ITB Construction of Livestock Markets - Procurement Notices

Transkript

ITB Construction of Livestock Markets - Procurement Notices
INVITATION TO BID
Construction of Livestock Markets within the scope of Ardahan Kars
Artvin Development Project
LOT 1: Rehabilitation of the Livestock Market in Selim District and Construction
of Livestock Market in Sarıkamış District of Kars Province
LOT 2: Rehabilitation of the Livestock Market in Hanak District and Construction
of Livestock Market in Posof District of Ardahan Province
LOT 3: Construction of Livestock Market in Ardanuç District of Artvin province
UNDP-TUR-ITB-PROJ(AKADP)2016/07
Ardahan Kars Artvin Development Project
TURKEY
United Nations Development Programme
June, 2016
1
Section 1. Letter of Invitation
Ankara, Turkey
June 14, 2016
Construction of Livestock Markets within the scope Ardahan Kars Artvin Development Project,
Dear Mr./Ms.:
The United Nations Development Programme (UNDP) hereby invites you to submit a Bid to this
Invitation to Bid (ITB) for the above-referenced subject.
This ITB includes the following documents:
Section 1 – This Letter of Invitation
Section 2 – Instructions to Bidders (including Data Sheet)
Section 3 – Minimum Qualification Requirements (Pass/Fail Criteria)
Section 4 – Schedule of Requirements and Technical Specifications
Section 5 – Bid Submission Form
Section 6 – Documents Establishing the Eligibility and Qualifications of the Bidder
Section 7 – Technical Bid Form
Section 8 – Price Schedule Form
Section 9 – Form for Bid Security
Section 10 – Form for Performance Security
Section 11 – Contract to be Signed, including General Terms and Conditions
Section 12- Projects and Drawings
Your offer, comprising of a Technical Bid and Price Schedule, together in a sealed envelope, should
be submitted in accordance with Section 2.
You are kindly requested to submit an acknowledgment letter to UNDP to the following address:
United Nations Development Programme
Birlik Mah. 415. Cad. No:11 Cankaya/Ankara/Turkey
http://www.undp.org.tr
Attention: Arif Mert Öztürk
The letter should be received by UNDP no later than 24 June 2016. The same letter should advise
whether your company intends to submit a Bid. If that is not the case, UNDP would appreciate your
indicating the reason, for our records.
If you have received this ITB through a direct invitation by UNDP, transferring this invitation to another
firm requires notifying UNDP accordingly.
2
Section 2: Instruction to Bidders
Definitions
a) “Bid” refers to the Bidder’s response to the Invitation to Bid, including the Bid Submission Form,
Technical Bid and Price Schedule and all other documentation attached thereto as required by the
ITB.
b) “Bidder” refers to any legal entity that may submit, or has submitted, a Bid for the supply of goods
and provision of related services requested by UNDP.
c) “Contract” refers to the legal instrument that will be signed by and between the UNDP and the
successful Bidder, all the attached documents thereto, including the General Terms and Conditions
(GTC) and the Appendices.
d) “Country” refers to the country indicated in the Data Sheet.
e) “Data Sheet” refers to such part of the Instructions to Bidders used to reflect conditions of the
tendering process that are specific for the requirements of the ITB.
f)
“Day” refers to calendar day.
g) “Goods” refer to any tangible product, commodity, article, material, wares, equipment, assets or
merchandise that UNDP requires under this ITB.
h) “Government” refers to the Government of the country where the goods and related services
provided/rendered specified under the Contract will be delivered or undertaken.
i)
j)
“Instructions to Bidders” refers to the complete set of documents which provides Bidders with all
information needed and procedures to be followed in the course of preparing their Bid
“ITB” refers to the Invitation to Bid consisting of instructions and references prepared by UNDP for
purposes of selecting the best supplier or service provider to fulfil the requirement indicated in
the Schedule of Requirements and Technical Specifications.
k) “LOI” (Section 1 of the ITB) refers to the Letter of Invitation sent by UNDP to Bidders.
l)
“Material Deviation” refers to any contents or characteristics of the bid that is significantly
different from an essential aspect or requirement of the ITB, and (i) substantially alters the scope
and quality of the requirements; (ii) limits the rights of UNDP and/or the obligations of the offeror;
and (iii) adversely impacts the fairness and principles of the procurement process, such as those
that compromise the competitive position of other offerors.
m) “Schedule of Requirements and Technical Specifications” refers to the document included in this
4
ITB as Section 3 which lists the goods required by UNDP, their specifications, the related services,
activities, tasks to be performed, and other information pertinent to UNDP’s receipt and
acceptance of the goods.
n) “Services” refers to the entire scope of tasks related or ancillary to the completion or delivery of
the goods required by UNDP under the ITB.
o) “Supplemental Information to the ITB” refers to a written communication issued by UNDP to
prospective Bidders containing clarifications, responses to queries received from prospective
Bidders, or changes to be made in the ITB, at any time after the release of the ITB but before the
deadline for the submission of Bid.
A. GENERAL
1. UNDP hereby solicits Bids as a response to this Invitation to Bid (ITB). Bidders must strictly adhere
to all the requirements of this ITB. No changes, substitutions or other alterations to the rules and
provisions stipulated in this ITB may be made or assumed unless it is instructed or approved in
writing by UNDP in the form of Supplemental Information to the ITB.
2. Submission of a Bid shall be deemed as an acknowledgement by the Bidder that all obligations
stipulated by this ITB will be met and, unless specified otherwise, the Bidder has read, understood
and agreed to all the instructions in this ITB.
3. Any Bid submitted will be regarded as an offer by the Bidder and does not constitute or imply the
acceptance of any Bid by UNDP. UNDP is under no obligation to award a contract to any Bidder as
a result of this ITB.
4. UNDP implements a policy of zero tolerance on proscribed practices, including fraud, corruption,
collusion, unethical practices, and obstruction. UNDP is committed to preventing, identifying and
addressing all acts of fraud and corrupt practices against UNDP as well as third parties involved in
UNDP activities. (See
http://www.undp.org/about/transparencydocs/UNDP_Anti_Fraud_Policy_English_FINAL_june_
2011.pdf and
http://www.undp.org/content/undp/en/home/operations/procurement/procurement_protest/
for full description of the policies)
5. In responding to this ITB, UNDP requires all Bidders to conduct themselves in a professional,
objective and impartial manner, and they must at all times hold UNDP’s interests paramount.
Bidders must strictly avoid conflicts with other assignments or their own interests, and act without
consideration for future work. All Bidders found to have a conflict of interest shall be disqualified.
Without limitation on the generality of the above, Bidders, and any of their affiliates, shall be
considered to have a conflict of interest with one or more parties in this solicitation process, if
they:
5.1
Are, or have been associated in the past, with a firm or any of its affiliates which have been
engaged UNDP to provide services for the preparation of the design, Schedule of
5
5.2
5.3
Requirements and Technical Specifications, cost analysis/estimation, and other documents
to be used for the procurement of the goods and related services in this selection process;
Were involved in the preparation and/or design of the programme/project related to the
goods and related services requested under this ITB; or
Are found to be in conflict for any other reason, as may be established by, or at the
discretion of, UNDP.
In the event of any uncertainty in the interpretation of what is potentially a conflict of interest,
Bidders must disclose the condition to UNDP and seek UNDP’s confirmation on whether or not
such conflict exists.
6. Similarly, the following must be disclosed in the Bid:
6.1 Bidders who are owners, part-owners, officers, directors, controlling shareholders, or key
personnel who are family of UNDP staff involved in the procurement functions and/or the
Government of the country or any Implementing Partner receiving the goods and related
services under this ITB; and
6.4 Others that could potentially lead to actual or perceived conflict of interest, collusion or unfair
competition practices.
Failure of such disclosure may result in the rejection of the Bid.
7. The eligibility of Bidders that are wholly or partly owned by the Government shall be subject to
UNDP’s further evaluation and review of various factors such as being registered as an
independent entity, the extent of Government ownership/share, receipt of subsidies, mandate,
access to information in relation to this ITB, and others that may lead to undue advantage against
other Bidders, and the eventual rejection of the Bid.
8. All Bidders must adhere to the UNDP Supplier Code of Conduct, which may be found at this link:
http://web.ng.undp.org/procurement/undp-supplier-code-of-conduct.pdf
B. CONTENTS OF BID
9. Sections of Bid
Bidders are required to complete, sign and submit the following documents:
9.1
9.2
9.3
9.4
9.5
Bid Submission Cover Letter Form (see ITB Section 5);
Documents Establishing the Eligibility and Qualifications of the Bidder (see ITB Section 6);
Technical Bid (see prescribed form in ITB Section 7);
Price Schedule (see prescribed form in ITB Section 8);
Bid Security, if applicable (if required and as stated in the DS nos. 11-13, see prescribed
Form in ITB Section 9);
9.6 Any attachments and/or appendices to the Bid (including all those specified under the Data
Sheet)
6
10. Clarification of Bid
10.1
10.2
Bidders may request clarification of any of the ITB documents no later than the number
of days indicated in the Data Sheet (DS no. 18) prior to the Bid submission date. Any
request for clarification must be sent in writing via courier or through electronic means
to the UNDP address indicated in the Data Sheet (DS no. 19). UNDP will respond in writing,
transmitted by electronic means and will transmit copies of the response (including an
explanation of the query but without identifying the source of inquiry) to all Bidders who
have provided confirmation of their intention to submit a Bid.
UNDP shall endeavor to provide such responses to clarifications in an expeditious
manner, but any delay in such response shall not cause an obligation on the part of UNDP
to extend the submission date of the Bid, unless UNDP deems that such an extension is
justified and necessary.
11. Amendment of Bid
11.1
11.2
At any time prior to the deadline for submission of Bid, UNDP may for any reason, such
as in response to a clarification requested by a Bidder, modify the ITB in the form of a
Supplemental Information to the ITB. All prospective Bidders will be notified in writing of
all changes/amendments and additional instructions through Supplemental Information
to the ITB and through the method specified in the Data Sheet (DS No. 20).
In order to afford prospective Bidders reasonable time to consider the amendments in
preparing their Bid, UNDP may, at its discretion, extend the deadline for submission of
Bid, if the nature of the amendment to the ITB justifies such an extension.
C. PREPARATION OF BID
12. Cost
The Bidder shall bear any and all costs related to the preparation and/or submission of the Bid,
regardless of whether its Bid was selected or not. UNDP shall in no case be responsible or liable
for those costs, regardless of the conduct or outcome of the procurement process.
13. Language
The Bid, as well as any and all related correspondence exchanged by the Bidder and UNDP, shall
be written in the language (s) specified in the Data Sheet (DS No. 5). Any printed literature
furnished by the Bidder written in a language other than the language indicated in the Data Sheet,
must be accompanied by a translation in the preferred language indicated in the Data Sheet. For
purposes of interpretation of the Bid, and in the event of discrepancy or inconsistency in meaning,
the version translated into the preferred language shall govern. Upon conclusion of a contract,
the language of the contract shall govern the relationship between the contractor and UNDP.
14. Bid Submission Form
7
The Bidder shall submit the Bid Submission Form using the form provided in Section 5 of this
ITB.
15. Technical Bid Format and Content
Unless otherwise stated in the Data Sheet (DS no. 30), the Bidder shall structure the Technical Bid
as follows:
15.1 Expertise of Firm/Organization – this section should provide details regarding management
structure of the organization, organizational capability/resources, and experience of
organization/firm, the list of projects/contracts (both completed and on-going, both
domestic and international) which are related or similar in nature to the requirements of
the ITB, manufacturing capacity of plant if Bidder is a manufacturer, authorization from the
manufacturer of the goods if Bidder is not a manufacturer, and proof of financial stability
and adequacy of resources to complete the delivery of goods and provision of related
services required by the ITB (see ITB Clause 18 and DS No. 28 for further details). The same
shall apply to any other entity participating in the ITB as a Joint Venture or Consortium.
15.2 Technical Specifications and Implementation Plan – this section should demonstrate the
Bidder’s response to the Schedule of Requirements and Technical Specifications by
identifying the specific components proposed; how each of the requirements shall be met
point by point; providing a detailed specification and description of the goods required,
plans and drawings where needed; the essential performance characteristics, identifying
the works/portions of the work that will be subcontracted; a list of the major
subcontractors, and demonstrating how the bid meets or exceeds the requirements, while
ensuring appropriateness of the bid to the local conditions and the rest of the project
operating environment during the entire life of the goods provided. Details of technical bid
must be laid out and supported by an Implementation Timetable, including Transportation
and Delivery Schedule where needed, that is within the duration of the contract as specified
in the Data Sheet (DS noS. 33- 42).
Bidders must be fully aware that the goods and related services that UNDP require may be
transferred, immediately or eventually, by UNDP to the Government partners, or to an
entity nominated by the latter, in accordance with UNDP’s policies and procedures. All
bidders are therefore required to submit the following in their bids:
a) A statement of whether any import or export licences are required in respect of the
goods to be purchased or services to be rendered, including any restrictions in the
country of origin, use or dual use nature of the goods or services, including any
disposition to end users;
b) Confirmation that the Bidder has obtained license of this nature in the past, and have
an expectation of obtaining all the necessary licenses, should their bid be rendered
the most responsive; and
c) Complete documentation, information and declaration of any goods classified or may
be classified as “Dangerous Goods”.
15.3 Management Structure and Key Personnel – This section should include the comprehensive
8
curriculum vitae (CVs) of key personnel that will be assigned to support the implementation
of the technical bid, clearly defining their roles and responsibilities. CVs should establish
competence and demonstrate qualifications in areas relevant to the requirements of this
ITB.
In complying with this section, the Bidder assures and confirms to UNDP that the personnel
being nominated are available to fulfil the demands of the Contract during its stated full
term. If any of the key personnel later becomes unavailable, except for unavoidable reasons
such as death or medical incapacity, among other possibilities, UNDP reserves the right to
render the Bid non-responsive. Any deliberate substitution of personnel arising from
unavoidable reasons, including delay in the implementation of the project of programme
through no fault of the Bidder, shall be made only with UNDP’s acceptance of the
justification for substitution, and UNDP’s approval of the qualification of the replacement
who shall be either of equal or superior credentials as the one being replaced.
15.4 Where the Data Sheet requires the submission of the Bid Security, the Bid Security shall be
included along with the Technical Bid. The Bid Security may be forfeited by UNDP, and
reject the Bid, in the event of any or any combination of the following conditions:
a) If the Bidder withdraws its offer during the period of the Bid Validity specified in the
Data Sheet (DS no. 10), or;
b) If the Bid Security amount is found to be less than what is required by UNDP as
indicated in the Data Sheet (DS no. 11), or;
c) In the case the successful Bidder fails:
i.
ii.
iii.
16. Price Schedule
to sign the Contract after UNDP has awarded it;
to comply with UNDP’s variation of requirement, as per ITB Clause 35; or
to furnish Performance Security, insurances, or other documents that UNDP
may require as a condition to rendering effective the contract that may be
awarded to the Bidder.
The Price Schedule shall be prepared using the attached standard form (Section 8). It shall list all
major cost components associated with the goods and related services, and the detailed
breakdown of such costs. All goods and services described in the Technical Bid must be priced
separately on a one-to-one correspondence. Any output and activities described in the Technical
Bid but not priced in the Price Schedule, shall be assumed to be included in the prices of the items
or activities, as well as in the final total price of the bid.
17. Currencies
All prices shall be quoted in the currency indicated in the Data Sheet (DS no. 17). However, where
Bids are quoted in different currencies, for the purposes of comparison of all Bid:
17.1 UNDP will convert the currency quoted in the Bid into the UNDP preferred currency, in
accordance with the prevailing UN operational rate of exchange on the last day of
9
submission of Bid; and
17.2 In the event that the Bid found to be the most responsive to the ITB requirement is quoted
in another currency different from the preferred currency as per Data Sheet (DS no. 17),
then UNDP shall reserve the right to award the contract in the currency of UNDP’s
preference, using the conversion method specified above.
18. Documents Establishing the Eligibility and Qualifications of the Bidder
18.1 The Bidder shall furnish documentary evidence of its status as an eligible and qualified
vendor, using the forms provided under Section 6, Bidder Information Forms. In order to
award a contract to a Bidder, its qualifications must be documented to UNDP’s satisfactions.
These include, but are not limited to the following:
a) That, in the case of a Bidder offering to supply goods under the Contract which the
Bidder did not manufacture or otherwise produce, the Bidder has been duly authorized
by the goods’ manufacturer or producer to supply the goods in the country of final
destination;
b) That the Bidder has the financial, technical, and production capability necessary to
perform the Contract; and
c) That, to the best of the Bidder’s knowledge, it is not included in the UN 1267 List or the
UN Ineligibility List, nor in any and all of UNDP’s list of suspended and removed vendors.
18.2 Bids submitted by two (2) or more Bidders shall all be rejected by UNDP if they are found
to have any of the following:
a) they have at least one controlling partner, director or shareholder in common; or
b) any one of them receive or have received any direct or indirect subsidy from the
other/s; or
c) they have the same legal representative for purposes of this ITB; or
d) they have a relationship with each other, directly or through common third parties, that
puts them in a position to have access to information about, or influence on the Bid of,
another Bidder regarding this ITB process;
e) they are subcontractors to each other’s bid, or a subcontractor to one bid also submits
another Bid under its name as lead Bidder; or
f) an expert proposed to be in the bid of one Bidder participates in more than one Bid
received for this ITB process. This condition does not apply to subcontractors being
included in more than one Bid.
19. Joint Venture, Consortium or Association
If the Bidder is a group of legal entities that will form or have formed a joint venture, consortium
or association at the time of the submission of the Bid, they shall confirm in their Bid that : (i) they
have designated one party to act as a lead entity, duly vested with authority to legally bind the
members of the joint venture jointly and severally, and this shall be duly evidenced by a duly
notarized Agreement among the legal entities, which shall be submitted along with the Bid; and
(ii) if they are awarded the contract, the contract shall be entered into, by and between UNDP
and the designated lead entity, who shall be acting for and on behalf of all entities that comprise
10
the joint venture.
After the bid has been submitted to UNDP, the lead entity identified to represent the joint venture
shall not be altered without the prior written consent of UNDP. Furthermore, neither the lead
entity nor the member entities of the joint venture can:
a) Submit another Bid, either in its own capacity; nor
b) As a lead entity or a member entity for another joint venture submitting another Bid.
The description of the organization of the joint venture/consortium/association must clearly
define the expected role of each of the entity in the joint venture in delivering the requirements
of the ITB, both in the bid and in the Joint Venture Agreement. All entities that comprise the joint
venture shall be subject to the eligibility and qualification assessment by UNDP.
Where a joint venture is presenting its track record and experience in a similar undertaking as
those required in the ITB, it should present such information in the following manner:
a) Those that were undertaken together by the joint venture; and
b) Those that were undertaken by the individual entities of the joint venture expected to be
involved in the performance of the services defined in the ITB.
Previous contracts completed by individual experts working privately but who are permanently
or were temporarily associated with any of the member firms cannot be claimed as the experience
of the joint venture or those of its members, but should only be claimed by the individual experts
themselves in their presentation of their individual credentials.
If the Bid of a joint venture is determined by UNDP as the most responsive Bid that offers the best
value for money, UNDP shall award the contract to the joint venture, in the name of its designated
lead entity, who shall sign the contract for and on behalf of all the member entities.
20. Alternative Bid
Unless otherwise specified in the Data Sheet (DS nos. 8), alternative bid shall not be considered.
Where the conditions for its acceptance are met, or justifications are clearly established, UNDP
reserves the right to award a contract based on an alternative bid.
21. Validity Period
21.1 Bid shall remain valid for the period specified in the Data Sheet (DS no. 10), commencing
on the submission deadline date also indicated in the Data Sheet (DS no. 23). A Bid valid
for a shorter period shall be immediately rejected by UNDP and rendered non-responsive.
21.2 In exceptional circumstances, prior to the expiration of the Bid validity period, UNDP may
request Bidders to extend the period of validity of their Bid. The request and the responses
shall be made in writing, and shall be considered integral to the Bid.
22. Bidder’s Conference
11
When appropriate, a Bidder’s conference will be conducted at the date, time and location
specified in the Data Sheet (DS no. 9). All Bidders are encouraged to attend. Non-attendance,
however, shall not result in disqualification of an interested Bidder. Minutes of the Bidder’s
conference will be either posted on the UNDP website, or disseminated to the individual firms
who have registered or expressed interest with the contract, whether or not they attended the
conference. No verbal statement made during the conference shall modify the terms and
conditions of the ITB unless such statement is specifically written in the Minutes of the
Conference, or issued/posted as an amendment in the form of a Supplemental Information to the
ITB.
D. SUBMISSION AND OPENING OF BID
23. Submission
23.1 The Technical Bid and the Price Schedule must be submitted together and sealed together
in one and the same envelope, delivered either personally, by courier, or by electronic
method of transmission. If submission will not be done by electronic means, the Technical
Bid and Price Schedule must be sealed together in an envelope whose external side must :
a) Bear the name of the Bidder;
b) Be addressed to UNDP as specified in the Data Sheet (DS no.22); and
c) Bear a warning not to open before the time and date for Bid opening as specified in
the Data Sheet (DS no. 26).
If the envelope is not sealed nor labeled as required, the Bidder shall assume the
responsibility for the misplacement or premature opening of Bid due to improper sealing
and labeling by the Bidder.
23.2 Bidders must submit their Bid in the manner specified in the Data Sheet (DS nos. 28 - 31).
When the Bid is expected to be in transit for more than 24 hours, the Bidder must ensure
that sufficient lead time has been provided in order to comply with UNDP’s deadline for
submission. UNDP shall indicate for its record that the official date and time of receiving
the Bid is the actual date and time when the said Bid has physically arrived at the UNDP
premises indicated in the Data Sheet (DS no. 22).
23.3 Bidders submitting Bid by mail or by hand shall enclose the original and each copy of the
Bid, in separate sealed envelopes, duly marking each of the envelopes as “Original Bid” and
the others as “Copy of Bid”. The two envelopes, consisting of original and copies, shall then
be sealed in an outer envelope. The number of copies required shall be as specified in the
Data Sheet (DS no. 21). In the event of any discrepancy between the contents of the
“Original Bid” and the “Copy of Bid”, the contents of the original shall govern. The original
version of the Bid shall be signed or initialed by the Bidder or person(s) duly authorized to
commit the Bidder on every page. The authorization shall be communicated through a
document evidencing such authorization issued by the highest official of the firm, or a
Power of Attorney, accompanying the Bid.
12
23.4 Bidders must be aware that the mere act of submission of a Bid, in and of itself, implies that
the Bidder accepts the General Contract Terms and Conditions of UNDP as attached hereto
as Section 11.
24. Deadline for Submission of Bid and Late Bids
Bid must be received by UNDP at the address and no later than the date and time specified in the
Data Sheet (DS no. 22 and 23).
UNDP shall not consider any Bid that arrives after the deadline for submission of Bid. Any Bid
received by UNDP after the deadline for submission of Bid shall be declared late, rejected, and
returned unopened to the Bidder.
25. Withdrawal, Substitution, and Modification of Bid
25.1
25.2
25.3
25.4
Bidders are expected to have sole responsibility for taking steps to carefully examine in
detail the full consistency of its Bid to the requirements of the ITB, keeping in mind that
material deficiencies in providing information requested by UNDP, or lack clarity in the
description of goods and related services to be provided, may result in the rejection of
the Bid. The Bidder shall assume any responsibility regarding erroneous interpretations
or conclusions made by the Bidder in the course of understanding the ITB out of the set
of information furnished by UNDP.
A Bidder may withdraw, substitute or modify its Bid after it has been submitted by sending
a written notice in accordance with ITB Clause 23, duly signed by an authorized
representative, and shall include a copy of the authorization (or a Power of Attorney). The
corresponding substitution or modification of the Bid must accompany the respective
written notice. All notices must be received by UNDP prior to the deadline for submission
and submitted in accordance with ITB Clause 23 (except that withdrawal notices do not
require copies). The respective envelopes shall be clearly marked “WITHDRAWAL,”
“SUBSTITUTION,” or MODIFICATION”.
Bid requested to be withdrawn shall be returned unopened to the Bidders.
No Bid may be withdrawn, substituted, or modified in the interval between the deadline
for submission of Bid and the expiration of the period of Bid validity specified by the
Bidder on the Bid Submission Form or any extension thereof.
26. Bid Opening
UNDP will open the Bid in the presence of an ad-hoc committee formed by UNDP of at least two
(2) members. If electronic submission is permitted, any specific electronic Bid opening
procedures shall be as specified in the Data Sheet (DS no. 26).
The Bidders’ names, modifications, withdrawals, the condition of the envelope labels/seals, the
number of folders/files and all other such other details as UNDP may consider appropriate, will
be announced at the opening. No Bid shall be rejected at the opening stage, except for late
13
submission, for which the Bid shall be returned unopened to the Bidder.
27. Confidentiality
Information relating to the examination, evaluation, and comparison of Bid, and the
recommendation of contract award, shall not be disclosed to Bidders or any other persons not
officially concerned with such process, even after publication of the contract award.
Any effort by a Bidder to influence UNDP in the examination, evaluation and comparison of the
Bid or contract award decisions may, at UNDP’s decision, result in the rejection of its Bid.
In the event that a Bidder is unsuccessful, the Bidder may seek a meeting with UNDP for a
debriefing. The purpose of the debriefing is discussing the strengths and weaknesses of the
Bidder’s submission, in order to assist the Bidder in improving the bid presented to UNDP. The
content of other bid and how they compare to the Bidder’s submission shall not be discussed.
E. EVALUATION OF BID
28. Preliminary Examination of Bid
UNDP shall examine the Bid to determine whether they are complete with respect to minimum
documentary requirements, whether the documents have been properly signed, whether or not
the Bidder is in the UN Security Council 1267/1989 Committee's list of terrorists and terrorist
financiers, and in UNDP’s list of suspended and removed vendors, and whether the Bid are
generally in order, among other indicators that may be used at this stage. UNDP may reject any
Bid at this stage.
29. Evaluation of Bid
29.1 UNDP shall examine the Bid to confirm that all terms and conditions under the UNDP General
Terms and Conditions and Special Conditions have been accepted by the Bidder without any
deviation or reservation.
29.2 The evaluation team shall review and evaluate the Bids on the basis of their responsiveness to
the Schedule of Requirements and Technical Specifications and other documentation
provided, applying the procedure indicated in the Data Sheet (DS No. 31). Absolutely no
changes may be made by UNDP in the criteria after all Bids have been received.
29.1 UNDP reserves the right to undertake a post-qualification exercise, aimed at determining, to
its satisfaction the validity of the information provided by the Bidder. Such post-qualification
shall be fully documented and, among those that may be listed in the Data Sheet (DS No.36),
may include, but need not be limited to, all or any combination of the following :
a) Verification of accuracy, correctness and authenticity of the information provided by the
bidder on the legal, technical and financial documents submitted;
b) Validation of extent of compliance to the ITB requirements and evaluation criteria based
14
on what has so far been found by the evaluation team;
c) Inquiry and reference checking with Government entities with jurisdiction on the bidder,
or any other entity that may have done business with the bidder;
d) Inquiry and reference checking with other previous clients on the quality of performance
on on-going or previous contracts completed;
e) Physical inspection of the bidder’s plant, factory, branches or other places where business
transpires, with or without notice to the bidder;
f) Testing and sampling of completed goods similar to the requirements of UNDP, where
available; and
g) Other means that UNDP may deem appropriate, at any stage within the selection process,
prior to awarding the contract.
30. Clarification of Bid
To assist in the examination, evaluation and comparison of bids, UNDP may, at its discretion, ask
any Bidder to clarify its Bid.
UNDP’s request for clarification and the Bidder’s response shall be in writing. Notwithstanding
the written communication, no change in the prices or substance of the Bid shall be sought,
offered, or permitted, except to provide clarification, and confirm the correction of any arithmetic
errors discovered by UNDP in the evaluation of the Bid, in accordance with ITB Clause 35.
Any unsolicited clarification submitted by a Bidder in respect to its Bid, which is not a response to
a request by UNDP, shall not be considered during the review and evaluation of the Bid.
31. Responsiveness of Bid
UNDP’s determination of a Bid’s responsiveness will be based on the contents of the Bid itself.
A substantially responsive Bid is one that conforms to all the terms, conditions, and specifications
of the ITB without material deviation, reservation, or omission.
If a Bid is not substantially responsive, it shall be rejected by UNDP and may not subsequently be
made responsive by the Bidder by correction of the material deviation, reservation, or omission.
32. Nonconformities, Reparable Errors and Omissions
32.3 Provided that a Bid is substantially responsive, UNDP may waive any non-conformities or
omissions in the Bid that, in the opinion of UNDP, do not constitute a material deviation.
32.4 Provided that a Bid is substantially responsive, UNDP may request the Bidder to submit the
necessary information or documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities or omissions in the Bid related to documentation requirements.
Such omission shall not be related to any aspect of the price of the Bid. Failure of the Bidder
to comply with the request may result in the rejection of its Bid.
32.5 Provided that the Bid is substantially responsive, UNDP shall correct arithmetical errors as
15
follows:
a) if there is a discrepancy between the unit price and the line item total that is obtained
by multiplying the unit price by the quantity, the unit price shall prevail and the line item
total shall be corrected, unless in the opinion of UNDP there is an obvious misplacement
of the decimal point in the unit price, in which case the line item total as quoted shall
govern and the unit price shall be corrected;
b) if there is an error in a total corresponding to the addition or subtraction of subtotals,
the subtotals shall prevail and the total shall be corrected; and
c) if there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to the above.
32.6 If the Bidder does not accept the correction of errors made by UNDP, its Bid shall be rejected.
F. AWARD OF CONTRACT
33. Right to Accept, Reject, or Render Non-Responsive Any or All Bid
33.1
33.2
UNDP reserves the right to accept or reject any Bid, to render any or all of the Bids as nonresponsive, and to reject all Bids at any time prior to award of contract, without incurring
any liability, or obligation to inform the affected Bidder(s) of the grounds for UNDP’s
action. Furthermore, UNDP is not obligated to award the contract to the lowest price
offer.
UNDP shall also verify, and immediately reject their respective Bid, if the Bidders are
found to appear in the UN’s Consolidated List of Individuals and Entities with Association
to Terrorist Organizations, in the List of Vendors Suspended or Removed from the UN
Secretariat Procurement Division Vendor Roster, the UN Ineligibility List, and other such
lists that as may be established or recognized by UNDP policy on Vendor Sanctions. (See
http://www.undp.org/content/undp/en/home/operations/procurement/procurement_
protest/
34. Award Criteria
Prior to expiration of the period of Bid validity, UNDP shall award the contract to the qualified and
eligible Bidder that is found to be responsive to the requirements of the Schedule of Requirements
and Technical Specification, and has offered the lowest price (See DS No. 35).
35. Right to Vary Requirements at the Time of Award
At the time of award of Contract, UNDP reserves the right to vary the quantity of the goods and/or
related services, by up to a maximum twenty five per cent (25%) of the total offer, without any
change in the unit price or other terms and conditions.
36. Contract Signature
16
Within fifteen (15) days from the date of receipt of the Contract, the successful Bidder shall sign
and date the Contract and return it to UNDP.
Failure of the successful Bidder to comply with the requirement of ITB Section F.3 and this
provision shall constitute sufficient grounds for the annulment of the award, and forfeiture of the
Bid Security if any, and on which event, UNDP may award the Contract to the Bidder with the
second highest rated Bid, or call for new Bid.
37. Performance Security
A performance security, if required, shall be provided in the amount and form provided in Section
9 and by the deadline indicated in the Data Sheet (DS no. 16), as applicable. Where a Performance
Security will be required, the submission of the said document, and the confirmation of its
acceptance by UNDP, shall be a condition for the effectivity of the Contract that will be signed by
and between the successful Bidder and UNDP.
38. Bank Guarantee for Advanced Payment
Except when the interests of UNDP so require, it is the UNDP’s preference to make no advanced
payment(s) on contracts (i.e., payments without having received any outputs). In the event that
the Bidder requires an advanced payment upon contract signature, and if such request is duly
accepted by UNDP, and the said advanced payment exceeds 20% of the total Bid price, or exceed
the amount of TRY 30,000, UNDP shall require the Bidder to submit a Bank Guarantee in the same
amount as the advanced payment. A bank guarantee for advanced payment shall be furnished in
the form provided in Section 10.
39. Vendor Protest
UNDP’s vendor protest procedure provides an opportunity for appeal to those persons or firms
not awarded a purchase order or contract through a competitive procurement process. In the
event that a Bidder believes that it was not treated fairly, the following link provides further
details
regarding
UNDP
vendor
protest
procedures:
http://www.undp.org/procurement/protest.shtml
17
Instructions to Bidders
DATA SHEET
The following data for the Civil Works shall complement / supplement the provisions in the Instruction to
Bidders. In the case of a conflict between the Instruction to Bidders and the Data Sheet, the provisions in
the Data Sheet shall prevail.
DS
No.
1
Cross
Ref. to
Instructi
ons
2
Project Title:
Title of
Goods/Services/Work
Required:
3
Country:
4
5
Specific Instructions / Requirements
Data
Ardahan Kars Artvin Development Project
Construction of Livestock Markets within the scope of
Ardahan Kars Artvin Development Project
LOT 1: Rehabilitation of the Livestock Market in Selim
District and Construction of Livestock Market in Sarıkamış
District of Kars Province
LOT 2: Rehabilitation of the Livestock Market in Hanak
District and Construction of Livestock Market in Posof
District of Ardahan Province
LOT 3: Construction of Livestock Market in Ardanuç District
of Artvin province
Turkey
Minimum Qualification Requirements as Pass/Fail Criteria
are given in Section 3.
Minimum Qualifying Criteria
to determine eligibility of the
bidders
Bidders who do not meet all minimum qualification criteria
and requirements will be disqualified and their bid will be
excluded from further evaluation.
C.13
Language of the Bid:
English
Turkish version of the solicitation documents is given only
for reference purposes. English version will govern the
procurement procedure.
18
6
Conditions for Submitting
Bid for Parts or sub-parts of
the Total Requirements
Bidders may submit their Bids for any single lot or for any
combination of lots.
Partial bid within one Lot is not permitted i.e the Bidder
applying for a LOT must submit its bid for the whole
requirement in that respective LOT.
The Bidders shall submit a separate technical bid and a
separate price schedule for each lot they submit a bid for.
7
Bids for Multiple LOTs
As the construction works for all LOTs must be completed
within 16 months contract duration (including non-working
period with no construction activity) the bidders who will
submit bids for more than one LOT shall ensure that they
are capable to complete the work in each LOT they apply
for, concurrently against strict deadlines. To ensure this, the
bidders who will submit bids for more than one LOT shall;
1-State clearly the numbers and names of the appied LOTs
in Bid Submission Form
2- Exclusively meet the requirement for each lot applied for
the following pass/fail criteria:





A separate bid security at stated amounts for each
LOT in Data Sheet No:11
Financial Resources (PF 5)
Average Annual Construction Turnover (PF 6)
Single Similar Work Experience 1 (PF 7)
Single Similar Work Experience 2 (PF 8)
i.e. The bidder must satisfy cumulative requirement for the
above pass/fail criteria in case applied for more than one
LOT.
3-Submit a separate technical bid and a separate price
schedule.
4- Propose unique set of ‘Key Personnel’, (without any
repetition in other LOT’s bids) as stipulated in Section 7
Technical Bid Form, for each LOT they apply for.
5- Propose a unique set of equipment (without any
repetition in other LOT’s bids) that can be deployed
concurrently for performance of construction work in
different LOTs, as stipulated in Section 7 Technical Bid Form.
6- Propose a full fledge Work Programme for performance
19
of contract for each LOT applied, as stipulated in Section 7
Technical Bid Form.
7- Propose all other resources required in this ITB uniquely
for each LOT applied (without any repetition in other LOT’s
bid), for performance of construction works in each LOT.
The price schedule shall be prepared with due consideration
to above listed issues.
8
C.20
Conditions for Submitting
Alternative Bid
9
C.22
A pre-Bid conference will be Time: 14:00
held on:
Date: 28 June 2016
Venue: UN House Birlik Mah. 415. Cad No:11 Çankaya
Ankara
10
C.21.1
11
Period of Bid Validity
commencing on the
submission date
B.9.5 Bid Security
C.15.4 b)
Shall not be considered
60 days
Bid security is required on LOT basis. Bid security shall be
submitted separately for the following amount for each lot:
For Lot 1: TRY 100,000
For Lot 2: TRY 50,000
For Lot 3: TRY 50,000
Bids submitted without Bid Security shall be rejected.
Bid security must be submitted according to the Form
specified in Section 9 Form for Bid Security, stating the LOT
for which it is submitted.
12
13
B.9.5
Acceptable forms of Bid
Security
B.9.5 Validity of Bid Security
C.15.4 a)
Bank Guarantee (See Section 9 for template)
90 days (60 days bid validity + 30 days) from the deadline of
Bid submission.
Bid Security of unsuccessful Bidders shall be returned after
the contract is signed with the successful Bidder.
20
14
Advanced Payment upon
signing of contract
15
Liquidated Damages
Not allowed
To be imposed under the following conditions :
In case of the Contractor’s non-performance or delay in
completing the civil works as required by the work
programme and the duration of works set at the ITB and in
the contract, 1% (one percent) of the total contract amount
per week of delay shall be paid by the Contractor to UNDP,
as liquidated damages.
The Contractor will also ensure presence of its Engineers
(Site Engineer and Survey Engineer) on site and in line with
the approved work plan and conditions of the contract.
UNDP shall deduct 1,000 TRY per day for any absences its
key personnel on site.
Once a deduction of 10% (ten percent) of the total contract
amount has been reached, UNDP may consider termination
of the contract.
16
F.37
Performance Security
Required
Amount: 10% of the total contract value for each LOT
17
C.17
C.17.2
18
B.10.1
19
B.10.1
Preferred Currency of Bid
and Method for Currency
conversion
Deadline for submitting
requests for clarifications/
questions
Contact Details for
submitting
clarifications/questions
Performance security shall be prepared and submitted as
per the ITB Section 10 – Form for Performance Security.
TRY
7 days before the deadline for bid submission.
Focal Person in UNDP:
Arif Mert Öztürk
Portfolio Administrator
Address:
UNDP
BM
Binası
415.
Cad.
No:11
06610
21
Birlik/Çankaya/Ankara/Turkey
Email: [email protected]
Facsimile:
Fax No. +90 312 496 1465
20
B.11.1
Manner of Disseminating
Supplemental Information
to the ITB and
responses/clarifications to
queries
21
D.23.3
No. of copies of Bid that
must be submitted
22
23
D.23.1
b)
D.23.2
D.24
Bid submission address
C.21.1
D.24
Deadline for Physical
Delivery of the Bids to UN
House in Ankara
UNDP shall respond only to inquiries sent to the attention
of focal person through above email adress, with reference
number of this ITB stated as “subject” of the email. In case
requests for clarification/questions are sent to UNDP
through other means and/or without the name of the focal
person and the ITB reference number, UNDP shall not be
responsible.
Announcement in the following web sites:
www.undp.org
www.ungm.org
www.devbusiness.com
www.un.org.tr
www.undp.org.tr
Bidders shall submit 1 (one) original and 1 (one) copy of
their bids. In addition to the printed original and copy of
their bids, the bidders are also requested submit their bids
in CD/DVD format.
In case of a discrepancy between hard and soft copies of the
technical price schedule, original hard copies shall prevail.
UNDP – UN House - Katar
Birlik/Çankaya/Ankara/Turkey
Cad.
No:11
06610
REF:UNDP-TUR-ITB-PROJ(AKADP)-2016/07
Date and Time :
July 14, 2016 2:30 PM
The bidders shall make all arrangements and controls to
ensure that their bids are physically delivered to UN House,
address of which is given in this RFP by the stated deadline.
The bidders are free to make arrangements either for
physical dispatch of their bids or through courier
companies, at their own risk. UNDP shall not be
22
responsible for any late physical delivery of the bids to UN
House due to potential delays in courier companies,
working/non-working days, official holidays, strikes, etc.
Physical dispatch of the bids to UN House is possible as
there is a 7days/24hrs working security desk that will issue
delivery receipts.
24
D.23.2
Manner of Submitting Bid
25
D.23.2
D.26
Conditions and Procedures
for electronic submission
and opening, if allowed
26
D.23.1 c) Date, time and venue for
public bid opening
27
Evaluation method to be
used in selecting the most
responsive Bid
Late bids shall be rejected and returned unopened.
Courier/Hand Delivery
N/A
16:30 14 July, 2016
UNDP – UN House - Katar
Birlik/Çankaya/Ankara/Turkey
Cad.
No:11
06610
For each lot, the bids will be evaluated separately in three
steps;
I. Non-Discretionary “Pass/Fail” Criteria on the basis of
Minimum Qualification Requirements
II. Compliance of the Technical Bid including the key
personnel and work programme requirements
28
C.15.1
Required Documents that
must be Submitted to
Establish Eligibility
Qualification of Bidders
III. Lowest price offer
qualified/responsive Bid
of
eligible
technically
Section 8 - Bid Security (Original)-for each LOT
Section 5 - Bid Submission Form (Original) (PF1)
Section 6 - Documents Establishing the Eligibility and
Qualifications of the Bidder (Attachments to be submitted
in this section can be in copy meanwhile UNDP reserves
the right to request from any bidder, original or notarized
version of any document copy of which is already
submitted)
 Form 1 Bidder Information Form and attachments
23






29
Other documents that must
be Submitted to Establish
Bidder’s Qualification
(brochures, etc.) (PF2)
Joint Venture Partner Information Form and Joint
Venture Declaration (if applicable)
Form 2 History of Non-Performance and Litigation,
attachments thereto (PF3)
Form 3 Financial Situation and attachments thereto
(certified financial statements for 2013, 2014 and 2015)
Submission of audited balance sheets or if not required
by the law of the Bidder’s country, other certified
financial statements acceptable to the Employer, for
the last 3 full years (2013, 2014 and 2015) (PF4)
Form 4: Financial Resources and attachments thereto
(PF5)
Form 5: Average Annual Construction Turnover and
attachments thereto (PF6)
Form 6: Single Similar Construction Experience 1 and
attachments thereto (PF7)
Form 7: Single Similar Construction Experience 2 (Steel
Construction) and attachments thereto (PF8)
 ISO:9001 , ISO:14001, OHSAS:18001 or other quality
assurance certificates (copy)
 Certificate of Registration of the business, including
Articles of Incorporation (original)
 Official Letter of Appointment as local representative, if
Bidder is submitting a Bid in behalf of an entity located
outside the country (original)
 Power of Attorney, Circular of Signature/ Signature
Specimen (notarized copy or original)
 List of Bank References (Name of Bank, Location,
Contact Person and Contact Details)
UNDP reserves the right to request from any bidder,
original or notarized version of any document, copy of
which is already submitted.
30
C.15
Structure of the Technical
Bid and List of Documents
to be Submitted
Technical Bid Form
 Expertise of Firm/ Organization
24
 Scope Of Supply, Technical Specifications, And Related
Services
 Key Personnel Commitment Form and CVs
 Equipment Commitment Form
 Work Programme
 Method Statement
31
Preparation of Bid
Envelopes
Bid Envelope shall consist of the following sections
1-“Required Documents that must be Submitted to
Establish Eligibility Qualification of Bidders” given in Data
Sheet No.28. (Bidders who submit bids for more than one
LOT may submit the documents required in this item except
for Bid Security only once however they must ensure that
they meet the minimum qualification criteria as stipulated
in Data Sheet No:4 and No:6. The bidders must ensure that
they submit separate bid security(ies) for each LOT they
apply as per the amounts stipulated in Data Sheet Item 11.
The LOT number(s) and name(s) must be clearly indicated
on the Bid Secuirity(ies).
2-Technical Bid given in Data Sheet No.28. (Bidders who
submit bids for more than one LOT, must submit a separate
Technical Bid for each LOT they apply for. The LOT number
and name must be clearly indicated in the beginning of the
respective technical bid.)
3-Price Schedule Form given Section 8 (Bidders who submit
bids for more than one LOT, must submit a separate Price
Schedule for each LOT they apply for)
In line with the clause D.23 of the “Instructions to
Bidder”, “Required Documents that must be Submitted to
Establish Qualification of Bidders, “Technical Bid” and “Price
Schedule” must be submitted together and sealed together
in one and the same envelope.
The number of originals and copies shall be as follows:
ORIGINAL
COPY
1(one) hard + 1(one) 1(one) hardcopy
soft copies
25
All electronic files for the technical bid must be in PDF
format. Whereas, all electronic files for price schedule shall
be in Excel format.
Adobe Acrobat software and book-marking function should
be used in order to identify all of the attachments and
exhibits contained within the file.
Any security features in the PDF document must be
disabled. CD/DVD must be clearly labelled with the Bidder’s
Name and Lot Number.
32
C.15.2
33
C.15.2
34
35
F.34
In case of a discrepancy between hard and soft copies of the
technical or price schedule, original hard copies shall prevail
Latest Expected date for
August 15, 2016
commencement of Contract
for each LOT
Maximum Expected
duration of contract
16 months
Criteria for the Award and
Evaluation of Bid
Award Criteria
UNDP will award one contract for each LOT.
UNDP will award the
contract to:
One Bidder only for each LOT
The contract for each LOT shall be awarded to the qualified
Bidder who meets the minimum qualification criteria, found
to be responsive to the requirements of the Schedule of
Requirements and Technical Specification, and has offered
the lowest price. (Grand Total of Consolidated Price
Schedule for respective LOT) as per the Bid Evaluation
Criteria provided in Data Sheet 27.
In case a bidder submits a bid for multiple LOTs and is
deemed technically responsive for multiple LOTs (including
unique set of resources, equipment and personnel for each
Lot bid for) but is deemed not to satisfy the specified
cumulative qualification requirements for multiple LOTs,
then the Lot it will be considered for shall depend on:
26
(a) Overall least price combination across Lots to UNDP
based on different combinations of award.
(b) Preference to award a Lot to a bidder in the event that
there may not be other technically responsive bids for that
Lot to ensure there is coverage for all Lots.
Irrespective of determined capacity to undertake more than
1 lot, UNDP may decide at its discretion to award Lots to
different bidders to reduce risk of delivery.
36
37
38
E.29
Post qualification Actions
Conditions for Determining
Contract Effectivity
Site visit
39
Engineer
40
Valued Added Tax (VAT)
41
Payment Terms
Dunn and Bradstreet (D&B) Rating: The UNDP also reserves
the right to secure/request independent Financial Rating
/Statements such as D&B rating as needed/required
throughout the procurement process. The costs thereof
shall be borne by the Bidder.
UNDP’s receipt of Performance Bond and signature of the
contract for each respective LOT.
The bidders are advised to visit and examine the Site of
Works and its surroundings and obtain for themselves on
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.
UNDP contracted Engineer(s) with delegated authority
and/or UNDP contracted Construction Supervision
Company shall serve for the “Engineer” role as defined in
“General Conditions of Contract for Civil Works”.
Bidders shall take into account the following issues, while
preparing their bids;
UN and its subsidiary organs are exempt from all taxes.
Therefore bidders shall prepare their Price Schedule,
excluding VAT. It is the bidders responsibility to learn from
relevant authorities (such as Ministry of Finance) and/or to
review/confirm published procedures and to consult with a
certified financial consultant as needed, to confirm the
scope and procedures of VAT exemption application as per
VAT Law and Ministry of Finance’s Communiqués in Turkey.
Payments
27
UNDP shall effect payments to the Contractor in the form of
“monthly progress payments” based on the completion of
items in Bill of Quantities at the end of each month after
acceptance by UNDP of the invoices submitted by the
contractor.
The Contractor shall submit, after completion of each
month, a monthly progress payment certificate, which shall
contain the actual quantities completed / constructed
within the reporting period. This monthly progress payment
certificate shall be certified and approved by the Engineer.
UNDP shall effect the payment to the Contractor after
certification/approval of Engineer is received.
The payments will be made in TRY in case the Contractor is
a national vendor in Turkey otherwise the payments will be
done in USD. The rate of exchange for payment shall be the
official rate applied by the United Nations on the day the
UNDP instructs its bank to effect the payment.
Payment Schedule and Price Adjustment
The payments for the work items to be completed in 2016
subject to conditions of this clause will be based on the unit
prices quoted by the bidder in the price schedule without
any modification due to changes in market prices and/or
any other reason.
The unit prices quoted by the bidder in the price schedule
will be subject to a single adjustment in 2017 and the
payments for the work items to be completed in 2017
(excluding the items described below) will be based on the
adjusted unit prices. The multiplier to be used in the
adjustment of the unit prices will be the reference
escalation multiplier that will be determined in 2017 by the
Ministry of Environment and Urbanization and announced
in Official Gazette of Turkey (www.resmigazete.org.tr) for
the revaluation of civil works contractor work certificate
amounts from 2016 to 2017.
For all LOTs, concrete, reinforce concrete and excavation
related works items as indicated in the price schedules with
(*), shall be completed in 2016 and payments for these
items will be based on the unit prices quoted by the bidder
in the price schedule without any modification due to
changes in market prices and/or any other reason. Adjusted
28
unit prices for 2017 will not be applied to these items even
if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
In addition to above, the indicated work items with (*) in the
price schedule of LOT 1, Item 1 - Rehabilitation of the
Livestock Market in Selim District shall be completed in 2016
and payments for these items will be based on the unit
prices quoted by the bidder in the price schedule without
any modification due to changes in market prices and/or
any other reason. Adjusted unit prices for 2017 will not be
applied to these items even the related works have to be
completed in 2017 due to any unforeseen reasons.
42
Contract Duration
The Contractor for each LOT shall commence and complete
construction works in the respective LOT, required through
this ITB, latest by 16 (sixteen) months following site delivery
through the “Notification for Commencement to Proceed”
as explained below, in line with the work plan to be
submitted by the Contractor and approved by UNDP. The 16
months duration will cover both working period with
construction activities and non-working period with no
construction activities. In Kars, Ardahan and Artvin
provinces it is estimated that the climate conditions allow
the construction activities between April and November. It
is the bidder’s responsibility to collect all the necessary
information regarding the construction season in the site
locations and come up with a realistic work programme.
The bidders shall prepare their work programme taking into
consideration the following conditions and requirements;
 For all LOTs, concrete, reinforce concrete and
excavation related works items indicated in price
schedules shall be completed in 2016 and payments for
these items will be based on the unit prices quoted by
the bidder in the price schedule without any
modification due to changes in market prices and/or
any other reason.
 In addition to above, the indicated work items in the
price schedule of LOT 1, Item 1 - Rehabilitation of the
Livestock Market in Selim District shall be completed in
2016 and payments for these items will be based on the
unit prices quoted by the bidder in the price schedule
without any modification due to changes in market
prices and/or any other reason.
29
Ministry of Food, Agriculture and Livestock (MFAL) shall get
all the permissions and written commitments from third
parties as regard to accessibility of the site in order for
construction works to be initiated and completed. Having
secured the permissions and written commitments from
third parties, through MFAL, UNDP shall notify the
Contractor in written form that the site is ready for
commencement of construction works. This notification will
serve as “Notification for Commencement to Proceed” and
the contract duration will start as of the date this
notification to the Contractor for the respective LOT. As
stated in the General Conditions of Contract for Civil Works,
clause 47.1 defects liability period is 12 months calculated
from the issuance of “Substantial Completion Certificate”
for whole works in each LOT.
30
Section 3: Minimum Qualification Requirements (Pass/Fail Criteria)
Bidders who do not meet all minimum qualification criteria and requirements will be disqualified and their bid will be excluded from further
evaluation.
In case the bidder submits bid for more than one LOT, the bidder must exclusively meet the requirement for each lot applied. The bidder must
satisfy sum (cumulative) of the following requirements for the total of all lots that the bidder applied for;
 Financial Resources (PF 5)
 Average Annual Construction Turnover (PF 6)
 Single Similar Work Experience 1 (PF 7)
 Single Similar Work Experience 2 (PF 8)
Definitions:
(a) Similar works: Similar work experience is the superstructure-related construction works on building, hospital, livestock market etc. (for details
please refer to Communiqué of Public Procurement Authority (KİK) for Similar Construction Experience Groups for Works, Official Gazette
dated 11 June 2011 Number: 27961) (Attachment 1- List for Similar Construction Experience Groups (B) Superstructure (Building) Works I.
Group, II. Group and III. Group,) (http://www.resmigazete.gov.tr/eskiler/2011/06/20110611-12.htm) Note: Design and supervision services
are not considered similar work experience.
(b) Work Completion Certificate (contractors/sub-contractors): Certificate for the works with provisional acceptance concluded. For the subcontractor’s work completion certificate to be valid, all the works defined in the main contract between the employer and the contractor
should have been provisionally accepted.
31
No
Subject
Requirement
PF 1
Conflict of
Interest/
Restriction
to bid
Legal Status
ITB Clause A5 – A6
History of
NonPerforming
Contracts
and
Litigation
Non-performance of a
Must meet
contract did not occur
Requireme
within the last 5 years
nt
(2011 and onwards) prior
to the deadline for
submission of bid, based
on all information on fully
settled disputes or
litigation.
A fully settled dispute or
litigation is one that has
been resolved in
accordance with the
Dispute Resolution
Mechanism under the
respective contract and
where all appeal instances
available to the Bidder
have been exhausted.
PF 2
PF 3
Legally established entity
in 2011 or before as per
ITB Clause A.
Single
Entity
Must meet
requiremen
t
Must meet
Requireme
nt
Joint Venture
All Combined
N/A
Option
1
Lead Partner
Must meet
Requirement
Other Partner(s)
Must meet
Requirement
N/A
1
Must meet
Requirement
N/A
1
Must meet
Requirement
Legally established
entity in 2013 or
before as per ITB A.
Must meet
Requirement
Document to be
submitted
Bid submission form
Form 1 Bidder
Information Form and
attachments
(brochures, etc.)
Form 2 and
attachments thereto
32
No
Subject
Requirement
PF 4
Financial
Situation
An average current ratio
(current assets/current
liabilities) equal to or
higher than 1 (one) in the
period of review (i.e.
2013, 2014 and 2015) or
current ratio (current
assets/current liabilities)
equal to or higher than 1
(one) in 2015.
Single
Entity
Must meet
Requireme
nt
Joint Venture
All Combined
N/A
Option
1
Lead Partner
Must meet
requirement
Other Partner(s)
Must meet
requirement
Document to be
submitted
Form 3 and
attachments thereto
(certified financial
statements for 2013,
2014 and 2015)
Submission of audited
balance sheets or
other certified
financial statements
acceptable to the
Employer, for the last
3 full years (2013,
2014 and 2015)
33
No
Subject
Requirement
PF 5
Financial
Resources
The Bidder shall
demonstrate, by a bank
statement(s) from its
bank(s), that the Bidder
has available or has
access to liquid assets,
lines of credit or other
financial means sufficient
to meet the construction
cash flow for an amount
not less than LOT price
quoted as demonstrated
by the sum of available
cash, unused cash credit
and unused credit letter
as per Form 4.
Single
Entity
Must meet
requiremen
t
Joint Venture
All Combined
Must meet
100% of the
requirement
Option
1
Lead Partner
Meets equal to or
more than 50%
and less than
100% of the
requirement
2
Meets 100% of
the requirement
alone.
Other Partner(s)
Collectively meets
the remaining
requirement pro
rata with their
share in JV / (not
less than 20% each)
reaching to 100%
with the Lead
Entity together.
At least 20%
(twenty percent) of
the requirement
Document to be
submitted
Form 4 and
attachments thereto
34
No
Subject
Requirement
PF 6
Average
Annual
Construction
Turnover
Minimum average
construction turnover of
6.a
TRY 3.000.000 (three
million Turkish Lira) for
LOT1
Single
Entity
Joint Venture
All Combined
Must meet
Requireme
nt
Must meet
Requirement
TRY 1.500.000 (one
million five hundred
Turkish Lira) for LOT2
TRY 1.500.000
(one million five hundred
Turkish Lira) for LOT 3
Option
1
Lead Partner
Meets equal to or
more than 50%
and less than
100% of the
requirement
Other Partner(s)
Collectively meets
the remaining
requirement pro
rata with their
share in JV / (not
less than 20% each)
reaching to 100%
with the Lead
Entity together.
2
Meets 100% of
the requirement
alone.
At least 20%
(twenty percent) of
the requirement
1
Meets the
requirement
alone.
Meets the
requirement alone.
Document to be
submitted
Form 5 and
attachments thereto
calculated as total
certified payments
received for contracts in
progress or completed,
within the last 5 years
(2011 and onwards)
6.b
Demonstrating
construction activity or
turnover resulting from
construction activity, each
and every year within the
same period (2011 and
onwards)
Must meet
Requireme
nt
N/A
35
No
Subject
Requirement
PF 7
Single
Similar
Construction
Experience 1
Participation as
contractor or
subcontractor, in at least
1 single contract.
In at least 1 (one) single
contract within the last 5
years (2011 and
onwards), with a value of
at least 80% of the total
LOT price quoted, carried
out by the Bidder, that
has been successfully and
substantially completed,
and That is similar to the
proposed works as
defined in Section 3:
Minimum Qualification
Requirements note (a).
Single
Entity
Must meet
Requireme
nt
Joint Venture
All Combined
Must meet
Requirement
Option
1
Lead Partner
Meets equal to or
more than 50%
and less than
100% of the
requirement
2
Meets 100% of
the requirement
alone.
Other Partner(s)
Collectively meets
the remaining
requirement pro
rata with their
share in JV / (not
less than 20% each)
reaching to 100%
with the Lead
Entity together.
Document to be
submitted
Form 6 and
attachments thereto
At least 20%
(twenty percent) of
the requirement)
36
No
Subject
Requirement
PF 8
Single
Similar
Construction
Experience 2
(Steel
Construction
)
Participation as
contractor or
subcontractor, in at least
1 single contract
In at least 1 (one) single
contract within the last 5
years (2011 and
onwards), with a value of
at least %20 percent of
the total LOT price,
carried out by the Bidder,
that has been successfully
and substantially
completed, and That is
similar to the proposed
works as defined in
Section 3: Minimum
Qualification
Requirements note (a) of
which load-bearing
elements and/or Roof are
steel constructed.
*
Single
Entity
Must meet
Requireme
nt
Joint Venture
All Combined
Must meet
Requirement
Option
1
Lead Partner
Meets equal to or
more than 50%
and less than
100% of the
requirement
Other Partner(s)
Collectively meets
the remaining
requirement pro
rata with their
share in JV / (not
less than 20% each)
reaching to 100%
with the Lead
Entity together.
2
Meets 100% of
the requirement
alone.
At least 20%
(twenty percent) of
the requirement)
Document to be
submitted
Form 7 and
attachments thereto
37
Section 4 Schedule of Requirements and Technical Specifications
The schedule of requirements and technical specifications provided in this section is valid and
applicable for all LOTS.
4.1 Statement of Works
General Notes:
The contractor will be required for each LOT, at the minimum, to mobilize the key personnel, listed
below, that carry the qualifications. The bidders shall furnish Key Personnel Commitment Form,
supplemented with CVs of the key personnel (by using the CV template provided in these solicitation
documents) and copies of the diplomas, certificates, memberships to occupational organizations etc. of
the proposed key personnel.
1) Site Engineer (Site Chief) (Full time): University degree in civil engineering, Fluency in Turkish, 10 years
experience in superstructure works, related to the scope of the present ITB
2) One Mechanical Engineer (Part-time): University degree in mechanical engineering, Fluency in
Turkish, 5 years of similar work experience
3) One Electrical Engineer (Part-time): University degree in electrical engineer. Fluency in Turkish, 5 years
of similar work experience
4) One Survey Technician (Full time): University degree in survey technician, Fluency in Turkish,
Experienced on supervision and measurement, 3 years of similar work experience.
The Bidder must demonstrate that it will have access, at the minimum, to the key equipment, listed
hereafter. The list of equipment hereafter will be used as minimum benchmark for assessment of bids.
However, the Bidders should propose an extensive list of required equipment to successfully complete
the works. The bidders shall furnish a separate Equipment Commitment Form for each LOT they apply
for. The bidders’ list must match their approach to the works and demonstrate their understanding and
ability to complete the works satisfactorily.










1 EXCAVATOR
1 MINI EXCAVATOR (JCB TYPE)
1 LOADER
3 TRUCKS
COMPACTOR
1 CONCRETE MIXERS (REQUIRED ONLY FOR THE CONSTRUCTION IN POSOF)
2 CONCTRETE VIBRATORS
OPERATORS FOR MACHINES
SKILLED WORKERS
PLAIN WORKERS
The Contractor is expected to mobilize sufficient resources to complete the construction works for each
LOT within 16 months following the site delivery through the “Notification for Commencement to
Proceed”, as explained in ITB with due consideration to weather, geographical and other risks associated
with the construction itself. In this regard, Bidders are expected to present a realistic work plan. This
38
duration shall not exceed 16 months.
The Contractor shall provide the Engineer for each LOT with 1 double cabin 4x4 pick-up vehicles and
office space, and cover all associated costs thereof, during the supervision of construction.
Notes:
•
Contractor's bid prices, being based on the Bill of Quantities, shall be inclusive of all other costs
(that are not cost through BOQ) whether direct and indirect nature associated with the
satisfactory completion of each work item in accordance with Schedule of Requirements and
Technical Specifications/Technical Drawings and in overall in accordance with the Conditions of
Contract.
•
The bid prices are inclusive of transportation of all construction materials to all site locations.
•
For each LOT, bidders are considered to include cost of 1 double cabin 4x4 pick-up vehicle and
Office Space to be provided to the Engineer for supervision of works.
•
“Work Item Descriptions/ Index No’s” below by definition requires compliance with all technical,
quality, standard requirements dictated by the position numbers, all relevant and complementary
construction items described as per the position numbers (though but not limited to) of, The
Ministry of Environment and Urbanazation
•
Successful Bidder shall maintain Office Space for the Engineer for the purpose of supervision of
the works at construction site for each construction site. This Office Space shall be mobile such as
container with two rooms having minimum area of 5 m2 each. All running expenses and costs of
the office space (Electricity, water, furniture etc.) shall be included in the bid prices.
•
The cost for the design, construction and other costs for the permits from the authorities are
included in the BoQ for the any Electric transmission line from the main transmission line. No
additional payment shall be done to the contractor.
39
A.
EMPLOYER’S REQUIREMENTS
A.1. Executive Summary
Ardahan Kars Artvin Development Project (AKADP) is being implemented by the Ministry of Food,
Agriculture and Livestock (MFAL) with implementation support services provided by United Nations
Development Programme (UNDP). The Project is financed by the Loan Agreement signed between the
Government of Turkey and the International Fund for Agricultural Development (IFAD). The Government
of Turkey co-finances the IFAD loan. The role of UNDP as a implementation partner is incorporated in
detail in the relevant sections of the Appraisal Report and the signed Project Document with the
Government of Turkey.
The UNDP’s support to the MFAL includes capacity building within the Ministry, recruitment of project
management unit’s staff and national/international consultants, full fledge financial management,
procurement according to guidelines, strategic advises, and technical assistance. Importantly, as an
international development organization UNDP’s support is provided based on the underlying principles
and objectives of building institutional capacity and supporting national ownership.
The overall goal of the AKADP is to reduce rural poverty in the Provinces of Ardahan, Kars and Artvin.
The project activities are categorized within three major components: 1) Smallholder and Non-Farm
Enterprise Investments; 2) Village Infrastructure Investments; and 3) Institutional Strengthening and
Project Management. The subject tender falls into the second component of the Project. The objective
of the Village Infrastructure Investments component is to improve living conditions and to remove
infrastructure bottlenecks which inhibit participation of farmers and economically active rural poor in
increased production and incomes, based on the current employment and production patterns.
A.2. Location and Access
The construction works will be carried out in Kars-Selim District, Kars-Sarkıkamış District, Ardahan-Posof
District, Ardahan-Hanak District and Artvin-Ardanuç District in Turkey.
A.3. Description of Works
The scope of the construction services for each LOT includes, but is not limited to the following works:
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
l)
m)
n)
Administrative building
Open Paddocks for cattle and ruminants
Paddocks under a shed,
Disinfection Facilities (Disinfection Tunnel, Disinfection Pools)
Loading-Unloading Ramp
Quarantine Barn
Watchman's Huts
Truck Scale
Fertilizer Tank and Filtering Pit
Parking Lot
Drainage and Storm Water Canals
Cesspool
Fertilizer pit
Other ancillary structures
40
A.4. Rules and Regulations
The Contractor shall provide a billboard (on free of charge basis) mentioning the project and partners to
ensure visibility of the project. The billboard shall be constructed in accordance with these specifications
and as shown on the detail drawings.
Unless otherwise is confirmed by the engineer, ready-mixed concrete shall be used.
A.5. General Statements
Standard construction details approved by the Authority shall be followed unless specific deviation there
from is authorized, in writing, by the Authority.
The fact that any construction works carried out under the supervision and approval of the engineer
does not relieve the contractor from the responsibility of completing the work in full compliance with
the project, contract, Schedule of Requirements and Technical Specifications and general rules for
construction works.
A.5.1 Requirement for Construction Items
All pipes and other structures and similar facilities have to be satisfying the requirements of all
regulations and specifications which are not mentioned in this document.
A.5.2 Curvilinear Alignment of Pipes
Curvature of pipes is allowed for all diameters. Alignments must follow the general alignment of streets.
Only a simple curve design is acceptable. The minimum allowable radius of curvature is 90m.
Compression type pipe joints are required. Maximum joint deflection shall not exceed the
manufacturer’s recommendations.
A.5.3 Depth of Pipe Cover
All pipes shall be laid to a minimum depth of 80 cm measured from the proposed ground surface to the
top of the pipe, unless specifically allowed otherwise in special circumstances by the ENGINEER. If
allowed, pipelines and services with ground cover less than 80 cm or more than 750 cm must be
constructed of ductile iron class 50 pipes with polywrap.
A.5.4 Minimum Width of Trench
The width of the trench shall be ample to permit the pipe to be laid and joined properly, and the backfill
to be placed and compacted as specified hereinafter. Minimum width of trench is outside diameter of
the pipe barrel plus 40cm, i.e., 20cm each side as indicated in the Technical Drawings.
A.6. Construction Requirements
Prior to commencement of work the Contractor shall be responsible for setting out the Works in
accordance with the approved Drawings, and shall maintain and re-establish all permanent and
temporary survey marks for the duration of the Contract and to the satisfaction of the UNDP.
The Contractor shall obtain all relevant approvals for planning, building, drainage and any other permits
as required for the Works and shall comply with all inspection and testing requirements of all statutory
authorities.
The fact that any construction works carried out under the supervision and approval of the engineer
does not relieve the contractor from the responsibility of completing the work in full compliance with
the project, contract, Schedule of Requirements and Technical Specifications and general rules for
construction works.
 All construction works should be done in accordance with the approved projects, Technical
Specifications and all laws and regulations in effect.
41

















The costs of building the service roads from the quarry of materials to the workplace and the
transportation of materials are included in the offer made by the bidder.
All the temporary roads in the construction site will be built by the contractor. No additional
payments will be made.
All the materials have to be examined and approved by the UNDP. The samples and materials
will be in accordance with the specifications.
The minimum amount of machinery and equipment that should be present in the work place is
stated in the ITB.
The amount of ready-mixed concrete that is specified in technical drawings will be used. If not
specified in the drawings for reinforced concrete C25 class concrete shall be used.
During the excavation, the contractor is responsible for securing and supporting the excavation
area, keeping the excavation site dry, transportation of materials excavated, storage and safety
of materials excavated with any kind of safety precautions approved by UNDP.
The sites that are specified in the project will be cleaned of plants and roots. The excavation will
start after the completion of the cleaning process (e.g. uprooting the trees).
The irregularities and problems that may occur because of cleaning procedures (e.g. uprooting a
tree) will be fixed by the contractor
The ground that the construction will be built on has to be safe and suitable. The unsuitable
ground should be excavated for a depth that will be decided, no less than 30 cm, by the UNDP.
If the river bed is appropriate, open derivation will be applied to keep the excavation site dry.
