· the requirement. 2. ... the complexes in sofia city comprise of dormitory section, school ......

1

Upload: doannhi

Post on 22-May-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

Annex A – CALENDAR OF ACTIVITIES

Launch of the RFP 08/04/2014 Closing date for submission of offers 22/04/2014 Site Visits 15,16,17/04/2014 Questions to be sent 18/04/2014 Interviews with the shortlisted bidders 24/04/2014

1111

TOR TERMS OF REFERENCE

For Rehabilitation and /or Reconstruction of part of buildings to be used for Commercial kitchen facilities in Vrajdebna-Sofia City, Voenna Rampa-Sofia City and Harmanly Town, Bulgaria.

Contents:

1

1. The Requirement 2. The Scope of Works. 2.1 Cost of Preparation and submitting a proposal 2.2 Modification of the RFP documents 2.3 Interpretation of RFP document 2.4 Language of the Solicitation 2.5 Proposal Pricing 2.6 Period of Proposal Validity 2.7 Submission of Price information 3. Bidders Profile 3.1 General 3.2 Experience and Expertise 3.3 References 3.4 Differentiations and Bidders Assets 4. Proposed Key personnel 4.1 Organization and Staffing 4.2 Curriculum Vitae for Proposed professional staff 5. RFP structure, Governance and Leadership 5.1 Governance & Project Management 5.2 RFP Leadership 5.3 Response Structure 6. Eligibility Requirements 6.1 Eligibility Criteria 7. Bid Assessment 7.1 Bid Analysis and scoring 8. Financial Proposal Submission form 9. Evaluation of Proposal 9.1 Selection and Evaluation of Proposals 9.2 Contacts between the Bidder and UNHCR 9.3 Termination of RFP procedures 10. Technical Evaluation 11. Financial Evaluation 11.1 Notification of award 11.2 Advance Payments 11.3 Payments 12. Anticipated duration of the contract 13. Audit right of UNHCR 14. Defect Liability 15. Summary of Bill of Quantities

2

16 Bill of Quantities Part A- Civil Works Part B- Electrical Works Part C- Sanitary,Water supply and Sewerage works Part D- HVAC Works 17. Drawings 18. Technical Specifications Part-A Civil Works Part-B Electrical Works Part-C Sanitary, Water supply and Sewerage works Part-D HVAC Works

3

1. The Requirement The present section provides a high level description of the terms of reference and the scope of work for service provision. These are fully detailed in the subsequent sections. 3 Scope of Work for Service Provision 2. The scope of works:

4

UNHCR OFFICE Bulgaria intends to rehabilitee of the former of part of existing buildings to be used for commercial kitchen facilities in Vrajdebna refugee camp in Sofia, Bulgaria; Voenna rampa refugee camp in Sofia, Bulgaria and Harmanly Refugee camp, Bulgaria. This includes all works described in detail in the attached Bill of Quantities (BOQ). The tender envisages Design And Build ConstructionContract for a part of the existing buildings. The complexes have been vacant before the current refugees’ influx. Presently approximately 1750 refugees have been accommodated in the three camps. The complexes in Sofia City comprise of dormitory section, school rooms, commercial kitchen section with associated store, dining hall, basement service rooms, sanitation facilities associated with the relevant activities. The complex in Harmanly Town the building is standing alone, is a former Military canteen, with completed cold shell only. The purpose of the rehabilitation, renovation of kitchen facilities and dining rooms is to satisfy the food preparation and food distribution for the accommodated refugees. The building structure visual inspection showed no signs of structural defects. The kitchen and the dining facilities are allocated in separate wing and are one story high. The kitchens have separate access from outside. The kitchens has not been in use for several years. All building systems function with unproved capacity. The rehabilitation is planned to be part of general renovation of the building. Vrajdebna Dormitory The approximate dimensions of the dining area are 24.0 m X 9.0 m. The dimension of the kitchen area is 16m x 8 m. The structural height is approximately 3. 30 m. The building structure is RC, constructed circa 1970’s. The floor finish of the dining and kitchen area is mosaic, which is generally in good condition. The existing steel framed windows are in good condition. The wooden doors shall be replaced. The partition walls are brick walls, plastered and painted with acrylic paint. The ceilings are plastered and painted with acrylic paint. The kitchen areas were properly planned for the ideal commercial kitchen. There are several rooms for washing of food items, dishes, and cutting of meats, fish, vegetables, preparation of foods and stores. As the kitchen areas are not functioning for the past several years, all the kitchen equipment is predominantly missing or damaged. And the existing water supply, sewerage, ventilation, electrical and heating systems are not working properly. There is no fire alarm system in place. All wares are condemned or missing. Voenna rampa Former College-Sofia City The kitchen space was not in use for several years. All building systems function with unproved capacity. The rehabilitation is planned to be part of the general renovation of the building. The approximate dimensions of the dining area are 19.0 m X 8.0 m. and the dimensions of the kitchen area are 20m x 10 m. The structural height is approximately 3. 4 m. The exiting floor finished with mosaic that is generally not in good condition, and the level of the floors is also different. The existing wooden window frames are not in good condition. The wooden doors shall be replaced. The partition walls are covered with wall tiles, in some places tiles are broken and require replacement. Existing water supply, sewerage, ventilation, electrical and heating systems are not working properly. There is no fire alarm system in place. All wares are condemned or missing. Harmanly Town-Former Military Canteen The building proposed for rehabilitation of kitchen and dining hall is one storied building with frame structure and masonry. The building has two different parts with a middle corridor. The partitions walls are made with bricks in particularly good condition. The windows are steel made, single glazed. The total floor area to be renovated is approximately 1050 Sqm. The kitchen areas are approximately 24X12 m and dining areas are 35X20 m .The structural height CFL-CCL is approximately 4.6 m.

5

Front part of the building proposed for rehabilitation of kitchen and dining that was also planned for that purpose. There are two dining halls and a separate commercial kitchen space within the building. The kitchen space is properly planned for the model commercial kitchen. There are several rooms for washing of food items, dishes, washing and cutting of meats, fishes, vegetables, preparation foods and stores. The building structure’s (column, beam, panel roof) visual inspection showed no signs of structural defects. The roof is constructed with RCC panel; on a top of this panel there is another part of roof that is constructed with wooden beams and CGI sheets to protect the RCC roof and to maintain the slop for rain water and snow fall. From eye judgment, RCC roof panels seem to be in a good condition but the additional roof is partially damaged and thus requires rehabilitation. The existing steel window frames are in good condition; need to be painted with enamel paint. All steel doors should be replaced. The steel windows and entrance doors are single glazed. The under floor utilities (sewage) is condemned and is proven blocked. There is temporary water and power supply to the building. The purpose of the rehabilitation, renovation of kitchen facilities and dining room is to establish adequate facilities for the food preparation and food distribution for the accommodated refugees. The architectural plan is included in the tender documents. The rehabilitation must not affect the main structural elements of the building. They bidder should submit other detailed calculation for all utility systems like water, sewage, electricity and HVAC etc., as there is no proper utility supply systems on that building functional. The bidder is expected to visit the site with UNHCR Engineer and access the present condition of the buildings and their systems and prepare a Technical and Financial proposal for total rehabilitation works for the commercial kitchen, dining hall(s) and storage areas. The pricing document (BoQ) included below is prepared only as a guidance document for bidders. All bidders are advised to satisfy themselves during the site visit that all possible items of work are included. The bidder is given an opportunity in the financial proposal form to include any additional items deemed necessary for proper completion of the works. UNHCR OFFICE in Sofia, Bulgaria invites proposals from construction companies, who have valid registration and relevant experience to perform the job maintaining high quality of work in a timely manner. Technical proposals will be evaluated as per the criteria given in the RFP. Financial proposals will be opened only after the submission of the Technical evaluation report. Construction Companies will be selected under Quality Cost Based Selection (QCBS) – Best Value (BV) approach. Proposals must be valid for a minimal period of sixty (60) days from the time and date of the submission of the proposal. 2.1 Costs of Preparing and submitting a proposal The Bidder shall bear all costs associated with the preparation and submission of Proposal and Contract negotiations. UNHCR Bulgaria will under no circumstances be responsible or liable for these costs, regardless of the outcome of the proposal process and reserves the right to annul the selection process at any time prior to subcontract award, without thereby incurring any liability to the Applicants. 2.2 Modifications to the RFP documents

6

UNHCR Bulgaria reserves the right to unilaterally issue modifications to the RFP. If issued, modifications will be timely provided to all bidders. The deadline for submission may be extended depending on the scope of a modification. Proposal validity extension may be requested. 2.3 Interpretation of RFP documentation UNHCR Bulgaria will respond to written inquiries for interpretation or clarification. Responses will be sent anonymously to all bidders via email. Phone or other verbal enquiries shall not be entertained. Verbal correspondence will not be considered as official communication. Only written modifications to RFP documents will be considered official communications. 2.4 Language of the Solicitation The Proposal prepared by the Bidders and all related correspondence and documents exchanged between the Bidders and UNHCR Bulgaria, shall be in English language. 2.5 Proposal Pricing The Financial Proposal shall include Unit Prices against each entry of the Bill of Quantities. The quoted price shall be final and shall include all relevant cost components. The contract will be awarded as a lump-sum for the required time frame. Unit prices will be used only for the negotiation of change orders, if any. The total “All inclusive” contract value and unit price of each Bill of Quantities item shall be quoted in the currency specified in the RFP. Should any bidder deem necessary to correct the BoQ quantities and/or include in the BoQ additional trades and/or materials, such additions shall be quoted on a separate sheet. A summary sheet must then be provided, as follows: Tender BOQ Lump-Sum Total: (Currency) Additions to the Tender BOQ Lump-Sum Total: (Currency) Grand Lump-Sum Total: (Currency) For the contract award only the Tender BoQ Grand Lump-Sum Total will be considered. 2.6 Period of Proposal Validity Proposals shall remain valid for the period specified in the covering note. Under exceptional circumstances, Bidders may be requested to extend the period of validity of the Proposal. If the Bidder does not wish or is not able to extend the period of validity, he may withdraw the Proposal. 2.7 Submission of price information The bidder must clearly separate their Technical offer from their Financial offer. The technical component must not contain any financial Information. Doing so will result in bidder submission package being disqualified. 444444444444444444444444444444444444444444tractor’s Profile 3. Bidders profile:

7

The bidder’s careful attention is required throughout this section to understand UNHCR’s expectations from the company. UNHCR will carefully assess the Bidder’s Profile to determine the extent of compliance with UNHCR’s expectations, along the following headlines: 3.1 General UNHCR expects the bidder to provide the following information and documents: a. Brief company history (VAT registration, Actual Company Status, Business Address & company registration Address, Bulgarian Chamber of Construction license). b. Financial statements covering past three years. c. Declaration about Legal Capacity (to prove that the bidder is an individual legal entity) with right to enter into contract. d. Litigation History ( close 7). 3.2 Experience and Expertise UNHCR expects to receive Curriculums Vitae of the bidders staff involved with the project, including but not limited to: a. Project Manager. b. Site Supervisor. c. Other key personnel allotted (if any). UNHCR reserves the right to ask for more information on some or all of the listed staff. The bidder should also prove the allocated staff is assigned ONLY to the project(s) envisaged. 3.3 References UNHCR expects the bidder to provide minimum three references on recently completed or ongoing projects similar to the works in BoQ with the following information: a. Customer Name; b. High Level description of the Project; c. Date of Project commissioned(start & completion) d. Brief Customer Contact information; e. Value of the contract, as awarded and actual UNHCR reserves the right to call or write to the advised customers to seek additional information on the contractor and/or its services. 3.4 Differentiators &Bidders Assets As stated before, UNHCR works in very challenging and demanding environments and expects excellence in managed service delivery. This can only be achieved through a solid and flexible partnership. In this respect the bidder is expected to list as miminum: a. UN experience & exposure; b. Similar experience in harsh environment; c. Local knowledge; d. Ownership.

8

5 Proposed Key Personnel 4. Proposed Key Personnel: 4.1 Organization and Staffing: In this chapter the bidder should propose the structure and composition of the site team deployed to undertake the job. You should list the main disciplines of the assignment, the key expert responsible, and proposed technical and support staff. Propose key Personnel Position assigned Name of

Staff Education Years of Experience in

construction and in the assigned role

9

Project Manager: Professional civil engineer with 5years’ experienced in construction.

Site Supervisor Diploma in Civil Engineer with 3 years’ experience.

4.2 Curriculum Vitae for Proposed Professional Staff 1. Proposed Position [only one candidate shall be nominated for each position]:Specify if Company staff member or professional hired for this contract. 2. Name of Staff [Insert full name]: 3. Education [Indicate college/university and other specialized education of staff member, giving names of institutions, degrees obtained, and dates of obtainment]: 4. Membership of Professional Associations: 5. Other Trainings [Indicate significant training since degrees under 5 - Education were obtained]: 6. Countries of Work Experience: [List countries where staff has worked in the last ten years preferably on the area of civil construction]:

10

7. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading]: 8. Employment Record [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment (see format here below): dates of employment, name of employing organization, positions held.]: From [Year]: ____________To [Year]: ____________ Employer: _____________________________________ Positions held: 10. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement describedherein may lead to my disqualification or dismissal, if engaged. _____________________________________________________ Date ___________________ [Signature of staff member or authorized representative of the staff] Day/Month/Year 5. RFP Structure, Governance and Leadership 6 RFP Structure, Governance and Leadership 5.1 Governance & Project Management The Representative UNHCR Bulgaria will exercise overall governance. UNHCR Project Manager will ensure operational governance. 5.2 RFP Leadership The Representative UNHCR Bulgaria will lead the project to”Rehabilitation and/or reconstruction of parts of buildings to be used for kitchen facilities for the Refugee Camps in Vrajdebna, Voenna rampa-Sofia and Harmanly Refugee camp” 5.3 Response Structure

11

UNHCR would strongly suggest that your technical response strictly follows the section headingsused in this document. We believe this will ensure that you respond to all aspects of the RFP and thatthe evaluation teams are able to complete their evaluation on a like for like basis. 7 Eligibility Requirements 6.Eligibility Requirements: 6.1 Eligibility Criteria The Bidder agrees to submit: a. An affidavit stating that the bidder has not been involved in litigation with any UN Agency /Department / Organization or black-listed by a UN entity. [Eligible / Not Eligible]. b. A Valid Legal Registration. c. Bank reference(s): [Eligible / Not Eligible]. d. Bank letter stating the availability to issue a performance bond, equal to 10 (ten) % of the contract value, for the entire duration of the contract, including 12 (twelve) month DLA period, starting from the date on which the UNHCR Project Manager issues a certificate of substantial completion. The Bank guarantee bond must be submitted in original after award and prior to signing the contract. Bidders not meeting the above mandatory conditions of eligibility will be disqualified. The interested Bidders will be technically evaluated on the basis of information provided in the Technical proposals . 8 Bids Assessment 7. Bids Assessment: 7.1 Bids Analysis and Scoring The analysis and scoring of bids is done along two separate processes, financial and technical. The technical component is weighted at 60% of the total score and the financial component at 40%. The assessment of technical component is divided into 4 major categories: a. Company qualification-all legal documents such as VAT, Registration, Legal capacity. b. Proposed Scope of Works and ToR understanding. c. Proposed Project staff qualification and experience. d. Own Construction equipment. e. Proposed materials quality and their compliance with the Technical specifications. The technical matrix used for the assessment of the bids and the bidders is confidential and shall not be disclosed at any stage of the process nor beyond. The scoring is weighed and is done along the following four principles: a. Fully Compliant. b. Compliant with Minor Deficiencies. c. Compliant with Major Deficiencies. d. Non-Compliant. UNHCR has set a number of indicators reflecting the core aspects of the required services. Non-compliance for two or more indicators will disqualify the bidder. (See Section 11.1) The Financial Proposal Submission Form will be used by the contractor to submit their offer. (See Section 9).

12

9 8 Financial Proposal Submission Form [Location, Date] To, Representative, UNHCR Bulgaria --------------------------------------------------------------------------------------------------------------------------- Name and address of the Bidder We have studied the RFP documents (RFP/2014/01)a nd all of its appendices. We hereby agree to provide the required services and goods under the project entitled: “Rehabilitation and /or reconstruction of part of buildings to be used for kitchen facilities including supply and installation of kitchen equipment provided by the bidder in Vrajdebna refugee centers in Sofia, Bulgaria” for the amount of:……………………………………………………………………………………………………………( Grand Total in words)

13

Bid Item In figures In words Currency

A. All inclusive fixed price Total as per UNHCRBOQ:

All inclusive price for additional quantities/trades/materials deemed necessary to be included by the bidder after site visit / detailed inspection of the works, to be added to the UNHCR BoQ:

Total(A+B) Remark: All prices must be given without VAT. The financial proposal shall include an “All inclusive” price for carrying out “Rehabilitation and /or reconstruction of part of buildings to be used for kitchen facilities in Vrajdebna refugee camp in Sofia, Bulgaria.”, inclusive of all costs involved and all other expenses associated for successful completion of the project. Payment of all applicable duties and taxes in respect of the applicants will be the responsibility of the bidder and bidders are advised to quote their lump sum bid amount excluding of such applicable levies and bidders shall be deemed to have satisfied themselves in this regard before submitting their proposal. This Proposal is valid for 60 (sixty) days from the deadline of the Proposal submission. (Signature) (Title) (Seal) _____________________________ (Name of the Bidder) Contact person/Address/ Cell phone number 9. Evaluation of Proposal: 9.1 Selection and Evaluation of Proposals UNHCR Bulgaria will nominate a Technical Evaluation Committee to evaluateProposals in accordance with the Technical Evaluation Criteria. Technical Proposals will be evaluatedto determine the technically acceptable proposals. Financial Proposals will only be evaluated by the Price Evaluation Committee after the Technical Proposals have been scored and signed report submitted. Technically acceptable proposals will be evaluated based on Best Value for Money [BVM] approach. The Evaluation Committee (Technical and Price Evaluation Committee) will consider the technical merits in accordance with the scoring system, and the price offer on the basis of the “Best value for money” principle. In addition to the specification in the sub-clauses above, UNHCR Bulgaria reserves the right to reject any Proposal if: • The Bidder’s qualification or Proposal data are proven to be false;

14

• The Bidder commits a proven unfair or dishonest act in order to acquire rights for agreement award. • Submitted bonds may be confiscated. The Technical Evaluation Committee may request clarifications through the UNHCR Procurement Officer on parts of the technical proposals that may be unclear. If there are arithmetic mistakes in the price offer of the technically acceptable Bidders, UNHCR Bulgaria will rectify these mistakes on the following basis: • 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; and • If there is a discrepancy between the amounts in figures and in words; advantage will be given to the amounts in words; and • If the correction(s) leads to a different total cost, this new total cost will be considered by the Price Evaluation Committee. UNHCR Bulgaria reserves the right to reject the Proposal if the technically acceptable Bidder does not accept the correction of mistakes in the budget by UNHCR Bulgaria. 9.2 Contacts between the Bidder and UNHCR Bidder shall not contact UNHCR on any matter relating to their Proposals, from the time of the contract is awarded. Any effort by the Bidder to influence UNHCR in its decisions on Proposal evaluation, Proposal comparison, or contract award will result in the rejection of the Bidders' Proposal. 9.3 Termination of RFP procedures UNHCR Bulgaria may terminate the RFP procedures at its own discretion. In case of termination of this RFP, UNHCR shall notify all the Bidders within 10 (Ten) calendar days of the decision to terminate. UNHCR is not obligated to provide the Bidders with detailed information or specific reasons for terminating the RFP. UNHCR is not obligated to refund expenses incurred in preparing and submitting any proposals in response to this RFP. 1110 Evaluation of Proposals 11 Technical Evaluation 10. Technical Evaluation: 10.1 Technical Evaluation Criteria: Criteria used for the evaluation of all Technical

Proposals (out of 60 points) a. Company qualification ( 20 points): Bidders are required to provide all information regarding company registration, Company business address, Vat Registration, Declaration about Legal Capacity to enter the contract, Litigation history, Past experience. b. Proposed Scope of Works and ToR understanding (20 Points): A construction schedule, including all major construction activities and allotment of resources. Minimum number of activities should be determined by the Project Manager and

15

provided to bidders. The Construction Schedule must be prepared by using specific scheduling software. It is suggested to use Microsoft Project. However, should any bidder prefer to use another equivalent software, they must be warned that a licensed copy of that software must be provided to the UNHCR Project Manager for the duration of the contract, including the warrant period of 12 months after completion. For evaluation purpose, a hard copy of the schedule will be sufficient in A3 format. An overview of their Quality Control procedures, not to exceed five (5) A4 pages. Quality certifications may be attached in addition to the five pages. A list of Past Experience: The experience demonstrated by bidders in performing contracts similar to the subject work for: b.1 Scope of similar type and size projects. b.2 Complexity (number of similar projects, as per the attached Bill of Quantities. Only projects with a positive feedback from reference points of contact interviewed for the evaluation of past performance will be evaluated. Minimum number of projects for evaluation is three. Proposals with less than three past performance/experience projects with positive feedback will be excluded from the tender. Past Performance Evidences: Performance of the bidders on the five projects presented for past evaluation, as assessed by their clients through telephone interviews. Applicants are allowed to submit commendation letters, awards and any other official documents certifying performance. c. Key Professionals (10 points): 1. Project Manager -Preferably a professional Civil engineer with minimum 5 years of Construction experience. -Required to be fluent in the English language, both written and Spoken. -Entitled to negotiate on behalf of the contractor any change orders that may be required by UNHCR Bulgaria as well as any other contractual issues. -Will be the contractual counterpart to UNHCR, Bulgaria. 2. Site Supervisor -Required to be a diploma in Civil engineer with minimum 3 years of Construction experience. -Required to be full time on site for the duration of the contract. -Required to be fluent in the English language, both written and Spoken.

16

d. Own equipment ( 5 points) The Bidder shall provide own or have assured access of the essential equipment for the required works.

Note: The above technical evaluation/assessment constitutes 60% weight-age in the total scoring for selection of the Contractor. Minimum Technical Score required to be eligible for Financial Proposal Evaluation is 45 (forty five) points. 11Financial Evaluations: The lowest proposal will be rated with the maximum score envisioned in the RFP for the financial proposal (40/100 points). All other proposals will be rated according to their percentage deviation from the lowest proposal, by using the following algorithm: Score Pi = [(P1 / Pi) * J] Where: J = Maximum available score for the financial proposal. Pi = Financial Proposal to evaluate. P1 = Lowest Financial Proposal. Proposals will be ranked according to their combined Technical and Financial scores. The bidder achieving the highest scores entailing both technical and financial aspects will be awarded the contract. Corrections to the BOQ quantities and/or additional trades and/or materials, must be quoted on a separate sheet. The proposal acceleration shall be justified by the construction schedule provided as per the above. 11.1 Notification of Award Within 10 (Ten) Calendar days after the selection of the Bidder, UNHCR BULGARIA shall send the successful Bidder a written notice on award and notify other Bidders of the outcome of the proposal solicitation process. 11.2 Advance Payments UNHCR does not make payments in advance. 11.3 Payments UNHCR Bulgaria shall pay the Contractor in accordance with Payment schedules as per the agreed contract terms and conditions.

