
A1 150 x 50mm: king post LM 161
B1 100 x 50mm: Struts and ties LM 910
C1 100 x 50mm ridge piece L M 32
D1 150 x 50mm Purlins LM 943
E1 100 x 50 mm Wall plate: fixed to concrete or masonry with approved bolts at 1200mm c/c LM 123
F1
150x150mm PVC box gutter: fixed to fascia with and including steel flat brackets at 1200 mm (maximum) centres: holes for down pipes as necessary: closed ends
LM 128
Item Description of Work/Items Unit Qntty Rate Amount
U.P.V.C Pipes, gutters and fittings to B.S. 4576 Part 1 (References to Terrain Product Handbook PH. 05)
G1 150mm diameter UPVC rain water downpipe: holderbats at 1500 mm (maximum) centres LM 70
H1 Ditto for 800 mm swan neck offset No 14
I1 Ditto for shoe No 14
Wrot cypress:
J1 225 x 25 mm Fascia & barge boards Lm 230
Prepare surfaces: and apply undercoat and two finishing coats first grade gloss/varnish paint on wooden/metal surfaces: to
K1 Fascia & barge boards: surfaces over 200 but not exceeding 300mm girth Lm 230
L1 General metal surfaces: gutters & downpipes Sm 63
SUB-TOTAL FORWARDED TO NEXT PAGE
SUB-TOTAL BROUGHT FROM PREVIOUS PAGE
SUBTOTAL FOR ROOFING
Doors and Door Hardware,Joinery doors,PVC doors,AnnealedGlasses schedules NOTE: Prior to work, samples must be approved by the Engineer.Prices to include iron mongery and other accessories.External Doors
Standard steel panel door with mild steel plate & 50 x 25mm RHS including fan lights, 100 x 50mm RHS frame, fixing accessories, locks with handles & fixing to concrete Hollow block jambs & concrete head and threshold.
M1 2000 x 2400mm high No. 8
Prepare surfaces: and apply undercoat and two finishing coats first grade gloss paint as "Crown Paints" or other equal approved: on metal surfaces: to
N1 General metal surfaces (both sides) SM 38
Ventillation blocksW Vent blocks bended and jointed with cement sand
mortor 1:3 to architects approvals SM 228
Item Description of Work/Items Unit Qntty Rate Amount
FINISHESInterior wall finishesPlaster: 9mm first coat of cement/lime/sand (1:2:9): 3mm second coat of cement/lime/sand (1:1:6): steel trowelled: on conccrete hollow block or concrete: to
O1 Walls: internally SM 880
Prepare & apply three coats of silk vinyl emulsion paint on plastered concrete hollow block wall surfaces: to
P1 Walls: internally SM 880
External Wall finishes
SUBTOTAL FOR DOORS
Cement and sand (1:4) render: on concrete : steel trowel finished: to
Q1 15mm thick:concrete hollow block: externally SM 1240
Prepare surfaces and apply undercoat and two finishing coats first grade emulsion paint on concrete surfaces: to
R1 concrete wall: externally Sm 1240
Floor finishes(Meat ,vegetable ,fooding and clothing divisions)Cement and sand (1:4) screed: to hacked floors: in
S1 32mm thick finished to receive cement sand floor finish SM 625
600 x 600 x 8mm non-slip ceramic floor tiles as approved, jointed & bedded with c/s mortar (1:3) grouting joints in matching cement:
T1 To floors ( Food & Clothing Sections) Sm 288
U1 100 x 8mm skirting to match( Food & Clothing Sections) LM 98
V1 Rough concrete screed with grooves (Meat and Vegetable section)
SM 288
Item Description of Work/Items Unit Qntty Rate Amount
Water Services(Site visit to confirm quantities needed.)
W1 Service Sewer pipes Item 1
X1 Manholes 750x675mm Item 1
Y1 Underground drains for sewer ITEM 1
Z1 Market stalls Drains open channels with M.S gratings cover
ITEM 1
SUBTOTAL FOR FINISHES
SUBTOTAL FOR WALL FINISHES
A2 Septic tanks and fittings as needed 1 No. ITEM 1
B2 R.C.C Structure Elevated plastic water tank - 2000 litres capacity - with all the accessories that come along with it. Construction of the stucture is inclusive as per the drawing
ITEM 1
Electrical ServicesLighting points
C2 Flourescent lights(Market hall) NO 37
D2 Wall mounted security light fixtures(Market Walls) No. 16
Switches and Sockets
E2 2 Gang 2way switch(Market Hall) NO 4
F2 Single power sockets NO 12
Amoured Cabling
G2 Lighting set 1.5mm ITEM 1
H2 Lighting set 2.5mm ITEM 1
I2 600x900x200 metallic metre board wall mounted NO. 1
J2 Photocell/timer NO. 1
K2 Conduit for Amoured cabling with its matching accessories ITEM 1
Item Description of Work/Items Unit Qntty Rate Amnt USD
SUMMARY OF COMPONENTCurrency: Project No:Project Title:
SUBTOTAL WATER SERVICES
SUBTOTAL ELECTRICAL SERVICES
Location: Tender No: Tender Title: Original Issue:
1 Subtotal for General2 Subtotal for Sub structure3 Subtotal for Walling4 Subtotal for Roofing5 Subtotal for Doors and Windows6 Subtotal for Finishes7 Subtotal for Water Services8 Subtotal for Electrical Services
Summary of MARKET HALL Block A
TOTAL MARKET HALL BLOCK A
Item Description of Work/Items Project Schedules
Ref.