For the drainage of ground water, the excavation will start from downstream.
The excavation methods and program necessary for the amendment of the river bed will be
prepared by the contractor.
Before the concrete is poured, the inspection engineer will examine and approve the
reinforcement that is placed and anchored. The supervision engineer can ask to remove the
concrete if not examined and approved.
The contractor has to make available enough number of vibrators in the construction site, to be
able to immediately compression and the vibration of the concrete that is poured.
The experiments on the concrete will be made on a calendar depending on the classifications
and amount of concrete. If the experiments do not satisfy necessary specifications, the
contactor will, by consulting UNDP, take the immediate actions to adjust the concrete mix,
improve the quality control and make a study of relevant methods in order to guarantee the
necessary level of quality. The daily concrete amounts and samples, specimens and other
samples will be kept by the contractor.
The concrete can only be poured with the presence of the supervision engineer
If not stated in the drawings and technical specifications, the rules of following specifications
will regulate the construction:
o The Ministry of Environment and Urbanization and General Directorate of State
Hydraulic Work’s
o General Technical Specifications for Iron Works and Reinforcement
o General Technical Specifications for Concrete Works (TS.802)
o General Technical Specifications for Aggregates of Concrete
o General Technical Specifications for Cement (TS EN 206-1)
o General Technical Specifications for Excavation Works
o General Technical Specifications for Transportation
o Rules and Regulations of Designing the Concrete Structures (TS 500)
o Building Code for Steel Structures (TS 648)
o Design Loads for Buildings (TS 498)
42
A.7. General Quality Assurance
The Contractor shall provide and maintain a quality assurance and control system, which will provide
objective evidence that the work under the Contract meets the quality requirements of the Technical
and Performance Requirements.
Tests and inspections shall be in accordance with Turkish Standards or other acceptable standards. The
Contractor shall arrange for all inspections and testing by statutory authorities.
Contractor is deemed to have made adequate provisions in the Contract price for all testing and quality
control activities required achieving the quality standard stipulated in the Contract for the Works.
A.8. Progress Meetings and Reports
The Contractor shall attend progress and other meetings on Site as requested by the UNDP. The
Contractor shall submit at the end of each month to the UNDP a narrative report summarizing
significant progress or problems encountered during the preceding month in respect to all parts of the
work under the Contract and, without restricting the generality of the foregoing, shall include reasoned
and detailed comments in respect to:
 Activities or items completed during the month, including dates of completion;
 Activities or items scheduled for completion during the month but not completed (showing
details of intended remedial action and comments as to likely effects on the Date of Practical
Completion);
 Changes to the critical path;
A.9. Construction Requirements
Prior to commencement of work the Contractor shall be responsible for setting out the Works in
accordance with the approved Drawings, and shall maintain and re-establish all permanent and
temporary survey marks for the duration of the Contract and to the satisfaction of the UNDP.
The Contractor shall obtain all relevant approvals for planning, building and any other permits as
required for the Works and shall comply with all inspection and testing requirements of all statutory
authorities. All the materials that are used in the construction shall be in accordance with the applicable
Turkish Standards
A.10. Contractor’s Program
The ‘Contractor’s Program’ is also referred to as the Construction Program.
The Contractor shall submit a detailed breakdown of the Contractor’s Program in “bar chart” form
(clearly identifying the critical path) for approval within 1 (one) week following the award of Contract.
The program shall be in the form that meets the requirements of the UNDP. The approved detailed
breakdown of the Contractor’s Program with any revision/updates shall be submitted at least once
every fifteen days with “progress to date” clearly marked on it.
A.11. Demolition and Reinstatement of Works
Reinstatement of roads and streets shall be undertaken in accordance with the relevant local standards
and according to the existing grade.
The Contractor will not receive payment for over break of “Demolition and Reinstatement Works”, or
measures necessary as a consequence of such over break. Over break means a demolition, removal and
reinstatement of paved surface carried out outside the designated lines.
If the works of reinstatement, as carried out by the Contractor, are not satisfaction of the UNDP, the
Contractor shall carry out remedial works. If the Contractor is not able or willing to perform remedial
works as instructed by the UNDP, the UNDP shall have the right to employ another Contractor for these
works. The costs thereof shall be borne by the defaulting Contractor, or may be deducted from his
payment claim.
43
B.
SITE INSTALLATION AND PREPARATORY WORKS
B.1. Site Installation
B.1.1 Site Installation and Mobilization
The site installation shall include all site infrastructure, temporary site offices and yards, safety
provisions, accommodation and sanitary facilities, provisions for water, energy and access and the
installation of signboards in accordance to the requirements stated in the Schedule of Requirements ,
Technical Specifications and the Price Schedule. The costs of the site facilities shall be included in the
corresponding unit prices.
The location of all site installations shall be agreed beforehand with the Engineer. The Contractor shall
prepare drawings of all sites selected for the site installation showing the location of all buildings, stores,
offices, temporary roads, etc. The drawings shall be submitted for approval by the Engineer.
Mobilization at site shall include all site works, the erection of all site facilities and the mobilization of all
equipment and materials as necessary to carry out the Works under this Contract.
Special attention shall be paid to the safe storage of fuel and lubricants in tanks and safety catchment
basins in order to avoid the contamination of soils, subsoil and groundwater. This applies also for the
installation of any workshop or other repair facilities.
The Contractor shall give strict instructions to all persons employed by him to comply with the
regulations for groundwater protection. If the Contractor fails to arrange for adequate precautions to
avoid any contamination, he shall exchange soils contaminated by him at his own cost and bear full
responsibility for any groundwater pollution.
The Mobilization shall consist of preparatory work and operations, including, but not limited to the
following:
 The movement of personnel, equipment, operating supplies, and incidentals to the project site.
 The establishment of the Contractor’s offices, buildings, and other facilities to work on the
project including rental of village houses at the construction sites as needed.
 Other work and operations that must be performed.
 Deployment of machinery and Equipment at site
 Deployment of staff (Construction) at site and/or HQ.
 Expenses incurred, prior to beginning work on the various contract items on the project site.
Engineer shall certify the progress on mobilization.
B.1.2 Maintenance of Site Installation
The maintenance of site installation shall comprise the maintaining of all site facilities for the execution
of the Works including water and energy supply, the operation and cleaning of site offices,
accommodation and sanitary facilities and all temporary works as necessary to ensure access to and
proper protection of construction sites including security, lighting and traffic control during the
construction period.
B.1.3 Demobilization from Site
The demobilization includes the removal of all site facilities and temporary installations, the removal of
all equipment from Site, the removal of all surplus materials, the reinstatement of all damaged or worn
access roads and facilities used by the Contractor and the cleaning up of the construction site after
completion of the Works.
44
B.2. Site Facilities
B.2.1 Safety and Accommodation
The Contractor shall ensure that all safety and welfare measures strictly comply with the provisions of
the regulations in force for health, environment, welfare, safety and groundwater protection.
The Contractor shall provide, at his own expense, for temporary fencing to all parts of the works and
sufficient protection of all open excavations to ensure the safety of workpeople, for suitable shelters
and/or mess rooms for his workpeople and supervisory staff and for adequate sanitation facilities.
The Site shall be equipped with sufficient closets which comply with the regulations for groundwater
protection. If the Contractor fails to arrange for adequate precautions and sanitation facilities, the
Supervisor shall instruct a third party to provide them at the cost of the Contractor.
The Contractor shall have particular regard to the safety of persons and livestock and shall ensure that
all open excavations, access routes and steep or loose slopes arising from the Contractor’s operations
are adequately fenced and protected.
The Contractor shall be held responsible for all necessary safety measures during the duration of the
Contract and shall strictly follow the safety regulations in order to prevent accidents.
Proper strutting, sheeting and bracing, protection of slopes, methods of excavation to reduce risks of
slides, etc. shall be deemed to be included in the rates and prices entered in the Price Schedule. In the
event of soil slides occurring during earthwork, all damage and making good of works shall be at the
expense of the Contractor.
If there is an intensive human existence around the working area safety barriers and portable bridges
(for crossing purposes) shall be located along and over excavations/ditches to prevent any accident or
injury.
The Contractor shall take all precautions against the contamination of the Works.
B.2.2 Safety of Personnel and Visitors
The Contractor shall observe and cause his staff to observe standards commensurate with the nature of
the Works. To this end the Contractor shall provide and ensure his employees wear:
 overalls,
 boots or shoes with reinforced toe caps,
 helmets suitable for construction sites,
 other protective equipment such as gloves, ear muffs, goggles, etc., as are necessary for any
particular work.
The Contractor shall further provide helmets and shoes for the UNDP, MFAL and their staff and for the
use of site visitors up to ten in number.
No work shall be permitted to be executed unless the Engineer is satisfied that appropriate safety
measures are in place and that the Contractor’s employees are wearing suitable safety gear.
B.2.3 First Aid Outfits
The Contractor shall, at his own cost, provide and maintain for the duration of the Contract adequate
first aid outfits at all construction sites.
B.2.4 Cleanliness on Site
The Contractor shall make every effort to keep the Site tidy and in orderly manner and to take at all
times every possible precaution against the contamination of subsoil and groundwater. The Contractor
shall be responsible for making all arrangements for the disposal of solid and liquid wastes from the Site
at his own expense. Furthermore, he shall give strict instructions to all persons employed by him to use
the sanitary facilities provided at Site.
45
If the Contractor fails to keep the Site clean, the Engineer shall instruct a third party to carry out the
work at the cost of the Contractor.
B.2.5 Water and Energy Supply
The Contractor shall be responsible for and shall make all arrangements for adequate supply of water
and energy to the construction Site. He shall also supply safe drinking water for the workmen on Site.
The Contractor shall be responsible for the supply of all water required for mixing and curing of concrete
and for testing of pipelines and structures.
B.2.6 Maintenance of Traffic
The Contractor shall provide, erect and maintain on the Site and the locations on the access to the Site
all traffic signs and traffic control signals and all measures for protection of the public, as necessary
and/or may be locally required by the relevant local bodies for the safe direction and control of the
traffic during execution of the Works.
The location and size of all such signs and the lettering thereon shall be approved by the Engineer before
installation.
The Contractor shall relocate, cover or remove signs as required during the progress of the Works.
B.2.7 Use of Public Roads and Temporary Roads
The Contractor shall, at his own expense, carry out all protective works and strengthening of public
roads used by him as necessary to avoid damage from heavy loads and plant moved to the Site. The
Contractor shall also construct, maintain and remove temporary access roads as he may require for
carrying out the works at his own expense.
The Contractor shall observe all restrictions, which apply to public roads, and he shall comply with all
reasonable restrictions which may be imposed by the Engineer, the Employer or other competent local
bodies. This includes safe and secure fencing of the respective site, temporary traffic lights and security
guards.
The Contractor shall not run tracked vehicles or tracked plant on any public or private road without the
written approval of the responsible Authority and subject to such conditions as those may require.
Public and private roads and other surfaces used by the Contractor shall be kept free from dirt and
rubbish and shall be cleaned with adequate equipment as directed by the Supervisor. If the Contractor
fails to do so the Supervisor can order a third party to do the cleaning on the account of the Contractor.
Immediately after ceasing the use of any temporary road the Contractor shall restore the road to the
satisfaction of the Supervisor and the responsible Authority. These provisions shall apply also to the
shoulders, footpaths, drains, etc. of any existing sealed road used by the Contractor or affected by his
operations.
B.2.8 Maintaining of other Services / Utilities and Structures
The Contractor shall be responsible for maintaining all water-courses, pipes, sewers, drains, electricity
and communication cables, other services and structures during the construction of the Works.
The Contractor shall repair to the satisfaction of the Engineer or the concerned authorities, without any
delay, any damage caused by his operations and maintain existing services during the execution of
Works at his own expense.
As soon as an existing service is encountered in the excavation the Contractor shall forthwith call the
attention of the Engineer and the appropriate utilities service authority thereto.
Notwithstanding any relevant information furnished by the Employer or the Engineer, the Contractor
shall be responsible for ascertaining, from his own inspection of the Site and from the respective utility
and other authorities and by excavating and backfilling for trial pits , the position of all mains, pipes and
cables whether underground or overhead, within or near the Site.
46
The Contractor shall, at his own expense, maintain the flow in all pipeline, drains, water pipelines and all
water courses which may be met during the execution of the Works, allowing none of the waters to flow
in the trenches under this Contract.
If an existing utility line is needed to be diverted or demolished, such line shall be diverted or
demolished and afterwards relocated and/or repaired as originally found and be approved by the
respective utility/authority.
If any utility intercepts, the Engineer shall have the authority to modify the design and to order
deviations from the line and grade.
B.2.9 Temporary Approaches, Bridges, Gangways etc.
Where any road, path, or right of way is affected by the construction of the Works, and as in the opinion
of the Engineer may from time to time be necessary for safe and expeditious access to different parts of
the Works, the Contractor shall provide suitable temporary approaches, bridges, gangways, and roads.
Particularly, the Contractor shall provide means of access to adjacent occupiers of the land to carry on
their normal occupations, and shall indemnify the Employer against any claim for loss of business or
amenities.
All such approaches, bridges, gangways and roads shall be maintained in service until all requirements of
the Specifications have been fully complied with.
All costs of constructing, maintaining and removing all temporary approaches, bridges, gangways, etc.,
under this sub-clause shall be deemed to be included pro rata in the related pay items of the Schedule
of Payments.
B.2.10 Work in Existing Roads and Footpaths
Where existing roads shall be crossed or works are performed in existing roads, the Contractor shall
obtain instructions from the Engineer as to the date and hour for the breaking up of the road and the
manner in which traffic is to be diverted to other roads. Such deviations shall be provided and
maintained by the Contractor at his expense.
All roads used shall be kept free from dust and mud, and unless permission to close certain roads is
obtained by the Contractor from the Engineer, at least one half the width of each road (if possible) shall
be kept open to traffic.
Men and apparatus shall be provided by the Contractor for pedestrian and for vehicular traffic control
when working along or crossing roads. Lamps shall be lighted and warning signboards put up where
necessary to ensure, during the progress of work, the safety of traffic using the road, and to prevent
unauthorized persons, animals, etc., from straying on to the work.
The Contractor shall be responsible for liaison, co-ordination and arrangements with the relevant
authority in the obtaining of consents, payment of fees and all manner of things necessary to comply
with the lawful orders of the relevant authorities and the Contractor shall allow for the same in his
rates.
All roads, including shoulders and various kind of drains, ditches and footpaths shall be restored to their
original condition and carried out to the requirements of the relevant authority as soon as the work
along or at the crossing has been completed. All restoration works, such as backfilling and road base
course and surfacing, shall be performed to the requirements of the Specifications.
B.2.11 Precautions
The Contractor shall take all precautions to avoid damage to any structure owned by third parties. If
damage occurs, the Contractor and the Engineer shall contact UNDP of the damaged structure
immediately, jointly, and all necessary repairs shall be made by the Contractor at his own expense,
under the direction and to the satisfaction of the Engineer.
47
B.2.12 Sign Boards
The contractor shall provide, erect and maintain 2 (two) weather resistant signboards/display panels for
each site at the locations to be approved by the Engineer. The signs shall be a minimum of 4m wide by
3.5 high and give information (name of the project, logos of the project parties, contractor, contract
period etc.) to be provided by the Engineer.
Signboards shall be of mobile type and suitable for continuous transportation to locations/sections
where the actual works are taking place. After completion of all the works, the signboards shall be
transformed into the commemorative plaques. The commemorative plaques shall be installed as
stationary on the approved locations by the Ministry of Food, Agriculture and Livestock (MFAL).
B.2.13 Contractor's Facilities
B.2.13.1
Site Office
The Contractor shall propose uncovered areas to the approval by the Employer/Engineer for the
establishment of the site office. Within the proposed area the Contractor shall provide and maintain
offices appropriate to the efficient management and control of the project by his own staff.
B.2.13.2
Storage Areas and Yards
The Contractor shall propose uncovered areas to the approval by the Employer/Supervisor for the
storage of plant, equipment and materials during the execution of the Contract.
The Contractor shall be responsible for the off-loading, transporting and handling of all the plant and
equipment and materials needed for the purpose of the Contract.
The handling and storage of all plant and equipment at the site shall be to the risk of the Contractor and
without responsibility of the Employer.
The Contractor shall protect all material against corrosion, mechanical damage or deterioration during
storage and erection on site. The protection shall be to the approval of the Engineer.
B.2.13.3
Staff Facilities
The Contractor shall provide for and maintain temporary sanitary facilities on the site for the use of all
persons connected with the works. The Contractor shall at all times keep the facilities in a clean and
sanitary condition, and shall post notices and take such precautions as may be necessary to keep the site
clean. The Contractor shall carry out any cleaning whatsoever as may be directed by the Engineer to
maintain such sanitary conditions.
The Contractor shall provide for and maintain an adequate supply of potable water for his and his
subcontractor's use. The water supply shall be used for construction purposes and for consumption in
the temporary facilities. The water supply system including the connection to the public system shall be
approved by the Engineer.
All electrical power required by the Contractor shall be provided by him at his own expense. All
temporary connections and installations for electricity shall be subject to the approval of the Engineer.
All temporary electrical installations shall be provided, connected, and maintained by the Contractor in
accordance with local by-laws and regulations and to the satisfaction of the Engineer.
The Contractor shall not use any part of the permanent works for temporary power supply, illumination,
or equal purposes, unless agreed with the Supervisor on a case-by-case basis.
B.2.13.4
Equipment
For satisfactory quality of work and a rate of progress which will ensure the completion of the works
within the time stipulated in the Tender. If at any time such equipment appears to be inefficient,
inappropriate, or insufficient for securing the quality of work required or for the rate of progress, the
Supervisor may order the Contractor to increase the efficiency, change the character or hire additional
48
equipment, and the Contractor shall conform to such order. Failure of the Engineer to give such order
shall in no way relieve the Contractor of his obligations to secure the quality of the works and rate of
progress required.
B.3. Preparatory Works
B.3.1 Review of Technical Documents
The Contractor shall carefully review all technical documents included in the Contract before the start of
the Works and the ordering of the required goods.
The Contractor shall amend such technical documents as may be required and submit three copies to
the Engineer.
B.3.2 Contractor’s Design
The Contractor shall prepare all required design works of all permanent and temporary works and
respect the local and international regulations.
The Contractor shall submit for approval to the Engineer, all calculations, drawings, mechanical
properties of materials, manufacturer’s specifications justifying the quality and structural design of
materials, equipment and structures. He shall also submit to the Engineer a copy of the standards and
methods used for the calculations.
B.3.3 As-Built Drawings
As the work proceeds, the Contractor shall prepare, at his own expense, record drawings as to portray
the Works actually executed. These record drawings shall become As-Built Drawings upon Completion of
the Works. These drawings shall clearly show all portions of the Works, in plan, profile and sections and
also all deviations from the original drawings.
Draft versions of the record drawings shall be submitted to the Engineer for approval and then be
completed with any amendments requested by him. On Completion of Works the Contractor shall
supply to the Engineer the complete set of originals and 3 (three) copies of the As-Built Drawings.
B.3.4 Programme of Supplies and Works
The Contractor shall submit to the Engineer full details of his proposed Supply and Working Programme
and its milestones within the execution period as stipulated in the Contract.
The Contractor shall use the CPM for elaboration of the Programme and shall use MS Project as tool.
The Programme shall be deemed to have taken into account the climatic conditions to provide for the
supply of the goods and the completion of the Works in the order and within the times specified
therein.
The Contractor shall carry out the Contract in accordance with the Programme agreed with the Engineer
but he shall in no way be relieved by the Supervisor's approval of the Programme of his obligations to
complete the Works in the prescribed order and by the prescribed Completion Date, and he shall review
his progress every month (tracking Gantt chart) and make such amendments to his rate of execution of
the Works as may be necessary to fulfill these obligations.
Once the proposed Programme is approved by the Engineer, the Contractor shall not depart from the
Programme without written consent of the Engineer.
In the event of unforeseen difficulties or disturbances which shall have influence on the approved
Programme of Works, the Contractor shall advise the Engineer in writing of such occurrences without
delay and submit bids for any necessary remedial measures, for which he shall obtain the Engineer's
approval before putting such measures into effect.
The Programme shall clearly indicate the material approval dates before the order of such, the suppliers’
customs procedures, the working drawings submittals and the time of access to land, submittal and
49
approval of road closing, the submittal of As-Built Drawings or any other event that may concern the
Engineer.
When preparing the Programme of Works, as specified, the Contractor shall take account of the priority
order prescribed for the various activities of the Works.
The Programme of Works shall conform to the following:
 If it is necessary for the safety of the Works or for any other reason, the Contractor shall carry
out such part of the Works continuously by day and by night when so instructed in writing by
the Engineer.
 The extent of the working site has to be agreed with the Employer and the Engineer. Generally,
working sites shall be confined in accordance to physical restrictions and the requirements for
maintaining vehicular and pedestrian traffic.
B.3.5 Cash Flow Programme
Together with the Work Programme the Contractor shall provide to the Engineer a detailed Cash Flow
Programme of all payments to which the Contractor shall be entitled under the Contract. He shall
update this Programme with the updates of the Programme of Works, if required to do so by the
Engineer.
B.3.6 Notices before Starting Excavation
The Contractor shall, before starting excavation in any portion of the Works, give all necessary notices
and make timely and reasonable arrangements with:
 The relevant bodies responsible for public roads (approvals for opening, agreements on
resurfacing) and the Police (traffic arrangements), where applicable.
 The relevant bodies for water and energy supply and telecommunications (dealing with crossing
of, maintaining and reinstatement of the respective services).
 The concerned land owners (approvals of access, reinstatement of surfaces).
B.3.7 Site Inspections before Starting Excavation
Before carrying out any excavation, the Site shall be inspected jointly by the Contractor and the Engineer
in order to verify site conditions, to establish the directions for site clearance and to clarify the further
proceedings.
Before commencing any site clearance and excavation in private property, the Contractor shall prepare
and agree with the owner or occupier of such property a record of the state of the surface with
particular reference to any features that may require special care, conservation and reinstatement.
Pre-construction photos shall be taken of the original Site by the Contractor and be submitted to the
Engineer in two (2) copies together with the respective digital files. By that way after construction the
conserved and reinstated parts can be compared with the original status. The Contractor shall prepare
an inspection report which shall describe the conditions of the buildings, roads, footpaths, etc., in
question and shall submit such report to the Engineer.
Any damage caused by the Contractor to third parties during excavation or other works shall be repaired
and maintained by the Contractor at his own expense without any delay.
B.3.8 Technical Documentation of Manufactured Goods
The Contractor shall provide to the Engineer for approval a complete set of technical documents of all
goods that shall be supplied from Manufacturers (pipes, valves, fittings, etc.) to be incorporated into the
Permanent Works. The document shall further detail the documentation included in the tender.
Only goods figuring in the technical documentation and approved by the Engineer shall be supplied.
50
B.3.9 Construction Methods
The Contractor shall submit details of the plant, equipment and labor force, which he proposes to use
and employ and shall describe in detail the proposed construction methods. The details on construction
plant shall include the make, type, capacity or rating and the number of units which the Contractor
envisages to employ throughout the duration of the Contract.
Special attention shall be paid to the (1) procedure of concrete mixing, transporting, vibrating and curing
and whether the concrete is prepared at the Site or elsewhere, (2) on-site coating, painting and other
works serving for corrosion protection.
The Contractor shall furnish to the Engineer the formal approval of working methods he may be
required to obtain from relevant authorities prior to the commencement of any new section of works.
Such approval of working methods shall in no way relieve the Contractor from his obligations.
Such approvals of working methods shall be obtained, as applicable, e.g. for the maintaining of public
traffic, the dealing with/crossing of other services, the diversion of flow and discharge of water from
excavations, the reinstatement of excavated areas and the provisions to ensure public safety.
B.3.10 Approval of Materials and Workmanship
The supply of all materials, items and accessories shall be subject to the approval of the Engineer. The
Contractor shall provide such samples as the Engineer may require in advance of the execution of Works
for approval and, when approved, the quality of materials shall be at least equal to that of the approved
samples. This includes also the testing and quality control of aggregates, cement and concrete and other
building materials.
The Contractor shall furthermore provide sample areas and items of finished workmanship for approval
by the Engineer as required by him. All workmanship shall be equal to the approved samples.
For the approval of materials standard institution certificates of the related materials from the country
of production shall be submitted.
B.3.11 Testing of Materials
The Contractor shall provide material test results and certification by Independent Testing Laboratory
approved by the Engineer showing that the materials meet the specified requirements. The testing of
materials and goods shall be performed well in advance of the time they will be required for use.
The Contractor shall not be entitled to any compensation or claim for delays, inconveniences, damage,
standing time or any other cause whatsoever, arising from the late submission of testing results or the
rejection of materials and articles.
B.3.12 Setting-Out of Works
Prior to the Commencement of the Works the Engineer shall provide a number of benchmarks on Site.
Before starting any work, the Contractor shall verify the levels of the benchmarks in the presence of the
Engineer and shall request the Engineer to correct any omission or error which may be discovered
during verification.
After the benchmarks and markers have thus been consolidated, the Contractor shall certify their
acceptance in writing to the Engineer. The Contractor shall then establish, in locations and at levels
approved by the Engineer steel datum pegs which shall be securely concreted in. The levels of these
pegs shall be used as reference datum during construction.
The Contractor shall be responsible for accurate setting-out the Works, temporary benchmarks and shall
carefully protect and preserve all benchmarks, sight-rails, pegs and other things used in setting-out the
Works.
B.3.13 Survey Staff
The Contractor shall also provide all staff, labor, instruments and materials as may be required by the
51
Supervisor for survey work and measurements in connection with the Works.
C.
CONCRETE WORKS
C.1. General
Plain and Reinforced concrete shall be accomplished in accordance with these specifications and as
shown on the detail drawings.
All concrete construction shall conform to all applicable requirements of the Technical Specifications for
Concrete Works (TS 802), TS 500, TS 498, TS EN 206-1.
Reinforcing steel bars shall be placed and tied according to the detail projects. For the reinforced
concrete, steel bars shall conform St III and Public Works Standards (23.014, 23.015, Technical
Specifications for Steel Works)
All of the Formworks, scaffolding, supports, reinforcing steel bars shall be prepared according to the
detail projects. And after the approval by the ENGINEER, concrete shall be placed. Concrete shall be
placed only in the presence of the ENGINEER.
Concrete shall be thoroughly and uniformly compacted by means of internal mechanical vibration with
internal vibrator.
C.1.1 Curing of Concrete
All concrete shall be water cured for a minimum of 7 of 24 hour days. It is the Contractor’s responsibility
to rig up all necessary equipment to conduct this task correctly and effectively.
C.1.2 Sampling and Testing Generally- Concrete
The Contractor shall make available on site throughout the period of the Contract equipment and
facilities for the performance of slump tests and the manufacture of concrete test cylinders.
C.1.3 Rejection Criteria – Concrete
Concrete which has any of the following defects shall be liable to rejection:
 It is porous, segregated or honeycombed.
 A construction joint has been made at a location or in a manner not acceptable to the UNDP.
 The reinforcement has been displaced from its correct locations.
 The concrete is shown by the UNDP to be otherwise defective.
 Cold formed joints.
C.1.4 Records - Concrete
Day to day records of all concreting shall be kept by the Contractor. The records shall clearly show
dates, times, temperature and weather conditions as well as test references or test results and the place
of concreting. These records shall be submitted to the UNDP once a week or as often as he directs.
C.1.5 Surface Protection – Concrete
All finished concrete surfaces shall be protected from damage, staining or contamination from any cause
such as construction equipment, materials or methods, and by rain, running water or wind.
C.1.6 Construction Joints - Concrete
The Contractor shall submit procedures and drawings to the UNDP clearly showing its proposals for
concrete placing in each component of the Works together with construction joints and lifts.
C.1.7 Repair Procedures for New Concrete
Any making good of defective concrete will be subject to the approval of the UNDP who may
alternatively require the complete removal and replacement of the defective concrete.
52
C.2. Materials
C.2.1 General
Materials used in the works shall be new, good and of the qualities and kinds specified herein and equal
to approved samples. Delivery shall be made sufficiently in advance to enable further samples to be
taken and tested if required. Materials not approved shall be immediately removed from the works at
the Contractor's cost.
All specified properties of the concrete-making materials shall be tested with a frequency to ensure
continuous compliance with the requirements, and whenever new materials are to be used.
Materials shall be transported, handled and stored on the site or elsewhere in such a manner as to
prevent damage, deterioration, or contamination.
C.2.2 Cement
Cement shall be from an approved source and shall be low alkali cement and sulphate-resistant or
ordinary Portland cement complying with EN197.
Low alkali cement to be used in the works shall contain less than 0.6% alkali (expressed as Na2O +
0.658K2O).
Cement shall be delivered in sealed manufacturer's branded bags or barrels, each consignment
accompanied by the manufacturer's test certificates. Damaged bags or barrels and any cement the
Engineer considers unsatisfactory shall be rejected. Each bag shall be used on the day of opening; bags
opened on the previous day shall be rejected.
All rejected cement including that which has become affected by damp conditions is to be removed
from site within 48 hours. High alumina cement or blast-furnace slag cement shall not be used. Cement
stored on site shall be protected from the weather and raised from the ground. Cement shall be used in
the order in which it is delivered. Cement temperature shall not exceed 60C when used.
Cement shall not be used after 6 months from its manufacture date or after it has been held in store for
3 months, unless it is tested and satisfies the relevant EN Standards. Each re-test certificate shall be valid
for a period of 6 months. Each consignment of cement delivered to the site shall be accompanied by a
certificate showing the place and date of manufacture and the results of standard tests carried out on
the bulk supply from which the cement was manufactured.
Notwithstanding the above requirements and tests, the Engineer may reject any cement which in his
opinion is unsatisfactory for any reason whatsoever.
C.2.3 Water
Water for use in concrete, mortar mixing and curing shall be obtained from an approved source and
shall be of a quality as not to affect the setting time, strength, durability of the concrete or mortar, or
the appearance of hardened concrete or mortar by discoloration or efflorescence, nor the
reinforcement at any age of the concrete or mortar.
Water shall be clean, potable, blended or unblended, with a pH between 5.0 and 9.0 and shall be tested
in accordance with EN 1008. The following limits shall not be exceeded:
 Total dissolved solids (TDS) not greater than 2000 ppm
 Suspended solids not greater than 2000 ppm
 Chlorides (Cl) not greater than 500 ppm
 Sulphates (SO3) not greater than 1000 ppm
 Alkali (HCO3/CO3) not greater than 1000 ppm
Water shall be stored in approved, clean containers which are protected from sun, wind, dust, organic
contamination or from contamination by any other source.
53
C.2.4 Aggregates
Materials used as aggregates shall be obtained from a source known to produce aggregates satisfactory
for concrete and shall be chemically inert, strong, hard, durable, of limited porosity and free from
adhering coatings, clay lumps, coal and coal residues and organic or other impurities that may cause
corrosion of the reinforcement or may impair the strength or durability of the concrete. Aggregates shall
be natural gravels or crushed stone complying with EN 12620.
The aggregates used in the concrete mix shall not cause damage or weakening of the concrete.
Aggregates shall be stored and handled only on approved impervious free draining platforms with
concrete block walls separating different grades. Stock piles shall be built in 1.50 m (maximum) layers
and segregation of the aggregates shall be prevented. All aggregates which have become segregated
shall be removed. All aggregates stored on site shall be covered with approved sheeting until required
for mixing. Aggregates which have become contaminated whilst stored on site shall be removed.
C.2.5 Fine Aggregates
Sand for concrete shall comply with EN 12620. It shall not contain more than 3% voided shells (as
determined by direct visual separation).
Artificial or manufactured sand will not be acceptable. The maximum permitted concentration of
chlorides and sulphates expressed as percentage by weight of dry sand are 0.06% (as acid soluble Cl-)
and 0.4% (as acid soluble SO3) respectively.
The blending of crushed stone fines may be permitted provided that the blended product meets all the
requirements for fine aggregates. Materials finer than 75 micron size - ISO 3310 test - shall not exceed
5% by weight. If the materials finer than 75 microns - according to ISO 3310 test - consist of the dust of
fracture, essentially free of clay or shale, the limit can be increased to 7% by weight.
Absorption shall not exceed 5%. Magnesium sulphate soundness weight loss shall not exceed 10% after
five cycles (ASTM C88 or equivalent). When tested for organic impurities the color shall be lighter than
the reference standard color (ASTM C40 or equivalent).
When tested for potential alkali reactivity (ASTM C 227 or equivalent) the expansion shall be less than
0.05% at 3 months. Alternatively the potential alkali reactivity can be tested in accordance with ASTM C
289 or equivalent and the evaluation done in accordance with ASTM C 33, Appendix XI or equivalent.
C.2.6 Coarse Aggregates
Coarse aggregates for concrete shall be hard and durable stone, produced by mechanical crushing, e.g.
by jaw, impact or cone crushers or other mechanical means to the approval of the Engineer.
The maximum permitted content of chlorides and sulphates by weight of dry aggregates are 0.03% (as
acid soluble Cl-) and 0.4% (as acid soluble SO3) respectively.
Unless otherwise approved by the Engineer, coarse aggregate for use in all classes of concrete shall be
provided for batching as single sized aggregates of 40 mm, 20 mm and 10 mm nominal size
proportioned in such ratio as to give a uniform gradation.
Absorption shall not exceed 2.5% (EN 12620). Flakiness index and elongation index shall not exceed 25%
(EN 12620). Coarse aggregate shall not contain more than 5% soft fragments (ASTM C 235 or
equivalent). Magnesium sulphate soundness weight loss shall not exceed 10% after five cycles (ASTM
C88 or equivalent).
When tested for potential alkali reactivity (ASTM C 227 or equivalent) the expansion shall be less than
0.05% at 3 months. Alternatively the potential alkali reactivity can be tested in accordance with ASTM C
289 or equivalent and the evaluation done in accordance with ASTM C 33 or equivalent, Appendix XI.
C.2.7 Admixtures
Any use of admixtures and additives shall comply with EN 934 and shall be approved by the Engineer.
Approved admixtures shall be used in accordance with the manufacturer's recommendations, shall be
54
dispensed by approved equipment, which provides a visible means of checking each dose, and shall
comply with the relevant EN standards. The proposed dosages, the manufacturer's technical
information and the results of trial mixes shall be submitted to the Engineer before approval is given.
When more than one admixture is to be used in a concrete, the compatibility of the various admixtures
shall have been ascertained by standard tests and certified by the manufacturer(s). No admixture
containing chloride or nitrate shall be used.
C.2.8 Total Chloride and Sulphate Contents
The total acid soluble chloride content of the concrete mix shall be determined in accordance with EN
12350. Chlorides from all sources shall be included.
For concrete made with sulphate-resistant cement the maximum total acid soluble chloride content
expressed as % of chloride ion by weight of cement shall be 0.200%.
The maximum total acid soluble sulphate content of the concrete mix from whatever source expressed
as % SO3 by weight of cement shall be 4.0.
C.2.9 Reinforcement
Reinforcement shall comply with EN10080. Reinforcement bars shall have strength equal to high yield
steel bars and shall be profiled. The characteristic yield stress shall be at least 550 N/mm2.
The Contractor shall furnish the Engineer with copies of the manufacturer's certificates of tests for the
steel reinforcement to be supplied. If required by the Engineer, the Contractor shall submit samples to,
and obtain test certificates from, a recognized testing laboratory approved by the Engineer. All
reinforcement shall be clean and free from pit corrosion, loose rust, mill scale, paint, oil, grease,
adhering earth, or any other material that may impair the bond between the concrete and the
reinforcement or that which may cause corrosion of the reinforcement or may be detrimental to the
quality of the concrete.
C.2.10 Liquid Membrane - Curing Compound
Liquid membrane - curing compound shall comply with ASTM C 309 or equivalent, Type 1, unless
another type is accepted by the Engineer.
Water stops shall be used in all construction joints. Web thickness shall not be less than 5 mm. Water
stops shall be either rubber or polyvinyl chloride (PVC).
Spacers shall be made of concrete of same grade as the structure, for which they are to be used.
C.3. Requirements / Workmanship
C.3.1 Formwork for Design and Construction
Formwork for concrete shall be rigidly constructed of approved materials and shall be true to the shape
and dimensions. Formwork shall be constructed of material or lined with materials as may be necessary
to achieve the finishes specified in this section. The formwork design shall be submitted to the Engineer
for approval before construction commences.
All material brought on the site as forms, struts or braces shall be new materials.
Faces in contact with concrete shall be free from adhering grout, projecting nails, splits, or other defects.
Joints shall be sufficiently tight to prevent the leakage of cement grout and to avoid the formation of
fins or other blemishes. Faulty joints shall be caulked. 20 mm by 20 mm chamfers shall be formed on the
external corners of concrete members, unless otherwise specified. Internal corners shall similarly be
provided with 20 mm fillets.
Formworks for exposed surfaces shall be laid out in a regular and uniform pattern with the long
dimension of panels vertical and all joints aligned.
If openings of the formwork for the escape of water used for washing out are made, they shall be
55
formed so that they can be conveniently closed before placing the concrete. Connections shall be
constructed to permit easy removal of the formwork and shall be strong enough to retain the correct
shape during consolidation of the concrete.
Metal ties or anchors within the form shall be so constructed as to permit their removal to a depth of at
least 50 mm from the face without injury to the concrete. All fittings for metal ties shall be of such
design that upon their removal the cavities which are left will be of the smallest possible size. Spreader
cones or ties shall not exceed 25 mm diameter. The cavities shall be filled with cement mortar and the
surface left sound, smooth, even and uniform in color. Formwork shall be true to line and braced and
strutted to prevent deformation under the weight and pressure of the unset concrete, constructional
loads, wind, and other forces. Beams spanning more than 3 meters shall have an upward camber of 1½
mm per m of span. Concrete shall normally not be placed in lifts deeper than 3 m. For lifts higher than 3
m openings for placing the concrete shall be provided in order to avoid segregation of the concrete.
Approved mould oil or other material shall be applied to faces of formwork to prevent adherence of the
concrete. Such coatings shall be insoluble in water, non-staining, and non-injurious to the concrete.
Liquids that retard the setting of concrete shall be used only when approved. Mould oil, retarding liquid,
and similar coatings shall be kept from contact with the reinforcement or previously cast concrete.
Before any concrete is placed, forms shall be properly cleaned by washing out with water and/or air
under pressure to remove sawdust, shavings, metal and other foreign matter. All water shall then be
drained and mopped out from the formwork. In no case shall concrete be placed in the forms until such
forms have been approved by the Engineer. Such approval shall not relieve the Contractor of his
responsibility for the formwork.
Details of any fixtures to be cast into the concrete shall be to the approval of the Engineer. No fixtures
shall be attached to the concrete by shot-firing without prior permission of the Engineer.
Notwithstanding any such authorization, the Contractor shall take full responsibility for any damage
caused to the structure and make good to the satisfaction of the Engineer.
C.3.2 Removal of Formwork
Formwork shall be removed by gradual easing without jarring. Before removal of the formwork the
concrete shall be examined and removal shall proceed only in the presence of a competent supervisor
and only if the concrete has attained sufficient strength to support its own weight and any load likely to
be imposed upon it.
The following striking time given in maturity days are the absolute minimum that will be permitted:
 Soffits 14 days
 Sides 4 days
Loads shall not be placed on concrete before the following periods after casting:
 Columns, walls, beams, slabs, etc. 14 days
 Foundations 10 days
The Contractor shall record the date upon which the concrete is placed in each part of the work, and the
date on which the formwork is removed from there. The assessment of the period elapsing between
placing the concrete and removing the formwork and consequences arising there from shall be entirely
the Contractor's responsibility.
C.4. Reinforcement
C.4.1 General
The Contractor shall ensure that all reinforcement is checked by a competent person. The Contractor
shall notify the Engineer well in advance about portions of reinforcement work ready for inspection and
shall keep a detailed record of the planning and control of the reinforcement work.
56
C.4.2 Storage of Reinforcement
Reinforcement shall be stored on properly constructed racks at least 150 mm above ground level. The
storage, cutting and bending of steel reinforcement shall be carried out under cover on an approved,
free draining concrete platform. The method of storing shall be such as to prevent contamination or
damage by weather or accident. Steel shall be protected from humidity when stored.
C.4.3 Handling of Reinforcement
Sheets of mesh fabric shall be flat unless specified as bent and any tendency to curve or twist shall be
corrected by the Contractor before fixing. Mesh fabric shall not be supplied in rolls.
C.4.4 Cutting and Bending
Dirt, rust, concrete, scale, paint, oil, grease, salts, etc. shall be removed from the reinforcement by sand
blasting. Reinforcement shall be bent when cold by hand or by using an approved hand or power
operated bending machine. When bending, the reinforcement should be subjected to a constant even
load and not an impact load.
Welding of reinforcement will only be allowed with the specific written permission of the Engineer. Bars
incorrectly bent shall be used only if the means used for straightening and re-bending be such as not to
damage the steel. No reinforcement shall be bent when in position in the works without approval,
whether or not it is partially embedded in hardened concrete. Bending dimensions shall be in
accordance with TS 500.
C.4.5 Fixing Reinforcement
Bars in contact shall be firmly secured to each other with approved binding wire or proprietary clips of a
type approved by the Engineer. Binding wire shall be 16-18 gauge soft iron wire free from rust or other
contaminants. The reinforcement shall be fixed accurately in position so that the reinforcement is in the
correct position in relation to the formwork to give the specified concrete cover. The reinforcement
shall be securely fixed in position so that it will not be displaced during the passage of the Contractor's
traffic, the placing and compaction of the concrete or any related operations.
The correct cover shall be maintained by the use of plastic spacers or other approved means. If
approved for use, concrete spacing blocks shall be machine pressed, or, if manufactured on site, shall be
made from a mix of one part cement and two parts of sand. Site manufactured blocks shall be well
compacted and water cured for a minimum of 7 days after casting and shall have a 10 minute
absorption of less than 3.2% by weight.
Concrete spacers shall be comparable in strength, durability and appearance to the surrounding
concrete. Any wire cast into the spacer blocks shall be positioned well away from the exposed surface
and shall be galvanized. Spacers fixed to parallel reinforcement bars shall not be located in a line across
a section. Timber, stone or metal spacers shall not be used. The top reinforcement in slabs shall be
rigidly supported by mild steel chairs from the bottom reinforcement.
Plastic coated or galvanized steel chairs shall be used where in contact with exposed concrete surfaces.
Chair spacing shall be at maximum 1.50 m centers in both directions.
Starter bars to walls shall be securely fixed to the reinforcement in the parent concrete and accurately
located to maintain the specified cover. Reinforcement embedded in hardened concrete shall not be
bent. Reinforcement cages assembled before fixing shall be protected against the weather and shall be
stored and transported carefully so that no distortion or contamination may occur. Concrete shall be
placed within 3 days of fixing reinforcement.
C.4.6 Laps and Joints
Laps are to be staggered in such a manner that maximum one third of the bars are lapped in the same
section, otherwise the lap length shall be increased by 50%.
57
C.4.7 Water stops
When water stops are placed for water tightness the water stops shall be made PVC-type resistant to
chlorides, sulphates, chemicals and the like. The width of the water stops shall be according to the
manufacturers’ specifications.
All water stops shall be made continuous and shall be welded at all connections. Overlap is not allowed.
All joints in water stops shall be made by the manufacturer of the water stop. If a joint ends at another
part of the structure e.g. the connection between a wall and a bottom slab, the water stop should also
be placed at least 30 cm inside the adjacent part of the structure.
Water stops shall be placed in accordance with the manufacturers specifications.
The Contractor shall submit type of water stops including a description of installation of water stops to
the Engineer for his approval at least one month before.
D.
EXCAVATION WORKS
D.1. General Requirements
The Contractor shall submit plan of operation to UNDP’s approval with complete details of the method
of excavation, any necessary site drainage, safety measures, list of equipment and all other items of
interest for the particular work at least 3 working days prior to starting excavation.
The Contractor shall set-out structures as shown on the Drawings, utilized survey points, bench marks
and coordinates given. The Contractor is responsible for the correct setting-out of all structures. Upon
the request by UNDP, any lacking or defective item, shall be corrected by the Contractor without any
payment.
The Contractor is responsible for all necessary safety measures. From the commencement of work until
its final acceptance, the Contractor shall strictly follow safety regulations in order to prevent accidents.
All damage caused by slides occurring during the excavation work will be fixed by the Contractor.
Disposal of material resulting from such damage, as well as any necessary back-filling, will be carried out
by the Contractor.
Special attention shall be paid to the proper bonding of foundation concrete or filling concrete with the
underlying material. Immediately prior to the placing of concrete, the excavated bottom shall be
thoroughly cleaned and all loose or broken material shall be completely removed.
Excavated material which has been approved by UNDP as fill material or as material for re-use shall be
stocked as directed by UNDP.
Excavated materials, that is not suitable or not required for filling or for other use, shall be disposed of in
designated disposal area(s). The Contractor shall trim and regulate the area to stable lines and grades.
Trenching shall be accomplished in accordance with these specifications and as shown on the detail
drawings.
Unless otherwise shown on the plans or directed by the ENGINEER, trenches in which pipes are to be
laid shall be excavated by open cut method to the depths shown on the plans, the cut sheets, or as
specified by the Engineer. In general this shall be interpreted to mean that machine excavation shall not
extend below an elevation permitting the pipe to be bedded as required by Bedding and Backfilling
section.
Care of Surface Material for Reuse - All surface materials that, in the opinion of the ENGINEER, are
suitable for reuse in restoring the surface shall be kept separate from the general excavation material,
as directed by the ENGINEER.
There shall be no extra payment for excavation, no matter what soil types or conditions are
encountered (no extra payment for rock excavation, pumping of groundwater, drainage, bracing and
sheeting etc.). If soil boring information is not included in the bid documents, the CONTRACTOR shall
make his own subsurface investigations as necessary prior to submitting a bid to determine soil and
58
groundwater conditions.
The excavated material that is not suitable for back-fill or the excess excavated material shall be
transported to the stock area which will be shown by the ENGINEER.
D.2. Excavation and Preparation of Trench
D.2.1 Description
The trench shall be dug so that the pipe can be laid to the alignment and depth required, and it shall be
excavated only so far in advance of pipe laying as is necessary to maintain continuous work by the laying
crew through the working day. Open trench ahead of pipe laying shall be kept to a minimum and shall
not be in excess of 10m at the end of the working day or at time of ceasing work due to weather or
other foreseeable causes. The trench shall be so braced and drained that the workmen may work in it
safely and efficiently. It is essential that the discharge of the trench dewatering pumps be conducted to
natural drainage channels or drains. The trench shall be accomplished in accordance with the detail
drawings.
Important Notice: There is a need of manpower according to ENGINEER decision for excavation in this
project. The all expenses about this item shall be at the CONTRACTOR's expense.
D.2.2 Width of Trench
The width of the trench shall be ample to permit the pipe to be laid and joined properly, and the backfill
to be placed and compacted as specified hereinafter. Trenches shall be of such extra width, when
required, as will permit the convenient placing of timber supports, sheeting and bracing, trench boxes,
and handling of specials. Minimum: Outside diameter of the pipe barrel plus 40cm, i.e., 20cm each side
as indicated in the Technical Drawings.
The trench shall be straight and uniform so as to permit laying pipe to lines and grades given by the
ENGINEER. It shall be kept free of water during the laying of the pipe and until the pipeline has been
backfilled. Removal of water shall be at the CONTRACTOR's expense.
D.2.3 Bell Holes
Bell holes shall be provided at each joint to permit the joint to be made properly, and the pipe to be
supported along its full length by the trench bottom. Allowing the pipe to be “bridged” by the bell is not
acceptable.
D.2.4 Pipe Clearance in Rocks
Ledge rock, boulders, and large stones shall be removed to provide a clearance of at least 15cm on all
sides of all pipe, valves, and fittings for pipes 60cm in diameter or less, and 25cm for pipes larger than 60
cm in diameter. The specified minimum clearances are the minimum clear distance that will be
permitted between any part of the pipe and appurtenances being laid and any part, projection, and
point of such rock, boulder, or stone.
D.2.5 Excavation below Grade
Where the trench must be excavated to 15cm below the specified grade, and before the pipe is laid, the
sub grade shall be made by placing bedding as per Bedding and Backfilling section. The layers shall be
thoroughly tamped as directed by the ENGINEER so as to provide a uniform and continuous bearing and
support for the pipe at every point between pipe bells. Unauthorized excavation below the trench
bottom shall be filled with compacted crushed stone or crushed gravel at no cost to the UNDP.
D.2.6 Excavation in Poor Soil and Refilling to Grade
In wet, yielding mucky locations or other locations where the bottom of the trench at sub grade is found
to be unstable or to include ashes, cinders, refuse, vegetable or other organic material, or large pieces
59
or fragments of inorganic material that in the judgments of the ENGINEER should be removed, the
CONTRACTOR shall excavate, remove and dispose of such unsuitable material to the width and depth
ordered by the ENGINEER. The excavated unsuitable material shall be replaced with Foundation
Aggregate, to a level that is 30cm below the bottom of the pipe barrel in order to form a suitable
foundation for the pipe bedding material. Before the pipe is laid, granular bedding shall be placed as
specified.
D.2.7 Special Foundation in Poor Soil
Where the bottom of the trench at sub grade is found to consist of material that is unstable to such a
degree that, in the opinion of the ENGINEER, it cannot be removed and replaced with an approved
material thoroughly compacted in place to support the pipe properly, the CONTRACTOR shall construct
a foundation for the pipe.
D.2.8 Sub grade in Rock Trenches
Where excavation is made in rock or boulders and the clearance specified in Paragraph above is
provided; the sub grade shall be made as specified in Paragraph above before the pipe is laid.
D.2.9 Blasting
Blasting for excavation will be permitted only after securing the approval of the ENGINEER and only
when proper precautions are taken for the protection of persons or property. The hours of blasting shall
be fixed by the ENGINEER. Any damage caused by blasting shall be repaired by the CONTRACTOR at his
expense. The CONTRACTOR’S methods of procedure in blasting shall conform to state laws and
municipal ordinances.
D.2.10 Trenching by Hand or Machine
Hand methods for excavation shall be employed in locations shown on the drawings. In other locations
the CONTRACTOR may use trench digging machinery or employ hand methods.
D.2.11 Depth
The trench shall be excavated to a point not less than 15cm or more than 30cm below the barrel of the
pipe. All loose material shall be removed from the trench bottom. No pipe shall be laid directly on rock.
The trench shall be accomplished in accordance with the detail drawings.
The CONTRACTOR shall verify alignment, elevations, and grades prior to proceeding. The CONTRACTOR
will be responsible for any necessary relaying and/or relocating of the pipe if the pipe is laid before
verifying locations and elevations of known potential obstructions.
All the excess excavated material shall be transported to the stock area which will be shown by the
ENGINEER.
D.3. Safety and Utility Provisions
D.3.1 Braced and Sheeted Trenches
Open cut trenches shall be sheeted and braced as required by governing state laws and municipal
ordinances, and as may be necessary to protect life, property, the work, or as ordered by the ENGINEER.
If necessary bracing and sheeting shall be prepared according to DIN 4124, TS 2519.
D.3.2 Piling of Excavated Material
All excavated material shall be piled in a manner that will not endanger the work and that will avoid
obstructing sidewalks and driveways. Hydrants under pressure, valve pit covers, valve boxes, curb stop
boxes, fire and police call boxes, or other utility controls shall be left unobstructed and accessible until
60
during the work. Gutters shall be kept clear or other satisfactory provision made for street drainage, and
natural watercourses shall not be obstructed.
D.3.3 Barricades, Guards and Safety Provisions
To protect persons from injury and to avoid property damage, adequate barricades, construction signs,
torches, red lanterns, and guards as required shall be placed and maintained during the progress of the
construction work and until it is safe for traffic to use the highway.
All material piles, equipment, and pipe that may be obstructions to traffic shall be enclosed by fences or
barricades and shall be protected by proper lights when the visibility is poor. Safety rules and
regulations of local authorities shall be observed.
D.3.4 Structure Protection
Temporary support, adequate protection and maintenance of all underground and surface structures,
drains, and other obstructions encountered in the progress of the work shall be furnished by the
CONTRACTOR at his expense and under the direction of the ENGINEER. Any structures that have been
disturbed shall be restored upon completion of the work.
D.3.5 Protection and Surface Structures
Trees, shrubbery, fences, poles, and all other property and surface structures shall be protected unless
their removal is shown on the drawings or authorized by the ENGINEER. When it is necessary to cut
roots and tree branches, such cutting shall be done under the supervision and direction of the
ENGINEER.
All excavated materials shall be placed a minimum of 60cm back from the edge of the trench.
E.
BEDDING AND BACKFILLING
E.1. General Requirements
Backfilling of pipeline trenches shall be accomplished in accordance with these specifications and as
shown on the detail drawings.
In all cases walking or working on the completed pipelines except as may be necessary in tamping or
backfilling will not be permitted until the trench has been backfilled to a point 30 cm above the top of
the pipe. The filling of the trench and the tamping of the backfill shall be carried on simultaneously on
both sides of the pipe in such a manner that the completed pipeline will not be disturbed and injurious
side pressures do not occur.
Before final acceptance, the CONTRACTOR will be required to level off all trenches or to bring up to
grade. The CONTRACTOR shall also remove from roadways, rights-of-way and/or private property all
excess earth or other materials resulting from construction.
In the event that pavement is not placed immediately following trench backfilling in streets and
highways, the CONTRACTOR shall be responsible for maintaining the trench surface in a level condition
at proper pavement grade at all times.
E.2. Bedding and Backfilling
E.2.1 Bedding Material:
All bedding material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders,
rocks or stones, or other material that in the opinion of the ENGINEER is unsuitable. No stones or rock
may be placed directly on the pipe. All pipelines and drains shall be protected from lateral displacement
and possible damage resulting from impact or unbalanced loading during backfilling operations by being
adequately bedded. A groove shall be excavated in the bottom of the trench to receive the bottom
quadrant of the pipe. Before preparing the groove, the trench bottom shall be excavated or filled and
61
compacted to an elevation sufficiently above the grade of the pipe so that, when completed, the pipe
will be true to line and grade. Bell holes shall be excavated so that only the barrel of the pipe receives
bearing from the trench bottom.
Pipe bedding materials placed at any point below the mid-point of the pipe shall be deposited and
compacted in layers not to exceed 15cm in uncompacted depth. Deposition and compaction of bedding
materials shall be done simultaneously and uniformly on both sides of the pipe. Compaction shall be
accomplished with hand or mechanical compactors. All bedding materials shall be placed in the trench
with hand tools or other approved method in such a manner that they will be scattered alongside the
pipe and not dropped into the trench in compact masses. Bedding materials shall be free from lumps,
sand or gravel, free from rocks larger than three-inch diameter; with all materials free from roots, sod,
or other organic matter.
In the event trench materials are not satisfactory for pipe bedding, modified bedding will be required.
Modified bedding shall consist of placing compacted granular material on each side of and to the level of
15cm above the top of the pipe. Modified bedding material shall be graded as follows: 100% passing a
one-inch screen and no more than 5% passing a No. 4 sieve.
E.2.2 Special Pipe Bedding (Foundation Aggregate)
In wet, yielding mucky locations where pipe is in danger of sinking below grade or floating out of line or
grade, or where backfill materials are of such a fluid nature that such movements of the pipe might take
place during the placing of the backfill, the pipe must be weighted or secured permanently in place by
such means as will prove effective. When ordered by the ENGINEER, yielding and mucky material in sub
grades shall be removed below ordinary trench depth in order to prepare a proper bed for the pipe.
Foundation Aggregate, where required, shall be installed accordingly.
E.2.3 Bedding Under Pipe and Backfilling Around Pipe:
For pipe up to 40 cm nominal diameters:
Pipe shall generally be bedded on undisturbed ground. From the bottom of the pipe, fittings and
appurtenances to a depth of 15 cm above the top of the pipe, backfill shall be placed and lightly
consolidated by hand or by approved mechanical methods. Backfill material shall be deposited in the
trench for its full width on each side of the pipe, fitting, and appurtenance simultaneously. The
CONTRACTOR shall use special care in placing this portion of the backfill so as to avoid injuring or
moving the pipe. The method of placing and consolidation shall be approved by the ENGINEER.
If, in the opinion of the ENGINEER, the existing trench material is of suitable quality, the pipeline main
may be bedded on and backfilled with existing trench material. However, when, in the opinion of the
ENGINEER, the pipe, fittings, and appurtenances are laid at sub grade in rock or in poor soil in they shall
be bedded by hand or approved mechanical methods from 15cm below the pipe to 30cm above the pipe
with granular material placed in layers of 10cm and compacted by tamping. No separate payment shall
be made for bedding when granular material is used.
E.2.4 Backfilling to Grade:
From 20cm above the pipe to the grade shown on the drawings or specified herein, excavated trench
material containing stones up to 15cm in the greatest dimension may be used as backfill material, unless
otherwise specified. No material shall be used for backfill that contains frozen earth, debris, or earth
with an exceptionally high void content. The CONTRACTOR shall use mechanical equipment to place and
compact the backfill. The backfill material shall be placed in 15cm loose layers and each layer shall be
compacted to not less than 95% of maximum dry density. The moisture content shall be not greater
than 3 percentage points above optimum as determined by relevant Turkish Standards. No compacting
of the backfill with mechanical equipment, such as wheeled vehicles, will be permitted unless sufficient
cover is provided over the pipe to prevent damage to the pipe.
62
E.2.5 Bedding and Backfilling in Freezing Weather:
Bedding and backfilling shall not be done in freezing weather except by permission of the ENGINEER,
and no bedding or backfill shall be made with frozen material. No fill shall be made where the material
already in the trench is frozen.
E.2.6 Granular Material Bedding and/or Backfill:
All granular material used for bedding or backfill shall conform to the following specifications. Granular
material shall be gravel, crushed gravel, or crushed stone meeting the following grading requirements:
Sieve Total
Percent Passing
2 1/2
100
1 inch
70-100
No. 4 (3/16)
25-100
No. 40
10-50
No. 200
5-15
The fraction passing a No. 40 sieve shall have a liquid limit not greater than 30 and a plasticity index not
greater than 6.
E.2.7 Granular Material Backfill:
Granular material shall consist of a reasonably clean pit run or bank run sand or gravel free from
excessive silt, clay, or clay balls Full-depth granular backfill shall be placed where excavated trench
material is unsatisfactory for backfill, where the roadside edge of the trench is less than 150cm from the
edge of pavement, or where otherwise directed by the ENGINEER, and shall be in accordance with
relevant specifications. Material used for backfilling shall be placed immediately after placing bedding
around pipe unless otherwise ordered by the ENGINEER.
E.2.8 Settlement of Trenches:
The CONTRACTOR shall be responsible for any trench settlement that occurs within one year from the
time of final acceptance of the work. If paving or other restoration shall require replacement because of
trench settlement within this time, it shall be replaced by the CONTRACTOR at no extra cost to UNDP.
F.
ALL STRUCTURES
Structures shall be constructed in the locations and to the dimensions as shown on the drawings. Precast units shall be TS 3830, TS5434 assembled accurately with full-bed mortar joints. Pre-cast units shall
confirm DIN 4032, TS 3440, TS 809, TS 3830, and TS5434 Standards. The bottom section shall be formed
to accept the pipe sizes and configurations as shown on the plans. The bottom section shall be
supported by a cast-in place base that extends from the molded shelf to a minimum of 10 cm below the
bottom of the base section suitable for Pos No: 16.001.
Unless otherwise shown on the drawings, the pipe shall be laid continuously through the location of the
structures. After the structure has been constructed, the open channel shall be formed by cutting the
pipe and removing the top half. If the open channel cannot be formed in this manner, it shall be formed
of concrete with the depth equal to the diameter of the pipe.
When completed, the top of the all structures cover shall be accurately brought to the elevation called
for on the drawings, or if no elevation is indicated, it shall be brought flush with the surface of the
surrounding ground or pavement.
G.
STEEL CONSTRUCTION
Unless otherwise stated in the drawings, steel construction shall be done according to Turkish Structural
Steel Association’s Specification for Structural Steel Works. (Türk Yapısal Çelik Derneği Yapı Çeliği İşleri
Teknik Şartnamesi)
63
H.
ELECTRICITY WORKS
Principles of the Ministry of Environment and Urbanization-TEDAŞ Technical Specifications and unit
prices descriptions will be followed.
Determination of the power supply point and any project approval processes will be carried out by the
Contractor in the name of the Administration without requesting any costs.
The work includes the establishment of lighting and socket installations, power installation, low current
installation and an installation with special items.
All electrical material to be used in the electrical installation must be of best quality and comply with the
standard, project, exploration and technical specifications.
All materials will become final with the control and approval of the Administration.
Material must be manufactured according to the latest technology of the companies and mustn't be
material, which has been removed from production. To order a sufficient amount of the material in time
is the responsibility of the contractor.
To be manufactured material must be delivered to the administration in detail and with pictures and
only after approval the production process may begin. Responsibilities that may arise because of delay
belong to the contractor. The contractor cannot claim any rights because of the delay of the
construction.
All quality, warranty and standard documents of the materials, which is going to be used, must be
delivered to the administration.
If the engineer wants to test any system during the course of construction, the contractor must provide
all utensils and must meet all expenses for the control or if necessary for the control with the related
institutions.
The contractor will prepare the usage, maintenance and operating instructions in Turkish and English, if
available, and connection schemes for all systems that are going to manufactured and installed and give
it to the administration. Upon the request of the administration, necessary and sufficient training for the
devices and operation will be given for free to personnel that has been determined by the
administration.
Even if it isn't specified in the relevant sections of the technical specifications the contractor must give
all warranty documents of all systems to the contractor as of the date of provisional acceptance for the
start of the warranty.
The power supply cable of the facility will be connected at the point, which is shown by the relevant
institution. All manufacturing expenses required for this job is included in the contract price. No
additional the cost will be paid for these operations.
64
Processes such as making the necessary project drawings for the electrical subscription, having it
approved by the relevant authority and having the facility approved to the relevant authority will be
carried out by the Contractor. The Contractor will make the subscription for the facility, which is going to
be established, make it ready for the subscription and deliver it to the Administration. All expenses
required for this are included in the contract price. No additional the cost will be paid for these
operations. Security deposits will be paid by the Administration.
I.
MECHANICAL WORKS
I.1. Brand Approvals: Contractor earlier than the material provision in accordance with the directive upon
the event of absence in the directives according to unit price tariffs for the determined brands shall
present the introduction data, plant drawings, schemes, capacity, type, performance and characteristic
curve including catalogue with the quality documents as depicted at the directives and/or as depicted at
the BBBF tariffs to the approval of the administration. Entire plant materials and plants brand selection
and catalogue recognitions unless completed by the management no manufacturing facility may be
commenced. As the sub-sections of an entire system employed items firm selection unless interrupting
the business schedules shall be allowed at once. When two or more spare parts of the same class plant is
desired these components shall be the products of a single producer (for example, split air-conditioning,
valve, sanitary ware, armatures etc)
I.2. Products: Material and equipment shall be new and shall be updated model of the producer and shall
encompass the entire properties desired. Material and equipment shall be extra and 1. Quality and that
case shall be proved based on the document provided from the producer firm. Material and equipment
shall be standard product of a reputable firm dealing with production or composition. When two or more
unit component of the same equipment is requested these components shall be the product of a single
producer (for example; circulation pumps-hydrophones, split air conditioning-VRF units, valves etc ) but
complementary components belong to these components by no means shall be liable to be originated
from the same producer. Over the entire material and equipment (material or equipment) producer,
pressure class, capacity likewise definitive information containing labels shall be attached. During the
transport or production any damages material or equipment shall be replaced with substituted
alternatives.
I.3. Adjustment of the Projects into the Field: Contractor searching out to see the entire details of
business and business conditions visiting the plants shall examine the entire measurements on the site
and when an amendment is emerged with no business affair shall notify the controller. Contractor in the
field of project adjustment into the field shall enable the compatibility of the architectural, mechanical
and electricity projects and operations, statically applications which potential to impact the building
statically such as breaking and boring and shaking the aesthetical image applications shall be liable to have
been prohibited.
65
I.4. Tubing : Tubes shall be constructed in a neat and pure form over the certain phases Ministry of Public
Works Construction Affairs Plant Technical Directives associated pressure test shall be proceeded and
completed. Column tubes (radiator plant excluded) shall be concealed if fails to pass along the shafts.
Tubing shall be in parallel with walls or construction elements.
During the construction of concrete elements over the building required reservation holes shall be
assigned. If project amendment is executed hole compositions shall be made up by drilling cores.
I.5. Protection of Production and Availability of Interferences: Constructed production, assembly,
equipment and apparatus shall be kept clean and well organized. About the proceeding of the entire pant
related maintenance and interference availabilities shall be facilitated. Over the certain sections service
and component replacement facilitating affairs, for equipment care related interferences valves shall be
inserted. During the assemblies all equipment shall be situated in well organized form and shall be suited
over the convenient fixed status.
I.6. Device bases: Based on recognition of the controller over the based accepted by the producer firm
device assemblies shall be actualized.
I.7. Compatibility With The Laws and Directives : Contractor shall keep up with the latest rules and last
laws and provisions of entire authorization authorities. Production functional efficiency and professional
liabilities shall be left to the private responsibility of the Contractor.
I.8. Examination, Inspection and Tests: Until the publication of Temporary Approval Authentication
document prospective tests and during the inclusion into the operation applied electricity, gas and water
shall be allocated by the Contractor. That also encompasses water filling for the initial operation of the
equipment etc.,.
I.9. General Standards: Manufacture’s detailed design and construction applied standards practical rules
and similar issues shall be as identified and defined as per related section of the directive or as per Ministry
of Public Affairs Unit Price Tariffs.
I.10. Training : During the temporary acceptance efforts to the operator personnel system included
devices and operations associated training shall be allocated. Additionally, for the devices filing the
instruction of use in 2 sets shall be returned to temporary acceptance team.
I.11. Sanitary Piping
I.11.1 General: General settlement of the sanitary installation shall be as per identified on the drawings.
In that section, defined devices, materials and settlements in accordance with that directive shall be
provided allowing a complete and operating system in full and exact form shall be maintained. Each plant
and apparatus required examination plates, anchorages and communication elements shall be in
complete form. Flush mounted detection plaques shall be in fixed form and shall possess a surface
66
resistant to corrosion. Contractor shall attentively review the drawings and with no strong replacement
shall be in charge of preservation of the materials and equipment applicable assemblies as identified.
Contractor shall be liable of province network water and canalization contact.
Sanitary Plants is depicted on general settlement organizations. But, owing to business place conditions
over the places requiring different applications Contractor composing drawings encompassing these
changes shall present at the approval of the administration.
Under the content of that tender allowed and planted entire equipment, settlement and apparatus shall
be in EXTRA quality and that status by the Contractor shall be proved based on a document provided from
the producer firm. Mentioned materials shall be standard product of a reputable producer dealing with
the construction and production of apparatus and equipment.
I.11.2 Under-counter and over the counter washbasin:
a) Wash basin: Over the sections defined at the projects as per BBBF tariffs according to 071.108 pose
Hilton Type wash basins shall be inserted.
b) Washbasin Battery: In accordance with BBBF tariffs as per the pose of 089.922 single water entry
photocell washbasin battery shall be inserted.
c) Wash basin Flush: As per BBBF tariffs in convenience with 089.701 pose and applicable with TS-EN 2741-2-3 plastic hand basin rice flush form shall be implemented.
I.11.3. Pan Closet and Plantation :
a) Pan Closet: In BBBF tariffs as per 075.103 pose and in the form of circumferential washing form. .
b) Bidet nozzle: As per BBBF tariffs applicable with 089.112 pose short basin (bidet nozzle) shall be used.
I.11.4 Pan Closet Plantation: In pursuant to BBBF tariffs pose 079.100 shall be preserved.
a) Shower Assembly:
b) Shower Plant : In BBBF tariffs as per 089.606 pose EXTRA class double command wall exit type 90ºC
rotating ceramic seal design shall be realized and three functions hand shower combined delivery shall be
allocated.
c) Tiling Soap Dish: Over the shower locations in accordance with BBBF tariffs as per 090.102 pose tiling
and soap dish (bar form) shall be designed.