17

12 Anticipated duration of the contract 13.1 Contract Completion Date UNHCR requires the completion of all the works included in this tender within sixty 60 (sixty) calendar days from the contract signature date. 15 Audit Rights of UNHCR15 UNHCR 13. Audit rights of UNHCR Contractor shall maintain consistent records and accounts as necessary for the proper management of the Contract and in accordance with generally accepted accounting principles and practices. For the purpose of reviewing and verifying the costs of cost reimbursable items and the quantities both of these and of items chargeable at specified rates or for any other reasonable purpose, UNHCR or its authorized representative shall have access at all reasonable times, to all relevant records and accounts. UNHCR or its authorized representative shall have the right to reproduce and retain copies of all such records and accounts. 14. Defects Liability 14.1 Defects Liability Period The expression "Defects Liability Period" shall mean the period of 12 (twelve) months, calculated from the date of completion of the Works stated in the Certificate of Substantial Completion issued by the UNHCR Engineer in Charge 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.

18

United Nations High Commissioner for Refugees

Rehabilitation works for Rehabilitation and/or reconstruction of parts of buildings to be used for kitchen for the Refugee Camp in Vrajdebna, Voenna rampa-Sofia and Harmanly town Bulgaria

NOTICE - COMPLETE PROJECT PRICE: All calculations, measurements and estimations are

based on the supplied documents, information and drawing by the UNHCR. These documents include the Drawings, BOQ, Schedules and Specifications. Any discrepancies between these documents are to be brought to the immediate attention of UNHCR engineer.

19

Project No.: Annex B Date:

Summary prices and bill of quantities Project No: Project: Date: …….. /Place……….. Company name: All prices in …..:

Works type Estimated price

Civil works :

Electrical works:

Sanitary, Water supply and Sewage works:

Heating, Ventilation & Air Conditioning (HVAC)

20

DETAILED BILL OF QUANTITIES (BOQ) Project No.: RFP 4/2014/ Project: Item: Civil works Date:……………../Place………………

Bill of Qualtities

Site Rehabilitation works for the kitchen, stores and dining hall in Vrajdebna refugee camp-Sofia

S/N Description of Items Unit Quantity Rate Amount

A CIVIL WORKS

1 Mobilization and cleaning site before commencing actual physical work and during contract period and demobilization after completion of the Works under contract accepted by Engineer.

LS 1 0,00

2 Dismantling existing doors and windows ,and kitchen equipment’s etc. LS 1 0,00

3 Supplying, fitting and fixing glazed wall tiles with on 20 mm thick cement sand mortar (1:3) base and raking out the joints On walls sqm 30 0,00

4 Supplying, fitting and fixing PVC flooring tiles on 20 mm thick cement sand mortar (1:3) base. sqm 5,88 0,00

5 Installation and Supplying best qualities laminated with the thickness of 40 mm flush doors (0.9 m X2,0 m) complete with frame, leaves ,ironmongery with all necessary fixing such as door locks ,hinges etc.

No 10 0,00

6

Installation and Supplying best qualities with thickness of 50 mm exterior steel door (1,0 m X 2,0 m) complete with frame, leaves ,ironmongery with all necessary fixing such as door security locks ,hinges etc.

No 1 0,00

7 Installation and Supplying steel frame for windows with the section of hollow metal (size of 50 mm 50mm) with all necessary fixing such as window locks ,hinges etc.

sqm 3,24 0,00

8

Supplying, fitting. fixing of uPVC hollow or solid plastic door (2.92 m x 2.18m) having section thickness min 60 mm ,white in colour, 1 no SS hasp bolt, door lock, with all necessary fittings accepted by the Engineer

No 1 0,00

9 Minimum 12 mm thick cement sand plaster (1:4) having with fresh cement to wall both inner and outer surface, finishing the corner and edge

sqm 15 0,00

10 Painting to door and window frames,shutters in two coats with approved best quality and colour of synthetic gloss paint with primer coat

sqm 87,24 0,00

11 Painting to radiator and pipes in two coats with approved best quality and colour of synthetic gloss paint with primer coat sqm 36 0,00

12 Approved best quality white and colour Latex paint applying to wall and ceiling in 2 coats with over a coat of brand specified primer or sealer

sqm 810,5 0,00

13 Cleaning, patching, acid washing and final sealing (wax) of the existing mosaic floors in kitchen,corridors and service rooms, all complete in all floors accepted by the Engineer.

sqm 434,4 0,00

14 Cleaning existing wall tiles with refill the groves with appropriate colourfiller, all complete in accepted by the Engineer. sqm 193,03 0,00

15 Repair of the damaged mosaic of walls,skirting with cement mortar and properly painting as per instruction of engineer. m 19,82 0,00

16 Supply and installation of window clear glasswith 5 mm including sealing. sqm 13,51 0,00

Sub Total of A 0,00

21

B ELECTRICAL WORKS B1 Electric boards, backup sources, main LV cables

17 Supply, installation, connection, commissioning of Main distribution board MDB, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

No 1 0,00

18 Supply, installation, connection, commissioning of Main distribution board Kitchen, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

No

1

0,00

19 Supply, installation, connection, commissioning of switchboard Dining hall, as per specification, wall mounted, lockable steel rack, fitted with all protective, commutation, control devices, protection rating ІР44,

No 1 0,00

20

Supply, installation, connection, commissioning of switchboard HVAC, as per specification, wall mounted, lockable steel rack, fitted with all protective, commutation, control devices, protection rating ІР44,

No 1 0,00

B11 Supply and install cables NYY on cable tray 21 Supply and install cables NYY on cable tray 3x185+95+95 lm 55 0,00 22 Supply and install cables NYY on cable tray 5х6 lm 50 0,00 23 Supply and install cables NYY on cable tray 3х6 lm 15 0,00

B12 Cable termination and connection 24 Cable termination and connection 185sqmm No 4 0,00 25 Cable termination and connection 6sqmm No 4 0,00

26 Decorative cover of cable tray – plasterboard encasing, lenght approx. 15m, size of the case ~50/50cm No 1 0,00

B2 Light fixtures and installation

27 Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, grill, IP20 (dining hall), connection and adjustment, No 30 0,00

28 Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, mirror louvre, IP20 (office), connection and adjustment, No 1 0,00

29 Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), connection and adjustment, No 11 0,00

30 Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), emergency lighting kit with battery 1h for one of the lamp, electronic gear,s, connection and adjustment,

No 3 0,00

31 Supply and install light fixture pendant, 1x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), connection and adjustment, No 6 0,00

32 Supply and install light fixture pendant, 2x54W T5 lamp, electronic gear,, cover, IP54 (preparation area), connection and adjustment, No 4 0,00

33 Supply and install light fixture pendant, 1x35W T5 lamp, electronic gear,, cover, IP54 (preparation area), connection and adjustment, No 8 0,00

34 Supply and install light fixture ceiling mount, 2x26W CFL lamp, ECG, cover, IP54 (WC), connection and adjustment, No 6 0,00

35 Supply and install light fixture 1х28W, Т5, electronic gear, with switch, surface mounted on wall, IP54, connection and adjustment, No 11 0,00

36 Supply and install light fixture 2х26W, CFL, electronic gear, with switch, surface mounted on wall, IP65, connection and adjustment, No 2 0,00

37 Supply and install emergency light, with battery for 1 hour, non-maintained operation, 1x8W, IP20, connection, No 9 0,00

38 Supply and install emergency light, with battery for 1 hour, non-maintained operation, 1x8W, IP65, connection, No 13 0,00

39 Supply and install emergency escape sign with battery for 1 hour, maintained operation, 1x8W, pictogram, IP20 connection No 6 0,00

40 Supply and install emergency escape sign with battery for 1 hour, maintained operation, 1x8W, pictogram, IP65 connection No 9 0,00

41 Supply, install and connection of one-way light switch 10А, surface-mounted No 13 0,00

42 Supply, install and connection of one-way light switch 10А, flush- No 2 0,00

22

mounted, including backbox

43 Supply, install and connection of one-way double light switch 10А, surface-mounted No 2 0,00

44 Supply, install and connection of two-way light switch 10А, surface-mounted No 2 0,00

45 Supply, install and connection of two-way light switch 10А, flush-mounted, including back box. No 6 0,00

46 Supply and install push-button, incl. back box. No 8 0,00 47 Cable NYY4x1,5 – supply and install (for emergency lights) lm 40 0,00 48 Cable NYY3x1,5 – supply and install lm 1120 0,00 49 Cable NYY5x1,5 – supply and install lm 60 0,00 50 Supply and install conduit self-extinguishing 25mm lm 600 0,00 51 Supply and install conduit 25mm under plastering (dining hall) lm 450 0,00 52 Make trench in wall, incl. materials lm 450 0,00 B3 Sockets and supply of equipment 53 Supply and install water heater switch 2x25A with indicator lamp No 5 0,00

54 Supply and install socket SCHUKO- 16А/250V, flush mounted, including back box, connection commissioning, No 6 0,00

55 Supply and install socket SCHUKO , surface mounted waterproof, connection commissioning, No 12 0,00

56 Supply and install socket SCHUKO , surface mounted waterproof, connection commissioning, No 18 0,00

57 Supply and install socket and plug IEC1x16+N+PE, surface mounted waterproof, connection commissioning, No 4 0,00

58 Supply and install socket and plug IEC3x16+N+PE, surface mounted waterproof, connection commissioning, No 2 0,00

59 Supply and install local full-load switch 6А/220V, ІР55, connection No 1 0,00 60 Supply and install local full-load switch 10А/220V, ІР55, connection No 2 0,00 61 Supply and install local full-load switch 25А/220V, ІР55, connection No 1 0,00 62 Supply and install local full-load switch 6А/380V, ІР55, connection No 2 0,00 63 Supply and install local full-load switch 10А/380V, ІР55, connection No 2 0,00 64 Supply and install local full-load switch 25А/380V, ІР55, connection No 8 0,00 65 Supply and install local full-load switch 32А/380V, ІР55, connection No 1 0,00 66 Supply and install local full-load switch 40А/380V, ІР55, connection No 1 0,00 67 Supply and install emergency button type “mushroom“, connection No 2 0,00

68 Supply and install push-button with indicator lamp, 24V~ (WC), connection No 1 0,00

69 Supply and install two-button „on-off“ with indicator lamp (kitchen), connection No 2 0,00

70 Supply and install motor starter (rotary handle, thermomagnetic motor protection) IP65 – 1.6A/380V, connection No 2 0,00

71 Cable NYY2x1,5 – supply and install lm 60 0,00 72 Cable NYY3x2,5 – supply and install lm 1620 0,00 73 Cable NYY3x4 – supply and install lm 300 0,00 74 Cable NYY5x1,5 – supply and install lm 95 0,00 75 Cable NYY5x2,5 – supply and install lm 210 0,00 76 Cable NYY5x4 – supply and install lm 150 0,00 77 Cable NYY5x6 – supply and install lm 350 0,00 78 Supply and install/pull conduit self-extinguishing 3/4", surface lm 340 0,00 79 Supply and install/pull conduit self-extinguishing 1", surface lm 70 0,00 80 Supply and install/pull conduit self-extinguishing 11/2", surface lm 60 0,00 81 Supply and install conduit 25mm under plastering (dining hall) lm 160 0,00 82 Supply and install conduit 40mm under plastering (dining hall) lm 50 0,00 83 Supply and install conduit 25mm floor screed (kitchen) lm 20 0,00

84 Supply and install electrical distribution box IP54 for surface installation No 80 0,00

85 Supply and install electrical distribution box for hidden installation No 30 0,00

23

86 Make trench in wall, incl. materials lm 30 0,00 B4 Cable trays

87 Supply and install cable tray 300/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

lm 40 0,00

88 Supply and install cable tray 200/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

lm 40 0,00

89 Supply and install cable tray 100/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

lm 60 0,00

90 Supply and install cable tray 200/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements, with separator

lm 20 0,00

91 Supply and install cable ladder LG 600/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connecting elements, with cover

lm 5 0,00

92 Sealing of opening 400/200mm with fire stop mineral wool as per instruction of manufacturer No 3 0,00

93 Sealing of opening 200/150mm with fire stop mineral wool as per instruction of manufacturer No 7 0,00

B5 Public address

94 Supply and install loudspeaker for surface installation on wall, 1,5/3/6W/100V, 94dB/1W/1m termination commissioning No 5 0,00

95 Supply and install horn loudspeaker 3/5/10W/100V, 109dB/1W/1m No 4 0,00 96 Supply and install/pull cable FE180 E30 1x2x0,8, on tray or in conduit lm 250 0,00 97 Supply and install conduit self-extinguishing 25mm lm 150 0,00 98 Supply and install conduit 25mm under plastering (dining hall) lm 70 0,00

99 Supply and install electrical distribution box IP54 for surface installation No 10 0,00

100 Supply and install electrical distribution box for hidden installation No 4 0,00 101 Supply and install fireproof box with 4 terminals No 1 0,00

102 Commissioning, programming, tests-System is according EN54 and EN60849 set 1 0,00

B6 Data/voice cabling

103 Supply and install board for ELV systems – 1 switch 5ports 10/100, 2RJ outlets, TV splitter 1in/2out, free space for TV amplifier No 1 0,00

104 Double socket RJ45 cat5 surface mount, incl. termination No 1 0,00 105 Cable FTP cat5 – supply and install lm 70 0,00 106 Supply and install conduit self-extinguishing 25mm lm 35 0,00 107 Supply and install/pull FTP cat5e cable on cable tray lm 30 0,00

108 Supply and install electrical distribution box IP54 for surface installation No 2 0,00

109 Certification, tests, commissioning Set 1 0,00 B7 TV system 110 Supply and install TV outlet, incl. back box, connection No 2 0,00 111 Supply and install/pull coaxial cable 75ohm lm 45 0,00 112 Supply and install conduit 25mm under plastering (dining hall) lm 45 0,00 113 Make trench in wall, incl. materials lm 45 0,00 114 Supply and install/pull coaxial cable 75ohm on cable tray lm 10 0,00 115 Supply and install electrical distribution box for hidden installation No 2 0,00 B8 Grounding

116 Supply materials and make grounding – 2 galvanized steel rods, 3m lenght No 1 0,00

117 Test terminal No 1 0,00 118 Supply an install galvanized steel bar 40/4мм lm 100 0,00 119 Supply and install galvanized grounding plate 300/30mm No 6 0,00 120 Supply and install flex copper wire 6sq mm, yellow/green lm 50 0,00 121 Supply and install cable lug 6sqmm, copper No 200 0,00

24

122 Main grounding plate No 1 0,00 123 Tests, commissioning, adjustments set 1 0,00 B9 CCTV

124 Supply and install dome vandal-resistant CCTV camera, 700TV lines, infrared lighting No 4 0,00

125 Supply and install coaxial cable or UTP cat 5e lm 150 0,00 126 Supply and install conduit 25mm under plastering (dining hall) lm 150 0,00 B10 Intruder alarm

127 Supply and install control panel, 192 zones, 8 groups, 999 codes, memory for 2048 events No 1 0,00

128 Supply and install power supply unit, incl. accumulator, transformer, tamper No 1 0,00

129 Supply and install keyboard No 1 0,00 130 Supply and install zone expander No 1 0,00 131 Supply and install accumulator 12V/7Ah No 1 0,00 132 Supply and install net transformer No 1 0,00 133 Supply and install volume PIR detector – ceiling mount No 14 0,00 134 Supply and install door magnetic contact No 2 0,00 135 Supply and install acoustic glass-break detector No 12 0,00 136 Supply and install siren No 1 0,00 137 Supply and install 6-wire CQR cable lm 300 0,00 138 Supply and install cable NYY 3x1 lm 150 0,00 139 Supply and install data cable UTP cat 5e lm 200 0,00 140 Supply and install conduit self-extinguishing 20mm lm 150 0,00 141 Supply and install conduit 20mm under plastering (dining hall) lm 90 0,00 142 Make trench in wall, incl. materials lm 90 0,00 B11 Miscellaneous Electrical 143 Tests, commissioning, adjustments set 1 0,00

Sub Total of B 0,00 C Sanitary, Water Supply and Sewerage works

C1 WATER SUPPLY

144 Supply and Fix Poly Propilen -R type pipes for cold water dia 20 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 50 0,00

145 Supply and Fix Poly Propilen -R type pipes for cold water dia 25 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 50 0,00

146 Supply and Fix Poly Propilen -R type pipes for cold water dia 32 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 10 0,00

147 Supply and Fix Poly Propilen -R type pipes for cold water dia 40 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 10 0,00

148 Supply and Fix Poly Propilen -R type pipes for cold water dia 50 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 30 0,00

149 Supply and Fix Poly Propilen -R type pipes for hot water dia 20 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 20 0,00

150 Supply and Fix Poly Propilen -R type pipes for hot water dia 25 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 75 0,00

151 Supply and Fix Poly Propilen -R type pipes for hot water dia 32 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 15 0,00

152 Supply and Fix Poly Propilen -R type pipes for hot water dia 40 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 30 0,00

25

153 Supply and Fix Poly Propilen -R type pipes for cold water dia 50 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 30 0,00

154 Supply and Fix Poly Propilen -R type pipes for cold water dia 63 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 10 0,00

155 Supply and fix Stop valve dia 20 mm no 30 0,00 156 Supply and fix stop ball valve dia 20 mm, no drain no 5 0,00 157 Supply and fix stop ball valve dia 25 mm, no drain no 5 0,00 158 Supply and fix stop ball valve dia 50 mm, no drain no 2 0,00 159 Supply and fix stop gate valve dia 20 mm, no drain no 4 0,00 160 Supply and fix stop gate valve dia 25 mm, no drain no 5 0,00 161 Supply and fix stop gate valve dia 50 mm, no drain no 5 0,00 162 Supply and fix stop gate valve dia 50 mm, no drain no 2 0,00 163 Supply and fix stop ball valve dia 20 mm, drain no 4 0,00 164 Supply and fix stop ball valve dia 25 mm, drain no 5 0,00 165 Supply and fix stop ball valve dia 32 mm, drain no 5 0,00 166 Supply and fix stop gate valve dia 25 mm, drain no 10 0,00 167 Supply and fix stop gate valve dia 32 mm, drain no 5 0,00 168 Supply and fix return valve dia 20 mm no 5 0,00 169 Supply and fix return valve dia 20 mm no 5 0,00 170 Supply and fix return valve dia 20 mm no 5 0,00 171 Supply and fix return valve dia 20 mm no 2 0,00 172 Supply and fix pressure valve no 5 0,00

173 Supply and fix electrical water heater capacity 80 lt, Pn= 3 Kw, vertical installation, all connectors inslusive, testing and brackets and auxilary fittings inclusive

no 5 0,00

174 Supply and fix electrical water heater capacity 150 lt, Pn= 3 Kw, vertical installation, all connectors inclusive, testing and brackets and auxiliary fittings inclusive

no 5 0,00

175 Supply and fix PP-R brackets dia 25 no 10 0,00 176 Supply and fix PP-R brackets dia 25 no 10 0,00 177 Supply and fix PP-R brackets dia 25 no 25 0,00 178 Supply and fix PP-R brackets dia 25 no 10 0,00 179 Supply and fix PP-R brackets dia 25 no 20 0,00 180 Supply and fix PP-R brackets dia 25 no 25 0,00 181 Supply and fix PP-R brackets dia 25 no 5 0,00

182 Supply and fix wash-hand basin hot water mixer, standing type, all accessories inclusive, with all connectors inclusive no 1 0,00

183 Supply and fix wash-hand basin hot water mixer (kitchen sink), standing type, all accessories inclusive, with all connectors inclusive no 10 0,00

184 Supply and fix wash-hand basing hot water mixer, wall type, all axesoiresinclusssive, with all connectors inclusive no 10 0,00

185 Supply and fix hot water mixer, wall type, all accessories inclusive, holder connection no 2 0,00

186 Supply and fix hot water shover mixer, all accessories inclusive no 2 0,00 187 Supply and fix circulation pump, indoor type, Q=3,46 l/sec, H=5 m no 1 0,00 188 Supply and fix pipe insulation dia 20 mm, D=9 mm, horizontal no 70 0,00 189 Supply and fix pipe insulation dia 25 mm, D=9 mm, horizontal no 40 0,00 190 Supply and fix pipe insulation dia 25 mm, D=13 mm, vertical no 10 0,00 191 Supply and fix pipe insulation dia 25 mm, D=13 mm, vertical no 6 0,00 192 Supply and fix pipe insulation dia 25 mm, D=19 mm, basement no 70 0,00 193 Supply and fix pipe insulation dia 32 mm, D=19 mm, basement no 25 0,00 194 Supply and fix pipe insulation dia 40 mm, D=19 mm, basement no 40 0,00 195 Supply and fix pipe insulation dia 50 mm, D=19 mm, basement no 60 0,00 196 Supply and fix pipe insulation dia 63 mm, D=19 mm, basement no 10 0,00 197 Supply and fix plugs, various types 20mm -63 mm no 60 0,00

26

198 Disinfection and pressure testing water supply pipe line lm 300 0,00 C2 SEWAGE 199 Waste evacuation cum 5 0,00

200 Supply and fix PVC pipe SN 8 dia 110 mm, all fittings inclusive, brackets and hangers inclusive, t=3,2 mm lm 45 0,00

201 Supply and fix PVC pipe SN 8 dia 40 mm, all fittings inclusive, brackets and hangers inclusive, t=2 mm lm 10 0,00

202 Supply and fix PVC pipe SN 8 dia 50 mm, t=2 mm, all fittings inclusive, brackets and hangers inclusive lm 40 0,00

203 Supply and fix PVC pipe SN 8 dia 110, t=2 mm, all fittings inclusive, brackets and hangers inclusive lm 45 0,00

204 Supply and fix PVC inspection 90 deg., pipe SN 8 dia 110, all fittings inclusive, brackets and hangers inclusive no 10 0,00

205 Supply and fix cast iron pipe dia 50 mm, t=4 mm., all fittings inclusive, fix in bed of mortar 1: 3 and finish lm 8 0,00

206 Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all fittings inclusive, fix in bed of mortar 1: 3 and finish, bottom flush no 6 0,00

207 Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all fittings inclusive, fix in bed of mortar 1: 3 and finish, side flush no 10 0,00

208 Supply and fix cast iron floor trap dia 110/ 50 mm, t=4 mm, all fittings inclusive, fix in bed of mortar 1: 3 and finish, bottom flush, residue filter inclusive

no 15 0,00

209 Supply and fix wash-hand basin bottle trap, single-bowl type, all fittings and connectors inclusive no 6 0,00

210 Supply and fix wash-hand basin bottle trap, double-bowl type, all fittings and connectors inclusive no 5 0,00

211 Supply and fix WC " Monoblock" -S type, PVC cover , all water and sewage connectors inclusive, sealing and testing no 2 0,00