Unit Quantities
Unit Amount
General Description of the Garbage collection building, as per the design drawings Block CThe cost bid for the Garbage collection area should be a lumpsum to meet the technical description presented below and as presented in Block B of the design drawings, and include all preparation, construction, finishing components :
A
Pre-construction work, excavation, compaction, anti termite treatment, concrete works, superstructure, walls - hollow blocks, including plastering and painting, internal and external finishing, timber truss roof with Guage 28 zinc iron sheets, steel door and vents, exactly as per the design drawings and the specifications, descriptions on the design drawings for Block C.
lumpsum 2
TOTAL FOR the project
NamePositionSignature
Address andMobile Number
TOTAL FOR BLOCK B
PROJECT: AFMADOW WOMEN MARKETGRANT NO. JSS 016
NOTICE TO ALL BIDDERS - COMPLETE PROJECT PRICE:
GARBAGE AREA - BLOCK C - See Accompanying drawings sheet C-01
1. All bidders MUST examine the complete project documents. These documents include the 2. Quotation given by the contractor on this BOQ are to cover any and all additional materials, labor 3. Eventual claims for extra works are covered by project general documentation of contract.
Item Description of Work/ItemsProject Schedules Ref.
Unit Qntty Rate Amnt USD
General Description of the washrooms/ toilets as per the design drawings Block B The cost bid for the two washrooms/ toilets should be a lumpsum to meet the technical description presented below and as presented in Block B of the design drawings, and include all preparation, construction, finishing components :
A
Pre-construction work, mobilisation activities, excavation, compaction, anti termite treatment, concrete works, superstructure, walls - hollow blocks, including plastering and painting, internal and external finishing, timber truss roof with Guage 28 zinc iron sheets, steel doors, windows and vents, plumbing fixtures ( 8 toilets and 4 washbasin), ceramic floor tiles, electrical works, plumbing and drain / sewage works, exactly as per the design drawings, specifications and descriptions on the design drawings for Block B. Total for two washrooms, total 8 stalls.
lumpsum 2
TOTAL FOR the project
BOQ Value for whole tender in words:Agreed on behalf of Contractor
NamePositionSignatureAddress andMobile Number
TOTAL FOR BLOCK B
PROJECT: AFMADOW WOMEN MARKETGRANT NO. JSS 016
NOTICE TO ALL BIDDERS - COMPLETE PROJECT PRICE:
3. Eventual claims for extra works are covered by project general documentation of contract.
WASH ROOMS - BLOCK B - See the drawing ( 2 complete buildings)
2. Quotation given by the contractor on this BOQ are to cover any and all additional materials, labor or 1. All bidders MUST examine the complete project documents. These documents include the Drawings,
Location Afmadow, Lower Juba, JSS Somalia GRANT NO JSS016
DATE 22 September 2016
PROJECT NAME Construction of Afmadow Women’s Market
Architectural Designs and Drawings
GSPublisherEngine 0.13.100.100
AFMADOW WOMEN MARKET,JUBALANDARCHITECTURAL DRAWINGS
ARCHITECTS
Geconsult GroupP.O Box 103525 - 00101
680 Hotel BuildingNairobi,Kenya
Email : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101
680 Hotel BuildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875
IMPLEMENTATION PARTNER
TRANSITION INITIATIVES FORSTABILIZATION PLUST TIS+
CLIENTJUBALAND STATE OF SAOMALIAMINISTRY OF PUBLIC WORKS
PROJECT
GSPublisherEngine 0.10.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
AFMADOW WOMEN MARKET,JUBALANDAUGUST 2016: DRAWING INDEX
SHEET NO. SHEET CONTENT REVISION NO.S.O-001
PROPOSED MARKET FLOOR PLAN
ELEVATIONS - WOMEN MARKET 01
PROPOSED SET-OUT PLANPROPOSED SITE PLAN
PROPOSED MARKET ROOF PLAN
ELEVATIONS - WOMEN MARKET 02SECTION - WOMEN MARKET
WASHROOM DRAWINGSGARBAGE AREA DRAWINGS & DETAILS
DOOR SCHEDULESWINDOW SCHEDULES
D.S-001
INDEX SHEET
INDEX
GRANT NO. JSS 016
3DIMENSIONAL 0013DIMENSIONAL 0023DIMENSIONAL 0033DIMENSIONAL 004
S.P-001A-001A-002A-003A-004A-005B-001C-001
W.S-001
3D-0013D-0023D-0033D-004
S.T-001 SEPTIC TANK DETAILS
