Transcript

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

E-mail

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


Recommended