212 Supply and fix porcelain wash-hand basins, wall mounted, all water and sewage connectors inclusive, sealing and testing, brackets and hangers inclusive

no 2 0,00

213 Supply and fix porcelain wash-hand basins, standing type, all water and sewage connectors inclusive, sealing and testing, brackets and hangers inclusive

no 2 0,00

214 Supply and fix grease separator, floor type, all accessories inclusive, sealing and testing no 5 0,00

215 Supply and fix wall brackets for PVC pipe dia 40 mm, galvanized, rubber gasket inclusive no 20 0,00

216 Supply and fix wall brackets for PVC pipe dia 50 mm, galvanized, rubber gasket inclusive no 50 0,00

217 Supply and fix PVC dia 110 mm hangers complete, ceiling type, galvanized, gaskets inclusive no 50 0,00

218 Supply and fix PVC reduction 110/ 50 mm, t=3, 2 mm, seals inclusive no 5 0,00

219 Supply and fix PVC inspection 90 degrees 110/ 50 mm, t=3, 2 mm, seals inclusive no 5 0,00

220 Desinfection an testing sewage pipe line lm 150 0,00 221 Wall openings blocking 200/200 mm no 5 0,00 222 Wall openings blocking 600/200 mm no 5 0,00 223 Existing sewage pipeline conductivity testing lm 60 0,00

Sub Total of C 0,00 D Heating, Ventilation & Air Conditioning (HVAC)

D1 PRELIMINARY WORK HVAC 224 Disassembly of air ducts, storage and transportation to recycling point kg 150 0,00

225 Disassembly of steel pipes, storage and transportation to recycling point kg 1200 0,00

226 Disassembly of steel heaters, storage and transportation to recycling point No 9 0,00

227 Disassembly of cast iron heaters, storage and transportation to recycling point No 10 0,00

228 Drilling holes in brick walls No 3 0,00

27

D2 VENTILATION D12 Kitchen Extract Air System

229 Extract fan, ductable, with motor out of air stream, incl. flexible connections, el.board and controlAir flow rate 7500 m3/hExt. pressure 300 Pa

No 1 0,00

230 Exhaust ventilation grille - adjustableDimensions 500/200 mm No 2 0,00 231 Transfer grille;Dimensions 600/400 mm No 6 0,00

232 Air ducts of black steel sheets, welded joints, rectangular - straight and shaped sqm 22 0,00

233 Testing and commisioning of ventilation system No 1 0,00 D13 Extract Air System - Storages and WC

234 Extract fan, ductable, incl. ON/OFF damper, el.board and control;Air flow rate 800 m3/h;Ext. pressure 200 Pa No 1 0,00

235 Exhaust ventilation grille - adjustable;Dimensions 300/150 mm No 6 0,00 236 Transfer grille;Dimensions 500/100 mm No 5 0,00 237 Discharge air grille on façade; Dimensions 200/200 mm No 1 0,00 238 Air ducts of galvanized steel sheets, rectangular - straight and shaped sqm 32 0,00 239 Regulating duct damper No 2 0,00 240 Fire damper 200/200 mm No 4 0,00 241 Testing and commissioning of ventilation system set 1 0,00 D14 Supply Air System - Dining

242 Supply fan, ductable, incl. ON/OFF damper, el.board and controlAir flow rate 6800 m3/h;Ext. pressure 300 Pa No 1 0,00

243 Air heater, ductable, incl. cut-off valves and air bleed;Heating capacity 45.6 kW;Carrier - water 90/70°C No 1 0,00

244 Frost protection system, including sensor, adjustable control valve and electrical wiring No 1 0,00

245 Air filter class G4 ductable;Air flow rate 6800 m3/h No 1 0,00 246 Ductable silencer;Dimensions 1100/400 mm No 1 0,00 247 Supply ventilation grille - adjustable;Dimensions 800/200 mm No 12 0,00 248 Fire damper 800/600 mm No 1 0,00

249 Circulating pump for water 90/70°C, flow rate 2m3/h, pressure 8 m H2O, including cut-off valves, non-return valve and flexible connections

No 1 0,00

250 Air ducts of galvanized steel sheets, rectangular - straight and shaped sqm 65 0,00 251 Regulating duct damper No 2 0,00 252 Rubber sheet insulation for ducts sqm 65 0,00 253 Testing and commisioning of ventilation system No 1 0,00 254 Steel pipes DN 32 Lm 140 0,00 255 Steel knees DN 32 No 22 0,00

256 Pipe insulation for steel pipe DN 32 of close cell structure, thickness 13 mm lm 150 0,00

257 Protection for pipe insulation of steel or AL sheet sqm 70 0,00 D3 RADIATOR HEATING

D31 Heaters

258 Steel panel heater with automatic air bleed, thermostatic valve, fixing elements;H = 300 mm;Heating capacity 2400 W;Carrier - water 90/70°C

No 6 0,00

259 Steel panel heater with automatic air bleed, thermostatic valve, fixing elements;H = 500 mm;Heating capacity 1000 W;Carrier - water 90/70°C

No 22 0,00

260 Steel panel heater with automatic air bleed, thermostatic valve, fixing elements,H = 600 mm, Heating capacity 3500 W;Carrier - water 90/70°C

No 2 0,00

D32 Piping

261 Circulating pump for water 90/70°C, flow rate 1.5m3/h, pressure 8 m H2O, including cut-off valves, non-return valve and flexible connections

No 1 0,00

28

262 Steel pipes DN 32 lm 100 0,00 263 Steel pipes DN 25 lm 30 0,00 264 Steel pipes DN 20 lm 16 0,00 265 Steel pipes DN 15 lm 80 0,00 266 Steel knees DN 32 No 16 0,00 267 Steel knees DN 25 No 4 0,00 268 Steel knees DN 20 No 4 0,00 269 Steel knees DN 15 No 80 0,00 270 Steel tees No 8 0,00

271 Pipe insulation for steel pipe DN 32 of close cell structure, thickness 13 mm lm 100 0,00

272 Pipe insulation for steel pipe DN 25 of close cell structure, thickness 13 mm lm 30 0,00

273 Pipe insulation for steel pipe DN 20 of close cell structure, thickness 13 mm lm 16 0,00

274 Pipe insulation for steel pipe DN 15 of close cell structure, thickness 13 mm lm 20 0,00

275 Protection for pipe insulation of steel or AL sheet sqm 70 0,00 Sub Total D 0,00 Total A+B+C+D 0,00

GRAND TOTAL 0,00

29

BoQ

Site Rehabilitation works at Commercial kitchen, stores and dining hall-Voenna Rampa-Sofia, Bulgaria

S/N Description of Items Unit Quantity Rate Amount

A CIVIL WORKS

1

Mobilization and cleaning site before commencing actual physical work and during contract period and demobilization after completion of the Works under contract accepted by Engineer.

LS 1 0,00

2

Dismantling existing doors and windows and walls, electrical wiring, existing water supply piping, heating piping, radiators, sewage piping, all old appliances and fittings, etc., in secure manner, damaged glasses and metal frames, inclusive of evacuation of wasted materials

LS 1 0,00

3 Supplying, fitting and fixing glazed wall tiles with on 20 mm thick cement sand mortar (1:3) base and raking out the joints On walls

sqm 90 0,00

4 Supplying, fitting and fixing Gres floor tiles ( size 30 X30 X.8) with on 12 mm thick cement sand mortar (1:4) base and raking out the joints .Colour approved by engineer in charge.

sqm 333 0,00

5

Installation and Supplying best qualities laminated flush doors with the thickness of 50 mm and size of 0.9 m X 2.0 m, complete with frame, leaves ,ironmongery with all necessary fixing such as door locks ,hinges etc.

no 10 0,00

6

Installation and Supplying best qualities with thickness of 50 mm exterior steel door (1 m X 2 m) complete with frame, leaves ,ironmongery with all necessary fixing such as door security locks ,hinges etc.

no 2 0,00

7

Supplying, fitting. fixing of uPVC hollow section or solid section plastic door (2.0 m x 2.0m) having section width min 60 mm ,white in colour, 1 no SS haspbolt, doorlock, with all necessary fittings accepted by the Engineer

no 1 0,00

8 Installation and Supplying UPVc doors and windows double glazed with the section 60 mm X 80 mm with all necessary fixing such as locks ,hinges etc.

sqm 109 0,00

9 254 mm brick works with first class bricks in cement sand (1:4) in internal and external walls, filling the joints/interstices fully with mortar, racking out the joints.

cum 14 0,00

10 Minimum 12 mm thick cement sand plaster (1:4) having with fresh cement to wall inner surface, finishing the corner and edge sqm 304 0,00

11

Approved best quality white and color Latex paint delivered from authorized local agent of the manufacturer in a sealed container, applying to wall and ceiling in 2 coats with over a coat of brand specified primer

sqm 803 0,00

12 Supplying, fitting and fixing Gres tiles for Skirting (height 10 cm ) with on 12 mm thick cement sand mortar (1:4) base and raking out the joints.

rm 219 0,00

13

Minimum 12 mm thick cement sand plaster (1:4) having with fresh cement to wall outer surface, finishing the corner and edge including washing of sand cleaning the surface, scaffolding and accepted by the Engineer.

sqm 120 0,00

30

14 Cleaning existing wall with refill the groves with appropriate color filler, all complete in accepted by the Engineer. sqm 323 0,00

15 Processing of compromised sections on walls and ceilings with gypsum putty / plaster before latex painting sqm 250 0,00

16 Cement screeding subfinish before laying the floor covering sqm 220 0,00 Subtotal A 0,00 B ELECTRICAL WORKS

B1 Electric boards, backup sources, main LV cables

17

Supply, installation, connection, commissioning of Main distribution board MDB-kitchen, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

18

Supply, installation, connection, commissioning of switchboard Dining hall, as per specification, wall mounted, lockable steel rack, fitted with all protective, commutation, control devices, protection rating ІР44,

set 1 0,00

19

Supply, installation, connection, commissioning of switchboard HVAC, as per specification, wall mounted, lockable steel rack, fitted with all protective, commutation, control devices, protection rating ІР44,

set 1 0,00

20 Tests, commissioning, adjustments set 1 0,00 B11 Supply and install cables NYY on cable tray 22 Supply and install cables NYY on cable tray 5х6 m 50 0,00 23 Supply and install cables NYY on cable tray 3х6 m 60 0,00

B12 Cable termination and connection 24 Cable termination and connection 6sqmm no 10 0,00

B13 Light fixtures and installation

25 Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, grill, IP20 (dining hall), connection and adjustment,

set 35 0,00

26 Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, mirror louvre, IP20 (office), connection and adjustment,

set 2 0,00

27 Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), connection and adjustment, set 25 0,00

28

Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), emergency lighting kit with battery 1h for one of the lamp, electronic gear,s, connection and adjustment,

set 6 0,00

29 Supply and install light fixture pendant, 1x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), connection and adjustment,

set 6 0,00

30 Supply and install light fixture pendant, 1x35W T5 lamp, electronic gear,, cover, IP54 (preparation area), connection and adjustment,

set 6 0,00

31 Supply and install light fixture ceiling mount, 2x26W CFL lamp, ECG, cover, IP54 (WC), connection and adjustment, set 6 0,00

32 Supply and install light fixture 1х28W, Т5, electronic gear, with switch, surface mounted on wall, IP54, connection and adjustment,

set 12 0,00

33 Supply and install light fixture 2х26W, CFL, electronic gear, with switch, surface mounted on wall, IP65, connection and adjustment,

set 6 0,00

31

34 Supply and install emergency light, with battery for 1 hour, non-maintained operation, 1x8W, IP20, connection, set 10 0,00

35 Supply and install emergency light, with battery for 1 hour, non-maintained operation, 1x8W, IP65, connection, set 15 0,00

36 Supply and install emergency escape sign with battery for 1 hour, maintained operation, 1x8W, pictogram, IP20 connection set 12 0,00

37 Supply and install emergency escape sign with battery for 1 hour, maintained operation, 1x8W, pictogram, IP65 connection set 12 0,00

38 Supply, install and connection of one-way light switch 10А, surface-mounted no 15 0,00

39 Supply, install and connection of one-way light switch 10А, flush-mounted, including backbox no 5 0,00

40 Supply, install and connection of one-way double light switch 10А, surface-mounted no 5 0,00

41 Supply, install and connection of two-way light switch 10А, surface-mounted no 15 0,00

42 Supply, install and connection of two-way light switch 10А, flush-mounted, including backbox no 6 0,00

43 Supply and install push-button, incl. backbox no 6 0,00 44 Cable NYY4x1,5 – supply and install (for emergency lights) m 60 0,00 45 Cable NYY3x1,5 – supply and install m 1500 0,00 46 Cable NYY5x1,5 – supply and install m 130 0,00 47 Supply and install conduit self-extinguishing 25mm m 720 0,00 48 Supply and install conduit 25mm under plastering (dining hall) m 470 0,00 49 Make channel in wall, incl. materials m 480 0,00 Sockets and supply of equipment

26 Supply and install water heater switch 2x25A with indicator lamp no 5 0,00

34 Supply and install socket SCHUKO- 16А/250V, flush mounted, including back-box, connection commissioning, set 10 0,00

35 Supply and install socket SCHUKO , surface mounted waterproof, connection commissioning, set 15 0,00

36 Supply and install socket SCHUKO , surface mounted waterproof, connection commissioning, set 25 0,00

37 Supply and install socket and plug IEC1x16+N+PE, surface mounted waterproof, connection commissioning, set 5 0,00

38 Supply and install socket and plug IEC3x16+N+PE, surface mounted waterproof, connection commissioning, set 5 0,00

39 Supply and install local full-load switch 6А/220V, ІР55, connection set 4 0,00

40 Supply and install local full-load switch 10А/220V, ІР55, connection set 2 0,00

41 Supply and install local full-load switch 6А/380V, ІР55, connection set 15 0,00

42 Supply and install local full-load switch 10А/380V, ІР55, connection set 4 0,00

43 Supply and install local full-load switch 25А/380V, ІР55, connection set 10 0,00

44 Supply and install local full-load switch 32А/380V, ІР55, connection set 4 0,00

45 Supply and install local full-load switch 40А/380V, ІР55, connection set 6 0,00

46 Supply and install local full-load switch 63А/380V, ІР55, connection set 2 0,00

32

47 Supply and install local full-load switch 80А/380V, ІР55, connection set 2 0,00

48 Supply and install emergency button type“mushroom“, connection set 4 0,00

49 Supply and install push-button with indicator lamp, 24V~ (WC), connection set 2 0,00

50 Supply and install two-button „on-off“ with indicator lamp (kitchen), connection set 4 0,00

51 Supply and install motor starter (rotary handle, thermomagnetic motor protection) IP65 – 1.6A/380V, connection set 4 0,00

52 Cable NYY2x1,5 – supply and install m 60 0,00 53 Cable NYY3x2,5 – supply and install m 1800 0,00 54 Cable NYY3x4 – supply and install m 320 0,00 55 Cable NYY5x1,5 – supply and install m 60 0,00 56 Cable NYY5x2,5 – supply and install m 500 0,00 57 Cable NYY5x4 – supply and install m 60 0,00 58 Cable NYY5x6 – supply and install m 330 0,00 59 Cable NYY5x10 – supply and install m 85 0,00 60 Cable NYY5x35 – supply and install m 50 0,00 61 Supply and install/pull conduit self-extinguishing 3/4", surface m 1000 0,00 62 Supply and install/pull conduit self-extinguishing 1", surface m 30 0,00 63 Supply and install/pull conduit self-extinguishing 11/2", surface m 80 0,00 64 Supply and install/pull conduit self-extinguishing 2", surface m 15 0,00 65 Supply and install conduit 25mm under plastering (dining hall) m 120 0,00 66 Supply and install conduit 40mm under plastering (dining hall) m 70 0,00 67 Supply and install conduit 25mm floor screed (kitchen) m 30 0,00

68 Supply and install electrical distribution box IP54 for surface installation no 85 0,00

69 Supply and install electrical distribution box for hidden installation no 35 0,00

70 Make trench in wall, incl. materials m 120 0,00 B2 Cable trays

71 Supply and install cable tray 400/60mm, galvanised, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

m 35 0,00

72 Supply and install cable tray 300/60mm, galvanised, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

m 25 0,00

73 Supply and install cable tray 200/60mm, galvanised, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

m 40 0,00

74 Supply and install cable tray 100/60mm, galvanised, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

m 85 0,00

75 Supply and install cable tray 100/60mm, galvanised, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

m 65 0,00

76 Supply and install cable tray 200/60mm, galvanised, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements, with separator

m 15 0,00

77 Supply and install cable ladder LG 600/60mm, galvanised, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connecting elements, with cover

m 10 0,00

78 Sealing of opening 200/150mm with firestop mineral wool as per no 10 0,00

33

instruction of manufacturer 79 40% on the price of the trays for connection elements and others LS 1 0,00 B3 Public address

80 Supply and install loudspeaker for surface installation on wall, 1,5/3/6W/100V, 94dB/1W/1m termination commissioning set 10 0,00

81 Supply and install horn loudspeaker 3/5/10W/100V, 109dB/1W/1m set 5 0,00

82 Supply and install/pull cable FE180 E30 1x2x0,8, on tray or in conduit m 400 0,00

83 Supply and install conduit self-extinguishing 25mm m 200 0,00 84 Supply and install conduit 25mm under plastering (dining hall) m 100 0,00

85 Supply and install electrical distribution box IP54 for surface installation no 25 0,00

86 Supply and install electrical distribution box for hidden installation no 15 0,00

87 Supply and install fireproof box with 4 terminals set 5 0,00 88 Commissionig, programming, tests set 1 0,00 Data/voice cabling

89 Supply and install board for ELV systems – 1 switch 5ports 10/100, 2RJ outlets, TV splitter 1in/2out, free space for TV amplifier

set 1 0,00

90 Double socket RJ45 cat5 surface mount, incl. termination no 2 0,00 91 Cable FTP cat5 – supply and install m 35 0,00 92 Supply and install conduit self-extinguishing 25mm m 15 0,00 93 Supply and install/pull FTP cat5e cable on cable tray m 80 0,00

94 Supply and install electrical distribution box IP54 for surface installation no 5 0,00

95 Sertification, tests, commissioning set 1 0,00 B4 TV system 97 Supply and install TV outlet, incl. backbox, connection set 5 0,00 98 Supply and install/pull coaxial cable 75ohm m 60 0,00 99 Supply and install conduit 25mm under plastering (dining hall) m 60 0,00

100 Make trench in wall, incl. materials m 60 0,00 101 Supply and install/pull coaxial cable 75ohm on cable tray m 15 0,00

102 Supply and install electrical distribution box for hidden installation no 5 0,00

B5 Grounding

103 Supply materials and make grounding – 2 galvanized steel rods, 3m lenght set 4 0,00

104 Test terminal set 4 0,00 105 Supply an install galvanized steel bar 40/4мм m 150 0,00 106 Supply and install galvanized grounding plate 300/30mm set 15 0,00 107 Supply and install flex copper wire 6sq mm, yellow/green m 90 0,00 108 Supply and install cable lug 6sqmm, copper no 350 0,00 109 Main grounding plate set 2 0,00 110 Tests, commissioning, adjustments 1 0,00

111 Supply and install dome vandal-resistant CCTV camera, 700TV lines, infrared lighting set 10 0,00

112 Supply and install coaxial cable or UTP cat 5e m 300 0,00 113 Supply and install conduit 25mm under plastering (dining hall) m 120 0,00

34

114 Supply and install conduit self-extinguishing 20mm m 90 0,00 115 Make trench in wall, incl. materials m 120 0,00 B6 Intruder Alarm

116 Supply and install control panel, 192 zones, 8 groups, 999 codes, memory for 2048 events set 1 0,00

117 Supply and install power supply no, incl. accumulator, transformer, tamper set 1 0,00

118 Supply and install keyboard no 1 0,00 119 Supply and install zone expander no 1 0,00 120 Supply and install accumulator 12V/7Ah no 1 0,00 121 Supply and install net transformer no 1 0,00 122 Supply and install motion detector with quadriple PIR element no 4 0,00 123 Supply and install volume PIR detector – ceiling mount no 15 0,00 124 Supply and install door magnetic contact no 1 0,00 125 Supply and install acoustic glass-break detector no 20 0,00 126 Supply and install siren no 1 0,00 127 Supply and install 6-wire CQR cable m 500 0,00 128 Supply and install cable NYY 3x1 m 350 0,00 129 Supply and install data cable UTP cat 5e m 300 0,00 130 Supply and install conduit self-extinguishing 20mm m 250 0,00 131 Supply and install conduit 20mm under plastering (dining hall) m 200 0,00 132 Make trench in wall, incl. materials m 200 0,00 B7 SWITCHBOARDS

133 SWITCHBOARD FOR VENTILATION ( See attachment below BOQ) set 1 0,00

134 SWITCHBOARD FOR DINING HALL ( See attachment below BOQ) set 1 0,00

135 MAIN SWITCHBOARD KITCHEN ( See attachment below BOQ) set 1 0,00

SubTotal B 0,00 C Sanitary, Water Supply and Sewerage works-WSS

136

Supply and Fix Poly Propilen -R type pipes for cold water dia 20 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 36 0,00

137

Supply and Fix Poly Propilen -R type pipes for cold water dia 25 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 43 0,00

138

Supply and Fix Poly Propilen -R type pipes for cold water dia 32 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 31 0,00

139

Supply and Fix Poly Propilen -R type pipes for cold water dia 40 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 4 0,00

140

Supply and Fix Poly Propilen -R type pipes for cold water dia 50 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 72 0,00

35

141

Supply and Fix Poly Propilen -R type pipes for hot water dia 20 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 36 0,00

142

Supply and Fix Poly Propilen -R type pipes for hot water dia 25 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 62 0,00

143

Supply and Fix Poly Propilen -R type pipes for hot water dia 32 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 32 0,00

144

Supply and Fix Poly Propilen -R type pipes for hot water dia 40 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 4 0,00

145

Supply and Fix Poly Propilen -R type pipes for cold water dia 50 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 78 0,00

146

Supply and Fix Poly Propilen -R type pipes for cold water dia 63 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 5 0,00

147

Supply and Fix Poly Propilen -R type pipes for cold water dia 75 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 12 0,00

148

Supply and Fix Poly Propilen -R type pipes for cold water dia 90 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 58 0,00

149 Supply and fix Stop valve dia 20 mm no 43 0,00

150 Supply and fix stop ball valve dia 25 mm, no drain no 1 0,00

151 Supply and fix stop ball valve dia 32 mm, no drain no 4 0,00

152 Supply and fix stop gate valve dia 25 mm, no drain no 1 0,00

153 Supply and fix stop gate valve dia 32 mm, no drain no 4 0,00

154 Supply and fix stop ball valve dia 25 mm, drain no 2 0,00

155 Supply and fix stop ball valve dia 32 mm, drain no 6 0,00

156 Supply and fix stop gate valve dia 25 mm, drain no 6 0,00

157 Supply and fix stop gate valve dia 32 mm, drain no 4 0,00

158 Supply and fix return valve dia 25 mm no 2 0,00

159 Supply and fix return valve dia 32 mm no 8 0,00

160 Supply and fix pressure valve no 5 0,00

161 Supply and fix electrical water heater capacity 150 lt, Pn= 3 Kw, vertical installation, all connectors inslusive, testing and brackets and auxilary fittings inclussive

no 5 0,00

162 Supply and fix PP-R brackets dia 25,vertical no 7 0,00 163 Supply and fix PP-R brackets dia 32,vertical no 8 0,00

36

164 Supply and fix PP-R brackets dia 25, horizontal no 110 0,00 165 Supply and fix PP-R brackets dia 32, horizontal no 50 0,00 166 Supply and fix PP-R brackets dia 40, horizontal no 7 0,00 167 Supply and fix PP-R brackets dia 50, horizontal no 100 0,00 168 Supply and fix PP-R brackets dia 63, horizontal no 3 0,00 169 Supply and fix PP-R brackets dia 75, horizontal no 8 0,00 170 Supply and fix PP-R brackets dia 90, horizontal no 29 0,00