3DIMENSIONAL 0053D-005
GSPublisherEngine 0.11.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
9003,200
9002,200
90020,000
9003,190
1,1003,800
9002,100 3,000
43,090
900
30,00
090
0
31,80
0
900
30,00
090
031
,800
900
6,550
2,000
12,90
02,0
006,5
5090
0
900
6,550
2,000
12,90
02,0
006,5
5090
0
9004,150 2,000 7,686 2,000 4,164
900900
20,000900
9004,150 2,000 7,686 2,000 4,164
900
90020,000
9003,190
7,600
900
5,800
900
4,0901,100
3,800900
4,090 5,800
5,800
1,100 3,800 900
7,600
1,260
900
5,800
9001
,2604,090 5,800
4,090 1,100 3,800 900
3,000
3,000
900
3,900
900
5,700
5,000
9003,200
900
4,000
WASHROOMSSEPTIC TANK
WASTE WATERSEPTIC TANK
RAM
P UP
A
BC D
RAMP UP RAMP UP
RAM
P UP
RAM
P UP
RAM
P UP
RAMP UP RAMP UP
BA PROPOSED WOMEN MARKET
B PROPOSED WASHROOMS
C PROPOSED GARBAGE COLLECTION AREA
LEGEND
COMPACTED GRAVEL
D ELEVATED WATER TANK
SET-OUT PLAN
S.O-001
PROPOSED SET-OUT PLAN
GSPublisherEngine 0.11.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
90020,000
90021,800
31,80
090
030
,000
900
900
6,550
2,000
12,90
02,0
006,5
5090
0
9004,150 2,000 7,686 2,000 4,164
900
31,80
090
030
,000
900
900
6,550
2,000
12,90
02,0
006,5
5090
0
90020,000
900
21,800
9004,150 2,000 7,686 2,000 4,164
900
7,600
900
5,800
900
5,8004,900 900
5,8004,900 900
900
3,900
900
5,700
5,000900 3,200 900
5,000
900 3,200 900
900
5,800
900
7,600
5,8004,900 900
4,000VEGETABLE
PRODUCTS DIVISIONMEAT DIVISION
PASS
AG
E
PASS
AG
E
PASSAGE
PASS
AG
E
PASS
AG
E
PASS
AG
E
PASSAGE
PASS
AG
E
PASS
AG
E
PASS
AG
E
PASSAGE
PASS
AG
E
PASS
AG
E
PASS
AG
E
PASSAGE
PASS
AG
E
SHOP 01
SHOP 01
SHOP 02
SHOP 03
SHOP 04
SHOP 05
SHOP 06
SHOP 07
SHOP 08
SHOP 09
ENTRANCE
SHOP 01
SHOP 01
SHOP 02
SHOP 03
SHOP 04
SHOP 05
SHOP 06
SHOP 07
SHOP 08
SHOP 09
ENTRANCE
ENTRANCE ENTRANCE
CLOTHINGSHOPS
FOODINGSTUFF SHOPS
GARBAGECOLLECTION
AREA
ELEVATEDWATERTANK
WC
WC
WC
WC
LADI
ESLA
DIES
WC
WC
WC
WC
GEN
TSG
ENTS
WASHROOMSSEPTIC TANK
WASTE WATERSEPTIC TANK
gt
gt
gt
gt
IC
IC
gt
gt
gt
gt
IC
IC
ICRA
MP
UP
RAMP UP RAMP UP
RAM
P UP
RAM
P UP
RAM
P UP
RAMP UP RAMP UP
IC
SITE PLAN
S.P-001
PROPOSED SITE PLAN
GSPublisherEngine 0.10.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
AA
BB
CC
DD
EE
FF
GG
0102030405060708091011
20,000100
3,0004,100
2,8002,800
4,1003,000
100
2002,800
2006,700
2006,700
2002,800
200200
1,2001,000
600200950
2,0001,550
1,0001,200
2001,200
1,0001,550
2,000950 200
6001,000
1,200200
20,000
1003,000
4,1002,800
2,8004,100
3,000100
2009,700
2009,700
200200
1,2001,000
1,7502,000
1,5501,000
1,200200
1,2001,000
1,5502,000
1,7501,000
1,200200
30,000
1003,175 3,175 2,200 3,175 3,175 3,200 3,150 2,200 3,150 3,200
100200
14,700200
3,000200
8,300200
3,000200
2001,200 1,000 2,200 1,000 950 2,000 950 1,000 2,200 1,000 1,200
2001,000 1,000 1,000
2001,100 1,000 1,050 2,000 1,050 1,000 1,100
2001,000 1,000 1,000
200
30,0001003,175 3,175 2,200 3,175 3,175 3,200 3,150 2,200 3,150 3,200
100200
14,700200
3,000200
8,300200
3,000200
2004,400 1,000 950 2,000 950 1,000 2,200 1,000 1,200
2001,000 1,000 1,000
2001,100 1,000 1,050 2,000 1,050 1,000 1,100
2001,000 1,000 1,000
200
463 1,500 463
4631,500
463 5251,500
400775 1,500 775 750 1,500 750750 1,500 750
600900
600900
600900
6001,000
600900
600900
600900
6001,000
600900
600900
600900
6001,000
600900
600900
600900
6001,000
600900
600900
600900
6001,000
600 900 600900
600900
6001,000
1,5001,200
1,5001,300
1,5001,200
1,500200
1,5001,200
1,5001,300
1,5001,200
1,500
1,5001,200
1,5001,300
1,5001,200
1,500200
1,5001,200
1,5001,300
1,5001,200
1,500
1,5001,200
1,5001,300
1,5001,200
1,500200
1,5001,200
1,5001,300
1,5001,200
1,500
600
1,1911,600
2,400
1,600
2,221
6001,600
600
2,221
2,400
1,600
1,200 600
6001,225
600
2,000
3,0506001,850
600
2,000
3,0006001,800
600
2,550
2,000
3,0006001,800
600
2,750
2,000
2,221
6001,600
600
2,221
985
2,000
1,700
6002,400
2,800
2,800
+300+300
+300+300
+300
2000x2400mm highsteel door
2000x2400mm highsteel door
2000x2400mm highsteel door
2000x2400mm highsteel door
2000x2400mm high steel door2000x1000mm plain concrete structural
ramp screeded & with grooves.
2000x1000mm plainconcrete structural rampsreeded & with grooves
.