I.11.5 Paper holder: Pan closet and European Style WCs shall be associated with chromage paper holder
as per BBBF tariffs pose 094.100.
I.11.6 Floor Filter: Along the counter box segments Q70 exit rigid plastic body, grill rice chromage, in 10 x
10 cm dimensions plastic Q100 exit filter shall be applied.
I.11.7 Water Counters: As identified on the project in the relevant dimensions as per BBBF tariffs according
to 103.100 pose counters shall be installed.
I.11.8 Electrical water heaters: In the project associated capacity as per BBBF tariffs according to 117.300
pose electricity water counters shall be used.
I.12. Common Installation
67
I.12.1. General: That section generally encompasses tubes and valves which are applied in mechanical
plants.
Over the tubes guides and dimensional replacements are going to be made up by joint components.
Threaded valves shall be equipped with sleeves.
I.12.2. Composite Tubes (PP-R-GF) : Reservoirs/spherical head discharges over the flash mounted and
WC segments from the ceiling floor and in the shaft shall be implemented over the entire purified warmcool water lines. PPRC tubes as an attachment as per properties depicted in BBF tariffs in 204.3100 pose
of Ministry of Environment and Province shall be composed by three stratifications, mid layer glass blunt
reinforced polypropylene random whereas external and internal layers composed by Polypropylene
Random Copolymer (PP-R) material composed, long lasting with infinitesimal enlargement coefficient, not
requiring shaving during the welding operation, resistant to freezing in cool weather, not leading to
alterations in water’s color, taste and odor, not leading to swelter and amplification. Composite tube wall
fixation associated required sensitivity shall be kept, over the every 1 m fixation associated with a clamp.
Principally, before battery, washbasin connection fixation shall be reinforced.
I.12.3. Polypropylene Plastic Contaminated Water Tubes: Over the contaminated water installation as
per BBBF tariffs in pursuant to 204.410 pose PP Plastic contaminated water pipes and installation
materials shall be used.
I.12.4 Purified Water Valves: Over the entire pure water lines over the sections on the basis of the project
and in diameters out of BBBF tariffs according to 210.620 pose rice spherical valves shall be implemented.
I.12.5 HDPE Koruge Pure Water Tubes: Out of the building underground pure water lines shall be
implemented.
I.12.6 Repulsion Valve: Over the radiator and Installation line over the segments depicted on the project
and dimensions projected as per BBBF tariffs poses 228.600 PN16 pressure body rice and inner accessory
complete stainless steel disco type repulsion valve shall be applied. Over the exits of contaminated water
column installations (in the manhole) contaminated water check valve shall be used.
I.12.7 Impurity Holders: Over the locations identified at the project and in diameters for application along
the pure water lines as per BBBF tariffs 221.100 pose press cast valve type, over the radiator installation
as per BBBF tariffs 221.200 pose PN16, body is peak cast, threaded in the range of
½” – 1” and over
1 ¼” valve over the surface flange contamination holder shall be applied.
68
SECTION 4.2 Technical Specifications for Special Construction Items
A. Special Architectural Items Technical Specifications
A.1 OZEL-01 Composite siding
Work Description
Apparent surface 1000x3000x3mm and bottom sizes of porcelain tile, the back surface of the fiber
mesh, laminated with a special epoxy resin and then horizontally at the top and bottom (and the middle
part if necessary) special section hanger profiles fixed with polyurethane adhesive is a ceramic
composite facade panels.
Front Layer: 1000x3000x3 mm porcelain plates and lower dimensions, special sizes used in other cutting
necessary.
Back Layer: Fiberglass film
Adhesive: Special epoxy resin should be anodized aluminum profiles Hanger.
Quality and Standards to Be Observed
The Contractor shall submit all materials and manufacturing details to the Employer for approval. The
materials to be used will be chosen among the Manufacturer’s recommended range of colors and patterns
by the Employer. Also the Contractor shall prepare the samples displaying the methods and quality of the
works to be done before the commencement of the work and shall receive the approval of the Employer.
If required by the Employer, the Contractor shall make the samples displaying the methods and quality of
the works to be done.
Wear resistance of the quartz-corundum aggregate gray surface hardening dust: < 3,2 cm3/ 50 cm2 (TS
699, DIN 25108)and as per TS EN 13501-1:2007 the fire reaction class should be A1.
Carrier construction
For L anchorages, vertical bearer T profiles and horizontal carrier brackets and fasteners should form the
structures of the system.
Construction of the size of the carrier to create profiles and fittings will be made by the manufacturer to
be determined as a result of detailed static calculation and the details will be submitted to the
administration before moving to production. static strength calculation and verification of TS 498 and
DIN 1055 must be taken into account.
Shipping and Storage Conditions of the Materials
All shipping and storage conditions stipulated by the manufacturer shall be observed.
Principles of Protection
All construction work points will be cleaned off the debris and washed. Construction wastes will be
collected at one point and carried out of the construction site. During the application, behaviors to
damage the previous and next construction works will be avoided.
Measurement
Measurement will be made on the basis of architectural project in m².
69
Occupational Health and Safety
All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully
fulfilled.
A.2 OZEL-02 Preparation Of Parapets Using Galvanized Shaped Tube
Work Description
Procurement, transportation, storage of the materials required for the “Preparation of Parapets Using
Galvanized Shaped Tubes” as shown in the architectural projects, providing the appropriate equipments,
erecting and demounting of the scaffolds when required, preparation of all kinds of parapets in
accordance with the principles set forth in the project, all kinds of workmanship and cleaning works and
safeguarding until the delivery.
Quality and Standards to Be Observed
The Contractor shall submit all materials and manufacturing details to the Employer for approval. The
materials to be used will be chosen among the Manufacturer’s recommended range of colors and patterns
by the Employer. Also the Contractor shall prepare the samples displaying the methods and quality of the
works to be done before the commencement of the work and shall receive the approval of the Employer.
If required by the Employer, the Contractor shall make the samples displaying the methods and quality of
the works to be done.
Profiles which are produced in accordance with TS EN 10207-1, ISO 65, ASTM A- 53, TS EN 10255 standards
and galvanized in accordance with TS 914, TS EN 10240, EN ISO 1461 (BS 729), ASTM A-53, A-90, NFA 49700, UNI 5745 standard will be used. Riffles will be opened according to ISO 7/1, ANSI B.1.20.1, and TS
EN 10255 standard.
Principles of Application
As shown in the architectural project, galvanized shaped tube parapets will be used as follows:
to form paddock areas,
on the sides of the graded floors,
on the sides of ramps,
on the stair sides,
on the side of loading platform
Handrails will be made of Ø70 S:3.65 galvanized tube, parapets of Ø42 S:1.66 galvanized tube and pillars
will be made of Ø50 S:3.65 galvanized tube.
Pillars will be anchored with 20x20x2 plate on the leveling concrete by at least 2 points. Chemical anchor
will be used for anchoring. The length of the pillars will be determined according to the leveling elevation
incline. On average, the pillars will be placed on every 250 cm.
Upper handrail section will be connected to the survey elevation in such a manner that it will be 135 cm
higher than the reinforced concrete floor.
Joins will be degraded with riffles.
Parapet tubes will pass through the axles which are 45cm+90cm below the handrail axle.
Before the installation of the parapets, application should be made with alignment and paint should not
be used.
70
During the installation, attention will be paid to prevent the damage to the galvanized layer and galvanized
paint will be used for the repair of the damaged areas.
Shipping and Storage Conditions of the Materials
All shipping and storage conditions stipulated by the manufacturer shall be observed.
Principles of Protection
Maximum care will be given to prevent damage on the galvanized coating.
All construction work points will be cleaned off the debris and washed.
Construction wastes will be collected at one point and carried out of the construction site.
During the application, behaviors to damage the previous and next construction works will be
avoided.
Measurement
Calculated in per/m using the project dimensions.
Occupational Health and Safety
All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully
fulfilled.
A.3 OZEL-03 Manufacturing and Installation of Paddock Doors
Work Description
Procurement, transportation, storage of the materials required for the “Manufacturing and Installation of
Paddock Doors Using Galvanized Shaped Tubes” as shown in the architectural projects, providing the
appropriate equipments, erecting and demounting of the scaffolds when required, manufacturing in
accordance with the principles set forth in the project, all kinds of workmanship and cleaning works and
safeguarding until the delivery.
Quality and Standards to Be Observed
The Contractor shall submit all materials and manufacturing details to the Employer for approval. The
materials to be used will be chosen among the Manufacturer’s recommended range of colors and patterns
by the Employer. Also the Contractor shall prepare the samples displaying the methods and quality of the
works to be done before the commencement of the work and shall receive the approval of the Employer.
If required by the Employer, the Contractor shall make the samples displaying the methods and quality of
the works to be done.
Profiles which are produced in accordance with TS EN 10207-1, ISO 65, ASTM A- 53, TS EN 10255 standards
and galvanized in accordance with TS 914, TS EN 10240, EN ISO 1461 (BS 729), ASTM A-53, A-90, NFA 49700, UNI 5745 standard will be used. Riffles will be opened according to ISO 7/1, ANSI B.1.20.1, and TS
EN 10255 standard.
Principles of Application
Door wing frame will be made of Ø50 S:3.65 galvanized tube.
There will be Ø 25 S:1.66 seven pillars which are placed inside the frame at equal intervals.
Door wing will be 95cm wide and 232cm high.
Door wing will be connected to the existing paddock parapets with 2 pivot hinges. Hinges will be
galvanized. The door will be closed with 2 hooks. Hooks will be galvanized.
71
Hinges and hooks will have the sufficient strength to carry the door loads.
Shipping and Storage Conditions of the Materials
All shipping and storage conditions stipulated by the manufacturer shall be observed.
Principles of Protection
Maximum care will be given to prevent damage on the galvanized coating.
All construction work points will be cleaned off the debris and washed.
Construction wastes will be collected at one point and carried out of the construction site.
During the application, behaviors to damage the previous and next construction works will be
avoided.
Measurement
It is calculated as the number of doors
Occupational Health and Safety
All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully
fulfilled.
A.4. OZEL-04 Manufacturing and Installation of Ramp Doors
Work Description
Procurement, transportation, storage of the materials required for the “Manufacturing and Installation of
Paddock Doors Using Galvanized Shaped Tubes” as shown in the architectural projects, providing the
appropriate equipments, erecting and demounting of the scaffolds when required, manufacturing in
accordance with the principles set forth in the project, all kinds of workmanship and cleaning works and
safeguarding until the delivery.
Quality and Standards to Be Observed
The Contractor shall submit all materials and manufacturing details to the Employer for approval. The
materials to be used will be chosen among the Manufacturer’s recommended range of colors and patterns
by the Employer. Also the Contractor shall prepare the samples displaying the methods and quality of the
works to be done before the commencement of the work and shall receive the approval of the Employer.
If required by the Employer, the Contractor shall make the samples displaying the methods and quality of
the works to be done.
Profiles which are produced in accordance with TS EN 10207-1, ISO 65, ASTM A- 53, TS EN 10255 standards
and galvanized in accordance with TS 914, TS EN 10240, EN ISO 1461 (BS 729), ASTM A-53, A-90, NFA 49700, UNI 5745 standard will be used. Riffles will be opened according to ISO 7/1, ANSI B.1.20.1, and TS
EN 10255 standard.
Principles of Application
Door wing frame will be made of Ø50 S:3.65 galvanized tube.
There will be Ø 25 S:1.66 seven pillars which are placed inside the frame at equal intervals.
Door wing will be 95cm wide and 232cm high.
Door wing will be connected to the existing paddock parapets with 2 pivot hinges. Hinges will be
galvanized. The door will be closed with 2 hooks. Hooks will be galvanized.
72
Hinges and hooks will have the sufficient strength to carry the door loads.
Shipping and Storage Conditions of the Materials
All shipping and storage conditions stipulated by the manufacturer shall be observed.
Principles of Protection
Maximum care will be given to prevent damage on the galvanized coating.
All construction work points will be cleaned off the debris and washed.
Construction wastes will be collected at one point and carried out of the construction site.
During the application, behaviors to damage the previous and next construction works will be
avoided.
Measurement
It is calculated as the number of doors
Occupational Health and Safety
All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully
fulfilled.
A.5. OZEL-05 Made from hollow sections and sheet iron door
Description of Work
50 * 50 * 2 mm box profile and 2mm sheet metal hinge with the coating on the box or modified profile
and cover that opens and closes with the help of hand mechanism according to architectural detail project
Measurement
Architectural project will be calculated in terms of m².
Occupational Health and Safety
All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully
fulfilled.
A.6. OZEL-06 Disinfection Passage Technical Specifications
General Provisions
Two disinfection passages shall be installed and assembled in the points of entry and exit of the Livestock
Market in order to disinfect the vehicles which carry livestock for preventing the spread of epidemic and
infectious animal diseases and controlling and eradicating them.
The disinfection passage will be designed as follows.
The vehicles which will be disinfected are taken into the cabin (tunnel). The unit is operated and the spray
nozzles pulverize the disinfectant to the environment. The disinfectant spreads in the cabin as a smoke
cloud, pervading all over the vehicle. When time, which is set with intermittent relay, is up, disinfection
process is finished.
Technical Requirements
Disinfection Tunnel
Disinfection tunnel shall be 12 meters in length, 4.5 meters in width. Shoulder length shall be 4.5 meters
and the top part shall be R 2950 mm twisted.
73
The profiles that will be used in the tunnel framework (vertical profiles 40X60X3 mm, horizontal ones
40x60x2mm) shall be made of hot dip galvanized coating.
Assembly of tunnel framework shall be made with galvanized connections, without welding so that it
does not corrode in external environmental conditions.
The tunnel framework shall be assembled on concrete ground using epoxy pegs, hot dip galvanized
plates in dimensions of 160x200x10mm and Ø16mm galvanized rods.
The tunnel shall be constructed by the employer in accordance with architectural projects.
The siding of the tunnel framework shall be made of PC plate siding material with a thickness of 6 mm,
light transmittance of (±%5) 80,54, weight of 1250 gr/m², non-combustibility class of B1, K value of
(w/m²*k) 3.6, density of 1.2 gr/cm³ and minimum bending of 1500mm.
Arches with height warning signs shall be placed with a 1,5m of distance from the tunnel entrance so
that the vehicles entering the tunnel do not damage the tunnel (crashing, scrape, etc.). The arches
should be embedded 60cm under the ground and it should have 4,5m of length, 4,5m of height, 90mm
of diameter. It should be made of yellow oven dried metal pipe with 3mm of thickness. Since
disinfection will be made by fogging, waste water and disinfectant will not accumulate and for this
reason, drainage line will not be constructed. PC plates shall be bolted and made of a material which can
remain durable for 10 years except for the exterior impacts and damages.
An antifreeze tank made of 100lt plastic and connected with magnetic level floater shall be in the
disinfection cabin, so that the lines remaining outside will not freeze after disinfection cabin.
Disinfection Automation Cabin
Water tank, dosage pump, antifreeze reservoir, concrete base on which these units will be assembled and
control panel will be placed in a protected structure. (See architectural projects) For the 4m² cabin, the
ground concrete shall be prepared by the employer and its budget estimate shall be made before
assembly as it is specified in item 2.1.5.
In the 4m² cabins, 1600W infrared thermostat control heater shall exist (for protecting mixing tank, pump
motor group and filter group against freezing). Cooling against extreme hot environments will not be
needed.
Pump Motor Group(High Pressure Pump)
One high pressure pump, general features of which are defined, shall exist for each disinfection tunnel.
The pump shall have a capacity of 36lt/min 60 bar, operating pressure of 60 bar, ceramic piston, 5.5KW.
380V, pressure gauge and pressure regulator. The employer shall provide 380V power line and for the
filling of tank, water line in the disinfection automation cabin.
Control Panel
Control panel will have programmable digital timer, motor and pump protective circuit, operating button
assembled to the tunnel framework and shall be suitable for 380V three-phase pumps.
Nozzle and Connector
It will have 0,5 mm of hole diameter, 95º of spray angle, <13μ of average grain diameter, 9/16 24.UNF of
outer dimension, 5 micron polypropylene particle retentive filter for each chemical nozzle. It shall be
cleanable and made of 303 stainless steel, which has chemical resistance. There will be 170 chemical
nozzles in the tunnel and 70 of them will be on the right, 70 of them will be on the left and 30 of them will
be on the top. Spray nozzles will have 9-16 internal thread and the rear connection will connect to the
high pressure hose via the 3/8” brass jet carrier together with 10-24 adapters. The 5 micron polypropylene
particle retentive filter in each nozzle will prevent plugging. The nozzle filters shall be changed two times
in a year.
74
Dosage Pump
It should have a constant flow rate of %0-%20, which can be adjusted with stroke frequency or two-stage
flow rate button according to %0-100 stroke frequency ratio, analogue control, IP 54 protection class, 20
lt/s. The indicators are followed by the device.
High Pressure Hose
To distribute the disinfectant to the nozzles, 1/2” high pressure hose with a minimum length of 5m and
maximum length of 25m, shall exist between the disinfectant tunnel and the cabin. After connecting to
the tunnel 120 m 3/8” high pressure hose shall be used and 50m of it will be on the right, 50m of it will be
on the left and 20m of it will be on the top. It shall be %3 UV supplemented with operating pressure of 70
bar and explosion pressure of 140 bar.
Particle Retentive Filter Group
Filter tank properties; triplet of series connection with10” brass unions, %100 polypropylene cover,
cartridge case with transparent san (San: name of the crystal looking plastic raw material, which is
pressure and fracture resistant), oringi NBR 70 Sh, 8 bars of max. Operating pressure, 35 bar of max.
Explosion pressure, min. 0 Cº and max. 50ºC of operating temperature.
Cartridge properties; %100 polypropylene material, 10” of length, 28 mm of external diameter, 20μ-10μ5μ of micron value, %80 efficiency, 6 bar of operating pressure, 0.8 bar of max. Pressure difference, max.
Operating temperature 80ºC.
Filter group shall be in the automation cabin and between water tank, anti-freeze storage, dosage pump
and high pressure pump.
Water Tank
Water tank will have 500 lt capacity, water inlet, and solenoid valve control and will be made of plastic. A
magnetic level floater shall be connected at the low level and in the outlet; there shall be a spherical valve.
Water tank shall be in the automation cabin and be protected against freezing by thermostat control
infrared heater.
Disinfectant Tank
It shall be made of plastic and have a capacity of 10 lt. The tank shall be connected to the magnetic level
floater at the low level and be at a level, where dosage pump can suck in the disinfection cabin.
Antifreeze Tank
It shall be made of plastic and have a capacity of 100 lt. It shall be connected to the magnetic level floater
at the minimum level and in the outlet there shall be 10”5μ filter. The connection of it to the pump shall
be through a different solenoid valve and in the control panel with one button, which operate with a
different timer. An operating manual related to the whole system will be provided for the employer after
assembly.
Warranty
For two (2) years, the disinfection passage is guaranteed against production and installation defects
related to the whole system.
Other Issues
The equipment regarding to the disinfection passage shall be produced according to catalogued
standards and shall be the latest model.
The equipment in each unit shall be the same.
75
Operating manual and spares catalog shall be given to the employer.
After installation, operation of disinfection passage shall be instructed to the relevant staff and the
disinfection passage shall be delivered whole and complete.
A.7. OZEL-07 Tons Weigh Bridge Technical Specifications
General Provisions
A weigh bridge with a capacity of 60 tons shall be installed in the Livestock Market for weighing the
vehicles which carry livestock. The weigh bridge shall be constituted with nominal capacity and %150 of
excessive load shall be considered. Load cell shall be column type and resistant to lateral loads. It shall be
designed accordingly, so that it shall be weather resistant and long lasting.
Weigh Bridge Equipment
The weigh bridge shall include the equipment below:
Weighbridge Infrastructure and Foundation Project 2 Pieces
Steel platform with 3x8mt 60 ton capacity 1 Piece
Weigh Bridge Indicator (Digital Weighing Terminal) 1 Piece
Load cell 30 tons C3 class stainless steel 6 Pieces
Assembly accessory (load cell) 6 Pieces
Junction Box 1 Piece
Monitor 17’ color 1 Piece
Matrix printer 1Piece
PS/2 Keyboard and Mouse 1 Piece
Weighing Ticket 1000 Pieces
Technical Requirements
Maximum Load
: 40.000kg - 60.000kg
Minimum Load
: 300kg - 400kg
Minimum Divisions : 10kg -20kg
Platform
: Universal Model
Steel Material
: IPE 500mm-NPI 200mm profile,10mm A1Quality Plate
Number of Load Cell
: 4 Pieces C3 Class 30Ton Capacity IP68 Protection Class
Load Cell Apparatus : Prevents brake shock, completely steel
Bridge Connections : Steel Bolt
Welding Technique : Gas Metal Arc Welding
Dye
: Epoxy Undercoat and 2 layers of rapid dye
Monitor
: Colored menu and standard vga monitor, keyboard
Weighing Information
: Data input up to 6 types except for date, clock and plate
Warranty
For 6 years, the weigh bridge platform and for 3 years, the electronic system is guaranteed against
production and installation defects.
Other Issues
The weigh bridge shall be produced according to catalogued standards and shall be the latest model.
Operating manual and spares catalog shall be given to the employer.
After installation, operation of Weigh Bridge shall be instructed to the relevant staff and the weigh bridge
shall be delivered whole and complete.
76
A.8. OZEL-08 Manufacture of Paddock and Paddock Gates made with hot dip galvanized coating
Hot-dip galvanized coating on iron manufacturing in accordance with the TS 914
A.9. OZEL-09 Vapor barrier
Description of Work
Approved in accordance with the detailed design, wooden trowel polished prepared concrete surfaces
thoroughly cleaned and dried case when primer m2 at least 0,400 kg to be made, cold-applied asphalt
emulsion of applying primer after drying based on the torch flame polymer plastron 2 mm thickness
without exacerbating the bituminous membranes fiberglass-reinforced polymer bitumen to cover the
seams of at least 10 cm overlapping glued to the construction site on the horizontal and vertical transport,
and casualties of all kinds of materials, labor, overhead and profit, including contractors,
Material Transport and Storage Conditions
Will comply with all shipping and storage conditions stipulated by the manufacturer.
Principles of Protection
All production points will be washed of construction debris. Debris’ will be collected at one point and then
moved out of the construction site. During this, behaviours that will damage previous and next
productions will be avoided.
Measurement
Architectural project will be calculated in terms of m².
Occupational and Worker Health
Work conditions as suggested by “Occupational Health and Safety Contractor Undertaking” will be
ensured.
A.10. OZEL-10 Carpet floor covering
Description of Work
Existing wood, concrete, screed, mosaic etc. be swept in over the surface, burying entirely of wood, the
nail heads if adhering laying the appropriate textile flooring material 04.4451 fair, combining smooth and
careful seams, all kinds of materials and casualties, work load, horizontal and vertical transport, unloading,
labor, tools and equipment costs, including contractor overhead and profit is the price of 1 m2.
Quality and Standards to be Followed
Contractor will present all materials and necessary manufacturing details to the Engineer for approval.
Color and pattern of the materials used will be selected by the Engineer from the recommended
manufacturers’ product range. Contractor shall also prepare samples showing the methods and quality of
work to be done in order to get Engineer’s approval.
The Contractor, if requested by the Engineer, will prepare samples showing methods of the work to be
done and quality of the materials.
Color of the polycarbonate will be decided by the Engineer.
Material Transport and Storage Conditions
Will comply with all shipping and storage conditions stipulated by the manufacturer.
77
Principles of Protection
All production points will be washed of construction debris. Debris’ will be collected at one point and then
moved out of the construction site. During this, behaviours that will damage previous and next
productions will be avoided.
Measurement
Architectural project will be calculated in terms of m².
Occupational and Worker Health
Work conditions as suggested by “Occupational Health and Safety Contractor Undertaking” will be
ensured.
A.11. OZEL-11 Trap car
Description of Work
used for the cap piercing teeth 18 mm. Of steel in thickness, separating from each other tooth structures
100 mm. It is manufactured from profiles. Closed off is designed to withstand 17 tons axle load. All pieces
baked powder paint was applied to work in the external environment. Drill shaft on which the teeth were
deposited with a 4-point bearing. It is so closed closed flicker on and off, at the same time is a lot more
resistant to high axle loads. There is a mechanical locking arm closed in order to disable
Measurement
It is calculated as the number of trap
Occupational Health and Safety
All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully
fulfilled.
A.12 OZEL-12 Manure pit iron gate
Description of Work
according to architectural detail 70 * 70 * 2 mm box profile struts with Ø43 mm boyanacaktır.dem with
oil paint will work on the preparation of the pipe profile rails between 3 closed box volume.
Measurement
It is calculated as the number of doors
Occupational Health and Safety
All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully
fulfilled.
A.13 OZEL-13 Fire exit
Description of Work
Doors will comply with the 9723 regulations. sheet metal of the wings, will be attached to the core of the
insulation material. All door components to be completely galvanized. Heat resistance will be painted with
enhanced paint. It shall comply with all norms related to fire doors. Total flap thickness will be 60mm in
size. Made of galvanized steel profiles to brackets, wall mounting brackets, on-site will be required fittings
for installation. It will also be used keyhole to lock the emergency lever on the wings. patented keys with
black steel reinforced security doors and outer side of the lever arm lock slot complete with ready-lock
system will panic bar on the inside. One of the hinge spring hinge that allows self-closing, will hinge that
78
allows vertical adjustment ball screw with the other. It will also have hydraulic door closer. Provide the
correct shutdown sequence editor will be closed. reinforcing plates will be put into the door wings.
expanding gaskets placed in accordance with the temperature in the lower edges of the wings and the
frame will be. identification plate on the flanks of the sides must be found.
Quality and Standards to be Followed
Fire Standards: Italian REI 120 of the CNVV / CC of the 9723
Fire resistance: 120 minutes
Door Frame: Corner types of galvanized steel.
Smoke wick: around door frame, smoke bottle wick heat.
Door Wing: 60 mm thick, specially pressed steel box with profile support, rock wool filled steel blades.
Hinges: according to DIN standard, wear-resistant, one of
spring system hinges allowing the door to close.
Door Lock: Yale-type cylinder.
Panic: External handle and cylinder lock KMS type panic bars
Door Handle: Black thermoplastic material coated door handle, door closer
Doors and Exterior Color: projects will be selected by the author
Contractor will present all materials and necessary manufacturing details to the Engineer for approval.
Color and pattern of the materials used will be selected by the Engineer from the recommended
manufacturers’ product range. Contractor shall also prepare samples showing the methods and quality of
work to be done in order to get Engineer’s approval.
The Contractor, if requested by the Engineer, will prepare samples showing methods of the work to be
done and quality of the materials.
Color of the polycarbonate will be decided by the Engineer.
Material Transport and Storage Conditions
Will comply with all shipping and storage conditions stipulated by the manufacturer.
Principles of Protection
All production points will be washed of construction debris. Debris’ will be collected at one point and then
moved out of the construction site. During this, behaviours that will damage previous and next
productions will be avoided.
Measurement
It is calculated as the number of doors
Occupational and Worker Health
Work conditions as suggested by “Occupational Health and Safety Contractor Undertaking” will be
ensured.
OZEL-14 Galvanized coated Waterers
Description of Work
1000 * 400 * 300 mm in 2.5 mm galvanized steel and 50 * 50 * 2mm box profile made of impact-resistant
water bowl.
79
Measurement
It is calculated as the number of
Occupational Health and Safety
All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully
fulfilled.
B. Special Electric Items Technical Specifications
B.1. ÖZEL-ELK-01 2 MP EXTERNAL CAMERA
2MP IP BULLET INT., 1080p@30fps Video Resolution, 1/3” 3.1MP Progressive Scan CMOS, TI DaVinci DSP,
Motorized Zoom Lens 3.0-10.5mm, TRUE WDR, IR distance up to 20m, H.264/MJPEG/MPEG-4, Built-in ICR
Filter for Day/Night switching, Built-in web server, Motion detection, privacy mask and image snapping,
WATERMARK prevent video from tampering, SD, PoE, ONVIF/PSIA, IP66
B.2 ÖZEL-ELK-02 32 ‘’ MONİTOR
Panel Type
LCD Panel
Maximum Resolution
1366x768
Panel Size
Brightness (cd/m2)
Contrast
Visual Angle
(Horizontal/Vertical)
32
450
3000:1 / 20.000:1
178
Pixel Size (Width x Height)
(mm)
NO DATA
Display Area (Vertical x
Horizontal) (mm)
NO DATA
Color Palette
1.07 Billion
Panel Life (hours)
50.000
PAP
N/A
PIP
Multi-display Support
Color Choices
Dimensions
With stand (mm)
N/A
YES (Max. 5x5)
BLACK
803 x 493 x 99
80
Packaging
883 x 578 x 177
PC
YES HD15 / HDMI
Sound
YES
Inputs
Video
Control
Optional Card Inputs
Outputs
YES Component / Composite
YES RS232 / LAN-RJ45
YES
Video
YES HD15
Speaker Left/Right
YES L/R Back of Screen Hidden
Video Signal
External Sound
Sound Power
Control
YES Composite
YES
10W+10W
YES:RS232
B.3 ÖZEL-ELK-01 16 CHANNEL DVR
Compression Format
: H-264
Sound Output
: 1 CHANNEL
Sound Input
Video Out
DVD-RW
Display Modes
Backup Type
Language Option
Protocols
Alarm Input
Alarm Output
Power Input
Operating System
NVR Type
Number of TV - Radio Channels
RECORD PERFORMANCE
Analog Video Output
: N/A
: YES
: YES
: FULL SCREEN
: YES
: YES
: TCP-IP DDNS
: 16 CHANNELS
: 4 CHANNELS
: 220V AC
: EMBEDDED LINUS
: NETWORK RECORDING DEVICES
: 16 CHANNELS
: 64 MBPS
: HDMI
81
Video Compression Format
: H.264
B.4 ÖZEL-ELK-04 1*150W
B.5 ÖZEL-ELK-01 OZ2 1*13W
82
B.6. ÖZEL-ELK-01 SATELLITE
TECHNICAL SPECIFICATIONS
Type
Ofset Angle
Frequency Range
Antenna Gain (Ku-Band)
Material
Paint
Color
Horizontal axis diameter
Vertical axis diameter
LNB holder
F/D
Operating temperature
Optimal wind resistance
Maximum wind resistance
MOUNT
Type
Material
Paint (Optional)
Angle of rotation
Elevation Angle
B.7 ÖZEL-ELK-07 4-6 OUTPUT LNB
SATELLITE
Offset
26.37 °
10.70 - 12.75 GHz
38,9 dB - 39,8dB
Zinc phosphate coated steel sheet
Electrostatic polyester powder coating
Anthracite (RAL-7016)
87 cm
97 cm
40 mm
0.62
-40° + 60°
90 km/H
150 km/H
Type
Galvanized Metal Sheet
Electrostatic polyester powder coating
Anthracite (RAL-7016)
0° - 360°
0° - 90°
83
Quad- 0,1dB
Gold End Connector Output
Frequency:10.7-12.75GHz
Lo:9.75/10.600GHz
4 Universal LNB in one cover
With the use of 4 Receivers this LNB can be used independently with one satellite
Compatible with Full HD broadcasting
F connector rain proof
B.8 ÖZEL-ELK-08 STANDING OUTLET BOX
STANDING INLET BOX WITH THE PANEL MEASUREMENTS 355 x 560 x 135 mm IP 65, INSIDE THE PANEL 3PHASE SOCKETS IP65 PROTECTION CLASS 50 CM ABOVE THE GROUND.(ON GALVANIZED BOX PROFILE
50*50*2mm)
B.9 ÖZEL-ELK-09 PE 100 HDPE 10 ATU PIPE
Product Features
Nominal Diameter
Unit
Purpose of Use
Color
Type of Packaging
Type
Type
Standard
100 mm
Meter
Cable Protection
Black Blue Striped
Coil
Pipe
HDPE
TS 12201-2
B.10. ÖZEL-ELK-10 BARRIER
NON-DECAYING, NON-RUSTING (Barrier and Control Panel, Wireless Safety photocell)
Aesthetic appearance provided with rounded contours and with full aluminum body protected against
rust. Has been harmonized with all kinds of Access control systems with the control panel
microprocessor. 100% continuity with 24V DC motor. Solution for even the most busy places.
Operating Temperature-20min.+70max Barrier Weight 40kg Opening Duration 1,5sn-4.5sn
Protection Class: IP54
4 mt pipe handle, reflector, LED under handle, Handle End Cover
B.11. ÖZEL-ELK-11 I5-4GB RAM 500 GB HDD PC
Product Code125010678
Memory (MB) DDR RAM4 GB
Graphic CardATI R5-220 1 GB DDR3
Warranty Period (years)2 Years
ProcessorIntel Core I5 4590
ChipsetIntel H81 Express Chipset
Ethernet CardATI R5-220 1 GB DDR3
PROCESSOR TYPEIntel Core I5
Processor Speed (GHz)3,30 GHz
84
Operating SystemWindows
BRANDCASPER
Max RAM (GB)16 GB
Hard Disc(GB/RPM)1 TB
Card ReaderYes
B.12. ÖZEL-ELK-12 BARCODE READER
Source of Light
Optical System
Reading Distance
Scanning Width
Scanning Speed
Min. Bar Width
Print Contrast
Scan Angle
Resolution capability
Sound Tone
Indıcators (LED)
Programming Method
Programming Options
PHYSICAL
Length
Width (handle)
Width (head part)
Thickness (handle)
Thickness (head part)
Weight
Connector Type
Case material
Cable
Communication
Communication distance
Communication type
Communication Frequency
Communication power
Keyboard/MouseYes
MODEL4590B
Optical DriverDVD/CD Dual Printer
Processor BrandIntel
MOUSEYes
630 nm visible LED
2048 pixel CCD
0 - 600 mm (Code 39, PCS=%90, 20 mil)
160 mm
450 scan/second
4 mil (0.1 mm) Code 39, PCS 90% (during contact)
Min. 30%
Front:60° ,Back: 60° ,Side: 75°
Standard all 1D Barcodes (including GS1)
7 tone beep sound or mute
Green and Red Led
(2 LED in the Cradle unit)
Enabled by build-in flash memory
Barcode Type choice
control character selection
resolution selection
example or latest addition transmission selection
Reading confirmation sound selection
Trigger selection
Keyboard language selection
Seri port settings (ACK/NAK, Xon/Xoff, RTS/CTS, good
read LED control, start/ stop bits) Wireless selection
(special cordless transmission character settings for
8520)
164 mm
30 mm
40 mm
56 mm
35 mm
250 gram (including batteries)
RJ-45 jack input
ABS plastic
2 m flat cable
Max. 100 meter
Type: GFSK Modulation
2.4~2.483 GHZ
100 mw (Adaptive Frequency System)
85
Electrical
Input Voltage
Power
Current
EMC
Environmental Features
Operating Temperature
Storage Temperature
Humidity
Light Level
Impact resistance
Industrial standard
Warranty
5VDC +- 0.25V
operation: 900 mW
waiting: 150 mW
operation: 225 mA @4.2VDC
waiting: 32 mA @4.2VDC
UL, FCC, CE, BSMI, NCC
0 °C ~ 50 °C
-20 °C ~ 70 °C
%10 ~ %90 (noncondensing)
Max. 70.000 Lux
1.5 meter
IP42
Operational 2 years warranty
B.13. ÖZEL-ELK-13
Speed dome colored 1/4'' camera, 470 TVL, including montage accessories
B.14. ÖZEL-ELK-14
Speed dome control panel
B.15. ÖZEL-ELK-15
8 channels full duplex multiplexer
B.16. ÖZEL-ELK-16
21'' colored monıtor. 700 TVL
C. Mechanic Items Technical Specifications
C.1. ÖZEL.MEK.01 Liquid soap machine
Built-in bench
Capacity 0,5 lt
C.2. ÖZEL.MEK.02
Ø25 polyethylene pipes (PE100)
C.1. ÖZEL.MEK.03 Warm cool washing machine
PUMP PRESSURE: 20-200 Bar (Adjustable )
WATER VOLUME: 720/900 Lt/S (Adjustable)
PUMP TYPE: Original Italian IDROMECCANICA/BERTOLINI ISO9001 Quality Security, CE
PISTON SYSTEM 3 Piston, Special Alloy, Ceramic (Wearing Course)
MAT SYSTEM: Special Double Team Leak Proof Mat Equipped
PUMP SAFETY SYSTEM : By-Pass System, Pressure Safety Regulator.
SAFETY SYSTEM : Individual Application Controlled (Contacted)
ELECTRICITY INSTALLATION: Pump and Boiler Engine Current and Engine Preserver Relay
86
ELECTRICITY ENGINE VOLTAGE-PHASE: 7,5 Hp/380V - 415V - 3/50 Hz.
PRESSURE HOSE: Double Layers Steel Wire Wrapped - R2
DETERGENT (CHEMICAL) TANK: 5Lt. (Adjustable)
FUEL/FUEL TANK: Diesel Fuel / 15 Lt. Standard - 25 Lt. Optional
FUEL CONSUMPTION: 4-7 Lt./Hour
DIESEL FUEL PUMP: Import pump+Cofi Italian Team Set
IGNITION GROUP: Import pump+Cofi İtalian Team Set
IGNITION : Vertical Type Bougie /Electrode Ignition
POWER TRANSFER: Coupled (Belt and no hoop)
IGNITION CHAMBER : Double Wall Steel Tin
HEATING SYSTEM : Advanced Heater, Double Order Bobbin (streamer) Turbo System
WATER HEAT : 30 / 120 Degree (Thermostat Detected)
STEAM PRESSURE: 30 / 60 Bar
WHEELS: Rear Fixed, Frontal Movable (Locked)
DIMENSIONS: U. 110cm - G. 78cm - Y. 74cm
WEIGHT: 158 Kg.
EXTERNAL CABINET: Long Term, Resistible to Strikes, 3 Folds Polyester
STANDARD ACCESORY: High Pressure Hose, Gun Detergent Adjustment Nozzle.
OPTIONAL: Irrigated Sanding Apparatus, Rotojet (Rotary Impact Nozzle) Channel Jet Nozzle
PUMP PRESSURE: 20-200 Bar (Adjustable)
WATER FLOW: 720/900 Lt/S (Adjustable)
PUMP TYPE: Original Italian IDROMECCANICA/BERTOLINI ISO9001 Quality Assurance, CE
PISTON SYSTEM: 3 Piston, Special Alloys, Ceramics (Wear-Resistant)
SEAL SYSTEM: Special Double Set Sealed
PUMP SECURITY SYSTEM: Pressure Security Regulator with By-Pass System
SECURITY SYSTEM: Individual User Controller (Contacted)
ELECTRICAL EQUIPMENT: Leakage and Motor Protection Relays for Pump and Burner
ELECTRIC MOTOR VOLTAGE-PHASE: 7,5 Hp/380V - 415V - 3/50 Hz.
PRESSURE HOSE: Double Layer Steel Wire Mesh- R2
DETERGENT (CHEMICAL) TANK: 5Lt. (Adjustable)
FUEL/FUEL TANK: Diesel/ 15 Lt. Standard - 25 Lt. Optional
FUEL CONSUMPTION: 4-7 Lt./Hour
DIESEL PUMP: Italpump+Cofi Italian Set
FIRING GROUP: Italpump+Cofi Italian Set
FIRING SYSTEM: Vertical Type Spark/ Electrode Firing
POWER TRANSMISSION: Coupled (without Belt and Pulley)
FIRING ROOM: Double walled Steel-Plate
HEATING SYSTEM: Pre-Heater, Double Row Coil (serpentine) Turbo System
WATER TEMPERATURE: 30 / 120 Degrees (Thermostat Controlled)
VAPOR PRESSURE: 30 / 60 Bar
WHEELS: Back Fixed, Front Moving (Locked)
DIMENSION: L. 110cm - W. 78cm - H. 74cm
WEIGHT: 158 Kg.
OUTER CABIN: Long Lasting, Shock Resistant 3-Layer Polyester
STANDARD ACCESSORIES: High Pressure Hose, Gun, Detergent Adjustment Nozzle
OPTIONAL: Aqueous Blasting Apparatus, Rotojet (Rotating Pulse Nozzle), Channel Jetting Nozzle
87
Section 5: Bid Submission Form1
(This should be written in the Letterhead of the Bidder. Except for indicated
fields, no changes may be made in this template.)
To:
United Nations Development Programme, Turkey
Insert: Location
Insert: Date
Dear Sir/Madam:
We, the undersigned, hereby offer to supply the goods and related services required for
Construction of Livestock Markets within the scope of Ardahan Kars Artvin Development Project;
LOT 1: Rehabilitation of the Livestock Market in Selim District and Construction of
Livestock Market in Sarıkamış District of Kars Province
LOT 2: Rehabilitation of the Livestock Market in Hanak District and Construction of
Livestock Market in Posof District of Ardahan Province
LOT 3: Construction of Livestock Market in Ardanuç District of Artvin province
in accordance with your Invitation to Bid dated June 14, 2016. We are hereby submitting our Bid,
which includes the Technical Bid and Price Schedule.
We hereby declare that:
a) All the information and statements made in this Bid are true and we accept that any
misrepresentation contained in it may lead to our disqualification;
b) We are currently not on the removed or suspended vendor list of the UN or other such lists
of other UN agencies, nor are we associated with, any company or individual appearing on
the 1267/1989 list of the UN Security Council;
c) We have no outstanding bankruptcy or pending litigation or any legal action that could impair
our operation as a going concern; and
d) We do not employ, nor anticipate employing, any person who is or was recently employed by
the UN or UNDP.
We confirm that we have read, understood and hereby fully accept the Schedule of
Requirements and Technical Specifications describing the duties and responsibilities required of
us in this ITB, and the General Terms and Conditions of UNDP’s Standard Contract for this ITB.
No deletion or modification may be made in this form. Any such deletion or modification may lead to
the rejection of the Bid.
1
88
We agree to abide by this Bid for [insert: period of validity as indicated in Data Sheet].
We undertake, if our Bid is accepted, to initiate the supply of goods and provision of
related services not later than the date indicated in the Data Sheet.
We fully understand and recognize that UNDP is not bound to accept this Bid, that we
shall bear all costs associated with its preparation and submission, and that UNDP will in no case
be responsible or liable for those costs, regardless of the conduct or outcome of the evaluation.
We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Contact Details:
[Please mark this letter with your corporate seal, if available]
89
Section 6: Documents Establishing the Eligibility and Qualifications of
the Bidder
Form 1 - Bidder Information Form2
Date: [insert date (as day, month and year] of Bid Submission]
ITB No.: [insert number of bidding process]
Page ________of ________ pages
1. Bidder’s Legal Name [insert Bidder’s legal name]
2. In case of Joint Venture (JV), legal name of each party: [insert legal name of each party in JV]
3. Actual or intended Country/ies of Registration/Operation: [insert actual or intended Country of Registration]
4. Year of Registration in its Location: [insert Bidder’s year of registration]
5. Countries of Operation
6. No. of staff in each Country
7.Years of Operation in each Country
8. Legal Address/es in Country/ies of Registration/Operation:[insert Bidder’s legal address in country of
registration]
9. Value and Description of Top three (3) Biggest Contract for the past five (5) years
10. Latest Credit Rating (Score and Source, if any)
11. Brief description of litigation history (disputes, arbitration, claims, etc.), indicating current status and
outcomes, if already resolved.
12. Bidder’s Authorized Representative Information
Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]
Email Address: [insert Authorized Representative’s email address]
13. Are you in the UNPD List 1267.1989 or UN Ineligibility List? ☐ YES or ☐ NO
2 The Bidder shall fill in this Form in accordance with the instructions. Apart from providing additional information, no alterations
to its format shall be permitted and no substitutions shall be accepted.
90
14. Attached are copies of original documents of:
☐ All eligibility document requirements listed in the Data Sheet
☐ If Joint Venture – copy of the Memorandum of Understanding/Agreement or Letter of Intent to form
a JV, or Registration of JV, if registered
☐ If case of Government corporation or Government-owned/controlled entity, documents establishing
legal and financial autonomy and compliance with commercial law.
Joint Venture Partner Information Form (if Registered)3
Date: [insert date (as day, month and year) of Bid Submission]
ITB No.: [insert number of bidding process]
Page ________ of ________ pages
1.
Bidder’s Legal Name: [insert Bidder’s legal name]
3.
JV’s Party Country of Registration: [insert JV’s Party country of registration]
2.
JV’s Party legal name: [insert JV’s Party legal name]
4. Year of Registration: [insert Party’s year of registration]
5. Countries of Operation
6. No. of staff in each Country
7.Years of Operation in each
Country
8. Legal Address/es in Country/ies of Registration/Operation: [insert Party’s legal address in country of
registration]
9. Value and Description of Top three (3) Biggest Contract for the past five (5) years
10. Latest Credit Rating (if any): Click here
1.
to enter text.
Brief description of litigation history (disputes, arbitration, claims, etc.), indicating current status and
outcomes, if already resolved. Click here to enter text.
Bidder shall fill in this Form in accordance with the instructions . Apart from providing additional information, no alterations
to its format shall be permitted and no substitutions shall be accepted.
3 The
91
13. JV’s Party Authorized Representative Information
Name: [insert name of JV’s Party authorized representative]
Address: [insert address of JV’s Party authorized representative]
Telephone/Fax numbers: [insert telephone/fax numbers of JV’s Party authorized representative]
Email Address: [insert email address of JV’s Party authorized representative]
14. Attached are copies of original documents of: [check the box(es) of the attached original documents]
☐ All eligibility document requirements listed in the Data Sheet
☐ Articles of Incorporation or Registration of firm named in 2.
☐ In case of government owned entity, documents establishing legal and financial autonomy and compliance
with commercial law.
92
JOINT VENTURE DECLARATION
Ref No: UNDP-TUR-ITB-PROJ(AKADP)-2016-07
We have entered into a private joint venture in order to submit joint tender to Construction of Livestock Markets
within the Scope of Ardahan Kars Artvin Development Project tendered by United Nations Development
Programme (UNDP) and perform and prosecute the work after concluding the contract if we are awarded the contract.
If we are awarded the contract, the joint venture agreement shall be notarized and submitted to the Contracting Entity
before the contract is concluded. Lead (pilot) partner of our joint venture shall be ……………[indicate name of the
lead partner]…………………… until the completion of work.
If we are awarded the contract as a result of the joint tender that we submit, we hereby declare, accept and guarantee
that the contract shall be signed by all partners and our partner indicated as the lead (pilot) partner shall have the full
power to act for and on behalf of our joint venture in respect of all issues concerning the contract, and that each of us
shall be jointly and successively liable for performing the works and commitments within the subject and scope of the
contract that will be concluded as well as fulfilling the obligations arising from the contract and undertaken by our
joint venture, and that we shall not leave the private joint venture that we have established, otherwise UNDP shall be
authorized to terminate the contract and register the performance bond as revenue, and that all communications and
notifications to the lead (pilot) company shall be deemed to be made to our joint venture, the lead (pilot) partner and
the remaining partners of the joint venture shall undertake all obligations and liabilities of the work including the
performance bond in the events of death, bankruptcy, heavy disease, detention or imprisonment to the extent to limit
the freedom or dissolution of any of the partners in the joint venture except for the lead (pilot) partner before the
subject work is completed.
No
1
Name of the Partner in the JV
Percentage Share*
2
3
Name
Lead Partner
Partner
Partner
Date
Signature
Stamp
* Lead partner’s share cannot be less than 50%
Share of the remaining partner(s) shall not be less than 20%
93
Form 2: History of Non-performing Contracts and Litigation (to be printed on company letterhead, signed,
dated and stamped)
Bidder’s Legal Name
________________________________________
________________________________________
Date
__/__/2016
Page
__ of __
Non-performing Contracts:


Contract non-performance did not occur during the last 5 years (2011 and onwards)
Contract non-performance occurred during the last 5 years (2011 and onwards)
Year
Outcome as % of Total
Assets
Contract Identification
Contract Identification:
Name of Employer:
Address of Employer:
Matter in dispute:
Total Contract Value
(TRY, Equivalent)
Litigation History*


No litigation history
Litigation history
Year
Outcome as % of Total
Assets
Contract Identification
Contract Identification:
Name of Employer:
Address of Employer:
Matter in dispute:
Total Contract Value
(TRY, Equivalent)
Contract Identification:
Name of Employer:
Address of Employer:
Matter in dispute:
* All information regarding any past and current litigation during the last five (5) years, in which the bidder is
involved, indicating the parties concerned, the subject of the litigation, the amounts involved, and the final
resolution if already concluded.
Name
Title
Date
Signature
94
Form 3: Financial Situation (to be printed on company letterhead, signed, dated and stamped)
Bidder’s Legal Name
________________________________________
________________________________________
Financial information in TRY equivalent
Information from Balance Sheet
Total Assets (TA)
Total Liabilities (TL)
TA/TL Ratio
Net Worth (NW)
2013
2014
Date
__/__/2016
Page
__ of __
2015
Average
Current Assets (CA)
Current Liabilities (CL)
CA/CL Ratio
Information from Income Statement
Total Revenue (TR)
Profits Before Taxes (PBT)
Attached are copies of financial statements (balance sheets, including all related notes, and income statements)
for the years required above complying with the following conditions:
* Must reflect the financial situation of the Bidder
* Historical financial statements must be audited by a certified accountant
* Historical financial statements must be complete, including all notes to the financial statements
* Historical financial statements must correspond to accounting periods already completed and audited
Year
2013
2014
2015
Reference Institution
Central Bank of the Republic of Turkey
Central Bank of the Republic of Turkey
Central Bank of the Republic of Turkey
Reference Date
31.12.2013
31.12.2014
31.12.2015
1 USD =
2.1343 TRY
2.3311 TRY
2.9233 TRY
1 EUR=
2.9397 TRY
2.8323 TRY
3.1896 TRY
Name
Title
Date
Signature
95
Form 4: Financial Resources (to be printed on company letterhead, signed, dated and stamped)
Cash and Credit position as of submission date (TRY*)
Bank
Total
Available Cash
A
Cash Credit
B
Unused
Credit Letter
C
A+B+C
* If the bank reference letter currencies are other than Turkish Lira, they should be converted into Turkish Lira
using June UN Operational Exchange rate in June 2016 (1 US$ =2,9494 TL)
96
Form 5: Average Annual Construction Turnover (to be printed on company letterhead, signed, dated and
stamped)
Bidder’s Legal Name
________________________________________
________________________________________
Annual Construction Turnover
Amount* Currency
(A)
(B)
Exchange
Rate** (C)
2011
2012
2013
2014
2015
TRY
Equivalent
Amount
(D=A*C)
Date
__/__/2016
Page
__ of __
Update
Multiplier***
(E)
Updated TRY
Equivalent
(F=D*E)
1.41
1.25
1.22
1.14
1.07
Average
The information above complies with the following conditions:
* Annual Construction Turnover is calculated as total certified payments received for work in progress or
completed. Attach copies of progress payments or work completion certificates.
In case the progress payments or work completion certificate amount is in TRY, columns (A), (B)
and (C) will not be used. Otherwise amount stated in column (A) will be multiplied by exchange rate
in (C) written in column (D).
** If the subject matter currency (i.e. the currency of the work completion certificate, income statement etc.)
is other than Turkish Lira (TRY), the conversion (selling prices) or cross rates for the reference dates given
in below table and available at the web page of Central Bank of Republic of Turkey (www.tcmb.gov.tr)
are to be used. The following table provides the reference dates for each eligible year. The conversion rates
or cross rates to be used by Offeror should be the conversion rates or cross rates stated for the reference
dates in the following table.
*** The update multiplier is determined by Turkish Public Procurement Authority to arrive the current value of
the work completion amounts achieved in previous years.
Year
2011
2012
2013
2014
2015
Reference Institution
Central Bank of the Republic of Turkey
Central Bank of the Republic of Turkey
Central Bank of the Republic of Turkey
Central Bank of the Republic of Turkey
Central Bank of the Republic of Turkey
Reference Date
30.12.2011
31.12.2012
31.12.2013
31.12.2014
31.12.2015
1 USD =
1.8980 TRY
1.7862 TRY
2.1343 TRY
2.3311 TRY
2.9233 TRY
1 EUR=
2.4556 TRY
2.3565 TRY
2.9397 TRY
2.8323 TRY
3.1896 TRY
Name
Title
Date
Signature
97
Form 6: Single Similar Work Experience 1 (to be printed on company letterhead, signed, dated and stamped)
Bidder’s Legal Name
Ref No: …
Award Date
(MM/YYYY)
________________________________________
________________________________________
Project title
Completion Date
(MM/YYYY)
Role in Contract
(contractor OR subcontractor)
Detailed description of project
Date
Page
__/__/2016
__ of __
Total Contract
Amount (TRY**)
Updated Total
Contract
Amount***
(TRY)
Proportion of the
total contract
amount carried out
by the Bidder (%)
Employer
Type of services provided
The information above complies with the following conditions:
*
Reference construction work, completed in 2011 and onwards
*
Substantiated by the attached copy of work completion certificates and progress payments.
*
Role as “contractor” or “sub-contractor”.
*
Similar work experience is the superstructure-related construction works on building, hospital, livestock market etc. (for details please refer to Communiqué of
Public Procurement Authority (KİK) for Similar Construction Experience Groups for Works, Official Gazette dated 11 June 2011 Number: 27961) (Attachment
1- List for Similar Construction Experience Groups (B) Superstructure (Building) Works I. Group, II. Group and III. Group,)
(http://www.resmigazete.gov.tr/eskiler/2011/06/20110611-12.htm) Note: Design and supervision services are not considered similar work experience.
**
If the subject matter currency (i.e. the currency of the work completion certificate, income statement etc.) is other than Turkish Lira (TRY), the conversion
(selling prices) or cross rates for the reference dates given in below table and available at the web page of Central Bank of Republic of Turkey (www.tcmb.gov.tr)
are to be used. The following table provides the reference dates for each eligible year. The conversion rates or cross rates to be used by Offeror should be the
conversion rates or cross rates stated for the reference dates in the following table.
***
Below given update multiplier figures corresponding to the year of the document (work completion certificate, progress payment) must be used to arrive the
current value of the work completion amounts achieved in previous years.
Year
2011
2012
2013
2014
2015
Reference Institution
Central Bank of the Republic of Turkey
Central Bank of the Republic of Turkey
Central Bank of the Republic of Turkey
Central Bank of the Republic of Turkey
Central Bank of the Republic of Turkey
Reference Date
30.12.2011
31.12.2012
31.12.2013
31.12.2014
31.12.2015
1 USD =
1.8980 TRY
1.7862 TRY
2.1343 TRY
2.3311 TRY
2.9233 TRY
1 EUR=
2.4556 TRY
2.3565 TRY
2.9397 TRY
2.8323 TRY
3.1896 TRY
Year
2011
2012
2013
2014
2015
Reference Institution
Public Procurement Authority
Public Procurement Authority
Public Procurement Authority
Public Procurement Authority
Public Procurement Authority
Multiplier
1.302
1.324
1.261
1.154
1.075
98
Form 7: Single Similar Work Experience 2 (Steel Construction) (to be printed on company letterhead, signed, dated and stamped)
Bidder’s Legal Name
Ref No: …
Award Date
(MM/YYYY)
________________________________________
________________________________________
Project title
Completion Date
(MM/YYYY)
Date
Page
Role in Contract
(contractor OR subcontractor)
Detailed description of project
__/__/2016
__ of __
Total Contract
Amount
(TRY**)
Updated Total
Contract
Amount***
(TRY)
Proportion of the
total contract amount
carried out by the
Bidder (%)
Employer
Type of services provided
The information above complies with the following conditions:
*
Reference construction work, completed in 2007 and onwards
*
Substantiated by the attached copy of work completion certificates and progress payments.
*
Role as “contractor” or “sub-contractor”.
Similar work experience 2 (Steel Construction) is the superstructure-related construction works of which load-bearing elements and/or Roof are steel
constructed; such as building, hospital, livestock market etc. (for details please refer to Communiqué of Public Procurement Authority (KİK) for Similar
Construction Experience Groups for Works, Official Gazette dated 11 June 2011 Number: 27961) (Attachment 1- List for Similar Construction Experience
Groups (B) Superstructure (Building) Works I. Group, II. Group and III. Group,
(http://www.resmigazete.gov.tr/eskiler/2011/06/20110611-12.htm) Note: Design and supervision services are not considered similar work experience.
**
If the subject matter currency (i.e. the currency of the work completion certificate, income statement etc.) is other than Turkish Lira (TRY), the conversion
(selling prices) or cross rates for the reference dates given in below table and available at the web page of Central Bank of Republic of Turkey
(www.tcmb.gov.tr) are to be used. The following table provides the reference dates for each eligible year. The conversion rates or cross rates to be used by
Offeror should be the conversion rates or cross rates stated for the reference dates in the following table.
***
Below given update multiplier figures corresponding to the year of the document (work completion certificate, progress payment) must be used to arrive the
current value of the work completion amounts achieved in previous years.
Year
2011
2012
2013
2014
2015
Reference Institution
Central Bank of the Republic of Turkey
Central Bank of the Republic of Turkey
Central Bank of the Republic of Turkey
Central Bank of the Republic of Turkey
Central Bank of the Republic of Turkey
Reference Date
30.12.2011
31.12.2012
31.12.2013
31.12.2014
31.12.2015
1 USD =
1.8980 TRY
1.7862 TRY
2.1343 TRY
2.3311 TRY
2.9233 TRY
1 EUR=
2.4556 TRY
2.3565 TRY
2.9397 TRY
2.8323 TRY
3.1896 TRY
Year
2011
2012
2013
2014
2015
Reference Institution
Public Procurement Authority
Public Procurement Authority
Public Procurement Authority
Public Procurement Authority
Public Procurement Authority
Multiplier
1.302
1.324
1.261
1.154
1.075
99
Section 7: Technical Bid Form4
If the bidder is applying to more than one LOT;
 Bidder must submit a separate technical bid for each LOT and clearly
indicate the LOT number in the cover page of the technical bid
 Bidder must propose unique set of ‘Key Personnel’, (without any
repetition in other LOT’s bids) for each LOT they apply for.
 Bidder must propose a unique set of equipment (without any repetition in
other LOT’s bids) that can be deployed concurrently for performance of
construction work in different LOTs, as stipulated in Section 7 Technical
Bid Form.
 Bidder must propose a full fledge Work Programme for performance of
contract for each LOT applied
 Bidder must propose all other resources required in this ITB uniquely for
each LOT applied (without any repetition in other LOT’s bid), for
performance of construction works in each LOT.
In case a Bidder foresees use of subcontractor(s), it will ensure that the works to
be subcontracted shall not exceed 20% of the total contract amount for each
LOT.
4
Technical Bids not submitted in this format may be rejected.
100
INSERT TITLE OF THE ITB
Name of Bidding Organization / Firm:
Country of Registration:
Name of Contact Person for this Bid:
Address:
Phone / Fax:
Email:
SECTION 1: EXPERTISE OF FIRM/ ORGANISATION
This section should fully explain the Bidder’s resources in terms of personnel and facilities necessary for the
performance of this requirement.
1.1 Brief Description of Bidder as an Entity: Provide a brief description of the organization / firm submitting
the Bid, its legal mandates/authorized business activities, the year and country of incorporation, and
approximate annual budget, etc. Include reference to reputation, or any history of litigation and arbitration in
which the organisation / firm has been involved that could adversely affect or impact the delivery of goods
and/or performance of related services, indicating the status/result of such litigation/arbitration.
1.2. Financial Capacity: Based on the latest Audited Financial Statement (Income Statement and Balance Sheet)
describe the financial capacity (liquidity, stand-by credit lines, etc.) of the bidder to engage into the contract.
Include any indication of credit rating, industry rating, etc.
1.3. Track Record and Experiences: Provide the following information regarding corporate experience within
at least the last five (5) years which are related or relevant to those required for this Contract.
Name of
project
Client
Contract
Value
Period of
activity
Types of
activities
undertaken
Status or Date
Completed
References
Contact Details
(Name, Phone,
Email)
101
SECTION 2: SCOPE OF SUPPLY, TECHNICAL SPECIFICATIONS, AND RELATED SERVICES
This section should demonstrate the Bidder’s responsiveness to the specification by identifying the specific
components proposed, addressing the requirements, as specified, point by point; providing a detailed
description of the essential performance characteristics proposed; and demonstrating how the proposed bid
meets or exceeds the specifications.
Part 1.1 Scope of Civil Works: This part of the technical bid should provide a detailed description of the civil works
services to be rendered in order for timely and successful completion of the project. Bidder should clearly
demonstrate in this section that they have fully understood the Schedule of Requirements & Technical
Specifications, and that they agree to perform the civil works services in accordance with the requirements and
specifications therein. Please fill in Part 1.1.a (below)
Part 1.2. Technical Quality Assurance Mechanisms: The bid shall also include details of the Bidder’s internal
technical and quality assurance review mechanisms, all the appropriate quality certificates, export licenses (if
applicable) and other documents attesting to the superiority of the quality of the goods and technologies to be
supplied. Please refer to the quality assurance mechanisms defined as minimum requirements in the Schedule
of Requirements & Technical Specifications.
Part 1.3. Reporting and Monitoring: Please provide a brief description of the mechanisms proposed for this
project for reporting to the UNDP and partners, including a reporting schedule. Please refer to the Schedule of
Requirements & Technical Specifications and relevant clauses of the general conditions.
Part 1.4. Subcontracting: Explain whether any work would be subcontracted, to whom, how much percentage
of the work, the rationale for such, and the roles of the proposed sub-contractors. Special attention should be
given to providing a clear picture of the role of each entity and how everyone will function as a team.
Part 1.5. Risks / Mitigation Measures: Please describe the potential risks for the implementation of this project
that may impact achievement and timely completion of expected results as well as their quality. Describe
measures that will be put in place to mitigate these risks. Please note the weather conditions in the project site.
Part 1.6 Implementation Timelines: The Bidder shall submit a Gantt Chart or Project Schedule indicating the
detailed sequence of activities that will be undertaken and their corresponding timing .Please see template for
Gantt Chart in Part 1.6.a.
Part 1.7 Other: Any other comments or information regarding the bid and its implementation.
102
SECTION 3: PERSONNEL
3.1 Management Structure: Describe the overall management approach toward planning and implementing the
contract. Include an organization chart for the management of the contract, if awarded.
3.2 Staff Time Allocation: Provide a spreadsheet will be included to show the activities of each personnel
involved in the implementation of the contract. Where the expertise of the personnel is critical to the success
of the contract, UNDP will not allow substitution of personnel whose qualifications had been reviewed and
accepted during the bid evaluation. (If substitution of such a personnel is unavoidable, substitution or
replacement will be subject to the approval of UNDP. No increase in costs will be considered as a result of any
substitution).
3.3 Qualifications of Key Personnel. Provide the CVs for key personnel (Team Leader, Managerial and general
staff) that will be provided to support the implementation of this project. CVs should demonstrate qualifications
in area of expertise relevant to the Contract. Please use the format below:
Name:
Role in Contract Implementation:
Nationality:
Contact information:
Countries of Relevant Work Experience:
Language Skills:
Education and other Qualifications:
Summary of Experience: Highlight experience in the region and on similar projects.
Relevant Experience (From most recent):
Period: From – To
Name of activity/ Project/ funding
Job Title and Activities
organisation, if applicable:
undertaken/Description of
actual role performed:
e.g. June 2010-January 2011
Etc.
Etc.
References (minimum of 3):
Name
Designation
Organization
Contact Information – Address; Phone; Email; etc.
Declaration:
I confirm my intention to serve in the stated position and present availability to serve for the term of the
proposed contract. I also understand that any wilful misstatement described above may lead to my
disqualification, before or during my engagement.
_________________________________________________
__________________________
Signature of the Nominated Team Leader/Member
Date Signed
103
SECTION 4: Equipment Commitment Form
Guidance note: the equipment commitment form should be printed on company letterhead, signed by the authorized representative(s) of the bidder, dated and
stamped. The bidder must demonstrate that it will have access, at the minimum, to the key equipment, listed hereafter. The list of equipment hereafter is will
be used as minimum benchmark for assessment of bids. However, the bidders should propose an extensive list of required equipment to successfully complete
the works. The bidders’ list must match their approach to the works and demonstrate their understanding and ability to complete the works satisfactorily.
Fields with asterisk (*) shall be used for evaluation.
To:
UNDP, Birlik Mah. 415. Cad. No: 11, Çankaya Ankara
Subject:
Invitation to Bid for Construction of Livestock Market in Ardahan, within the Scope of Ardahan Kars Artvin Development Project.
We, the undersigned, undertake to commit at the minimum the following equipment for the subject matter, civil works.
[Signature of the Authorized Representative(s) of the Bidder]
Name: [Insert name(s) of the Authorized Representative(s) of the Bidder]
In the Capacity of [insert capacity of person signing the application]
Duly authorized to sign the application for and on behalf of: [insert full name of Bidder]
Address [insert street number/town or city/country address]
Dated on [insert the date: DD/MM/YYYY]
Equipment
Excavator with
hydraulic breakers
no: 1
MINI EXCAVATOR
(JCB TYPE)
no: 2
Information on the Equipment
Manufacturer
Model and
Power Rating
Capacity*
Year of
Manufacture
Current Status
Current
Location
Details of current
commitments
Source
Select the option that
applies






Owned
Rented
Leased
Owned
Rented
Leased
104
Loader no: 1
Dump Truck No:1
Dump Truck No:2
Dump Truck No:3
Compactor no:1
Concrete Mixer
no:1 (REQUIRED
ONLY FOR THE
CONSTRUCTION IN
POSOF)



Owned
Rented
Leased



Owned
Rented
Leased












Owned
Rented
Leased
Owned
Rented
Leased
Owned
Rented
Leased
Owned
Rented
Leased
Concrete Vibrator
no:1
Concrete Vibrator
no:2
Add here needed machinery and equipments for successful construction of Animal Livestock Market






Owned
Rented
Leased
Owned
Rented
Leased
105
SECTION 5: Work Programme
Guidance note:
The work programme shall be read in conjunction with the instructions to bidders, general and special conditions of contract, schedule of requirements and
technical specifications statement of works, and technical drawings and shall set forth the bidder’s best estimate, at the time of preparation of the bid, of the
time(s) required for the various key tasks required to execute the works in accordance with the information provided in the aforementioned bid documents.
The key tasks and activities for which execution times are to be detailed in the work programme shall include, but not be restricted to, the various activities as
specified in the schedule of requirements and technical specifications statement of works and the price schedule etc. Bidders shall add such further details as
may, in their assessment, be deemed necessary to fully clarify the work programme and justify overall time required to complete the civil works.
The Contractor for each LOT shall commence and complete construction works in the respective LOT, required through this ITB, latest by 16 (sixteen)
months following site delivery through the “Notification for Commencement to Proceed”, in line with the work plan to be submitted by the Contractor and
approved by UNDP. The 16 months duration will cover both working period with construction activities and non-working period with no construction
activities. In Kars, Ardahan and Artvin provinces it is estimated that the climate conditions allow the construction activities between April and November. It is
the bidder’s responsibility to collect all the necessary information regarding the construction season in the site locations and come up with a realistic work
programme.
The bidders shall prepare their work programme taking into consideration the following conditions and requirements;
•
For all LOTs, concrete, reinforce concrete and excavation related works items indicated in price schedules with (*) shall be completed in
2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to
changes in market prices and/or any other reason.
•
In addition to above, the indicated work items with (*) in the price schedule of LOT 1, Item 1 - Rehabilitation of the Livestock Market in
Selim District shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule
without any modification due to changes in market prices and/or any other reason.
106
Tasks
Week
01
Week
02
Week
03
Week
04
Week
05
Week
06
1 2 3 4 5 6 7 1 2 3 4 5 6 7 1 2 3 4 5 6 7 1 2 3 4 5 6 7 1 2 3 4 5 6 7 1 2 3 4 5 6 7
Mobilise Personnel and Equipment; and set-up Site Facilities
1.1
1.2
Construction Activities
2.1
2.2
2.3
Add Weeks
2.4
as
2.5
necessary
2.6
.
Demobilise Personnel and Equipment; remove Site Facilities; and restore Site to original condition.