171 Supply and fix wash-hand bassin hot water mixer, standing type, all axesoires inclusssive, with all connectors inclussive no 1 0,00

172 Supply and fix wash-hand bassin hot water mixer (kithcen sink), standing type, all axesoires inclusssive, with all connectors inclussive

no 15 0,00

173 Supply and fix wash-hand bassin hot water mixer, wall type, all axesoires inclusssive, with all connectors inclussive no 3 0,00

174 Supply and fix hot water mixer, wall type, all accessoires inclusive, holender connection no 2 0,00

175 Supply and fix hot water shover mixer, all accessoires inclussive no 2 0,00 176 Supply and fix pipe insulation dia 20 mm, D=9 mm, horizontal no 72 0,00 177 Supply and fix pipe insulation dia 25 mm, D=9 mm, horizontal no 38 0,00 178 Supply and fix pipe insulation dia 32 mm, D=9 mm, horizontal no 13 0,00 179 Supply and fix pipe insulation dia 25 mm, D=13 mm, vertical no 7 0,00 180 Supply and fix pipe insulation dia 32 mm, D=13 mm, vertical no 8 0,00 181 Supply and fix pipe insulation dia 25 mm, D=19 mm, basement no 60 0,00 182 Supply and fix pipe insulation dia 32 mm, D=19 mm, basement no 42 0,00 183 Supply and fix pipe insulation dia 40 mm, D=19 mm, basement no 8 0,00 184 Supply and fix pipe insulation dia 50 mm, D=19 mm, basement no 150 0,00 185 Supply and fix pipe insulation dia 63 mm, D=19 mm, basement no 5 0,00 186 Supply and fix pipe insulation dia 75 mm, D=19 mm, basement no 12 0,00 187 Supply and fix pipe insulation dia 90 mm, D=19 mm, basement no 58 0,00 188 Supply and fix plugs, various types 20mm -63 mm no 70 0,00 189 Desinsection and pressure testing water supply pipe line lm 323 0,00

SEWAGE 190 Dismantling existing sewage piping and evacuation ls 1 0,00

191 Supply and fix PVC pipe SN 8 dia 110 mm, all fittings inclussive, brackets and hangers inclussive, t=3,2 mm lm 50 0,00

192 Supply and fix PVC pipe SN 8 dia 160 mm, all fittings inclussive, brackets and hangers inclussive, t=4,7 mm lm 65 0,00

193 Supply and fix PVC pipe SN 8 dia 40 mm, all fittings inclussive, brackets and hangers inclussive, t=2 mm lm 25 0,00

194 Supply and fix PVC pipe SN 8 dia 50 mm, t=2 mm, all fittings inclussive, brackets and hangers inclussive lm 40 0,00

195 Supply and fix PVC pipe SN 4 dia 110, t=2 mm, all fittings inclussive, brackets and hangers inclussive lm 35 0,00

196 Supply and fix PVC inspection 90 deg., pipe SN 8 dia 110, all fittings inclussive, brackets and hangers inclussive no 10 0,00

197 Supply and fix PVC inspection 90 deg., pipe SN 8 dia 160, all fittings inclussive, brackets and hangers inclussive no 4 0,00

37

198 Supply and fix cast iron pipe dia 50 mm, t=4 mm., all fittings inclussive, fix in bed of mortar 1: 3 and finish lm 14 0,00

199 Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all fittings inclussive, fix in bed of mortar 1: 3 and finish, bottom flush

no 7 0,00

200 Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all fittings inclussive, fix in bed of mortar 1: 3 and finish, side flush no 2 0,00

201 Supply and fix cast iron floor trap dia 110/ 50 mm, t=4 mm, all fittings inclussive, fix in bed of mortar 1: 3 and finish, bottom flush, residue filter inclusive

no 17 0,00

202 Supply and fix wash-hand bassin bottle trap, single-bowl type, all fittings and connectors inclussive no 5 0,00

203 Supply and fix wash-hand bassin bottle trap, double-bowl type, all fittings and connectors inclussive no 7 0,00

204 Supply and fix WC " Monoblock" -S type, PVC cover , all water and sewage connectors inclusive, sealing and testing no 1 0,00

205 Supply and fix porcelain wash-hand basins, wall mounted, all water and sewage connectors inclusive, sealing and testing, brackets and hangers inclusive

no 5 0,00

206 Supply and fix porcelain wash-hand basins, standing type, all water and sewage connectors inclusive, sealing and testing, brackets and hangers inclusive

no 1 0,00

207 Supply and fix grease separator, floor type, all accessoires inclusive, sealing and testing no 6 0,00

208 Supply and fix wall brackets for PVC pipe dia 40 mm, galvanized, rubber gasket inclisive no 20 0,00

209 Supply and fix wall brackets for PVC pipe dia 50 mm, galvanized, rubber gasket inclisive no 40 0,00

210 Supply and fix PVC dia 110 mm hangers complete, ceiling type, galvanized, gaskets inclusive no 50 0,00

211 Supply and fix PVC dia 160 mm hangers complete, ceiling type, galvanized, gaskets inclusive no 55 0,00

212 Supply and fix PVC reduction 110/ 50 mm, t=3, 2 mm, seals inclussive no 5 0,00

213 Supply and fix PVC reduction 160/ 110 mm, t=4, 7 mm, seals inclussive no 5 0,00

214 Supply and fix PVC inspection 90 degrees 110/ 50 mm, t=3, 2 mm, seals inclussive no 8 0,00

215 Supply and fix PVC inspection 90 degrees 160/ 110 mm, t=4, 7 mm, seals inclussive no 8 0,00

216 Making manhole 800/800/1000 mm no 2 0,00 217 Desinfection and testing sewage pipe line lm 250 0,00 218 Wall openings blocking 200/200 mm no 40 0,00 219 Wall openings blocking 600/200 mm no 6 0,00 220 Existing sewage pipeline conductivity testing lm 30 0,00

SubTotal C 0,00 D Heating, Ventilation & Air Conditioning (HVAC)

D1 VENTILATION Kitchen Extract Air System

221 Supply and fix Extractor fan, duct type, with motor out of air stream, incl. flexible connections, el.board and control;Air flow rate 7500 m3/h.Ext. pressure 300 Pa

no 1 0,00

38

222 Supply and fix Exhaust ventilation grille - adjustable Dimensions 500/200 mm no 10 0,00

223 Supply and fix Transfer grille;Dimensions 600/400 mm no 2 0,00

224 Supply and fix Air ducts of black steel sheets, welded joints, rectangular - straight and shaped sqm 36 0,00

Extract Air System - Storages and WC

225 Supply and fix Extract fan, duct type, incl. ON/OFF damper, el.board and control Air flow rate 1200 m3/h .Ext. pressure 250 Pa

no 1 0,00

226 Supply and fix Exhaust ventilation grille - adjustable Dimensions 300/150 mm no 9 0,00

227 Supply and fix Transfer grille Dimensions 500/100 mm no 5 0,00

228 Supply and fix Discharge air grille on facade Dimensions 400/200 mm no 1 0,00

229 Supply and fix Air ducts of galvanized steel sheets, rectangular - straight and shaped sqm 22 0,00

230 Supply and fix Regulating duct damper no 4 0,00 231 Supply and fix Fire damper 200/200 mm no 4 0,00 Supply Air System

232 Supply and fix Supply fan, ductable, incl. ON/OFF damper, el.board and control Air flow rate 7300 m3/h .Ext. pressure 350 Pa

no 1 0,00

233

Supply and fix Air heater, ductable, incl. cut-off valves and air bleed Heating capacity 50.2 kW Carrier - water 90/70°C

no 1 0,00

234 Supply and fix Frost protection system, including sensor, adjustable control valve and electrical wiring no 1 0,00

235 Supply and fix Air filter class G4 ductable Air flow rate 7300 m3/h no 1 0,00

236 Supply and fix Ductable silencer;Dimensions 1200/500 mm no 1 0,00

237 Supply and fix Supplying ventilation grille - adjustable;Dimensions 800/200 mm no 5 0,00

238 Supply and fix Supplying ventilation grille - adjustable;Dimensions 500/200 mm no 5 0,00

239 Supply and fix Circulating pump for water 90/70°C, flow rate 2m3/h, pressure 8 m H2O, including cut-off valves, non-return valve and flexible connections

no 1 0,00

240 Supply and fix Air ducts of galvanized steel sheets, rectangular - straight and shaped sqm 118 0,00

241 Supply and fix Regulating duct damper no 4 0,00 242 Supply and fix Rubber sheet insulation for ducts sqm 118 0,00 243 Supply and fix Steel pipes DN 32 m 64 0,00 244 Supply and fix Steel knees DN 32 no 16 0,00

245 Supply and fix Pipe insulation for steel pipe DN 32 of close cell structure, thickness 13mm m 65 0,00

246 Supply and fix Protection for pipe insulation of steel or AL sheet sqm 12 0,00 D2 RADIATOR HEATING

247 Supply and fix Steel panel heater with automatic air bleed, thermostatic valve, fixing elements; H = 500 mm/Heating capacity 1000 W/Carrier - water 90/70°C

no 12 0,00

39

248 Supply and fix Circulating pump for water 90/70°C, flow rate 2m3/h, pressure 8 m H2O, including cut-off valves, non-return valve and flexible connections

no 1 0,00

249 Supply and fix Steel pipes DN 32 lm 30 0,00 250 Supply and fix Steel pipes DN 25 lm 60 0,00 251 Supply and fix Steel pipes DN 20 lm 30 0,00 252 Supply and fix Steel pipes DN 15 lm 50 0,00 253 Supply and fix Steel knees DN 32 no 6 0,00 254 Supply and fix Steel knees DN 25 no 16 0,00 255 Supply and fix Steel knees DN 20 no 6 0,00 256 Supply and fix Steel knees DN 15 no 40 0,00 257 Supply and fix Steel tees no 16 0,00

258 Supply and fix Pipe insulation for steel pipe DN 32 of close cell structure, thickness 13 mm lm 30 0,00

259 Supply and fix Pipe insulation for steel pipe DN 25 of close cell structure, thickness 13 mm lm 60 0,00

260 Supply and fix Pipe insulation for steel pipe DN 20 of close cell structure, thickness 13 mm lm 30 0,00

261 Supply and fix Pipe insulation for steel pipe DN 15 of close cell structure, thickness 13 mm lm 20 0,00

262 Supply and fix Protection for pipe insulation of steel or AL sheet sqm 12 0,00 SubTotal D 0,00

Total 0,00 Grand Total 0,00

BoQ Roof works, elevation finishing works, Interior finishing works,

Sistems instalation works in Harmanly Refugee camp, Harmanly town, Bulgaria

S/N Description of Items Unit QTY Rate Amount

PART- A: CIVIL WORKS 1 Mobilization, temporary fencing and cleaning site before

commencing actual physical work and during contract period and demobilization after completion of the Works under contract

lump sum

1 0,00

2 Dismantling & removing all metal pipes, doors, windows. All materials should be removed from the working place to approved depot outside site premises

lump sum

1 0,00

3 Dismantling & removing 125 mm brick walls. All materials should be removed from the working place to approved depot outside site premises

sqm

100 0,00

4 Dismantling & removing 250mm brick walls. All materials should be removed from the working place to approved depot outside site premises

cum

50 0,00

5 Supply and fix wooden beams and wooden purines for damaged roof, size of beams 80 X 100 mm and purlins size of 80X50 mm including all necessary joints ,brackets, bolting etc., well- seasoned, sect protected and water proof treated.

cum

4 0,00

6 Supply and Installation of Galvanized corrugated roof sheets LT 55 55 (thickness 0 .5 mm, Length 6000 mm) with all necessary elements (nails, washers etc.).

sqm

120 0,00

40

7 Supply and Installation of Timber plank for fascia (20 X 200 mm) including all joints and well season and insect protected

lm 120 0,00

8 Supply and Installation Galvanized steel sheet gully dia 120 mm, thickness 0.55 mm including all necessary fittings.

lm 250 0,00

9 Supply and Installation of Galvanized Rainwater down pipes, dia 120 mm , thickness 0.55 mm incl. all necessary fittings.

lm 40 0,00

10 125 mm brick works with first class bricks in clement sand mortar (1:4) and making bond with connected walls including necessary scaffolding, raking out joints.

sqm

160 0,00

11 250 mm brick works with first class bricks in clement sand (1:4) in internal and external walls, filling the joints/interstices fully with mortar, racking out the joints, and accepted by the Engineer.

cum

25 0,00

12 Suspended ceiling Armstrong type, 600mmx600 mm plates, min 18 mm thick, plain surface, all accessories inclusive (railings, metal grid, suspension at 800 mm from ceiling), white colour. Surface pattern subject to Engineer's approval.

sqm

660 0,00

13 Minimum 12 mm thick clement sand plaster (1:4) to ceilings, beams, columns, wall outer surface, finishing the corner and edge including cleaning the surface.

sqm

340 0,00

14 minimum 12 mm thick cement sand plaster (1:4)clement to ceiling, beams, columns finishing the corner and edge including cleaning the surface, scaffolding and curing at least for 7 days, cost of water electricity and other charges etc.

sqm

350 0,00

15 minimum 40 mm thick clement sand screening (1:3) having with fresh cement to floors ,curing at least for 7 days, cost of water electricity and other charges etc.

sqm

540 0,00

16 minimum 40 mm thick clement sand screening (1:3) on stairs and landings ,curing at least for 7 days, cost of water electricity and other charges etc.

sqm

20 0,00

17 Supplying, fitting and fixing gress tiles for floor (size 300mmx300mmx8mm) with on 12 mm thick cement sand mortar (1:4) base and raking out the joints including cutting, laying Color approved by engineer in charge.

sqm

1 050

0,00

18 Supplying, fitting and fixing glazed wall tiles( 200mmx300mmx 6mm) with on 20 mm thick cement sand mortar (1:3) base and raking out the joints including cutting, laying, edging.

sqm

820 0,00

19 Supply and installation of window and door glazing with 5 mm clear glass including sealing, cleaning,

sqm

140 0,00

20 Installation and Supplying best qualities laminated with the thickness of 40 mm flush doors complete ( size 2X 0.9 lm) with frame, leaves ,ironmongery with all necessary fixing such as door locks ,hinges etc.

no 32 0,00

21 Installation and Supplying steel window frame with the section of hollow metal (size of 50 mm 50mm) with all necessary fixing such as window locks ,hinges, etc.

sqm

25 0,00

22 Supplying, fitting. Fixing of uPVC double glazed plastic door(1.6X2.75) having section thickness min 60 mm, white in colour, door lock, with all necessary fittings

no 2 0,00

23 Supplying, fitting. Fixing of uPVC double glazed plastic door(1.0 X 2.1) having section thickness min 60 mm, white in colour, door lock, with all

no 2 0,00

41

necessary fittings

24 Painting to steel door and window frames in two coats with approved best quality and colour of synthetic gloss paint with primer coat

sqm

140 0,00

25 Approved best quality white or colour water-based interior paint on walls applying to walls and ceilings in 2 coats with over a coat of brand specified primer or sealer

sqm

1 200

0,00

26 Approved best quality colour exterior water based paint applying to wall and ceiling in 2 coats with over a coat of brand specified primer or sealer

sqm

600 0,00

27 RCC Reinforced cement concrete grade C 25 ( for tie beam) works, including formwork. (Rate is excluding the cost of reinforcement and its fabrication, bending, welding and placing)

cum

4 0,00

28 RCC Reinforced cement concrete window sills, Concrete grade C 25 for the window sills, size of 300X60 mm, including formwork. (Rate is excluding the cost of reinforcement and its fabrication, bending, welding and placing)

lm 120 0,00

29 Supplying, fitting and fixing gres floor tiles for Skirting (height 100 mm, thickness 8 mm min) with on 12 mm thick cement sand mortar (1:4) base and raking out the joints. Colour approved by Engineer

lm 540 0,00

Sub Total A 0,00 B ELECTRICAL WORKS

B1 Design and approval 30 Design set 1 0,00 B2 Electric boards, backup sources, main LV cables 31 Supply, installation, connection, commissioning of main

distribution board MDB, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

32 Supply, installation, connection, commissioning of Distribution board Kitchen, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

33 Supply, installation, connection, commissioning of Distribution board Preparations, as per specification, wall-mounted, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

34 Supply, installation, connection, commissioning of Distribution board Refrigeration chambers, as per specification, wall- mounted, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

35 Supply, installation, connection, commissioning of Distribution board Grills/frit use, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

36 Supply, installation, connection, commissioning of Distribution board Convection Ovens, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

37 Supply, installation, connection, commissioning of Distribution board Ovens, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

38 Supply, installation, connection, commissioning of Distribution board Self-service line, as per specification, wall-mounted, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

42

39 Supply, installation, connection, commissioning of Distribution board Packaging, as per specification, wall-mounted, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

40 Supply, installation, connection, commissioning of Distribution board Cold kitchen, as per specification, wall-mounted, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

41 Supply, installation, connection, commissioning of switchboard Dining hall, as per specification, wall mounted, lockable steel rack, fitted with all protective, commutation, control devices, protection rating ІР44,

set 1 0,00

42 Supply, installation, connection, commissioning of switchboard HVAC, as per specification, wall mounted, lockable steel rack, fitted with all protective, commutation, control devices, protection rating ІР44,

set 1 0,00

B21 Supply and install cables NYY on cable tray 14 Supply and install cables NYY on cable tray 5х6 mm2 lm 70 0,00 15 Supply and install cables NYY on cable tray 5х10 mm2 lm 40 0,00 16 Supply and install cables NYY on cable tray 5х16 mm2 lm 70 0,00 17 Supply and install cables NYY on cable tray 3х50+25+25 mm2 lm 95 0,00 18 Supply and install cables NYY on cable tray 3х70+35+35 mm2 lm 40 0,00 19 Supply and install cables NYY on cable tray 3х150+70+70 mm2 lm 120 0,00

B22 Cable termination and connection 20 Cable termination and connection 6 mm2 no 4 0,00 21 Cable termination and connection 10 mm2 no 2 0,00 22 Cable termination and connection 16 mm2 no 4 0,00 23 Cable termination and connection 50 mm2 no 4 0,00 24 Cable termination and connection 70 mm2 no 2 0,00 25 Cable termination and connection 150 mm2 no 6 0,00

B23 Supply and install conduit self-extinguishing 26 Supply and install conduit self-extinguishing 36 mm lm 15 0,00 27 Supply and install conduit self-extinguishing 51 mm lm 20 0,00 28 Supply and install conduit self-extinguishing 64 mm lm 5 0,00 29 Supply and install conduit self-extinguishing 110 mm lm 15 0,00

B24 Intake pipe- U-PVC supply and fix 30 Intake pipe- U-PVC supply and fix U-РVСф110мм lm 18 0,00 31 Intake pipe- U-PVC supply and fix U-РVСф75мм lm 6 0,00 32 Concrete Inspection chamber - single inclusive of polymer

concrete cover 60 mm thick, and divining bottom layer, dimension W 600X L900 X600 mm- LV+data supply

set 1 0,00

33 Concrete Inspection chamber - double inclusive of polymer concrete cover 60 mm thick, and divining bottom layer, dimension W 900X L900 X600 mm- LV+data supply

set 1 0,00

B3 Light fixtures and installation 34 Supply and install light fixture flush mount, 2x35W T5 lamp, electronic

gear,, grill, IP20 (dining hall), connection and adjustment no 60 0,00

35 Supply and install light fixture flush mount, 2x35W T5 lamp, electronic gear, emergency light battery kit, grill, IP20 (dining hall), connection and adjustment,

no 9 0,00

36 Supply and install light fixture flush mount, 2x35W T5 lamp, electronic gear,, mirror louver, IP20 (office), connection and adjustment

no 1 0,00

37 Supply and install light fixture flush mount, 2x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), connection and

no 45 0,00

43

adjustment,

38 Supply and install light fixture flush mount, 2x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), emergency lighting kit with battery 1h for one of the lamp, electronic gears, connection and adjustment,

no 5 0,00

39 Supply and install light fixture flush mount, 1x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), connection and adjustment,

no 42 0,00

40 Supply and install light fixture flush mount, 1x35W T5 lamp, electronic gear, emergency ltg battery kit, cover, IP65 (kitchen), connection and adjustment,

no 3 0,00

41 Supply and install light fixture flush mount, 2x26W CFL lamp, ECG, cover, IP54 (WC), connection and adjustment,

no 11 0,00

42 Supply and install light fixture 1х28W, Т5, electronic gear, with switch, surface mounted on wall, IP54, connection and adjustment,

no 16 0,00

43 Supply and install light fixture 1х35W, Т5, electronic gear, with switch, surface mounted on wall, IP54, connection and adjustment,

no 17 0,00

44 Supply and install light fixture 2х26W, CFL, electronic gear,with switch, surface mounted on wall, IP65, connection and adjustment,

no 7 0,00

45 Supply and install emergency light, with battery for 1 hour, non- maintained operation, 1x8W, IP20, connection, wall-mounted, operating in case of mains failure, connection, tests

no 10 0,00

46 Supply and install emergency light, with battery for 1 hour, non- maintained operation, 1x8W, IP65, connection,

no 17 0,00

47 Supply and install emergency escape sign with battery for 1 hour, maintained operation, 1x8W, pictogram, IP20 connection

no 17 0,00

48 Supply and install emergency escape sign with battery for 1 hour, maintained operation, 1x8W, pictogram, IP65 connection

no 14 0,00

49 Supply, install and connection of one-way light switch 10А, surface-mounted

no 17 0,00

50 Supply, install and connection of one-way light switch 10А, flush-mounted, including back box

no 14 0,00

51 Supply, install and connection of one-way double light switch 10А, surface-mounted

no 1 0,00

52 Supply, install and connection of two-way light switch 10А, surface-mounted

no 12 0,00

53 Supply and install PIR motion detector no 8 0,00 54 Supply and install push-button, incl. back box no 15 0,00 55 Cable NYY4x1,5 – supply and install (for emergency lights) lm 280 0,00 56 Cable NYY3x1,5 – supply and install lm 3