2000x1700mm plainconcrete structural rampscreeded & with grooves
2000x1700mm plainconcrete structural
ramp screeded &with grooves
600x1000mm highwooden service
worktops withconcrete hollowblocks upstands
600x1000mm highconcrete service
worktops with cocretehollow blocks upstands
Walling upto
Ceiling levelwith R.cbeam
Walling upto
Ceiling level withR.c beam
VEGETA
BLE PRODUC
TS DIVISION
MEA
T DIVISION
PASSAGE
PASSAGE
PASSA
GE
PASSAGE
PASSAGE
PASSAGE
PASSA
GE
PASSAGE
PASSAGE
PASSAGEPA
SSAG
E
PASSAGE
PASSAGE
PASSAGE
PASSA
GE
PASSAGE
SHOP 01
SHOP 01
SHOP 02
SHOP 03
SHOP 04
SHOP 05
SHOP 06
SHOP 07
SHOP 08
SHOP 09
ENTRA
NC
E
SHOP 01
SHOP 02
SHOP 03
SHOP 04
SHOP 05
SHOP 06
SHOP 07
SHOP 08
SHOP 09
ENTRA
NC
E
ENTRA
NC
EEN
TRAN
CE
RAMP UP
CLO
THING
SHOPS
FOO
DING
STUFF SHOPS
RAMP UP
RAMP UP
RAMP UP
RAM
P UPRA
MP UP
Rough concrete screed f.f cement screed f.f
RAM
P UPRA
MP UP
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
tables
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
worktops
PROPO
SED WO
MEN
MA
RKET FLOO
R PLAN
S
p.vp.v
p.vp.v
p.vp.v
p.v
p.v
p.v
p.v
p.v
p.v
p.v
p.v
p.v
p.v
p.vp.v
p.vp.v
p.vp.v
p.v
p.v
p.v
p.v
p.v
p.v
p.v
p.v
p.v
p.v
E 02
E 01
E 03
E 04
X
X-01
Rough concrete screed f.f
600x600mm
non-slip tiles w
ithgrooves f.f
600x600mm
non-slip tiles w
ithgrooves f.f
MARKET FLOOR PLAN
A-001
MARKET FLOOR PLAN
GSPublisherEngine 0.11.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
AA
BB
CC
DD
EE
FF
GG
0101
0202
0303
0404
0505
0606
0707
0808
0909
1010
1111
18 Deg. UpperLevel roof withfive box profileG.I sheets
18 Deg. Lower levelroof with five boxprofile G.I sheets
18 Deg. Upper Levelroof with five boxprofile G.I sheets
18 Deg. Lowerlevel roof with five
box profile G.Isheets
FALLFALL
FALLFALL
FALLFALL
FALLFALL
FALLFALL
FALLFALL
FALLFALL
FALLFALL
FALLFALL
FALLFALL LOWER LEVEL ROOF LOWER LEVEL ROOF
LOWER LEVEL ROOF LOWER LEVEL ROOF
HIGH LEVEL ROOF HIGH LEVEL ROOF
HIGH LEVEL ROOF HIGH LEVEL ROOF
MARKET ROOF PLAN
A-002
MARKET ROOF PLAN
GSPublisherEngine 0.10.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
A
A
B
B
C
C
D
D
E
E
F
F
G
G
3,000 4,100 2,800 2,800 4,100 3,000
2,800200
3,900200
2,600200
2,600200
3,900200
2,800
2,650
1,650
2,650
1,650
p.v p.v p.v p.v p.v p.v
p.v
ELEVATION 01
2000x2400mm high steel door toArchs'schedules
1000x1500mm high steel grillwindows to Archs'schedules
Ventilation blocks
300mm slab levelG.L
First storey level5.30m
13,650x900mm highventilation blocks
5,000mm long rainwater downspout.
1000x1500mm high steel grillwindows to Archs'schedules
Masonry wall plastered andpainted to Archs' approval
Masonry wall plastered andpainted to Archs' approval
300mm high wall signageto manufacturer's detailsand specifications
G.L
Second storey level9.80m
11
11
10
10
09
09
08
08
07
07
06
06
05
05
04
04
03
03
02
02
01
01
3,175 3,175 2,200 3,175 3,175 3,200 3,150 2,200 3,150 3,200
300
5,000
4,501
300
5,000
300
2,700
1,650
650
300
2,700
1,650
650
300
2,700
1,650
650
p.v p.v p.v p.v p.v p.v p.v p.v p.v p.v
ELEVATION 02
300mm slab levelG.L
First storey level5.30m
29,300x750mm highventilation blocks
1000x1500mm high steel grillwindows to Archs'schedules
5,000mm long rainwater downspout.
18.0 deg Five boxprofile roofing
Plain concrete ramp screeded &with grooves
Second storey level9.80m
ELEVATIONS
A-003
GSPublisherEngine 0.11.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
A
A
B
B
C
C
D
D
E
E
F
F
G
G
3,0004,1002,8002,8004,1003,000
2,800200
3,900200
2,600200
2,600200
3,900200
2,800
2,650
1,650
2,650
1,650
p.vp.vp.vp.vp.vp.v
p.v
ELEVATION 03
2000x2400mm high steel door toArchs'schedules
1000x1500mm high steel grillwindows to Archs'schedules
Ventilation blocks
300mm slab levelG.L
First storey level5.30m
13,650x900mm highventilation blocks
5,000mm long rainwater downspout.
1000x1500mm high steel grillwindows to Archs'schedules
Masonry wall plastered andpainted to Archs' approval
Masonry wall plastered andpainted to Archs' approval
300mm high wall signageto manufacturer's details
and specifications
G.L
11
11
10
10
09
09
08
08
07
07
06
06
05
05
04
04
03
03
02
02
01
01
3,1753,1752,2003,1753,1753,2003,1502,2003,1503,200
300
5,000
1,220
750
300
5,000
300
2,700
1,650
650
300
2,700
1,650
650
300
2,700
1,650
650
3,000200
2,950200
2,000200
2,950200
3,000200
2,975200
2,975200
2,000200
2,975200
2,975
p.vp.vp.vp.vp.vp.vp.vp.vp.vp.v
ELEVATION 04
300mm slab levelG.L
First storey level5.30m
29,300x900mm highventilation blocks
1000x1500mm high steel meshwindows to Archs'schedules
5,000mm long rainwater downspout.
18.0 deg Five boxprofile roofing
Plain concrete rampscreed & with grooves
Second storey level9.80m
ELEVATIONS 02
A-004
GSPublisherEngine 0.11.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
A
A
B
B
C
C
D
D
E
E
F
F
G
G
C
C
3,000 4,100 2,800 2,800 4,100 3,000
300
2,400
2,300
300
150
150
5,000
300
2,400
2,300
300
150
150
5,000
9,540
2,650
1,650
500
900
3,840
2009,700
3,300
1,400
2,400
250 1,6
5040
0
4,700
2,800200
3,900200
2,600200
2,600200
3,900200
2,800
1,000
1,500 1,200 1,500 1,200 1,500 1,200 1,500200
1,500 1,200 1,500 1,200 1,500 1,200 1,500
1000mm high service tableto Architectural details
1000mm high service tableto Architectural details
SECTION X-X
FOUNDATION SPECIFICATION- 150mm thick slab laid on app.dpm and blinding- b.r.c mesh- 600x200mm deep R.C strip fnd to S.E's details- depth to be determined on site.- hardcore fill consolidated at 450mm level
200mm thickconcrete hollow
block walling
5,000mm high rain waterdownspout.