9.1
[Signature of the Authorized Representative(s) of the Bidder]
Name: [Insert name(s) of the Authorized Representative(s) of the Bidder]
In the Capacity of [insert capacity of person signing the application]
Duly authorized to sign the application for and on behalf of: [insert full name of Bidder]
Address [insert street number/town or city/country address]
Dated on [insert the date: DD/MM/YYYY]
107
Section 8: Price Schedule Form
The bidders shall prepare their prices with due consideration of the below
conditions:
1)
2)
3)
4)
5)
6)
7)
8)
9)
10)
11)
The Price Schedule must provide a detailed cost breakdown for each item. The components
comprising the total price must provide sufficient detail to allow UNDP to determine compliance of
Offer with requirements as per Statement of Works of this ITB.
All prices/rates quoted must be exclusive of all taxes, since the UNDP is exempt from taxes as
detailed in Data Sheet No:40.
The format shown on the following pages should be used in preparing the price schedule.
If there is a discrepancy between the unit price and the total price that is obtained by multiplying
the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the
Bidder does not accept the correction of errors, its Bid will be rejected
All prices shall be quoted in TRY.
Price Schedules not submitted in this format may be rejected.
Grand Total to be quoted by the bidders for each LOT will be the price for the whole requirement
in that respective LOT including all different activities to be completed for the construction
required for that LOT in full compliance with the Statement of Works. Therefore, this price will
include all types of costs, like transportation of the material and equipment to and from the sites,
water drainage, variation in soil conditions, direct and indirect nature, associated with the
satisfactory completion of each work item in accordance with Statement of Works/Technical
Drawings and in overall in accordance with the Conditions of Contract, to be incurred by the
Contractor until final delivery to UNDP.
The payments for the work items to be completed in 2016 as per requirements of this ITB, will be
based on the unit prices quoted by the bidder in the price schedule without any modification due
to changes in market prices and/or any other reason.
The payments for the work items to be completed in 2017 as per requirements of this ITB and as
indicated in the price schedules, will be calculated through adjustment of unit prices quoted by the
bidder by the reference escalation multiplier that will be determined in 2017 by the Ministry of
Environment and Urbanization and announced in Official Gazette of Turkey
(www.resmigazete.org.tr) for the revaluation of civil works contractor work certificate amounts
from 2016 to 2017.
For all LOTs, concrete, reinforce concrete and excavation related works items as indicated with
(*) in the price schedules, shall be completed in 2016 and payments for these items will be based
on the unit prices quoted by the bidder in the price schedule without any modification due to
changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied
to these items even if the works related to these BoQ items have to be completed in 2017 due to
any unforeseen reasons.
In addition to above, the indicated work items with (*) in the price schedule of LOT 1, Item 1 Rehabilitation of the Livestock Market in Selim District shall be completed in 2016 and payments
for these items will be based on the unit prices quoted by the bidder in the price schedule without
any modification due to changes in market prices and/or any other reason. Adjusted unit prices for
2017 will not be applied to these items even the related works have to be completed in 2017 due
to any unforeseen reasons.The unit prices to be quoted shall be firm and final during the validity of
108
12)
13)
14)
the contract. There will be a single update of the unit prices in 2017 as per the payment conditions
stipulated in Data Sheet:41.
All Bidders are strongly recommended to visit the sites in which the civil works will be constructed
or obtain necessary information locally, prior to preparation of their bids in order to determine the
basis for their technical bid and price schedule. Failure to conduct site visit does not constitute any
legal basis for any claim for price changes, etc. whatsoever as regard to contract conditions and the
bid. i.e. No additional payment shall be made to the successful Bidder due to its failure to make a
site visit before submitting its bid.
Each item listed in the Price Schedule, being based on the Bill of Quantities, shall be inclusive of all
other costs (that are not costed through BOQ) whether direct and indirect nature associated with
the satisfactory completion of each work item in accordance with Statement of Works/Technical
Drawings and in overall in accordance with the Conditions of Contract.
The Contractor shall provide the Engineer for each LOT with 1 double cabin 4x4 pick-up vehicles
and office space, and cover all associated costs thereof, during the supervision of construction.
The associated costs shall be taken into account while calculating the prices.
109
8.1 – PRICE SCHEDULE FOR LOT 1
Rehabilitation of the Livestock Market in Selim District and Construction of
Livestock Market in Sarıkamış District of Kars Province
Item
1.Selim
Livestock Market
SUMMARY PRICE SCHEDULE – LOT 1
Scope
Price (TRY)
A. Structural Works
B.Electrical Works
C.Mechanical Works
D.Infrastructural Works
Sub- Total 1
2.Sarıkamış
Livestock Market
A.Structural Works
B.Electrical Works
C.Mechanical Works
D.Infrastructural Works
Sub- Total 2
LOT 1 GRAND TOTAL (TRY)
8.1.1 DETAILED PRICE SCHEDULE FOR LOT 1 ITEM 1 REHABILITATION OF THE LIVESTOCK
MARKET IN SELIM DISTRICT
8.1.1.A.Structural Works - Rehabilitation of the Livestock Market in Selim District
No
Index No
1*
Y.15.001/2B
2*
Y.15.140/02
3*
Y.15.140/03
4*
Y.16.050/03
5*
Y.16.050/04
Item Description
Excavation of all soft and hard soil in every depth and width with
machine (Deep excavation)
Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak
kazılması (Derin kazı)
By supplying gravel, laying with hand, making irrigation and
compression
Çakıl temin edilerek, el ile serme, sulama ve sıkıştırma yapılması
By supplying sand, laying with machine, making irrigation and
compression
Kum temin edilerek, makine ile serme, sulama ve sıkıştırma
yapılması
Manufactured in concrete plant or bought and pumped with
concrete pump ,pouring C 16/20 compressive strength class
concrete (concrete shipping included)
Beton santralinde üretilen veya satın alınan ve beton pompasıyla
basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton
nakli dahil)
Manufactured in concrete plant or bought and pumped with
concrete pump ,pouring C 20/25 compressive strength class
concrete (concrete shipping included)
Beton santralinde üretilen veya satın alınan ve beton pompasıyla
Unit
# of
units
m³
996.24
m³
372.60
m³
475.34
m³
63.30
m³
2,029.89
Unit
Price
(TRY)
Price (TRY)
110
basılan, C 20/25 basınç dayanım sınıfında beton dökülmesi (beton
nakli dahil)
6
Y.18.110/20C06
7
Y.19.055/003
8
Y.19.057/003
9
Y.19.061/003
10
Y.21.001/03
11
Y.21.050/C01
12
Y.21.051/C01
13
Y.21.051/C03
14
Y.22.001/02
15
Y.22.009/02
16
Y.23.011
17
Y.23.014
18
Y.23.015
19*
Y.23.081
20*
Y.23.101
Making wall with 19 cm thickness non-structural pumice concrete
wall blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600900 kg/m³, except 900 kg/m³ )
19 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile
duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600900 kg/m³, 900 kg/m³ hariç)
Making external heat isolation and heat insulation plastering on
outer wall with 5 cm thickness textured surface or textured rebate
extruded polystyrene tiles (XPS - 200 kPa pressure resistant)
(Jacketing)
5 cm kalınlıkta yüzeyi pürüzlü veya pürüzlü kanallı extrüde
polistren levhalar (XPS - 200 kPa basınç dayanımlı) ile dış
duvarlarda dıştan ısı yalıtımı ve üzerine ısı yalıtım sıvası yapılması
(Mantolama)
Making external heat isolation and heat insulation plastering on
outer wall with 5 cm thickness textured surface or textured rebate
extruded polystyrene tiles (XPS - 200 kPa pressure resistant)
(Jacketing)
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç
dayanımlı) ile yatayda (zemine oturan (toprak temaslı)
döşemelerde veya ters teras çatılarda) ısı yalıtımı yapılması
Laying 10 cm thickness fiberglass blanket over roof space flooring
(Fiberglass blanket - 18 kg/m³ density) and water vapour
permeable waterproof sheet
Çatı arasına döşeme üzerine, 10 cm kalınlıkta camyünü şilte
(Camyünü şilte - 18 kg/m³ yoğunlukta) ve üzerine su buharı
geçişine açık su yalıtım örtüsü serilmesi
Making flat-surfaced reinforced-concrete formwork with Plywood
Plywood ile düz yüzeyli betonarme kalıbı yapılması
Making falsework with steel pipe (between 0,00-4,00m )
Çelik borudan kalıp iskelesi yapılması (0,00-4,00m arası)
Making full security frontal scaffold with steel pipe (between 0,0051,50m )
Çelik borudan tam güvenlikli cephe iş iskelesi yapılması (0,0051,50m arası)
Making full security scaffold for ceilings with steel pipe (between
0,00-21,50m )
Çelik borudan tavanlar için tam güvenlikli iş iskelesi yapılması
(0,00-21,50m arası)
Making and placing wooden massive platformed external
doorframe and skirting
Ahşaptan masif tablalı dış kapı kasa ve pervazı yapılması yerine
konulması
Making and placing wooden massive platformed external doorleaf
Ahşaptan masif tablalı dış kapı kanadı yapılması ve yerine
konulması
Placing welded wire fabric 3,001-10,000 kg/m² (including 10,000
kg/m² )
Nervürlü çelik hasırın yerine konulması 3,001-10,000 kg/m²
(10,000 kg/m² dahil)
Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting
bars, bending and placing
Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi,
bükülmesi ve yerine konulması
Ø 14- Ø 28 mm deformed concrete reinforcing steel bar, cutting
bars, bending and placing
Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi,
bükülmesi ve yerine konulması
Making and placing roof truss with structural shape
Profil demirlerinden çatı makası yapılması ve yerine konulması.
Making carcass and framework with all kinds of structural shape,
steel bars and plates ( framework, beams from structural shape at
necks, head pieces joints etc. )
Her çeşit profil, çelik çubuk ve çelik saçlarla karkas, (çerçeve)
inşaat yapılması, yerine tespiti (yapı karkası, köprülerde profil
demirlerinden kirişler, başlıklar, bağlantılar ve benzeri imalatlar)
m²
177.91
m²
216.00
m²
101.07
m²
149.00
m²
2,447.41
m³
447.00
m²
8,148.75
m³
447.00
m²
4.24
m²
18.92
Ton
36.08
Ton
23.21
Ton
19.04
Ton
43.61
Ton
29.74
111
21
Y.23.152
22
Y.23.176
23*
OZEL-08
24
Y.23.241
25
Y.25.002/02
26
Y.25.003/15
27
Y.25.004/04
28
Y.26.008/304A
29
Y.26.008/304B
30
Y.26.020/041A
31
Y.27.501/01
32
Y.27.501/02
33
Y.27.585
34
Y.28.645/C02
35
A04
36
A08
Making and placing doors and windows with square and rectangle
structral shapes
Kare ve dikdörtgen profillerle pencere ve kapı yapılması ve yerine
konulması
Making and placing various ironworks with metal sheets and
shapes
Lama ve profil demirlerden çeşitli demir işleri yapılması ve yerine
konulması
Manufacture of Paddock and Paddock Gates made with hot dip
galvanized coating
Sıcak Daldırma Galvanizden Padok ve Padok Kapısı İmalatı
Making and placing plastic joinery ( Manufacturing all kinds of
door, windows ,overlay etc. With Hard PVC joinery profile )
Plastik doğrama imalatı yapılması ve yerine k4onulması (Sert PVC
doğrama profillerinden her çeşit kapı, pencere, kaplama ve
benzeri imalat) Not: Tüm ana profiller ile ilave profiller, pencere
kapalı iken görülmeyen ve dikkat çekmeyen bir yerde, en az 1 m a
Dyeing iron surfaces with double anti-rust and double synthetic
dye
Demir yüzeylere iki kat antipas, iki kat sentetik boya yapılması
Dyeing new plaster surface with undercoat applied water based
paint( interior wall )
Yeni sıva yüzeylere astar uygulanarak iki kat su bazlı mat boya
yapılması (iç cephe)
Dyeing Exposed concrete , plastered or old painted surfaces, with
undercoat applied silicon-based water based painting (exterior
wall)
Brüt beton, sıvalı veya eski boyalı yüzeylere, astar uygulanarak
silikon esaslı su bazlı boya yapılması (dış cephe)
Making flooring with 3mm joint spaces (30 x 30 cm) or (33 x 33
cm) nominal sized, all kinds of color, design and surface
properties,made from I.quality, matt, bisque tiles ( with tile glue )
(30 x 30 cm) veya (33 x 33 cm) anma ebatlarında, her türlü renk,
desen ve yüzey özelliğinde, I.kalite, mat, sırsız porselen karo ile 3
mm derz aralıklı döşeme kaplaması yapılması (karo yapıştırıcısı
ile)
Making wallcoating and facework with 3mm joint spaces (30 x 30
cm) or (33 x 33 cm) nominal sized, all kinds of color, design and
surface properties,made from I.quality, matt, bisque tiles ( with tile
glue )
(30 x 30 cm) veya (33 x 33 cm) anma ebatlarında, her türlü renk,
desen ve yüzey özelliğinde, I.kalite, mat, sırsız porselen karo ile 3
mm derz aralıklı duvar ve cephe kaplaması yapılması (karo
yapıştırıcısı ile)
Making external windowledge with 3 cm thickness white marble
tiles ( 3cmx30-40-50cmxfree length ) ( glazed )
3 cm kalınlığında beyaz mermer levha ile dış denizlik yapılması
(3cmx30-40-50cmxserbest boy) (honlu veya cilalı)
Plastering with 250/350 kg cement dosed rendering and plastering
mortar (exterior wall)
250/350 kg çimento dozlu kaba ve ince harçla sıva yapılması (dış
cephe sıvası)
Plastering with 200/250 kg cement/lime mixed rendering and
plastering mortar (exterior wall)
200/250 kg kireç/çimento karışımı kaba ve ince harçla sıva
yapılması (iç cephe sıvası)
Making 2.5 cm thickness 500 kg cement dosed floor
2.5 cm kalınlığında 500 kg çimento dozlu şap yapılması
Fixing PVC and aluminium joinery section and 4+4 mm thickness
12 mm interstitial spaced double glassed window units
PVC ve alüminyum doğramaya profil ile 4+4 mm kalınlıkta 12 mm
ara boşluklu çift camlı pencere ünitesi takılması
Fixing internal and external doors with embbed roller ( Narrow and
Wide types )
Gömme silindirli iç ve dış kapı kilidinin yerine takılması (Geniş ve
dar tip)
Fixing doorhandles and mirrors ( with chrome plating )
Kapı kolu ve aynalarının yerine takılması (Kromajlı)
kg
332.84
kg
18,619.94
kg
28,513.96
kg
600.00
m²
2,743.94
m²
316.09
m²
243.55
m²
98.13
m²
42.78
m²
10.38
m²
243.55
m²
362.83
m²
101.07
m²
26.13
Ad
9.00
Ad
9.00
112
37
A10
38
B01
39
B11
40
C04
41
18.185/1
42*
MSB.521/B2
Fixing knuckles
Menteşenin yerine takılması
Fixing window bar set ( handle, iron and detailed )
İspanyolet takımının yerine takılması (Kol, demir ve teferruatlı)
Fixing window bar set with handle ( Handle included 100 cm.) ( 3
handle ) ( For wooden )
Kavramalı ispanyolet takımının yerine takılması (Kol dahil 100
cm.lik) (3 kavramalı) (Ahşap için)
Fixing fanlight window bar set ( handle included , truss included )
Vasistas ispanyolet takımının yerine takılması (Kol, makas dahil)
Demolishing plain or reinforced concrete bulding withouh using
explosives
Patlayıcı madde kullanmadan demirli ve demirsiz beton inşaatın
yıkılması.
Making Painted,Trapezoidal sectioned plate roofing
Boyalı Trapezoidal Kesitli Sac Çatı Kaplaması Yapılması
Ad
124.00
Ad
13.00
Ad
4.00
Ad
30.00
m³
209.73
m²
2,201.00
TOTAL FOR STRUCTURAL WORKS (TRY)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.1.1.B.Electrical Works Rehabilitation of the Livestock Market in Selim District
No
Index No
1
704-101
2
709-101
3
715-307
4
718-201
5
718-522
6
718-563
7
723-401
8
724-401
9
724-406
10
724-601
11
725-731
12
725-904
Item Description
Surface mounted plate Table 0.05-0.10 M2 (including 0.10 M2)
Sıva üstü sac tablo-0,05-0,10 m² (0,10 m² dahil)
Weatherproof casting Table-0,05 m²
Demir ve alüminyum döküm etanj tablo-0,05 m²
THERMIC,MAGNETIC SHIELDED POWER SWITCH 3*40 A.(Table
wake ( TS EN 60947-2)
Termik Magnetik Şalter-tablo arkası-3x40 A'e kadar
DRY-TYPE THERMIC SHIELDED CONTACTOR 3*10 A.
Kuru tip Termik Kontaktör-3x10 A'e kadar
Residual current circuit breaker up to 4*63 A.(300mA)
Kaçak akım koruma şalterleri-4x63 A'e kadar (300 mA)
B CLASS 230V AC,100 kA (10/350ms), 3 PHASE, NEUTRALGROUND
Pano tipi aşırı gerilim koruyucusu, B sınıfı, 230 VAC, 100 kA üç faz,
nötr-toprak
SELF-ARMED CENTRAL COMPENSATION BATTERIES, up to 400
V
Otomatik kumandalı merkezi kompanzasyon bataryası-400 V'a
kadar
SWITCH AUTOMATIC FUSE 16 A. (3KA) ( TS 5018-1 EN 60898-1 )
Anahtarlı otomatik sigorta (3 kA)-16 A'e kadar
3 PHASED SWITCH AUTOMATIC FUSE 16 A. (3KA) ( TS 5018-1
EN 60898-1 )
Anahtarlı otomatik sigorta (3 kA)-3x16 A'e kadar
16A 6kA Mono Phase Automatic Fuse
Anahtarlı otomatik sigorta (6 kA)-16 A'e kadar
3 PHASE REACTIVE ELECT.ELECTRICITY METER 3*230/400A.e
Ka
Üç Fazlı Zaman Tarifeli Elektronik Tip (Aktif-Reaktif) Sayaç,
3x230/400 V: 3x5 (7,5) A
Indicating Lamp 250 V
İşaret lambası 250 V'a kadar
Unit
# of
units
Ad
1.00
Ad
1.00
Ad
3.00
Ad
5.00
Ad
1.00
Ad
1.00
kVAR
16.00
Ad
5.00
Ad
3.00
Ad
11.00
Ad
1.00
Ad
6.00
Unit
Price
(TRY)
Price (TRY)
113
13
727-119
14
727-120
15
727-525
16
727-527
17
734-101
18
734-104
19
742-331
20
742-432
21
742-453
22
742-532
23
780-101
24
780-115
25
782-100
26
782-704
27
815-101
28
818-203
29
819-101
30
840-122
31
842-101
32
844-205
33
880-1201
34
880-1278
35
880-1279
36
880-3159
37
880-561
38
880-563
39
880-601
40
980-214
41
980-300
42
981-101
Feeder Cable 3X2,5 Mm2 Nya
PVC boru içinde (NYA)-3x2,5 mm² P.18
Feed Line 3X1.5 Mm2 Nya
PVC boru içinde (NYA)-3x1,5 mm² P.14
Feed Line Nyy 4X10 Mm2
1 kV yeraltı kablosu (NYY)-4x10 mm²
Feed Line Nyy 4X4 Mm2
1 kV yeraltı kablosu (NYY)-4x4 mm²
Normal Outlet
Normal sorti, Aydınlatma sortisi
Parallel Outlet
Paralel sorti, Aydınlatma sortisi
U 1 Tip 2X20 W Fittings
Cam elyaf takviyeli polyester gövdeli U1 tipi etanj flüoresan armatür
U1 2x20W (18W)
U 2 Tip 2X40 W Fittings (36W)
Cam elyaf takviyeli polyester gövdeli U2 tipi etanş duylu U2 tipi
armatür 2x40W (36W)
LED PRJ. UP TO 60 WATT (220 V. AC.)
LED PRJ - 60 W'a kadar (60 W dahil ) (220 V. AC.), Led Projektörler
DECORATIVE PURPOSED SUSPENDED CEILING FITTINGS :
ATY2- 4x18 W
ATY2-4x18 W (Çift parabolik parlak reflektörlü) dekoratif amaçlı
asma tavan armatür
Flush Mounted Normal Switch (TS 4915 EN 60669-1)
Gömme normal anahtar: (Ölçü: Adet) (TS 4915 EN 60669-1)
Flush Mounted Grounded Receptacle (TS-40).
Gömme topraklı priz: (Ölçü: Adet) (TS-40).
Cable Tray Systems (Measurement: kg. Warehousing %60 )
Kablo Tava Sistemleri (Ölçü: kg. İhzarat %60 )
DATA SOCKET CAT 5E OR CAT 6E RJ-45 (8 CONTACTS) (22,5 X
45 MM)
Data prizi CAT 5e veya CAT 6e RJ-45 (8 kontaklı) (22,5x45 mm),
Kablo Kanal Prizleri
Phone Installation Outlet
Telefon tesisatı sortisi
External Building Distribution Line Plant 10 P
Bina haricinde ana hat tesisatı (10 çifte kadar)
Phone Distribution Box up to 10 pairs
Telefon dağıtım kutuları (10 çifte kadar) (DKP sac)
12 " MONITOR SPEAKERS
12" Monitör Hoparlör
TABLE TYPE MICROPHONE
Masa tipi mikrofon
2 x 800 W POWER AMPLIFIER
2x800 W Power Amplifikatör
STANDING TYPE CABINETS 15U 600 mm * 600 mm 19"
15U 600mmx600mm 19" Dikili tip kabinet
WHEEL ASSEMBLY with brakes
Frenli tekerlek grubu (ön tekerlekler frenli)
THERMOSTAT FAN MODULE (1 FAN)
Termostatlı fan modülü (1Fanlı)
2x0.75mm2 LIH (St)H HALOGEN FREE SIGNAL AND CONTROL
CABLE
2x0,75 mm² halojen free sinyal ve kumanda kablosu
UTP CAT5E CABLE
Bakır data kablosu, Utp Cat5e
UTP CAT6 CABLE
Bakır data kablosu, Utp Cat6
Multimode Fiber Optic Cable 2 core Shielded
2 Core MM Zırhlı F/O Kablo
ACTIVE LIGHTNING ATTRACTOR AVERAGE EXCITATION PATH
L=60 MT
Ortalama uyarım yolu dl=60 m, aktif yakalama ucu
RIDGEPOLE (FOR ACTIVE LIGHTNING ATTRACTOR)
Çatı direği (radyoaktif yakalama ucu için) (Ölçü: Adet, İhzarat: %60)
ROOF SURROUNDING WALL AND LOWERING CONDUCTOR 50
mm2.Copper Wire
m
500.00
m
75.00
m
40.00
m
420.00
Ad
7.00
Ad
8.00
Ad
2.00
Ad
3.00
Ad
17.00
Ad
11.00
Ad
7.00
Ad
14.00
kg
540.00
Ad
3.00
Ad
3.00
m
40.00
Ad
1.00
Ad
4.00
Ad
1.00
Ad
1.00
Ad
1.00
Ad
1.00
Ad
1.00
m
250.00
m
50.00
m
350.00
m
150.00
Ad
1.00
Ad
1.00
m
30.00
114
43
982-102
44
983-102
45
983-103
46
985-101
47
988-100
48
ÖZEL-ELK-13
49
50
51
ÖZEL-ELK-14
ÖZEL-ELK-15
ÖZEL-ELK-16
50 mm² elektrolitik bakır tel ile çatı ihata ve indirme iletkenleri
tesisatı
BUILDING SURROUNDING CONDUCTER 30×3.5 MM
GALVANIZED FLAT STEEL
30x3,5 mm ebadında şartnamesine uygun galvanizli çelik lama
GROUND ELECTROD (BAR), ELECTROLYTIC COPPER
TS 435 / T1 standardına uygun, Toprak elektrodu (Çubuk)elektrolitik
bakır
CONDUCTIVE PRESERVATIVE PIPE(3 m)
İletken koruyucu borusu (3 m'lik)
THERMO WELD SUPPLEMENT UP TO 32 GR. WELDING
POWDER
32 gr kaynak tozuna kadar termokaynak eki
CHEMICAL MATERIAL REDUCING GROUND RESISTANCE
Toprak direnci düşürücü kimyasal madde
Speed dome colored 1/4'' camera, 470 TVL, including montage
accessories
Speed dome renkli 1/4'' kamera, 470 TVL, montaj aksesuarları dahil
Speed dome control panel
Speed dome kontrol paneli
8 channels full duplex multiplexer
8 kanal full duplex multiplelxer
21'' colored monıtor. 700 TVL
21'' renkli monitör. 700 TVL
m
345.00
Ad
8.00
Ad
5.00
Ad
10.00
kg
10.00
Ad
6.00
Ad
1.00
Ad
1.00
Ad
1.00
TOTAL FOR ELECTRIC WORKS (TRY)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.1.1.C.Mechanical Works - Rehabilitation of the Livestock Market in Selim District
No
Index No
1*
04.290/607
2
071-112
3
072-201
4
073-201
5
074-101
6
075-103
7
076-500
8
089-105
9
090-101
10
094-400
11
097-303
Item DescriptionF
Ø=400 mm Corrugated Sewer Pipes High density polyethylene
(HDPE) and Polypropylene (PP) based (TS EN 13476-1) (SN 8)
Ø=400 mm Koruge Kanalizasyon Boruları Yüksek yoğunluklu
polietilen (HDPE) ve Polipropilen (PP) esaslı (TS EN 13476-1) (SN
8)
Faience tile sink (extra class), 45x55 cm Console Half-legged
faience ware extra class sinks
Fayans lavabo (ekstra sınıf), 45x55 cm konsollu Yarım Ayaklı Takım
Sırlı Seramik ekstra sınıf Lavabolar
Sink Installation, First class: (Battery TS EN 200; Siphon TS-EN
274-1-2-3)
Lavabo tesisatı, Birinci sınıf: (Batarya TS EN 200; Sifon TS-EN 2741-2-3)
Mirror (crystal glass) 40x50 cm+D106
Ayna (kristal cam) 40x50 cm+D106
Shelving unit (faience extra class) 50x10 cm
Etajer (fayans ekstra sınıf) 50x10 cm
Pan closet (faience ware extra class) with plastic siphon, 50x60 cm
Alaturka hela taşı (Sırlı seramikten ekstra sınıf) plastik sifonlu,
50x60 cm
Compressed toilet washer
Basınçlı hela yıkayıcılı
Faucet (long) 1.class 1/2"
Musluk (uzun) 1.sınıf 1/2"
Soap dispenser (faience, armed), 16x16 cm
Sabunluk (fayans, kollu), 16x16 cm
Toilet-paper holder (stainless steel)
Kağıtlık (paslanmaz çelik)
Ground strainer(hard plastic with grids), 15x15 cm
Yer süzgeci (sert plastik ızgaralı), 15x15 cm
Unit
# of
units
m
250.30
Ad
3.00
set
3.00
Ad
3.00
Ad
3.00
Ad
2.00
set
2.00
Ad
18.00
Ad
3.00
Ad
3.00
Ad
1.00
Unit
Price
(TRY)
Price (TRY)
115
12
117-303
13*
204-3102
14*
204-3300
15*
204-3103
17*
204-3104
19*
204-3105
20*
204-401
21*
204-402
22*
204-403
23*
210-623
24*
210-627
25*
239-607
26*
241-414
27*
241-420
28*
241-424
Electric water-heater (60 l, 1720 kcal/h, 1800 watt)
Elektrikli su ısıtıcısı (60 l, 1720 kcal/h, 1800 watt)
Pn 20 polypropylene clean water pipe 1/2" 20/3,4 mm
Polypropylene clean water pipes
Pn 20 polipropilen temiz su boru 1/2" 20/3,4 mm Polipropilen temiz
su boruları
Ø=400 mm Corrugated Sewer Pipes High density polyethylene
(HDPE) and Polypropylene (PP) based (TS EN 13476-1) (SN 8)
Bina içinde fizyoterm kaynaklı ve vidalı döşeli polipropilen boru
montaj malzeme bedeli
Pn 20 polypropylene clean water pipe 3/4" 25/4,2 mm
Polypropylene clean water pipes
Pn 20 polipropilen temiz su boru 3/4" 25/4,2 mm Polipropilen temiz
su boruları
Pn 20 polypropylene clean water pipe 1" 32/5,4 mm Polypropylene
clean water pipes
Pn 20 polipropilen temiz su boru 1" 32/5,4 mm Polipropilen temiz su
boruları
Pn 20 polypropylene pipe 1 1/4" 40/6,7 mm Polypropylene clean
water pipes
Pn 20 polipropilen boru 1 1/4" 40/6,7 mm Polipropilen temiz su
boruları
Hard PVC plastic drain pipe (drawtube, bellmouth , diameter: 50-40
mm, pipe wall thickness 3 mm)
Sert PVC plastik pis su borusu (geçme muflu, çap: 50-40 mm, et
kalınlığı 3 mm)
Hard PVC plastic drain pipe (drawtube, bellmouth, diameter: 75-70
mm, pipe wall thickness 3 mm)
Sert PVC plastik pis su borusu (geçme muflu, çap: 75-70 mm, et
kalınlığı 3 mm)
Hard PVC plastic drain pipe(drawtube, bellmouth, diameter: 100110 mm, pipe wall thickness 3 mm)
Sert PVC plastik pis su borusu (geçme muflu, çap: 100-110 mm, et
kalınlığı 3 mm)
Ball valve, brass tube, teflon joint ring (diameter: 15 mm)
Küresel vana, prinç pres, teflon contalı (çap: 15 mm)
Ball valve, brass tube, teflon joint ring(diameter: 40 mm)
Küresel vana, prinç pres, teflon contalı (çap: 40 mm)
15.0-20.0 m³/h flow rated 10.0-15.0 mSS submersible waste water
pump with grinder blade
15.0-20.0 m³/h debisinde 10.0-15.0 mSS Parlayıcı Bıçaklı Dalgıç Tip
Pis Su Pompası
28 mm diameter, 25 mm pipe wall thickness rubber based
prefabricated pipe isolation
28 mm çap, 25 mm et kalınlığında kauçuk esaslı prefabrik boru
izolesi
35 mm diameter, 32 mm pipe wall thickness rubber based
prefabricated pipe isolation
35 mm çap, 32 mm et kalınlığında kauçuk esaslı prefabrik boru
izolesi
42 mm diameter, 25 mm pipe wall thickness rubber based
prefabricated pipe isolation
42 mm çap, 25 mm et kalınlığında kauçuk esaslı prefabrik boru
izolesi
Ad
1.00
m
20.00
45%
0.45
m
60.00
m
50.63
m
50.36
m
1.50
m
2.70
m
160.00
Ad
2.00
Ad
2.00
Ad
6.00
m
60.00
m
50.63
m
50.36
TOTAL FOR MECHANICAL WORKS (TRY)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.1.1.D.Infrastructural Works - Rehabilitation of the Livestock Market in Selim District
8.1.1.D1.Infrastructural Works (Cesspool)- Rehabilitation of the Livestock Market in Selim District
116
No
Index No
1*
Y.15.001/2
B
2*
Y.15.140/02
3*
Y.15.140/03
4*
Y.15.140/06
5*
Y.16.050/03
6*
Y.16.050/04
7*
Y.18.460/23
8*
Y.18.461/00
6
9*
Y.21.001/03
10*
Y.21.050/C
01
11*
Y.23.014
12*
Y.23.015
Item Description
Excavation of all soft and hard soil in every depth and width with
machine (Deep excavation)
Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak
kazılması (Derin kazı)
By supplying gravel, laying with hand, making irrigation and
compression
Çakıl temin edilerek, el ile serme, sulama ve sıkıştırma yapılması
By supplying sand, laying with machine, making irrigation and
compression
Kum temin edilerek, makine ile serme, sulama ve sıkıştırma
yapılması
By supplying gravel, draining
Çakıl temin edilerek, drenaj yapılması
Pouring of concrete in C 16/20 compressive strength class produced
in concrete plant or bought and compressed with concrete pump
(concrete shipping included)
Beton santralinde üretilen veya satın alınan ve beton pompasıyla
basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton
nakli dahil)
Pouring of concrete in C 20/25 compressive strength class produced
in concrete plant or bought and compressed with concrete pump
(concrete shipping included)
Beton santralinde üretilen veya satın alınan ve beton pompasıyla
basılan, C 20/25 basınç dayanım sınıfında beton dökülmesi (beton
nakli dahil)
Ø 160 mm nominal diameter, PVC based corrugated drainage pipe
supplying and furnishing
Ø 160 mm anma çaplı, PVC esaslı koruge drenaj borusunun temini
ve yerine döşenmesi
Making double water isolation with 3 mm thickness elastomer-based
(-20 cold bending) polymer bitumen sheetings with polyester mat
carrier
3 mm kalınlıkta elastomer esaslı (-20 soğukta bükülmeli) polyester
keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması
Making flat-surfaced reinforced-concrete formwork with Plywood
Plywood ile düz yüzeyli betonarme kalıbı yapılması
Making falsework with steel pipe (between 0,00-4,00m )
Çelik borudan kalıp iskelesi yapılması (0,00-4,00m arası)
Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars,
bending and placing
Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi,
bükülmesi ve yerine konulması
Ø 14- Ø 28 mm deformed concrete reinforcing steel bar, cutting bars,
bending and placing
Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi,
bükülmesi ve yerine konulması
Unit
# of
units
m³
693.88
m³
30.12
m³
265.13
m³
9.17
m³
30.12
m³
134.79
m²
101.80
m²
237.75
m²
580.71
m³
428.75
Ton
9.70
Ton
6.47
Unit
Price
(TRY)
Price (TRY)
SUB-TOTAL D1 for Infrastructural Works (Cesspool) (TRY)
8.1.1.D2.Infrastructural Works (Fertilizer Pit)- Rehabilitation of the Livestock Market in Selim District
No
Index No
1*
Y.15.001/2B
2*
Y.15.140/02
3*
Y.15.140/03
4*
Y.15.140/06
Item Description
Excavation of all soft and hard soil in every depth and width with
machine (Deep excavation)
Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak
kazılması (Derin kazı)
By supplying gravel, laying with hand, making irrigation and
compression
Çakıl temin edilerek, el ile serme, sulama ve sıkıştırma yapılması
By supplying sand, laying with machine, making irrigation and
compression
Kum temin edilerek, makine ile serme, sulama ve sıkıştırma yapılması
By supplying gravel, draining
Çakıl temin edilerek, drenaj yapılması
Unit
# of units
m³
180.89
m³
2.71
m³
91.25
m³
2.07
Unit Price
(TRY)
Price
(TRY)
117
5*
Y.16.050/03
6*
Y.16.050/04
7*
Y.18.460/23
8*
Y.18.461/00
6
9*
Y.21.001/03
10*
Y.21.050/C0
1
11*
Y.23.014
12*
Y.23.015
Pouring of concrete in C 16/20 compressive strength class produced in
concrete plant or bought and compressed with concrete pump
(concrete shipping included)
Beton santralinde üretilen veya satın alınan ve beton pompasıyla
basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton
nakli dahil)
Pouring of concrete in C 20/25 compressive strength class produced in
concrete plant or bought and compressed with concrete pump
(concrete shipping included)
Beton santralinde üretilen veya satın alınan ve beton pompasıyla
basılan, C 20/25 basınç dayanım sınıfında beton dökülmesi (beton
nakli dahil)
Ø 160 mm nominal diameter, PVC based corrugated drainage pipe
supplying and furnishing
Ø 160 mm anma çaplı, PVC esaslı koruge drenaj borusunun temini ve
yerine döşenmesi
Making double water isolation with 3 mm thickness elastomer-based (20 cold bending) polymer bitumen sheetings with polyester mat carrier
3 mm kalınlıkta elastomer esaslı (-20 soğukta bükülmeli) polyester
keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması
Making flat-surfaced reinforced-concrete formwork with Plywood
Plywood ile düz yüzeyli betonarme kalıbı yapılması
Making falsework with steel pipe (between 0,00-4,00m )
Çelik borudan kalıp iskelesi yapılması (0,00-4,00m arası)
Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars,
bending and placing
Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi,
bükülmesi ve yerine konulması
14- Ø 28 mm deformed concrete reinforcing steel bar, cutting bars,
bending and placing
Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi,
bükülmesi ve yerine konulması
m³
2.71
m³
24.93
m²
23.00
m²
175.00
m²
146.42
m³
51.98
Ton
1.75
Ton
0.80
SUB TOTAL D2 for Infrastructural Works (Fertilizer Pit) (TRY)
GRND TOTAL 8.1.1.D Infrastructural Works (D1+D2)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.1.2 DETAILED PRICE SCHEDULE DETAILED PRICE SCHEDULE FOR LOT 1 ITEM 2 CONSTRUCTION
OF LIVESTOCK MARKET IN SARIKAMIŞ DISTRICT
8.1.2.A.Structural Works - Sarıkamış Livestock Market
8.1.2.A1.Structural Works - Construction Items - Sarıkamış Livestock Market
No
Index No
1*
MSB.322/A1
2*
Y.15.001/1A
3*
Y.15.001/2B
4*
Y.15.140/04
5*
Y.15.140/08
Item Description
Pouring of concrete in C 20/25
Beton Kaplama Yapılması (C20/25 Hazır Beton Kullanılarak)
Excavation of all soft and hard soil in every depth and width with machine
Makine ile yumuşak ve sert toprak kazılması (Serbest kazı)
Excavation of all soft and hard soil in every depth and width with
machine (Deep excavation)
Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması
(Derin kazı)
By supplying gravel, laying with hand, making irrigation and compression
Çakıl temin edilerek, makine ile serme, sulama ve sıkıştırma yapılması
By supplying angular aggregate, laying with hand, making irrigation and
compression
Unit
# of units
m3
517.800
m³
778.970
m³
1,581.170
m³
1,167.780
m³
778.970
Unit
Price
(TRY)
Price
(TRY)
118
32mm'ye kadar kırmataş temin edilerek, makine ile serme, sulama ve
sıkıştırma yapılması
6*
Y.16.050/03
7*
Y.16.050/04
8*
Y.18.460/21
9*
Y.21.001/03
10*
Y.21.001/04
11*
Y.21.050/C11
12
Y.21.051/C11
13
Y.21.051/C13
14*
Y.23.011
15*
Y.23.014
16*
Y.23.015
17*
Y.23.081
18*
Y.23.101
19
Y.25.002/02
Pouring of concrete in C 16/20 compressive strength class produced in
concrete plant or bought and compressed with concrete pump (concrete
shipping included)
Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan,
C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)
Pouring of concrete in C 20/25 compressive strength class produced in
concrete plant or bought and compressed with concrete pump (concrete
shipping included)
Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan,
C 20/25 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)
Ø 100 mm radius, PVC based corruge drainage pipe supplying and
placing
Ø 100 mm anma çaplı, PVC esaslı koruge drenaj borusunun temini ve
yerine dösenmesi
Making flat-surfaced reinforced-concrete formwork with Plywood
Plywood ile düz yüzeyli betonarme kalıbı yapılması
Making curved-surfaced reinforced-concrete formwork with metal sheet
Sac ile eğri yüzeyli beton ve betonarme kalıbı yapılması
Making falsework with steel pipe (between 0,00-4,00m )
Çelik borudan kalıp iskelesi yapılması (0,00-4,00 m arası)
Making falsework with steel pipe (between 0,00-51,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş iskelesi
yapılması. (0,00-51,50 m arası)
Making full security scaffold for ceilings with steel pipe (between 0,0021,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş iskelesi
yapılması. (0,00-21,50 m arası)
Placing welded wire fabric 3,001-10,000 kg/m² (including 10,000 kg/m² )
Nervürlü çelik hasırın yerine konulması 3,001-10,000 kg/m² (10,000
kg/m² dahil)
Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars,
bending and placing
Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi,
bükülmesi ve yerine konulması
Ø 14 - 28 mm deformed concrete reinforcing steel bar, cutting bars,
bending and placing
Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi,
bükülmesi ve yerine konulması.
Making and placing roof truss with structural shape.
Profil demirlerinden çatı makası yapılması ve yerine konulması.
Making carcass and framework with all kinds of structural shape, steel
bars and plates ( framework, beams from structural shape at necks, head
pieces joints etc. )
Her çeşit profil, çelik çubuk ve çelik saçlarla karkas, (çerçeve) inşaat
yapılması, yerine tespiti (yapı karkası, köprülerde profil demirlerinden
kirişler, başlıklar, bağlantılar ve benzeri imalatlar)
Dyeing iron surfacees with double anti-rust and double synthetic dye
Demir yüzeylere iki kat antipas, iki kat sentetik boya yapılması
m³
191.700
m³
638.990
m
419.100
m²
2,969.650
m²
247.470
m³
3,313.440
m²
471.200
m³
286.560
Ton
23.690
Ton
36.530
Ton
12.300
Ton
4.660
Ton
163.650
m²
3,645.660
Sub Total 8.1.2.A1.Structural Works - Construction Items - Sarıkamış Livestock Market
8.1.2.A2. Structural Works - Field Architectural Items - Sarıkamış Livestock Market
No
Index No
1
23.260/İB-1
2
KGM/6000
3*
MSB.521/B2
4*
ÖZEL 12
5*
ÖZEL 14
Item Description
Wired fence 2.63 m with concrete poles
2.63 m yüksekliğinde betonarme direkli kafes teli ile himaye Çiti
yapılması
Making subbase with crushed hearthstone material
Ocak Taşından Konkasörle Kırılmış Malzeme ile Alttemel Yapılması
Making Painted,Trapezoidal sectioned plate roofing
Boyalı Trapezoidal Kesitli Sac Çatı Kaplaması Yapılması
Manure pit iron gate
GÜBRE ÇUKURU GİRİŞ KAPISI
Galvanized coated Waterers
GALVANİZ SULUK YAPILMASI 100*40 H:100
Unit
# of units
m
488.300
m³
683.800
m²
1,647.500
ad
1.000
ad
124.000
Unit
Price
(TRY)
Price
(TRY)
119
6*
ÖZEL 2
7*
ÖZEL 3
8*
ÖZEL 4
9*
ÖZEL 5
10*
ÖZEL 6
11*
ÖZEL 7
12
Y.26.017/032
13
Y.26.017/061
Preparation Of Parapets Using Galvanized Shaped Tube
m
1,300.200
GALVANİZ KAPLAMALI KORKULUK YAPILMASI
Manufacturing and Installation of Paddock Doors
ad
70.000
GALVANİZ KAPLAMALI PADOK KAPISI YAPILMASI
Manufacturing and Installation of Ramp Doors
ad
19.000
GALVANİZ KAPLAMALI İNDİRME RAMPA KAPISI YAPILMASI
Made from hollow sections and sheet iron door
m2
23.600
KUTU PROFİL VE SACDAN DEMİR KAPAK YAPILMASI
Disinfection Passage
ad
1.000
Dezenfeksiyon Tüneli
Tons Weigh Bridge
ad
1.000
HAYVAN KANTARI
Steam cured concrete paving with stone flooring
8 cm yüksekliğinde normal çimentolu buhar kürlü beton parke taşı ile
m²
3,419.000
döşeme kaplaması yapılması (her ebat, renk ve desende)
laying white cement steam cured concrete curbs
50 x 20 x 10 cm boyutlarında beyaz çimentolu buhar kürlü beton bordür
m
251.800
döşenmesi (pahlı, her renk)
Sub Total 8.1.2.A2. Structural Works - Field Architectural Items - Sarıkamış Livestock Market
8.1.2.A3. Structural Works - Office Architectural Works - Sarıkamış Livestock Market
No
Index No
1
18.140/D1
2
19.061/008A
3
23.243/23
4
27.528/3
5
A04
6
A08
7
A11
8
MSB.521/B2
9
MSB.922/A
10
ÖZEL-01
11
ÖZEL 09
12
ÖZEL 10
13
ÖZEL 11
14
ÖZEL 13
15
Y.18.110/20C02
Item Description
double -frame suspension system suspended ceiling with water and fire
-resistant gypsum wall board
Suya ve yangına dayanıklı alçı duvar levhaları ile çift iskeletli askı
sistemli asma tavan yapılması (12,5mm tek kat alçı duvar levhası ile)
Laying 10 cm thickness fiberglass blanket over roof space flooring
(Fiberglass blanket - 50 kg/m³ density) and water vapour permeable
waterproof sheet
Çatı arasına döşeme üzerine, 10 cm kalınlıkta taşyünü şilte (Taşyünü
şilte - 50 kg/m3 yoğunlukta) ve üzerine su buharı geçişine açık su
yalıtım örtüsü serilmesi
ALUMINIUM SHEET STRIP SUSPENDED CEILING (OUTDOOR)
30x30cm ebadında 0,50mm kalınlığında minimum 20 mikron
elektrostatik toz boyalı(polyester esaslı) delikli alümünyum plakadan
(EN AW 3000 serisi) gizli taşıyıcılı sistem asma tavan yapılması
3 mm thick coating of fillers on fine plaster, stucco etc. surfaces
İnce sıva, alçı sıvalı vb. yüzeyler üzerine 3 mm kalınlığında saten alçı
kaplama yapılması
Fixing internal and external doors with embbed roller ( Narrow and Wide
types )
Gömme silindirli iç ve dış kapı kilidinin yerine takılması (Geniş ve dar tip)
Fixing doorhandles and mirrors ( with chrome plating )
Kapı kolu ve aynalarının yerine takılması (Kromajlı)
Replacing the hinges
Yaylı menteşenin yerine takılması
Making Painted,Trapezoidal sectioned plate roofing
Boyalı Trapezoidal Kesitli Sac Çatı Kaplaması Yapılması
Compartment 13 mm Compact Laminate Panel and Door Making
13 mm Compact Laminat ile Bölme Panosu ve Kapı Yapılması
Composite siding
GİYDİRME CEPHE YAPILMASI
Vapor barrier
BUHAR KESİCİ
Carpet floor covering
HALI KAPLAMA
Trap car
ARAÇ KAPANI YAPILMASI (TERS KAPAN)
Fire exit
YANGIN KAPISI
Making wall with 10 cm thickness non-structural pumice concrete wall
blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³,
except 900 kg/m³ )
10 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar
yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600-900 kg/m³,
900 kg/m³ hariç)
Unit
# of units
m²
104.020
m2
408.947
m²
20.030
m²
104.020
Adet
6.000
Adet
6.000
Adet
18.000
m²
408.947
m²
7.920
m2
72.000
m2
408.947
m2
9.500
ad
2.000
ad
1.000
m²
45.988
Unit
Price
(TRY)
Price
(TRY)
120
16
Y.18.110/20C06
17
Y.18.461/008
18
Y.18.461/009
19
Y.18.461/042
20
Y.19.055/003
21
Y.19.056/003
22
Y.19.057/003
23
Y.19.085/025
24
Y.21.051/C11
25
Y.21.051/C13
26
Y.21.101/06
27
Y.21.280/01
28
Y.22.001/01
29
Y.22.009/03
30
Y.23.152
31
Y.23.244/L
Making wall with 19 cm thickness non-structural pumice concrete wall
blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³,
except 900 kg/m³ )
19 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar
yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600-900 kg/m³,
900 kg/m³ hariç)
Making double water isolation with 3 mm and 4 mm thickness
elastomer-based (-10 cold bending) polymer bitumen sheetings with
polyester mat carrier
3 mm ve 4 mm kalınlıkta plastomer esaslı (-10 soğukta bükülmeli)
polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı
yapılması
Making double water isolation with 3 mm and 4 mm thickness
elastomer-based (-20 cold bending) polymer bitumen sheetings with
polyester mat carrier
3 mm ve 4 mm kalınlıkta elastomer esaslı (-20 soğukta bükülmeli)
polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı
yapılması
250 gr / m² weight in laying geotextile
250 gr/m² ağırlıkta geotekstil keçe serilmesi
Making external heat isolation and heat insulation plastering on outer
wall with 5 cm thickness textured surface or textured rebate extruded
polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing)
5 cm kalınlıkta yüzeyi pürüzlü veya pürüzlü kanallı extrüde polistren
levhalar (XPS - 200 kPa basınç dayanımlı) ile dış duvarlarda dıştan ısı
yalıtımı ve üzerine ısı yalıtım sıvası yapılması (Mantolama)
5 cm thick surface smooth sheets ( XPS - 300 kPa pressure resistant)
by performing thermal insulation on the basement waterproofing curtain
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç
dayanımlı) ile bodrum perdelerinde su yalıtımı üzerine ısı yalıtımı
yapılması
Making external heat isolation and heat insulation plastering on outer
wall with 5 cm thickness textured surface or textured rebate extruded
polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing)
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç
dayanımlı) ile yatayda (zemine oturan (toprak temaslı) döşemelerde
veya ters teras çatılarda) ısı yalıtımı yapılması
Cement based, polymer -modified two-component total thickness of 1.5
mm waterproofing in 2 coats with ready to use mortar insulation
Çimento esaslı polimer modifiyeli iki bileşenli kullanıma hazır yalıtım
harcı ile 2 kat halinde toplam 1.5 mm kalınlıkta su yalıtımı yapılması
Making falsework with steel pipe (between 0,00-51,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş iskelesi
yapılması. (0,00-51,50 m arası)
Making full security scaffold for ceilings with steel pipe (between 0,0021,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş iskelesi
yapılması. (0,00-21,50 m arası)
OSB / 3 coating on the roof
Çatı üzerine OSB/3 kaplama yapılması
Laminate flooring
Laminat parke döşeme kaplaması yapılması (AC1 Sınıf 21) (süpürgelik
dahil)
The massive wooden table top internal door frames and moldings
Ahşaptan masif tablalı iç kapı kasa ve pervazı yapılması yerine
konulması
Laminate coated with panels made from both sides of the wood fiber (
MDF ) pressed , craft filled inner door panel production and fitting
Laminat kaplamalı, iki yüzü odun lifinden yapılmış levhalarla (mdf)
presli, kraft dolgulu iç kapı kanadı yapılması, yerine takılması
Making and placing doors and windows with square and rectangle
structral shapes
Kare ve dikdörtgen profillerle pencere ve kapı yapılması ve yerine
konulması
Powder coated insulated aluminum joinery manufacture and putting in
place
Elektrostatik toz boyalı ısı yalıtımlı alüminyum doğrama imalatı
yapılması ve yerine konulması
m²
222.435
m²
115.640
m²
524.587
m²
295.450
m²
270.910
m²
115.640
m²
231.420
m²
20.030
m²
363.160
m³
576.440
m²
408.947
m²
9.500
m²
11.130
m²
11.880
kg
521.887
kg
865.000
121
32
Y.25.002/01
33
Y.25.003/21
34
Y.25.003/22
35
Y.25.004/05
36
Y.26.006/303
37
Y.26.008/304A
38
Y.26.008/405A
39
Y.26.020/042A
40
Y.26.020/052A
41
Y.27.501/01
42
Y.27.501/02
43
Y.27.501/03
44
Y.27.501/08
45
Y.27.581
46
Y.27.583
47
Y.28.645/C04
Dyeing iron surfaces with double anti-rust paint
m²
59.816
Demir yüzeylere korozyona karşı iki kat boya yapılması
Water-based primer applied two coats semi-matte paint on new flatter
surfaces (interior)
m²
510.480
Yeni sıva yüzeylere astar uygulanarak iki kat su bazlı yarımat boya
yapılması (iç cephe)
LUSTER done by applying water-based paint two coats of satin lining
on plaster and plasterboard surfaces (interior)
m²
104.020
Saten alçılı ve alçıpanel yüzeylere astar uygulanarak iki kat su bazlı
yarımat boya yapılması (iç cephe)
Dyeing Exposed concrete , plastered or old painted surfaces, with
undercoat applied silicon-based water based painting (exterior wall)
m²
270.910
Brüt beton, sıvalı veya eski boyalı yüzeylere, astar uygulanarak silikon
esaslı grenli/tekstürlü kaplama yapılması (dış cephe)
20 x 25 cm) or (20 x 30 cm) in nominal sizes, in all kinds of patterns and
surface features, I.kalit to 3 mm spaced wall coverings with joints made
of white ceramic wall tiles (with tile adhesive)
m²
127.620
(20 x 25 cm) veya (20 x 30 cm) anma ebatlarında, her türlü desen ve
yüzey özelliğinde, I.kalite, beyaz seramik duvar karoları ile 3 mm derz
aralıklı duvar kaplaması yapılması (karo yapıştırıcısı ile)
30 x 30 cm) or (33 x 33 cm) in nominal sizes, in all kinds of patterns and
surface features, I.kalit to 3 mm spaced wall coverings with joints made
of white ceramic wall tiles (with tile adhesive)
m²
20.030
(30 x 30 cm) veya (33 x 33 cm) anma ebatlarında, her türlü renk, desen
ve yüzey özelliğinde, I.kalite, mat, sırsız porselen karo ile 3 mm derz
aralıklı döşeme kaplaması yapılması (karo yapıştırıcısı ile)
40 x 40 cm in nominal sizes, in all kinds of patterns and surface
features, I.kalit to 3 mm spaced wall coverings with joints made of white
ceramic wall tiles (with tile adhesive)
m²
113.360
40 x 40 cm anma ebatlarında, rektifiyeli, her türlü renk, desen ve yüzey
özelliğinde, I.kalite, parlak, sırsız porselen karo ile 3 mm derz aralıklı
döşeme kaplaması yapılması (karo yapıştırıcısı ile)
Making external windowledge with 3 cm thickness coloured marble tiles
( 3cmx30-40-50cmxfree length ) ( glazed )
m²
6.700
3 cm kalınlığında renkli mermer levha ile dış denizlik yapılması
(3cmx30-40-50cmxserbest boy) (honlu veya cilalı)
Making parapet e with 3 cm thickness coloured marble tiles ( 3cmx3040-50cmxfree length ) ( glazed )
m²
10.720
3 cm kalınlığında renkli mermer levha ile parapet yapılması (3cmx30-4050cmxserbest boy) (honlu veya cilalı)
Plastering with 250/350 kg cement dosed rendering and plastering
mortar (exterior wall)
m²
270.910
250/350 kg çimento dozlu kaba ve ince harçla sıva yapılması (dış cephe
sıvası)
Plastering with 200/250 kg cement/lime mixed rendering and plastering
mortar (interior wall)
m²
221.450
200/250 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması (iç
cephe sıvası)
Plastering with 250/350 kg cement/lime mixed rendering and plastering
mortar (ceiling)
m²
289.030
250/350 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması
(tavan sıvası)
STUCCO CONTAINING CEMENT
m²
127.620
350 kg çimento dozlu harçla tek kat kaba sıva yapılması
LEVELING COARSE
m²
142.890
200 kg çimento dozlu tesviye tabakası yapılması
2.5 cm thick made of 400 kg of cement dose alum
m²
142.890
2.5 cm kalınlığında 400 kg çimento dozlu şap yapılması
Fixing PVC and aluminium joinery section and 6+6 mm thickness 12
mm interstitial spaced double glassed window units
m²
308.475
PVC ve alüminyum doğramaya profil ile 6+6 mm kalınlıkta 12 mm ara
boşluklu çift camlı pencere ünitesi takılması
SubTotal 8.1.2.A3. Structural Works - Office Architectural Works - Sarıkamış Livestock Market
8.1.2.A4. Structural Works - Quarantine Architectural Works - Sarıkamış Livestock Market
No
Index No
Item Description
Unit
# of units
Unit
Price
(TRY)
Price
(TRY)
122
1*
18.233/10
2
A04
3
A08
4
A11
5
Y.18.110/20C06
6
Y.18.461/008
7
Y.18.461/009
8
Y.18.461/042
9
Y.19.056/003
10
Y.19.057/003
11
Y.21.051/C11
12
Y.21.051/C13
13
Y.23.152
14
Y.23.155
15
Y.23.244/L
16
Y.25.003/12
17
Y.25.004/05
Existing wood, steel, concrete beams or aşıklı on the roof (4 cm),
polystyrene filled (top 0.70 mm trapezoidal lower 0.50 mm thick flat)
Aluminium sheets (EN AW 3003, Al-Mn1 Cu) and made of insulated
roofing
Mevcut ahşap, çelik, betonarme kiriş veya aşıklı çatı üzerine (4 cm)
polistren dolgulu (Üst 0.70 mm trapezoidal Alt 0.50 mm düz) Alüminyum
levhalar (EN AW 3003,Al-Mn1 Cu ) ile ısı yalıtımlı çatı örtüsü yapılması.
Fixing internal and external doors with embbed roller ( Narrow and Wide
types )
Gömme silindirli iç ve dış kapı kilidinin yerine takılması (Geniş ve dar tip)
Fixing doorhandles and mirrors ( with chrome plating )
Kapı kolu ve aynalarının yerine takılması (Kromajlı)
Replacing the hinges
Yaylı menteşenin yerine takılması
Making wall with 19 cm thickness non-structural pumice concrete wall
blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³,
except 900 kg/m³ )
19 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar
yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600-900 kg/m³,
900 kg/m³ hariç)
Making double water isolation with 3 mm and 4 mm thickness
elastomer-based (-10 cold bending) polymer bitumen sheetings with
polyester mat carrier
3 mm ve 4 mm kalınlıkta plastomer esaslı (-10 soğukta bükülmeli)
polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı
yapılması
Making double water isolation with 3 mm and 4 mm thickness
elastomer-based (-20 cold bending) polymer bitumen sheetings with
polyester mat carrier
3 mm ve 4 mm kalınlıkta elastomer esaslı (-20 soğukta bükülmeli)
polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı
yapılması
250 gr / m² weight in laying geotextile
250 gr/m² ağırlıkta geotekstil keçe serilmesi
5 cm thick surface smooth sheets ( XPS - 300 kPa pressure resistant)
by performing thermal insulation on the basement waterproofing curtain
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç
dayanımlı) ile bodrum perdelerinde su yalıtımı üzerine ısı yalıtımı
yapılması
Making external heat isolation and heat insulation plastering on outer
wall with 5 cm thickness textured surface or textured rebate extruded
polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing)
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç
dayanımlı) ile yatayda (zemine oturan (toprak temaslı) döşemelerde
veya ters teras çatılarda) ısı yalıtımı yapılması
Making falsework with steel pipe (between 0,00-51,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş iskelesi
yapılması. (0,00-51,50 m arası)
Making full security scaffold for ceilings with steel pipe (between 0,0021,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş iskelesi
yapılması. (0,00-21,50 m arası)
Making and placing doors and windows with square and rectangle
structral shapes
Kare ve dikdörtgen profillerle pencere ve kapı yapılması ve yerine
konulması
2.00 mm thick hot rolled sheet door frame bending done and put in
place
2,00 mm kalınlığında sıcak haddelenmiş sacdan bükme kapı kasası
yapılması ve yerine konulması
Powder coated insulated aluminum joinery manufacture and putting in
place
Elektrostatik toz boyalı ısı yalıtımlı alüminyum doğrama imalatı
yapılması ve yerine konulması
White lime whitewash three times made the new plaster surfaces
(interior)
Yeni sıva yüzeylere üç kat beyaz kireç badana yapılması (iç cephe)
Dyeing Exposed concrete , plastered or old painted surfaces, with
undercoat applied silicon-based water based painting (exterior wall)
m²
139.909
Adet
3.000
Adet
3.000
Adet
9.000
m²
170.425
m²
34.720
m²
34.720
m²
136.950
m²
34.720
m²
136.950
m²
176.600
m³
371.880
kg
48.273
kg
198.000
kg
246.800
m²
245.007
m²
164.600
123
Brüt beton, sıvalı veya eski boyalı yüzeylere, astar uygulanarak silikon
esaslı grenli/tekstürlü kaplama yapılması (dış cephe)
18
Y.27.501/01
19
Y.27.501/02
20
Y.27.581
21
Y.28.645/C04
Plastering with 250/350 kg cement dosed rendering and plastering
mortar (exterior wall)
m²
164.600
250/350 kg çimento dozlu kaba ve ince harçla sıva yapılması (dış cephe
sıvası)
Plastering with 200/250 kg cement/lime mixed rendering and plastering
mortar (exterior wall)
m²
245.007
200/250 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması (iç
cephe sıvası)
LEVELING COARSE
m²
123.960
200 kg çimento dozlu tesviye tabakası yapılması
Fixing PVC and aluminium joinery section and 6+6 mm thickness 12
mm interstitial spaced double glassed window units
m²
17.892
PVC ve alüminyum doğramaya profil ile 6+6 mm kalınlıkta 12 mm ara
boşluklu çift camlı pencere ünitesi takılması
Sub Total 8.1.2.A4. Structural Works - Quarantine Architectural Works - Sarıkamış Livestock Market
GRAND TOTAL 8.1.2.A Structural Works - Sarıkamış Livestock Market (A1+A2+A3+A4)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.1.2.B.Electric Works - Sarıkamış Livestock Market
8.1.2.B1.Electric Works -Livestock Market - Sarıkamış Livestock Market
No
Index No
1
20.5.1.-003
2
20.6.1-004
3
5.5.3.2.1/006
4*
726-302
5*
726-303
6*
726-304
7*
727-513
8*
727-524
9*
727-525
10*
727-526
11*
727-531
12
742-453
Item Description
150 W.SODIUM VAPOR LIGHTING FIX. AT STEEL, WOOD AND
CONCRETE POLES
150W Sodyum Buharlı Armatür Demir, Ağaç ve Beton Direklerde,
Ampulü Hariç
150 W. SODIUM VAPOR TRANSPARENT TUBE BULB HIGH
PRESSURE IGNITION
Sodyum Buharlı Ampul Şeffaf Tüp. (150 W Yüksek Basınçlı-Ateşlemeli
Tip)
AD1-60/15 TYPE, 70 KG. SINGLE CONSOLE GALVANIZED STEEL
RANGE LIGHT POLE
AD1-60/15 TİPİ, 70 KG.TEK KONSOLLU GALVANİZLİ ÇELİK POLİGON
AYDINLATMA DİREĞİ
PIPELESS FREE PAVED EARTHING LINE 6 mm2
Topraklama hattı-6 mm² (borusuz) çıplak örgülü veya dolu bakır tel
PIPELESS FREE PAVED EARTHING LINE 10 mm2
Topraklama hattı-10 mm² (borusuz) çıplak örgülü veya dolu bakır tel
PIPELESS FREE PAVED EARTHING LINE 16 mm2
Topraklama hattı-16 mm² (borusuz)
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 3*2.5
mm2 NYY
1 kV yeraltı kablosu (NYY)-3x2,5 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*16 mm2
NYY
1 kV yeraltı kablosu (NYY) -4x16 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*10 mm2
NYY
1 kV yeraltı kablosu (NYY)-4x10 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*6 mm2
NYY
1 kV yeraltı kablosu (NYY)-4x6 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 7x1,5
mm2 NYY
1 kV yeraltı kablosu (NYY)-7x1,5 mm²
LED PRJ. UP TO 60 WATT (220 V. AC.)
LED PRJ - 60 W'a kadar (60 W dahil ) (220 V. AC.), Led Projektörler
Unit
# of units
Adet
15.000
Adet
15.000
AD
15.000
m
215.000
m
70.000
m
765.000
m
630.000
m
325.000
m
70.000
m
545.000
m
140.000
Adet
Unit
Price
(TRY)
Price
(TRY)
5.000
124
CABLE TRAY SYSTEMS
kg
290.000
Kablo Tava Sistemleri (Ölçü: kg. İhzarat %60 )
INTERNAL TYPE LINE TRANSFORMER AND INSTALLATION
14
839-101
Adet
4.000
Hat transformatörü ve montajı-dahili tip
EXTERNAL TYPE AIR PRESSURE SPEAKER 10 W.
15
840-105
Adet
4.000
Hoparlör ve montajı-10 W.a kadar harici tip hava basınçlı
TABLE MICROPHONE
16
842-101
Adet
1.000
Masa tipi mikrofon
AMPLIFIER AND INSTALLATION 75 W.
17
844-103
Adet
1.000
Amplifikatör ve montajı-75 W'lık
RACK CABINETS 9U 600 mm * 600 mm 19"
18
880-1105
Adet
1.000
Duvara monte edilebilir kabinetler 9U 600mmx600mm 19" kabinet
FAN MODULE WITH THERMOSTAT BELONGING TO PRODUCT (2
19
880-1280
FANS)
Adet
1.000
Termostatlı fan modülü (2Fanlı)
19" RACK TYPE 6-FOLD GROUP SOCKET WITH SAFETY FUSE
20
880-1287
BELONGİNG TO PRODUCT
Adet
1.000
19" rack tipi 6'lı grup priz sigortalı
2x0.75mm2 LIH (St)H HALOGEN FREE SIGNAL AND CONTROL
21
880-3159
CABLE
m
5.000
2x0,75 mm² LIH(st)H HALOJENFREE SİNYAL ve KUMANDA KABLOSU
2x2.5mm2 LIH (St)H HALOGEN FREE SIGNAL AND CONTROL CABLE
22
880-3204
m
160.000
2x2,5 mm² LIH(st)H HALOJENFREE SİNYAL ve KUMANDA KABLOSU
RG 6/U-6, 75 IMPEDANCE COAXIAL CABLE
23
880-431
m
420.000
RG 6/U-6 75 ohm Koaksiyel Kablo
ACTIVE CAPTURE TIP AVERAGE WARNING LINE L=60 MT
24
980-214
Adet
1.000
Ortalama uyarım yolu dl=60 m, aktif yakalama ucu
PUNCHEON (FOR ACTIVE CAPTURE TIP)
25
980-300
Adet
1.000
Çatı direği (Aktif yakalama ucu için) (Ölçü: Adet, İhzarat: %60)
ROOF SURROUNDING AND LOWERING CONDUCTOR 50 mm2
26
981-101
Electrolytic Copper Conductor
m
90.000
50 mm² elektrolitik bakır tel ile çatı ihata ve indirme iletkenleri tesisatı
BUILDING SURROUNDING CONDUCTOR 30×3.5 MM GALVANIZED
27
982-102
STEEL SHEET
m
245.000
30x3,5 mm ebadında şartnamesine uygun galvanizli çelik lama
GROUND ELECTRODE (ROD), ELECTROLYTIC COPPER
28
983-102
TS 435 / T1 standardına uygun, Toprak elektrodu (Çubuk)elektrolitik
Adet
11.000
bakır
PROTECTIVE CONDUCTOR PIPE
29
983-103
Adet
1.000
İletken koruyucu borusu (3 m'lik)
THERMOWELDING SUPPLEMENT UP TO 115 GR.WELDING DUST
30
985-104
Adet
4.000
115 gr kaynak tozuna kadar termokaynak eki
2 MP EXTERNAL CAMERA
31
ÖZEL-ELK-01
AD
6.000
HARİCİ KAMERA VE AKSESUARLARI
32' MONITOR
32
ÖZEL-ELK-02
AD
1.000
32' MONITOR
16 CHANNEL DVR
33
ÖZEL-ELK-03
AD
1.000
16 KANAL DVR
STANDING OUTLET BOX
34
ÖZEL-ELK-08
AD
6.000
DİKİLİ TİP PRİZ KUTUSU
PE 100 HDPE 10 ATU PIPE
35
ÖZEL-ELK-09
MT
555.000
PE 100 HDPE 10 ATÜ BORU
BARRIER
36
ÖZEL-ELK-10
AD
2.000
BARİYER
I5-4GB RAM 500 GB HDD PC
37
ÖZEL-ELK-11
AD
1.000
İ5-4GB RAM 500 GB HDD PC
BARCODE READER
38
ÖZEL-ELK-12
AD
1.000
BARKOD OKUYUCU
SUB Total 8.1.2.B1.Electric Works -Livestock Market - Sarıkamış Livestock Market
8.1.2.B2.Electric Works -Office, Quarantine, Barn - Sarıkamış Livestock Market
Unit
No
Index No
Item Description
Unit
# of units
Price
(TRY)
PIPELESS FREE PAVED EARTHING LINE 4 mm2
1*
726-301
m
30.000
Topraklama hattı-4 mm² (borusuz) çıplak örgülü veya dolu bakır tel
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*2.5
2*
727-528
mm2 NYY
m
30.000
1 kV yeraltı kablosu (NYY)-4x2,5 mm²
13
782-100
Price
(TRY)
125
3
739-102
4
742-332
5
742-333
6
742-532
7
742-538
8
794-301
9
794-302
10
794-304
11
796-103
12
815-101
13
818-101
14
819-101
15
819-102
16
845-103
17
982-102
18
983-102
19
985-104
20
ÖZEL-ELK-04
21
ÖZEL-ELK-05
22
ÖZEL-ELK-06
23
ÖZEL-ELK-07
EMPTY PIPE INSTALLATION (26-37 mm)
Birim Fiyat No.: 729-101 gibi yalnız (26 - 37) mm. boru ile. Betonarme
tavanda ve duvarlarda 14 - 18 mm. peşel, bergman veya PVC boş boru
m
100.000
temini, döşemesi, boru içerisine kılavuz teli çekilip bırakılması her nevi
malzeme ve işçilik dahil.