400 0,00

57 Cable NYY5x1,5 – supply and install lm 380 0,00 58 Supply and install conduit self-extinguishing 25mm lm 350 0,00 59 Supply and install conduit 25mm under plastering (dining hall) lm 250 0,00 60 make trench in wall, incl. materials lm 350 0,00 B4 Sockets and supply of equipment 61 Supply and install water heater switch 2x25A with indicator lamp no 6 0,00 62 Supply and install socket SCHUKO- 16А/250V, flush mounted, including

back box, connection commissioning, set 26 0,00

63 Supply and install socket SCHUKO ,surface mounted waterproof, connection commissioning,

set 30 0,00

44

64 Supply and install socket SCHUKO , surface mounted waterproof, connection commissioning,

set 25 0,00

65 Supply and install socket and plug IEC1x16+N+PE, surface mounted waterproof, connection commissioning,

set 6 0,00

66 Supply and install socket and plug IEC3x16+N+PE, surface mounted waterproof, connection commissioning,

set 6 0,00

67 Supply and install local full-load switch 10А/220V, ІР55, connection set 8 0,00 68 Supply and install local full-load switch 16А/220V, ІР55, connection set 1 0,00 69 Supply and install local full-load switch 25А/220V, ІР55, connection set 6 0,00 70 Supply and install local full-load switch 6А/380V, ІР55,

connection set 4 0,00

71 Supply and install local full-load switch 10А/380V, ІР55, connection set 5 0,00 72 Supply and install local full-load switch 16А/380V, ІР55, connection set 5 0,00 73 Supply and install local full-load switch 25А/380V, ІР55, connection set 8 0,00 74 Supply and install local full-load switch 40А/380V, ІР55, connection set 4 0,00 75 Supply and install local full-load switch 63А/380V, ІР55, connection set 6 0,00 76 Supply and install local full-load switch 80А/380V, ІР55, connection set 3 0,00 77 Supply and install local full-load switch 125А/380V, ІР55,

connection set 4 0,00

78 Supply and install emergency button type“ mush room“, connection

set 3 0,00

79 Supply and install push-button with indicator lamp, 24V~ (WC), connection

set 2 0,00

80 Supply and install two-button „on-off“ with indicator lamp (kitchen), connection

set 2 0,00

81 Cable NYY2x1,5 – supply and install lm 70 0,00 82 Cable NYY3x2,5 – supply and install lm 2

950 0,00

83 Cable NYY3x4 – supply and install lm 400 0,00 84 Cable NYY5x1,5 – supply and install lm 50 0,00 85 Cable NYY5x2,5 – supply and install lm 360 0,00 86 Cable NYY5x4 – supply and install lm 235 0,00 87 Cable NYY5x6 – supply and install lm 350 0,00 88 Cable NYY5x16 – supply and install lm 200 0,00 89 Cable NYY5x35 – supply and install lm 235 0,00 90 Supply and install/pull conduit self-extinguishing 3/4", surface lm 900 0,00 91 Supply and install/pull conduit self-extinguishing 1", surface lm 120 0,00 92 Supply and install/pull conduit self-extinguishing 11/2", surface lm 150 0,00 93 Supply and install/pull conduit self-extinguishing 2", surface lm 70 0,00 94 Supply and install conduit 25mm under plastering (dining hall) lm 400 0,00 95 Supply and install conduit 40mm under plastering (dining hall) lm 150 0,00 96 Supply and install conduit 50mm floor screed (kitchen) lm 50 0,00 97 Supply and install flexible galvanized steel conduit 32mm on

surface of furniture, fixation lm 100 0,00

98 Supply and install electrical distribution box IP54 for surface installation no 120 0,00 99 Supply and install electrical distribution box for hidden

installation no 150 0,00

100 make trench in wall, incl. materials lm 150 0,00 101 make direct connection to equipment cable NYY 3x2,5, est. Length

50lm, installed on cable tray and above false ceiling, incl. PVC conduit 25mm in plastering lenght~5lm, connection, tests

set 10 0,00

45

B5 Cable trays 102 Supply and install cable tray 600/60mm, galvanized, indoor usage,

including hanging, instructed by the manufacturer, completion with hanging and connection elements

lm 40 0,00

103 Supply and install cable tray 300/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

lm 70 0,00

104 Supply and install cable tray 200/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

lm 90 0,00

105 Supply and install cable tray 100/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

lm 190 0,00

106 Supply and install cable tray 100/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements, with separator

lm 60 0,00

107 Supply and install cable ladder 600/60mm, galvanized, indoorusage, including hanging, instructed by the manufacturer, completion with hanging and connecting elements, with cover

lm 5 0,00

108 Supply and install cable ladder 150/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connecting elements, with cover

no 15 0,00

109 Sealing of opening 200/150mm with fire stop mineral wool as per instruction of manufacturer

no 5 0,00

110 Sealing of opening 700/200mm with fire stop mineral wool as per instruction of manufacturer

no 2 0,00

B6 Public address 112 Supply and install 19U rack set 1 0,00 113 Supply and install announcement controller with power amplifier set 1 0,00 114 Supply and install microphone console 6 zones set 1 0,00 115 Supply and install battery charger set 1 0,00 116 Supply and install battery 12Ah set 2 0,00 117 Supply and install line control boards set 6 0,00 118 Programming set 1 0,00 119 Installation set 1 0,00 120 Supply and install loudspeaker for surface installation on wall,

1,5/3/6W/100V, 94dB/1W/1lm termination commissioning set 2 0,00

121 Supply and install horn loudspeaker3/5/10W/100V, 109dB/1W/1lm set 5 0,00

122 Supply and install loudspeaker for false ceiling 1,5/3/6W/100V, 94dB/1W/1lm

set 20 0,00

123 Supply and install/pull cable FE180 E30 1x2x0,8, on tray or in conduit lm 970 0,00 124 Supply and install conduit self-extinguishing 25mm lm 25 0,00 125 Supply and install conduit 25mm under plastering (dining hall) lm 10 0,00 126 Supply and install electrical distribution box IP54 for surface installation no 10 0,00 127 Supply and install electrical distribution box hidden installation no 5 0,00 128 Commissioning, programming, tests set 1 0,00 B7 Data/voice cabling 129 Supply and install board for ELV systems – 1 switch 8 ports

10/100, 2RJ outlets, TV splitter 1in/2out, free space for TV amplifier set 1 0,00

46

130 Double socket RJ45 cat5 surface mount, incl. termination no 4 0,00 131 Cable FTP cat5 – supply and install lm 40 0,00 132 Supply and install conduit self-extinguishing 25mm lm 20 0,00 133 Supply and install conduit 25mm under plastering (dining hall) lm 20 0,00 134 Supply and install/pull FTP cat5e cable on cable tray lm 280 0,00 135 Supply and install electrical distribution box IP54 for surface installation no 4 0,00 B8 TV system 136 Supply and install TV outlet, incl. back box, connection set 2 0,00 137 Supply and install/pull coaxial cable 75ohlm lm 15 0,00 138 Supply and install conduit 25mm under plastering (dining hall) lm 15 0,00 139 make trench in wall, incl. materials lm 15 0,00 140 Supply and install/pull coaxial cable 75ohlm on cable tray lm 80 0,00 141 Supply and install electrical distribution box for hidden

installation no 2 0,00

B9 Grounding 142 Supply and lay mesh AlMgSi, 8 mm, on roof lm 580 0,00 143 Support for mesh AlMgSi - roof no 1

000 0,00

144 Universal connection clamp no 40 0,00 145 Supply materials and make grounding – 2 galvanized steel rods, 3lm

length set 12 0,00

146 Test terminal set 12 0,00 147 Supply and install galvanized steel bar 40/4мм lm 650 0,00 148 Wedge connector for galvanized bar no 130 0,00 149 Cross terminal for galvanized bar no 30 0,00 150 Supply and install galvanized grounding plate 300/30mm set 20 0,00 151 Supply and install flex copper wire 6sq mm, yellow/green lm 95 0,00 152 Supply and install cable lug 6sqmlm, copper no 460 0,00 153 main grounding plate set 1 0,00 154 Tests, commissioning, adjustments 1 0,00 B10 CCTV 155 Supply and install 8-channel DVR set 1 0,00 156 Supply and install 20 inch let monitor -220 volt set 1 0,00 157 Supply and install dome vandal-resistant CCTV camera, 700TV lines,

infrared lighting set 8 0,00

158 Supply and install coaxial cable or UTP cat 5e lm 800 0,00 159 Supply and install conduit 25mm under plastering (dining hall) lm 400 0,00 160 Supply and install conduit self-extinguishing 20mm lm 200 0,00 161 make trench in wall, incl. materials lm 100 0,00 B11 Intruder Alarm 162 Supply and install control panel, 192 zones, 8 groups, 999 codes, memory

for 2048 events set 1 0,00

163 Supply and install power supply no, incl. accumulator, transformer, tamper

set 1 0,00

164 Supply and install keyboard no 2 0,00 165 Supply and install zone expander no 2 0,00 166 Supply and install accumulator 12V/7Ah no 1 0,00 167 Supply and install net transformer no 1 0,00 168 Supply and install PIR detector with qaudriple PIR element no 6 0,00

47

169 Supply and install volume PIR detector – ceiling mount no 12 0,00 170 Supply and install door magnetic contact no 4 0,00 171 Supply and install acoustic glass-break detector no 10 0,00 172 Supply and install siren no 1 0,00 173 Supply and install 6-wire CQR cable lm 600 0,00 174 Supply and install cable NYY 3x1 lm 50 0,00 175 Supply and install conduit self-extinguishing 20mm lm 200 0,00 176 Supply and install conduit 20mm under plastering (dining hall) lm 110 0,00 177 make trench in wall, incl. materials lm 110 0,00 B12 Fire Alarm 178 Addressable fire detection panel, 1 loops, 127 addresses/loop,

events printer, LCD display, PSU set 1 0,00

179 Analogue addressable optical smoke detector set 25 0,00 180 Analogue addressable optical temperature detector set 6 0,00 181 Analogue detector base set 31 0,00 182 Addressable manual call point set 6 0,00 183 Fire bell set 3 0,00 184 Base with short circuit isolator set 1 0,00 185 Accumulator 12V/12Ah set 2 0,00 186 LED remote indicator set 6 0,00 187 Addressable module - 2 relay outputs set 1 0,00 188 Self-combustion flex conduit Ø16, lm 200 0,00 189 Fireproof cable 2х1кв.mm, ELAN TW-1,0-GR3 lm 300 0,00 190 Cable 3х1 кв. mm, NYY lm 50 0,00

Sub Total B 0,00 C SANITARY, WATER SUPPLY ANS SEWERAGE

C1 WATER SUPPLY 191 Supply and Fix Poly Propylene e -R type pipes for cold water dia

20 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 62 0,00

192 Supply and Fix Poly Propylene e -R type pipes for cold water dia 25 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 31 0,00

193 Supply and Fix Poly Propylene -R type pipes for cold water dia 32 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 23 0,00

194 Supply and Fix Poly Propylene -R type pipes for cold water dia 40 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 35 0,00

195 Supply and Fix Poly Propylene -R type pipes for hot water dia 20 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 41 0,00

196 Supply and Fix Poly Propylene -R type pipes for hot water dia 25 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 19 0,00

197 Supply and Fix Poly Propylene -R type pipes for hot water dia 32 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 24 0,00

48

198 Supply and Fix PE type pipes for cold water dia 20 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1:3.

lm 3 0,00

199 Supply and Fix PE type pipes for cold water dia 25 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1:3.

lm 28 0,00

200 Supply and Fix PE pipes for cold water dia 32 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 6 0,00

201 Supply and Fix PE pipes for cold water dia 40 mm, inclusive allfittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 6 0,00

202 Supply and Fix galvanized pipes 2'', inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 68 0,00

203 Supply and Fix galvanized pipes 2 1/2'', inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 22 0,00

204 Supply and Fix galvanized pipes 4'', inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 55 0,00

205 Supply and fix Stop valve dia 20 mm no 84 0,00 206 Supply and fix stop ball valve dia 20 mm, no drain no 1 0,00 207 Supply and fix stop ball valve dia 25 mm, no drain no 1 0,00 208 Supply and fix stop ball valve dia 32 mm, no drain no 3 0,00 209 Supply and fix stop ball valve dia 40 mm, no drain no 1 0,00 210 Supply and fix stop ball valve dia 4'', no drain no 1 0,00 211 Supply and fix stop gate valve dia 20 mm, no drain no 1 0,00 212 Supply and fix stop gate valve dia 25 mm, no drain no 1 0,00 213 Supply and fix stop gate valve dia 32 mm, no drain no 3 0,00 214 Supply and fix stop gate valve dia 40 mm, no drain no 1 0,00 215 Supply and fix stop ball valve dia 20 mm, drain no 1 0,00 216 Supply and fix stop ball valve dia 25 mm, drain no 1 0,00 217 Supply and fix stop ball valve dia 32 mm, drain no 3 0,00 218 Supply and fix stop gate valve dia 40 mm, drain no 1 0,00 219 Supply and fix stop gate valve dia 4'', drain no 1 0,00 220 Supply and fix filter dia 4'', drain no 1 0,00 221 Supply and fix return valve dia 20 mm no 2 0,00 222 Supply and fix return valve dia 25 mm no 2 0,00 223 Supply and fix return valve dia 32 mm no 6 0,00 224 Supply and fix return valve dia 40 mm no 2 0,00 225 Supply and fix return valve dia 4'' no 1 0,00 226 Supply and fix pressure valve no 6 0,00 227 Supply and fix electrical water heater capacity 10 lt, Pn= 1.5 Kw,

all connectors inclusive, testing and brackets and auxiliary fittings inclusive

no 1 0,00

228 Supply and fix electrical water heater capacity 80 lt, Pn= 3 Kw, vertical installation, all connectors inclusive, testing and brackets and auxiliary fittings inclusive

no 2 0,00

49

229 Supply and fix electrical water heater capacity 200 lt, Pn= 3 Kw, vertical installation, all connectors inclusive, testing and brackets and auxiliary fittings inclusive

no 3 0,00

230 Supply and fix 20lm hose, Ф20 stop valve, storz thread, fireman nozzle 2"

no 5 0,00

231 Supply and fix compound water meter no 1 0,00 232 Supply and fix PP-R brackets dia 32,vertical no 9 0,00 233 Supply and fix PP-R brackets dia 40,vertical no 6 0,00 234 Supply and fix brackets 2'',vertical no 5 0,00 235 Supply and fix PP-R brackets Ф25, horizontal no 56 0,00 236 Supply and fix PP-R brackets Ф32, horizontal no 43 0,00 237 Supply and fix brackets 2'' horizontal no 28 0,00 238 Supply and fix brackets 2 1/2, horizontal no 8 0,00 239 Supply and fix brackets 4 '', horizontal no 16 0,00 240 Supply and fix wash-hand basin hot water mixer, standing type, all

accessories inclusive, with all connectors inclusive no 4 0,00

241 Supply and fix wash-hand basin hot water mixer (kitchen sink), standing type, all accessories inclusive, with all connectors inclusive

no 22 0,00

242 Supply and fix wash-hand basin hot water mixer, wall type, all accessories inclusive, with all connectors inclusive

no 37 0,00

243 Supply and fix hot water mixer, wall type, all accessories inclusive, holder connection

no 2 0,00

244 Supply and fix hot water mixer, wall type, all accessories inclusive, Ausgus

no 1 0,00

245 Supply and fix hot water shaver mixer, all accessories inclusive no 1 0,00 246 Supply and fix pipe insulation dia 25 mm, D=19 mm, on external walls no 5 0,00 247 Supply and fix pipe insulation dia 32 mm, D=19 mm, on external walls no 20 0,00 248 Supply and fix pipe insulation dia 40 mm, D=19 mm, on external walls no 20 0,00 249 Supply and fix pipe insulation 4'', D=19 mm, on external walls no 27 0,00 250 Supply and fix pipe insulation dia 20 mm, D=9 mm no 103 0,00 251 Supply and fix pipe insulation dia 25 mm, D=9 mm no 45 0,00 252 Supply and fix pipe insulation dia 32 mm, D=9 mm no 27 0,00 253 Supply and fix pipe insulation dia 40 mm, D=9 mm no 15 0,00 254 Supply and fix pipe insulation 2'', D=9 mm no 67 0,00 255 Supply and fix pipe insulation 2 1/2'', D=9 mm no 22 0,00 256 Supply and fix pipe insulation 4'', D=9 mm no 28 0,00 257 Supply and fix plugs, various types 20mm -63 mm no 175 0,00 258 Disinfection and pressure testing water supply pipe line lm 442 0,00 C2 SEWAGE 259 Waste evacuation cu

m 5 0,00

260 Supply and fix PVC pipe SN 8 dia 110 mm, all fittings inclusive, t=3,2 mm

lm 116 0,00

261 Supply and fix PVC pipe SN 8 dia 160 mm, all fittings inclusive, t=4,7 mm

lm 102 0,00

262 Supply and fix PVC pipe SN 8 dia 40 mm, all fittings inclusive, brackets and hangers inclusive, t=2 mm

lm 64 0,00

263 Supply and fix PVC pipe SN 8 dia 50 mm, t=2 mm, all fittings inclusive, brackets and hangers inclusive

lm 44 0,00

50

264 Supply and fix PVC pipe SN 4 dia 110, t=2 mm, all fittings inclusive, brackets and hangers inclusive

lm 40 0,00

265 Supply and fix PVC inspection 90 deg., pipe SN 8 dia 110, all fittings inclusive, brackets and hangers inclusive

no 5 0,00

266 Supply and fix PVC inspection 90 deg., pipe SN 8 dia 160, all fittings inclusive, brackets and hangers inclusive

no 2 0,00

267 Supply and fix cast iron pipe dia 50 mm, t=4 mm., all fittings inclusive, fix in bed of mortar 1: 3 and finish

lm 16 0,00

268 Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all fittings inclusive, fix in bed of mortar 1: 3 and finish, bottom flush

no 2 0,00

269 Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all fittings inclusive, fix in bed of mortar 1: 3 and finish, side flush

no 26 0,00

270 Supply and fix cast iron floor trap dia 110/ 50 mm, t=4 mm, all fittings inclusive, fix in bed of mortar 1: 3 and finish, bottom flush, residue filter inclusive

no 26 0,00

271 Supply and fix cast stainless steel linear floor trap(L=2000mm), all fittings inclusive

no 2 0,00

272 Supply and fix wash-hand basin bottle trap, single-bowl type, all fittings and connectors inclusive

no 63 0,00

273 Supply and fix wash-hand basin bottle trap, double-bowl type, all fittings and connectors inclusive

no 1 0,00

274 Supply and fix WC " mono block" -S type, PVC cover , all water and sewage connectors inclusive, sealing and testing

no 10 0,00

275 Supply and fix porcelain wash-hand basins, wall mounted, all water and sewage connectors inclusive, sealing and testing, brackets and hangers inclusive

no 40 0,00

276 Supply and fix porcelain wash-hand basins, standing type, allwater and sewage connectors inclusive, sealing and testing, brackets and hangers inclusive

no 1 0,00

277 Supply and fix grease separator, floor type, all accessories inclusive, sealing and testing

no 7 0,00

278 Supply and fix wall brackets for PVC pipe dia 40 mm, galvanized, rubber gasket inclusive

no 64 0,00

279 Supply and fix wall brackets for PVC pipe dia 50 mm, galvanized, rubber gasket inclusive

no 44 0,00

280 making Trench width 1200mm and depth 1200mm cum

230 0,00

281 Sandy Layers under Pipes cum

21 0,00

282 Backfilling with Tamping cum

210 0,00

283 Supply and fix PVC reduction 110/ 50 mm, t=3, 2 mm, seals inclusive no 14 0,00 284 Supply and fix PVC reduction 160/ 110 mm, t=4, 7 mm, seals inclusive no 14 0,00 285 Supply and fix PVC inspection 90 degrees 110/ 50 mm, t=3, 2 mm, seals

inclusive no 6 0,00

286 Supply and fix PVC inspection 90 degrees 160/ 110 mm, t=4, 7 mm, seals inclusive

no 8 0,00

287 making manhole 600/600/800 mm no 10 0,00 288 Supply and fix of outside manhole to a depth of 2 lm, with iron cover

inclusive no 2 0,00

51

289 Disinfection and testing sewage pipe line lm 350 0,00 290 Wall openings blocking 200/200 mm no 40 0,00 291 making and blocking of Strap Footing openings 200/200 mm no 20 0,00 292 Existing sewage pipeline conductivity testing lm 40 0,00

Sub total of C 0,00 D HEATING, VENTILATION & AIR CONDITIONING (HVAC)

D1 Design and approval 293 Design and approval set 1 0,00 D2 Ventilation

D21 Hot Kitchen Extract Air System 294 Extract fan, duct able, with motor out of air stream, incl. flexible

connections, el. board and control; Air flow rate 9000 lm3/h; Ext. pressure 350 Pa

no 1 0,00

295 Transfer grille; Dimensions 600/400 mm no 4 0,00 296 Air ducts of black steel sheets, welded joints, rectangular -straight and

shaped sqm

32 0,00

297 Discharge air grille on façade; Dimensions 1000/400 mm no 1 0,00 D22 Food Proceeding Extract Air System 298 Extract fan, duct able, incl. ON/OFF damper, el. board and

control; Air flow rate 1700 lm3/h; Ext. pressure 250 Pa no 1 0,00

299 Exhaust ventilation grille - adjustable; Dimensions 500/200 mm no 9 0,00 300 Exhaust ventilation grille - adjustable; Dimensions 300/150 mm no 4 0,00 301 Transfer grille; Dimensions 500/100 mm no 3 0,00 302 Discharge air grille on façade; Dimensions 400/200 mm no 1 0,00 303 Air ducts of galvanized steel sheets, rectangular - straight and shaped sq

m 30 0,00

304 Regulating duct damper no 3 0,00 D23 Extract Air System - Storages and WC 304 Extract fan, duct able, incl. ON/OFF damper, el. board and control; Air

flow rate 1400 lm3/h; Ext. pressure 250 Pa no 1 0,00

305 Exhaust ventilation grille - adjustable; Dimensions 300/150 mm no 8 0,00

306 Transfer grille; Dimensions 500/100 mm no 4 0,00 307 Discharge air grille on façade; Dimensions 400/200 mm no 1 0,00 308 Air ducts of galvanized steel sheets, rectangular - straight and shaped sq

m 28 0,00

309 Regulating duct damper no 2 0,00 310 Fire damper 200/200 mm no 2 0,00 D24 Supply Air System 311 Air Handling Unit /AHU/, incl. electrical board and control panel,

consisting of: Supply fan; Air flow rate 10000 lm3/h; Ext. pressure 400 Pa; Supply fan; Air flow rate 10000 lm3/h; Electrical air heater; Heating capacity 67 kW; Air intake louvre - adjustable /0-100% fresh air/, including sensor, adjustable control valve and electrical wiring; Air filter class G4;Air flow rate 10000 lm3/h; Ductable silencer; Dimensions 1200/500 mm

set 1 0,00

312 Supply ventilation grille - adjustable; Dimensions 800/200 mm no 12 0,00 313 Supply ventilation grille - adjustable; Dimensions 500/200 mm no 1 0,00 314 Exhaust ventilation grille - adjustable; Dimensions 1200/600 mm no 3 0,00 315 Air ducts of galvanized steel sheets, rectangular - straight and shaped sq

m 192 0,00

52

316 Regulating duct damper no 4 0,00 317 Rubber sheet insulation for ducts sq

m 200 0,00

D3 Radiator Heating 318 Electrical convection heater with thermostat and fixing elements; Heating

capacity 2000 W no 10 0,00

Sub Total D 0,00 TOTAL A+B+C+D 0,00 GRAND TOTAL Attachment-1: Main switchboard kitchen Attachment-2 Main switchboard

kitchen Attachment-3 Switchboard for lighting Attachment-4 Switchboard for convector type Owens Attachment-5 Switchboard for deep fryers Attachment-6 Switch board for oven Attachment-7 Switchboard for self-service line Attachment-8 Switchboard for food package zone Attachment-9 Switchboard for food preparation, dishwashers Attachment-10 Switchboard for kitchen cold food preparation Attachment-11 Switchboard for refrigerated chambers Attachment-12 switchboard for ventilation

53

Drawings and Schemes

54

TECHNICAL SPECIFICATIONS A. CIVIL WORKS

1.0 MATERIALS

1.1 CEMENT

Cement shall be Ordinary Portland Cement or Portland Composite Cement conforming to the requirements of the BDS EN 197-1:2003 unless otherwise specified. Cement shall conform to the following standards as per BDS EN 197-1:2003.

a). Water for normal consistency : 26% to 33% b). Fineness : Minimum 280 sqm/kg (by air

permeability method) i). Initial setting time,BDS EN196-3:2005

+А1:2009 : Not less than 45 min.

ii). Final setting time, BDS EN 196-3:2005 +А1:2009

: Not more than 375 min.

c). Minimum compressive strength i). 3 days : 12.4 MPa (1800 psi) ii). 7 days : 19.3 MPa (2800 psi) iii). 28 days (optional) : 27.6 MPa (4000 psi)

Cement shall be delivered in packages as packed by the Manufacturer with the brand name, type of cement and weight of each bag marked on the bag. Sample test of cement must be done from the laboratory designated by the Engineer. One bag from each brand or each consignment of supply of 100 metric tons of cement shall be selected for testing.