MEAT SECTION VEGETABLE SECTION
ROOF SPECIFICATION- pitch 18.0 deg Five box profile roofing- 100x50mm rafters at 600mm c/c 50x50mm- 100x50mm ties and struts- 100x75mm wall plate-12mm raw bolts cast into beams at 1200mm c/c- ridge tiles in coloured mortar match- 200mm thick fascia and barge board and gutter to S.E's detail- all timber to be cured and painted with motor oil
200x250mm deep R.C beams toS.E details
2000x2400mm high steel door toArchs'schedules
Plain concrete ramp screeded &with grooves
200x400mm deep R.C beams toS.E details
13,650x900mm highventilation blocks
29,000x800mm high Ventilationblocks
300mm slab levelG.L G.L
First storey level5.30m
Ventiliation blocks
d.p.c d.p.c d.p.c d.p.c d.p.c d.p.c
200x300mm deep R.Cbeams to S.E details
200x300mm deep R.Cbeams to S.E details
A-005
SECTIONS
GSPublisherEngine 0.10.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
C B A
1,3501,4002,200
3,085
300
945
3,085
300
150mm dia. pvcstack vent pipe
ELEVATION 04
G.L G.L
1st storey level
Slab level
01 01
02 02
03 03
04 04
05 05
C
C
B
B
A
A
5,800
100
1,400
1,400
1,400
1,400
100
200
1,200
200
1,200
200
1,200
200
1,200
200
500
600
800
600
800
600
800
600
500
5,800
100
1,400
1,400
1,400
1,400
100
200
2,600
200
2,600
200
200
400 1,3
0090
060
01,3
0090
0200
1,100 3,8001,100
1001,400 2,200
100
1,100200
1,200200
2,000200
1,100 3,8001,100
1001,400 2,200
1001,100200
1,200200
2,000200
+300
+300
Plain concreteramp
Plain concreteramp
WC
WC
WC
WC
LOBB
YLO
BBY
300x300mmcer. tiles f.f
300x300mmcer. tiles f.f
300x300mmcer. tiles f.f
300x300mmcer. tiles f.f
p.v
p.v
p.v
p.vp.v
p.v
E 01
E 02
E 03
E 04
XX
01 01
02 02
03 03
04 04
05 05
C
C
B
B
A
A
150mm dia.stack vent pipe
150mm dia.stack vent pipe
01 02 03 04 05
375 1,400 1,400 1,400 1,400
300
1,800
300
1,800
12 deg.roofing withfive boxprofile roof 28guage
Plain concrete ramp.
900x600mm highaluminium windows
masonry wall plastered &painted to Archs' approval
900x2100mmhigh woodenflush door to
Archs' schedules
ELEVATION 01
G.L G.L
3.45m
0.30m
1st storey level3.45m
Slab level0.30m
CBA
1,350 1,400 2,200
G.L
600x700mmhigh opening
1st storey level3.45m
Slab level0.30m
05 04 03 02 01
1,400 1,400 1,400 1,400
300
1,800
600
300
1,800
600
150mm dia.pvc stackvent pipe
p.v p.v p.v p.v
G.LG.L
1st storey level3.45m
Slab level0.30m
C B A
2,200 1,400
3,150
3,150
300
3,150
1,800
600 75
0
150mm dia. pvc stackvent pipe
FOUNDATION SPECIFICATION- 150mm thick slab laid on app.dpm and blinding- b.r.c mesh- 600x200mm deep R.C strip fnd to S.E's details- depth to be determined on site.- hardcore fill consolidated at 450mm level
300x200 R.C lintelbeam to S.E details900x600mm highaluminium windows
200mm thickconcrete hollowblocks walling
Approved sanitaryfitings-wash hand
basin
12.0 deg Roof with five boxprofile 28 guage G.I sheets
With 200mm thick fascia boards
WC
SECTION X-X
1st storey level3.45m
Slab level0.30m
Wall plastered andpainted to Approval
d.p.cd.p.c
B-001
WASHROOM DETAILS
WASHROOMS FLOOR PLAN WASHROOMS ROOF PLAN WASHROOMS SECTION X-X
ELEVATION 01 ELEVATION 02 ELEVATION 03 ELEVATION 04
GSPublisherEngine 0.11.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
01 01
02 02
B
B
A
A
3,2001003,000
100200
2,800200
3,900
100
3,700
100
3,900
3,900
100
3,700
100
850
2,200
850
3,200
100 3,000 1001,000 1,200 1,000
3,200
PROPOSED GARBAGEROOF PLAN
GARBAGECOLLECTION
AREAcement
screed f.f
E 01
p.v
Ramp upE
02
E 04
E 03
01 01
02 02
B
B
A
A
PROPOSED GARBAGEROOF PLAN
01 02
3,000
p.v
G.LG.L
1200X2400mm highsteel door
1st storey level3.45m
Slab level0.30m
3.45m
0.30m
B A
3,700
3,200
900
1,500
800
300x200 R.C lintel beamto S.E details
900x600mm high aluminiumwindows
200mm thick masonrywalling
-12.0 deg Roof with five boxprofile 28 guage G.I sheets-200mm thick fascia boards-all timber to be cured &painted with motor oil
G.LG.L
p.v
FOUNDATION SPECIFICATION- 150mm thick slab laid on app.dpm and blinding- b.r.c mesh- 600x200mm deep R.C strip fnd to S.E's details- depth to be determined on site.- hardcore fill consolidated at 450mm level
SECTION X-X
300x200 R.C lintel beamto S.E details
1st storey level3.45m
Slab level0.30m
d.p.c d.p.c
B A
500 3,200G.L G.L
1st storey level3.45m
Slab level0.30m
BA
5003,200
p.v2200X1500mm high
window opening with25mm steel grills
200mm c/c
G.L G.L
12.0 deg Roof with fivebox profile G.I sheets
1st storey level3.45m
Slab level0.30m
0201
3,000
2200X1500mm highwindow opening with
25mm steel grills200mm c/c
G.LG.L
12.0 deg Roof with fivebox profile G.I sheets
1st storey level3.45m
Slab level0.30m
1st storey level3.45m
Slab level0.30m
1001,300
100
600
1,500
1001,300
100