GLASS FIBER REINFORCED POLYESTER BODY. U1 1*40 W.
FLUORESCENT FIXTURE
Adet
1.000
Cam elyaf takviyeli polyester gövdeli U1 tipi etanj flüoresan armatür U1
1x40W (36W)
GLASS FIBER REINFORCED POLYESTER BODY. U1 2*40 W.
FLUORESCENT FIXTURE
Adet
12.000
Cam elyaf takviyeli polyester gövdeli U1 tipi etanj flüoresan armatür U1
2x40W (36W)
DECORATIVE SUSPENDED CEILING FIXTURE: ATY2- 4x18 W
ATY2-4x18 W (Çift parabolik parlak reflektörlü) dekoratif amaçlı asma
Adet
12.000
tavan armatür
DECORATIVE SUSPENDED CEILING FIXTURE: ATY8- 2x18 W
ATY8-2x18 W (Çift parabolik, reflektörlü) dekoratif amaçlı asma tavan
Adet
1.000
armatür
Etange light outlet (with security line) NORMAL OUTLET (Lines and
Outlet lines with unleaded antigrone (NHXMH) material.)
Adet
11.000
Normal Sorti, Linye ve sorti hatları kurşunsuz antigron (NHXMH)
nevinden malzeme ile, Etanj aydınlatma sortisi (Güvenlik hatlı)
Etange light outlet (with security line) SWITCH OUTLET (Lines and
Outlet lines with unleaded antigrone (NHXMH) material.)
Adet
8.000
Komütatör Sorti, Linye ve sorti hatları kurşunsuz antigron (NHXMH)
nevinden malzeme ile, Etanj aydınlatma sortisi (Güvenlik hatlı)
Etange light outlet (with security line) PARALLEL OUTLET (Lines and
Outlet lines with unleaded antigrone (NHXMH) material.)
Adet
9.000
Paralel Sorti, Linye ve sorti hatları kurşunsuz antigron (NHXMH)
nevinden malzeme ile, Etanj aydınlatma sortisi (Güvenlik hatlı)
Etange socket outlet (with security line) LINES AND OUTLET LINES
WITH UNLEADED ANTIGRONE (NHXMH) MATERIAL AND NORMAL
SOCKET OUTLET
Adet
32.000
Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile
normal priz sortisi
PHONE INSTALLATION OUTLET up to 2 pairs (together with
earthing line)
Adet
7.000
Telefon tesisatı sortisi
INDOOR MAIN LINE SYSTEM up to 2 pairs P.14
m
100.000
Bina içerisinde ana hat tesisatı (2 çifte kadar-p14)
TELEPHONE DISTRIBUTION BOX up to 10 pairs
Adet
1.000
Telefon dağıtım kutuları (10 çifte kadar) (DKP sac)
TELEPHONE DISTRIBUTION BOX up to 30 pairs
Adet
2.000
Telefon dağıtım kutuları (30 çifte kadar) (DKP sac)
TELEVISION OUTLET
Adet
5.000
Televizyon sortisi
BUILDING SURROUNDING CONDUCTOR 30×3.5 MM GALVANIZED
STEEL SHEET
m
170.000
30x3,5 mm ebadında şartnamesine uygun galvanizli çelik lama
GROUND ELECTRODE (ROD), ELECTROLYTIC COPPER
TS 435 / T1 standardına uygun, Toprak elektrodu (Çubuk)elektrolitik
Adet
2.000
bakır
THERMOWELDING SUPPLEMENT UP TO 115 GR.WELDING DUST
Adet
2.000
115 gr kaynak tozuna kadar termokaynak eki
1*150W
AD
3.000
ÖZ1 1*150W
OZ2 1*13W
AD
12.000
ÖZ2 1*13W
SATELLITE
AD
1.000
ÇANAK ANTEN
4-6 OUTPUT LNB
AD
1.000
4 ÇIKIŞLI LNB
Sub Total 8.1.2.B2.Electric Works -Office, Quarantine, Barn - Sarıkamış Livestock Market
8.1.2.B3.Electric Works - Panel, Shifter - Sarıkamış Livestock Market
No
Index No
Item Description
Unit
# of units
Unit
Price
(TRY)
Price
(TRY)
126
1
701-201
2
704-104
3
705-103
4
705-104
5
707-102
6
713-304
7
715-307
8
715-309
9
718-203
10
718-310
11
718-507
12
718-508
13
718-563
14
723-401
15
724-601
16
724-602
17
724-606
18
724-607
19
724-707
20
724-708
21
725-401
22
725-511
23
725-731
24
725-904
25
726-302
26
726-303
27
726-304
28
727-509
Front cover panel
Özel sac pano-önden kapaklı
Surface-steel table 0:30 to 0:40 m² (including 0,40 m²)
Sıva üstü sac tablo-0.30-0.40 m² (0,40 m² dahil)
Built-in sheet metal tables up to 0,20 - 0,30m2 (including 0,30 m2)
Gömme tip sac tablo-0.20-0.30 m² (0,30 m² dahil)
Built-in sheet metal tables up to 0,30 - 0,40m2 (including 0,40 m2)
Gömme tip sac tablo-0.30-0.40 m² (0,40 m² dahil)
Automatically insured housing type sheet metal tables with switch
8
fuses
Anahtarlı otomatik sigortalı loj. tipi sac tablo-8 sigortalı
Selective paco switches of the type that are mounted on the table up to
3x25 A. (three-phase)
Normal Pako Şalter-tablo üstü-3x25 A'e kadar
THERMIC,MAGNETIC SHIELDED POWER SWITCH 3*40 A.(Table
wake ( TS EN 60947-2)
Termik Magnetik Şalter-tablo arkası-3x40 A'e kadar
Selective paco switches of the type that are mounted on the table up to
3 x 100 A. (three-phase) Icu:25kA, I1: (0,8-1)In
Termik Magnetik Şalter-tablo arkası-3x100 A'e kadar
Dry-type thermal protector contactor up to 3x25 A
Kuru tip Termik Kontaktör-3x25 A'e kadar
Timer, which is used as timer in lighting control
Aydınlatma kontrollünde kullanılan Zaman rölesi. (Ölçü Adet, İhzarat
%60)
Residual current circuit-breakers up to 4x25 (30 mA)
Kaçak akım koruma şalterleri-4x25 A'e kadar (30 mA)
Leakage protection circuit breakers- up to 4x40 A (30 mA)
Kaçak akım koruma şalterleri-4x40 A'e kadar (30 mA)
Panel type surge protectors class B, 230V AC, 100 kA (10/350ms), threephase, neutral ground
Pano tipi aşırı gerilim koruyucusu, B sınıfı, 230 VAC, 100 kA üç faz, nötrtoprak
Automatic control central compensation batteries up to 400v.
Otomatik kumandalı merkezi kompanzasyon bataryası-400 V'a kadar
6 KA cutting capacity auto safety fuse AUTO SAFETY FUSE WITH
SWITCH 25 A. (6KA) (TS 5018-1 EN 60898-1)
Anahtarlı otomatik sigorta (6 kA)-16 A'e kadar
6 KA cutting capacity auto safety fuse AUTO SAFETY FUSE WITH
SWITCH 25 A. (6KA) (TS 5018-1 EN 60898-1)
Anahtarlı otomatik sigorta (6 kA)-25 A'e kadar
3-PHASE AUTOMATIC SAFETY FUSE WITH SWITCH 16 A. (6KA)(TS
5018-1 EN 60898-1
Anahtarlı otomatik sigorta (6 kA)-3x16 A'e kadar
Switching auto insurance (6 kA) up to -3x40
Anahtarlı otomatik sigorta (6 kA)-3x40 A'e kadar
Three-phase Automatic safety fuse with switch (10 kA)-up to 40 A
Anahtarlı otomatik sigorta (10 kA)-3x40 A'e kadar
Switching auto insurance (10 kA) up to -3x60
Anahtarlı otomatik sigorta (10 kA)-3x60 A'e kadar
Measure Current Transformer 100 - 500/5 A.
Akım ölçü trafosu 100-500/5 A
Energy analyzer
Enerji analizörü
Three-phase Time Scheduled Electronic Type (Active-Reactive)
3x230/400 V..3x5(7,5) A Counters
Üç Fazlı Zaman Tarifeli Elektronik Tip (Aktif-Reaktif) Sayaç, 3x230/400 V:
3x5 (7,5) A
Sign Lamp up to 250.V
İşaret lambası 250 V'a kadar
PIPELESS FREE PAVED EARTHING LINE 6 mm2
Topraklama hattı-6 mm² (borusuz) çıplak örgülü veya dolu bakır tel
PIPELESS FREE PAVED EARTHING LINE 10 mm2
Topraklama hattı-10 mm² (borusuz) çıplak örgülü veya dolu bakır tel
PIPELESS FREE PAVED EARTHING LINE 16 mm2
Topraklama hattı-16 mm² (borusuz)
1 kV underground cable (NYY) -3x16 mm²
1 kV yeraltı kablosu (NYY)-3x16 mm²
Adet
1.000
Adet
1.000
Adet
1.000
Adet
1.000
Adet
2.000
Adet
3.000
Adet
1.000
Adet
3.000
Adet
1.000
Adet
1.000
Adet
5.000
Adet
2.000
Adet
1.000
kVAR
27.500
Adet
29.000
Adet
1.000
Adet
7.000
Adet
6.000
Adet
6.000
Adet
1.000
Adet
6.000
Adet
1.000
Adet
1.000
Adet
15.000
m
70.000
m
5.000
m
120.000
m
5.000
127
29
727-521
30
727-522
31
727-525
32
727-526
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 3*50+25
mm2
m
125.000
1 kV yeraltı kablosu (NYY)-3x50+25 mm²
1 kV underground (NYY)-3x35+16 mm²
m
120.000
1 kV yeraltı kablosu (NYY)-3x35+16 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*10 mm2
NYY
m
5.000
1 kV yeraltı kablosu (NYY)-4x10 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*6 mm2
NYY
m
70.000
1 kV yeraltı kablosu (NYY)-4x6 mm²
Sub Total 8.1.2.B3.Electric Works - Panel, Shifter - Sarıkamış Livestock Market
GRAND TOTAL 8.1.2.B.Electric Works - Sarıkamış Livestock Market
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.1.2.C.Mechanical Works - Sarıkamış Livestock Market
8.1.2.C1.Mechanical Works - Plumbing - Sarıkamış Livestock Market
No
Index No
Item Description
Unit
# of units
Unit
Price
(TRY)
oval sink
Tezgah altı veya tezgah üstü oval lavabo Takriben 40x50 cm Sırlı
Adet
5.000
Seramik ekstra sınıf Lavabolar
Pan closet (faience ware extra class) with plastic siphon, 50x60 cm
2
075-103
Adet
4.000
Alaturka hela taşı (Sırlı seramikten ekstra sınıf) plastik sifonlu, 50x60 cm
Self reserves European style toilets
3
079-100
Tk
3.000
Kendinden rezerv.alafranga hela ve tes. (1.kalite) 35x55 cm
Taps (short, perlatürl a ) Class 1 1/2 "
4
089-112
Adet
4.000
Musluk (kısa, perlatürlü) 1.sınıf 1/2"
Fitted head and hand shower set
5
089-606
Adet
1.000
Gömme baş ve el duşlu banyo takımı
Sink siphon
6
089-701
Adet
5.000
Lavabo ve eviye sifonu
Touchless basin mixer and installation, with single water inlet (chromic)
7
089-922
Adet
5.000
Fotoselli lavabo bataryası ve tesisatı, tek su girişli (krome)
Soap dish 16x31 cm
8
090-102
Adet
1.000
Sabunluk (fayans, kollu), 16x31 cm
Sheet (tiles), 16x16 cm
9
094-100
Adet
7.000
Kağıtlık (fayans), 16x16 cm
Location filter (rigid plastic grille), 10x10 cm
10
097-203
Adet
3.000
Yer süzgeci (sert plastik ızgaralı), 10x10 cm
Cold water meter ( diameter 25 mm ( 1 ") screw )
11
103-103
Adet
1.000
Soğuk su sayacı (çap 25 mm, (1"), vidalı)
Electrical water heater (80 L, 1800 watt and above)
12
117-304
Adet
1.000
Elektrikli su ısıtıcısı (80 L 1800 Watt. ve üzeri)
Liquid soap machine (0.5 lt)
13
ÖZEL.MEK.01
Adet
5.000
Sıvı sabun makinası (tezgaha gömme 0,5lt )
Sub Total 8.1.2.C1.Mechanical Works - Plumbing - Sarıkamış Livestock Market
8.1.2.C2.Mechanical Works - Common Plumbing - Sarıkamış Livestock Market
Unit
No
Index No
Item Description
Unit
# of units
Price
(TRY)
Price of physiotherm seamed and screwed-fitted polypropylene pipe
montage supply inside the building
1
204-3103
m
24.000
Pn 20 polipropilen temiz su boru 3/4" 25/4,2 mm Polipropilen temiz su
boruları
Outside diameter 50 mm , wall thickness from 3.2 mm mild Hard
2
204-411
m
5.000
Polyvinyl Chloride ( HPVC -U) plastic sewage pipes
1
Price
(TRY)
071-108
Price
(TRY)
128
Dış çap 50 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVCU) Plastik pis su boruları
3
4
5
6
7
8
9
Outside diameter 70 mm , wall thickness from 3.2 mm mild Hard
Polyvinyl Chloride ( HPVC -U) plastic sewage pipes
204-412
m
6.000
Dış çap 70 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVCU) Plastik pis su boruları
Outside diameter 100 mm , wall thickness from 3.2 mm mild Hard
Polyvinyl Chloride ( HPVC -U) plastic sewage pipes
204-413
m
55.000
Dış çap 100 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVCU) Plastik pis su boruları
Ball valve, brass tube, teflon joint ring (diameter: 25 mm)
210-625
Adet
2.000
Küresel vana, prinç pres, teflon contalı (çap: 25 mm)
Strainer , cast iron, threaded or flanged (diameter: 25 mm
221-203
Adet
1.000
Pislik tutucu, pik döküm, vidalı veya flanşlı (çap: 25 mm)
Non-return valve , 25 mm, PN 16; body brass, inner parts of stainless
steel ( type disco applied between flanges
228-603
m
1.000
Geri tepme ventili, 25 mm, PN-16; gövdesi prinç, iç aksam komple
paslanmaz çelik (flanşlar arası uygulanan disco tip
Ø25 (PE100) polyethylene pipes
ÖZEL.MEK.02
m
300.000
Ø25 polietilen boru (PE100)
Hot and cold presurrized washing machine 20-200 bar
ÖZEL.MEK.03
AD
1.000
Basınçlı yıkama makinası ( sıcak & soğuk ) 20-200 bar
Sub Total 8.1.2.C2.Mechanical Works - Common Plumbing - Sarıkamış Livestock Market
GRAND TOTAL 8.1.2.C.Mechanical Works - Sarıkamış Livestock Market
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.1.2.D.Infrastructural Works - Sarıkamış Livestock Market
8.1.2.D1.Infrastructural Works - Water Base - Sarıkamış Livestock Market
No
Index No
Item Description
Unit
# of units
Unit
Price
(TRY)
Each category is graded sand-gravel (08 009 / IB-2) and basic manual
compression ditch breeding base, base of pipe bedding and pipe making
the sheathing
1
15.140/İB-4
m³
23.370
Her katagoride granülometrik kum-çakıl'ın (08 009/İB-2) el ile
sıkıştırılarak hendek ve temel taban ıslahı, boru tabanı yataklanması ve
boru gömleklenmesinin yapılması
Rigid PVC pipes for drinking water (paste muffle, diameter: 25 mm, 10
2
204-102
bar)
m
74.000
Sert PVC içme su borusu (yapıştırma muflu, çap: 25 mm, 10 atü)
Excavation of all soft and hard soil in every depth and width with
machine (Deep excavation)
3
Y.15.001/2B
m³
96.760
Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması
(Derin kazı)
Sub Total 8.1.2.D1.Infrastructural Works - Water Base - Sarıkamış Livestock Market
8.1.2.D2.Infrastructural Works - Valve, flowmeter- Sarıkamış Livestock Market
Unit
No
Index No
Item Description
Unit
# of units
Price
(TRY)
Cold water meter (diameter 40 mm (1 1/2 “), screw)
1
103-105
Adet
1.000
Soğuk su sayacı (çap 40 mm, (1 1/2"), vidalı)
Ball valve, brass tube, teflon joint ring (diameter: 25 mm)
2
210-625
Adet
1.000
Küresel vana, prinç pres, teflon contalı (çap: 25 mm)
Sub Total 8.1.2.D2.Infrastructural Works - Valve, flowmeter- Sarıkamış Livestock Market
8.1.2.D3.Infrastructural Works - Waste Water- Sarıkamış Livestock Market
No
Index No
Item Description
Unit
# of units
Unit
Price
(TRY)
Price
(TRY)
Price
(TRY)
Price
(TRY)
129
1
12.2190/1
2
12.2190/2
3
12.2190/3
4
12.2190/4
5
12.2190/5
6
12.2191/1
7
12.2191/2
8
12.2191/5
9
12.2192/1
10
12.2194
11
12.2195/1-1
12
13
12.2195/1-2
12.2201
Steam curing 500 dz prefabricated housing elements constituting the
manhole (H = 0 to 50 meters and 600 DZ joints’ s fees)
Steam curing 500 dz prefabricated manhole
Buhar kürlü 500 dz Prefabrik taban elemanı ile parsel bacası teşkili (H=0
60 mt ve boru birleşim yerleri lastik contalı)
Steam curing 500 dz prefabricated housing elements constituting the
manhole (H = 0 to 50 meters and 600 DZ joints’ s fees)
Steam curing 500 dz prefabricated manhole
Buhar kürlü 500 dz Prefabrik taban elemanı ile parsel bacası teşkili (H=0
60 mt ve boru birleşim yerleri lastik contalı)
Steam curing 500 dz prefabricated housing elements constituting the
manhole (H = 0 25 m and 600 DZ joints’ s fees)
Buhar kürlü 500 dz Prefabrik gövde elemanı ile parsel bacası teşkili (H=0
25 mt ve birleşim yerleri 600 dz 'lu harç)
Steam curing 500 dz prefabricated housing element with height
adjustment manhole constitute (H = variable height and joints 600 dz ‘s
fees)
Buhar kürlü 500 dz Prefabrik gövde yüksekliği ayar elemanı ile parsel
bacası teşkili (H=Değişken yüksekliklerde ve birleşim yerleri 600 dz 'lu
harç)
BS 18 Concrete (350 dz s) and fabricated frame to be placed on the
precast concrete manhole cover (for Parcel Chimneys in the garden)
BS 18 Betonu (350 dz lu) ile imal edilmiş çerçevesiz prefabrik betonarme
kapağın parsel bacası üzerine yerleştirilmesi (Bahçedeki Parsel Bacaları
için)
Steam cured rubber gasket, 500 Dzor prefabricated chimney flue
inspection body formed with the sleeve (H = 0 to 60 m high, 00 m internal
diameter of 1)
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde
bileziği ile baca teşkili (H= 0 60 mt yüksekliğinde, 1 00 mt iç çapında)
Steam cured rubber gasket, 500 Dzor prefabricated chimney flue
inspection form with the body sleeve (35mt height H = 0, 1 00 m internal
diameter)
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde
bileziği ile baca teşkili (H= 0 35mt yüksekliğinde, 1 00 mt iç çapında)
Steam cured rubber gasket, with 500 Dzor prefabricated manholes body
height adjustment ring with chimney form (H = 0 15-0 60 mt of variable
height and 1 00 m body height adjustment ring elements in internal
diameter)
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde
yüksekliği ayar bileziği ile baca teşkili (H= 0 15-0 60 mt arasında
değişken yükseklikte ve 1 00 mt iç çapındaki gövde yüksekliği ayar
bileziği elemanları ile)
Steam cured rubber gasket, 500 Dzor prefabricated chimney flue
inspection form with the conical element (1 00 m internal diameter)
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası konik
elemanı ile baca teşkili (1 00 mt iç çapında)
Steam cured rubber gasket, 500 Dzor prefabricated chimney inspection
chimney frame formed with the mounting element
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası çerçeve
montaj elemanı ile baca teşkili
Output Ø 200 mm with 500 Dzor, steam curing rubber seals prefabricated
manholes connected to the base element constitutes the chimney (1 --1
input output)
Çıkış çapı Ø 200 mm lik 500 Dz lu, buhar kürlü lastik conta bağlantılı
prefabrik muayene bacası taban elemanı ile baca teşkili (1 giriş --1
çıkışlı)
Output Ø 200 mm with 500 Dzor, steam curing rubber seals prefabricated
manholes connected to the base element constitutes the chimney (2 --1
input output)
Çıkış çapı Ø 200 mm lik 500 Dz lu, buhar kürlü lastik conta bağlantılı
prefabrik muayene bacası taban elemanı ile baca teşkili (2 giriş --1
çıkışlı)
Ø 150 mm (SN 8) LAYING P 100 CORRUGATED SEWER PIPES
Çapı Ø 150 mm (SN 8) PE100 KORUGE KANALİZASYON
BORULARININ DÖŞENMESİ
Adet
5.000
Adet
5.000
Adet
5.000
m
5.000
Adet
5.000
Adet
7.000
Adet
7.000
m
7.000
Adet
7.000
Adet
7.000
Adet
6.000
Adet
1.000
m
80.000
130
14
12.2202
15
14.1714/1
16
15.140/İB-4
17
23.255/İB-6
18
Y.15.006/2B
Ø 200 mm (SN 8) LAYING P 100 CORRUGATED SEWER PIPES
Çapı Ø 200 mm (SN 8) PE100 KORUGE KANALİZASYON
BORULARININ DÖŞENMESİ
Ditches and foundation fill material from the excavation done by machine
Kazı malzemesinden makina ile hendek ve temel dolgusu yapılması
Each category is graded sand-gravel (08 009 / IB-2) and basic manual
compression ditch breeding base, base of pipe bedding and pipe making
the sheathing
Her katagoride granülometrik kum-çakıl'ın (08 009/İB-2) el ile
sıkıştırılarak hendek ve temel taban ıslahı, boru tabanı yataklanması ve
boru gömleklenmesinin yapılması
Ductile iron manhole cover made of cast iron sewer construction and
putting into place (ductile iron)
Kanalizasyon inşaatlarında sfero döküm baca kapağı yapılması ve yerine
konulması (küresel grafitli dökme demir)
Each and every width, depth excavation of soft and hard questionable
Machine (deep cuts)
Makine ile her derinlik ve her genişlikte yumuşak ve sert küskülük
kazılması (Derin kazı)
m
197.000
m³
221.280
m³
87.120
Adet
7.000
m³
185.040
Excavated by machine each depth and width in mire and clay ( deep
excavation)
m³
123.360
Makine ile her derinlik ve her genişlikte batak ve balçık kazılması (Derin
kazı)
Sub Total 8.1.2.D3.Infrastructural Works - Waste Water- Sarıkamış Livestock Market
8.1.2.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Sarıkamış Livestock Market
Unit
No
Index No
Item Description
Unit
# of units
Price
(TRY)
Tuvenan -permanent of sand (08 008 / IB) by hand (tokmaklanarak)
compression ditch breeding base and the base, the base bearing the
pipe sheathing of the pipes, ditches and basic fillings made of
1
15.140/İB-8
m³
0.500
Tuvenan kum -çakıl'ın (08 008 / İB) el ile (tokmaklanarak) sıkıştırılarak
hendek ve temel taban ıslahı , boru tabanı yataklanması, borunun
gömleklenmesi , hendek ve temel dolgusu yapılması
Sewer and stormwater construction; ductile cast iron grill
2
23.255/İB-7
kg
240.000
Kanalizasyon ve yağmursuyu inşaatlarında; sfero döküm ızgara
Diameter 150 mm, PVC DRAINAGE PIPES LAYING [MOVE, EXCEPT
PER PIPE AND CONNECTING THE PRICE INCLUDES]
3
36.19706
m
192.000
Çapı 150 mm, PVC DRENAJ BORULARININ DÖŞENMESİ [TAŞIMA
HARİÇ,BORU VE BAŞ BAĞLAMA BEDELİ DAHİL]
Pouring of concrete in C 16/20 compressive strength class produced in
concrete plant or bought and compressed with concrete pump (concrete
4
Y.16.050/03
shipping included)
m³
3.830
Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan,
C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)
Made from wood mold series
5
Y.21.001/01
m²
33.280
Ahşaptan seri kalıp yapılması
Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars,
bending and placing
6
Y.23.014
Ton
0.160
0 8- 0 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi,
bükülmesi ve yerine konulması
Sub Total 8.1.2.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Sarıkamış Livestock Market
19
Y.15.008/2B
8.1.2.D5.Infrastructural Works - Cesspool- Sarıkamış Livestock Market
No
Index No
1
Y.16.050/03
2
Y.16.050/04
Item Description
Pouring of concrete in C 16/20 compressive strength class produced in
concrete plant or bought and compressed with concrete pump (concrete
shipping included)
Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan,
C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)
Pouring of concrete in C 20/25 compressive strength class produced in
concrete plant or bought and compressed with concrete pump (concrete
shipping included)
Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan,
C 20/25 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)
Unit
# of units
m³
3.830
m³
19.420
Unit
Price
(TRY)
Price
(TRY)
Price
(TRY)
131
3
Y.21.001/01
4
Y.23.014
5
Y.23.015
Made from wood mold series
m²
33.280
Ahşaptan seri kalıp yapılması
Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars,
bending and placing
Ton
0.160
Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi,
bükülmesi ve yerine konulması
Ø 14 - 28 mm deformed concrete reinforcing steel bar, cutting bars,
bending and placing
Ton
1.430
Ø 14 - 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi,
bükülmesi ve yerine konulması.
Sub Total 8.1.2.D5.Infrastructural Works - Cesspool- Sarıkamış Livestock Market
GRAND TOTAL 8.1.2.D.Infrastructural Works - Sarıkamış Livestock Market (D1+D2+D3+D4+D5)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
132
8.2 – PRICE SCHEDULE FOR LOT 2
Rehabilitation of the Livestock Market in Hanak District and Construction of
Livestock Market in Posof District of Ardahan Province
SUMMARY PRICE SCHEDULE – LOT 2
Scope
Price (TRY)
Item
1.Hanak
Livestock Market
A. Structural Works
B.Electrical Works
C.Mechanical Works
D.Infrastructural Works
Sub- Total 1
2.Posof
Livestock Market
A.Structural Works
B.Electrical Works
C.Mechanical Works
D.Infrastructural Works
Sub- Total 2
LOT 2 GRAND TOTAL (TRY)
8.2.1 DETAILED PRICE SCHEDULE LOT 2 ITEM 1 REHABILITATION OF THE LIVESTOCK MARKET
IN HANAK DISTRICT
8.2.1.A.Structural Works - Hanak Livestock Market
8.2.1.A1.Structural Works - Construction Items - Hanak Livestock Market
No
Index No
1*
MSB.322/A1
2*
Y.15.001/1A
3*
Y.15.001/2B
4*
Y.15.140/04
5*
Y.15.140/08
Item Description
Pouring of concrete in C 20/25
Beton Kaplama Yapılması (C20/25 Hazır Beton
Kullanılarak)
Excavation of all soft and hard soil in every depth and width
with machine
Makine ile yumuşak ve sert toprak kazılması (Serbest kazı)
Excavation of all soft and hard soil in every depth and width
with machine (Deep excavation)
Makine ile her derinlik ve her genişlikte yumuşak ve sert
toprak kazılması (Derin kazı)
By supplying gravel, laying with hand, making irrigation and
compression
Çakıl temin edilerek, makine ile serme, sulama ve sıkıştırma
yapılması
By supplying angular aggregate, laying with hand, making
irrigation and compression
32mm'ye kadar kırmataş temin edilerek, makine ile serme,
sulama ve sıkıştırma yapılması
Unit
# of units
m3
218.400
m³
273.080
m³
520.040
m³
288.750
m³
273.080
Unit
Price
(TRY)
Price
(TRY)
133
6*
Y.16.050/03
7*
Y.16.050/04
8*
Y.18.460/21
9*
Y.21.001/03
10*
Y.21.050/C11
11*
Y.21.051/C11
12
Y.21.051/C13
13
Y.23.011
14*
Y.23.014
15*
Y.23.015
Pouring of concrete in C 16/20 compressive strength class
produced in concrete plant or bought and compressed with
concrete pump (concrete shipping included)
m³
58.140
Beton santralinde üretilen veya satın alınan ve beton
pompasıyla basılan, C 16/20 basınç dayanım sınıfında
beton dökülmesi (beton nakli dahil)
Pouring of concrete in C 20/25 compressive strength class
produced in concrete plant or bought and compressed with
concrete pump (concrete shipping included)
m³
214.090
Beton santralinde üretilen veya satın alınan ve beton
pompasıyla basılan, C 20/25 basınç dayanım sınıfında
beton dökülmesi (beton nakli dahil)
Ø 100 mm radius, PVC based corruge drainage pipe
supplying and placing
m
259.850
Ø 100 mm anma çaplı, PVC esaslı koruge drenaj borusunun
temini ve yerine dösenmesi
Making flat-surfaced reinforced-concrete formwork with
Plywood
m²
1,224.020
Plywood ile düz yüzeyli betonarme kalıbı yapılması
Making falsework with steel pipe (between 0,00-4,00m )
m³
1,082.700
Çelik borudan kalıp iskelesi yapılması (0,00-4,00 m arası)
Making falsework with steel pipe (between 0,00-51,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş
m²
25.500
iskelesi yapılması. (0,00-51,50 m arası)
Making full security scaffold for ceilings with steel pipe
(between 0,00-21,50m)
m³
126.750
Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için
iş iskelesi yapılması. (0,00-21,50 m arası)
Placing welded wire fabric 3,001-10,000 kg/m² (including
10,000 kg/m² )
Ton
9.130
Nervürlü çelik hasırın yerine konulması 3,001-10,000 kg/m²
(10,000 kg/m² dahil)
Ø 8- Ø 12 mm deformed concrete reinforcing steel bar,
cutting bars, bending and placing
Ton
14.690
Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların
kesilmesi, bükülmesi ve yerine konulması
Ø 14 - 28 mm deformed concrete reinforcing steel bar,
cutting bars, bending and placing
Ton
3.130
Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların
kesilmesi, bükülmesi ve yerine konulması.
Sub Total 8.2.1.A1.Structural Works - Construction Items - Hanak Livestock Market
8.2.1.A2. Structural Works - Field Architectural Items - Hanak Livestock Market
No
Index No
1
KGM/6000
2*
ÖZEL 14
3*
ÖZEL 2
4*
ÖZEL 3
5*
ÖZEL 4
6*
ÖZEL 5
7*
ÖZEL 6
8*
ÖZEL 7
9
Y.26.017/032
Item Description
Unit
# of units
Unit
Price
(TRY)
Making subbase with crushed hearthstone material
Ocak Taşından Konkasörle Kırılmış Malzeme ile Alttemel
m³
105.000
Yapılması
Galvanized coated Waterers
ad
68.000
GALVANİZ SULUK YAPILMASI 100*40 H:100
Preparation Of Parapets Using Galvanized Shaped Tube
m
666.700
GALVANİZ KAPLAMALI KORKULUK YAPILMASI
Manufacturing and Installation of Paddock Doors
ad
37.000
GALVANİZ KAPLAMALI PADOK KAPISI YAPILMASI
Manufacturing and Installation of Ramp Doors
GALVANİZ KAPLAMALI İNDİRME RAMPA KAPISI
ad
19.000
YAPILMASI
Made from hollow sections and sheet iron door
m2
11.800
KUTU PROFİL VE SACDAN DEMİR KAPAK YAPILMASI
Disinfection Passage
ad
1.000
Dezenfeksiyon Tüneli
Tons Weigh Bridge
ad
1.000
HAYVAN KANTARI
Steam cured concrete paving with stone flooring
8 cm yüksekliğinde normal çimentolu buhar kürlü beton
m²
525.000
parke taşı ile döşeme kaplaması yapılması (her ebat, renk
ve desende)
Sub Total 8.2.1.A2. Structural Works - Field Architectural Items - Hanak Livestock Market
Price
(TRY)
134
8.2.1.A3. Structural Works - Office Architectural Works - Hanak Livestock Market
No
Index No
1
A04
2
A08
3
A11
4
MSB.521/B2
5
ÖZEL 13
6
Y.18.110/20C02
7
Y.18.110/20C06
8
Y.18.461/008
9
Y.18.461/009
10
Y.18.461/042
11
Y.19.055/003
12
Y.19.056/003
13
Y.19.057/003
14
Y.19.061/001
Item Description
Fixing internal and external doors with embbed roller (
Narrow and Wide types )
Gömme silindirli iç ve dış kapı kilidinin yerine takılması
(Geniş ve dar tip)
Fixing doorhandles and mirrors ( with chrome plating )
Kapı kolu ve aynalarının yerine takılması (Kromajlı)
Replacing the hinges
Yaylı menteşenin yerine takılması
Making Painted,Trapezoidal sectioned plate roofing
Boyalı Trapezoidal Kesitli Sac Çatı Kaplaması
Yapılması
Fire exit
YANGIN KAPISI
Making wall with 10 cm thickness non-structural pumice
concrete wall blocks (with pumice concrete glue) (min. 1,50
N/mm² ve 600-900 kg/m³, except 900 kg/m³ )
10 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar
blokları ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50
N/mm² ve 600-900 kg/m³, 900 kg/m³ hariç)
Making wall with 19 cm thickness non-structural pumice
concrete wall blocks (with pumice concrete glue) (min. 1,50
N/mm² ve 600-900 kg/m³, except 900 kg/m³ )
19 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar
blokları ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50
N/mm² ve 600-900 kg/m³, 900 kg/m³ hariç)
Making double water isolation with 3 mm and 4 mm
thickness elastomer-based (-10 cold bending) polymer
bitumen sheetings with polyester mat carrier
3 mm ve 4 mm kalınlıkta plastomer esaslı (-10 soğukta
bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile
iki kat su yalıtımı yapılması
Making double water isolation with 3 mm and 4 mm
thickness elastomer-based (-20 cold bending) polymer
bitumen sheetings with polyester mat carrier
3 mm ve 4 mm kalınlıkta elastomer esaslı (-20 soğukta
bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile
iki kat su yalıtımı yapılması
250 gr / m² weight in laying geotextile
250 gr/m² ağırlıkta geotekstil keçe serilmesi
Making external heat isolation and heat insulation plastering
on outer wall with 5 cm thickness textured surface or
textured rebate extruded polystyrene tiles (XPS - 200 kPa
pressure resistant) (Jacketing)
5 cm kalınlıkta yüzeyi pürüzlü veya pürüzlü kanallı extrüde
polistren levhalar (XPS - 200 kPa basınç dayanımlı) ile dış
duvarlarda dıştan ısı yalıtımı ve üzerine ısı yalıtım sıvası
yapılması (Mantolama)
5 cm thick surface smooth sheets ( XPS - 300 kPa pressure
resistant) by performing thermal insulation on the basement
waterproofing curtain
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa
basınç dayanımlı) ile bodrum perdelerinde su yalıtımı
üzerine ısı yalıtımı yapılması
Making external heat isolation and heat insulation plastering
on outer wall with 5 cm thickness textured surface or
textured rebate extruded polystyrene tiles (XPS - 200 kPa
pressure resistant) (Jacketing)
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa
basınç dayanımlı) ile yatayda (zemine oturan (toprak
temaslı) döşemelerde veya ters teras çatılarda) ısı yalıtımı
yapılması
Çatı arasına döşeme üzerine, 6 cm kalınlıkta camyünü şilte
(Camyünü şilte - 18 kg/m³ yoğunlukta) ve üzerine su buharı
geçişine açık su yalıtım örtüsü serilmesi
Unit
# of units
Adet
3.000
Adet
3.000
Adet
9.000
m²
63.976
ad
1.000
m²
13.738
m²
56.018
m²
20.650
m²
127.286
m²
42.660
m²
59.775
m²
20.650
m²
42.660
m²
63.976
Unit
Price
(TRY)
Price
(TRY)
135
15
Y.19.085/025
16
Y.21.051/C11
17
Y.21.051/C13
18
Y.21.101/01
19
Y.22.009/03
20
Y.23.152
21
Y.23.155
22
Y.23.244/L
23
Y.25.002/01
24
Y.25.003/21
25
Y.25.004/05
26
Y.26.006/303
27
Y.26.008/304A
28
Y.26.008/408A
29
Y.26.020/042A
Cement based, polymer -modified two-component total
thickness of 1.5 mm waterproofing in 2 coats with ready to
use mortar insulation
Çimento esaslı polimer modifiyeli iki bileşenli kullanıma
hazır yalıtım harcı ile 2 kat halinde toplam 1.5 mm kalınlıkta
su yalıtımı yapılması
Making falsework with steel pipe (between 0,00-51,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş
iskelesi yapılması. (0,00-51,50 m arası)
Making full security scaffold for ceilings with steel pipe
(between 0,00-21,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için
iş iskelesi yapılması. (0,00-21,50 m arası)
Ahşaptan oturtma çatı yapılması (çatı örtüsü altı tahta
kaplamalı)
Laminate coated with panels made from both sides of the
wood fiber ( MDF ) pressed , craft filled inner door panel
production and fitting
Laminat kaplamalı, iki yüzü odun lifinden yapılmış levhalarla
(mdf) presli, kraft dolgulu iç kapı kanadı yapılması, yerine
takılması
Making and placing doors and windows with square and
rectangle structral shapes
Kare ve dikdörtgen profillerle pencere ve kapı yapılması ve
yerine konulması
2.00 mm thick hot rolled sheet door frame bending done and
put in place
2,00 mm kalınlığında sıcak haddelenmiş sacdan bükme
kapı kasası yapılması ve yerine konulması
Powder coated insulated aluminum joinery manufacture and
putting in place
Elektrostatik toz boyalı ısı yalıtımlı alüminyum doğrama
imalatı yapılması ve yerine konulması
Dyeing iron surfaces with double anti-rust paint
Demir yüzeylere korozyona karşı iki kat boya yapılması
Water-based primer applied two coats semi-matte paint on
new flatter surfaces (interior)
Yeni sıva yüzeylere astar uygulanarak iki kat su bazlı
yarımat boya yapılması (iç cephe)
Dyeing Exposed concrete , plastered or old painted
surfaces, with undercoat applied silicon-based water based
painting (exterior wall)
Brüt beton, sıvalı veya eski boyalı yüzeylere, astar
uygulanarak silikon esaslı grenli/tekstürlü kaplama
yapılması (dış cephe)
20 x 25 cm) or (20 x 30 cm) in nominal sizes, in all kinds of
patterns and surface features, I.kalit to 3 mm spaced wall
coverings with joints made of white ceramic wall tiles (with
tile adhesive)
(20 x 25 cm) veya (20 x 30 cm) anma ebatlarında, her türlü
desen ve yüzey özelliğinde, I.kalite, beyaz seramik duvar
karoları ile 3 mm derz aralıklı duvar kaplaması yapılması
(karo yapıştırıcısı ile)
30 x 30 cm) or (33 x 33 cm) in nominal sizes, in all kinds of
patterns and surface features, I.kalit to 3 mm spaced wall
coverings with joints made of white ceramic wall tiles (with
tile adhesive)
(30 x 30 cm) veya (33 x 33 cm) anma ebatlarında, her türlü
renk, desen ve yüzey özelliğinde, I.kalite, mat, sırsız
porselen karo ile 3 mm derz aralıklı döşeme kaplaması
yapılması (karo yapıştırıcısı ile)
60 x 60 cm anma ebatlarında, rektifiyeli, her türlü renk,
desen ve yüzey özelliğinde, I.kalite, parlak, sırsız porselen
karo ile 3 mm derz aralıklı döşeme kaplaması yapılması
(karo yapıştırıcısı ile)
Making external windowledge with 3 cm thickness coloured
marble tiles ( 3cmx30-40-50cmxfree length ) ( glazed )
3 cm kalınlığında renkli mermer levha ile dış denizlik
yapılması (3cmx30-40-50cmxserbest boy) (honlu veya cilalı)
m²
4.200
m²
102.250
m³
36.950
m²
58.160
m²
1.980
kg
35.838
kg
114.840
kg
198.000
m²
22.992
m²
141.340
m²
78.950
m²
21.960
m²
4.200
m²
21.790
m²
2.400
136
30
31
32
33
34
35
36
37
Making parapet e with 3 cm thickness coloured marble tiles
( 3cmx30-40-50cmxfree length ) ( glazed )
Y.26.020/052A
m²
3.840
3 cm kalınlığında renkli mermer levha ile parapet yapılması
(3cmx30-40-50cmxserbest boy) (honlu veya cilalı)
Plastering with 250/350 kg cement dosed rendering and
plastering mortar (exterior wall)
Y.27.501/01
m²
78.950
250/350 kg çimento dozlu kaba ve ince harçla sıva
yapılması (dış cephe sıvası)
Plastering with 200/250 kg cement/lime mixed rendering
and plastering mortar (interior wall)
Y.27.501/02
m²
106.500
200/250 kg kireç/çimento karışımı kaba ve ince harçla sıva
yapılması (iç cephe sıvası)
Plastering with 250/350 kg cement/lime mixed rendering
and plastering mortar (ceiling)
Y.27.501/03
m²
34.840
250/350 kg kireç/çimento karışımı kaba ve ince harçla sıva
yapılması (tavan sıvası)
STUCCO CONTAINING CEMENT
Y.27.501/08
m²
21.960
350 kg çimento dozlu harçla tek kat kaba sıva yapılması
LEVELING COARSE
Y.27.581
m²
34.840
200 kg çimento dozlu tesviye tabakası yapılması
2.5 cm thick made of 400 kg of cement dose alum
Y.27.583
m²
25.990
2.5 cm kalınlığında 400 kg çimento dozlu şap yapılması
Fixing PVC and aluminium joinery section and 6+6 mm
thickness 12 mm interstitial spaced double glassed window
Y.28.645/C04
units
m²
17.820
PVC ve alüminyum doğramaya profil ile 6+6 mm kalınlıkta
12 mm ara boşluklu çift camlı pencere ünitesi takılması
Sub Total 8.2.1.A3. Structural Works - Office Architectural Works - Hanak Livestock Market
GRAND TOTAL 8.2.1.A.Structural Works - Hanak Livestock Market (A1+A2+A3)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.2.1.B.Electric Works - Hanak Livestock Market
8.2.1.B1.Electric Works -Livestock Market - Hanak Livestock Market
No
Index No
1
20.5.1.-003
2
20.6.1-004
3
5.5.3.2.1/006
4*
726-301
5*
726-302
6*
726-304
Item Description
150 W.SODIUM VAPOR LIGHTING FIX. AT STEEL,
WOOD AND CONCRETE POLES
150W Sodyum Buharlı Armatür Demir, Ağaç ve Beton
Direklerde, Ampulü Hariç
150 W. SODIUM VAPOR TRANSPARENT TUBE BULB
HIGH PRESSURE IGNITION
Sodyum Buharlı Ampul Şeffaf Tüp. (150 W Yüksek BasınçlıAteşlemeli Tip)
AD1-60/15 TYPE, 70 KG. SINGLE CONSOLE
GALVANIZED STEEL RANGE LIGHT POLE
AD1-60/15 TİPİ, 70 KG.TEK KONSOLLU GALVANİZLİ
ÇELİK POLİGON AYDINLATMA DİREĞİ
PIPELESS FREE PAVED EARTHING LINE 4 mm2
Topraklama hattı-4 mm² (borusuz) çıplak örgülü veya dolu
bakır tel
PIPELESS FREE PAVED EARTHING LINE 6 mm2
Topraklama hattı-6 mm² (borusuz) çıplak örgülü veya dolu
bakır tel
PIPELESS FREE PAVED EARTHING LINE 16 mm2
Topraklama hattı-16 mm² (borusuz)
Unit
# of units
Adet
11.000
Adet
11.000
AD
11.000
m
80.000
m
105.000
m
390.000
Unit
Price
(TRY)
Price
(TRY)
137
7*
727-513
8*
727-524
9*
727-526
10*
727-528
11*
727-531
12
742-453
13
782-100
14
839-101
15
840-105
16
842-101
17
844-103
18
880-1105
19
880-1280
20
880-1287
21
880-3159
22
880-3204
23
880-431
24
980-214
25
980-300
26
981-101
27
983-102
28
983-103
29
985-104
30
ÖZEL-ELK-01
1KV UNDERGROUND CABLE, COLUMN AND POWER
LINE 3*2.5 mm2 NYY
1 kV yeraltı kablosu (NYY)-3x2,5 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER
LINE 4*16 mm2 NYY
1 kV yeraltı kablosu (NYY) -4x16 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER
LINE 4*6 mm2 NYY
1 kV yeraltı kablosu (NYY)-4x6 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER
LINE 4*2.5 mm2 NYY
1 kV yeraltı kablosu (NYY)-4x2,5 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER
LINE 7x1,5 mm² NYY
1 kV yeraltı kablosu (NYY)-7x1,5 mm²
LED PRJ. UP TO 60 WATT (220 V. AC.)
LED PRJ - 60 W'a kadar (60 W dahil ) (220 V. AC.), Led
Projektörler
CABLE TRAY SYSTEMS
Kablo Tava Sistemleri (Ölçü: kg. İhzarat %60 )
INTERNAL TYPE LINE TRANSFORMER AND
INSTALLATION
Hat transformatörü ve montajı-dahili tip
EXTERNAL TYPE AIR PRESSURE SPEAKER 10 W.
Hoparlör ve montajı-10 W.a kadar harici tip hava basınçlı
TABLE MICROPHONE
Masa tipi mikrofon
AMPLIFIER AND INSTALLATION 75 W.
Amplifikatör ve montajı-75 W'lık
RACK CABINETS 9U 600 mm * 600 mm 19"
Duvara monte edilebilir kabinetler 9U 600mmx600mm 19"
kabinet
FAN MODULE WITH THERMOSTAT BELONGING TO
PRODUCT (2 FANS)
Termostatlı fan modülü (2Fanlı)
19" RACK TYPE 6-FOLD GROUP SOCKET WITH
SAFETY FUSE BELONGİNG TO PRODUCT
19" rack tipi 6'lı grup priz sigortalı
2x0.75mm2 LIH (St)H HALOGEN FREE SIGNAL AND
CONTROL CABLE
2x0,75 mm² LIH(st)H HALOJENFREE SİNYAL ve
KUMANDA KABLOSU
2x2.5mm2 LIH (St)H HALOGEN FREE SIGNAL AND
CONTROL CABLE
2x2,5 mm² LIH(st)H HALOJENFREE SİNYAL ve KUMANDA
KABLOSU
RG 6/U-6, 75 IMPEDANCE COAXIAL CABLE
RG 6/U-6 75 ohm Koaksiyel Kablo
ACTIVE CAPTURE TIP AVERAGE WARNING LINE L=60
MT
Ortalama uyarım yolu dl=60 m, aktif yakalama ucu
PUNCHEON (FOR ACTIVE CAPTURE TIP)
Çatı direği (Aktif yakalama ucu için) (Ölçü: Adet, İhzarat:
%60)
ROOF SURROUNDING AND LOWERING CONDUCTOR
50 mm2 Electrolytic Copper Conductor
50 mm² elektrolitik bakır tel ile çatı ihata ve indirme
iletkenleri tesisatı
GROUND ELECTRODE (ROD), ELECTROLYTIC COPPER
TS 435 / T1 standardına uygun, Toprak elektrodu
(Çubuk)elektrolitik bakır
PROTECTIVE CONDUCTOR PIPE
İletken koruyucu borusu (3 m'lik)
THERMOWELDING SUPPLEMENT UP TO 115
GR.WELDING DUST
115 gr kaynak tozuna kadar termokaynak eki
2 MP EXTERNAL CAMERA
HARİCİ KAMERA VE AKSESUARLARI
m
350.000
m
110.000
m
385.000
m
80.000
m
120.000
Adet
kg
7.000
175.000
Adet
3.000
Adet
3.000
Adet
1.000
Adet
1.000
Adet
1.000
Adet
1.000
Adet
1.000
m
5.000
m
125.000
m
350.000
Adet
1.000
Adet
1.000
m
110.000
Adet
7.000
Adet
1.000
Adet
2.000
AD
5.000
138
31
ÖZEL-ELK-02
32
ÖZEL-ELK-03
33
ÖZEL-ELK-08
34
ÖZEL-ELK-09
35
ÖZEL-ELK-10
37
ÖZEL-ELK-12
36
ÖZEL-ELK-11
32' MONITOR
AD
1.000
32' MONITOR
16 CHANNEL DVR
AD
1.000
16 KANAL DVR
STANDING OUTLET BOX
AD
4.000
DİKİLİ TİP PRİZ KUTUSU
PE 100 HDPE 10 ATU PIPE
MT
370.000
PE 100 HDPE 10 ATÜ BORU
BARRIER
AD
2.000
BARİYER
I5-4GB RAM 500 GB HDD PC
AD
1.000
BARCODE READER
AD
1.000
BARKOD OKUYUCU
Sub Total 8.2.1.B.Electric Works -Livestock Market - Hanak Livestock Market
8.2.1.B2.Electric Works -Office - Hanak Livestock Market
No
Index No
1*
726-301
2*
727-528
3
739-102
4
741-202
6
742-333
7
742-532
8
794-301
9
794-302
10
796-103
11
815-101
12
818-101
13
819-101
14
819-102
5
742-279
Item Description
PIPELESS FREE PAVED EARTHING LINE 4 mm2
Topraklama hattı-4 mm² (borusuz) çıplak örgülü veya dolu
bakır tel
1KV UNDERGROUND CABLE, COLUMN AND POWER
LINE 4*2.5 mm2 NYY
1 kV yeraltı kablosu (NYY)-4x2,5 mm²
EMPTY PIPE INSTALLATION (26-37 mm)
Birim Fiyat No.: 729-101 gibi yalnız (26 - 37) mm. boru ile.
Betonarme tavanda ve duvarlarda 14 - 18 mm. peşel,
bergman veya PVC boş boru temini, döşemesi, boru
içerisine kılavuz teli çekilip bırakılması her nevi malzeme ve
işçilik dahil.
Bakalitten yapılmış üç fazlı fiş priz ve montajı-3x60 A'e
kadar
Flüoresan armatür U (etanş)-1x20 W
GLASS FIBER REINFORCED POLYESTER BODY. U1
2*40 W. FLUORESCENT FIXTURE
Cam elyaf takviyeli polyester gövdeli U1 tipi etanj flüoresan
armatür U1 2x40W (36W)
DECORATIVE SUSPENDED CEILING FIXTURE: ATY24x18 W
ATY2-4x18 W (Çift parabolik parlak reflektörlü) dekoratif
amaçlı asma tavan armatür
Etange light outlet (with security line) NORMAL OUTLET
(Lines and Outlet lines with unleaded antigrone (NHXMH)
material.)
Normal Sorti, Linye ve sorti hatları kurşunsuz antigron
(NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi
(Güvenlik hatlı)
Etange light outlet (with security line) SWITCH OUTLET
(Lines and Outlet lines with unleaded antigrone (NHXMH)
material.)
Komütatör Sorti, Linye ve sorti hatları kurşunsuz antigron
(NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi
(Güvenlik hatlı)
Etange socket outlet (with security line) LINES AND
OUTLET LINES WITH UNLEADED ANTIGRONE (NHXMH)
MATERIAL AND NORMAL SOCKET OUTLET
Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden
malzeme ile normal priz sortisi
PHONE INSTALLATION OUTLET up to 2 pairs
(together with earthing line)
Telefon tesisatı sortisi
INDOOR MAIN LINE SYSTEM up to 2 pairs P.14
Bina içerisinde ana hat tesisatı (2 çifte kadar-p14)
TELEPHONE DISTRIBUTION BOX up to 10 pairs
Telefon dağıtım kutuları (10 çifte kadar) (DKP sac)
TELEPHONE DISTRIBUTION BOX up to 30 pairs
Telefon dağıtım kutuları (30 çifte kadar) (DKP sac)
Unit
# of units
m
15.000
m
15.000
m
23.000
Adet
1.000
Adet
1.000
Adet
2.000
Adet
3.000
Adet
4.000
Adet
2.000
Adet
11.000
Adet
3.000
m
23.000
Adet
1.000
Adet
2.000
Unit
Price
(TRY)
Price
(TRY)
139
TELEVISION OUTLET
Adet
3.000
Televizyon sortisi
BUILDING SURROUNDING CONDUCTOR 30×3.5 MM
GALVANIZED STEEL SHEET
16
982-102
m
40.000
30x3,5 mm ebadında şartnamesine uygun galvanizli çelik
lama
GROUND ELECTRODE (ROD), ELECTROLYTIC COPPER
17
983-102
TS 435 / T1 standardına uygun, Toprak elektrodu
Adet
1.000
(Çubuk)elektrolitik bakır
THERMOWELDING SUPPLEMENT UP TO 115
18
985-104
GR.WELDING DUST
Adet
1.000
115 gr kaynak tozuna kadar termokaynak eki
SATELLITE
19
ÖZEL-ELK-06
AD
1.000
ÇANAK ANTEN
4-6 OUTPUT LNB
20
ÖZEL-ELK-07
AD
1.000
4 ÇIKIŞLI LNB
Sub Total 8.1.2.B2.Electric Works -Office - Hanak Livestock Market
8.2.1.B3.Electric Works - Panel, Shifter - Hanak Livestock Market
Unit
No
Index No
Item Description
Unit
# of units Price
(TRY)
Front cover panel
1
701-201
Adet
1.000 1,090.00
Özel sac pano-önden kapaklı
Built-in sheet metal tables up to 0,20 - 0,30m2 (including
2
705-103
0,30 m2)
Adet
1.000
Gömme tip sac tablo-0.20-0.30 m² (0,30 m² dahil)
3
705-105
Gömme tip sac tablo-0.40-0,50 m² (0,50 m² dahil)
Adet
1.000
Selective paco switches of the type that are mounted on the
4
713-304
table up to 3x25 A. (three-phase)
Adet
3.000
Normal Pako Şalter-tablo üstü-3x25 A'e kadar
THERMIC,MAGNETIC SHIELDED POWER SWITCH 3*40
5
715-307
A.(Table wake ( TS EN 60947-2)
Adet
1.000
Termik Magnetik Şalter-tablo arkası-3x40 A'e kadar
Selective paco switches of the type that are mounted on the
6
715-308
Adet
2.000
table up to 3 x 63 A. (three-phase) Icu:25kA, I1: (0,8-1)In
Selective paco switches of the type that are mounted on the
7
715-309
table up to 3 x 100 A. (three-phase) Icu:25kA, I1: (0,8-1)In
Adet
1.000
Termik Magnetik Şalter-tablo arkası-3x100 A'e kadar
Dry-type thermal protector contactor up to 3x25 A
8
718-203
Adet
1.000
Kuru tip Termik Kontaktör-3x25 A'e kadar
Timer, which is used as timer in lighting control
9
718-310
Aydınlatma kontrollünde kullanılan Zaman rölesi. (Ölçü
Adet
1.000
Adet, İhzarat %60)
Residual current circuit-breakers up to 4x25 (30 mA)
10
718-507
Adet
5.000
Kaçak akım koruma şalterleri-4x25 A'e kadar (30 mA)
Leakage protection circuit breakers- up to 4x40 A (30 mA)
11
718-508
Adet
1.000
Kaçak akım koruma şalterleri-4x40 A'e kadar (30 mA)
Panel type surge protectors class B, 230V AC, 100 kA
(10/350ms), three-phase, neutral ground
12
718-563
Adet
1.000
Pano tipi aşırı gerilim koruyucusu, B sınıfı, 230 VAC, 100 kA
üç faz, nötr-toprak
Automatic control central compensation batteries up to
400v.
13
723-401
kVAR
25.000
Otomatik kumandalı merkezi kompanzasyon bataryası-400
V'a kadar
6 KA cutting capacity auto safety fuse AUTO SAFETY
14
724-601
FUSE WITH SWITCH 25 A. (6KA) (TS 5018-1 EN 60898-1)
Adet
23.000
Anahtarlı otomatik sigorta (6 kA)-16 A'e kadar
3-PHASE AUTOMATIC SAFETY FUSE WITH SWITCH 16
15
724-606
A. (6KA)(TS 5018-1 EN 60898-1
Adet
7.000
Anahtarlı otomatik sigorta (6 kA)-3x16 A'e kadar
Three-phase Automatic safety fuse with switch (10 kA)-up to
16
724-707
40 A
Adet
3.000
Anahtarlı otomatik sigorta (10 kA)-3x40 A'e kadar
Switching auto insurance (10 kA) up to -3x60
17
724-708
Adet
2.000
Anahtarlı otomatik sigorta (10 kA)-3x60 A'e kadar
15
845-103
Price
(TRY)
1,090.00
140
18
725-401
19
725-511
20
725-731
21
725-904
22
726-302
23
726-303
24
727-510
26
727-525
27
727-526
28
727-528
25
727-522
Measure Current Transformer 100 - 500/5 A.
Adet
6.000
Akım ölçü trafosu 100-500/5 A
Energy analyzer
Adet
1.000
Enerji analizörü
Three-phase Time Scheduled Electronic Type (ActiveReactive) 3x230/400 V..3x5(7,5) A Counters
Adet
1.000
Üç Fazlı Zaman Tarifeli Elektronik Tip (Aktif-Reaktif) Sayaç,
3x230/400 V: 3x5 (7,5) A
Sign Lamp up to 250.V
Adet
9.000
İşaret lambası 250 V'a kadar
PIPELESS FREE PAVED EARTHING LINE 6 mm2
Topraklama hattı-6 mm² (borusuz) çıplak örgülü veya dolu
m
60.000
bakır tel
PIPELESS FREE PAVED EARTHING LINE 10 mm2
Topraklama hattı-10 mm² (borusuz) çıplak örgülü veya dolu
m
30.000
bakır tel
1 kV yeraltı kablosu (NYY)-3x10 mm²
m
5.000
1 kV underground (NYY)-3x35+16 mm²
m
115.000
1 kV yeraltı kablosu (NYY)-3x35+16 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER
LINE 4*10 mm2 NYY
m
30.000
1 kV yeraltı kablosu (NYY)-4x10 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER
LINE 4*6 mm2 NYY
m
60.000
1 kV yeraltı kablosu (NYY)-4x6 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER
LINE 4*2.5 mm2 NYY
m
100.000
1 kV yeraltı kablosu (NYY)-4x2,5 mm²
Sub Total 8.2.1.B3.Electric Works - Panel, Shifter - Hanak Livestock Market
GRAND TOTAL 8.2.1.B.Electric Works - Hanak Livestock Market (B1+B2+B3)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.2.1.C.Mechanical Works - Hanak Livestock Market
8.2.1.C1.Mechanical Works - Plumbing - Hanak Livestock Market
No
Index No
1
071-108
2
079-100
3
089-606
4
089-701
5
089-922
6
090-102
7
094-100
Item Description
oval sink
Tezgah altı veya tezgah üstü oval lavabo Takriben 40x50
cm Sırlı Seramik ekstra sınıf Lavabolar
Self reserves European style toilets
Kendinden rezerv.alafranga hela ve tes. (1.kalite) 35x55 cm
Fitted head and hand shower set
Gömme baş ve el duşlu banyo takımı
Sink siphon
Lavabo ve eviye sifonu
Touchless basin mixer and installation, with single water
inlet (chromic)
Fotoselli lavabo bataryası ve tesisatı, tek su girişli (krome)
Soap dish 16x31 cm
Sabunluk (fayans, kollu), 16x31 cm
Sheet (tiles), 16x16 cm
Kağıtlık (fayans), 16x16 cm
Unit
# of units
Adet
1.000
Tk
1.000
Adet
1.000
Adet
1.000
Adet
1.000
Adet
1.000
Adet
1.000
Unit
Price
(TRY)
Price
(TRY)
141
Location filter (rigid plastic grille), 10x10 cm
Adet
1.000
Yer süzgeci (sert plastik ızgaralı), 10x10 cm
Electrical water heater (80 L, 1800 watt and above)
9
117-304
Adet
1.000
Elektrikli su ısıtıcısı (80 L 1800 Watt. ve üzeri)
Liquid soap machine (0.5 lt)
10 ÖZEL.MEK.01
Adet
1.000
Sıvı sabun makinası (tezgaha gömme 0,5lt )
Sub Total 8.2.1.C1.Mechanical Works - Plumbing - Hanak Livestock Market
8.2.1.C2.Mechanical Works - Common Plumbing - Hanak Livestock Market
Unit
No Index No
Item Description
Unit
# of units Price
(TRY)
Price of physiotherm seamed and screwed-fitted
polypropylene pipe montage supply inside the building
1
204-3103
m
12.000
Pn 20 polipropilen temiz su boru 3/4" 25/4,2 mm Polipropilen
temiz su boruları
Outside diameter 50 mm , wall thickness from 3.2 mm mild
Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes
2
204-411
m
1.000
Dış çap 50 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil
Klorürden (HPVC-U) Plastik pis su boruları
Outside diameter 70 mm , wall thickness from 3.2 mm mild
Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes
3
204-412
m
2.000
Dış çap 70 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil
Klorürden (HPVC-U) Plastik pis su boruları
Outside diameter 100 mm , wall thickness from 3.2 mm mild
Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes
4
204-413
m
25.000
Dış çap 100 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil
Klorürden (HPVC-U) Plastik pis su boruları
Ø25 (PE100) polyethylene pipes
5
ÖZEL.MEK.02
m
130.000
Ø25 polietilen boru (PE100)
Hot and cold presurrized washing machine 20-200 bar
6
ÖZEL.MEK.03
AD
1.000
Basınçlı yıkama makinası ( sıcak & soğuk ) 20-200 bar
Sub Total 8.2.1.C2.Mechanical Works - Common Plumbing - Hanak Livestock Market
8
097-203
Price
(TRY)
Grand Total 8.2.1.C2.Mechanical Works - Hanak Livestock Market (C1+C2)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.2.1.D.Infrastructural Works - Hanak Livestock Market
8.2.1.D1.Infrastructural Works - Water Supply - Hanak Livestock Market
No
1
Index No
Item Description
15.140/İB-4
Each category is graded sand-gravel (08 009 / IB-2) and
basic manual compression ditch breeding base, base of pipe
bedding and pipe making the sheathing
Unit
# of units
m³
6.860
Unit
Price
(TRY)
Rigid PVC pipes for drinking water (paste muffle, diameter:
25 mm, 10 bar)
m
14.000
Sert PVC içme su borusu (yapıştırma muflu, çap: 25 mm, 10
atü)
Excavation of all soft and hard soil in every depth and width
with machine (Deep excavation)
3
Y.15.001/2B
m³
27.470
Makine ile her derinlik ve her genişlikte yumuşak ve sert
toprak kazılması (Derin kazı)
Sub Total 8.2.1.D1.Infrastructural Works - Water Supply - Hanak Livestock Market
8.2.1.D2.Infrastructural Works - Valve, flowmeter- Hanak Livestock Market
Unit
No Index No
Item Description
Unit
# of units Price
(TRY)
2
Price
(TRY)
204-102
Price
(TRY)
142
Cold water meter (diameter 40 mm (1 1/2 “), screw)
Adet
1.000
Soğuk su sayacı (çap 40 mm, (1 1/2"), vidalı)
Ball valve, brass tube, teflon joint ring (diameter: 25 mm)
2
210-625
Adet
1.000
Küresel vana, prinç pres, teflon contalı (çap: 25 mm)
Sub Total 8.2.1.D2.Infrastructural Works - Valve, flowmeter- Hanak Livestock Market
8.2.1.D3.Infrastructural Works - Waste Water- Hanak Livestock Market
Unit
No Index No
Item Description
Unit
# of units Price
(TRY)
Steam curing 500 dz prefabricated manhole
1
12.2190/1
Buhar kürlü 500 dz Prefabrik taban elemanı ile parsel bacası
Adet
3.000
260.96
teşkili (H=0 60 mt ve boru birleşim yerleri lastik contalı)
Steam curing 500 dz prefabricated housing elements
constituting the manhole (H = 0 to 50 meters and 600 DZ
joints’ s fees)
2
12.2190/2
Adet
3.000
Steam curing 500 dz prefabricated manhole
Buhar kürlü 500 dz Prefabrik taban elemanı ile parsel bacası
teşkili (H=0 60 mt ve boru birleşim yerleri lastik contalı)
Steam curing 500 dz prefabricated housing elements
constituting the manhole (H = 0 25 m and 600 DZ joints’ s
3
12.2190/3
fees)
Adet
3.000
Buhar kürlü 500 dz Prefabrik gövde elemanı ile parsel
bacası teşkili (H=0 25 mt ve birleşim yerleri 600 dz 'lu harç)
Steam curing 500 dz prefabricated housing element with
height adjustment manhole constitute (H = variable height
and joints 600 dz ‘s fees)
4
12.2190/4
m
3.000
Buhar kürlü 500 dz Prefabrik gövde yüksekliği ayar elemanı
ile parsel bacası teşkili (H=Değişken yüksekliklerde ve
birleşim yerleri 600 dz 'lu harç)
BS 18 Concrete (350 dz s) and fabricated frame to be
placed on the precast concrete manhole cover (for Parcel
Chimneys in the garden)
5
12.2190/5
Adet
3.000
BS 18 Betonu (350 dz lu) ile imal edilmiş çerçevesiz
prefabrik betonarme kapağın parsel bacası üzerine
yerleştirilmesi (Bahçedeki Parsel Bacaları için)
Steam cured rubber gasket, 500 Dzor prefabricated chimney
flue inspection body formed with the sleeve (H = 0 to 60 m
high, 00 m internal diameter of 1)
6
12.2191/1
Adet
1.000
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası
gövde bileziği ile baca teşkili (H= 0 60 mt yüksekliğinde, 1 00
mt iç çapında)
Steam cured rubber gasket, 500 Dzor prefabricated chimney
flue inspection form with the body sleeve (35mt height H = 0,
1 00 m internal diameter)
7
12.2191/2
Adet
1.000
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası
gövde bileziği ile baca teşkili (H= 0 35mt yüksekliğinde, 1 00
mt iç çapında)
Steam cured rubber gasket, with 500 Dzor prefabricated
manholes body height adjustment ring with chimney form (H
= 0 15-0 60 mt of variable height and 1 00 m body height
adjustment ring elements in internal diameter)
8
12.2191/5
m
1.000
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası
gövde yüksekliği ayar bileziği ile baca teşkili (H= 0 15-0 60
mt arasında değişken yükseklikte ve 1 00 mt iç çapındaki
gövde yüksekliği ayar bileziği elemanları ile)
Steam cured rubber gasket, 500 Dzor prefabricated chimney
flue inspection form with the conical element (1 00 m internal
9
12.2192/1
diameter)
Adet
1.000
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası
konik elemanı ile baca teşkili (1 00 mt iç çapında)
Steam cured rubber gasket, 500 Dzor prefabricated chimney
inspection chimney frame formed with the mounting element
10 12.2194
Adet
3.000
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası
çerçeve montaj elemanı ile baca teşkili
1
11
103-105
12.2195/1-1
Output Ø 200 mm with 500 Dzor, steam curing rubber seals
prefabricated manholes connected to the base element
constitutes the chimney (1 --1 input output)
Adet
Price
(TRY)
782.88
1.000
143
Çıkış çapı Ø 200 mm lik 500 Dz lu, buhar kürlü lastik conta
bağlantılı prefabrik muayene bacası taban elemanı ile baca
teşkili (1 giriş --1 çıkışlı)
Ø 200 mm (SN 8) LAYING P 100 CORRUGATED SEWER
PIPES
m
72.000
Çapı Ø 200 mm (SN 8) PE100 KORUGE KANALİZASYON
BORULARININ DÖŞENMESİ
Ditches and foundation fill material from the excavation done
by machine
13 14.1714/1
m³
60.480
Kazı malzemesinden makina ile hendek ve temel dolgusu
yapılması
Each category is graded sand-gravel (08 009 / IB-2) and
basic manual compression ditch breeding base, base of pipe
bedding and pipe making the sheathing
14 15.140/İB-4
m³
25.920
Her katagoride granülometrik kum-çakıl'ın (08 009/İB-2) el
ile sıkıştırılarak hendek ve temel taban ıslahı, boru tabanı
yataklanması ve boru gömleklenmesinin yapılması
Ductile iron manhole cover made of cast iron sewer
construction and putting into place (ductile iron)
15 23.255/İB-6
Adet
3.000
Kanalizasyon inşaatlarında sfero döküm baca kapağı
yapılması ve yerine konulması (küresel grafitli dökme demir)
Excavation of all soft and hard soil in every depth and width
with machine (Deep excavation)
16 Y.15.001/2B
m³
51.840
Makine ile her derinlik ve her genişlikte yumuşak ve sert
toprak kazılması (Derin kazı)
Each and every width, depth excavation of soft and hard
questionable Machine (deep cuts)
17 Y.15.006/2B
m³
34.560
Makine ile her derinlik ve her genişlikte yumuşak ve sert
küskülük kazılması (Derin kazı)
Sub Total 8.2.1.D3.Infrastructural Works - Waste Water- Hanak Livestock Market
8.2.1.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Hanak Livestock Market
Unit
Price
No Index No
Item Description
Unit
# of units Price
(TRY)
(TRY)
Tuvenan -permanent of sand (08 008 / IB) by hand
(tokmaklanarak) compression ditch breeding base and the
base, the base bearing the pipe sheathing of the pipes,
ditches and basic fillings made of
1
15.140/İB-8
m³
0.250
Tuvenan kum -çakıl'ın (08 008 / İB) el ile (tokmaklanarak)
sıkıştırılarak hendek ve temel taban ıslahı , boru tabanı
yataklanması, borunun gömleklenmesi , hendek ve temel
dolgusu yapılması
Sewer and stormwater construction; ductile cast iron grill
2
23.255/İB-7
Kanalizasyon ve yağmursuyu inşaatlarında; sfero döküm
kg
120.000
ızgara
Diameter 150 mm, PVC DRAINAGE PIPES LAYING
[MOVE, EXCEPT PER PIPE AND CONNECTING THE
PRICE INCLUDES]
3
36.19706
m
88.000
Çapı 150 mm, PVC DRENAJ BORULARININ DÖŞENMESİ
[TAŞIMA HARİÇ,BORU VE BAŞ BAĞLAMA BEDELİ
DAHİL]
Pouring of concrete in C 16/20 compressive strength class
produced in concrete plant or bought and compressed with
concrete pump (concrete shipping included)
4
Y.16.050/03
m³
1.910
Beton santralinde üretilen veya satın alınan ve beton
pompasıyla basılan, C 16/20 basınç dayanım sınıfında
beton dökülmesi (beton nakli dahil)
Made from wood mold series
5
Y.21.001/01
m²
16.540
Ahşaptan seri kalıp yapılması
Ø 8- Ø 12 mm deformed concrete reinforcing steel bar,
cutting bars, bending and placing
6
Y.23.014
Ton
0.010
Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların
kesilmesi, bükülmesi ve yerine konulması
Sub Total 8.2.1.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Hanak Livestock
Market
GRAND TOTAL 8.2.1.D.Infrastructural Works - Hanak Livestock Market (D1+D2+D3+D4)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
12
12.2202
144
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.2.2 DETAILED PRICE SCHEDULE LOT2 ITEM 2 CONSTRUCTION OF THE LIVESTOCK MARKET IN
POSOF DISTRICT
8.2.2.A1.Structural Works - Posof Livestock Market
8.2.2.A1.Structural Works - Construction Items - Posof Livestock Market
No
Index No
1*
MSB.322/A1
2*
Y.15.001/1A
3*
Y.15.001/2B
4*
Y.15.140/04
5*
Y.15.140/08
6*
Y.16.050/03
7*
Y.16.050/04
8*
Y.18.460/21
9*
Y.21.001/03
10*
Y.21.001/04
11*
Y.21.050/C11
12
Y.21.051/C11
Item Description
Pouring of concrete in C 20/25
Beton Kaplama Yapılması (C20/25 Hazır Beton
Kullanılarak)
Excavation of all soft and hard soil in every depth
and width with machine
Makine ile yumuşak ve sert toprak kazılması
(Serbest kazı)
Excavation of all soft and hard soil in every depth
and width with machine (Deep excavation)
Makine ile her derinlik ve her genişlikte yumuşak ve
sert toprak kazılması (Derin kazı)
By supplying gravel, laying with hand, making
irrigation and compression
Çakıl temin edilerek, makine ile serme, sulama ve
sıkıştırma yapılması
By supplying angular aggregate, laying with hand,
making irrigation and compression
32mm'ye kadar kırmataş temin edilerek, makine ile
serme, sulama ve sıkıştırma yapılması
Pouring of concrete in C 16/20 compressive
strength class produced in concrete plant or bought
and compressed with concrete pump (concrete
shipping included)
Beton santralinde üretilen veya satın alınan ve
beton pompasıyla basılan, C 16/20 basınç dayanım
sınıfında beton dökülmesi (beton nakli dahil)
Pouring of concrete in C 20/25 compressive
strength class produced in concrete plant or bought
and compressed with concrete pump (concrete
shipping included)
Beton santralinde üretilen veya satın alınan ve
beton pompasıyla basılan, C 20/25 basınç dayanım
sınıfında beton dökülmesi (beton nakli dahil)
Ø 100 mm radius, PVC based corruge drainage
pipe supplying and placing
Ø 100 mm anma çaplı, PVC esaslı koruge drenaj
borusunun temini ve yerine dösenmesi
Making flat-surfaced reinforced-concrete formwork
with Plywood
Plywood ile düz yüzeyli betonarme kalıbı yapılması
Making curved-surfaced reinforced-concrete
formwork with metal sheet
Sac ile eğri yüzeyli beton ve betonarme kalıbı
yapılması
Making falsework with steel pipe (between 0,004,00m )
Çelik borudan kalıp iskelesi yapılması (0,00-4,00 m
arası)
Making falsework with steel pipe (between 0,0051,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış
cephe iş iskelesi yapılması. (0,00-51,50 m arası)
Unit
# of units
M2
219.560
m³
292.620
m³
1,644.190
m³
928.800
m³
292.620
m³
146.680
m³
458.430
m
325.300
m²
2,238.930
m²
247.470
m³
2,825.050
m²
471.200
Unit
Price
(TRY)
Price
(TRY)
145
Making full security scaffold for ceilings with steel
pipe (between 0,00-21,50m)
13
Y.21.051/C13
Ön yapımlı bileşenlerden oluşan tam güvenlikli,
m³
286.560
tavanlar için iş iskelesi yapılması. (0,00-21,50 m
arası)
Placing welded wire fabric 3,001-10,000 kg/m²
(including 10,000 kg/m² )
14* Y.23.011
Ton
11.970
Nervürlü çelik hasırın yerine konulması 3,00110,000 kg/m² (10,000 kg/m² dahil)
Ø 8- Ø 12 mm deformed concrete reinforcing steel
bar, cutting bars, bending and placing
15* Y.23.014
Ø 8- Ø 12 mm nervürlü beton çelik çubuğu,
Ton
23.550
çubukların kesilmesi, bükülmesi ve yerine
konulması
Ø 14 - 28 mm deformed concrete reinforcing steel
bar, cutting bars, bending and placing
16* Y.23.015
Ø 14- Ø 28 mm nervürlü beton çelik çubuğu,
Ton
8.030
çubukların kesilmesi, bükülmesi ve yerine
konulması.