1.2 BRICK

Common building clay bricks shall conform to BDS 208:1980 (First Revision). Bricks shall be manufactured from combination of clay mixed with silica sand and alumina and shall be uniformly burnt throughout. Bricks shall be kiln burnt.

1.2.1 First Class Bricks

First Class Bricks shall comply with the following requirements of BDS EN 77a-1:2005 (Common Building Clay Bricks–First Revision).

a). Bricks shall be of machine mould, uniform colour, shape and size having sharp square sides and edges and paralled faces. b). Bricks shall be sound, hard and well burnt homogeneous in texture and free from flaws and cracks. c). Bricks shall emit a clear metallic sound when struck with a small hammer or another brick. A fractured surface shall show a uniform compact structure free from lumps, grits or holes. d). A first class brick shall not absorb more than 1/6th of its dry weight when immersed in water for 24 hours. e). A first class brick shall not break when struck against another brick or when dropped at T-position on hard ground from a height of about 1.2 metre. f). Standard dimension of bricks shall be 250mm x 120mm x 60mm. g). Allowable variations in dimensions shall be:

i). in length not more than 6mm

55

ii). in breadth not more than 5mm

iii). in height not more than 1.5mm h). Unit wieght of bricks shall be minimum 950 kg/cum i). Minimum compressive strength of bricks shall be for

i). halved bricks (mean of 12 bricks) : 25 MPa (3500 psi)

ii). Individual brick : 17 MPa (2500 psi) j). range of efflorescence for a first class brick shall be slight to nil.

1.2.3 Perforated Bricks Perforated bricks shall meet the following specifications:BDS EN 771-1:2005. a). Minimum unit weight : 2,20 kg/brick b). Minimum compressive strength on gross area: i). Multi-core brick : 70 kg/sq.cm ii). 10-Hole engineering brick : 210 kg/sq.cm iii). Maximum size of perforation : 625 sq.mm c). Minimum number of perforation i). Along width of brick : 2 ii). Along length of brick : 6 d). Minimum wall thickness: i). Between brick edge and perforation : 10mm ii).Between adjacent perforations : 10mm e). Maximum water absorption i). 5 hrs, boiling : 20 % of dry wt. ii). Efflorescence : Nil Dimensions (+3mm) 250mm x 250mm x 120mm The perforations may be of any regular shape in cross section. In case of rectangular section the larger dimension shall be parallel to length of the brick. Dimension of perforation measured parallel to the plane of the shorter side shall not be more than 15cm except in case of circular shape of the perforation in which case it may be allowed up to 20cm. Total area of perforation shall not exceed 45% of the total area of corresponding face of the brick. 1.2.4 Clinker Bricks Clinker bricks or tiles shall meet the following requirement: Minimum unit weight : 2 kg/brick Minimum compressive strength : 560 kg/sq.cm (8000 psi) Minimum modulus of rupture : 12 kg/sq.cm (600 psi) Water absorption 5 hrs.boiling : 12%-15% of dry wt. Efflorescence : Nil Dimensions : 250mm x 250mm x 60mm Clinker bricks shall be manufactured by dry process and burnt to a higher temperature and shall be uniformly vitrified to a dark copper tone. Edges shall be square, straight and sharply defined. 1.3 SAND Sand shall conform to BDS EN 12620.

56

Sand shall be either natural sand, composed of clean, hard, durable uncoated particles resulting from the disintegration of siliceous and/or calcareous rocks; or manufactured sand resulting from the crushing of boulders or shingle. Sand shall be clean and free of injurious amounts of organic impurities; deleterious substances shall not exceed the following percentages by weight: Clay Lumps and friable particles - maximum 3% Coal and Lignite 0.25% Material passing the 0.075mm (No. 200) sieve 1% Shale, coal, soft or flaky fragments 1% Sulfur compounds 0.3% Organic material content no organic material Sand shall be well graded from course to fine and shall conform to the following Fineness Modulus: Concrete : 2~2.5 (Two to Two point five) Mortar : 1.2 to 1.5 Filling sand : 0.8 to 1.0 Sand from different sources of supply shall not be mixed and stored in the same stockpile nor used alternately in the work without permission from the Engineer.

1.4 COARSE AGGREGATE

Coarse aggregate shall conform to BDSEN 12620+A1 и BDS EN 12620+A1/НА. Nominal maximum size of coarse aggregate in concrete shall not be larger than: a). One-fifth of the narrowest dimensions between sides of forms; or

b). One-third the depth of slabs; or

c). Three-fourth the minimum clear spacing between individual reinforcing bars or wires, bundles of bars, or prestressing tendons or ducts. 1.5 WATER The water for concrete, mortar and screed shall comply with BDS 636:1986 The water for washing aggregate and mixing concrete and mortar shall be clean, potable and free from objectionable quantities of silt, organic matter, alkali, salt, acids and other impurities. Sufficient water storage facilities shall be provided to ensure the continuous operation of concrete placing. The methods of delivering and storing water shall be subject to the approval of the Engineer. The water to be used for mixing concrete shall be tested Result of the test shall be submitted to the Engineer, 7 days prior to concreting work. All costs involved in these tests shall be borne by the Bidder. 1.6 REINFORCING BAR High tensile steel reinforcing bar shall be structural grade deformed bar specified as per BDS 9252:2007. 1.6.1 Tolerance of Mass

Nominal size (mm)

Tolerance of mass per metre run (%)

Up to 7 + 8.0 8 to 12 + 6.0 Over 12 + 4.5

57

1.6.2 Tolerance of Diameter Tolerance in diameter for both plain and deformed bars shall not exceed 2.5% for 12mm and less size and 1.8% for sizes larger than 12 mm.

1.6.4 Bending Requirements The bend-test specimen shall withstand being bent around a pin without cracking on the outside of the bend portion. The requirements for degree of bending and sizes of pins are prescribed in Table 3-Bend Test Requirement. The bend test shall be made on specimens of sufficient length to ensure free bending and with apparatus which provides: • Continuous and uniform application of force throughout the duration of the bending operation. • Unrestricted movement of the specimen at points of contact with the apparatus and bending around a pin free to rotate. • Close wrapping of the specimen around the pin during the bending operation.

Table -3

1.6.5 Frequency of Tensile, Bend, Re-bend testing

For the specified tests sample length shall be 1000 mm long or 20 times the nominal size whichever is greater. Sample shall be selected from each batch at a frequency of not less than one per x tonnes or part thereof where x has the value give in the above table. Samples for the bend and re-bend tests shall not be selected from the same bar. 1.6.6 Cross Sectional Area and Mass

Nominal size Mass (kg/m) Cross sectional area (mm2) 6 mm 0.222 28.30 8 mm 0.395 50.30 10 mm 0.616 78.50 12 mm 0.888 113.00 16 mm 1.579 201.00 20 mm 2.466 314.00 22 mm 2.980 380.00 25 mm 3.854 491.00 28 mm 4.830 616.00 32 mm 6.313 804.00

All steel bars prior to its use shall be cleaned with wire brush to make it free from loose scale, dirt, paint, oil, grease or other foreign substances. All reinforcing steel shall be stored properly under shed not to be contaminated by oil, grease or mud. 1.6.7 Requirement for Deformation in Reinforcing Steel The reqirement of deformation shall meet BDS ЕN 10080:2005. a). Deformations shall be spaced along the bar at substantially uniform distances. The deformations on opposite sides of the bar shall be similar in size and shape. b). The deformations shall be placed with respect to the axis of the bar so that the included angle is not

Nominal size of bar (mm)

Value of x (Quantity of materials in tonnes)

Tensile test Bend test Re-bend test Under 10 25 50 50 10 to 16 35 70 70 20 to 32 45 90 90

58

less than 450 deg. Where the line of deformations forms an included angle with the axis of the bar of from 450 to 700 deg. inclusive, the deformations shall alternately reverse in direction on each side, or those on one side shall be reversed in direction from those on the opposite side. Where the line of deformation is over 700 deg. a reversal in direction is not required. c). The average spacing or distance between deformations on each side of the bar shall not exceed seventeenths of the nominal diameter of the bar. The overall length of deformations shall be such that the gap between the ends of the deformations on opposite sides of the bar shall not exceed 12.5% of the nominal perimeter of the bar. Where the ends terminate in a longitudinal rib, the width of the longitudinal rib shall be considered the gap. Where more than two logitudinal ribs are involved, the total width of all longitudinal ribs shall not exceed 25% of the nominal perimeter of the bar. Furthermore, the summation of gaps shall not exceed 25% of the nominal perimeter of the bar. The nominal perimeter of the bar shall be 3.14 times the nominal diameter. Measurement: i) The average spacing of deformations shall be determined by dividing a measured length of the bar specimen by the number of individual deformations on any one side of the bar specimen. A measured length of the bar specimen shall be considered the distance from a point on a deformation to a corresponding point on any other deformation on the same side of the bar. ii) The average height of deformations shall be determined from measurements made on not less than two typical deformations. Deformations shall be based on three measurements per deformations, one at the centre of the over-all length and the other two at the quarter points of the over-all length. 2.0 CEMENT CONCRETE (C.C.) WORKS. (VNoss) 2.1 Description The work covered by this item shall consist of constructing in floor and where necessary as per drawing with Concrete Grades as specified in Bill of Quantities. 2.2 Materials Cement shall be Ordinary Portland Cement Type–1 or Portland Composite Cement, sand shall be local sand with minimum F.M. 1.8 and coarse aggregate shall be as specified in Bill of Quantities, water shall be potable water. 2.3 Construction Requirements The specification shall be the same as for R.C.C works excepting that: (i) No reinforcement will be used;

(ii) Strength/Proportion shall be as noted in Schedule of Items;

(iii) 20mm down graded coarse aggregate as specified in BOQ;

(iv) The curing shall be done for 7 days minimum;

(v) Wooden or steel tempers or rammers in lieu of vibrators may do compaction of concrete. If C.C. work is done over brick soling, it shall be sprinkled with water so that no loss of water from concrete can occur due to absorption of water by dry bricks. In case sub soil water tends to rise and wash away C.C. work in foundation, while this is being done, dewatering of foundation bed shall be done by making sumps and using pump or manual labour. The dewatering process shall continue until the concrete has set. In order to improve bond with masonry/concrete work coming above it, if required, the surface shall be roughened before it reaches initial set, by scouring with the help of a pointed tool or wire brush.

59

2.4 Method of Measurement This item shall be measured in the cubic meter complete in place. 2.5 Basis of Payment The amount of completed and accepted work, as mentioned above shall be paid for at the quoted unit price and payment shall be for full compensation of all materials, labours including preparation of bed laying of polythene transport, batching, mixing, pouring, compacting and curing etc. necessary to complete the item according to drawing and direction of Engineer.

3.0 REINFORCED CEMENT CONCRETE (R.C.C) WORK

3.1 Scope of Work The work covered by this item shall consist of but not limited to reinforced concrete construction in foundations, rafts, columns, lintels, beams, slab, ribs, fins wall panels, retaining walls, underground water reservoirs, roof water tanks etc. of the form, dimension and design shown in the drawings. 3.2 Materials 3.2.1 Cement Ordinary Portland Cement Type-1 or Portland Composite Cement confirming to BDS EN 197-1:2003. It shall be free from any hardened lumps and any foreign material other than the manufacturing ingredients. Cement shall have a minimum 90% of particles by weight passing the 75 micron sieve. The Engineer’s Representative reserves the right to reject any cement that fails to achieve specified concrete strength laid down in these specifications and the schedule of items. Cement bags containing clods giving indications of starting of initial setting time shall not be used in R.C.C work. Only one brand of cement shall be used for a particular casting work except by written permission from the Engineer. Different types of cement if approved by the Engineer shall be stored separately and shall not be mixed. Use of re-bagged cement shall not be allowed. Engineer, at his discretion shall test cement which he feels to have deteriorated through age, damage to bags, improper storage or for any other reason. In the event of any sample being found to be not in accordance with BDS EN 197-1:2003 or any other standard as specified, the whole consignment from which the sample comes shall be rejected and removed from the site immediately notwithstanding any previous acceptance otherwise. Cement may be measured by weight or in a standard bag to weigh 112 pounds/50kg having a volume of 0.0354 cum/1.25 cft. The Bidder shall maintain the record of deliveries of cement to the site and its use in the work. Cement shall be stored at site in such a manner as to permit easy access for proper inspection, handling and identification of each shipment. Cement shall not be stocked higher than 6 bags. 3.2.2 Supply of Aggregates (i) Unless otherwise permitted by the Engineer, fine and coarse aggregates for concrete shall comply with the relevant requirements of BDS EN 12620. (ii) All coarse aggregates for incorporation into concrete mixes shall consist of hard, solid, durable, uncoated angular rock fragments or angular fragments of crushed stones and shall not contain dust, mud, organic materials or other deleterious matter. (iii) All fine aggregates for incorporation into concrete mixes, shall be clean, hard, solid and

60

durable natural sand and shall not contain harmful amounts of dust, mud, organic material or other deleterious substances. The fine aggregates shall be as far as possible pure Silica (SiO2). (iv) The aggregates shall be graded and the combined gradation of aggregates used for the concreting works shall have to be approved by the Engineer. 3.2.3 Gradation of Fine and Coarse Aggregate The gradation of the fine aggregates shall conform to the requirements shown below.

Grading of Fine aggregate

ASTM Sieve Designation Per Cent Finer by Weight 3/8 in (9.5 mm) 100 No. 4 (4.75 mm) 95 to 100 No. 8 (2.36 mm) 80 to 100

No. 16 (1.18 mm) 50 to 85 No. 30 (0.60 mm) 25 to 60 No. 50 (0.30 mm) 10 to 30 No. 100 (0.15 mm) 2 to 10

The gradation of coarse aggregate shall conform to the following:

Designated sizes Percentage by weight passing US Standard sieves having square openings

38 mm 25 mm 20 mm 12 mm 10 mm No. 4 No. 8 25 mm down graded 20 mm down graded 12 mm down graded

100 -- --

95-100 100 --

-- 90-100

100

25-60 --

90-100

-- 20-55 40-70

0-10 0-10 0-15

0-5 0-5 0-5

3.2.4 Reinforcement for Concrete (i) Unless otherwise permitted by the Engineer, the reinforcement to be used shall be mild steel B 500 grade deformed bars having minimum yield strength of 415 MPa (60,000 psi) and shall conform to BDS 9252. (ii) Cutting, bending, cleaning and fastening in position of reinforcing steel shall conform to the requirements of ACI 318, unless otherwise specified by Engineer. (iii) Prior to placing orders for reinforcing steel, the Bidder shall submit samples, Specifications and test certificates as specified herein and as required by the Engineer for approval. No order shall be placed until such approval is given in writing. (iv) All consignments of reinforcing steel shall be stamped by the manufacturer to identify the Mill, Grade of steel, and the lot number from which the consignment was made. (v) Reinforcing steel shall be stored on the ground in separate groups according to size and length in such a manner as to be readily accessible when required, and with facilities for inspection. (vi) Before being placed in position, all reinforcing steel shall be thoroughly cleaned of grease, paint, loose rust or other coatings of any kind, which reduce bond. (vii) All reinforcing steel tobe incorporated in the work shall be placed accurately in the position shown on the drawings and shall be held firmly in position during placing and setting of concrete. 3.2.5 Mixing Water i). Water for mixing concrete shall, unless otherwise permitted by the Engineer, be potable water drawn

61

from a tubewell or obtained from a public water supply authority. ii). The water to be used shall be clean and free from all deleterious materials that significantly affect the hydration reactions of Portland cement. iii). The Bidder shall propose the provisions to ensure a satisfactory and adequate supply of potable water subject to the approval of the Engineer. iv). Water must be free from excessive chlorides and sulphates. Water supplies shall be sampled and tested for chlorides and sulphates in a standard materials testing laboratory as directed by the Engineer. The maximum acceptance limits shall be as follows :

1000 mg/1 as SO3 for sulphates 500 mg/1 as CI ion for chlorides.

3.2.6 Delivery and Storage of Materials 3.2.7 Cement The Bidder shall be responsible for the proper storage of the cement at the job site. Cement shall be stored in a weather proof shaded area having dam proof floor, waterproof walls and leak-proof roof. The cement stacks shall be placed at a minimum distance of 300mm from the walls. The damp-proof floor shall be constructed by raising it minimum 300mm above the ground. If the cement is damaged and becomes lumpy due to defective storage, it shall be removed from the job site within 24 hours of receipt of instructions from the Engineer’s Representative. Cement in transit and storage or stock-piled at site shall be protected from dampness or any damage by climatic conditions that would change its characteristics or usability. Cement go down shall be constructed to be fully weather proof. Batches of cement shall be used for the work in the order in which they are delivered to the site. A register shall be maintained by the Bidder listing date of delivery and quantity of each consignment for easy identification. 3.2.8 Aggregates Aggregates shall be stock-piled at least 7 days prior to their anticipated use to permit the Engineer to sample each stockpile to determine the acceptability of the material for the intended use. Aggregates of different sizes or grades and from different sources of supply shall not be mixed. All aggregate shall be stored free from contact with earth and other deleterious matter. Every precaution shall be taken during transport and stockpiling of coarse aggregate to prevent segregation. Segregated aggregates shall not be used until they have been thoroughly remixed and the resultant pile is of uniform and acceptable grading at any point from which a representative sample is taken. 3.2.9 Reinforcing steel Reinforcing steel shall be stacked with each dia type of bars stockpiling separately under shed to avoid effect of rain and dew. Stockpiling of huge quantity of steel bar shall be avoided to save it from rusting and deterioration through oxidation. Sufficient quantity required for single operation of casting should be collected from one approved source and stored at site prior to rod bending and binding work. Reinforcing bars shall not be stockpiled on soil. A raised platform shall be prepared by laying brick flat soling over which reinforcing bars shall be stacked in orderly manner. Sufficient acceptable materials shall be available at the batching site to ensure continuous placement necessary for structures. The moisture content of the accepted aggregate shall remain consistent to the extent that the resultant successive batches of concrete do not vary in consistency by more than 6mm of slump. If the moisture content in the aggregate varies by more than the above tolerance, corrective measures shall be taken to bring the moisture to a constant and uniform quantity before any more concrete is placed.

62

Coarse aggregate shall be saturated with water at least 12 hours before use to prevent absorption of the mixing water. 3.2.10 Mixing Concrete shall be mixed in concrete mixer of approved type and appropriate capacity. Each batch shall be thoroughly mixed for a period of not less than 1.5 minute after all materials including the water are in the drum and during this period the drum shall be in the mixing position and revolve at uniform rate of not less than 14 or more than 20 revolutions per minute. The cement and sand shall be thoroughly mixed in dry condition. The batch shall be so charged into the mixer drum that some water shall enter in advance of the cement and aggregate. The entire content shall be removed from the drum before the succeeding batch is introduced. Concrete shall be mixed in quantities required for immediate use. Concrete shall not be used which has developed initial set or which is not in place within thirty (30) minutes after the water has been added. Re-tampering of partially hardened concrete by remixing with or without additional materials or water, or by other means will not be permitted. The inside of the mixing drum shall be kept free of hardened concrete at all times. Mixers which have been out of use for more than 30 minutes shall be thoroughly cleaned before any fresh concrete is mixed. Unless otherwise agreed by the Engineer, the first batch of concrete through the mixer shall contain only two thirds of the normal quantity of coarse aggregate. Mixing plant shall be thoroughly cleaned before changing from one type of cement to another. 3.2.11 Consistency of Concrete The consistency of concrete shall be determined following evaluation of the placement conditions for each individual section of the work to be decided and approved by the Engineer. Mix proportions and consistency shall produce a dense, well compacted concrete with a minimum tendency to segregate under placing conditions, free from sand streaks, honeycomb, air-pockets, exposed reinforcing steel and other forms of structural weakness or unsatisfactory appearance. 3.2.12 Transport and Placing A most thorough and careful design can be completely defeated by the improper practices in the handling of ingredients and placing of concrete. Unrestrained dropping, horizontal flow of concrete is extremely harmful and shall not be tolerated. Concrete shall be so transported from the mixer and placed in the form that contamination, segregation or loss of the constituent materials does not occur. Before placing the concrete, all form work, space and the reinforcement contained in it shall be thoroughly cleaned of all extraneous matter. Care shall be taken to fill every part of the forms, to work the coarse aggregate back from the face so that sufficient mortar will be flushed from the mass to form a smooth surface, and to force the concrete under and around reinforcing bars without displacing them. Concrete shall be conveyed from the mixer to the place of final disposition by suitable method, which will prevent segregation or loss of ingredients or damage, by exposure to the elements. The Bidder should preferably use a crane of adequate capacity and reach for transporting concrete from the mixing site or temporary storage area of fresh concrete to the final placement location. Alternatively, the Bidder, with the approval of the Engineer, may adopt pumping method for transporting concrete from the mixing site to the ultimate placement location. Placing concrete by pumping methods shall conform to the requirements of ACI 304.2R. The detail procedures for transporting concrete and equipment to be used for transporting concrete by the Bidder shall be approved by the Engineer. The maximum time elapsed between mixing and placing shall not be more than 45 (forty-five) minutes. The concrete shall be deposited vertically in the forms in horizontal layers to a depth not exceeding 300mm and each layer shall be properly vibrated before laying the next one.