1,500
600
75mm thickconcrete worktop
MARKET TYPICAL TABLES
A
A
E -2
E -2
E -2
E -2
E -1
600
1,000
525
40075
Hollow block wall upstand
75mm thick concreteworktop400mm high Hollowblock wall upstand
Section A-A
F.L
600
1,000
Hollow block wallupstand
75mm thickconcrete worktop
ELEVATION -2
F.L
525
40075
1,500100 1,100 100
1,000
525
40075
1,000
75mm thickconcrete worktop
Hollow blockwall upstandF.L
ELEVATION -1
F.L
C - 001
GARBAGE CUBICLE DETAILS
GARBAGE AREA FLOOR PLAN
GARBAGE AREA ROOF PLAN
SECTION X-X
ELEVATION 01 ELEVATION 02
ELEVATION 04ELEVATION 03
GSPublisherEngine 0.11.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
2,400
1,000 1,0002,000
2,400
900
2,400
600 6001,200
TYPEDOOR SCHEDULES
QUANTITY SIZE MATERIAL FINISH IRONMONGERYWIDTH HEIGHT HINGES LOCKS HANDLES
MarketDoor 08 2,000 2,400 Metallic- steel Painted to Specs'
19mm Tubular SShandle as per UNION
specs5 lever lock system
as per UNION specs4 SS heavy duty butt hingesas per UNION specs
Washroomdoors
06 900 2,400 MDF Painted to Specs' 3 SS butt hinges as perUNION specs
4 lever metal casementsystem as perUNION specs
Tubular SS handleas per UNION specs
01 1,200 2,400 Painted to Specs'Metallic- steel19mm Tubular SS
handle as per UNIONspecs
5 lever lock systemas per UNION specs
4 SS heavy duty butt hingesas per UNION specs
Garbagearea door
Market Door Garbage areaDoor
Washroom Doors
D.S-001
DOOR SCHEDULES
GSPublisherEngine 0.11.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
2,975
300
2,700
1,650
2,000
300
2,700
1,650
300
2,700
1,650
300
2,700
1,650
No.14 No.04
PLAIN CONCRETE TYPICAL WALL VENTILATION BLOCKS
G.L G.L G.L G.L
5,860
5,860
300
5,000
1,220
750
150
145
300
6,220
750
300
5,000
1,220
750
300
6,220
750
PLAIN CONCRETE TOP LEVEL TYPICAL VENTILATION BLOCKS
NO. 10
G.L
2501,000
250
300
900
1,500
100
300
800
100
1,500
100
300
900
1,500
100
300
800
100
1,500
100
No.24
STEEL GRILL TYPICAL WINDOW
G.L G.L
No.24
300
1,800
600
300
1,800
600
2,100
600
2,100
600
G.LG.L
STEEL GRILL TYPICAL WINDOWWASHROOM FRONT WINDOW
N0. 02
2,100
600
300
1,800
600
2,100
600
300
1,800
600
G.L G.L
STEEL GRILL TYPICAL WINDOWWASHROOM REAR WINDOW
N0. 04
2,200
300
900
1,500
300
900
1,500
WINDOW OPENINGGARBAGE AREA WINDOW
N0. 01
G.L
W.S-001
WINDOW SCHEDULES
GSPublisherEngine 0.11.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
12mm dia. m.s bars at150mm c/c bothways
S.T-001
SEPTIC TANK DETAILS
GSPublisherEngine 0.13.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
STRUCTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
600X300600X300
600X300600X300
600X300600X300
600X300
600X300
600X300600X300
600X300600X300
600X300600X300
600X300
600X300600X300
600X300600X300
600X300600X300
600X300600X300
600X300600X300
600X300600X300
600X300600X300
600X300600X300
600X300
600X300 600X300
600X300600X300
600X300 600X300 600X300 600X300
600X300
600X300
600X300
600X300
600X300 600X300 600X300
600X300600X300
600X300
600X300
600X300
600X300
600X300
600X300
600X300600X300
600X300
3,175 3,175 2,200 3,175 3,175 3,200 3,150 2,200 3,150 3,200
3,000
4,100
2,800
2,800
4,100
3,000
200
9,700
200
9,700
200
200 6,150 200 2,000 200 6,150 200 3,000 200 8,300 200 3,000 200
200
9,700
200
9,700
200
200 6,150 200 2,000 200 6,150 200 11,500 200 3,000 200
3,175 3,175 2,200 3,175 3,175 3,200 3,150 2,200 3,150 3,200
3,000
4,100
2,800
2,800
4,100
3,000
A
01
BC
DE
FG
02030405060708091011
01
02030405060708091011
AB
CD
EF
G
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
B1
C1
200mm thick slabwith A142 BRC mesh
on both top and bottom200mm thick slab
with A142 BRC meshon both top and bottom
200mm thick slabwith A142 BRC mesh
on both top and bottom
200mm thick slabwith A142 BRC mesh
on both top and bottom
200mm thick slabwith A142 BRC mesh
on both top and bottom
200mm thick slabwith A142 BRC mesh
on both top and bottom
200mm thick slabwith A142 BRC mesh
on both top and bottom
200mm thick slabwith A142 BRC mesh
on both top and bottom200mm thick slabwith A142 BRC mesh
on both top and bottom
200mm thick slabwith A142 BRC mesh
on both top and bottom
B1
C1
B1
C1
B1
C1
B1
C1
01
PROPOSED FOUNDATION LAYOUT
FOUNDATION LAYOUT
A
GSPublisherEngine 0.10.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
STRUCTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
300
1,500
300
1,20
020
05,
000
1,500
1,50
0 300
200
200
0505
300X200 COLUMN C1
50mm Thick Blinding(1:4:8 Mix)
SECTION 01 - 0101
0101
01
02
6Y16-01
Y8-02-200
GROUND FLOOR
01 01
6Y16-01
8Y12-05-200B2
8Y12-05-200B1
1500X1500X300 BASE B1
22Y8-02-200
01
01
ROOF LEVEL
200
1,20
0
600
300
900
500g POLYTHENE SHEET.50MM THK MURRUM BLINDING.