Making and placing roof truss with structural shape.
17* Y.23.081
Profil demirlerinden çatı makası yapılması ve yerine
Ton
4.730
konulması.
Making carcass and framework with all kinds of
structural shape, steel bars and plates ( framework,
beams from structural shape at necks, head pieces
joints etc. )
18* Y.23.101
Ton
60.070
Her çeşit profil, çelik çubuk ve çelik saçlarla karkas,
(çerçeve) inşaat yapılması, yerine tespiti (yapı
karkası, köprülerde profil demirlerinden kirişler,
başlıklar, bağlantılar ve benzeri imalatlar)
Dyeing iron surfacees with double anti-rust and
double synthetic dye
19
Y.25.002/02
m²
1,401.090
Demir yüzeylere iki kat antipas, iki kat sentetik boya
yapılması
Sub Total 8.2.2.A1.Structural Works - Construction Items - Posof Livestock Market
8.2.2.A2. Structural Works - Field Architectural Items - Posof Livestock Market
Unit
No
Index No
Item Description
Unit
# of units
Price
(TRY)
Wired fence 2.63 m with concrete poles
1
23.260/İB-1
2.63 m yüksekliğinde betonarme direkli kafes teli ile
m
339.480
himaye Çiti yapılması
Making subbase with crushed hearthstone material
2
KGM/6000
Ocak Taşından Konkasörle Kırılmış Malzeme ile
m³
454.000
Alttemel Yapılması
Making Painted,Trapezoidal sectioned plate roofing
3*
MSB.521/B2
Boyalı Trapezoidal Kesitli Sac Çatı
m²
567.500
Kaplaması Yapılması
Manure pit iron gate
4*
ÖZEL 12
ad
1.000
GÜBRE ÇUKURU GİRİŞ KAPISI
Galvanized coated Waterers
5*
ÖZEL 14
ad
56.000
GALVANİZ SULUK YAPILMASI 100*40 H:100
Preparation Of Parapets Using Galvanized Shaped
6*
ÖZEL 2
Tube
m
629.700
GALVANİZ KAPLAMALI KORKULUK YAPILMASI
Manufacturing and Installation of Paddock Doors
7*
ÖZEL 3
GALVANİZ KAPLAMALI PADOK KAPISI
ad
36.000
YAPILMASI
Manufacturing and Installation of Ramp Doors
8*
ÖZEL 4
GALVANİZ KAPLAMALI İNDİRME RAMPA KAPISI
ad
10.000
YAPILMASI
Made from hollow sections and sheet iron door
9*
ÖZEL 5
KUTU PROFİL VE SACDAN DEMİR KAPAK
m2
21.600
YAPILMASI
Disinfection Passage
10* ÖZEL 6
ad
1.000
Dezenfeksiyon Tüneli
Tons Weigh Bridge
11* ÖZEL 7
ad
1.000
HAYVAN KANTARI
Price
(TRY)
146
Steam cured concrete paving with stone flooring
8 cm yüksekliğinde normal çimentolu buhar kürlü
12
Y.26.017/032
m²
2,270.000
beton parke taşı ile döşeme kaplaması yapılması
(her ebat, renk ve desende)
laying white cement steam cured concrete curbs
50 x 20 x 10 cm boyutlarında beyaz çimentolu
13
Y.26.017/061
m
896.400
buhar kürlü beton bordür döşenmesi (pahlı, her
renk)
Sub Total 8.2.2.A2. Structural Works - Field Architectural Items - Posof Livestock Market
8.2.2.A3. Structural Works - Office Architectural Works - Posof Livestock Market
Unit
No
Index No
Item Description
Unit
# of units
Price
(TRY)
double -frame suspension system suspended
ceiling with water and fire -resistant gypsum wall
board
1
18.140/D1
m²
104.020
Suya ve yangına dayanıklı alçı duvar levhaları ile
çift iskeletli askı sistemli asma tavan yapılması
(12,5mm tek kat alçı duvar levhası ile)
Laying 10 cm thickness fiberglass blanket over roof
space flooring (Fiberglass blanket - 50 kg/m³
density) and water vapour permeable waterproof
sheet
2
19.061/008A
m2
408.907
Çatı arasına döşeme üzerine, 10 cm kalınlıkta
taşyünü şilte (Taşyünü şilte - 50 kg/m3 yoğunlukta)
ve üzerine su buharı geçişine açık su yalıtım örtüsü
serilmesi
ALUMINIUM SHEET STRIP SUSPENDED
CEILING (OUTDOOR)
30x30cm ebadında 0,50mm kalınlığında minimum
3
23.243/23
m²
20.030
20 mikron elektrostatik toz boyalı(polyester esaslı)
delikli alümünyum plakadan (EN AW 3000 serisi)
gizli taşıyıcılı sistem asma tavan yapılması
3 mm thick coating of fillers on fine plaster, stucco
etc. surfaces
4
27.528/3
m²
104.020
İnce sıva, alçı sıvalı vb. yüzeyler üzerine 3 mm
kalınlığında saten alçı kaplama yapılması
Fixing internal and external doors with embbed
roller ( Narrow and Wide types )
5
A04
Ad
6.000
Gömme silindirli iç ve dış kapı kilidinin yerine
takılması (Geniş ve dar tip)
Fixing doorhandles and mirrors ( with chrome
6
A08
plating )
Ad
6.000
Kapı kolu ve aynalarının yerine takılması (Kromajlı)
Replacing the hinges
7
A11
Ad
18.000
Yaylı menteşenin yerine takılması
Making Painted,Trapezoidal sectioned plate roofing
8
MSB.521/B2
Boyalı Trapezoidal Kesitli Sac Çatı
m²
408.947
Kaplaması Yapılması
13 mm Compact Laminat ile Bölme Panosu ve Kapı
9
MSB.922/A
m²
7.920
Yapılması
Composite siding
10
ÖZEL-01
m2
72.000
GİYDİRME CEPHE YAPILMASI
Vapor barrier
11
ÖZEL 09
m2
408.947
BUHAR KESİCİ
Carpet floor covering
12
ÖZEL 10
m2
9.500
HALI KAPLAMA
Trap car
13
ÖZEL 11
ad
2.000
ARAÇ KAPANI YAPILMASI (TERS KAPAN)
Fire exit
14
ÖZEL 13
ad
1.000
YANGIN KAPISI
Making wall with 10 cm thickness non-structural
pumice concrete wall blocks (with pumice concrete
glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except
15
Y.18.110/20C02
m²
45.988
900 kg/m³ )
10 cm kalınlığındaki taşıyıcı olmayan bimsbeton
duvar blokları ile duvar yapılması (bimsbeton tutkalı
Price
(TRY)
147
ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³
hariç)
16
Y.18.110/20C06
17
Y.18.461/008
18
Y.18.461/009
19
Y.18.461/042
20
Y.19.055/003
21
Y.19.056/003
22
Y.19.057/003
23
Y.19.085/025
24
Y.21.051/C11
25
Y.21.051/C13
Making wall with 19 cm thickness non-structural
pumice concrete wall blocks (with pumice concrete
glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except
900 kg/m³ )
19 cm kalınlığındaki taşıyıcı olmayan bimsbeton
duvar blokları ile duvar yapılması (bimsbeton tutkalı
ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³
hariç)
Making double water isolation with 3 mm and 4 mm
thickness elastomer-based (-10 cold bending)
polymer bitumen sheetings with polyester mat
carrier
3 mm ve 4 mm kalınlıkta plastomer esaslı (-10
soğukta bükülmeli) polyester keçe taşıyıcılı polimer
bitümlü örtüler ile iki kat su yalıtımı yapılması
Making double water isolation with 3 mm and 4 mm
thickness elastomer-based (-20 cold bending)
polymer bitumen sheetings with polyester mat
carrier
3 mm ve 4 mm kalınlıkta elastomer esaslı (-20
soğukta bükülmeli) polyester keçe taşıyıcılı polimer
bitümlü örtüler ile iki kat su yalıtımı yapılması
250 gr / m² weight in laying geotextile
250 gr/m² ağırlıkta geotekstil keçe serilmesi
Making external heat isolation and heat insulation
plastering on outer wall with 5 cm thickness
textured surface or textured rebate extruded
polystyrene tiles (XPS - 200 kPa pressure resistant)
(Jacketing)
5 cm kalınlıkta yüzeyi pürüzlü veya pürüzlü kanallı
extrüde polistren levhalar (XPS - 200 kPa basınç
dayanımlı) ile dış duvarlarda dıştan ısı yalıtımı ve
üzerine ısı yalıtım sıvası yapılması (Mantolama)
5 cm thick surface smooth sheets ( XPS - 300 kPa
pressure resistant) by performing thermal insulation
on the basement waterproofing curtain
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300
Kpa basınç dayanımlı) ile bodrum perdelerinde su
yalıtımı üzerine ısı yalıtımı yapılması
Making external heat isolation and heat insulation
plastering on outer wall with 5 cm thickness
textured surface or textured rebate extruded
polystyrene tiles (XPS - 200 kPa pressure resistant)
(Jacketing)
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300
Kpa basınç dayanımlı) ile yatayda (zemine oturan
(toprak temaslı) döşemelerde veya ters teras
çatılarda) ısı yalıtımı yapılması
Cement based, polymer -modified two-component
total thickness of 1.5 mm waterproofing in 2 coats
with ready to use mortar insulation
Çimento esaslı polimer modifiyeli iki bileşenli
kullanıma hazır yalıtım harcı ile 2 kat halinde toplam
1.5 mm kalınlıkta su yalıtımı yapılması
Making falsework with steel pipe (between 0,0051,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış
cephe iş iskelesi yapılması. (0,00-51,50 m arası)
Making full security scaffold for ceilings with steel
pipe (between 0,00-21,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli,
tavanlar için iş iskelesi yapılması. (0,00-21,50 m
arası)
m²
222.435
m²
115.640
m²
524.587
m²
295.450
m²
270.910
m²
115.640
m²
231.420
m²
20.030
m²
363.160
m³
576.440
148
26
Y.21.101/06
27
Y.21.280/01
28
Y.22.001/01
29
Y.22.009/03
30
Y.23.152
31
Y.23.244/L
32
Y.25.002/01
33
Y.25.003/21
34
Y.25.003/22
35
Y.25.004/05
36
Y.26.006/303
37
Y.26.008/304A
38
Y.26.008/405A
39
Y.26.020/042A
OSB / 3 coating on the roof
Çatı üzerine OSB/3 kaplama yapılması
Laminate flooring
Laminat parke döşeme kaplaması yapılması (AC1
Sınıf 21) (süpürgelik dahil)
The massive wooden table top internal door frames
and moldings
Ahşaptan masif tablalı iç kapı kasa ve pervazı
yapılması yerine konulması
Laminate coated with panels made from both sides
of the wood fiber ( MDF ) pressed , craft filled inner
door panel production and fitting
Laminat kaplamalı, iki yüzü odun lifinden yapılmış
levhalarla (mdf) presli, kraft dolgulu iç kapı kanadı
yapılması, yerine takılması
Making and placing doors and windows with square
and rectangle structral shapes
Kare ve dikdörtgen profillerle pencere ve kapı
yapılması ve yerine konulması
Powder coated insulated aluminum joinery
manufacture and putting in place
Elektrostatik toz boyalı ısı yalıtımlı alüminyum
doğrama imalatı yapılması ve yerine konulması
Dyeing iron surfaces with double anti-rust paint
Demir yüzeylere korozyona karşı iki kat boya
yapılması
Water-based primer applied two coats semi-matte
paint on new flatter surfaces (interior)
Yeni sıva yüzeylere astar uygulanarak iki kat su
bazlı yarımat boya yapılması (iç cephe)
LUSTER done by applying water-based paint two
coats of satin lining on plaster and plasterboard
surfaces (interior)
Saten alçılı ve alçıpanel yüzeylere astar
uygulanarak iki kat su bazlı yarımat boya yapılması
(iç cephe)
Dyeing Exposed concrete , plastered or old painted
surfaces, with undercoat applied silicon-based
water based painting (exterior wall)
Brüt beton, sıvalı veya eski boyalı yüzeylere, astar
uygulanarak silikon esaslı grenli/tekstürlü kaplama
yapılması (dış cephe)
20 x 25 cm) or (20 x 30 cm) in nominal sizes, in all
kinds of patterns and surface features, I.kalit to 3
mm spaced wall coverings with joints made of white
ceramic wall tiles (with tile adhesive)
(20 x 25 cm) veya (20 x 30 cm) anma ebatlarında,
her türlü desen ve yüzey özelliğinde, I.kalite, beyaz
seramik duvar karoları ile 3 mm derz aralıklı duvar
kaplaması yapılması (karo yapıştırıcısı ile)
30 x 30 cm) or (33 x 33 cm) in nominal sizes, in all
kinds of patterns and surface features, I.kalit to 3
mm spaced wall coverings with joints made of white
ceramic wall tiles (with tile adhesive)
(30 x 30 cm) veya (33 x 33 cm) anma ebatlarında,
her türlü renk, desen ve yüzey özelliğinde, I.kalite,
mat, sırsız porselen karo ile 3 mm derz aralıklı
döşeme kaplaması yapılması (karo yapıştırıcısı ile)
40 x 40 cm in nominal sizes, in all kinds of patterns
and surface features, I.kalit to 3 mm spaced wall
coverings with joints made of white ceramic wall
tiles (with tile adhesive)
40 x 40 cm anma ebatlarında, rektifiyeli, her türlü
renk, desen ve yüzey özelliğinde, I.kalite, parlak,
sırsız porselen karo ile 3 mm derz aralıklı döşeme
kaplaması yapılması (karo yapıştırıcısı ile)
Making external windowledge with 3 cm thickness
coloured marble tiles ( 3cmx30-40-50cmxfree
length ) ( glazed )
m²
408.947
m²
9.500
m²
11.130
m²
11.880
kg
521.887
kg
865.000
m²
59.816
m²
510.480
m²
104.020
m²
270.910
m²
127.620
m²
20.030
m²
113.360
m²
6.700
149
3 cm kalınlığında renkli mermer levha ile dış
denizlik yapılması (3cmx30-40-50cmxserbest boy)
(honlu veya cilalı)
Making parapet e with 3 cm thickness coloured
marble tiles ( 3cmx30-40-50cmxfree length ) (
glazed )
40
Y.26.020/052A
m²
10.720
3 cm kalınlığında renkli mermer levha ile parapet
yapılması (3cmx30-40-50cmxserbest boy) (honlu
veya cilalı)
Plastering with 250/350 kg cement dosed rendering
and plastering mortar (exterior wall)
41
Y.27.501/01
m²
270.910
250/350 kg çimento dozlu kaba ve ince harçla sıva
yapılması (dış cephe sıvası)
Plastering with 200/250 kg cement/lime mixed
rendering and plastering mortar (interior wall)
42
Y.27.501/02
m²
221.450
200/250 kg kireç/çimento karışımı kaba ve ince
harçla sıva yapılması (iç cephe sıvası)
Plastering with 250/350 kg cement/lime mixed
rendering and plastering mortar (ceiling)
43
Y.27.501/03
m²
289.030
250/350 kg kireç/çimento karışımı kaba ve ince
harçla sıva yapılması (tavan sıvası)
STUCCO CONTAINING CEMENT
44
Y.27.501/08
350 kg çimento dozlu harçla tek kat kaba sıva
m²
127.620
yapılması
LEVELING COARSE
45
Y.27.581
m²
142.890
200 kg çimento dozlu tesviye tabakası yapılması
2.5 cm thick made of 400 kg of cement dose alum
46
Y.27.583
2.5 cm kalınlığında 400 kg çimento dozlu şap
m²
142.890
yapılması
Fixing PVC and aluminium joinery section and 6+6
mm thickness 12 mm interstitial spaced double
glassed window units
47
Y.28.645/C04
m²
308.475
PVC ve alüminyum doğramaya profil ile 6+6 mm
kalınlıkta 12 mm ara boşluklu çift camlı pencere
ünitesi takılması
Sub Total 8.2.2.A3. Structural Works - Office Architectural Works - Posof Livestock Market
8.2.2.A4. Structural Works - Quarantine Architectural Works - Posof Livestock Market
Unit
No
Index No
Item Description
Unit
# of units
Price
(TRY)
Existing wood, steel, concrete beams or aşıklı on
the roof (4 cm), polystyrene filled (top 0.70 mm
trapezoidal lower 0.50 mm thick flat) Aluminium
sheets (EN AW 3003, Al-Mn1 Cu) and made of
insulated roofing
1*
18.233/10
m²
106.700
Mevcut ahşap, çelik, betonarme kiriş veya aşıklı
çatı üzerine (4 cm) polistren dolgulu (Üst 0.70 mm
trapezoidal Alt 0.50 mm düz) Alüminyum levhalar
(EN AW 3003,Al-Mn1 Cu ) ile ısı yalıtımlı çatı örtüsü
yapılması.
Fixing internal and external doors with embbed
roller ( Narrow and Wide types )
2
A04
Ad
3.000
Gömme silindirli iç ve dış kapı kilidinin yerine
takılması (Geniş ve dar tip)
Fixing doorhandles and mirrors ( with chrome
3
A08
plating )
Ad
3.000
Kapı kolu ve aynalarının yerine takılması (Kromajlı)
Replacing the hinges
4
A11
Ad
9.000
Yaylı menteşenin yerine takılması
Making wall with 19 cm thickness non-structural
pumice concrete wall blocks (with pumice concrete
glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except
900 kg/m³ )
5
Y.18.110/20C06
m²
121.040
19 cm kalınlığındaki taşıyıcı olmayan bimsbeton
duvar blokları ile duvar yapılması (bimsbeton tutkalı
ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³
hariç)
Price
(TRY)
150
6
Y.18.461/008
7
Y.18.461/009
8
Y.18.461/042
9
Y.19.056/003
10
Y.19.057/003
11
Y.21.051/C11
12
Y.21.051/C13
13
Y.23.152
14
Y.23.155
15
Y.23.244/L
16
Y.25.003/12
17
Y.25.004/05
18
Y.27.501/01
19
Y.27.501/02
Making double water isolation with 3 mm and 4 mm
thickness elastomer-based (-10 cold bending)
polymer bitumen sheetings with polyester mat
carrier
3 mm ve 4 mm kalınlıkta plastomer esaslı (-10
soğukta bükülmeli) polyester keçe taşıyıcılı polimer
bitümlü örtüler ile iki kat su yalıtımı yapılması
Making double water isolation with 3 mm and 4 mm
thickness elastomer-based (-20 cold bending)
polymer bitumen sheetings with polyester mat
carrier
3 mm ve 4 mm kalınlıkta elastomer esaslı (-20
soğukta bükülmeli) polyester keçe taşıyıcılı polimer
bitümlü örtüler ile iki kat su yalıtımı yapılması
250 gr / m² weight in laying geotextile
250 gr/m² ağırlıkta geotekstil keçe serilmesi
5 cm thick surface smooth sheets ( XPS - 300 kPa
pressure resistant) by performing thermal insulation
on the basement waterproofing curtain
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300
Kpa basınç dayanımlı) ile bodrum perdelerinde su
yalıtımı üzerine ısı yalıtımı yapılması
Making external heat isolation and heat insulation
plastering on outer wall with 5 cm thickness
textured surface or textured rebate extruded
polystyrene tiles (XPS - 200 kPa pressure resistant)
(Jacketing)
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300
Kpa basınç dayanımlı) ile yatayda (zemine oturan
(toprak temaslı) döşemelerde veya ters teras
çatılarda) ısı yalıtımı yapılması
Making falsework with steel pipe (between 0,0051,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış
cephe iş iskelesi yapılması. (0,00-51,50 m arası)
Making full security scaffold for ceilings with steel
pipe (between 0,00-21,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli,
tavanlar için iş iskelesi yapılması. (0,00-21,50 m
arası)
Making and placing doors and windows with square
and rectangle structral shapes
Kare ve dikdörtgen profillerle pencere ve kapı
yapılması ve yerine konulması
2.00 mm thick hot rolled sheet door frame bending
done and put in place
2,00 mm kalınlığında sıcak haddelenmiş sacdan
bükme kapı kasası yapılması ve yerine konulması
Powder coated insulated aluminum joinery
manufacture and putting in place
Elektrostatik toz boyalı ısı yalıtımlı alüminyum
doğrama imalatı yapılması ve yerine konulması
White lime whitewash three times made the new
plaster surfaces (interior)
Yeni sıva yüzeylere üç kat beyaz kireç badana
yapılması (iç cephe)
Dyeing Exposed concrete , plastered or old painted
surfaces, with undercoat applied silicon-based
water based painting (exterior wall)
Brüt beton, sıvalı veya eski boyalı yüzeylere, astar
uygulanarak silikon esaslı grenli/tekstürlü kaplama
yapılması (dış cephe)
Plastering with 250/350 kg cement dosed rendering
and plastering mortar (exterior wall)
250/350 kg çimento dozlu kaba ve ince harçla sıva
yapılması (dış cephe sıvası)
Plastering with 200/250 kg cement/lime mixed
rendering and plastering mortar (interior wall)
m²
26.040
m²
26.040
m²
77.490
m²
26.040
m²
77.490
m²
130.200
m³
198.240
kg
23.313
kg
174.240
kg
149.000
m²
180.605
m²
114.830
m²
114.830
m²
180.605
151
20
21
200/250 kg kireç/çimento karışımı kaba ve ince
harçla sıva yapılması (iç cephe sıvası)
LEVELING COARSE
m²
66.080
200 kg çimento dozlu tesviye tabakası yapılması
Fixing PVC and aluminium joinery section and 6+6
mm thickness 12 mm interstitial spaced double
glassed window units
Y.28.645/C04
m²
11.466
PVC ve alüminyum doğramaya profil ile 6+6 mm
kalınlıkta 12 mm ara boşluklu çift camlı pencere
ünitesi takılması
Sub Total 8.2.2.A4. Structural Works - Quarantine Architectural Works - Posof Livestock Market
GRAND TOTAL 8.2.2.A. Structural Works - Posof Livestock Market (A1+A2+A3+A4)
Y.27.581
8.2.2.B.Electric Works - Posof Livestock Market
8.2.2.B1.Electric Works -Livestock Market - Posof Livestock Market
No
Index No
1
20.5.1.-003
2
20.6.1-004
3
5.5.3.2.1/006
4*
726-302
5*
726-303
6*
726-304
7*
727-513
8*
727-525
9*
727-526
10*
727-531
11*
742-453
12
782-100
13
839-101
Item Description
150 W.SODIUM VAPOR LIGHTING FIX. AT
STEEL, WOOD AND CONCRETE POLES
150W Sodyum Buharlı Armatür Demir, Ağaç ve
Beton Direklerde, Ampulü Hariç
150 W. SODIUM VAPOR TRANSPARENT TUBE
BULB HIGH PRESSURE IGNITION
Sodyum Buharlı Ampul Şeffaf Tüp. (150 W Yüksek
Basınçlı-Ateşlemeli Tip)
AD1-60/15 TYPE, 70 KG. SINGLE CONSOLE
GALVANIZED STEEL RANGE LIGHT POLE
AD1-60/15 TİPİ, 70 KG.TEK KONSOLLU
GALVANİZLİ ÇELİK POLİGON AYDINLATMA
DİREĞİ
PIPELESS FREE PAVED EARTHING LINE 6 mm2
Topraklama hattı-6 mm² (borusuz) çıplak örgülü
veya dolu bakır tel
PIPELESS FREE PAVED EARTHING LINE 10
mm2
Topraklama hattı-10 mm² (borusuz) çıplak örgülü
veya dolu bakır tel
PIPELESS FREE PAVED EARTHING LINE 16
mm2
Topraklama hattı-16 mm² (borusuz)
1KV UNDERGROUND CABLE, COLUMN AND
POWER LINE 3*2.5 mm2 NYY
1 kV yeraltı kablosu (NYY)-3x2,5 mm²
1KV UNDERGROUND CABLE, COLUMN AND
POWER LINE 4*10 mm2 NYY
1 kV yeraltı kablosu (NYY)-4x10 mm²
1KV UNDERGROUND CABLE, COLUMN AND
POWER LINE 4*6 mm2 NYY
1 kV yeraltı kablosu (NYY)-4x6 mm²
1KV UNDERGROUND CABLE, COLUMN AND
POWER LINE 7x1,5 mm² NYY
1 kV yeraltı kablosu (NYY)-7x1,5 mm²
LED PRJ. UP TO 60 WATT (220 V. AC.)
LED PRJ - 60 W'a kadar (60 W dahil ) (220 V. AC.),
Led Projektörler
CABLE TRAY SYSTEMS
Kablo Tava Sistemleri (Ölçü: kg. İhzarat %60 )
INTERNAL TYPE LINE TRANSFORMER AND
INSTALLATION
Hat transformatörü ve montajı-dahili tip
Unit
# of units
Ad
9.000
Ad
9.000
AD
9.000
m
100.000
m
175.000
m
232.000
m
280.000
m
175.000
m
332.000
m
180.000
Ad
3.000
kg
90.000
Ad
4.000
Unit
Price
(TRY)
Price
(TRY)
152
EXTERNAL TYPE AIR PRESSURE SPEAKER 10
W.
14
840-105
Ad
4.000
Hoparlör ve montajı-10 W.a kadar harici tip hava
basınçlı
TABLE MICROPHONE
15
842-101
Ad
1.000
Masa tipi mikrofon
AMPLIFIER AND INSTALLATION 75 W.
16
844-103
Ad
1.000
Amplifikatör ve montajı-75 W'lık
RACK CABINETS 9U 600 mm * 600 mm 19"
17
880-1105
Duvara monte edilebilir kabinetler 9U
Ad
1.000
600mmx600mm 19" kabinet
FAN MODULE WITH THERMOSTAT BELONGING
18
880-1280
TO PRODUCT (2 FANS)
Ad
1.000
Termostatlı fan modülü (2Fanlı)
19" RACK TYPE 6-FOLD GROUP SOCKET WITH
19
880-1287
SAFETY FUSE BELONGİNG TO PRODUCT
Ad
1.000
19" rack tipi 6'lı grup priz sigortalı
2x0.75mm2 LIH (St)H HALOGEN FREE SIGNAL
AND CONTROL CABLE
20
880-3159
m
5.000
2x0,75 mm² LIH(st)H HALOJENFREE SİNYAL ve
KUMANDA KABLOSU
2x2.5mm2 LIH (St)H HALOGEN FREE SIGNAL
AND CONTROL CABLE
21
880-3204
m
40.000
2x2,5 mm² LIH(st)H HALOJENFREE SİNYAL ve
KUMANDA KABLOSU
RG 6/U-6, 75 IMPEDANCE COAXIAL CABLE
22
880-431
m
280.000
RG 6/U-6 75 ohm Koaksiyel Kablo
PUNCHEON (FOR ACTIVE CAPTURE TIP)
23
980-300
Çatı direği (Aktif yakalama ucu için) (Ölçü: Adet,
Ad
1.000
İhzarat: %60)
ROOF SURROUNDING AND LOWERING
CONDUCTOR 50 mm2 Electrolytic Copper
24
981-101
Conductor
m
120.000
50 mm² elektrolitik bakır tel ile çatı ihata ve indirme
iletkenleri tesisatı
BUILDING SURROUNDING CONDUCTOR 30×3.5
MM GALVANIZED STEEL SHEET
25
982-102
m
120.000
30x3,5 mm ebadında şartnamesine uygun
galvanizli çelik lama
GROUND ELECTRODE (ROD), ELECTROLYTIC
COPPER
26
983-102
Ad
7.000
TS 435 / T1 standardına uygun, Toprak elektrodu
(Çubuk)elektrolitik bakır
PROTECTIVE CONDUCTOR PIPE
27
983-103
Ad
1.000
İletken koruyucu borusu (3 m'lik)
THERMOWELDING SUPPLEMENT UP TO 115
28
985-104
GR.WELDING DUST
Ad
7.000
115 gr kaynak tozuna kadar termokaynak eki
2 MP EXTERNAL CAMERA
29
ÖZEL-ELK-01
AD
4.000
HARİCİ KAMERA VE AKSESUARLARI
32' MONITOR
30
ÖZEL-ELK-02
AD
1.000
32' MONITOR
16 CHANNEL DVR
31
ÖZEL-ELK-03
AD
1.000
16 KANAL DVR
STANDING OUTLET BOX
32
ÖZEL-ELK-08
AD
4.000
DİKİLİ TİP PRİZ KUTUSU
PE 100 HDPE 10 ATU PIPE
33
ÖZEL-ELK-09
MT
445.000
PE 100 HDPE 10 ATÜ BORU
BARRIER
34
ÖZEL-ELK-10
AD
2.000
BARİYER
35
ÖZEL-ELK-11
I5-4GB RAM 500 GB HDD PC
AD
1.000
BARCODE READER
36
ÖZEL-ELK-12
AD
1.000
BARKOD OKUYUCU
Sub Total 8.2.2.B1.Electric Works -Livestock Market - Posof Livestock Market
8.2.2.B2.Electric Works -Office, Quarantine, Barn - Posof Livestock Market
Unit
No
Index No
Item Description
Unit
# of units
Price
(TRY)
Price
(TRY)
153
1*
726-301
2*
727-528
3
739-102
4
742-332
5
742-333
6
742-532
7
742-538
8
794-301
9
794-302
10
794-304
11
796-103
12
815-101
13
818-101
14
819-101
15
819-102
16
845-103
17
982-102
18
983-102
PIPELESS FREE PAVED EARTHING LINE 4 mm2
Topraklama hattı-4 mm² (borusuz) çıplak örgülü
veya dolu bakır tel
1KV UNDERGROUND CABLE, COLUMN AND
POWER LINE 4*2.5 mm2 NYY
1 kV yeraltı kablosu (NYY)-4x2,5 mm²
EMPTY PIPE INSTALLATION (26-37 mm)
Birim Fiyat No.: 729-101 gibi yalnız (26 - 37) mm.
boru ile. Betonarme tavanda ve duvarlarda 14 - 18
mm. peşel, bergman veya PVC boş boru temini,
döşemesi, boru içerisine kılavuz teli çekilip
bırakılması her nevi malzeme ve işçilik dahil.
GLASS FIBER REINFORCED POLYESTER
BODY. U1 1*40 W. FLUORESCENT FIXTURE
Cam elyaf takviyeli polyester gövdeli U1 tipi etanj
flüoresan armatür U1 1x40W (36W)
GLASS FIBER REINFORCED POLYESTER
BODY. U1 2*40 W. FLUORESCENT FIXTURE
Cam elyaf takviyeli polyester gövdeli U1 tipi etanj
flüoresan armatür U1 2x40W (36W)
DECORATIVE SUSPENDED CEILING FIXTURE:
ATY2- 4x18 W
ATY2-4x18 W (Çift parabolik parlak reflektörlü)
dekoratif amaçlı asma tavan armatür
DECORATIVE SUSPENDED CEILING FIXTURE:
ATY8- 2x18 W
ATY8-2x18 W (Çift parabolik, reflektörlü) dekoratif
amaçlı asma tavan armatür
Etange light outlet (with security line) NORMAL
OUTLET (Lines and Outlet lines with unleaded
antigrone (NHXMH) material.)
Normal Sorti, Linye ve sorti hatları kurşunsuz
antigron (NHXMH) nevinden malzeme ile, Etanj
aydınlatma sortisi (Güvenlik hatlı)
Etange light outlet (with security line) SWITCH
OUTLET (Lines and Outlet lines with unleaded
antigrone (NHXMH) material.)
Komütatör Sorti, Linye ve sorti hatları kurşunsuz
antigron (NHXMH) nevinden malzeme ile, Etanj
aydınlatma sortisi (Güvenlik hatlı)
Etange light outlet (with security line) PARALLEL
OUTLET (Lines and Outlet lines with unleaded
antigrone (NHXMH) material.)
Paralel Sorti, Linye ve sorti hatları kurşunsuz
antigron (NHXMH) nevinden malzeme ile, Etanj
aydınlatma sortisi (Güvenlik hatlı)
Etange socket outlet (with security line) LINES AND
OUTLET LINES WITH UNLEADED ANTIGRONE
(NHXMH) MATERIAL AND NORMAL SOCKET
OUTLET
Linye ve sorti hatları kurşunsuz antigron (NHXMH)
nevinden malzeme ile normal priz sortisi
PHONE INSTALLATION OUTLET up to 2 pairs
(together with earthing line)
Telefon tesisatı sortisi
INDOOR MAIN LINE SYSTEM up to 2 pairs P.14
Bina içerisinde ana hat tesisatı (2 çifte kadar-p14)
TELEPHONE DISTRIBUTION BOX up to 10 pairs
Telefon dağıtım kutuları (10 çifte kadar) (DKP sac)
TELEPHONE DISTRIBUTION BOX up to 30 pairs
Telefon dağıtım kutuları (30 çifte kadar) (DKP sac)
TELEVISION OUTLET
Televizyon sortisi
BUILDING SURROUNDING CONDUCTOR 30×3.5
MM GALVANIZED STEEL SHEET
30x3,5 mm ebadında şartnamesine uygun
galvanizli çelik lama
GROUND ELECTRODE (ROD), ELECTROLYTIC
COPPER
m
30.000
m
30.000
m
100.000
Ad
1.000
Ad
12.000
Ad
12.000
Ad
1.000
Ad
11.000
Ad
12.000
Ad
6.000
Ad
32.000
Ad
7.000
m
100.000
Ad
1.000
Ad
2.000
Ad
5.000
m
165.000
Ad
3.000
154
TS 435 / T1 standardına uygun, Toprak elektrodu
(Çubuk)elektrolitik bakır
THERMOWELDING SUPPLEMENT UP TO 115
19
985-104
GR.WELDING DUST
Ad
3.000
115 gr kaynak tozuna kadar termokaynak eki
1*150W
20
ÖZEL-ELK-04
AD
3.000
ÖZ1 1*150W
OZ2 1*13W
21
ÖZEL-ELK-05
AD
12.000
ÖZ2 1*13W
SATELLITE
22
ÖZEL-ELK-06
AD
1.000
ÇANAK ANTEN
4-6 OUTPUT LNB
23
ÖZEL-ELK-07
AD
1.000
4 ÇIKIŞLI LNB
Sub Total 8.2.2.B2.Electric Works -Office, Quarantine, Barn - Posof Livestock Market
8.2.2.B3.Electric Works - Panel, Shifter - Posof Livestock Market
Unit
No
Index No
Item Description
Unit
# of units
Price
(TRY)
Front cover panel
1
701-201
Ad
1.000
Özel sac pano-önden kapaklı
2
704-105
Sıva üstü sac tablo-0.40-0,50 m² (0,50 m² dahil)
Ad
1.000
Built-in sheet metal tables up to 0,20 - 0,30m2
3
705-103
(including 0,30 m2)
Ad
1.000
Gömme tip sac tablo-0.20-0.30 m² (0,30 m² dahil)
4
705-105
Gömme tip sac tablo-0.40-0,50 m² (0,50 m² dahil)
Ad
1.000
Automatically insured housing type sheet metal
tables with switch
8 fuses
5
707-102
Ad
2.000
Anahtarlı otomatik sigortalı loj. tipi sac tablo-8
sigortalı
Selective paco switches of the type that are
6
713-304
mounted on the table up to 3x25 A. (three-phase)
Ad
3.000
Normal Pako Şalter-tablo üstü-3x25 A'e kadar
THERMIC,MAGNETIC SHIELDED POWER
7
715-307
SWITCH 3*40 A.(Table wake ( TS EN 60947-2)
Ad
1.000
Termik Magnetik Şalter-tablo arkası-3x40 A'e kadar
8
715-308
9
715-309
10
718-310
11
718-507
12
718-508
13
718-563
14
723-401
15
724-601
Selective paco switches of the type that are
mounted on the table up to 3 x 63 A. (three-phase)
Icu:25kA, I1: (0,8-1)In
Selective paco switches of the type that are
mounted on the table up to 3 x 100 A. (threephase) Icu:25kA, I1: (0,8-1)In
Termik Magnetik Şalter-tablo arkası-3x100 A'e
kadar
Timer, which is used as timer in lighting control
Aydınlatma kontrollünde kullanılan Zaman rölesi.
(Ölçü Adet, İhzarat %60)
Residual current circuit-breakers up to 4x25 (30
mA)
Kaçak akım koruma şalterleri-4x25 A'e kadar (30
mA)
Leakage protection circuit breakers- up to 4x40 A
(30 mA)
Kaçak akım koruma şalterleri-4x40 A'e kadar (30
mA)
Panel type surge protectors class B, 230V AC, 100
kA (10/350ms), three-phase, neutral ground
Pano tipi aşırı gerilim koruyucusu, B sınıfı, 230
VAC, 100 kA üç faz, nötr-toprak
Automatic control central compensation batteries up
to 400v.
Otomatik kumandalı merkezi kompanzasyon
bataryası-400 V'a kadar
6 KA cutting capacity auto safety fuse AUTO
SAFETY FUSE WITH SWITCH 25 A. (6KA) (TS
5018-1 EN 60898-1)
Anahtarlı otomatik sigorta (6 kA)-16 A'e kadar
Ad
1.000
Ad
2.000
Ad
1.000
Ad
6.000
Ad
1.000
Ad
1.000
kVAR
25.000
Ad
27.000
Price
(TRY)
155
16
724-602
17
724-606
18
724-607
19
724-707
20
724-708
21
725-401
22
725-511
23
725-731
24
725-904
25
726-302
26
726-303
27
28
727-510
727-520
29
727-525
30
727-526
6 KA cutting capacity auto safety fuse AUTO
SAFETY FUSE WITH SWITCH 25 A. (6KA) (TS
Ad
1.000
5018-1 EN 60898-1)
Anahtarlı otomatik sigorta (6 kA)-25 A'e kadar
3-PHASE AUTOMATIC SAFETY FUSE WITH
SWITCH 16 A. (6KA)(TS 5018-1 EN 60898-1
Ad
7.000
Anahtarlı otomatik sigorta (6 kA)-3x16 A'e kadar
Switching auto insurance (6 kA) up to -3x40
Ad
5.000
Anahtarlı otomatik sigorta (6 kA)-3x40 A'e kadar
Three-phase Automatic safety fuse with switch (10
kA)-up to 40 A
Ad
6.000
Anahtarlı otomatik sigorta (10 kA)-3x40 A'e kadar
Switching auto insurance (10 kA) up to -3x60
Ad
2.000
Anahtarlı otomatik sigorta (10 kA)-3x60 A'e kadar
Measure Current Transformer 100 - 500/5 A.
Ad
6.000
Akım ölçü trafosu 100-500/5 A
Energy analyzer
Ad
1.000
Enerji analizörü
Three-phase Time Scheduled Electronic Type
(Active-Reactive) 3x230/400 V..3x5(7,5) A Counters
Ad
1.000
Üç Fazlı Zaman Tarifeli Elektronik Tip (Aktif-Reaktif)
Sayaç, 3x230/400 V: 3x5 (7,5) A
Sign Lamp up to 250.V
Ad
15.000
İşaret lambası 250 V'a kadar
PIPELESS FREE PAVED EARTHING LINE 6 mm2
Topraklama hattı-6 mm² (borusuz) çıplak örgülü
m
70.000
veya dolu bakır tel
PIPELESS FREE PAVED EARTHING LINE 10
mm2
m
5.000
Topraklama hattı-10 mm² (borusuz) çıplak örgülü
veya dolu bakır tel
1 kV yeraltı kablosu (NYY)-3x10 mm²
m
5.000
1 kV yeraltı kablosu (NYY)-3x70+35 mm²
m
200.000
1KV UNDERGROUND CABLE, COLUMN AND
POWER LINE 4*10 mm2 NYY
m
20.000
1 kV yeraltı kablosu (NYY)-4x10 mm²
1KV UNDERGROUND CABLE, COLUMN AND
POWER LINE 4*6 mm2 NYY
m
70.000
1 kV yeraltı kablosu (NYY)-4x6 mm²
Sub Total 8.2.2.B3.Electric Works - Panel, Shifter - Posof Livestock Market
GRAND TOTAL 8.2.2.B.Electric Works - Posof Livestock Market (B1+B2+B3)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.2.2.C.Mechanical Works -Posof Livestock Market
8.2.2.C1.Mechanical Works - Plumbing - Posof Livestock Market
No
Index No
1
071-108
2
075-103
3
079-100
4
089-112
Item Description
oval sink
Tezgah altı veya tezgah üstü oval lavabo Takriben
40x50 cm Sırlı Seramik ekstra sınıf Lavabolar
Pan closet (faience ware extra class) with plastic
siphon, 50x60 cm
Alaturka hela taşı (Sırlı seramikten ekstra sınıf)
plastik sifonlu, 50x60 cm
Self reserves European style toilets
Kendinden rezerv.alafranga hela ve tes. (1.kalite)
35x55 cm
Taps (short, perlatürl a ) Class 1 1/2 "
Musluk (kısa, perlatürlü) 1.sınıf 1/2"
Unit
# of units
Ad
5.000
Ad
4.000
Tk
3.000
Ad
4.000
Unit
Price
(TRY)
Price
(TRY)
156
Fitted head and hand shower set
Ad
1.000
Gömme baş ve el duşlu banyo takımı
Sink siphon
6
089-701
Ad
5.000
Lavabo ve eviye sifonu
Touchless basin mixer and installation, with single
water inlet (chromic)
7
089-922
Ad
5.000
Fotoselli lavabo bataryası ve tesisatı, tek su girişli
(krome)
Soap dish 16x31 cm
8
090-102
Ad
1.000
Sabunluk (fayans, kollu), 16x31 cm
Sheet (tiles), 16x16 cm
9
094-100
Ad
7.000
Kağıtlık (fayans), 16x16 cm
Location filter (rigid plastic grille), 10x10 cm
10 097-203
Ad
3.000
Yer süzgeci (sert plastik ızgaralı), 10x10 cm
Cold water meter ( diameter 25 mm ( 1 ") screw )
11 103-103
Ad
1.000
Soğuk su sayacı (çap 25 mm, (1"), vidalı)
Electrical water heater (80 L, 1800 watt and above)
12 117-304
Ad
1.000
Elektrikli su ısıtıcısı (80 L 1800 Watt. ve üzeri)
Liquid soap machine (0.5 lt)
13 ÖZEL.MEK.01
Ad
5.000
Sıvı sabun makinası (tezgaha gömme 0,5lt )
Sub Total 8.2.2.C1.Mechanical Works - Plumbing - Posof Livestock Market
8.2.2.C2.Mechanical Works - Common Plumbing - Posof Livestock Market
Unit
No Index No
Item Description
Unit
# of units
Price
(TRY)
Price of physiotherm seamed and screwed-fitted
polypropylene pipe montage supply inside the
1
204-3103
building
m
24.000
Pn 20 polipropilen temiz su boru 3/4" 25/4,2 mm
Polipropilen temiz su boruları
Outside diameter 50 mm , wall thickness from 3.2
mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic
2
204-411
sewage pipes
m
5.000
Dış çap 50 mm, et kalınlığı 3,2 mm Hafif-Sert
Polivinil Klorürden (HPVC-U) Plastik pis su boruları
Outside diameter 70 mm , wall thickness from 3.2
mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic
3
204-412
sewage pipes
m
6.000
Dış çap 70 mm, et kalınlığı 3,2 mm Hafif-Sert
Polivinil Klorürden (HPVC-U) Plastik pis su boruları
Outside diameter 100 mm , wall thickness from 3.2
mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic
4
204-413
sewage pipes
m
65.000
Dış çap 100 mm, et kalınlığı 3,2 mm Hafif-Sert
Polivinil Klorürden (HPVC-U) Plastik pis su boruları
Ball valve, brass tube, teflon joint ring (diameter: 25
5
210-625
mm)
Ad
2.000
Küresel vana, prinç pres, teflon contalı (çap: 25 mm)
Strainer , cast iron, threaded or flanged (diameter:
25 mm
6
221-203
Ad
1.000
Pislik tutucu, pik döküm, vidalı veya flanşlı (çap: 25
mm)
Non-return valve , 25 mm, PN 16; body brass, inner
parts of stainless steel ( type disco applied between
flanges
7
228-603
m
1.000
Geri tepme ventili, 25 mm, PN-16; gövdesi prinç, iç
aksam komple paslanmaz çelik (flanşlar arası
uygulanan disco tip
Ø25 (PE100) polyethylene pipes
8
ÖZEL.MEK.02
m
180.000
Ø25 polietilen boru (PE100)
Hot and cold presurrized washing machine 20-200
bar
9
ÖZEL.MEK.03
AD
1.000
Basınçlı yıkama makinası ( sıcak & soğuk ) 20-200
bar
Sub Total 8.2.2.C2.Mechanical Works - Common Plumbing - Posof Livestock Market
5
089-606
Price
(TRY)
GRAND TOTAL 8.2.2.C.Mechanical Works - Posof Livestock Market (C1+C2)
157
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.2.2.D.Infrastructural Works - - Posof Livestock Market
8.2.2.D1.Infrastructural Works - Water Supply - Posof Livestock Market
No
Index No
Item Description
Unit
# of units
Unit
Price
(TRY)
Each category is graded sand-gravel (08 009 / IB-2)
and basic manual compression ditch breeding base,
base of pipe bedding and pipe making the sheathing
1
15.140/İB-4
Her katagoride granülometrik kum-çakıl'ın (08
m³
23.370
009/İB-2) el ile sıkıştırılarak hendek ve temel taban
ıslahı, boru tabanı yataklanması ve boru
gömleklenmesinin yapılması
Rigid PVC pipes for drinking water (paste muffle,
diameter: 25 mm, 10 bar)
2
204-102
m
24.000
Sert PVC içme su borusu (yapıştırma muflu, çap: 25
mm, 10 atü)
Excavation of all soft and hard soil in every depth
and width with machine (Deep excavation)
3
Y.15.001/2B
m³
30.460
Makine ile her derinlik ve her genişlikte yumuşak ve
sert toprak kazılması (Derin kazı)
Sub Total 8.2.2.D1.Infrastructural Works - Water Supply - Posof Livestock Market
8.2.2.D2.Infrastructural Works - Valve, flowmeter- Posof Livestock Market
Unit
No Index No
Item Description
Unit
# of units
Price
(TRY)
Cold water meter (diameter 40 mm (1 1/2 “), screw)
1
103-105
Ad
1.000
Soğuk su sayacı (çap 40 mm, (1 1/2"), vidalı)
Ball valve, brass tube, teflon joint ring (diameter: 25
2
210-625
mm)
Ad
1.000
Küresel vana, prinç pres, teflon contalı (çap: 25 mm)
Sub Total 8.2.2.D2.Infrastructural Works - Valve, flowmeter- Posof Livestock Market
8.2.2.D3.Infrastructural Works - Waste Water- Posof Livestock Market
Unit
No Index No
Item Description
Unit
# of units
Price
(TRY)
Steam curing 500 dz prefabricated manhole
Buhar kürlü 500 dz Prefabrik taban elemanı ile
1
12.2190/1
Ad
3.000
parsel bacası teşkili (H=0 60 mt ve boru birleşim
yerleri lastik contalı)
Steam curing 500 dz prefabricated housing
elements constituting the manhole (H = 0 to 50
meters and 600 DZ joints’ s fees)
2
12.2190/2
Steam curing 500 dz prefabricated manhole
Ad
3.000
Buhar kürlü 500 dz Prefabrik taban elemanı ile
parsel bacası teşkili (H=0 60 mt ve boru birleşim
yerleri lastik contalı)
Steam curing 500 dz prefabricated housing
elements constituting the manhole (H = 0 25 m and
600 DZ joints’ s fees)
3
12.2190/3
Ad
3.000
Buhar kürlü 500 dz Prefabrik gövde elemanı ile
parsel bacası teşkili (H=0 25 mt ve birleşim yerleri
600 dz 'lu harç)
Steam curing 500 dz prefabricated housing element
with height adjustment manhole constitute (H =
variable height and joints 600 dz ‘s fees)
4
12.2190/4
m
3.000
Buhar kürlü 500 dz Prefabrik gövde yüksekliği ayar
elemanı ile parsel bacası teşkili (H=Değişken
yüksekliklerde ve birleşim yerleri 600 dz 'lu harç)
Price
(TRY)
Price
(TRY)
Price
(TRY)
158
5
12.2190/5
6
12.2191/1
7
12.2191/2
8
12.2191/5
9
12.2192/1
10
12.2194
11
12.2195/1-1
12
12.2195/1-2
13
12.2201
14
12.2202
15
14.1714/1
16
15.140/İB-4
BS 18 Concrete (350 dz s) and fabricated frame to
be placed on the precast concrete manhole cover
(for Parcel Chimneys in the garden)
BS 18 Betonu (350 dz lu) ile imal edilmiş çerçevesiz
prefabrik betonarme kapağın parsel bacası üzerine
yerleştirilmesi (Bahçedeki Parsel Bacaları için)
Steam cured rubber gasket, 500 Dzor prefabricated
chimney flue inspection body formed with the sleeve
(H = 0 to 60 m high, 00 m internal diameter of 1)
Buhar kürlü, lastik contalı, 500 Dz prefabrik
muayene bacası gövde bileziği ile baca teşkili (H= 0
60 mt yüksekliğinde, 1 00 mt iç çapında)
Steam cured rubber gasket, 500 Dzor prefabricated
chimney flue inspection form with the body sleeve
(35mt height H = 0, 1 00 m internal diameter)
Buhar kürlü, lastik contalı, 500 Dz prefabrik
muayene bacası gövde bileziği ile baca teşkili (H= 0
35mt yüksekliğinde, 1 00 mt iç çapında)
Steam cured rubber gasket, with 500 Dzor
prefabricated manholes body height adjustment ring
with chimney form (H = 0 15-0 60 mt of variable
height and 1 00 m body height adjustment ring
elements in internal diameter)
Buhar kürlü, lastik contalı, 500 Dz prefabrik
muayene bacası gövde yüksekliği ayar bileziği ile
baca teşkili (H= 0 15-0 60 mt arasında değişken
yükseklikte ve 1 00 mt iç çapındaki gövde yüksekliği
ayar bileziği elemanları ile)
Steam cured rubber gasket, 500 Dzor prefabricated
chimney flue inspection form with the conical
element (1 00 m internal diameter)
Buhar kürlü, lastik contalı, 500 Dz prefabrik
muayene bacası konik elemanı ile baca teşkili (1 00
mt iç çapında)
Steam cured rubber gasket, 500 Dzor prefabricated
chimney inspection chimney frame formed with the
mounting element
Buhar kürlü, lastik contalı, 500 Dz prefabrik
muayene bacası çerçeve montaj elemanı ile baca
teşkili
Output Ø 200 mm with 500 Dzor, steam curing
rubber seals prefabricated manholes connected to
the base element constitutes the chimney (1 --1
input output)
Çıkış çapı Ø 200 mm lik 500 Dz lu, buhar kürlü lastik
conta bağlantılı prefabrik muayene bacası taban
elemanı ile baca teşkili (1 giriş --1 çıkışlı)
Output Ø 200 mm with 500 Dzor, steam curing
rubber seals prefabricated manholes connected to
the base element constitutes the chimney (2 --1
input output)
Çıkış çapı Ø 200 mm lik 500 Dz lu, buhar kürlü lastik
conta bağlantılı prefabrik muayene bacası taban
elemanı ile baca teşkili (2 giriş --1 çıkışlı)
Ø 150 mm (SN 8) LAYING P 100 CORRUGATED
SEWER PIPES
Çapı Ø 150 mm (SN 8) PE100 KORUGE
KANALİZASYON BORULARININ DÖŞENMESİ
Ø 200 mm (SN 8) LAYING P 100 CORRUGATED
SEWER PIPES
Çapı Ø 200 mm (SN 8) PE100 KORUGE
KANALİZASYON BORULARININ DÖŞENMESİ
Ditches and foundation fill material from the
excavation done by machine
Kazı malzemesinden makina ile hendek ve temel
dolgusu yapılması
Each category is graded sand-gravel (08 009 / IB-2)
and basic manual compression ditch breeding base,
base of pipe bedding and pipe making the sheathing
Ad
3.000
Ad
3.000
Ad
3.000
m
3.000
Ad
3.000
Ad
3.000
Ad
2.000
Ad
1.000
m
77.000
m
83.000
m³
123.430
m³
45.470
159
Her katagoride granülometrik kum-çakıl'ın (08
009/İB-2) el ile sıkıştırılarak hendek ve temel taban
ıslahı, boru tabanı yataklanması ve boru
gömleklenmesinin yapılması
Ductile iron manhole cover made of cast iron sewer
construction and putting into place (ductile iron)
17 23.255/İB-6
Kanalizasyon inşaatlarında sfero döküm baca
Ad
3.000
kapağı yapılması ve yerine konulması (küresel
grafitli dökme demir)
Excavation of all soft and hard soil in every depth
and width with machine (Deep excavation)
18 Y.15.001/2B
m³
101.340
Makine ile her derinlik ve her genişlikte yumuşak ve
sert toprak kazılması (Derin kazı)
Each and every width, depth excavation of soft and
hard questionable Machine (deep cuts)
19 Y.15.006/2B
m³
67.560
Makine ile her derinlik ve her genişlikte yumuşak ve
sert küskülük kazılması (Derin kazı)
Sub Total 8.2.2.D3.Infrastructural Works - Waste Water- Posof Livestock Market
8.2.2.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Posof Livestock Market
Unit
No Index No
Item Description
Unit
# of units
Price
(TRY)
Tuvenan -permanent of sand (08 008 / IB) by hand
(tokmaklanarak) compression ditch breeding base
and the base, the base bearing the pipe sheathing
of the pipes, ditches and basic fillings made of
1
15.140/İB-8
m³
0.320
Tuvenan kum -çakıl'ın (08 008 / İB) el ile
(tokmaklanarak) sıkıştırılarak hendek ve temel
taban ıslahı , boru tabanı yataklanması, borunun
gömleklenmesi , hendek ve temel dolgusu yapılması
Sewer and stormwater construction; ductile cast iron
grill
2
23.255/İB-7
kg
150.000
Kanalizasyon ve yağmursuyu inşaatlarında; sfero
döküm ızgara
Diameter 150 mm, PVC DRAINAGE PIPES LAYING
[MOVE, EXCEPT PER PIPE AND CONNECTING
THE PRICE INCLUDES]
3
36.19706
m
88.000
Çapı 150 mm, PVC DRENAJ BORULARININ
DÖŞENMESİ [TAŞIMA HARİÇ,BORU VE BAŞ
BAĞLAMA BEDELİ DAHİL]
Pouring of concrete in C 16/20 compressive
strength class produced in concrete plant or bought
and compressed with concrete pump (concrete
4
Y.16.050/03
shipping included)
m³
2.390
Beton santralinde üretilen veya satın alınan ve
beton pompasıyla basılan, C 16/20 basınç dayanım
sınıfında beton dökülmesi (beton nakli dahil)
Made from wood mold series
5
Y.21.001/01
m²
20.800
Ahşaptan seri kalıp yapılması
Ø 8- Ø 12 mm deformed concrete reinforcing steel
bar, cutting bars, bending and placing
6
Y.23.014
Ø 8- Ø 12 mm nervürlü beton çelik çubuğu,
Ton
0.100
çubukların kesilmesi, bükülmesi ve yerine
konulması
Sub Total 8.2.2.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Posof
Livestock Market
8.2.2.D5.Infrastructural Works - Cesspool- Posof Livestock Market
Unit
No Index No
Item Description
Unit
# of units
Price
(TRY)
Pouring of concrete in C 16/20 compressive
strength class produced in concrete plant or bought
and compressed with concrete pump (concrete
1
Y.16.050/03
shipping included)
m³
1.620
Beton santralinde üretilen veya satın alınan ve
beton pompasıyla basılan, C 16/20 basınç dayanım
sınıfında beton dökülmesi (beton nakli dahil)
Price
(TRY)
Price
(TRY)
160
Pouring of concrete in C 20/25 compressive
strength class produced in concrete plant or bought
and compressed with concrete pump (concrete
2
Y.16.050/04
shipping included)
m³
19.420
Beton santralinde üretilen veya satın alınan ve
beton pompasıyla basılan, C 20/25 basınç dayanım
sınıfında beton dökülmesi (beton nakli dahil)
Making flat-surfaced reinforced-concrete formwork
3
Y.21.001/03
with Plywood
m²
143.680
Plywood ile düz yüzeyli betonarme kalıbı yapılması
Ø 8- Ø 12 mm deformed concrete reinforcing steel
bar, cutting bars, bending and placing
4
Y.23.014
Ø 8- Ø 12 mm nervürlü beton çelik çubuğu,
Ton
1.060
çubukların kesilmesi, bükülmesi ve yerine
konulması
Ø 14 - 28 mm deformed concrete reinforcing steel
bar, cutting bars, bending and placing
5
Y.23.015
Ø 14- Ø 28 mm nervürlü beton çelik çubuğu,
Ton
1.430
çubukların kesilmesi, bükülmesi ve yerine
konulması.
Sub Total 8.2.2.D5.Infrastructural Works - Cesspool- Posof Livestock Market
GRAND TOTAL 8.2.2.D.Infrastructural Works - Posof Livestock Market (D1+D2+D3+D4+D5)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
161
8.3 – PRICE SCHEDULE LOT 3
Construction of Livestock Market in Ardanuç District of Artvin Province
SUMMARY PRICE SCHEDULE – LOT 3
Scope
Price (TRY)
Item
1.Ardanuç
Livestock Market
A. Structural Works
B.Electrical Works
C.Mechanical Works
D.Infrastructural Works
LOT 3 GRAND TOTAL (TRY)
8.3.1 DETAILED PRICE SCHEDULE CONSTRUCTION OF LIVESTOCK MARKET IN ARDANUÇ
DISTRICT
8.3.A.Structural Works - Ardanuç Livestock Market
8.3.A1.Structural Works - Construction Items - Ardanuç Livestock Market
No
Index No
1*
MSB.322/A1
2*
Y.15.001/1A
3*
Y.15.001/2B
4*
Y.15.140/04
5*
Y.15.140/08
6*
Y.16.050/03
7*
Y.16.050/04
8*
Y.18.460/21
9*
Y.21.001/03
Item Description
Pouring of concrete in C 20/25
Beton Kaplama Yapılması (C20/25 Hazır Beton Kullanılarak)
Excavation of all soft and hard soil in every depth and width
with machine
Makine ile yumuşak ve sert toprak kazılması (Serbest kazı)
Excavation of all soft and hard soil in every depth and width
with machine (Deep excavation)
Makine ile her derinlik ve her genişlikte yumuşak ve sert
toprak kazılması (Derin kazı)
By supplying gravel, laying with hand, making irrigation and
compression
Çakıl temin edilerek, makine ile serme, sulama ve sıkıştırma
yapılması
By supplying angular aggregate, laying with hand, making
irrigation and compression
32mm'ye kadar kırmataş temin edilerek, makine ile serme,
sulama ve sıkıştırma yapılması
Pouring of concrete in C 16/20 compressive strength class
produced in concrete plant or bought and compressed with
concrete pump (concrete shipping included)
Beton santralinde üretilen veya satın alınan ve beton
pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton
dökülmesi (beton nakli dahil)
Pouring of concrete in C 20/25 compressive strength class
produced in concrete plant or bought and compressed with
concrete pump (concrete shipping included)
Beton santralinde üretilen veya satın alınan ve beton
pompasıyla basılan, C 20/25 basınç dayanım sınıfında beton
dökülmesi (beton nakli dahil)
Ø 100 mm radius, PVC based corruge drainage pipe
supplying and placing
Ø 100 mm anma çaplı, PVC esaslı koruge drenaj borusunun
temini ve yerine dösenmesi
Making flat-surfaced reinforced-concrete formwork with
Plywood
Plywood ile düz yüzeyli betonarme kalıbı yapılması
Unit
# of units
m3
360.960
m³
7,535.000
m³
2,612.410
m³
2,069.940
m³
481.290
m³
194.760
m³
811.450
m
415.400
m²
3,988.360
Unit
Price
(TRY)
Price (TRY)
162
10*
Y.21.001/04
11*
Y.21.050/C11
12
Y.21.051/C11
13
Y.21.051/C13
14*
Y.23.011
15*
Y.23.014
16*
Y.23.015
17*
Y.23.081
18*
Y.23.101
19
Y.25.002/02
Making curved-surfaced reinforced-concrete formwork with
metal sheet
m²
247.470
Sac ile eğri yüzeyli beton ve betonarme kalıbı yapılması
Making falsework with steel pipe (between 0,00-4,00m )
m³
3,457.410
Çelik borudan kalıp iskelesi yapılması (0,00-4,00 m arası)
Making falsework with steel pipe (between 0,00-51,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş
m²
471.200
iskelesi yapılması. (0,00-51,50 m arası)
Making full security scaffold for ceilings with steel pipe
(between 0,00-21,50m)
m³
286.560
Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş
iskelesi yapılması. (0,00-21,50 m arası)
Placing welded wire fabric 3,001-10,000 kg/m² (including
10,000 kg/m² )
Ton
17.760
Nervürlü çelik hasırın yerine konulması 3,001-10,000 kg/m²
(10,000 kg/m² dahil)
Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting
bars, bending and placing
Ton
38.330
Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların
kesilmesi, bükülmesi ve yerine konulması
Ø 14 - 28 mm deformed concrete reinforcing steel bar, cutting
bars, bending and placing
Ton
20.440
Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların
kesilmesi, bükülmesi ve yerine konulması.