63

The concrete shall not be dropped freely from a height exceeding 1.8 meter nor shall it be deposited in large quantities at any point. In columns or wall structures special tremie pipe may be used for drop more than 1.8 meters. Dragging of concrete inside the forms or distribution by vibrators or allowing it to flow by gravity to the ends of the forms will not be permitted. Great lift of a simple pour encourages segregation of coarse aggregate and sedimentation of the finer constituents of the mixer and moreover may cause uneven displacement of the forms. In sections where it is extremely difficult, to place concrete containing the larger sizes of the coarse aggregate, a modified mix, as approved by the Engineer, may be used to ensure against honeycomb and separation of the coarse aggregate from the mortar. Concrete shall be deposited and compacted in its final position within 30 minutes of its discharge from the mixer and shall not be subjected to vibration between 2 and 24 hours after compaction. When in-situ concrete has been in place for 4 hours no further concrete shall be placed against it for a further 20 hours. After concreting is started, it shall be carried on as a continuous operation until placing of a panel or section is completed. During pouring of concrete, the mason shall not be allowed to use his mug and water. To achieve the laying of concrete to proper thickness, two strips of concrete about 200mm wide and a little over the specified thickness shall first be placed 1800-2000mm apart, compacted and leveled to the exact thickness. Concrete is then poured within the intervening space between the strips (locally known as ‘pays’) and properly compacted to the desired thickness. Care shall be taken that during concreting, the rods are not displaced and that the effective depths of slabs, beams, spacing of stirrups, and rings and the clear cover to the bars are maintained. Care shall be taken to see that the top negative rods are not displaced at all which seriouly affects the design and desired strength of the structure. Particular attention shall be given to the placing and spacing of rods in the cantilevers. Before and during casting, the main reinforcing bars, both positive and negative shall be kept in position. Negative reinforcements shall be kept in position by steel chairs and the positive ones by concrete blocks of required size. Adequate precautions against displacement and depression of rods due to trampling of the workers shall be taken. Walking on recently poured concrete shall not be allowed. 3.2.13 Compaction of Concrete Concrete, during and immediately after placing, shall be thoroughly compacted by mechanical vibration. The vibration shall be internal unless otherwise authorized by the Engineer Vibration shall be of a type and design approved by the Engineer. It shall be capable of transmitting vibration to the concrete at frequencies of not less than 4,500 impulses per minute. The intensity of vibration shall be such as to visibly affect a mass of concrete of one inch slump over a radius of at least 450mm. The bidder shall provide a sufficient number of vibrators to properly compact each batch immediately after it is placed in the forms. He also provide sufficient number of nozzles of different diameter to execute the work smoothly. Vibration shall be applied at the point of deposit and in the area of freshly deposited concrete. Vibration shall not be applied directly or through the reinforcement to sections or layers of concrete which have hardened to the degree that the concrete ceases to lie plastic under vibration. It shall not be used to make concrete flow in the forms over distances so great as to cause segregation. Vibrators shall not be used to transport concrete in the forms. Concrete pouring schedules and construction joint sequences of different stages shall have to be approved well in advance by the Engineer. 3.2.14 Construction and Expansion Joints

64

Position and detail of construction joints, not shown on the plans, shall be planned in advance by the Bidder for which approval will be necessary. The Bidder shall locate such joints conforming the general consideration for construction joints as set out by the Engineer. Placement of concrete shall be in a continuous operation between consecutive joints. In resuming the work, the old concrete surface shall be thoroughly cleaned of laitance and all loose material by stiff wire brush, roughened, if deemed necessary, and washed with clean water. The surface then shall be coated with very thick cement slurry/bonding agent before fresh concrete is placed. Properly cleaning the surface to be received sealant prior to the application of Primer. Care should be taken to select application temperature preferably medium temperature to avoid excessive expansion and contraction. 3.2.15 Special Casting Process for Columns and R.C.C Wall Minimum of construction joints shall be allowed in beams, and column of the structures. No construction joint in columns from below floor to bottom of beam shall be allowed, column must be cast in a lift, to avoid any construction joint below lintel level. Special shuttering with opening at middle height shall be used for the facility of casting. The opening shall be closed after casting of concrete upto that level without disturbing the green concrete. The bidder shall prepare shuttering details ahead of actual work and shop drawings are to be approved by the Engineer. In any case the safety and stability of form work shall be the Bidder's responsibility. No construction joint shall be allowed between beam, web & roof slab of building. For wall & water reservoir no concrete shall be placed from a height of more than 1.0m and the shuttering of the wall shall not be more than 1.25m in height. 3.2.16 Formwork and Scaffolding The system of formwork and props for reinforced concrete work shall be the responsibility for the Bidder. Formwork may consist of steel sheets of minimum thickness of 14 BG or wooden planks of hard wood of approved variety having a minimum thickness of 45mm with necessary battens, struts, stringers, beams, ties, etc. In case of wooden planks the same shall be new and shall not be used more than three times in contact with concrete. All formwork shall be of sound materials constructed water-tight, true to line as per drawing and of such rigidity to prevent bulging or movement during the placement and curing of the concrete. Form work for bases and walls of water reservoir shall have chamfer of appropriate dimension as per drawing and direction. After hardening the concrete shall conform to the shape, dimensions and surface finish described in the Contract. The forms shall be simple in construction, easy for erection, maintenance and removal. Form lining shall be in largest practicable panel to minimise joints. Under usual conditions the following minimum periods between concreting and the removal of formwork shall be observed: Vertical sides excepting beams 3 days Vertical sides of beams 7 days Soffits for span of 6 meter or fewer 18 days Soffits from span of over 6 meters min. 21 days Scaffolding shall be made from strong and suitable bamboo poles, wooden post or steel pipes. Steel centering frames may be used for any height provided they are properly designed for that particular height or above. For all concrete works having a crushing strength equal to or above 25 MPa, steel shuttering and scaffolding shall be used. Tubular steel centering shall be thoroughly inspected before erection. Defective members shall be discarded. Adjustment screws shall be set to their approximate final adjustment after assembling the basic unit and the unit shall be leveled and plumbed.

65

Approval of Engineer will be required regarding adequacy of the shuttering before placement of concrete can be started. The centering frame shall be braced to make a rigid and solid unit. Struts and diagonal braces shall be in proper position and secured. As erection progresses, all connecting devirs shall be in place and fastened for full stability of joint and units. The props shall be placed on timber planks, false brickwork, or steel shut covering several posts at a time so as to eliminate the possibility of any sinking of the earth below especially in the ground floor where the earth is likely to the moistened by water. The shape, strength, rigidity, water tightness and surface smoothness of reused forms shall be maintained at all time. Any warped or bulged timber must be resized before being reused. The formwork made of materials liable to absorb water shall always be sprinkled with water to percent water absorption from concrete. Water shall not be profusely used and the formwork shall be in a saturated surface dry condition. Scaffolding and formwork shall be checked to see if all the props are stiffly supported over the firm base. It any prop is found off based, wooded edges shall be inserted below the prop to obtain the required degree of rigidity, with regard to horizontal movement. No clay plaster, pocking with pieces of paper, jute, cotton waster etc. shall be allowed to make up the gaps between the centering. Concrete exposed by the removal of formwork shall be left untouched pending inspection by the Engineer. Cement mortar separators or block of appropriate sizes are to be used in all covering as per drawing or directed by Engineer. The drip course shall be constructed at the edge of roof slab etc. by means of an approved batten included in the form work before casting or after casting as desired by the Engineer. 3.2.17 Curing and Protection Concrete shall be protected against harmful effects of weather for a period of not less than seven (7) days immediately following the placing of concrete. All concrete surface shall be covered with two thicknesses of wet burlap which have been spot stitched, or wet jute felt or gunny bags as soon after placing of concrete as it can be done without marking the surface and kept thoroughly wet by continuous sprinkling of water for a period of not less than 21 days after the concrete has taken its final set. In lieu of continuous sprinkling, plastic sheeting or plastic coated burlap may be used to prevent moisture loss. The concrete shall be pre-moistened and the plastic sheeting shall be held securely in place so that positive moisture seal is provided to retain the curing moisture during the 14 days curing period. Form of perforated sheeting shall be without delay repaired or replaced with acceptable material. Ponding which is most efficient method shall be used for curing slabs. For the first 18 to 24 hours, the exposed surface is covered with moist hessian or canvas. After that small bank of dykes of lean mortar are built around and along the slab, into number of rectangular ponds and filled with water. This method is suitable for floors roof, slabs etc. The method of curing shall be subject to the approval of the Engineer. 4.0 Quality Control Scheme and Testing Requirements 4.1 General Requirements (a) All materials shall be tested in the laboratories in Bulgaria. (b) All tests shall be carried out in accordance with the standard procedure set herein.

66

(c) After the test, if the quality of a particular consignment is found to be inferior to what is specified, the material of the consignment will not be accepted and the Bidder shall remove such rejected materials from site within the time stated in writing at the time of rejection. (d) The Bidder may arrange for testing to be carried out from the approved laboratory prior to delivery of materials to site. But this shall in no way relieve him of his obligations and responsibilities of carrying out necessary tests and removing all materials not fulfilling the requirements set under this specification. (e) All sampling of materials for testing purposes shall be made on a random basis following the guideline of the Engineer. All test samples shall be collected in presence of the designated representative of the Engineer, who shall supervise proper sealing/securing of the sample prior to sending it to the relevant laboratory for testing. Engineer and the Bidder or their authorized representative shall put joint signatures on the sealed containers/bags of the sample before sending those to the recognized materials testing laboratory as directed by the Engineer. (f) In transporting the sample (s) to the approved testing laboratory, precautions shall be exercised by the Bidder so as to ensure that samples are not harmed due to shock, impact or jerk impairing its structural soundness. (g) On completion of tests, results shall be collected by person (s) authorized by the Engineer only. (h) The cost of all testing including all repeat tests (in case of non-fulfillment of requirement) and incidental expenses shall be borne by the Bidder and no separate payment shall be given to the Bidder for this purpose. 4.2 Testing Requirements of Various Structural Materials Unless provided otherwise in the Specifications or elsewhere in the Contract Documents, any or all of the tests specified here shall be performed as may be required by the Engineer to ascertain whether the quality of material and/or of any finished or partially finished work is appropriate for the purpose for which it is or was intended to fulfil in accordance with the Specifications. Only the major structural materials are covered in this section, the Engineer may require tests on other materials and the Bidder shall have to comply with those requirements as well. 4.3 Reporting Requirements The Bidder shall keep records of all tests conducted including those which fail to meet requirements during the course of execution of the works or approval of materials. A summary of tests conducted during each month shall be furnished enclosing all test results thereof as an annexure to the Monthly Progress Report to be submitted by the Bidder. On completion of the Work, and before issuance of the Completion Certificate, copies of all test reports shall be consolidated in a volume, three copies of which shall be submitted for record of the Employer. 4.5 Method of Measurement This item shall be measured by the cubic meter complete in place for the several classes of concrete that may be involved. However measurements of particular items are indicated in Bill of quantities Measurement shall be to the neat lines of the structure shown on the plans or as ordered in writing by the Engineer. The volume of reinforcement, conduit pipes and fittings embedded in the concrete shall not be deducted from volume of the concrete. 4.6 Basis of Payment The amount of completed and accepted work, measured as provided above, shall be paid for at the contract unit price per cubic meter or as indicated in Bill of quantities for the several classes of concrete, which prices shall be full compensation for furnishing, preparing, transporting, delivering, breaking chips, screening chips as required, mixing and placing all materials, including any admixtures, curing compound and curing and

67

finishing of concrete, construction including chamfering and removal of formwork and scaffolding where required and for all labour, equipment, tools and incidentals such as overhead, profit, taxes, VAT etc. necessary to complete the item, except reinforcing steel unless otherwise noted in the Bill of quantities. 5.0 REINFORCING STEEL IN CONCRETE 5.1 Description This item shall consist of furnishing and placing in concrete reinforcing steel (M.S Rod) of quality, type, size and quantity designated, all as required by these Specifications and as shown on the applicable structural drawings. 5.2 Materials Reinforcing steel shall be 60 Grade, deformed bars from billet steel as specified on the structural drawings and shall meet the following requirements: a). Quality of reinforcement steel, its properties including strength, elongation, bending, splicing, hooking, covering and all related events shall be in accordance with the requirements of BDS 1313-1991 and ASTM A615M. It should be noted that steel made from scrap iron shall not be accepted for any type of work. All reinforcement bars shall be clean and free from loose scale, dirt, paint oil, grease or other foreign substance. Bars should be placed in position as drawing/design requirement and be cleaned with a stiff wire brash if required. 5.3 Bending of Reinforcement All reinforcement bars shall be bent cold to pertinent dimensions using bending appliances and method approved by the Engineer. All bars of slab and beam shall invariably have standard hooks at the end. All standard hook shall meet the following requirements: a). A semicircular turn plus an extension of at least four bar diameters but not less than 62mm at the free end of the bar. b). A 90-degree turns plus an extension of at least 12 bar diameters at the free end of the bar. c). For stirrup and tie anchorage only either a 90 degree or a 135 degree turn plus an extension of at least six bar diameters but not less than 75mm at the free end of the bar. The radii of bend measured on the inside of the bar for standard hooks shall not be less than the values given below: Bar size Minimum radii 10 mm, 12 mm, 16 mm 2.5 bar dia 19 mm, 22 mm, 25 mm 3 bar dia 28 mm, 32 mm, 35 mm 4 bar dia Bends for stirrups and ties shall have radii on the inside of the bar not less than one bar diameter. In case of any discrepency between the drawing and specification, drawing shall prevail. 5.4 Placing of Reinforcement Reinforcement shall be placed, supported and maintained in the position shown in the Contract Drawing and shall be checked and approved by the Engineer before placement of concrete begins. Unless otherwise permitted by the Engineer, all intersecting bars shall be tied together with double layer of 22G black iron wire and the ends of wire shall be turned into the main body of the concrete. Clear cover must be maintained to the side of reinforcement as shown on the drawing by using concrete blocks or separators.

68

5.5 Splicing of Reinforcement No splices shall be made in the reinforcement where not shown in the drawing. Wherever it is necessary to splice reinforcement at points other than those shown on the plans, Drawings showing the location of each splice shall be submitted to and approved by the Engineer before the reinforcing steel is placed. 5.6 Supports Precast concrete blocks or metal supports of adequate strength, of proper dimension and in sufficient number shall be used for supporting the bars in position. Blocks shall be of a shape acceptable to the Engineer and designed so that they will not overturn when concrete is stored. They shall be made of concrete with 10mm maximum aggregate size from same materials and of the same mix proportions as that of the concrete in which they are to be used. They shall be cast and properly cured for at least seven days before use and shall have wire or other device cast in the block for the purpose of attaching them securely to the reinforcement. Where directed chairs made with 12mm bars shall be provided in slab for keeping the negative reinforcement in place during concreting. These chairs when used shall provide proper cover as required and the numbers shall be as decided by the Engineer. 5.7 Welding of Reinforcement Reinforcement in structures shall not be welded except where permitted. All welding procedures shall be subject to the prior approval of the Engineers in writing. In pile reinforcement welding may be necessary and shall be done in accordance to the drawing and with the approval of the Engineer. Welding for connecting the damaged portion of the reinforcement shall be allowed on both sides of the Re-bar and shall be 50mm of welding length on both sides and on ends. 5.8 Concrete protection for Reinforcement Unless otherwise shown in the structural drawings, the covering of reinforcement for different types of members shall be as per the relevant standard in force in Bulgaria 10.9 Method of Measurement Reinforcing steel bars shall be measured in M.Ton actually placed in different reinforced concrete members like mat, column, wall, beam, slab, stair, lintel, railing, dropwall etc. With unit price, reinforcement actually in place as shown on the plans or as ordered in writing by the Engineer shall be considered. The weight paid for shall include splice laps of reinforcement as approved by the Engineer but no allowance will be made for the clips, chair, seperator, wires, over weights etc. or other fastening devices for holding the reinforcement in place. No measurements shall be given for overweight, clips or other fastening devices. 5.10 Basis of Payment The amount of completed and accepted material, measured as provided above, shall be paid for at the contract unit price per Metric Ton for "Reinforcing Steel”, which prices shall be full compensation for furnishing, fabricating, transporting, delivering, erecting, and placing all materials, and for all labour equipment, tools, including all chairs, seperator, overweight, overhead, profit, taxes, VAT etc. and incidentals necessary to complete the work. The weight shall be considered as per BDS 1313:91. 6.0 BRICK WORK 250mm THICK AND ABOVE 6.1 Description This item shall consist of constructing brick masonry work in 1:6 cement mortar in such thickness and at such heights as required by the plans. 6.2 Materials

69

All materials shall meet the requirement of the relevant sections of Material Specifications. a). Bricksshall be 1st class well-burnt bricks of uniform colour, shape, size with sharp corners . b). Cementshall be Ordinary Portland Cement d). Watershall be same as required for concrete. Mortar: Mortar of brickwork unless otherwise required shall consists of 1 part of cement and 6 parts of sand by volume. Cement and sand shall be mixed dry in the specified proportions on a clean board or platform until the colour of the mixture is uniform. Water shall then be added sparingly, only the minimum necessary being used to produce a workable mixture of normal consistency, The water cement ratio in no case shall exceed 0.50 by weight, or as directed by the Engineer. The mixing shall be done on a clean hard platform with watertight joints to avoid leakage. The mixture should be covered with polythene sheet or other means so that dust or other foreign materials cannot be deposited. At the close of each day's work, the mixing trough and the pans shall be thoroughly cleaned and washed. Mortar shall be mixed in quantities required for immediate use within 30 minutes of mixing. Mortar, which has taken its initial set, shall, on no account be used on the work, nor shall it be remixed with or without additional materials or re tempered by other means. 6.3 Construction requirements No bricks shall be used until they have been thoroughly soaked in clear water for at least eight hours. Soaking shall be discontinued one hour before use. Care shall be taken that the bricks are clean and free from lime or dirt of any kind. If necessary, bricks shall be scrubbed clean by steel brush and washed. Water in soaking vat shall be replaced at regular intervals to avoid concentration of salt and dirt. Vat for the soaking of brick shall be constructed above the ground with a height of about 1 meter and size enough to soak sufficient for a day work. For clearing the dirty water a hole shall be kept at the bottom of one side. The vat shall have two chambers, one for soaking brick and one for clean water to be used for mixing mortar. After the day’s work, the vat shall be cleaned, filled with fresh water and sufficient number of bricks shall be submerged in the vat for overnight soaking. Brickwork shall be built in plumb and shall be carried up regularly throughout the entire length of the structure. Unless otherwise specified, bricks shall be laid in English Bond with frog mark on top and each brick being set with mortar in bed and vertical joints. All bricks shall be whole except where necessary for closers and where expressly authorized. All horizontal joints shall be parallel and level. Vertical joints in alternate courses shall come directly over one another. Joint thickness should be uniform and shall be 6mm for pointing brick work and shall in no case exceed 10mm for other brick works. Exposed joints shall be raked and flush-pointed unless otherwise specified and the face of the work shall be kept clean as work proceeds. Pouring of water in the joints at the time of laying the brick shall be strictly prohibited. If the brick work is to be plastered, at the end of the day’s work the vertical and horizontal joints be raked to a depth of 12mm with a bent iron rod, so as to ensure good adhesion to the plaster to be done subsequently. The joints of brickwork that shall remain below and in contact with ground shall be made flushed with mortar by trowels at the time of brick work. At frequent intervals, the wall surface shall be checked with the straight edge (patta) and the plumb bob to see that the wall is in correct vertical plane and that there is no depression on the surface anywhere. The straight edge shall be put at various angles to ensure correct surface of brickwork. All masonry shall be true to plumb within the tolerance prescribed below: a) Deviation from vertical within a storey shall not exceed 6mm per 3m height.

b) Deviation from position shown on plan of any brickwall shall not exceed 12mm.

c) Relative displacement between load bearing walls in adjacent stories intended to be in vertical alignment shall not exceed 6mm. Any pipe or conduit may pass vertically or horizontally through any masonry by means of a sleeve at least long enough to pass any hub or coupling on the pipe line. Such sleeves shall not be placed closer than three diamaters centre to centre nor shall they unduly impair the strength of construction.

70

Chases, recesses and holes shall be permitted within the tolerances preseribed below: a) Vertical chases shall be preferred instead of horizontal chase.

b) Vertical chases shall not be closer than 2m in any stretch of wall and shall not be located within 350mm of an opening or within 250mm of a cross wall that serves as a stiffening wall for stability.

c) Horizontal chases shall be located in the upper or lower middle third height of a wall. When brickwork in any section can not be carried up in level courses, the work is to be racked back in regular steps of one course each. The height of day's work shall be limited to 1.25 meter unless otherwise permitted. In exposed situations the day's work shall be protected against harmful effect of weather during and for a period immediately following construction until the mortar has sufficiently hardened. All brickwork shall be thoroughly cured for a period of at least 7 days. Fixture in masonry such as anchors, clamps, brackets, pipes, etc. shall be built-in during construction at no additional cost to the Contract. 6.4 Method of Measurement This item shall be measured in net cubic meter of brickwork built in place to the neat lines of the structures shown on the plans with 250mm width for one brick and 375mm for one and half brick length. No deduction shall be made for flues, storm drainage, sewerage, electric conduit and other utility pipe holes for payment of work. Necessary scaffolding shall be done at the expense of the bidder for proper execution of work. The rate shall include the cost of erection and removal of scaffolding. 6.5 Basis of Payment Payment shall be made at the Contract unit price per cum of completed and accepted work measured as provided above which price shall constitute full compensation for furnishing, storing, transporting, preparing, laying, and curing all materials and for all labour, scaffolding, tools and equipment, overhead, profit, taxes, VAT etc. and for all incidentals necessary to complete the item. 7.0 BRICK WORK 120 mm thick 7.1 Description The work covered by this item shall consists in constructing 120mm thick wall with 1st class bricks in 1:4 cement mortar at any heights as required by the plans. 7.2 Construction Requirement and Materials Materials and method of construction shall be as stated in clause 12 except that the mortar shall consist of 1 part of cement and 4 parts of sand. 7.3 Method of Measurement 120 mm thick brick walls shall be measured in square meter actually built wall deducting all openings and incorporated foreign structures, such as lintels, columns, beams, etc., provided that the area to be deducted exceeds 0.1 square meter. 7.4 Basis of Payment Payment shall be made at the contract unit price per square meter of completed and accepted work measured as provided above which price shall constitute full compensation for furnishing, storing, transporting, preparing, laying and curing all materials and for all labour, scaffoldings, tools and equipment, overhead, profit, taxes, VAT etc. and for all incidentals necessary to complete the item.