Y8-02-200
Y12-01-150B1
Y12-01-150T1
Y12-01-150T1
WELL COMPACTEDHARDCORE TO STRUCTURALENGINEER'S APPROVAL
Y10-06-200
A142 B.R.C. WIRE MESH
MASS CONCRETE CLASS 20/20
INTERNAL STRIP FOOTING)
50mm Thick Blinding(1:4:8 Mix)
d.p.cd.p.c
200
600
1,20
030
090
0
500g POLYTHENE SHEET.50MM THK MURRUM BLINDING.
WELL COMPACTEDHARDCORE TO STRUCTURALENGINEER'S APPROVAL
Y8-02-200
Y12-01-150B1
Y12-01-150T1
Y12-01-150T1
Y10-06-200
EXTERNAL STRIP FOOTING)
A142 B.R.C. WIRE MESH
MASS CONCRETE CLASS 20/20
50mm Thick Blinding(1:4:8 Mix)
d.p.c
450
200
400
200
250
200
2Y16-03
2Y16-03
Y8-04-200
GROUND BEAM
2Y12-02
2Y16-03
Y8-04-200
RING BEAMS
2Y12-02
2Y16-03Y8-04-200
02
COLUMNS,TYPICAL BEAMS DETAILS, FOUNDATION FOOTING DETAILS
FOOTING DETAILS
A
GSPublisherEngine 0.13.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
STRUCTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200
1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200
TRUS
S 01
- 150
x50
RIDGE
WALL PLATE BELOW
WALL PLATE BELOW
WALL PLATE BELOW
WALL PLATE BELOW
WALL PLATE BELOW
WALL PLATE BELOW
WALL PLATE BELOW
WALL PLATE BELOW
WALL PLATE BELOW
WALL PLATE BELOW
WALL PLATE BELOW
WALL PLATE BELOW
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
TRUS
S 01
- 150
x50
PROPOSED ROOF STRUCTURAL LAYOUT
03
ROOF LAYOUT
A
GSPublisherEngine 0.10.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
STRUCTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
500 200 2,500 500200
800 1,500 1,500 1,500 1,500 1,500 1,500 1,500 1,500 800200
500 2,500 200 500
1,655
1,667
1,644
1,655
1,655
1,655
1,655
1,655
1,655
1,655
3,264
1,492
700
1,492
700
3,200 13,600 3,200
TRUSS 1 @ 1200mm C/C
100x
50
APPEX JOINT
150x50 150x50
100x
5075x50
75x5
0
BOTTOM TIE JOINTCENTRE
150x50
2x100x25
Nailing plates
NOTES:150X50mm EXTERNAL TIMBER MEMBERS100X50mm INTERNAL TIMBER MEMBERSROOF PITCH 25 DEG
100x50 Wall Plate
200x300mm deep R.C. Beam
12mm Diam. x300mm Long Anchor Bolt at 1200mm
150x50150x25 Nailing Plate
150x50
450
75x5
0
RAFTER JOINT
150x50
150x50mm Under-Purlin
75x5
0
TYPICAL 450X200ROOF BEAM
2Y12-01
2Y12-03
Y8-02-200
ROOF DETAILS
ROOF DETAILS
A
GSPublisherEngine 0.0.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
MECHANICAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
2,300
3,290
10.209
VEGETABLEPRODUCTS DIVISIONMEAT DIVISION
PASS
AG
E
PASS
AG
EPASSAGE
PASS
AG
E
PASS
AG
E
PASS
AG
E
PASSAGE
PASS
AG
E
PASS
AG
E
PASS
AG
E
PASSAGE
PASS
AG
E
PASS
AG
E
PASS
AG
E
PASSAGE
PASS
AG
E
SHOP 01
SHOP 01
SHOP 02
SHOP 03
SHOP 04
SHOP 05
SHOP 06
SHOP 07
SHOP 08
SHOP 09
ENTRANCE
SHOP 01
SHOP 01
SHOP 02
SHOP 03
SHOP 04
SHOP 05
SHOP 06
SHOP 07
SHOP 08
SHOP 09
ENTRANCE
ENTRANCE ENTRANCE
RAM
P UP
CLOTHINGSHOPS
FOODINGSTUFF SHOPS
RAM
P UP
1.8
WA
LK-W
AYS
GARBAGECOLLECTION
AREA
1.8 WALK-WAYS
1.8 WALK-WAYS
1.5
WA
LK-W
AYS
ELEVATEDWATERTANK
1.2
WA
LK-W
AYS
WC
WC
WC
WC
LADI
ESG
ENTS
WC
WC
WC
WC
LADI
ESG
ENTS
PARKING
PARKING
36,000 LWASHROOMSSEPTIC TANK
SOAK PIT
SOAK PIT
MANHOLE750. 675
MANHOLE750 675
AN OLE0.
00 RAIN C ANNELS
00 RAIN C ANNEL
200 DRAIN CHANNEL
200 DRAIN CHANNEL
00 RAIN C ANNEL
00 RAIN C ANNELS
100 INFLOOR SLAB
100N
ERGRON
150NDERGRO ND
100 INFLOOR SLAB
100NDERGRO ND
100NDERGRO ND
100NDERGRO ND
100NDERGRO ND
100NDERGRO ND
100NDERGRO ND
100Ro ing E e
100NDERGRO ND
FT
100Ro ing E e
GTFT
FT
MANHOLE750 675
17,000 LWASTE WATERSEPTIC TANK
1,300 M .