Making and placing roof truss with structural shape.
Profil demirlerinden çatı makası yapılması ve yerine
Ton
4.660
konulması.
Making carcass and framework with all kinds of structural
shape, steel bars and plates ( framework, beams from
structural shape at necks, head pieces joints etc. )
Her çeşit profil, çelik çubuk ve çelik saçlarla karkas, (çerçeve)
Ton
113.040
inşaat yapılması, yerine tespiti (yapı karkası, köprülerde profil
demirlerinden kirişler, başlıklar, bağlantılar ve benzeri
imalatlar)
Dyeing iron surfacees with double anti-rust and double
synthetic dye
m²
2,576.490
Demir yüzeylere iki kat antipas, iki kat sentetik boya yapılması
Sub Total 8.3.A1.Structural Works - Construction Items - Ardanuç Livestock Market
8.3.A2. Structural Works - Field Architectural Items - Ardanuç Livestock Market
No
Index No
1
23.260/İB-1
2
KGM/6000
3*
MSB.521/B2
4*
ÖZEL 14
5*
ÖZEL 2
6*
ÖZEL 3
7*
ÖZEL 4
8*
ÖZEL 5
9*
ÖZEL 6
10*
ÖZEL 7
11
Y.26.017/032
Item Description
Wired fence 2.63 m with concrete poles
2.63 m yüksekliğinde betonarme direkli kafes teli ile himaye
Çiti yapılması
Making subbase with crushed hearthstone material
Ocak Taşından Konkasörle Kırılmış Malzeme ile Alttemel
Yapılması
Making Painted,Trapezoidal sectioned plate roofing
Boyalı Trapezoidal Kesitli Sac Çatı Kaplaması
Yapılması
Galvanized coated Waterers
GALVANİZ SULUK YAPILMASI 100*40 H:100
Preparation Of Parapets Using Galvanized Shaped Tube
GALVANİZ KAPLAMALI KORKULUK YAPILMASI
Manufacturing and Installation of Paddock Doors
GALVANİZ KAPLAMALI PADOK KAPISI YAPILMASI
Manufacturing and Installation of Ramp Doors
GALVANİZ KAPLAMALI İNDİRME RAMPA KAPISI
YAPILMASI
Made from hollow sections and sheet iron door
KUTU PROFİL VE SACDAN DEMİR KAPAK YAPILMASI
Disinfection Passage
Dezenfeksiyon Tüneli
Tons Weigh Bridge
HAYVAN KANTARI
Steam cured concrete paving with stone flooring
8 cm yüksekliğinde normal çimentolu buhar kürlü beton parke
Unit
# of units
m
503.880
m³
657.000
m²
1,107.500
ad
90.000
m
977.850
ad
52.000
ad
13.000
m2
21.600
ad
1.000
ad
1.000
m²
3,285.000
Unit
Price
(TRY)
Price (TRY)
163
12
Y.26.017/061
taşı ile döşeme kaplaması yapılması (her ebat, renk ve
desende)
laying white cement steam cured concrete curbs
50 x 20 x 10 cm boyutlarında beyaz çimentolu buhar kürlü
m
158.000
beton bordür döşenmesi (pahlı, her renk)
Sub Total 8.3.A2. Structural Works - Field Architectural Items - Ardanuç Livestock Market
8.3.A3. Structural Works - Office Architectural Works - Ardanuç Livestock Market
No
Index No
1
18.140/D1
2
19.061/008A
3
23.243/23
4
27.528/3
5
A04
6
A08
7
A11
8
MSB.521/B2
9
MSB.922/A
10
ÖZEL-01
11
ÖZEL 09
12
ÖZEL 10
13
ÖZEL 11
14
ÖZEL 13
15
Y.18.110/20C02
16
Y.18.110/20C06
Item Description
double -frame suspension system suspended ceiling with
water and fire -resistant gypsum wall board
Suya ve yangına dayanıklı alçı duvar levhaları ile çift iskeletli
askı sistemli asma tavan yapılması (12,5mm tek kat alçı duvar
levhası ile)
Laying 10 cm thickness fiberglass blanket over roof space
flooring (Fiberglass blanket - 50 kg/m³ density) and water
vapour permeable waterproof sheet
Çatı arasına döşeme üzerine, 10 cm kalınlıkta taşyünü şilte
(Taşyünü şilte - 50 kg/m3 yoğunlukta) ve üzerine su buharı
geçişine açık su yalıtım örtüsü serilmesi
ALUMINIUM SHEET STRIP SUSPENDED CEILING
(OUTDOOR)
30x30cm ebadında 0,50mm kalınlığında minimum 20 mikron
elektrostatik toz boyalı(polyester esaslı) delikli alümünyum
plakadan (EN AW 3000 serisi) gizli taşıyıcılı sistem asma
tavan yapılması
3 mm thick coating of fillers on fine plaster, stucco etc.
surfaces
İnce sıva, alçı sıvalı vb. yüzeyler üzerine 3 mm kalınlığında
saten alçı kaplama yapılması
Fixing internal and external doors with embbed roller ( Narrow
and Wide types )
Gömme silindirli iç ve dış kapı kilidinin yerine takılması (Geniş
ve dar tip)
Fixing doorhandles and mirrors ( with chrome plating )
Kapı kolu ve aynalarının yerine takılması (Kromajlı)
Replacing the hinges
Yaylı menteşenin yerine takılması
Making Painted,Trapezoidal sectioned plate roofing
Boyalı Trapezoidal Kesitli Sac Çatı Kaplaması
Yapılması
13 mm Compact Laminat ile Bölme Panosu ve Kapı Yapılması
Composite siding
GİYDİRME CEPHE YAPILMASI
Vapor barrier
BUHAR KESİCİ
Carpet floor covering
HALI KAPLAMA
Trap car
ARAÇ KAPANI YAPILMASI (TERS KAPAN)
Fire exit
YANGIN KAPISI
Making wall with 10 cm thickness non-structural pumice
concrete wall blocks (with pumice concrete glue) (min. 1,50
N/mm² ve 600-900 kg/m³, except 900 kg/m³ )
10 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları
ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve
600-900 kg/m³, 900 kg/m³ hariç)
Making wall with 19 cm thickness non-structural pumice
concrete wall blocks (with pumice concrete glue) (min. 1,50
N/mm² ve 600-900 kg/m³, except 900 kg/m³ )
19 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları
ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve
600-900 kg/m³, 900 kg/m³ hariç)
Unit
# of units
m²
104.020
m2
408.947
m²
20.030
m²
104.020
Ad
6.000
Ad
6.000
Ad
18.000
m²
408.947
m²
7.920
M2
72.000
m2
408.947
m2
9.500
ad
2.000
ad
1.000
m²
45.988
m²
222.435
Unit
Price
(TRY)
Price (TRY)
164
17
Y.18.461/008
18
Y.18.461/009
19
Y.18.461/042
20
Y.19.055/003
21
Y.19.056/003
22
Y.19.057/003
23
Y.19.085/025
24
Y.21.051/C11
25
Y.21.051/C13
26
Y.21.101/06
27
Y.21.280/01
28
Y.22.001/01
29
Y.22.009/03
30
Y.23.152
31
Y.23.244/L
Making double water isolation with 3 mm and 4 mm thickness
elastomer-based (-10 cold bending) polymer bitumen
sheetings with polyester mat carrier
3 mm ve 4 mm kalınlıkta plastomer esaslı (-10 soğukta
bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile
iki kat su yalıtımı yapılması
Making double water isolation with 3 mm and 4 mm thickness
elastomer-based (-20 cold bending) polymer bitumen
sheetings with polyester mat carrier
3 mm ve 4 mm kalınlıkta elastomer esaslı (-20 soğukta
bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile
iki kat su yalıtımı yapılması
250 gr / m² weight in laying geotextile
250 gr/m² ağırlıkta geotekstil keçe serilmesi
Making external heat isolation and heat insulation plastering
on outer wall with 5 cm thickness textured surface or textured
rebate extruded polystyrene tiles (XPS - 200 kPa pressure
resistant) (Jacketing)
5 cm kalınlıkta yüzeyi pürüzlü veya pürüzlü kanallı extrüde
polistren levhalar (XPS - 200 kPa basınç dayanımlı) ile dış
duvarlarda dıştan ısı yalıtımı ve üzerine ısı yalıtım sıvası
yapılması (Mantolama)
5 cm thick surface smooth sheets ( XPS - 300 kPa pressure
resistant) by performing thermal insulation on the basement
waterproofing curtain
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç
dayanımlı) ile bodrum perdelerinde su yalıtımı üzerine ısı
yalıtımı yapılması
Making external heat isolation and heat insulation plastering
on outer wall with 5 cm thickness textured surface or textured
rebate extruded polystyrene tiles (XPS - 200 kPa pressure
resistant) (Jacketing)
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç
dayanımlı) ile yatayda (zemine oturan (toprak temaslı)
döşemelerde veya ters teras çatılarda) ısı yalıtımı yapılması
Cement based, polymer -modified two-component total
thickness of 1.5 mm waterproofing in 2 coats with ready to use
mortar insulation
Çimento esaslı polimer modifiyeli iki bileşenli kullanıma hazır
yalıtım harcı ile 2 kat halinde toplam 1.5 mm kalınlıkta su
yalıtımı yapılması
Making falsework with steel pipe (between 0,00-51,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş
iskelesi yapılması. (0,00-51,50 m arası)
Making full security scaffold for ceilings with steel pipe
(between 0,00-21,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş
iskelesi yapılması. (0,00-21,50 m arası)
OSB / 3 coating on the roof
Çatı üzerine OSB/3 kaplama yapılması
Laminate flooring
Laminat parke döşeme kaplaması yapılması (AC1 Sınıf 21)
(süpürgelik dahil)
The massive wooden table top internal door frames and
moldings
Ahşaptan masif tablalı iç kapı kasa ve pervazı yapılması
yerine konulması
Laminate coated with panels made from both sides of the
wood fiber ( MDF ) pressed , craft filled inner door panel
production and fitting
Laminat kaplamalı, iki yüzü odun lifinden yapılmış levhalarla
(mdf) presli, kraft dolgulu iç kapı kanadı yapılması, yerine
takılması
Making and placing doors and windows with square and
rectangle structral shapes
Kare ve dikdörtgen profillerle pencere ve kapı yapılması ve
yerine konulması
Powder coated insulated aluminum joinery manufacture and
putting in place
m²
115.640
m²
524.587
m²
295.450
m²
270.910
m²
115.640
m²
231.420
m²
20.030
m²
363.160
m³
576.440
m²
408.947
m²
9.500
m²
11.130
m²
11.880
kg
521.887
kg
865.000
165
32
Y.25.002/01
33
Y.25.003/21
34
Y.25.003/22
35
Y.25.004/05
36
Y.26.006/303
37
Y.26.008/304A
38
Y.26.008/405A
39
Y.26.020/042A
40
Y.26.020/052A
41
Y.27.501/01
42
Y.27.501/02
43
Y.27.501/03
44
Y.27.501/08
45
Y.27.581
46
Y.27.583
Elektrostatik toz boyalı ısı yalıtımlı alüminyum doğrama imalatı
yapılması ve yerine konulması
Dyeing iron surfaces with double anti-rust paint
Demir yüzeylere korozyona karşı iki kat boya yapılması
Water-based primer applied two coats semi-matte paint on
new flatter surfaces (interior)
Yeni sıva yüzeylere astar uygulanarak iki kat su bazlı yarımat
boya yapılması (iç cephe)
LUSTER done by applying water-based paint two coats of
satin lining on plaster and plasterboard surfaces (interior)
Saten alçılı ve alçıpanel yüzeylere astar uygulanarak iki kat su
bazlı yarımat boya yapılması (iç cephe)
Dyeing Exposed concrete , plastered or old painted surfaces,
with undercoat applied silicon-based water based painting
(exterior wall)
Brüt beton, sıvalı veya eski boyalı yüzeylere, astar
uygulanarak silikon esaslı grenli/tekstürlü kaplama yapılması
(dış cephe)
20 x 25 cm) or (20 x 30 cm) in nominal sizes, in all kinds of
patterns and surface features, I.kalit to 3 mm spaced wall
coverings with joints made of white ceramic wall tiles (with tile
adhesive)
(20 x 25 cm) veya (20 x 30 cm) anma ebatlarında, her türlü
desen ve yüzey özelliğinde, I.kalite, beyaz seramik duvar
karoları ile 3 mm derz aralıklı duvar kaplaması yapılması (karo
yapıştırıcısı ile)
30 x 30 cm) or (33 x 33 cm) in nominal sizes, in all kinds of
patterns and surface features, I.kalit to 3 mm spaced wall
coverings with joints made of white ceramic wall tiles (with tile
adhesive)
(30 x 30 cm) veya (33 x 33 cm) anma ebatlarında, her türlü
renk, desen ve yüzey özelliğinde, I.kalite, mat, sırsız porselen
karo ile 3 mm derz aralıklı döşeme kaplaması yapılması (karo
yapıştırıcısı ile)
40 x 40 cm in nominal sizes, in all kinds of patterns and
surface features, I.kalit to 3 mm spaced wall coverings with
joints made of white ceramic wall tiles (with tile adhesive)
40 x 40 cm anma ebatlarında, rektifiyeli, her türlü renk, desen
ve yüzey özelliğinde, I.kalite, parlak, sırsız porselen karo ile 3
mm derz aralıklı döşeme kaplaması yapılması (karo
yapıştırıcısı ile)
Making external windowledge with 3 cm thickness coloured
marble tiles ( 3cmx30-40-50cmxfree length ) ( glazed )
3 cm kalınlığında renkli mermer levha ile dış denizlik yapılması
(3cmx30-40-50cmxserbest boy) (honlu veya cilalı)
Making parapet e with 3 cm thickness coloured marble tiles (
3cmx30-40-50cmxfree length ) ( glazed )
3 cm kalınlığında renkli mermer levha ile parapet yapılması
(3cmx30-40-50cmxserbest boy) (honlu veya cilalı)
Plastering with 250/350 kg cement dosed rendering and
plastering mortar (exterior wall)
250/350 kg çimento dozlu kaba ve ince harçla sıva yapılması
(dış cephe sıvası)
Plastering with 200/250 kg cement/lime mixed rendering and
plastering mortar (interior wall)
200/250 kg kireç/çimento karışımı kaba ve ince harçla sıva
yapılması (iç cephe sıvası)
Plastering with 250/350 kg cement/lime mixed rendering and
plastering mortar (ceiling)
250/350 kg kireç/çimento karışımı kaba ve ince harçla sıva
yapılması (tavan sıvası)
STUCCO CONTAINING CEMENT
350 kg çimento dozlu harçla tek kat kaba sıva yapılması
LEVELING COARSE
200 kg çimento dozlu tesviye tabakası yapılması
2.5 cm thick made of 400 kg of cement dose alum
2.5 cm kalınlığında 400 kg çimento dozlu şap yapılması
m²
59.816
m²
510.480
m²
104.020
m²
270.910
m²
127.620
m²
20.030
m²
113.360
m²
6.700
m²
10.720
m²
270.910
m²
221.450
m²
289.030
m²
127.620
m²
142.890
m²
142.890
166
47
Y.28.645/C04
Fixing PVC and aluminium joinery section and 6+6 mm
thickness 12 mm interstitial spaced double glassed window
units
m²
308.475
PVC ve alüminyum doğramaya profil ile 6+6 mm kalınlıkta 12
mm ara boşluklu çift camlı pencere ünitesi takılması
Sub Total 8.3.A3. Structural Works - Office Architectural Works - Ardanuç Livestock Market
8.3.A4. Structural Works - Quarantine Architectural Works - Ardanuç Livestock Market
No
Index No
1*
18.233/10
2
A04
3
A08
4
A11
5
Y.18.110/20C06
6
Y.18.461/008
7
Y.18.461/009
8
Y.18.461/042
9
Y.19.056/003
10
Y.19.057/003
11
Y.21.051/C11
12
Y.21.051/C13
13
Y.23.152
Item Description
Existing wood, steel, concrete beams or aşıklı on the roof (4
cm), polystyrene filled (top 0.70 mm trapezoidal lower 0.50
mm thick flat) Aluminium sheets (EN AW 3003, Al-Mn1 Cu)
and made of insulated roofing
Mevcut ahşap, çelik, betonarme kiriş veya aşıklı çatı üzerine
(4 cm) polistren dolgulu (Üst 0.70 mm trapezoidal Alt 0.50 mm
düz) Alüminyum levhalar (EN AW 3003,Al-Mn1 Cu ) ile ısı
yalıtımlı çatı örtüsü yapılması.
Fixing internal and external doors with embbed roller ( Narrow
and Wide types )
Gömme silindirli iç ve dış kapı kilidinin yerine takılması (Geniş
ve dar tip)
Fixing doorhandles and mirrors ( with chrome plating )
Kapı kolu ve aynalarının yerine takılması (Kromajlı)
Replacing the hinges
Yaylı menteşenin yerine takılması
Making wall with 19 cm thickness non-structural pumice
concrete wall blocks (with pumice concrete glue) (min. 1,50
N/mm² ve 600-900 kg/m³, except 900 kg/m³ )
19 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları
ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve
600-900 kg/m³, 900 kg/m³ hariç)
Making double water isolation with 3 mm and 4 mm thickness
elastomer-based (-10 cold bending) polymer bitumen
sheetings with polyester mat carrier
3 mm ve 4 mm kalınlıkta plastomer esaslı (-10 soğukta
bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile
iki kat su yalıtımı yapılması
Making double water isolation with 3 mm and 4 mm thickness
elastomer-based (-20 cold bending) polymer bitumen
sheetings with polyester mat carrier
3 mm ve 4 mm kalınlıkta elastomer esaslı (-20 soğukta
bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile
iki kat su yalıtımı yapılması
250 gr / m² weight in laying geotextile
250 gr/m² ağırlıkta geotekstil keçe serilmesi
5 cm thick surface smooth sheets ( XPS - 300 kPa pressure
resistant) by performing thermal insulation on the basement
waterproofing curtain
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç
dayanımlı) ile bodrum perdelerinde su yalıtımı üzerine ısı
yalıtımı yapılması
Making external heat isolation and heat insulation plastering
on outer wall with 5 cm thickness textured surface or textured
rebate extruded polystyrene tiles (XPS - 200 kPa pressure
resistant) (Jacketing)
5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç
dayanımlı) ile yatayda (zemine oturan (toprak temaslı)
döşemelerde veya ters teras çatılarda) ısı yalıtımı yapılması
Making falsework with steel pipe (between 0,00-51,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş
iskelesi yapılması. (0,00-51,50 m arası)
Making full security scaffold for ceilings with steel pipe
(between 0,00-21,50m)
Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş
iskelesi yapılması. (0,00-21,50 m arası)
Making and placing doors and windows with square and
rectangle structral shapes
Unit
# of units
m²
139.909
Ad
3.000
Ad
3.000
Ad
9.000
m²
170.425
m²
34.720
m²
34.720
m²
136.950
m²
34.720
m²
136.950
m²
176.600
m³
371.880
kg
48.273
Unit
Price
(TRY)
Price (TRY)
167
Kare ve dikdörtgen profillerle pencere ve kapı yapılması ve
yerine konulması
14
15
16
17
18
19
20
21
2.00 mm thick hot rolled sheet door frame bending done and
put in place
Y.23.155
kg
198.000
2,00 mm kalınlığında sıcak haddelenmiş sacdan bükme kapı
kasası yapılması ve yerine konulması
Powder coated insulated aluminum joinery manufacture and
putting in place
Y.23.244/L
kg
246.800
Elektrostatik toz boyalı ısı yalıtımlı alüminyum doğrama imalatı
yapılması ve yerine konulması
White lime whitewash three times made the new plaster
surfaces (interior)
Y.25.003/12
m²
245.007
Yeni sıva yüzeylere üç kat beyaz kireç badana yapılması (iç
cephe)
Dyeing Exposed concrete , plastered or old painted surfaces,
with undercoat applied silicon-based water based painting
(exterior wall)
Y.25.004/05
m²
164.600
Brüt beton, sıvalı veya eski boyalı yüzeylere, astar
uygulanarak silikon esaslı grenli/tekstürlü kaplama yapılması
(dış cephe)
Plastering with 250/350 kg cement dosed rendering and
plastering mortar (exterior wall)
Y.27.501/01
m²
164.600
250/350 kg çimento dozlu kaba ve ince harçla sıva yapılması
(dış cephe sıvası)
Plastering with 200/250 kg cement/lime mixed rendering and
plastering mortar (interior wall)
Y.27.501/02
m²
245.007
200/250 kg kireç/çimento karışımı kaba ve ince harçla sıva
yapılması (iç cephe sıvası)
LEVELING COARSE
Y.27.581
m²
123.960
200 kg çimento dozlu tesviye tabakası yapılması
Fixing PVC and aluminium joinery section and 6+6 mm
thickness 12 mm interstitial spaced double glassed window
Y.28.645/C04
units
m²
17.892
PVC ve alüminyum doğramaya profil ile 6+6 mm kalınlıkta 12
mm ara boşluklu çift camlı pencere ünitesi takılması
Sub Total 8.3.A4. Structural Works - Quarantine Architectural Works - Ardanuç Livestock Market
GRAND TOTAL 8.3.A. Structural Works - Ardanuç Livestock Market (A1+A2+A3+A4)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.3.B.Electric Works - Ardanuç Livestock Market
8.3.B1.Electric Works -Livestock Market - Ardanuç Livestock Market
No
Index No
1
20.5.1.-003
2
20.6.1-004
3
5.5.3.2.1/006
4*
726-302
5*
726-303
Item Description
150 W.SODIUM VAPOR LIGHTING FIX. AT STEEL, WOOD
AND CONCRETE POLES
150W Sodyum Buharlı Armatür Demir, Ağaç ve Beton
Direklerde, Ampulü Hariç
150 W. SODIUM VAPOR TRANSPARENT TUBE BULB HIGH
PRESSURE IGNITION
Sodyum Buharlı Ampul Şeffaf Tüp. (150 W Yüksek BasınçlıAteşlemeli Tip)
AD1-60/15 TYPE, 70 KG. SINGLE CONSOLE GALVANIZED
STEEL RANGE LIGHT POLE
AD1-60/15 TİPİ, 70 KG.TEK KONSOLLU GALVANİZLİ ÇELİK
POLİGON AYDINLATMA DİREĞİ
PIPELESS FREE PAVED EARTHING LINE 6 mm2
Topraklama hattı-6 mm² (borusuz) çıplak örgülü veya dolu
bakır tel
PIPELESS FREE PAVED EARTHING LINE 10 mm2
Topraklama hattı-10 mm² (borusuz) çıplak örgülü veya dolu
bakır tel
Unit
# of units
Ad
10.000
Ad
10.000
AD
10.000
m
25.000
m
150.000
Unit
Price
(TRY)
Price (TRY)
168
6*
726-304
7*
727-513
8*
727-524
9*
727-525
10*
727-526
11*
727-531
12
742-453
13
839-101
14
840-105
15
842-101
16
844-103
17
880-1105
18
880-1280
19
880-1287
20
880-3159
21
880-3204
22
880-431
23
980-214
24
980-300
25
981-101
26
981-102
27
983-102
28
983-103
29
985-104
30
ÖZEL-ELK-01
PIPELESS FREE PAVED EARTHING LINE 16 mm2
Topraklama hattı-16 mm² (borusuz)
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE
3*2.5 mm2 NYY
1 kV yeraltı kablosu (NYY)-3x2,5 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE
4*16 mm2 NYY
1 kV yeraltı kablosu (NYY) -4x16 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE
4*10 mm2 NYY
1 kV yeraltı kablosu (NYY)-4x10 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE
4*6 mm2 NYY
1 kV yeraltı kablosu (NYY)-4x6 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE
7x1,5 mm² NYY
1 kV yeraltı kablosu (NYY)-7x1,5 mm²
LED PRJ. UP TO 60 WATT (220 V. AC.)
LED PRJ - 60 W'a kadar (60 W dahil ) (220 V. AC.), Led
Projektörler
INTERNAL TYPE LINE TRANSFORMER AND
INSTALLATION
Hat transformatörü ve montajı-dahili tip
EXTERNAL TYPE AIR PRESSURE SPEAKER 10 W.
Hoparlör ve montajı-10 W.a kadar harici tip hava basınçlı
TABLE MICROPHONE
Masa tipi mikrofon
AMPLIFIER AND INSTALLATION 75 W.
Amplifikatör ve montajı-75 W'lık
RACK CABINETS 9U 600 mm * 600 mm 19"
Duvara monte edilebilir kabinetler 9U 600mmx600mm 19"
kabinet
FAN MODULE WITH THERMOSTAT BELONGING TO
PRODUCT (2 FANS)
Termostatlı fan modülü (2Fanlı)
19" RACK TYPE 6-FOLD GROUP SOCKET WITH SAFETY
FUSE BELONGİNG TO PRODUCT
19" rack tipi 6'lı grup priz sigortalı
2x0.75mm2 LIH (St)H HALOGEN FREE SIGNAL AND
CONTROL CABLE
2x0,75 mm² LIH(st)H HALOJENFREE SİNYAL ve KUMANDA
KABLOSU
2x2.5mm2 LIH (St)H HALOGEN FREE SIGNAL AND
CONTROL CABLE
2x2,5 mm² LIH(st)H HALOJENFREE SİNYAL ve KUMANDA
KABLOSU
RG 6/U-6, 75 IMPEDANCE COAXIAL CABLE
RG 6/U-6 75 ohm Koaksiyel Kablo
ACTIVE CAPTURE TIP AVERAGE WARNING LINE L=60 MT
Ortalama uyarım yolu dl=60 m, aktif yakalama ucu
PUNCHEON (FOR ACTIVE CAPTURE TIP)
Çatı direği (Aktif yakalama ucu için) (Ölçü: Adet, İhzarat: %60)
ROOF SURROUNDING AND LOWERING CONDUCTOR 50
mm2 Electrolytic Copper Conductor
50 mm² elektrolitik bakır tel ile çatı ihata ve indirme iletkenleri
tesisatı
25 mm² elektrolitik bakır tel ile çatı ihata ve indirme iletkenleri
tesisatı
GROUND ELECTRODE (ROD), ELECTROLYTIC COPPER
TS 435 / T1 standardına uygun, Toprak elektrodu
(Çubuk)elektrolitik bakır
PROTECTIVE CONDUCTOR PIPE
İletken koruyucu borusu (3 m'lik)
THERMOWELDING SUPPLEMENT UP TO 115
GR.WELDING DUST
115 gr kaynak tozuna kadar termokaynak eki
2 MP EXTERNAL CAMERA
HARİCİ KAMERA VE AKSESUARLARI
m
405.000
m
420.000
m
115.000
m
150.000
m
315.000
m
90.000
Ad
4.000
Ad
4.000
Ad
4.000
Ad
1.000
Ad
1.000
Ad
1.000
Ad
1.000
Ad
1.000
m
5.000
m
165.000
m
420.000
Ad
1.000
Ad
1.000
m
110.000
m
160.000
Ad
10.000
Ad
1.000
Ad
10.000
AD
6.000
169
31
ÖZEL-ELK-02
32
ÖZEL-ELK-03
33
ÖZEL-ELK-08
34
ÖZEL-ELK-09
35
ÖZEL-ELK-10
37
ÖZEL-ELK-12
36
ÖZEL-ELK-11
32' MONITOR
AD
1.000
32' MONITOR
16 CHANNEL DVR
AD
1.000
16 KANAL DVR
STANDING OUTLET BOX
AD
4.000
DİKİLİ TİP PRİZ KUTUSU
PE 100 HDPE 10 ATU PIPE
AD
355.000
PE 100 HDPE 10 ATÜ BORU
BARRIER
AD
2.000
BARİYER
I5-4GB RAM 500 GB HDD PC
AD
1.000
BARCODE READER
AD
1.000
BARKOD OKUYUCU
Sub Total 8.3.B1.Electric Works -Livestock Market - Ardanuç Livestock Market
8.3.B2.Electric Works -Office, Quarantine, Barn - Ardanuç Livestock Market
No
Index No
1*
726-301
2*
727-528
3
739-102
4
742-332
5
742-333
6
742-532
7
794-301
8
794-302
9
794-304
10
796-103
11
815-101
Item Description
PIPELESS FREE PAVED EARTHING LINE 4 mm2
Topraklama hattı-4 mm² (borusuz) çıplak örgülü veya dolu
bakır tel
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE
4*2.5 mm2 NYY
1 kV yeraltı kablosu (NYY)-4x2,5 mm²
EMPTY PIPE INSTALLATION (26-37 mm)
Birim Fiyat No.: 729-101 gibi yalnız (26 - 37) mm. boru ile.
Betonarme tavanda ve duvarlarda 14 - 18 mm. peşel,
bergman veya PVC boş boru temini, döşemesi, boru içerisine
kılavuz teli çekilip bırakılması her nevi malzeme ve işçilik
dahil.
GLASS FIBER REINFORCED POLYESTER BODY. U1 1*40
W. FLUORESCENT FIXTURE
Cam elyaf takviyeli polyester gövdeli U1 tipi etanj flüoresan
armatür U1 1x40W (36W)
GLASS FIBER REINFORCED POLYESTER BODY. U1 2*40
W. FLUORESCENT FIXTURE
Cam elyaf takviyeli polyester gövdeli U1 tipi etanj flüoresan
armatür U1 2x40W (36W)
DECORATIVE SUSPENDED CEILING FIXTURE: ATY2- 4x18
W
ATY2-4x18 W (Çift parabolik parlak reflektörlü) dekoratif
amaçlı asma tavan armatür
Etange light outlet (with security line) NORMAL OUTLET
(Lines and Outlet lines with unleaded antigrone (NHXMH)
material.)
Normal Sorti, Linye ve sorti hatları kurşunsuz antigron
(NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi
(Güvenlik hatlı)
Etange light outlet (with security line) SWITCH OUTLET
(Lines and Outlet lines with unleaded antigrone (NHXMH)
material.)
Komütatör Sorti, Linye ve sorti hatları kurşunsuz antigron
(NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi
(Güvenlik hatlı)
Etange light outlet (with security line) PARALLEL OUTLET
(Lines and Outlet lines with unleaded antigrone (NHXMH)
material.)
Paralel Sorti, Linye ve sorti hatları kurşunsuz antigron
(NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi
(Güvenlik hatlı)
Etange socket outlet (with security line) LINES AND OUTLET
LINES WITH UNLEADED ANTIGRONE (NHXMH) MATERIAL
AND NORMAL SOCKET OUTLET
Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden
malzeme ile normal priz sortisi
PHONE INSTALLATION OUTLET up to 2 pairs (together
with earthing line)
Telefon tesisatı sortisi
Unit
# of units
m
30.000
m
30.000
m
100.000
Ad
1.000
Ad
12.000
Ad
12.000
Ad
11.000
Ad
12.000
Ad
6.000
Ad
32.000
Ad
7.000
Unit
Price
(TRY)
Price (TRY)
170
12
818-101
13
819-102
14
845-103
15
982-102
16
983-102
17
985-104
18
ÖZEL-ELK-04
19
ÖZEL-ELK-05
20
ÖZEL-ELK-06
21
ÖZEL-ELK-07
INDOOR MAIN LINE SYSTEM up to 2 pairs P.14
m
100.000
Bina içerisinde ana hat tesisatı (2 çifte kadar-p14)
TELEPHONE DISTRIBUTION BOX up to 30 pairs
Ad
2.000
Telefon dağıtım kutuları (30 çifte kadar) (DKP sac)
TELEVISION OUTLET
Ad
5.000
Televizyon sortisi
BUILDING SURROUNDING CONDUCTOR 30×3.5 MM
GALVANIZED STEEL SHEET
m
165.000
30x3,5 mm ebadında şartnamesine uygun galvanizli çelik
lama
GROUND ELECTRODE (ROD), ELECTROLYTIC COPPER
TS 435 / T1 standardına uygun, Toprak elektrodu
Ad
3.000
(Çubuk)elektrolitik bakır
THERMOWELDING SUPPLEMENT UP TO 115
GR.WELDING DUST
Ad
3.000
115 gr kaynak tozuna kadar termokaynak eki
1*150W
AD
3.000
ÖZ1 1*150W
OZ2 1*13W
AD
12.000
ÖZ2 1*13W
SATELLITE
AD
1.000
ÇANAK ANTEN
4-6 OUTPUT LNB
AD
1.000
4 ÇIKIŞLI LNB
Sub Total 8.3.B2.Electric Works -Office, Quarantine, Barn - Ardanuç Livestock Market
8.3.B3.Electric Works - Panel, Shifter - Ardanuç Livestock Market
No
Index No
1
701-201
3
705-103
4
705-105
5
707-102
6
713-304
7
715-307
8
715-308
9
715-309
10
718-310
11
718-507
12
718-508
13
718-563
14
723-401
15
724-601
2
704-105
Item Description
Front cover panel
Özel sac pano-önden kapaklı
Sıva üstü sac tablo-0.40-0,50 m² (0,50 m² dahil)
Built-in sheet metal tables up to 0,20 - 0,30m2 (including 0,30
m2)
Gömme tip sac tablo-0.20-0.30 m² (0,30 m² dahil)
Gömme tip sac tablo-0.40-0,50 m² (0,50 m² dahil)
Automatically insured housing type sheet metal tables with
switch
8 fuses
Anahtarlı otomatik sigortalı loj. tipi sac tablo-8 sigortalı
Selective paco switches of the type that are mounted on the
table up to 3x25 A. (three-phase)
Normal Pako Şalter-tablo üstü-3x25 A'e kadar
THERMIC,MAGNETIC SHIELDED POWER SWITCH 3*40
A.(Table wake ( TS EN 60947-2)
Termik Magnetik Şalter-tablo arkası-3x40 A'e kadar
Selective paco switches of the type that are mounted on the
table up to 3 x 63 A. (three-phase) Icu:25kA, I1: (0,8-1)In
Selective paco switches of the type that are mounted on the
table up to 3 x 100 A. (three-phase) Icu:25kA, I1: (0,8-1)In
Termik Magnetik Şalter-tablo arkası-3x100 A'e kadar
Timer, which is used as timer in lighting control
Aydınlatma kontrollünde kullanılan Zaman rölesi. (Ölçü Adet,
İhzarat %60)
Residual current circuit-breakers up to 4x25 (30 mA)
Kaçak akım koruma şalterleri-4x25 A'e kadar (30 mA)
Leakage protection circuit breakers- up to 4x40 A (30 mA)
Kaçak akım koruma şalterleri-4x40 A'e kadar (30 mA)
Panel type surge protectors class B, 230V AC, 100 kA
(10/350ms), three-phase, neutral ground
Pano tipi aşırı gerilim koruyucusu, B sınıfı, 230 VAC, 100 kA
üç faz, nötr-toprak
Automatic control central compensation batteries up to 400v.
Otomatik kumandalı merkezi kompanzasyon bataryası-400
V'a kadar
6 KA cutting capacity auto safety fuse AUTO SAFETY FUSE
WITH SWITCH 25 A. (6KA) (TS 5018-1 EN 60898-1)
Unit
Ad
# of units
1.000
Ad
1.000
Ad
1.000
Ad
1.000
Ad
2.000
Ad
3.000
Ad
1.000
Ad
1.000
Ad
2.000
Ad
1.000
Ad
5.000
Ad
2.000
Ad
1.000
kVAR
25.000
Ad
29.000
Unit
Price
(TRY)
Price (TRY)
171
Anahtarlı otomatik sigorta (6 kA)-16 A'e kadar
16
724-602
17
724-606
18
724-607
19
724-707
20
724-708
21
725-401
22
725-511
23
725-731
24
725-904
25
726-302
26
726-303
27
727-510
28
727-521
29
727-525
30
727-526
6 KA cutting capacity auto safety fuse AUTO SAFETY FUSE
WITH SWITCH 25 A. (6KA) (TS 5018-1 EN 60898-1)
Ad
1.000
Anahtarlı otomatik sigorta (6 kA)-25 A'e kadar
3-PHASE AUTOMATIC SAFETY FUSE WITH SWITCH 16 A.
(6KA)(TS 5018-1 EN 60898-1
Ad
7.000
Anahtarlı otomatik sigorta (6 kA)-3x16 A'e kadar
Switching auto insurance (6 kA) up to -3x40
Ad
5.000
Anahtarlı otomatik sigorta (6 kA)-3x40 A'e kadar
Three-phase Automatic safety fuse with switch (10 kA)-up to
40 A
Ad
6.000
Anahtarlı otomatik sigorta (10 kA)-3x40 A'e kadar
Switching auto insurance (10 kA) up to -3x60
Ad
2.000
Anahtarlı otomatik sigorta (10 kA)-3x60 A'e kadar
Measure Current Transformer 100 - 500/5 A.
Ad
6.000
Akım ölçü trafosu 100-500/5 A
Energy analyzer
Ad
1.000
Enerji analizörü
Three-phase Time Scheduled Electronic Type (ActiveReactive) 3x230/400 V..3x5(7,5) A Counters
Ad
1.000
Üç Fazlı Zaman Tarifeli Elektronik Tip (Aktif-Reaktif) Sayaç,
3x230/400 V: 3x5 (7,5) A
Sign Lamp up to 250.V
Ad
15.000
İşaret lambası 250 V'a kadar
PIPELESS FREE PAVED EARTHING LINE 6 mm2
Topraklama hattı-6 mm² (borusuz) çıplak örgülü veya dolu
m
70.000
bakır tel
PIPELESS FREE PAVED EARTHING LINE 10 mm2
Topraklama hattı-10 mm² (borusuz) çıplak örgülü veya dolu
m
20.000
bakır tel
1 kV yeraltı kablosu (NYY)-3x10 mm²
m
5.000
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE
3*50+25 mm2
m
135.000
1 kV yeraltı kablosu (NYY)-3x50+25 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE
4*10 mm2 NYY
m
20.000
1 kV yeraltı kablosu (NYY)-4x10 mm²
1KV UNDERGROUND CABLE, COLUMN AND POWER LINE
4*6 mm2 NYY
m
70.000
1 kV yeraltı kablosu (NYY)-4x6 mm²
Sub Total 8.3.B3.Electric Works - Panel, Shifter - Ardanuç Livestock Market
GRAND TOTAL 8.3.B.Electric Works - Ardanuç Livestock Market (B1+B2+B3)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
172
8.3.C.Mechanical Works - Ardanuç Livestock Market
8.3.C1.Mechanical Works - Plumbing - Ardanuç Livestock Market
No
Index No
1
071-108
2
075-103
3
079-100
4
089-112
5
089-606
6
089-701
7
089-922
8
090-102
9
094-100
10
097-203
11
103-103
12
117-304
13
ÖZEL.MEK.01
Item Description
Unit
# of units
Index No
1
204-3103
2
204-411
3
204-412
4
204-413
5
210-625
6
221-203
7
228-603
8
ÖZEL.MEK.02
Price (TRY)
Unit
Price
(TRY)
Price (TRY)
oval sink
Tezgah altı veya tezgah üstü oval lavabo Takriben 40x50 cm
Ad
5.000
Sırlı Seramik ekstra sınıf Lavabolar
Pan closet (faience ware extra class) with plastic siphon,
50x60 cm
Ad
4.000
Alaturka hela taşı (Sırlı seramikten ekstra sınıf) plastik sifonlu,
50x60 cm
Self reserves European style toilets
Tk
3.000
Kendinden rezerv.alafranga hela ve tes. (1.kalite) 35x55 cm
Taps (short, perlatürl a ) Class 1 1/2 "
Ad
4.000
Musluk (kısa, perlatürlü) 1.sınıf 1/2"
Fitted head and hand shower set
Ad
1.000
Gömme baş ve el duşlu banyo takımı
Sink siphon
Ad
5.000
Lavabo ve eviye sifonu
Touchless basin mixer and installation, with single water inlet
(chromic)
Ad
5.000
Fotoselli lavabo bataryası ve tesisatı, tek su girişli (krome)
Soap dish 16x31 cm
Ad
1.000
Sabunluk (fayans, kollu), 16x31 cm
Sheet (tiles), 16x16 cm
Ad
7.000
Kağıtlık (fayans), 16x16 cm
Location filter (rigid plastic grille), 10x10 cm
Ad
3.000
Yer süzgeci (sert plastik ızgaralı), 10x10 cm
Cold water meter ( diameter 25 mm ( 1 ") screw )
Ad
1.000
Soğuk su sayacı (çap 25 mm, (1"), vidalı)
Electrical water heater (80 L, 1800 watt and above)
Ad
1.000
Elektrikli su ısıtıcısı (80 L 1800 Watt. ve üzeri)
Liquid soap machine (0.5 lt)
Ad
5.000
Sıvı sabun makinası (tezgaha gömme 0,5lt )
Sub Total 8.3.C1.Mechanical Works - Plumbing - Ardanuç Livestock Market
8.3.C2.Mechanical Works - Common Plumbing - Ardanuç Livestock Market
No
Unit
Price
(TRY)
Item Description
Price of physiotherm seamed and screwed-fitted
polypropylene pipe montage supply inside the building
Pn 20 polipropilen temiz su boru 3/4" 25/4,2 mm Polipropilen
temiz su boruları
Outside diameter 50 mm , wall thickness from 3.2 mm mild
Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes
Dış çap 50 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil
Klorürden (HPVC-U) Plastik pis su boruları
Outside diameter 70 mm , wall thickness from 3.2 mm mild
Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes
Dış çap 70 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil
Klorürden (HPVC-U) Plastik pis su boruları
Outside diameter 100 mm , wall thickness from 3.2 mm mild
Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes
Dış çap 100 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil
Klorürden (HPVC-U) Plastik pis su boruları
Ball valve, brass tube, teflon joint ring (diameter: 25 mm)
Küresel vana, prinç pres, teflon contalı (çap: 25 mm)
Strainer , cast iron, threaded or flanged (diameter: 25 mm
Pislik tutucu, pik döküm, vidalı veya flanşlı (çap: 25 mm)
Non-return valve , 25 mm, PN 16; body brass, inner parts of
stainless steel ( type disco applied between flanges
Geri tepme ventili, 25 mm, PN-16; gövdesi prinç, iç aksam
komple paslanmaz çelik (flanşlar arası uygulanan disco tip
Ø25 (PE100) polyethylene pipes
Ø25 polietilen boru (PE100)
Unit
# of units
m
24.000
m
5.000
m
6.000
m
55.000
Ad
2.000
Ad
1.000
m
1.000
m
195.000
173
9
ÖZEL.MEK.03
Hot and cold presurrized washing machine 20-200 bar
AD
1.000
Basınçlı yıkama makinası ( sıcak & soğuk ) 20-200 bar
Sub Total 8.3.C2.Mechanical Works - Common Plumbing - Ardanuç Livestock Market
Grand Total 8.3.C.Mechanical Works - Ardanuç Livestock Market
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
8.3.D1.Infrastructural Works - Water Base - Ardanuç Livestock Market
No
Index No
1
15.140/İB-4
2
204-102
3
Y.15.001/2B
Item Description
Unit
# of units
Index No
1
103-105
2
210-625
Item Description
Unit
# of units
Index No
1
12.2190/1
2
12.2190/2
3
12.2190/3
4
12.2190/4
Unit
Price
(TRY)
Price (TRY)
Unit
Price
(TRY)
Price (TRY)
Cold water meter (diameter 40 mm (1 1/2 “), screw)
Ad
1.000
Soğuk su sayacı (çap 40 mm, (1 1/2"), vidalı)
Ball valve, brass tube, teflon joint ring (diameter: 25 mm)
Ad
1.000
Küresel vana, prinç pres, teflon contalı (çap: 25 mm)
Sub Total 8.3.D2.Infrastructural Works - Valve, flowmeter- Ardanuç Livestock Market
8.3.D3.Infrastructural Works - Waste Water- Ardanuç Livestock Market
No
Price (TRY)
Each category is graded sand-gravel (08 009 / IB-2) and basic
manual compression ditch breeding base, base of pipe
bedding and pipe making the sheathing
m³
11.690
Her katagoride granülometrik kum-çakıl'ın (08 009/İB-2) el ile
sıkıştırılarak hendek ve temel taban ıslahı, boru tabanı
yataklanması ve boru gömleklenmesinin yapılması
Rigid PVC pipes for drinking water (paste muffle, diameter: 25
mm, 10 bar)
m
82.000
Sert PVC içme su borusu (yapıştırma muflu, çap: 25 mm, 10
atü)
Excavation of all soft and hard soil in every depth and width
with machine (Deep excavation)
m³
16.120
Makine ile her derinlik ve her genişlikte yumuşak ve sert
toprak kazılması (Derin kazı)
Sub Total 8.3.D1.Infrastructural Works - Water Base - Ardanuç Livestock Market
8.3.D2.Infrastructural Works - Valve, flowmeter- Ardanuç Livestock Market
No
Unit
Price
(TRY)
Item Description
Steam curing 500 dz prefabricated manhole
Buhar kürlü 500 dz Prefabrik taban elemanı ile parsel bacası
teşkili (H=0 60 mt ve boru birleşim yerleri lastik contalı)
Steam curing 500 dz prefabricated housing elements
constituting the manhole (H = 0 to 50 meters and 600 DZ
joints’ s fees)
Steam curing 500 dz prefabricated manhole
Buhar kürlü 500 dz Prefabrik taban elemanı ile parsel bacası
teşkili (H=0 60 mt ve boru birleşim yerleri lastik contalı)
Steam curing 500 dz prefabricated housing elements
constituting the manhole (H = 0 25 m and 600 DZ joints’ s
fees)
Buhar kürlü 500 dz Prefabrik gövde elemanı ile parsel bacası
teşkili (H=0 25 mt ve birleşim yerleri 600 dz 'lu harç)
Steam curing 500 dz prefabricated housing element with
height adjustment manhole constitute (H = variable height and
joints 600 dz ‘s fees)
Buhar kürlü 500 dz Prefabrik gövde yüksekliği ayar elemanı ile
parsel bacası teşkili (H=Değişken yüksekliklerde ve birleşim
yerleri 600 dz 'lu harç)
Unit
# of units
Ad
7.000
Ad
7.000
Ad
7.000
m
7.000
174
5
12.2190/5
6
12.2191/1
7
12.2191/2
8
12.2191/5
9
12.2192/1
10
12.2194
11
12.2195/1-1
12
12.2195/1-2
13
12.2201
14
12.2202
15
14.1714/1
16
15.140/İB-4
17
23.255/İB-6
BS 18 Concrete (350 dz s) and fabricated frame to be placed
on the precast concrete manhole cover (for Parcel Chimneys
in the garden)
BS 18 Betonu (350 dz lu) ile imal edilmiş çerçevesiz prefabrik
betonarme kapağın parsel bacası üzerine yerleştirilmesi
(Bahçedeki Parsel Bacaları için)
Steam cured rubber gasket, 500 Dzor prefabricated chimney
flue inspection body formed with the sleeve (H = 0 to 60 m
high, 00 m internal diameter of 1)
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası
gövde bileziği ile baca teşkili (H= 0 60 mt yüksekliğinde, 1 00
mt iç çapında)
Steam cured rubber gasket, 500 Dzor prefabricated chimney
flue inspection form with the body sleeve (35mt height H = 0, 1
00 m internal diameter)
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası
gövde bileziği ile baca teşkili (H= 0 35mt yüksekliğinde, 1 00
mt iç çapında)
Steam cured rubber gasket, with 500 Dzor prefabricated
manholes body height adjustment ring with chimney form (H =
0 15-0 60 mt of variable height and 1 00 m body height
adjustment ring elements in internal diameter)
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası
gövde yüksekliği ayar bileziği ile baca teşkili (H= 0 15-0 60 mt
arasında değişken yükseklikte ve 1 00 mt iç çapındaki gövde
yüksekliği ayar bileziği elemanları ile)
Steam cured rubber gasket, 500 Dzor prefabricated chimney
flue inspection form with the conical element (1 00 m internal
diameter)
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası
konik elemanı ile baca teşkili (1 00 mt iç çapında)
Steam cured rubber gasket, 500 Dzor prefabricated chimney
inspection chimney frame formed with the mounting element
Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası
çerçeve montaj elemanı ile baca teşkili
Output Ø 200 mm with 500 Dzor, steam curing rubber seals
prefabricated manholes connected to the base element
constitutes the chimney (1 --1 input output)
Çıkış çapı Ø 200 mm lik 500 Dz lu, buhar kürlü lastik conta
bağlantılı prefabrik muayene bacası taban elemanı ile baca
teşkili (1 giriş --1 çıkışlı)
Output Ø 200 mm with 500 Dzor, steam curing rubber seals
prefabricated manholes connected to the base element
constitutes the chimney (2 --1 input output)
Çıkış çapı Ø 200 mm lik 500 Dz lu, buhar kürlü lastik conta
bağlantılı prefabrik muayene bacası taban elemanı ile baca
teşkili (2 giriş --1 çıkışlı)
Ø 150 mm (SN 8) LAYING P 100 CORRUGATED SEWER
PIPES
Çapı Ø 150 mm (SN 8) PE100 KORUGE KANALİZASYON
BORULARININ DÖŞENMESİ
Ø 200 mm (SN 8) LAYING P 100 CORRUGATED SEWER
PIPES
Çapı Ø 200 mm (SN 8) PE100 KORUGE KANALİZASYON
BORULARININ DÖŞENMESİ
Ditches and foundation fill material from the excavation done
by machine
Kazı malzemesinden makina ile hendek ve temel dolgusu
yapılması
Each category is graded sand-gravel (08 009 / IB-2) and basic
manual compression ditch breeding base, base of pipe
bedding and pipe making the sheathing
Her katagoride granülometrik kum-çakıl'ın (08 009/İB-2) el ile
sıkıştırılarak hendek ve temel taban ıslahı, boru tabanı
yataklanması ve boru gömleklenmesinin yapılması
Ductile iron manhole cover made of cast iron sewer
construction and putting into place (ductile iron)
Ad
7.000
Ad
3.000
Ad
3.000
m
3.000
Ad
3.000
Ad
3.000
Ad
2.000
Ad
1.000
m
94.000
m
174.000
m³
211.730
m³
81.680
Ad
3.000
175
Kanalizasyon inşaatlarında sfero döküm baca kapağı
yapılması ve yerine konulması (küresel grafitli dökme demir)
18
Y.15.001/2B
19
Y.15.006/2B
Excavation of all soft and hard soil in every depth and width
with machine (Deep excavation)
m³
176.040
Makine ile her derinlik ve her genişlikte yumuşak ve sert
toprak kazılması (Derin kazı)
Each and every width, depth excavation of soft and hard
questionable Machine (deep cuts)
m³
117.360
Makine ile her derinlik ve her genişlikte yumuşak ve sert
küskülük kazılması (Derin kazı)
Sub Total 8.3.D3.Infrastructural Works - Waste Water- Ardanuç Livestock Market
8.3.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Ardanuç Livestock Market
No
Index No
Item Description
Unit
# of units
Unit
Price
(TRY)
Tuvenan -permanent of sand (08 008 / IB) by hand
(tokmaklanarak) compression ditch breeding base and the
base, the base bearing the pipe sheathing of the pipes,
ditches and basic fillings made of
1
15.140/İB-8
m³
0.630
Tuvenan kum -çakıl'ın (08 008 / İB) el ile (tokmaklanarak)
sıkıştırılarak hendek ve temel taban ıslahı , boru tabanı
yataklanması, borunun gömleklenmesi , hendek ve temel
dolgusu yapılması
Sewer and stormwater construction; ductile cast iron grill
2
23.255/İB-7
Kanalizasyon ve yağmursuyu inşaatlarında; sfero döküm
kg
300.000
ızgara
Çapı 100 mm, PVC DRENAJ BORULARININ DÖŞENMESİ
3
36.19704
m
66.000
[TAŞIMA HARİÇ,BORU VE BAŞ BAĞLAMA BEDELİ DAHİL]
Pouring of concrete in C 16/20 compressive strength class
produced in concrete plant or bought and compressed with
concrete pump (concrete shipping included)
4
Y.16.050/03
m³
4.790
Beton santralinde üretilen veya satın alınan ve beton
pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton
dökülmesi (beton nakli dahil)
Made from wood mold series
5
Y.21.001/01
m²
41.600
Ahşaptan seri kalıp yapılması
Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting
bars, bending and placing
6
Y.23.014
Ton
0.200
Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların
kesilmesi, bükülmesi ve yerine konulması
Sub Total 8.3.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Ardanuç Livestock
Market
8.3.D5.Infrastructural Works - Cesspool- Ardanuç Livestock Market
Unit
No
Index No
Item Description
Unit
# of units
Price
(TRY)
Pouring of concrete in C 16/20 compressive strength class
produced in concrete plant or bought and compressed with
concrete pump (concrete shipping included)
1
Y.16.050/03
m³
1.620
Beton santralinde üretilen veya satın alınan ve beton
pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton
dökülmesi (beton nakli dahil)
Pouring of concrete in C 20/25 compressive strength class
produced in concrete plant or bought and compressed with
concrete pump (concrete shipping included)
2
Y.16.050/04
m³
19.420
Beton santralinde üretilen veya satın alınan ve beton
pompasıyla basılan, C 20/25 basınç dayanım sınıfında beton
dökülmesi (beton nakli dahil)
Making flat-surfaced reinforced-concrete formwork with
3
Y.21.001/03
Plywood
m²
143.680
Plywood ile düz yüzeyli betonarme kalıbı yapılması
Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting
bars, bending and placing
4
Y.23.014
Ton
1.060
Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların
kesilmesi, bükülmesi ve yerine konulması
Price (TRY)
Price (TRY)
176
5
Y.23.015
Ø 14 - 28 mm deformed concrete reinforcing steel bar, cutting
bars, bending and placing
Ton
1.430
Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların
kesilmesi, bükülmesi ve yerine konulması.
Sub Total 8.3.D5.Infrastructural Works - Cesspool- Ardanuç Livestock Market
GRAND TOTAL 8.3.D.Infrastructural Works - Ardanuç Livestock Market (D1+D2+D3+D4+D5)
*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on
the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other
reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be
completed in 2017 due to any unforeseen reasons.
177
Section 9: FORM FOR BID SECURITY
(This must be finalized using the official letterhead of the Issuing Bank. Except
for indicated fields, no changes may be made in this template.)
To:
UNDP
[Insert contact information as provided in Data Sheet]
WHEREAS [name and address of Contractor] (hereinafter called “the Bidder”) has submitted a Bid
to UNDP dated Click here to enter a date. , to deliver goods and execute related services for [indicate
ITB title] (hereinafter called “the Bid”):
AND WHEREAS it has been stipulated by you that the Bidder shall furnish you with a Bank
Guarantee by a recognized bank for the sum specified therein as security in the event that the Bidder:
a)
b)
c)
d)
Fails to sign the Contract after UNDP has awarded it;
Withdraws its Bid after the date of the opening of the Bid;
Fails to comply with UNDP’s variation of requirement, as per ITB Section F.3; or
Fails to furnish Performance Security, insurances, or other documents that UNDP may require as
a condition to rendering the contract effective.
AND WHEREAS we have agreed to give the Bidder such this Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Bidder, up to a total of [amount of guarantee] [in words and numbers], such sum being payable in
the types and proportions of currencies in which the Price Bid is payable, and we undertake to pay you,
upon your first written demand and without cavil or argument, any sum or sums within the limits of
[amount of guarantee as aforesaid] without your needing to prove or to show grounds or reasons for your
demand for the sum specified therein.
This guarantee shall be valid until 30 days after the date of validity of the bids.
SIGNATURE AND SEAL OF THE GUARANTOR BANK
Date ...................................................................................................................... .
Name of Bank .........................................................................................................
Address .................................................................................................................
178
Section 10: FORM FOR PERFORMANCE SECURITY5
(This must be finalized using the official letterhead of the Issuing Bank. Except
for indicated fields, no changes may be made in this template.)
To:
UNDP
[Insert contact information as provided in Data Sheet]
WHEREAS [name and address of Contractor] (hereinafter called “the Contractor”) has
undertaken, in pursuance of Contract No. Click to enter dated Click to enter , to deliver the goods
and execute related services Click here to enter text. (hereinafter called “the Contract”):
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security
for compliance with his obligations in accordance with the Contract:
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Contractor, up to a total of [amount of guarantee] [in words and numbers], such
sum being payable in the types and proportions of currencies in which the Contract Price is
payable, and we undertake to pay you, upon your first written demand and without cavil or
argument, any sum or sums within the limits of [amount of guarantee as aforesaid] without your
needing to prove or to show grounds or reasons for your demand for the sum specified therein.
This guarantee shall be valid until a date 30 days from the date of issue by UNDP of a
certificate of satisfactory performance and full completion of services by the Contractor.
SIGNATURE AND SEAL OF THE GUARANTOR BANK
Date ...................................................................................................................... .
Name of Bank .........................................................................................................
Address .................................................................................................................
If the RFP requires the submission of a Performance Security, which shall be made a condition to the signing and effectivity of
the contract, the Performance Security that the Bidder’s Bank will issue shall use the contents of this template
5
179
Section 11: Contract
THIS IS UNDP’S TEMPLATE FOR CONTRACT FOR THE BIDDER’S REFERENCE. ADHERENCE TO
ALL TERMS AND CONDITIONS IS MANDATORY.
Model Contract for Works
Date _____________
Dear Sir/Madam,
Ref.: ______/ _______/ ______[INSERT PROJECT NUMBER AND TITLE]
The United Nations Development Programme (hereinafter referred to as "UNDP"), wishes to engage your
company, duly incorporated under the Laws of __________ [INSERT NAME OF THE COUNTRY] (hereinafter
referred to as the "Contractor") in order to perform ____________________ [INSERT SUMMARY
DESCRIPTION OF THE WORKS] (hereinafter referred to as the "Works"), in accordance with the following
Contract:
1.
Contract Documents
1.1
This Contract is subject to the UNDP General Conditions for Civil Works, [INSERT REVISION
NUMBER AND DATE FROM THE CONTRACTS DOCUMENTS LIBRARY], attached hereto as Annex I.
The provisions of such Annex shall control the interpretation of this Contract and in no way shall
be deemed to have been derogated by the contents of this letter and any other Annexes, unless
otherwise expressly stated under section 4 of this letter, entitled "Special Conditions".
1.2
The Contractor and UNDP also agree to be bound by the provisions contained in the following
documents, which shall take precedence over one another in case of conflict in the following
order:
a) this letter;
b) the Technical Specifications and Drawings [ref. ......dated........], attached hereto as Annex II;
c) the Contractor's Tender [IF THE CONTRACT IS ON THE BASIS OF UNIT PRICE, INSERT: including
the Priced Bill of Quantities] [ref......, dated ........], as clarified by the agreed minutes of the
negotiation meeting [dated........], not attached hereto but known to and in the possession of
both parties.
1.3
All the above shall form the Contract between the Contractor and UNDP, superseding the
contents of any other negotiations and/or agreements, whether oral or in writing, pertaining to
the subject of this Contract.
___________________________
___________________________ [INSERT NAME AND ADDRESS OF THE CONTRACTOR]
180
2.
2.1
2.2
2.3
3.
3.1
3.2
3.3
3.4
3.5
3.6
3.7
4.
4.1
Obligations of the Contractor
The Contractor shall commence work within [INSERT NUMBER OF DAYS] days from the date on
which he shall have been given access to the Site and received the notice to commence from the
Engineer, and shall perform and substantially complete the Works by [INSERT DATE], in
accordance with the Contract. The Contractor shall provide all materials, supplies, labour and
other services necessary to that end.
The Contractor shall submit to the Engineer the Programme of Work referred to in Clause 13 of
the General Conditions by [INSERT DATE].
The Contractor represents and warrants the accuracy of any information or data provided to
UNDP for the purpose of entering into this Contract, as well as the quality of the Works foreseen
under this Contract in accordance with the highest industrial and professional standards.
Price and payment
The total estimated price of the Contract is contained in the Bill of Quantities and amounts to
[INSERT CURRENCY & AMOUNT IN FIGURES AND WORDS].
The final price of the Contract will be determined on the basis of the actual quantities of work and
materials utilized in the complete and satisfactory performance of the Works as certified by the
Engineer and the unit prices contained in the Contractor's financial proposal. Such unit prices are
fixed and are not subject to any variation whatsoever.
If the Contractor foresees that the final price of the Contract may exceed the total estimated price
contained in 3.1 above, he shall so inform the Engineer without delay, in order for UNDP to decide,
at its discretion, to increase the estimated price of the Contract as a result of a larger quantity of
work/material or to reduce the quantity of work to be performed or materials to be used. UNDP
shall not be responsible for payment of any amount in excess of that stipulated in 3.1 above unless
this latter amount has been increased by means of a written amendment of this Contract in
accordance with its paragraph 7 below.
The Contractor shall submit an invoice for the work performed and materials utilized every month
and a final invoice within 30 days from the issuance of the Certificate of Substantial Completion
by the Engineer. All invoices shall be accompanied by the ‘Progress Payment Certificates’
indicating the percentage of completion of the works by the end of that respective month and
corresponding amounts due, in line with the detailed breakdown of the price is given above.
UNDP shall effect payments to the Contractor in the form of “monthly progress payments” based
on the completion of items in Bill of Quantities at the end of each month after acceptance by
UNDP of the invoices submitted by the contractor. The Engineer may make corrections to that
amount, in which case UNDP may effect payment for the amount so corrected. The Engineer may
also withhold invoices if the work is not performed at any time in accordance with the terms of
the Contract or if the necessary insurance policies or performance security are not valid and/or in
order. The Engineer shall process the invoices submitted by the Contractor within 15 days of their
receipt.
Payments effected by UNDP to the Contractor shall be deemed neither to relieve the Contractor
of its obligations under this Contract nor as acceptance by UNDP of the Contractor's performance
of the Works.
Payment of the final invoice shall be effected by UNDP after issuance of the Certificate of
Substantial Completion by the Engineer.
Special conditions
The Performance Bond referred to in Clause 10 of the General Conditions shall be submitted by
the Contractor for an amount of 10% (ten per cent) of the final price of the Contract
181
4.2
4.3
4.4
5.
5.1
5.2
6.
6.1
6.2
7.
7.1
8.
8.1
8.2
The Contractor should provide the following insurances:
a) All Risks for Works in accordance with Clause 21 of General Conditions,
b) Liability (referred to in Clause 23 of the General Conditions) in the amount of 15% (fifteen
percent) of the final price of the Contract, per occurrence.
According to Clause 45 of the General Conditions, the liquidated damages for delay shall be 1% of
the price of the Contract per week of delay, up to a maximum of 10% of the final price of the
Contract.
According to Clause 45 of the General Conditions, the liquidated damages for absence of
Contractor’s key staff/personnel from the construction site without Engineer’s approval shall be
TRY 1.000 per day.
Submission of invoices
One original and one copy of every invoice shall be submitted by mail by the Contractor for each
payment under the Contract to the Engineer's address specified in clause 8.2.
Invoices submitted by fax shall not be accepted by UNDP.
Time and manner of payment
Invoices shall be paid within thirty (30) days of the date of their receipt and acceptance by UNDP.
All payments shall be made by UNDP to the following Bank account of the Contractor:
[NAME OF THE BANK]
[ACCOUNT NUMBER]
[ADDRESS OF THE BANK]
Modifications
Any modification to this Contract shall require an amendment in writing between both parties
duly signed by the authorized representatives of the Contractor and UNDP.
Notifications
For the purpose of notifications under the Contract, the addresses of UNDP and the Contractor
are as follows:
For the UNDP:
[INSERT NAME OF RR OR DIVISION CHIEF]
United Nations Development Programme
Ref. [INSERT CONTRACT REFERENCE & NUMBER]
Fax:____________________
For the Contractor:
_________________
[Insert Name, Address and Telex, Fax and Cable Numbers]
UNDP shall communicate as soon as possible to the Contractor after the signature of the Contract,
the address of the Engineer for the purposes of communication with the Engineer under the
Contract.
If the above terms and conditions meet with your agreement as typed in this letter and in the
Contract Documents, please initial every page of this letter and its attachments and return to this
office one original of this Contract, duly signed and dated.
Yours sincerely,
[INSERT NAME OF RR or Bureau/Division Director]
For [Insert name of the company/organization]
Agreed and Accepted:
182
Signature
____________________________
Name
____________________________
Title ____________________________
Date
____________________________
GENERAL CONDITIONS OF CONTRACT FOR CIVIL WORKS
1. Definitions
2. Singular and Plural
3. Headings or Notes
4. Legal Relationships
5. General Duties/Powers of Engineer
6. Contractor's General Obligations/Responsibilities
7. Assignment and Subcontracting
8. Drawings
9. Work Book
10. Performance Security
183
11. Inspection of Site
12. Sufficiency of Tender
13. Programme of Work to be Furnished
14. Weekly Site Meeting
15. Change Orders
16. Contractor's Superintendence
17. Contractor's Employees
18. Setting-Out
19. Watching and Lighting
20. Care of Works
21. Insurance of Works, Etc.
22. Damage to Persons and Property
23. Liability Insurance
24. Accident or Injury to Workmen
25. Remedy on Contractor's Failure to Insure
26. Compliance with Statutes, Regulations, Etc.
27. Fossils, Etc.
28. Copyright, Patents and Other Proprietary Rights, and Royalties
29. Interference With Traffic and Adjoining Properties
30. Extraordinary Traffic and Special Loads
31. Opportunities for Other Contractors
32. Contractor to Keep Site Clean
33. Clearance of Site on Substantial Completion
34. Labour
35. Returns of Labour, Plant, Etc.
36. Materials, Workmanship and Testing
37. Access to Site
38. Examination of Work Before Covering Up
39. Removal of Improper Work and Materials
40. Suspension of Work
41. Possession of Site
42. Time for Completion
43. Extension of Time for Completion
44. Rate of Progress
45. Liquidated Damages for Delay
46. Certificate of Substantial Completion
47. Defects Liability
48. Alterations, Additions and Omissions
49. Plant, Temporary Works and Materials
50. Approval of Materials, Etc., Not Implied
51. Measurement of Works
52. Liability of the Parties
53. Authorities
54. Urgent Repairs
55. Increase and Decrease of Costs
56. Taxation
184
57. Blasting
58. Machinery
59. Temporary Works and Reinstatement
60. Photographs and Advertising
61. Prevention of Corruption
62. Date Falling on Holiday
63. Notices
64. Language, Weights and Measures
65. Records, Accounts, Information and Audit
66. Force Majeure
67. Suspension by the UNDP
68. Termination by the UNDP
69. Termination by the Contractor
70. Rights and Remedies of the UNDP
71. Settlement of Disputes
72. Privileges and Immunities
73. Security
74. Audit and Investigations
75. Anti-Terrorism
Appendix I: Formats of Performance Security
Performance Bank Guarantee
Performance Bond
1. DEFINITIONS
For the purpose of the Contract Documents the words and expressions below shall have the
following meanings:
a) "Employer" means the United Nations Development Programme (UNDP).
b) "Contractor" means the person whose tender has been accepted and with whom the Contract
has been entered into.
c) "Engineer" means the person whose services have been engaged by UNDP to administer the
Contract as provided therein, as will be notified in writing to the Contractor.
d) "Contract" means the written agreement between the Employer and the Contractor, to which
these General Conditions are annexed.
e) "The Works" means the works to be executed and completed under the Contract.
185
f) "Temporary Works" shall include items to be constructed which are not intended to be
permanent and form part of the Works.
g) "Drawings" and "Specifications" mean the Drawings and Specifications referred to in the
Contract and any modification thereof or addition thereto furnished by the Engineer or
submitted by the Contractor and approved in writing by the Engineer in accordance with the
Contract.
h) "Bill of Quantities" is the document in which the Contractor indicates the cost of the Works,
on the basis of the foreseen quantities of items of work and the fixed unit prices applicable to
them.
i) "Contract Price" means the sum agreed in the Contract as payable to the Contractor for the
execution and completion of the Works and for remedying of any defects therein in
accordance with the Contract.
j) "Site" means the land and other places on, under, in or through which the Works or
Temporary Works are to be constructed.
2. SINGULAR AND PLURAL
Words importing persons or parties shall include firms or companies and words importing
the singular only shall also include the plural and vice versa where the context requires.
3. HEADINGS OR NOTES
The headings or notes in the Contract Documents shall not be deemed to be part thereof or be
taken into consideration in their interpretation.
4. LEGAL RELATIONSHIPS
The Contractor and the sub-contractor(s), if any, shall have the status of an independent
contractor vis-à-vis the Employer. The Contract Documents shall not be construed to create
any contractual relationship of any kind between the Engineer and the Contractor, but the
Engineer shall, in the exercise of his duties and powers under the Contract, be entitled to
performance by the Contractor of its obligations, and to enforcement thereof. Nothing
contained in the Contract Documents shall create any contractual relationship between the
Employer or the Engineer and any subcontractor(s) of the Contractor.
5. GENERAL DUTIES/POWERS OF ENGINEER
a) The Engineer shall provide administration of Contract as provided in the Contract
Documents. In particular, he shall perform the functions hereinafter described.
186
b) The Engineer shall be the Employer's representative vis-à-vis the Contractor during
construction and until final payment is due. The Engineer shall advise and consult with the
Employer. The Employer's instructions to the Contractor shall be forwarded through the
Engineer. The Engineer shall have authority to act on behalf of the Employer only to the
extent provided in the Contract Documents as they may be amended in writing in accordance
with the Contract. The duties, responsibilities and limitations of authority of the Engineer as
the Employer's representative during construction as set forth in the Contract shall not be
modified or extended without the written consent of the Employer, the Contractor and the
Engineer.
c) The Engineer shall visit the Site at intervals appropriate to the stage of construction to
familiarize himself generally with the progress and quality of the Works and to determine in
general if the Works are proceeding in accordance with the Contract Documents. On the
basis of his on-site observations as an Engineer, he shall keep the Employer informed of the
progress of the Works.
d) The Engineer shall not be responsible for and will not have control or charge of construction
means, methods, techniques, sequences or procedures, or for safety precautions and programs
in connection with the Works or the Temporary Works. The Engineer shall not be
responsible for or have control or charge over the acts or omissions of the Contractor
(including the Contractor's failure to carry out the Works in accordance with the Contract)
and of Sub-contractors or any of their agents or employees, or any other persons performing
services for the Works, except if such acts or omissions are caused by the Engineer's failure
to perform his functions in accordance with the contract between the Employer and the
Engineer.
e) The Engineer shall at all times have access to the Works wherever and whether in
preparation or progress. The Contractor shall provide facilities for such access so that the
Engineer may perform his functions under the Contract.
f) Based on the Engineer's observations and an evaluation of the documentation submitted by
the Contractor together with the invoices, the Engineer shall determine the amounts owed to
the Contractor and shall issue Certificates for Payment as appropriate.
g) The Engineer shall review and approve or take other appropriate action upon the Contractor's
submittals such as Shop Drawings, Product Data and Samples, but only for conformity with
the design concept of the Works and with the provisions of the Contract Documents. Such
action shall be taken with reasonable promptness so as to cause no delay. The Engineer's
approval of a specific item shall not indicate approval of an assembly of which the item is a
component.
h) The Engineer shall interpret the requirements of the Contract Documents and judge the
performance thereunder by the Contractor. All interpretations and orders of the Engineer
shall be consistent with the intent of and reasonably inferable from the Contract Documents
and shall be in writing or in the form of drawings. Either party may make a written request
to the Engineer for such interpretation. The Engineer shall render the interpretation
187
necessary for the proper execution of the Works with reasonable promptness and in
accordance with any time limit agreed upon. Any claim or dispute arising from the
interpretation of the Contract Documents by the Engineer or relating to the execution or
progress of the Works shall be settled as provided in Clause 71 of these General Conditions.
i) Except as otherwise provided in the Contract, the Engineer shall have no authority to relieve
the Contractor of any of his obligations under the Contract nor to order any work involving
delay in completion of the Works or any extra payment to the Contractor by the Employer, or
to make any variations to the Works.
j) In the event of termination of the employment of the Engineer, the Employer shall appoint
another suitable professional to perform the Engineer's duties.
k) The Engineer shall have authority to reject work which does not conform to the Contract
Documents. Whenever, in his opinion, he considers it necessary or advisable for the
implementation of the intent of the Contract Documents, he will have authority to require
special inspection or testing of the work whether or not such work be then fabricated,
installed or completed. However, neither the Engineer's authority to act nor any reasonable
decision made by him in good faith either to exercise or not to exercise such authority shall
give rise to any duty or responsibility of the Engineer to the Contractor, any subcontractor,
any of their agents or employees, or any other person performing services for the Works.
l) The Engineer shall conduct inspections to determine the dates of Substantial Completion and
Final Completion, shall receive and forward to the Employer for the Employer's review
written warranties and related documents required by the Contract and assembled by the
Contractor, and shall issue a final Certificate for Payment upon compliance with the
requirements of Clause 47 hereof and in accordance with the Contract.
m) If the Employer and Engineer so agree, the Engineer shall provide one or more Engineer's
Representative(s) to assist the Engineer in carrying out his responsibilities at the site. The
Engineer shall notify in writing to the Contractor and the Employer the duties,
responsibilities and limitations of authority of any such Engineer's Representative(s).
6. CONTRACTOR'S GENERAL OBLIGATIONS/RESPONSIBILITIES
6.1.Obligation to Perform in Accordance with Contract
The Contractor shall execute and complete the Works and remedy any defects therein in
strict accordance with the Contract, with due care and diligence and to the satisfaction of the
Engineer, and shall provide all labor, including the supervision thereof, materials,
Constructional Plant and all other things, whether of a temporary or permanent nature,
required in and for such execution, completion and remedying of defects, as far as the
necessity for providing the same is specified in or is reasonably to be inferred from the
Contract. The Contractor shall comply with and adhere strictly to the Engineer's instructions
and directions on any matter, touching or concerning the Works.
188
6.2 Responsibility for Site Operations
The Contractor shall take full responsibility for the adequacy, stability and safety of all site
operations and methods of construction, provided that the Contractor shall not be responsible,
except as may be expressly provided in the Contract, for the design or specification of the
Permanent Works or of any Temporary Works prepared by the Engineer.
6.3.Responsibility for Employees
The Contractor shall be responsible for the professional and technical competence of his
employees and will select for work under this Contract, reliable individuals who will perform
effectively in the implementation of the Contract, respect local customs and conform to a
high standard of moral and ethical conduct.
6.4.Source of Instructions
The Contractor shall neither seek nor accept instructions from any authority external to the
Employer, the Engineer or their authorized representatives in connection with the
performance of his services under this Contract. The Contractor shall refrain from any action
which may adversely affect the Employer and shall fulfill his commitments with fullest
regard for the interest of the Employer.
6.5.Officials Not to Benefit
The Contractor warrants that no official of the Employer has been or shall be admitted by the
Contractor to any direct or indirect benefit arising from this Contract or the award thereof.
The Contractor agrees that breach of this provision is a breach of an essential term of the
Contract.
6.6.Use of Name, Emblem or Official Seal of UNDP or the United Nations
The Contractor shall not advertise or otherwise make public the fact that he is performing, or
has performed services for the Employer or use the name, emblem or official seal of the
Employer or the United Nations or any abbreviation of the name of the Employer or the
United Nations for advertising purposes or any other purposes.
6.7.Confidential Nature of Documents
All maps, drawings, photographs, mosaics, plans, reports, recommendations, estimates,
documents and all other data compiled by or received by the Contractor under the Contract
shall be the property of the Employer, shall be treated as confidential and shall be delivered
only to the duly authorized representative of the Employer on completion of the Works; their
contents shall not be made known by the Contractor to any person other than the personnel of
the Contractor performing services under this Contract without the prior written consent of
189
the Employer.
7. ASSIGNMENT AND SUBCONTRACTING
7.1.Assignment of Contract
The Contractor shall not, except after obtaining the prior written approval of the Employer,
assign, transfer, pledge or make other disposition of the Contract or any part thereof or of any
of the Contractor's rights, claims or obligations under the Contract.
7.2.Subcontracting
In the event the Contractor requires the services of subcontractors, the Contractor shall obtain
the prior written approval of the Employer for all such subcontractors. The approval of the
Employer shall not relieve the Contractor of any of his obligations under the Contract, and
the terms of any subcontract shall be subject to
and be in conformity with the provisions of the Contract.
7.3.Assignment of Subcontractor's Obligations
In the event of a subcontractor having undertaken towards the Contractor in respect of the
work executed or the goods, materials, Plant or services supplied by such subcontractor for
the Works, any continuing obligation extending for a period exceeding that of the Defects
Liability Period under the Contract, the Contractor
shall at any time after the expiration of such Period, assign to the Employer, at the
Employer's request and cost, the benefit of such obligation for the unexpired duration thereof.
8. DRAWINGS
8.1.Custody of drawings
The drawings shall remain in the sole custody of the Employer but two (2) copies thereof
shall be furnished to the Contractor free of cost. The Contractor shall provide and make at
his own expense any further copies required by him. At the completion of the Works, the
Contractor shall return to the Employer all drawings provided under the Contract.
8.2.One copy of Drawings to be kept on Site
One copy of the Drawings furnished to the Contractor as aforesaid shall be kept by the
Contractor on the Site and the same shall at all reasonable times be available for inspection
and use by the Engineer and by any other person authorized in writing by the Engineer.
8.3.Disruption of Progress
The Contractor shall give written notice to the Engineer whenever planning or progress of the
Works is likely to be delayed or disrupted unless any further drawing or order, including a
190
direction, instruction or approval, is issued by the Engineer within a reasonable time. The
notice shall include details of drawing or order required and of why and by when it is
required and of any delay or disruption likely to be suffered if it is late.
9. WORK BOOK
The Contractor shall maintain a Work Book at the Site with numbered pages, in one original
and two copies. The Engineer shall have full authority to issue new orders, drawings and
instructions to the Contractor, from time to time and as required for the correct execution of
the Works. The Contractor shall be bound to follow such orders, drawings and instructions.
Every order shall be dated and signed by the Engineer and the Contractor, in order to account
for its receipt.
Should the Contractor want to refuse an order in the Work Book, he shall so inform the
Employer, through the Engineer, by means of an annotation in the Work Book made within
three (3) days from the date of the order that the Contractor intends to refuse. Failure by the
Contractor to adhere to this procedure shall result in the order being deemed accepted with
no further possibility of refusal.
The original of the Work Book shall be delivered to the Employer at the time of Final
Acceptance of the Works. A copy shall be kept by the Engineer and another copy by the
Contractor.
10. PERFORMANCE SECURITY
a) As guarantee for his proper and efficient performance of the Contract, the Contractor shall on
signature of the Contract furnish the Employer with a Performance Security issued for the
benefit of the Employer. The amount and character of such security (bond or guarantee) shall
be as indicated in the Contract.
b) The Performance Bond or Bank Guarantee must be issued by an acceptable insurance
company or accredited bank, in the format included in Appendix I to these General
Conditions, and must be valid up to twenty-eight days after issuance by the Engineer of the
Certificate of Final Completion. The Performance Bond or Bank Guarantee shall be returned
to the Contractor within twenty-eight days after the issuance by the Engineer of the
Certificate of Final Completion, provided that the Contractor shall have paid all money owed
to the Employer under the Contract.
c) If the surety of the Performance Bond or Bank Guarantee is declared bankrupt or becomes
insolvent or its right to do business in the country of execution of the Works is terminated,
the Contractor shall within five (5) days thereafter substitute another bond or guarantee and
surety, both of which must be acceptable to the Employer.
11. INSPECTION OF SITE
191
The Contractor shall be deemed to have inspected and examined the site and its surroundings
and to have satisfied himself before submitting his Tender and signing the Contract as to all
matters relative to the nature of the land and subsoil, the form and nature of the Site, details
and levels of existing pipe lines, conduits, sewers, drains, cables or other existing services,
the quantities and nature of the work and materials necessary for the completion of the
Works, the means of access to the Site, and the accommodation he may require, and in
general to have himself obtained all necessary information as to risk contingencies, climatic,
hydrological and natural conditions and other circumstances which may influence or affect
his Tender, and no claims will be entertained in this connection against the Employer.
12. SUFFICIENCY OF TENDER
The Contractor shall be deemed to have satisfied himself before tendering as to the
correctness and sufficiency of his Tender for the construction of the Works and of the rates
and prices, which rates and prices shall, except in so far as it is otherwise provided in the
Contract, cover all his obligations under the Contract and all matters and things necessary for
the proper execution and completion of the Works.
13. PROGRAMME OF WORK TO BE FURNISHED
Within the time limit specified in the Contract, the Contractor shall submit to the Engineer
for his consent a detailed Programme of Work showing the order of procedure and the
method in which he proposes to carry out the Works. In preparing his Programme of Work
the Contractor shall pay due regard to the priority required by certain works. Should the
Engineer, during the progress of work, require further modifications to the Programme of
Work, the Contractor shall review the said program. The Contractor shall also whenever
required by the Engineer submit particulars in writing of the Contractor's arrangements for
carrying out the Works and of the Constructional Plant and Temporary Works which the
Contractor intends to supply, use or construct as the case may be. The submission of such
program, or any modifications thereto, or the particulars required by the Engineer, shall not
relieve the Contractor of any of his duties or obligations under the Contract nor shall the
incorporation of any modification to the Programme of Work either at the commencement of
the contract or during its course entitle the Contractor to any additional payments in
consequence thereof.
14. WEEKLY SITE MEETING
A weekly site meeting shall be held between the UNDP Project Coordinator or engineer, if
any, the representative of the Contractor and the Engineer or the Engineer's Representative,
in order to verify that the Works are progressing normally and are executed in accordance
with the Contract.
15. CHANGE ORDERS
192
a) The Engineer may instruct the Contractor, with the approval of the Employer and by means
of Change Orders, all variations in quantity or quality of the Works, in whole or in part, that
are deemed necessary by the Engineer.
b) Processing of change orders shall be governed by clause 48 of these General Conditions.
16. CONTRACTOR'S SUPERINTENDENCE
The Contractor shall provide all necessary superintendence during the execution of the
Works and as long thereafter as the Engineer may consider necessary for the proper
fulfillment of the Contractor's obligations under the Contract. The Contractor or a competent
and authorized agent or representative of the Contractor approved in writing by the Engineer,
which approval may at any time be withdrawn, shall be constantly on the site and shall
devote his entire time to the superintendence of the Works. Such authorized agent or
representative shall receive on behalf of the Contractor directions and instructions from the
Engineer. If the approval of such agent or representative shall be withdrawn by the Engineer,
as provided in Clause 17(2) hereinafter, or if the removal of such agent or representative shall
be requested by the Employer under Clause 17(3) hereinafter, the Contractor shall as soon as
it is practicable after receiving notice of such withdrawal remove the agent or representative
from the Site, and replace him by another agent or representative approved by the Engineer.
Notwithstanding the provision of Clause 17(2) hereinafter, the Contractor shall not thereafter
employ, in any capacity whatsoever, a removed agent or representative again on the Site.
17. CONTRACTOR'S EMPLOYEES
a) The Contractor shall provide and employ on the Site in connection with the execution and
completion of the Works and the remedying of any defects therein:
i.
Only such technical assistants as are skilled and experienced in their respective callings and
such sub-agent foremen and leading hands as are competent to give proper supervision to the
work they are required to supervise, and
ii. Such skilled, semi-skilled, and unskilled labour as is necessary for the proper and timely
execution and completion of the Works.
b) The Engineer shall be at liberty to object to and require the Contractor to remove forthwith
from the Works any person employed by the Contractor in or about the execution or
completion of the Works, who in the opinion of the Engineer is misconducting himself, or is
incompetent or negligent in the proper performance of his duties, or whose employment is
otherwise considered reasonably by the Engineer to be undesirable, and such person shall not
be again employed on the Site without the written permission of the Engineer. Any person
so removed from the Works shall be replaced as soon as reasonably possible by a competent
substitute approved by the Engineer.
c) Upon written request by the Employer, the Contractor shall withdraw or replace from the Site
any agent, representative or other personnel who does not conform to the standards set forth
193
in paragraph (1) of this Clause. Such request for withdrawal or replacement shall not be
considered as termination in part or in whole of this Contract. All costs and additional
expenses resulting from any withdrawal or replacement for whatever reason of any of the
Contractor's personnel shall be at the Contractor's expense.
18. SETTING-OUT
The Contractor shall be responsible for the true and proper setting out of the Works in
relation to original points, lines and levels of reference given by the Engineer in writing and
for the correctness of the position, levels, dimensions and alignment of all parts of the Works
and for the provision of all necessary instruments, appliances and labor in connection
therewith. If, at any time during the progress of the Works, any error shall appear or arise in
the position, levels, dimensions or alignment of any part of the Works, the Contractor, on
being required so to do by the Engineer, shall, at his own cost, rectify such error to the
satisfaction of the Engineer.
19. WATCHING AND LIGHTING
The Contractor shall in connection with the Works provide and maintain at his own cost all
lights, guards, fencing and watching when and where necessary or required by the Engineer
or by any duly constituted authority for the protection of the Works and the materials and
equipment utilized therefor or for the safety and convenience of the public or others.
20. CARE OF WORKS
a) From the commencement date of the Works to the date of substantial completion as stated in
the Certificate of Substantial Completion, the Contractor shall take full responsibility for the
care thereof and of all Temporary Works. In the event that any damage or loss should happen
to the Works or to any part thereof or to any Temporary Works from any cause whatsoever
(save and except as shall be due to Force Majeure as defined in Clause 66 of these General
Conditions), the Contractor shall at his own cost repair and make good the same so that, at
completion, the Works shall be in good order and condition and in conformity in every
respect with the requirements of the Contract and the Engineer's instructions. The Contractor
shall also be liable for any damage to the Works occasioned by him in the course of any
operations carried out by him for the purpose of complying with his obligations Clause 47
hereof.
b) The Contractor shall be fully responsible for the review of the Engineering design and details
of the Works and shall inform the Employer of any mistakes or incorrectness in such design
and details which would affect the Works.
21. INSURANCE OF WORKS, ETC.
Without limiting his obligations and responsibilities under Clause 20 hereof, the Contractor
shall insure immediately following signature of this Contract, in the joint names of the
Employer and the Contractor (a) for the period stipulated in Clause 20(1) hereof, against all
194
loss or damage from whatever cause arising, other than cause of Force majeure as defined in
clause 66 of these General Conditions, and (b) against loss or damage for which the
Contractor is responsible, in such manner that the Employer and the Contractor are covered
for the period stipulated in Clause 20 (1) hereof and are also covered during the Defects
Liability Period for loss or damage arising from a cause occurring prior to the
commencement of the Defects Liability Period and for any loss or damage occasioned by the
Contractor in the course of any operations carried out by him for the purpose of complying
with his obligations under Clause 47 hereof:
a) The Works, together with the materials and Plant for incorporation therein, to their full
replacement cost, plus an additional sum of ten (10) 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;
b) The Contractor's equipment and other things brought on to the Site by the Contractor to the
replacement value of such equipment and other things;
c) An insurance to cover the liabilities and warranties of Section 52(4);
Such insurance shall be effected with an insurer and in terms approved by the Employer,
which approval shall not be unreasonably withheld, and the Contractor shall, whenever
required, produce to the Engineer the policy or policies of insurance and the receipts for
payment of the current premiums.
22. DAMAGE TO PERSONS AND PROPERTY
The Contractor shall (except if and so far as the Contract provides otherwise) indemnify,
hold and save harmless and defend at his own expense the Employer, its officers, agents,
employees and servants from and against all suits, claims, demands, proceedings, and
liability of any nature or kind, including costs and expenses, for injuries or damages to any
person or any property whatsoever which may arise out of or in consequence of acts or
omissions of the Contractor or its agents, employees, servants or subcontractors in the
execution of the Contract. The provision of this Clause shall extend to suits, claims,
demands, proceedings and liability in the nature of workmen's compensation claims and
arising out of the use of patented inventions and devices. Provided always that nothing herein
contained shall be deemed to render the Contractor liable for or in respect of or with respect
to:
a) The permanent use or occupation of land by the Works or any part thereof;
b) The right of the Employer to construct the Works or any part thereof on, over, under, or
through any land.
195
c) Interference whether temporary or permanent with any right of light, airway or water or other
easement or quasi-easement which is the unavoidable result of the construction of the Works
in accordance with the Contract.
d) Death, injuries or damage to persons or property resulting from any act or neglect of the
Employer, his agents, servants or other contractors, done or committed during the validity of
the Contract.
23. LIABILITY INSURANCE
23.1.
Obligation to take out Liability Insurance
Before commencing the execution of the Works, but without limiting his obligations and
responsibility under Clause 20 hereof, the Contractor shall insure against his liability for any
death, material or physical damage, loss or injury which may occur to any property,
including that of the Employer or to any person, including any employee of the Employer by
or arising out of the execution of the Works or in the carrying out of the Contract, other than
due to the matters referred to in the proviso to Clause 22 hereof.
23.2.
Minimum Amount of Liability Insurance
Such insurance shall be effected with an insurer and in terms approved by the Employer,
which approval shall not be unreasonably withheld, and for at least the amount specified in
the contract. The Contractor shall, whenever required by the Employer or the Engineer,
produce to the Engineer the policy or policies of insurance and the receipts for payment of
the current premiums.
23.3.
Provision to Indemnify Employer
The insurance policy shall include a provision whereby, in the event of any claim in respect
of which the Contractor would be entitled to receive indemnity under the policy, being
brought or made against the Employer, the insurer shall indemnify the Employer against such
claims and any costs, charges and expenses in respect thereof.
24. ACCIDENT OR INJURY TO WORKMEN
a) The Employer shall not be liable for or in respect of any damages or compensation payable at
law in respect or in consequence of any accident or injury to any workman or other person in
the employment of the Contractor or any sub-Contractor, save and except an accident or
injury resulting from any act or default of the Employer, his agents or servants. The
Contractor shall indemnify, hold and save harmless the Employer against all such damages
and compensation, save and except as aforesaid, and against all claims, proceedings, costs,
charges and expenses whatsoever in respect thereof or in relation thereto.
b) Insurance Against Accident, etc., to Workmen
196
The Contractor shall insure against such liability with an insurer approved by the Employer,
which approval shall not be unreasonably withheld, and shall continue such insurance during
the whole of the time that any persons are employed by him for the Works and shall, when
required, produce to the Engineer such policy of insurance and the receipt for payment of the
current premium. Provided always that, in respect of any persons employed by any
subcontractor, the Contractor's obligation to insure as aforesaid under this sub-clause shall be
satisfied if the subcontractor shall have insured against the liability in respect of such persons
in such manner that the Employer is indemnified under the policy but the Contractor shall
require such subcontractor to produce to the Engineer when required such policy of insurance
and the receipt for the current premium, and obtain the insertion of a provision to that effect
in its contract with the subcontractor.
25. REMEDY ON CONTRACTOR'S FAILURE TO INSURE
If the Contractor shall fail to effect and keep in force any of the insurances referred to in
Clauses 21, 23 and 24 hereof, or any other insurance which he may be required to effect
under the terms of the Contract, the Employer may in any such case effect and keep in force
any such insurance and pay such premium as may be necessary for that purpose and from
time to time deduct the amount so paid by the Employer as aforesaid from any monies due or
which may become due to the Contractor, or recover the same as a debt due from the
Contractor.
26. COMPLIANCE WITH STATUTES, REGULATIONS, ETC.
a) The Contractor shall give all notices and pay all fees and charges required to be given or paid
by any national or State Statutes, Ordinances, Laws, Regulations or By-laws, or any local or
other duly constituted authority in relation to the execution of the Works or of any
Temporary Works and by the Rules and Regulations of all public bodies and companies
whose property or rights are affected or may be affected in any way by the Works or any
Temporary Works.
b) The Contractor shall conform in all respects with any such Statutes, Ordinances, Laws,
Regulations, By-laws or requirements of any such local or other authority which may be
applicable to the Works and shall keep the Employer indemnified against all penalties and
liabilities of every kind for breach of any such Statutes, Ordinances, Laws, Regulations, Bylaws or requirements.
27. FOSSILS, ETC.
All fossils, coins, articles of value or antiquity and structures and other remains or things of
geological or archaeological interest discovered on the Site of the Works shall as between the
Employer and the Contractor be deemed to be the absolute property of the Employer and the
Contractor shall take reasonable precautions to
prevent his workmen or any other persons from removing or damaging any such article or
thing and shall immediately upon discovery thereof and before removal acquaint the
Employer of such discovery and carry out at the expense of the Employer the Engineer's
197
orders as to the disposal of the same.
28. COPYRIGHT, PATENT AND OTHER PROPRIETARY RIGHTS, AND
ROYALTIES
a) The Contractor shall hold harmless and fully indemnify the Employer from and against all
claims and proceedings for or on account of infringement of any patent rights, design
trademark or name or other protected rights in respect of any Plant, equipment, machine,
work or material used for or in connection with the Works or Temporary Works and from
and against all claims, demands proceedings, damages, costs, charges and expenses
whatsoever in respect thereof or in relation thereto, except where such infringement results
from compliance with the design or Specification provided by the Engineer.
b) Except where otherwise specified, the Contractor shall pay all tonnage and other royalties,
rent and other payments or compensation, if any, for getting stone, sand, gravel, clay or other
materials required for the Works or Temporary Works.
29. INTERFERENCE WITH TRAFFIC AND ADJOINING PROPERTIES
All operations necessary for the execution of the Works and for the Construction of any
Temporary Works shall, so far as compliance with the requirements of the Contract permits,
be carried on so as not to interfere unnecessarily or improperly with the public convenience,
or the access to, use and occupation of, public or private roads and footpaths to or of
properties whether in the possession of the Employer or of any other person. The Contractor
shall hold harmless and indemnify the Employer in respect of all claims, demands,
proceedings, damages, costs, charges and expenses whatsoever arising out of or in relation to
any such matters in so far as the Contractor is responsible therefor.
30. EXTRAORDINARY TRAFFIC AND SPECIAL LOADS
a) The Contractor shall use every reasonable means to prevent any of the roads or bridges
communicating with or on the routes to the Site from being damaged by any traffic of the
Contractor or any of his sub-contractors and, in particular, shall select routes, choose and use
vehicles and restrict and distribute loads so that any such extraordinary traffic as will
inevitably arise from the moving of plant and material from and to the Site shall be limited as
far as reasonably possible and so that no unnecessary damage may be occasioned to such
roads and bridges.
b) Should it be found necessary for the Contractor to move any load of Constructional Plant,
machinery, preconstructed units or parts of units of work, or other thing, over part of a road
or bridge, the moving whereof is likely to damage any such road or bridge unless special
protection or strengthening is carried out, then the Contractor shall before moving the load on
to such road or bridge, save insofar as the Contract otherwise provide, be responsible for and
shall pay for the cost of strengthening any such bridge or altering or improving any such road
to avoid such damage, and the Contractor shall indemnify and keep the Employer
indemnified against all claims for damage to any such road or bridge caused by such
198
movement, including such claim as may be made directly against the Employer, and shall
negotiate and pay all claims arising solely out of such damage.
31. OPPORTUNITIES FOR OTHER CONTRACTORS
The Contractor shall in accordance with the requirements of the Engineer afford all
reasonable opportunities for carrying out their work to any other contractors employed by the
Employer and their workmen and to the workmen of the Employer and of any other duly
constituted authorities who may be employed in the execution on or near the Site of any work
not included in the Contract or of any contract which the Employer may enter into in
connection with or ancillary to the Works. If work by other contractors of the Employer as
above-mentioned involves the Contractor in any direct expenses as a result of using his Site
facilities, the Employer shall consider payment to the Contractor of such sum or sums as may
be recommended by the Engineer.
32. CONTRACTOR TO KEEP SITE CLEAN
During the progress of the Works, the Contractor shall keep the Site reasonably free from all
unnecessary obstruction and shall store or dispose of any Constructional Plant and surplus
materials and clear away and remove from the Site any wreckage, rubbish or Temporary
Works no longer required.
33. CLEARANCE OF SITE ON SUBSTANTIAL COMPLETION
On the substantial completion of the Works, the Contractor shall clear away and remove
from the Site all Constructional Plant surplus materials, rubbish and Temporary Works of
every kind and leave the whole of the Site and Works clean and in a workmanlike condition
to the satisfaction of the Engineer.
34. LABOUR
34.1
Engagement of Labour
The Contractor shall make his own arrangements for the engagement of all labour local or
otherwise.
34.2
Supply of Water
The Contractor shall provide on the Site to the satisfaction of the Engineer an adequate
supply of drinking and other water for the use of the Contractor's staff and work people.
34.3
Alcoholic Drinks or Drugs
The Contractor shall comply with Government laws and regulations and orders in force as
199
regards the import, sale, barter or disposal of alcoholic drinks or narcotics and he shall not
allow or facilitate such importation, sale, gift, barter or disposal by his sub-contractors,
agents or employees.
34.4
Arms and Ammunition
The restrictions specified in clause 34.3 above shall include all kinds of arms and
ammunition.
34.5
Holiday and Religious Customs
The Contractor shall in all dealings with labour in his employ have due regard to all holiday,
recognized festivals and religious or other customs.
34.6
Epidemics
In the event of any outbreak of illness of an epidemic nature the Contractor shall comply with
and carry out such regulations, orders, and requirements as may be made by the Government
or the local medical or sanitary authorities for the purpose of dealing with and overcoming
the same.
34.7
Disorderly Conduct, etc.
The Contractor shall at all times take all reasonable precautions to prevent any unlawful
riotous or disorderly conduct by or amongst his employees and for the preservation of peace
and the protection of persons and property in the neighborhood of the Works against the
same.
34.8
Observance by Sub-Contractors
The Contractor shall be considered responsible for the observance of the above provisions by
his Sub-Contractors.
34.9
Legislation applicable to Labour
The Contractor shall abide by all applicable legislation and regulation with regard to labour.
35 RETURNS OF LABOUR, PLANT, ETC.
The Contractor shall, if required by the Engineer, deliver to the Engineer at his office, a
return in detail in the form and at such intervals as the Engineer may prescribe showing the
supervisory staff and the numbers of the several classes of labour from time to time
employed by the Contractor on the Site and such information respecting Constructional plant
200
as the Engineer may require.
36 MATERIALS, WORKMANSHIP AND TESTING
36.1
Materials and Workmanship
a) All materials and workmanship shall be of the respective kinds described in the Contract and
in accordance with the Engineer's instructions and shall be subjected from time to time to
such tests as the Engineer may direct at the place of manufacture or fabrication, or on the Site
or at all or any of such places. The Contractor shall provide such assistance, instruments,
machines, labour and materials as are normally required for examining, measuring and
testing any work and the quality, weight or quantity of any materials used and shall supply
samples of materials before incorporation in the Works for testing as may be selected and
required by the Engineer. All testing equipment and instruments provided by the Contractor
shall be used only by the Engineer or by the Contractor in accordance with the instructions of
the Engineer.
b) No material not conforming with the Specifications in the Contract may be used for the
Works without prior written approval of the Employer and instruction of the Engineer,
provided always that if the use of such material results or may result in increasing the
Contract Price, the procedure in Clause 48 shall apply.
36.2
Cost of Samples
All samples shall be supplied by the Contractor at his own cost unless the supply thereof is
clearly intended in the Specifications or Bill of Quantities to be at the cost of the Employer.
Payment will not be made for samples which do not comply with the Specifications.
36.3
Cost of Tests
The Contractor shall bear the costs of any of the following tests:
a) Those clearly intended by or provided for in the Contract Documents.
b) Those involving load testing or tests to ensure that the design of the whole of the Works or
any part of the Works is appropriate for the purpose which it was intended to fulfill.
37 ACCESS TO SITE
The Employer and the Engineer and any persons authorized by either of them shall, at all
times, have access to the Works and to the Site and to all workshops and places where work
is being prepared or whence materials, manufactured articles or machinery are being
obtained for the Works and the Contractor shall afford every facility for and every assistance
in or in obtaining the right to such access.
201
38 EXAMINATION OF WORK BEFORE COVERING UP
No work shall be covered up or put out of view without the approval of the Engineer and the
Contractor shall afford full opportunity for the Engineer to examine and measure any work
which is about to be covered up or put out of view and to examine foundations before
permanent work is placed thereon. The Contractor shall give due notice to the Engineer
whenever any such work or foundations is or are ready or about to be ready for examination
and the Engineer shall without unreasonable delay unless he considers it unnecessary and
advises the Contractor accordingly attend for the purpose of examining and measuring such
work or of examining such foundations.
39 REMOVAL OF IMPROPER WORK AND MATERIALS
39.1
Engineer's power to order removal
The Engineer shall during the progress of the Works have power to order in writing from
time to time, and the Contractor shall execute at his cost and expense, the following
operations:
a) The removal from the Site within such time or times as may be specified in the order of any
materials which in the opinion of the Engineer are not in accordance with the Contract;
b) The substitution of proper and suitable materials; and
c) The removal and proper re-execution (notwithstanding any previous test thereof or interim
payment therefore) of any work which in respect of materials or workmanship is not in the
opinion of the Engineer in accordance with the Contract.
39.2
Default of Contractor in carrying out Engineer's Instructions
In case of default on the part of the Contractor in carrying out an instruction of the Engineer,
the Employer shall be entitled to employ and pay other persons to carry out the same and all
expenses consequent thereon or incidental thereto shall be borne by the Contractor and shall
be recoverable from him by the Employer and may be deducted by the Employer from any
monies due or which may become due to the Contractor.
40 SUSPENSION OF WORK
The Contractor shall on the written order of the Engineer suspend the progress of the Works
or any part thereof for such time or times and in such manner as the Engineer may consider
necessary and shall, during such suspension, properly protect and secure the Works so far as
it is necessary in the opinion of the Engineer. The Employer should be notified and his
written approval should be sought for any suspension of work in excess of three (3) days.
202
41 POSSESSION OF SITE
41.1
Access to Site
The Employer shall with the Engineer's written order to commence the Works, give to the
Contractor possession of so much of the Site as may be required to enable the Contractor to
commence and proceed with the construction of the Works in accordance with the
Programme referred to in Clause 13 hereof and otherwise in accordance with such reasonable
proposals of the Contractor as he shall make to the Engineer by notice in writing, and shall
from time to time as the Works proceed give to the Contractor possession of such further
portions of the Site as may be required to enable the Contractor to proceed with the
construction of the Works with due dispatch in accordance with the said Programme or
proposals, as the case may be.
41.2
Wayleaves, etc.
The Contractor shall bear all expenses and charges for special temporary wayleaves required
by him in connection with access to the Site. The Contractor shall also provide at his own
cost any additional accommodation outside the Site required by him for the purpose of the
Works.
41.3
Limits of the Site
Except as defined below, the limits of the Site shall be as defined in the Contract. Should the
Contractor require land beyond the Site, he shall provide it entirely at his own expense and
before taking possession shall supply the Engineer with a copy of the necessary permits.
Access to the Site is available where the Site adjoins a public road but it is not provided
unless shown on the Drawings. When necessary for the safety and convenience of workmen,
public or livestock or for the protection of the Works, the Contractor shall, at his own
expense, provide adequate temporary fencing to the whole or part of the Site. The Contractor
shall not disturb, damage or pull down any hedge, tree or building within the Site without the
written consent of the Engineer.
42 TIME FOR COMPLETION
a) Subject to any requirement in the Contract as to completion of any section of the Works
before completion of the whole, the whole of the Works shall be completed, in accordance
with the provisions of Clause 46 and 47 hereof, within the time stated in the Contract.
b) The completion time includes weekly rest days, official holidays, and days of inclement
weather.
43 EXTENSION OF TIME FOR COMPLETION
If, subject to the provisions of the Contract, the Engineer orders alterations or additions in the
203
Works in accordance with Clause 48 hereof, or if circumstances constituting force majeure as
defined in the Contract have occurred, the Contractor shall be entitled to apply for an
extension of the time for completion of the Works specified in the Contract. The Employer
shall, upon such application, determine the period of any such extension of time; provided
that in the case of alterations or additions in the Works, the application for such an extension
must be made before the alterations or additions in the Works are undertaken by the
Contractor.
44 RATE OF PROGRESS
The whole of the materials, plant and labour to be provided by the Contractor and the mode,
manner and speed of execution and completion of the Works are to be of a kind and
conducted in a manner to the satisfaction of the Engineer. Should the rate of progress of the
Works or any part thereof be at any time in the opinion of the
Engineer too slow to ensure the completion of the Works by the prescribed time or extended
time for completion, the Engineer shall so notify the Contractor in writing and the Contractor
shall thereupon take such steps as the Contractor may think necessary and the Engineer may
approve to expedite progress so as to complete the Works by the prescribed time or extended
time for completion. If the work is not being carried on by day and by night and the
Contractor shall request permission to work by night as well as by day, then, if the Engineer
shall grant such permission, the Contractor shall not be entitled to any additional payment.
All work at night shall be carried out without unreasonable noise and disturbance. The
contractor shall indemnify the Employer from and against any claims or liability for damages
on account of noise or other disturbance created while or in carrying out the work and from
and against all claims, demands, proceedings, costs and expenses whatsoever in regard or in
relation to such noise or other disturbance. The Contractor shall submit in triplicate to the
Engineer at the end of each month signed copies of explanatory Drawings or any other
material showing the progress of the Works.
45 LIQUIDATED DAMAGES FOR DELAY
a) If the Contractor shall fail to complete the Works within the time for completion prescribed
in the Contract, or any extended time for completion in accordance with the Contract, then
the Contractor shall pay to the Employer the sum specified in the Contract as liquidated
damages, for the delay between the time prescribed in the Contract or the extended time for
completion, as the case may be, and the date of substantial completion of the Works as stated
in the Certificate of Substantial Completion, subject to the applicable limit stated in the
Contract. 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 ascertained. The Employer may, without prejudice to any other method of
recovery, deduct the amount of such liquidated damages from any monies in its hands due or
which may become due to the Contractor. The payment or deduction of such damages shall
not relieve the Contractor from his obligation to complete the Works or from any other of his
obligations and liabilities under the Contract.
204
b) If, before the time for completion of the whole of the Works or of a Section of the Works, a
Certificate of Substantial Completion has been issued for any part or Section of the Works,
the liquidated damages for delay in completion of the remainder of the Works or of that
Section may, for any period of delay after the date stated in such Certificate of Substantial
Completion, and in the absence of alternative provisions in the Contract, be reduced in the
proportion which the value of the part or Section so certified bears to the total value of the
whole of the Works or Section, as applicable. The provisions of this Sub-Clause shall only
apply to the rate of liquidated damages and shall not affect the limit thereof.
46 CERTIFICATE OF SUBSTANTIAL COMPLETION
46.1
Substantial Completion of the Works
When the whole of the Works have been substantially completed and have satisfactorily
passed any test on completion prescribed by the Contract, the Contractor may give a notice to
that effect to the Engineer accompanied by an undertaking to finish any outstanding work
during the Defects Liability Period. Such notice and undertaking shall be in writing and shall
be deemed to be a request by the Contractor, for the Engineer to issue a Certificate of
Substantial Completion in respect of the Works. The Engineer shall, within twenty-one (21)
days of the date of delivery of such notice either issue to the Contractor, with a copy to the
Employer, a Certificate of Substantial Completion stating the date on which, in his opinion,
the Works were substantially completed in accordance with the Contract or give instructions
in writing to the Contractor specifying all the work which, in the Engineer's opinion, requires
to be done by the Contractor before the issuance of such Certificate. The Engineer shall also
notify the Contractor of any defects in the Works affecting substantial completion that may
appear after such instructions and before completion of the work specified therein. The
Contractor shall be entitled to receive such Certificate of Substantial Completion within
twenty-one (21) days of completion, to the satisfaction of the Engineer, of the work so
specified and making good any defect so notified. Upon issuance of the Certificate of
Substantial Completion of the Works, the Contractor shall be deemed to have undertaken to
complete with due expedition any outstanding work during the Defects Liability Period.
46.2
Substantial Completion of Sections or Parts of the Works
In accordance with the procedure in Sub-Clause (1) of this Clause and on the same
conditions as provided therein, the Contractor may request the Engineer to issue, and the
Engineer may issue, a Certificate of Substantial Completion in respect of any Section or part
of the Works which has been substantially completed and has satisfactorily passed any tests
on completion prescribed by the Contract, if:
a) a separate time for completion is provided in the Contract in respect of such Section or part
of the Works;
b) such Section or part of the Works has been completed to the satisfaction of the Engineer and
is required by the Employer for his occupation or use.
205
Upon the issuance of such Certificate, the Contractor shall be deemed to have undertaken to
complete any outstanding work during the Defects Liability Period.
47 DEFECTS LIABILITY
47.1
Defects Liability Period
The expression "Defects Liability Period" shall mean the period of twelve (12) months,
calculated from the date of completion of the Works stated in the Certificate of Substantial
Completion issued by the Engineer or, in respect of any Section or part of the Works for
which a separate Certificate of Substantial Completion has been issued, from the date of
completion of that Section or part as stated in the relevant Certificate. The expression "the
Works" shall, in respect of the Defects Liability Period, be construed accordingly.
47.2
Completion of Outstanding Work and Remedying of Defects
During the Defects Liability Period, the Contractor shall finish the work, if any, outstanding
at the date of the Certificate of Substantial Completion, and shall execute all such work of
repair, amendment, reconstruction, rectification and making good defects, imperfections,
shrinkages or other faults as may be required of the Contractor in writing by the Engineer
during the Defects Liability Period and within fourteen (14) days after its expiration, as a
result of an inspection made by or on behalf of the Engineer prior to expiration of the Defects
Liability Period.
47.3
Cost of Execution of Work of Repair, etc.
All such outstanding work shall be carried out by the Contractor at his own expense if the
necessity thereof shall, in the opinion of the Engineer, be due to the use of material or
workmanship not in accordance with the Contract, or to neglect or failure on the part of the
Contractor to comply with any obligation expressed or implied, on the Contractor's part
under the Contract.
47.4
Remedy on Contractor's Failure to Carry Out Work Required
If the Contractor shall fail to do any such work outstanding on the Works, the Employer shall
be entitled to employ and pay other persons to carry out the same, and all expenses
consequent thereon or incidental thereto shall be recoverable from the Contractor by the
Employer, and may be deducted by the Employer from any monies due or which may
become due to the Contractor.
47.5
Certificate of Final Completion
Upon satisfactory completion of the work outstanding on the Works, the Engineer shall
within twenty eight (28) days of the expiration of the Defects Liability period issue a
Certificate of Final Completion to the Contractor. The Contract shall be deemed to be
206
completed upon issuance of such Certificate, provided that the provisions of the Contract
which remain unperformed and the Settlement of Disputes provision in the Contract shall
remain in force for as long as is necessary to dispose of any outstanding matters or issues
between the Parties.
48 ALTERATIONS, ADDITIONS AND OMISSIONS
1
VARIATIONS
The Engineer may within his powers introduce any variations to the form, type or quality of
the Works or any part thereof which he considers necessary and for that purpose or if for any
other reasons it shall, in his opinion be desirable, he shall have power to order the Contractor
to do and the Contractor shall do any of the following:
(a) increase or decrease the quantity of any work under the Contract;
(b) omit any such work;
(c) change the character or quality or kind of any such work;
(d) change the levels, lines, positions and dimensions of any part of the Works;
(e) execute additional work of any kind necessary for the completion of the Works, and no such
variation shall in any way vitiate or invalidate the Contract.
2
Variations Increasing Cost of Contract or altering the Works.
The Engineer shall, however, obtain the written approval of the Employer before giving any
order for any variations which may result in an increase of the Contract Price or in an
essential alteration of the quantity, quality or character of the Works.
3 ORDERS FOR VARIATIONS TO BE IN WRITING
No variations shall be made by the Contractor without an order in writing from the Engineer.
Variations requiring the written approval of the Employer under paragraph (2) of this Clause
shall be made by the Contractor only upon written order from the Engineer accompanied by a
copy of the Employer's approval. Provided that, subject to the provisions of the Contract, no
order in writing shall be required for any increase or decrease in the quantity of any work
where such increase or decrease is not the result of an order given under this Clause but is the
result of the quantities exceeding or being less than those stated in the Bill of Quantities.
4 VALUATION OF VARIATIONS
The Engineer shall estimate to the Employer the amount to be added or deducted from the
207
Contract Price in respect of any variation, addition or omission. In the case of any variation,
addition or omission which may result in an increase of the Contract Price, the Engineer shall
communicate such estimate to the Employer together with his request for the Employer's
written approval of such variation, addition or omission. The value of any variation, addition
or omission shall be calculated on the basis of the unit prices contained in the Bill of
Quantities.
49 PLANT, TEMPORARY WORKS AND MATERIALS
1 PLANT, ETC., EXCLUSIVE USE FOR THE WORKS
All Constructional Plant, Temporary Works and Materials provided by the Contractor shall,
when brought on the Site, be deemed to be exclusively intended for the construction and
completion of the Works and the Contractor shall not remove the same or any part thereof
(save for the purpose of moving it from one part of the Site to another) without the consent in
writing of the Engineer which shall not be unreasonably withheld.
2
Removal of Plant, etc.
Upon completion of the Works the Contractor shall remove from the Site all the said
Constructional Plant and Temporary Works remaining thereon and any unused materials
provided by the Contractor.
3 EMPLOYER NOT LIABLE FOR DAMAGE TO PLANT
The Employer shall not be at any time liable for the loss of any of the said Constructional
plant, Temporary Works or Materials save if such loss results from the act or neglect of the
Employer, its employees or agents.
4 OWNERSHIP OF PAID MATERIAL AND WORK
All material and work covered by payments made by the Employer to the Contractor shall
thereupon become the sole property of the Employer, but this provision shall not be
construed as relieving the Contractor from the sole responsibility for all material and work
upon which payments have been made or the restoration of any damaged work or as waiving
the right of the Employer to require the fulfillment of all of the terms of the Contract.
5 EQUIPMENT AND SUPPLIES FURNISHED BY EMPLOYER
Title to any equipment and supplies which may be furnished by the Employer shall rest with
the Employer and any such equipment and supplies shall be returned to the Employer at the
conclusion of the Contract or when no longer needed by the Contractor. Such equipment
when returned to the Employer, shall be in the same condition as when delivered to the
Contractor, subject to normal wear and tear.
208
50 APPROVAL OF MATERIALS ETC., NOT IMPLIED
The operation of Clause 49 hereof shall not be deemed to imply any approval by the
Engineer of the materials or other matters referred to therein nor shall it prevent the rejection
of any such materials at any time by the Engineer.
51 MEASUREMENT OF WORKS
The Engineer shall, when he requires any part or parts of the Works to be measured, give
notice to the Contractor or the Contractor's authorized agent or representative who shall
forthwith attend or send a qualified agent to assist the Engineer in making such measurement
and shall furnish all particulars required by either of them. Should the Contractor not attend
or neglect or omit to send such agent, then the measurement made by the Engineer or
approved by him shall be taken to be the correct measurement of the work. The purpose of
measuring is to ascertain the volume of work executed by the Contractor and therefore
determine the amount of the monthly payments.
52 LIABILITY OF THE PARTIES
1
The Works shall not be considered as completed until a Certificate of Final Completion shall
have been signed by the Engineer and delivered to the Employer stating that the Works have
been completed and that the Contractor has fulfilled all his obligations under Clause 47 to his
satisfaction.
2
The Employer shall not be liable to the Contractor for any matter arising out of or in
connection with the Contract or the execution of the Works unless the Contractor shall have
made a claim in writing in respect thereof before the giving of the Certificate of Final
Completion and in accordance with the Contract.
3 UNFULFILLED OBLIGATIONS
Notwithstanding the issue of the Certificate of Final Completion, the Contractor shall remain
liable for the fulfillment of any obligation incurred under the provisions of the Contract prior
to the issuance of the Certificate of Final Completion and which remains unperformed at the
time such Certificate is issued. For the purpose of determining the nature and extent of any
such obligation the Contract shall be deemed to remain in force between the parties hereto.
4 CONTRACTOR RESPONSIBLE
Notwithstanding any other provisions in the Contract documents, the Contractor shall be
totally responsible for and shall bear any and all risks of loss or damage to or failure of the
209
Works or any part thereof for a period of ten years after issuance of the Certificate of Final
Completion, provided always that such risks, damage or failure result from acts, defaults and
negligence of the Contractor, his agents, employees or workmen and such contractors.
53 AUTHORITIES
1
The Employer shall have the right to enter upon the Site and expel the Contractor therefrom
without thereby voiding the Contract or releasing the Contractor from any of his obligations
or liabilities under the Contract or affecting the rights and powers conferred on the Employer
and the Engineer by the Contract in any of the following cases:
(a) If the Contractor is declared bankrupt or claims bankruptcy or court protection against his
creditors or if the Contractor is a company or member of a company which was dissolved by
legal action;
(b) If the Contractor makes arrangements with his creditors or agrees to carry out the Contract
under an inspection committee of his creditors;
(c) If the Contractor withdraws from the Works or assigns the Contract to others in whole or in
part without the Employer's prior written approval;
(d) If the Contractor fails to commence the Works or shows insufficient progress to the extent
which in the opinion of the Engineer will not enable him to meet the target completion date
of the Works;
(e) If the Contractor suspends the progress of the Works without due cause for fifteen (15) days
after receiving from the Engineer written notice to proceed;
(f) If the Contractor fails to comply with any of the Contract conditions or fails to fulfill his
obligations and does not remedy the cause of his failure within fifteen (15) days after being
notified to do so in writing;
(g) If the Contractor is not executing the work in accordance with standards of workmanship
specified in the Contract;
(h) If the Contractor gives or promises to give a present or loan or reward to any employee of the
Employer or of the Engineer.
Then the Employer may himself complete the Works or may employ any other contractor to
complete the Works and the Employer or such other contractor may use for such completion
so much of Constructional Plant, Temporary Works and Materials, which have been deemed
to be reserved exclusively for the construction and completion of the Works under the
provision of the Contract as he or they may think proper and the Employer may at any time
sell any of the said Constructional Plant, Temporary Works and unused materials and apply
the proceeds of sale in or towards the satisfaction of any sums due or which may become due
210
to him from the Contractor under the Contract.
2 EVALUATION AFTER RE-ENTRY
The Engineer shall as soon as may be practicable after any such entry and expulsion by the
Employer notify the Contractor to attend the necessary evaluation of the Works. In the event
that for any reason the Contractor does not attend such evaluation the Engineer shall
undertake the said evaluation in the absence of the Contractor and shall issue a certificate
stating the sum, if any, due to the Contractor for work done in accordance with the Contract
up to the time of entry and expulsion by the Employer which has been reasonably
accumulated to the Contractor in respect of the Works he has executed in such case in
accordance with the Contract. The Engineer shall indicate the value of the materials whether
unused or partially used and the value of construction equipment and any part of the
Temporary Works.
3 PAYMENT AFTER RE-ENTRY
If the Employer shall enter and expel the Contractor under this Clause he shall not be liable
to pay the Contractor any money on account of the Contract until the expiration of the
Defects Liability Period, and thereafter until the costs of completion and making good any
defects of the Works, damages for delay in completion (if any), and all other expenses
incurred by the Employer have been ascertained and their amount certified by the Engineer.
The Contractor shall then be entitled to receive only such sum or sums (if any) as the
Engineer may certify would have been due to him upon due completion by him after
deducting the said amount. But if such amount shall exceed the sum which would have been
payable to the Contractor on due completion by him,, then the Contractor shall upon demand
pay to the Employer the amount of such excess. The Employer in such case may recover this
amount from any money due to the Contractor from the Employer without the need to resort
to legal procedures.
54 URGENT REPAIRS
If by reason of any accident or failure or other event occurring to, in or in connection with
the Works or any part thereof either during the execution of the Works or during the Defects
Liability Period any remedial or other work or repair shall in the opinion of the Engineer be
urgently necessary for security and the Contractor is unable or unwilling at once to do such
work or repair, the Employer may by his own or other workmen do such work or repair as
the Engineer may consider necessary. If the work or repair so done by the Employer is work
which in the opinion of the Engineer the Contractor was liable to do at his own expense
under the Contract, all costs and charges properly incurred by the Employer in so doing shall
on demand be paid by the Contractor to the Employer or may be deducted by the Employer
from any monies due or which may become due to the Contractor provided always that the
Engineer shall as soon after the occurrence of any such emergency as may be reasonably
practicable notify the Contractor thereof in writing.
211
55 INCREASE AND DECREASE OF COSTS
Except if otherwise provided by the Contract, no adjustment of the Contract Price shall be
made in respect of fluctuations of market, prices of labour, materials, plant or equipment,
neither due to fluctuation in interest rates nor devaluation or any other matters affecting the
Works.
56 TAXATION
The Contractor shall be responsible for the payment of all charges and taxes in respect of
income including value added tax, all in accordance with and subject to the provisions of the
income tax laws and regulations in force and all amendments thereto. It is the Contractor's
responsibility to make all the necessary inquiries in this respect and he shall be deemed to
have satisfied himself regarding the application of all relevant tax laws.
57 BLASTING
The Contractor shall not use any explosives without the written permission of the Engineer
who shall require that the Contractor has complied in full with the regulations in force
regarding the use of explosives. However, the Contractor, before applying to obtain these
explosives, has to provide well arranged storage facilities. The Engineer's approval or refusal
to permit the use of explosives shall not constitute ground for claims by the Contractor.
58 MACHINERY
The Contractor shall be responsible for coordinating the manufacture, delivery, erection and
commissioning of plant machinery and equipment which are to form a part of the Works. He
shall place all necessary orders as soon as possible after the signing of the Contract. These
orders and their acceptance shall be produced to the Engineer on request. The Contractor
shall also be responsible for ensuring that all sub-contractors adhere to such programs as are
agreed and are needed to ensure completion of the Works within the period for completion.
Should any sub-contracted works be delayed, the Contractor shall initiate the necessary
action to speed up such completion. This shall not prejudice the Employer's right to exercise
his remedies for delay in accordance with the Contract.
59 TEMPORARY WORKS AND REINSTATEMENT
The Contractor shall provide and maintain all temporary roads and tracks necessary for
movement of plant and materials and clear same away at completion and make good all
212
works damaged or disturbed. The Contractor shall submit drawings and full particulars of all
Temporary Works to the Engineer before commencing same. The Engineer may require
modifications to be made if he considers them to be insufficient and the Contractor shall give
effect to such modifications but shall not be relieved of his responsibilities. The Contractor
shall provide and maintain weather-proof sheds for storage of material pertinent to the Works
both for his own use and for the use of the Employer and clear same away at the completion
of the Works. The Contractor shall divert as required, at his own cost and subject to the
approval of the Engineer, all public utilities encountered during the progress of the Works,
except those specially indicated on the drawings as being included in the Contract. Where
diversions of services are not required in connection with the Works, the Contractor shall
uphold, maintain and keep the same in working order in existing locations. The Contractor
shall make good, at his own expense, all damage to telephone, telegraph and electric cable or
wires, sewers, water or other pipes and other services, except where the Public Authority or
Private Party owning or responsible for the same elects to make good the damage. The costs
incurred in so doing shall be paid by the Contractor to the Public Authority or Private Party
on demand.
60 PHOTOGRAPHS AND ADVERTISING
The Contractor shall not publish any photographs of the Works or allow the Works to be
used in any form of advertising whatsoever without the prior approval in writing from the
Employer.
61 PREVENTION OF CORRUPTION
The Employer shall be entitled to cancel the Contract and to recover from the Contractor the
amount of any loss resulting from such cancellation, if the Contractor has offered or given
any person any gift or consideration of any kind as an inducement or reward for doing or
intending to do any action in relation to the obtaining or the execution of the Contract or any
other contract with the Employer or for showing or intending to show favour or disfavour to
any person in relation to the Contract or any other contract with the Employer, if the like acts
shall have been done by any persons employed by him or acting on his behalf whether with
or without the knowledge of the Contractor in relation to this or any other Contract with the
Employer.
62 DATE FALLING ON HOLIDAY
Where under the terms of the Contract any act is to be done or any period is to expire upon a
certain day and that day or that period fall on a day of rest or recognized holiday, the
Contract shall have effect as if the act were to be done or the period to expire upon the
working day following such day.
213
63 NOTICES
1
2
3
4
Unless otherwise expressly specified, any notice, consent, approval, certificate or
determination by any person for which provision is made in the Contract Documents shall be
in writing. Any such notice, consent, approval, certificate or determination to be given or
made by the Employer, the Contractor or the Engineer shall not be
unreasonably withheld or delayed.
Any notice, certificate or instruction to be given to the Contractor by the Engineer or the
Employer under the terms of the Contract shall be sent by post, cable, telex or facsimile at
the Contractor's principal place of business specified in the Contract or such other address as
the Contractor shall nominate in writing for that purpose, or by
delivering the same at the said address against an authorized signature certifying the receipt.
5
Any notice to be given to the Employer under the terms of the Contract shall be sent by post,
cable, telex or facsimile at the Employer's address specified in the Contract, or by delivering
the same at the said address against an authorized signature certifying the receipt.
6
Any notice to be given to the Engineer under the terms of this Contract shall be sent by post,
cable, telex or facsimile at the Engineer's address specified in the Contract, or by delivering
the same at the said address against an authorized signature certifying the receipt.
64 LANGUAGE, WEIGHTS AND MEASURES
Except as may be otherwise specified in the Contract, English shall be used by the Contractor
in all written communications to the Employer or the Engineer with respect to the services to
be rendered and with respect to all documents procured or prepared by the Contractor
pertaining to the Works. The metric system of weights and measures shall be used in all
instances.
65 RECORDS, ACCOUNTS, INFORMATION AND AUDIT
The Contractor shall maintain accurate and systematic records and accounts in respect of the
work performed under this Contract.
The Contractor shall furnish, compile or make available at all times to the UNDP any records
or information, oral or written, which the UNDP may reasonably request in respect of the
Works or the Contractor's performance thereof.
The Contractor shall allow the UNDP or its authorized agents to inspect and audit such
records or information upon reasonable notice.
214
66 FORCE MAJEURE
Force majeure as used herein means Acts of God, war (whether declared or not), invasion,
revolution, insurrection or other acts or events of a similar nature or force.
In the event of and as soon as possible after the occurrence of any cause constituting force
majeure, the Contractor shall give notice and full particulars in writing to the UNDP and to
the Engineer of such force majeure if the Contractor is thereby rendered unable, wholly or in
part, to perform its obligations and meet its responsibilities under this Contract. Subject to
acceptance by the UNDP of the existence of such force majeure, which acceptance shall not
be unreasonably withheld, the following provisions shall apply:
(a) The obligations and responsibilities of the Contractor under this Contract shall be suspended
to the extent of his inability to perform them and for as long as such inability continues.
During such suspension and in respect of work suspended, the Contractor shall be reimbursed
by the UNDP substantiated costs of maintenance of the Contractor's equipment and of per
diem of the Contractor's permanent personnel rendered idle by such suspension;
(b) The Contractor shall within fifteen (15) days of the notice to the UNDP of the occurrence of
the force majeure submit a statement to the UNDP of estimated costs referred to in subparagraph (a) above during the period of suspension followed by a complete statement of
actual expenditures within thirty (30) days after the end of the
(c) suspension;
(d) The term of this Contract shall be extended for a period equal to the period of suspension
taking however into account any special condition which may cause the additional time for
completion of the Works to be different from the period of suspension;
(e) If the Contractor is rendered permanently unable, wholly or in part, by reason of force
majeure, to perform his obligations and meet his responsibilities under the Contract, the
UNDP shall have the right to terminate the Contract on the same terms and conditions as
provided for in Clause 68 of these General Conditions, except that the period of notice shall
be seven (7) days instead of fourteen (14) days, and
(f) For the purpose of the preceding sub-paragraph, the UNDP may consider the Contractor
permanently unable to perform in case of any suspension period of more than ninety (90)
days.
67 SUSPENSION BY THE UNDP
The UNDP may by written notice to the Contractor suspend for a specified period, in whole
or in part, payments to the Contractor and/or the Contractor's obligation to continue to
perform the Works under this Contract, if in the UNDP' sole discretion:
215
(a) any conditions arise which interfere, or threaten to interfere with the successful execution of
the Works or the accomplishment of the purpose thereof, or
(b) the Contractor shall have failed, in whole or in part, to perform any of the terms and
conditions of this Contract.
After suspension under sub-paragraph (a) above, the Contractor shall be entitled to
reimbursement by the UNDP of such costs as shall have been duly incurred in accordance
with this Contract prior to the commencement of the period of such suspension.
The term of this Contract may be extended by the UNDP for a period equal to any period of
suspension, taking into account any special conditions which may cause the additional time
for completion of the Works to be different from the period of suspension.
68 TERMINATION BY THE UNDP
The UNDP may, notwithstanding any suspension under Clause 67 above, terminate this
Contract for cause or convenience in the interest of the UNDP upon not less than fourteen
(14) days written notice to the Contractor.
Upon termination of this Contract:
(a) The Contractor shall take immediate steps to terminate his performance of the Contract in a
prompt and orderly manner and to reduce losses and to keep further expenditures to a
minimum, and
(b) The Contractor shall be entitled (unless such termination has been occasioned by the
Contractor's breach of this Contract), to be paid for the part of the Works satisfactorily
completed and for the materials and equipment properly delivered to the Site as of the date of
termination for incorporation to the Works, plus substantiated costs resulting from
commitments entered into prior to the date of termination as well as any reasonable
substantiated direct costs incurred by the Contractor as a result of the termination, but shall
not be entitled to receive any other or further payment or damages.
69 TERMINATION BY THE CONTRACTOR
In the case of any alleged breach by the UNDP of the Contract or in any other situation
which the Contractor reasonably considers to entitle him to terminate his performance of the
Contract, the Contractor shall promptly give written notice to the UNDP detailing the nature
and the circumstances of the breach or other situation. Upon acknowledgement in writing by
the UNDP of the existence of such breach and the UNDP' inability to remedy it, or upon
failure of the UNDP to respond to such notice within twenty (20) days of receipt thereof, the
Contractor shall be entitled to terminate this Contract by giving 30 days written notice
thereof. In the event of disagreement between the Parties as to the existence of such breach
216
or other situation referred to above, the matter shall be resolved in accordance with Clause 71
of these General Conditions.
Upon termination of this Contract under this Clause the provisions of sub-paragraph (b) of
Clause 68 hereof shall apply.
70 RIGHTS AND REMEDIES OF THE UNDP
Nothing in or relating to this Contract shall be deemed to prejudice or constitute a waiver of
any other rights or remedies of the UNDP.
The UNDP shall not be liable for any consequences of, or claim based upon, any act or
omission on the part of the Government.
71 SETTLEMENT OF DISPUTES
In the case of any claim, controversy or dispute arising out of, or in connection with this Contract
or any breach thereof, the following procedure for resolution of such claim, controversy or
dispute shall apply.
1 NOTIFICATION
The aggrieved party shall immediately notify the other party in writing of the nature of the
alleged claim, controversy or dispute, not later than seven (7) days from awareness of the
existence thereof.
2 CONSULTATION
On receipt of the notification provided above, the representatives of the Parties shall start
consultations with a view to reaching an amicable resolution of the claim, controversy or
dispute without causing interruption of the Works.
3 CONCILIATION
Where the representatives of the Parties are unable to reach such an amicable settlement,
either party may request the submission of the matter to conciliation in accordance with the
UNCITRAL Rules of Conciliation then obtaining.
4 ARBITRATION
Any claim, controversy or dispute which is not settled as provided under clauses 71.1
through 3 above shall be referred to arbitration in accordance with the UNCITRAL
Arbitration Rules then obtaining. The Parties shall be bound by the arbitration award
217
rendered in accordance with such arbitration as the final adjudication of any such controversy
or claim.
72 PRIVILEGES AND IMMUNITIES
Nothing in or relating to this Contract shall be deemed a waiver of any of the privileges and
immunities of the United Nations of which the UNDP is an integral part.
73 SECURITY
The Contractor shall:
(a) put in place an appropriate security plan and maintain the security plan, taking into
account the security situation in the country where the services are being provided;
(b) assume all risks and liabilities related to the Contractor’s security, and the full
implementation of the security plan.
UNDP reserves the right to verify whether such a plan is in place, and to suggest modifications
to the plan when necessary. Failure to maintain and implement an appropriate security plan as
required hereunder shall be deemed a breach of this contract. Notwithstanding the foregoing,
the Contractor shall remain solely responsible for the security of its personnel and for UNDP’s
property in its custody as set forth in paragraph 4.1 above.
74 AUDIT AND INVESTIGATIONS
Each invoice paid by UNDP shall be subject to a post-payment audit by auditors, whether
internal or external, of UNDP or the authorized agents of the UNDP at any time during the
term of the Contract and for a period of three (3) years following the expiration or prior
termination of the Contract. The UNDP shall be entitled to a refund from the Contractor for
any amounts shown by such audits to have been paid by the UNDP other than in accordance
with the terms and conditions of the Contract. Should the audit determine that any funds paid
by UNDP have not been used as per contract clauses, the company shall reimburse such
funds forthwith. Where the company fails to reimburse such funds, UNDP reserves the right
to seek recovery and/or to take any other action as it deems necessary.
The Contractor acknowledges and agrees that, at anytime, UNDP may conduct
investigations relating to any aspect of the Contract, the obligations performed under the
Contract, and the operations of the Contractor generally. The right of UNDP to conduct an
investigation and the Contractor’s obligation to comply with such an investigation shall not
lapse upon expiration or prior termination of the Contract. The Contractor shall provide its
218
full and timely cooperation with any such inspections, post-payment audits or investigations.
Such cooperation shall include, but shall not be limited to, the Contractor’s obligation to
make available its personnel and any documentation for such purposes and to grant to UNDP
access to the Contractor’s premises. The Contractor shall require its agents, including, but
not limited to, the Contractor’s attorneys, accountants or other advisers, to reasonably
cooperate with any inspections, post-payment audits or investigations carried out by UNDP
hereunder.
75 ANTI-TERRORISM
The Contractor agrees to undertake all reasonable efforts to ensure that none of the UNDP
funds received under this Contract are used to provide support to individuals or entities
associated with terrorism and that the recipients of any amounts provided by UNDP
hereunder do not appear on the list maintained by the Security Council Committee
established pursuant to resolution 1267 (1999). The list can be accessed via
http://www.un.org/Docs/sc/committees/1267/1267ListEng.htm. This provision must be
included in all sub-contracts or sub-agreements entered into under this Contract.
219
Section 12- Projects and Drawings
Projects and drawings in each lot is provided in below links;
LOT 1: Rehabilitation of the Livestock Market in Selim District and Construction
of Livestock Market in Sarıkamış District of Kars Province
https://drive.google.com/open?id=0B6p0fbJgL1CbRVpMZm43SkhHVkk
LOT 2: Rehabilitation of the Livestock Market in Hanak District and Construction
of Livestock Market in Posof District of Ardahan Province
https://drive.google.com/open?id=0B6p0fbJgL1CbRGJzQ3ZFTFVhWjA
LOT 3: Construction of Livestock Market in Ardanuç District of Artvin province
https://drive.google.com/open?id=0B6p0fbJgL1CbUU5hcVBELXZvUEk
220

Benzer belgeler