Floor Le el
WC
IN ERT LE EL DETAIL FORWC CONNECTION TO DRAIN
PROPOSED DRAINAGE LA OUT
01
DRAINAGE LAYOUT
GSPublisherEngine 0.0.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
MECHANICAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
2,300
3,290
VEGETABLEPRODUCTS DIVISIONMEAT DIVISION
PASS
AG
E
PASS
AG
E
PASSAGE
PASS
AG
E
PASS
AG
E
PASS
AG
E
PASSAGE
PASS
AG
E
PASS
AG
E
PASS
AG
E
PASSAGE
PASS
AG
E
PASS
AG
E
PASS
AG
E
PASSAGE
PASS
AG
E
SHOP 01
SHOP 01
SHOP 02
SHOP 03
SHOP 04
SHOP 05
SHOP 06
SHOP 07
SHOP 08
SHOP 09
ENTRANCE
SHOP 01
SHOP 01
SHOP 02
SHOP 03
SHOP 04
SHOP 05
SHOP 06
SHOP 07
SHOP 08
SHOP 09
ENTRANCE
ENTRANCE ENTRANCE
RAM
P UP
CLOTHINGSHOPS
FOODINGSTUFF SHOPS
RAM
P UP
1.8
WA
LK-W
AYS
GARBAGECOLLECTION
AREA
1.8 WALK-WAYS
1.8 WALK-WAYS
1.5
WA
LK-W
AYS
ELEVATEDWATERTANK
1.2
WA
LK-W
AYS
WC
WC
WC
WC
LADI
ESG
ENTS
WC
WC
WC
WC
LADI
ESG
ENTS
PARKING
100
100Ro ing E e
GTFT
40
4050
100 In Sl b
100Ro ing E e
40
4050 In Sl b
25 FroBelo Groun
25
20
15
15
15
15
20
25
20
20Belo
Groun 32
40
32Belo
Groun
15
15
1
Flo B ll l e
40G e l e
W er T
W T
W erT s
PROPOSED PLUMBING LA OUT
0
LU ING LAYOUT
GSPublisherEngine 0.0.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ELECTRICAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
30,00020014,700 3,000
2008,301
2003,199
200
30,000
20014,700 3,000
2008,301
2003,199
200
200
2,600
7,000
200
6,800
200
2,800
200
20,00
0
200
9,600
200
9,800
200
20,00
0
PROPOSED WOMEN MARKET - POWER LAYOUT
PHOT
O CE
LL / T
IMER
MOUN
TED
ABOV
E TH
E ME
TRE
BOAR
DFO
R SE
CURI
TY LI
GHTI
NG.600X
900X
200 M
ETAL
LIC M
ETRE
BOA
RDMO
UNTE
D TO
THE
WAL
L.
VEGETABLE SECTION
MEAT SECTION
FOODING STUFF SECTION
CLOTHING SECTION
01
MARKET POWER LAYOUT
GSPublisherEngine 0.0.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ELECTRICAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
30,00020014,700 3,000
2008,301
2003,199
200
30,000
20014,700 3,000
2008,301
2003,199
200
200
2,600
7,000
200
6,800
200
2,800
200
20,00
0
200
9,600
200
9,800
200
20,00
0
PROPOSED WOMEN MARKET - LIGHTING LAYOUT
PHOT
O CE
LL / T
IMER
MOUN
TED
ABOV
E TH
E ME
TRE
BOAR
DFO
R SE
CURI
TY LI
GHTI
NG.600X
900X
200 M
ETAL
LIC M
ETRE
BOA
RDMO
UNTE
D TO
THE
WAL
L.
VEGETABLE SECTION
MEAT SECTION
FOODING STUFF SECTION
CLOTHING SECTION
02
MARKET LIGHTING POINTS
GSPublisherEngine 0.0.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ELECTRICAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
01
02
03
04
05
CBALEGEND
CONSUMER BOARD 10 WAY
SECURITY LIGHT POINT
2 GANG 2WAY SWITCH
SINGLE LIGHT NOT EXCEEDING 60 WATTS
SINGLE POWER SOCKETLIGHTING SET 1.5MM
POWER SET2 FT FLOURESCENT
NOTES-The consumer board shall be fitted inside the meter board-All light parts shall be fitted at a height of ICSO F.F.F-All power points to be fitted at a height of 450 F.F.F-The earth cet shall be done in regard to iee regulations regarding earth cet-The meter board shall be mounted on the interior wall as shown-Condiuting (pvc) system of wiring shall be use
PROPOSED WASHROOM ELCTRICAL LAYOUT
1 GANG 1WAY SWITCH
LIGHTING SET 2.5MM
03
WASHROOM LIGHTING POINTS
GSPublisherEngine 0.13.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
VIEW 001
3D-001
3 DIMENSIONAL 01
GSPublisherEngine 0.13.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
VIEW 002
3D-002
3 DIMENSIONAL 02
GSPublisherEngine 0.13.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
VIEW 003
3D-003
3 DIMENSIONAL 03
GSPublisherEngine 0.13.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
VIEW 004
3D-004
3 DIMENSIONAL 04
GSPublisherEngine 0.10.100.100
NOTES
All drawings and concepts remain theproperty
All dimensions are in mm unless statedAny discrepancies in the drawings should bereported to the consultants before thecontractor commences work on site.
*
PROJECT: ARCHITECTSEmail : [email protected] : www.geconsultarchitects.co
Geconsult GroupP.O Box 103525 - 00101680 hotel buildingNairobi,Kenya
Tel +254 202211170Mob. +254 725178875 HASSAN ABDISAMAD
ScaleDate
AS SHOWNAUGUST 2016
Designed By:Drawn By: W.D
-- AFMADOW WOMEN MARKET,
AFMADOW, JUBALAND
ARCHITECTURAL DRAWINGS
SHEET REVISION N0.
Transition Initiatives forStabilization Plus TIS+
Jubaland State ofSomalia Ministry of
Public Worksof TIS+ / client / USAID
CLIENT IMPLEMENTATION PARTENR
Drawing title:
VIEW 005 - INTERIOR VIEWS
3D-005
3 DIMENSIONAL 05