71

7.0 PLASTER ON BRICK MASONRY 7.1 Description This item shall consist of providing 12mm to 20mm thick (1:4)/ (1:6) on walls, and where necessary in accordance with these Specifications & direction of Engineer. 7.2 Materials Materials shall meet requirements specified below and in the relevant section of Material Specifications. a). Cement shall be Ordinary Portland Cement b). Sand shall be clean well grade natural sand having a fineness modulus of 1.2. Sand shall be washed carefully in water to get rid of the trouble of saltpeter action in plaster and dampness to the wall due to efflorescence. A 100-mesh wire netting sieve shall screen Sand. c). Water shall be potable and clean and contain no salt or organic materials. 7.3 Surface preparation Before application of plaster, the joints in brick walls shall be adequately raked out where necessary and smooth concrete surfaces shall be roughened to provide key. The surfaces shall be scrubbed clean of loose materials and soaked with water and kept damped for 24 hours in case of brick masonry. 7.4 Construction requirements All concealed utility service lines, conduits, pipes, clamps, door/window frames and other inserts must be in position before plastering commences. Chiseling and patch repairing of plaster shall not be permitted. Application Method: Cement and sand properly mixed with water in the proportion as specified shall be laid on clean walls to a thickness of 12mm. Thicker plaster on an average upto 20mm may be necessary for the uneven face of the 250mm wall. Laid plaster shall be finished by straight edge and trowel. Adequately long straight edge shall be used to bring the surface to true plane and level. After finishing the plaster with trowels and after some time steel trowel shall be used to make the plaster smooth. Care should be taken to see that trowel is not used just after laying of the plaster when it is too soft. Neither should it be used after it has completely hardened up. It should be used just after the plaster has commenced to set, so that there is no mark of trowel in the plaster for obtaining a perfectly smooth surface having no undulation. Plaster which consists of two coats, under and finish, when applied over brick masonry, the under and finish coats shall be applied with an interval to permit the undercoat to set. Water proofing admixture of specified quantity shall be mixed with cement mortar as per manufacturer’s instruction. Plaster shall be kept moist by watering and protected from weather for at least 10 days immediately following completion. If any cracks appear in the plaster or any part sounds hollow when tapped or is found to be soft or otherwise defective after the plaster has dried, it will be considered as defect and the defect shall be made good by cutting out and re-plastering at the Bidder's own cost. 7.5 Method of Measurement The work shall be measured in square meter of actually plastered surface. 7.6 Basis of Payment Payment shall be made for the amount of completed and accepted work measured as provided above at the contract unit price per square meter of plaster which price shall constitute full compensation for furnishing all

72

materials, mixing of mortar, plastering surface to be plastered, watering and protecting the plaster after completion, provision, erection and removal of scaffoldings including overhead, profit, taxes, VAT etc. as well as incidentals necessary to complete the work according to the applicable plans. 8.0 PLASTER ON R.C.C SURFACES 8.1 Description This item shall consist of providing 6mm to 12mm thick 1:4 cement-sand plasters on all R.C.C members in accordance with these Specifications. 8.2 Materials Materials shall be same as plaster on brick surface. 8.3 Construction Requirement When a flat smooth concrete surface such as ceiling, column or beam shall be plastered, the surface shall be roughened beforehand by picking thoroughly with a suitable sharp picking tool and then watered. Plaster shall consist of 1 part cement and 4 parts sand and have thickness of 6mm and shall be applied in a single coat. Where plaster on concrete surface is required 12mm thick, it shall consist of two coats, under and finish. The under coat shall consist of a grout application and shall have minimum thickness of 6mm and shall be leveled with straight edge and scratched for key. The finish coat shall be trowelled over with care and leveled with straight edge to obtain a flat smooth surface. The under and finish coats shall be applied with an interval to permit the under coat to set. All edges and corners unless otherwise shown on the plans, shall be rounded or chamfered as directed by the Engineer. All moldings shall be neat, clean and true to template. The use of trowel in the ceiling plaster is very important as this is the only way how the plaster on concrete can be conveniently made smooth and even. Lack of attention on this point shall give a poor finish on surfaces like ceiling, which speaks seriously on the aesthetic look and finish of the room. 8.4 Method of Measurement The work shall be measured in Square meter of actually plastered surface. 8.5 Basis of Payment Payment shall be made for the amount of completed and accepted work measured as provided above at the contract unit price per Square meter of plaster which price shall constitute full compensation for furnishing all materials, mixing of mortar, plastering surface to be plastered, watering and protecting the plaster after completion, provision, erection and removal of scaffoldings including overhead, profit, taxes, VAT etc. as well as incidentals necessary to complete the work according to the applicable plans 9.0 STEEL DOOR AND FRAME 9.1 Material and Construction Requirements The work covered under this item shall consist of supplying and fabricating M.S angle frame (38 x 38 x 5) mm size fitted with brick masonry/ R.C.C structure by cutting grooves for clamp & mending good to the damages and shutter made of 18 BWG steel sheet as per drawing including supply of all materials, welding, fabrication, hinges, locking arrangement, hatch bolt, tower bolt etc. complete. 9.2 Method of Measurement Measurement for payment shall be made in rm for frame along outline of the frame and shutter shall be in Sqm. 9.3 Basis of Payment Payment shall be made at contract unit price mentioned in the bill of quantities. 10.0 M. S. WINDOW FRAME

73

10.1 Description The M.S. window frame shall be made of square hollow box as per site measurements specified in the Bill of Quantities and as per site measurement. This is to be fitted at any places as per drawing and direction of the Engineer. 10.2 Construction Requirement The mild steel shall conform to the requirements of the relevant standard in Bulgaria. The structural steel shall conform to the requirement of the relevant standard in Bulgaria. These M.S. sections are to be cut to sizes, fabricated, welded (continuous) and to the shape and sizes of the frame as per drawing. This frame shall have two coats of polyurethane paint over a coat of approved anticorrosive primer. The polyurethane paint should be of approved quality and color. Each frame must have sufficient numbers of clamps on 4 sides of the frame. A frame should be prepared and deposited with the Engineer for his approval. Only after approval the manufacturing should start. 10.3 Basis of Measurement The measurement shall be in square meter of the gap where the frame is to be fitted. No separate measurement for 2 coats of painting over anticorrosive priming shall be given. 10.4 Payment Payment shall be in unit rate mentioned in the Bill of Quantities inclusive of M.S. sections, electrode, labor, carrying, fitting, fixing, and two coats of painting over an anticorrosive priming and all other incidentals etc. complete. 11.0 SYNTHETIC GLOSS PAINT 11.1 Description The work covered under this item shall consist of applying 2 (two) coat of synthetic gloss paint of approved color over a coat of anticorrosive priming on metal surface or elsewhere as per direction of the Engineer. 11.2 Materials a).High quality Syntehetic gross paint of approved brand. b). Sand paper c). Putty made of 2 parts of whiting, one part of white lead mixed together in linseed oil kneaded with wooden mallets until thoroughly incorporated. After kneading it in left for 12 hours when it is kneaded again to give smooth workable paste. Desired pigment may be added if coloured putty is needed. d). Thinner: Thinner shall be used of the same Brand as of the Brand of paint. 11.3 Surface Preparation While dealing with painting in iron and steel work, a perfectly clean and even surface is of great importance. Any paint coat applied on greasy or oily steel surface will lack proper adhesion and will lead to failure of the paint film. Removal of mill scale and rust is more difficult but of equal importance. A good all-purpose degreaser is mineral turpentine oil. Before painting, rust scales and dirt should be removed by means of iron brushing. Special attention shall be given to the cleaning of corners, reentrant angles, weld spatters. Iron and steel work must be thoroughly dry before being painted. 11.4 Application Method

74

All steel surfaces shall receive 2 coats of hard-gloss paint of approved color over a coat of anticorrosive paint. The correct timing of application of primer coat is a very important factor. Particularly when humidity is high or dew settles on surfaces in the evening or night. The gloss paint must be approved by the Engineer. Manufacturer’s instructions for application of paint must be followed. The color of the paint should be according to the direction of the Engineer. A sample area must be prepared first and got inspected and approved by the Engineer before the full scale work commences. The paint must not be allowed to settle in the cans. To prevent this, each painter will have in his can of paint a stirring stick with which he must use to stir up the paint occasionally. After completion of painting work, the bidder shall remove any paint spots and stains caused by this work in floor, walls, glass, hardware, equipment and other surfaces leaving these surfaces in perfect condition. 11.5 Method of Measurement Measurement for payment shall be made in sqm of actually completed acceptable painted surface. 11.6 Basis of Payment The amount of completed and accepted work measured as provided above shall be paid for at the contract unit price per square meter which payment shall constitute full compensation for furnishing all materials, equipment and labour including storage, transport, preparing, mixing and applying putty, primer and paint and providing scaffoldings as well as all incidentals necessary to complete the work. 12.0 INTERIOR PAINTING FOR WALL AND CEILING (Interior and exterior) 12.1 Description of work This specification section covers the surface preparation, material, manufacture, delivery and application of painting. All paints shall be of the first quality and/or standard products of reputable manufacturers. 12.2 Surface preparation Surface preparation for concrete, mortar and plaster unless otherwise specifically instructed in the specifications, the following procedures for preparation shall be adopted. Surface shall be sufficiently dried before painting Dirt, dust and foreign matter shall be removed with care not to damage the surface. Interior mortar and plaster surfaces shall first be painted with emulsion sealer and then putty shall be applied to remedy the irregularities of surfaces, such as hair cracks, minute holes, etc. and immediately after application, excessive putty shall be skimmed off with a wooden or iron spatula, when the putty dries, the puttied surfaces shall be sanded with sandpaper prior to a paint application. Exterior mortar surfaces shall first receive cement. Filler or the like with "brush or their hair cracks minute holes, etc. Then the remedied surfaces shall be sanded with sandpaper followed by applications of solvent 'based sealer or that approved by the Engineer. Regarding the exterior concrete, major irregularities of the surfaces shall be corrected by filling the crevices, holes, etc. with cement filler or the like. The filler shall be applied with wooden or Iron spatula as smoothly as possible. When the filler dries, solvent based sealer or that approved by the Engineer shall be applied before Painting.

75

12.3 Materials Paints shall be factory manufactured and delivered to the job in unbroken containers which shall show the designated name. Formula, color, Manufacturer's directions and name of manufacturer, all of which shall be plainly legible at the time of the use, the followingpaints, which conform to B.S specifications or their equivalent shall be used, Gloss emulsion paint (on interior walls) Gloss emulsion paint shall stand for comparativelygloss rich vinyl emulsion paint. 12.4 General rules a. Inflammable paints shall be in an independent, isolated and well ventilated place and sheltered avoiding direct sunlight. b. panting places shall be ensured of good ventilation to avoid poisoning by solvents as well as prevent to afire. c. Special attention shall pay to the preventing of fire. Hazards fire shall be kept off from the painting places and paint stores to prevent occurrences of explosion, fire, ect, cloth sand / or rugs used for wiping or soaked with paint may have a danger of spontaneous combustion, therefore, such materials shall be immediately disposed of. d. Painting work shall be suspended under the following circumstances: i. Atmospheric temperature is below 5C and relative humidity is more than ii. During snow, rain, strong wind or days expected of such weather conditions. vi. Untidy conditions of work where good work cannot be expected. V. Painted surfaces can be damaged or hindered by other works. Vi. Ventilation is not sufficient enough that proper drying of paint can be ensured. e. The proper application method shall be employed to meet nature of the paint, and paint applications shall be done evenly so as not to leave blemishes, sagging running’s, wrinkles, bubbles, ect. f. paint for finish coating shall be, as a rule, prepared for special color and luster effects which shall be subject to approval of the Engineer. Color sample, color plates, ect, shall be submitted to him. g. Paint shall be delivered to the site sealed. h. Paint shall be in general, used as it is, however depending on the roughness / fineness of the surface, degree of absorption, atmosphere ic temperature, ect, it may be adjusted by use of thinner or solvent to ensure proper painting. i. Painted surfaces shall be well protected from n contamination and damage until they are thoroughly dry and floors and other surfaces adjacent to areas to be painted shall be properly or protected otherwise from stains before painting work .commences j. After blast or power tool cleaning of steel surfaces, primer shall be applied as soon as possible in order to avoid growth of rust. k. Manufacturer's instructions shall be strictly observed to ensure proper and good painting work. 13. GLAZED TILES

76

13.1 Materials

Glazed ceramic wall tile shall be square edge, matte finish, glazed natural clay tile. Tile shall be free from defects which affect appearance or serviceability, will not be acceptable.

Tile shall be free from a dark spots over 0-16mm ( interior or 0.3mm exterior) in diameter, fractures in the glaze, heavy accumulations of glaze , spots in sufficiently glazed , frosted crystalline appearance and rough spots, ceramic tile shall be first quality, size the drawing.

13.2 Installation

a. Apply setting beds for tile directly to moistened concrete, concrete block, Portland cement plaster other bases, setting beds shall be composed by volume of one part Portland cement, to one half part hydrated lime to four parts dry sand, mixed with minimum amount of water necessary to produce a workable mass. Apply in sufficient quantity and with sufficient pressure to cover well the entire area and form a good key. Bring out flush with temporary screeds or guide strips so placed as to give a true, earen surface at the proper distance from the finished face of tile. Setting beds shall not less than 1.25cm nor more than 1- 9cm thick.

b. Joints shall be straight, level, perpendicular, and of even width. Vertical joints shall be maintained plumb for the entire height of the tile work. Tile where called for on the drawings shall have staggered joints as shown.

Each tile shall be brought to a true level plane surface by uniformly applied pressure under a straight edge, Tiles that are improperly placed shall be removed and reset. Damaged or defective tile shall be replaced.

c. Before setting, tile shall be thoroughly soaked in clean water and drained so that no free moisture remains on the back of tile. Wall tile shall be set by trowelling1 a skin coat of neat Portland cement on the setting bed or by applying a skin coat to the back of each tile unit and immediately floating the tile in to place. All tile special shapes and trim pieces shall be solidly backed with mortar.

d. Grouting: Immediately after a suitable area of tile has set, grout joints full with plastic mix of neat, white Portland cement. If desired, the bidder may add fine, white grouting sand up to an amount actual in volume to the Portland cement.

e.Wet joints before application of the grout. Force maximum grout in the joints by squeegee, brush or finger application. Tool joints slightly concave to the edge of the cushion, and wipe excess grout from face of tile, Allow no mortar from setting bed to show through the grout. Immediately rough on the replace grout at any depressions that appear along the face of pouted joint once the surface has been cleaned.

f. Cleaning: After grout is thoroughly set, sponge and wash tile thoroughly, diagonally a-'cross joints, and polish with clean, dry cloths. Acid cleaners not allowed.

g. Curing: Keep joints continuously damp for a period of at least 72 hours after applying grout.

14. GLASS 14.1. All glass shall be of the best quality, free from specks, bubbles, smokes veins, air holes, blisters, and other defects. The kind of glass to be used shall be as mentioned in the item or specification or in the special provision or as shown in detailed drawings. Thickness of glass panes shall be uniform. The specifications for different kinds of glass shall be as under. 14.2 Sheet Glass 14.2.1 In absence of any specified thickness or weight in the item or detailed specifications of the item of work, sheet glass shall be weighing 7.5 Kg/Sq. m. for panes up to 600 mm. x 600 mm. 14.2.2 For panes larger than 600 mm. x 600 mm. and up to 800 mm. x 800 mm. the glass weighing not less than 8.75 Kg/Sq. m. shall be used for bigger panes up to 900 32mm. x 900 mm. glass weighing not less than 8.75 Kg/Sq. m. shall be used. For bigger panes up to 900 mm. x 900 mm. glass weighting not less than 11.25 Kg/Sq. m. shall be used.

77

14.2.3 Sheet glass shall be patent flattened glass of best quality and for glazing and framing purposes shall conform to I.S.: 1761-1960.Sheet glass of the specified colours shall be used, if so shown, on entailed drawings or specified. For important buildings and for panes with any dimension over 900 mm. plate glass of specified thickness shall be used. 14.3 Plate Glass: 14.3.1 When plate glass is specified it shall be “polished patent plate glass " of best quality It shall have both the surface ground, flat and parallel and polished to obtain clear undisturbed vision and reflection. The plate glass shall be of the thickness mentioned in the item or as shown in the detailed drawing or as specified. In absence of any specified thickness, the thickness of plate glass to be-supplied shall be 6 mm. and a tolerance of 0.20 mm. shall be admissible. 14.4 Obscured Glass: 14.4.1 This type of glass transmits light so that vision is partially or almost completely obscured. Glass shall be plain rolled, figured, ribbed of fluted, or frosted glass as may be specified as required. The thickness and type of glass shall be as per details on drawings or as specified or as directed. 14.5 Wired Glass: 14.5.1. Glass shall be with wire netting embedded in a sheet of plate glass. Electrically welded 13 mm. Georgian square mesh shall be used. Thickness of glass shall not be less than 6 mm. Wired glass shall be of type and thickness as specified 15. PVC FLOORING TILES Relative humidity of the concrete floor must not exceed RH 85 % (2.0 % CM). Temperature during installation and that of subfloor and material should be at least +18 °C (68 °F). Before installing the flooring, it must be ensured that the final leveling compounds have dried sufficiently. The flooring must be installed using water based acrylic dispersion adhesives approved by ENGINEER IN CHARGE. Adhesive is applied using a fine-toothed trowel and the amount of adhesive should be 150-250 g/m². Installation is performed using semi-wet gluing method, paying attention to the absorbency of subfloor, the adhesive and conditions. The flooring must not be installed on top of existing flooring screeding. The floor must be rolled while the adhesive is still fresh. The weight of the roll should be 50 - 70 kg. Rolling prevents the emergence of adhesive trowel marks and indentations on the finished floor surface. Avoid traffic on the floor and do not move furniture until the adhesive is totally dry. For maximum adhesion the back side of the tile is grinded. Install the tiles so that the arrows on the reverse side of the tiles point in the same direction. Press each tile tightly against the subfloor, working the tile back and forth, and ensure that the glue is spread evenly over the reverse side of the tile. Seams can be hot welded using a suitable welding rod. To avoid differences in gloss, use a suitable welding temperature and speed. After installation, the floor surface should be carefully protected against construction-period loads and stresses with an appropriate material for the purpose. The protective materials should be taped to each other only - not to the surface of the flooring. 16. CLEANING, PATCHING ACID WASHING AND FINAL SEALING OF EXISTING MOSAIC FLOOR Before commencing the repair the affected area of the mosaic floor shall be restricted for carrying out any other activity. The total area shall be cleaned out of dirt, grease, oil, paint.

78

The preliminary cleaning shall be made with a substance or detergent, not harming of in any way affecting the texture and smoothness of the mosaic. In no case the cleansing detergent shall affect the colour of the chipping used The polishing shall be made mechanically with rotating mosaic machine. The final wax coating shall be laid subject to approval by the ENGINEER IN CHARGE. 17. CLEANING EXISTING WALL TILES The cleaning of the existing glazed wall tiles shall be made with a substance or detergent, not harming of in any way affecting the glazed surface of the tiles or the joint filler (grouting). It is deemed to remove all dirt, grease, oil or any other king of residues and leave the surfaces clean. Wherever the grouting is condemned or peeled off it shall be replaced with fresh one. The colour of the grouting shall be white, unless otherwise instructed by the ENGINEER-IN-CHARGE. 18. REPAIR OF DAMAGED MOSAIC FLOOR Before commencing the repair the affected area of the mosaic floor shall be restricted for carrying out any other activity. The affected areas shall be cleaned out of dirt, grease, oil, paint. Appropriate tools shall be used in order to remove all loose parts and to reach undisturbed bed. The mosaic mix shall be the same in colour and aggregate grading/ sizing as the existing and shall be deemed to use Portland cement. Any colorants used shall be non-toxic and water-resistant. The polishing shall be carried out not later than 48 hours after the application. 19.0 WOOD WORK AND JOINERY 19.1 TIMBER i) Unless otherwise specified, all timber for frames and shutters for doors, windows, ventilators, etc. shall be of approved quality with permissible defects for "First Grade" of timbers as per IS 1003 of latest edition. The planed surface shall be smooth and free from blemishes and discolorations. ii) All timber for carpentry and joinery in touch with masonry or concrete shall be creosoted before fixing. iii) All full fabricated timber shall be air seasoned at site of work for a period of not less than two months to allow for any shrinkage that may take place. The preparation of timber for joinery is to commence simultaneously with the beginning of the project work generally and should proceed continuously until all the wood work is prepared and fixed/stacked on or near the site as the case may be. 19.2 Workmanship and constructions a) The workmanship shall be first class and to the approval of the Owner/Architects. Scantlings and board shall be accurately sawn and shall be of required width and thickness. All carpenter's work shall be wrought except where otherwise described. The workmanship and joinery shall be accurately set out in strict conformity according to the drawings and shall be framed together and securely fixed in approved manner and with properly made joints. All work is to be properly tenoned shouldered, wedged, pinned, braced etc. and properly glued with approved quality glue to the satisfaction of the Owner/Architect.

79

b) Screws Unless otherwise specified all screws to be used in woodwork and joinery shall be of cadmium plated and of approved quality. The size (diameter and length) should conform to those specified in hardware schedule. d) Tolerance 1.5 mm (l/l6") will be allowed for each wrought face of sizes specified except where described as finished in which case they shall hold to the full dimensions. e) Protection All edges of timber frames etc. shall be protected from being damaged during construction by providing rough timber casing securely fixed and other adequate protective measures. f) If it is decided by the Owner to provide ant termite treatment, the buildings bidder shall co-ordinate his work suitable as directed by the Owner/Architects. f) Door/Windows frames shall have cut rebate. Planted rebates shall not be permitted. g) Drawings shall be provided all rounds and shall be painted or polish finished matching with finished shutters. This will be paid as a separate item as described in Schedule of Quantities. 19.3 Hardware fittings All hardware fittings for doors shall be oxidized iron, brass, and anodized aluminum as specified in the schedule of quantities. These hardware fittings shall be obtained from approved manufacturers and shall bear ISI mark wherever available. The samples for the fittings shall be submitted to the Owner/Architects for their approval. The rate for hardware fittings shall include for supplying, fitting and fixing the fittings with necessary cadmium plated screws, washer’s bolts, nuts etc. as required. All locks shall be provided with keys in duplicate and rate shall include for the same. Approved samples of hardware fittings shall be deposited with Owner/Architects for reference. 19.4 Rates to include Apart from other factors mentioned elsewhere in this contract the rate for item of woodwork and joinery shall include for the following:- A. Items of scantling: i) All labour, materials and equipment’s for fixing frame work as per drawing excluding the cost of holdfasts, Rawl plugs, or other fasteners etc. B. Items of shutters: i) All labour, materials and equipment’s for carrying out the work as per drawing. ii) Labour for fixing the shutters in position (excluding the cost of fittings) as per drawing.

80

Part C –ELECTRICAL WORKs ELECTRICAL A.GENERAL 1.0 SCOPE OF WORK This chapter covers all equipment/ materials and operations in connection with internal and external electrification and similar other installation works covering buildings and related other establishments as indicated on the drawings. All works shall be completely in conformity with the Rules and Regulations as stated below. 2.0 STANDARD CODE AND REGULATIONS FOR INSTALLATION The installation in general shall be carried out in conformity with the relevant Bulgarian Law, Regulations, State Standards in force. 3.0 GENERAL REQUIREMENTS 3.1 The drawings related to the works indicate only general arrangement of the electrical system. Details of proposed departures due to actual field condition or other pause shall be submitted to the Engineer, for approval. The Contractor shall carefully examine the drawings and shall be responsible for the proper installation of materials, fixtures and equipment in each unit as indicated without substantial alteration. 3.2 Climatic and Atmospheric Conditions he installations, equipment and materials shall be installed both externally and internally and shall therefore, be designed and built to give efficient and reliable service continuously at the normal voltage and current rating in the prevalent climatic and atmospheric conditions at the relevant site. 3.3 Specifications Materials required which are not covered by the detailed specifications shall be as recommended by the equipment manufacturer or in consistence with good practice and approved by the Engineer. All materials used shall be new, of good quality, made of reputable manufacturers and accompanied by all required by Bulgarian legislations documentation (like certificates, test protocols etc.) 3.4 Drawings The Contractor shall prepare all needed drawings for obtaining Building Permit by the Authorities (in stage of Technical Design as per Bulgarian Law), and submit them for check and approval by the Engineer before submission to Authorities. 3.5 Cutting and Repairing The work shall be carefully laid out in advance and any cutting of construction shall be done only with the written permission of the Engineer. Cutting shall be carefully done and mending good the damages to the building as a result of cutting for installation, piping, wiring for equipment etc. shall be done by skilled masteries of the trade involved, at no additional expense to the Employer. 3.6 Protection of Fixture Conduit and pipe opening shall be closed with caps of plugs during installation. Fixture fittings and equipment shall be adequately protected against dirt, water and chemical or mechanical injury. At the completion of the work, fixture, materials and equipment shall be thoroughly cleaned and delivered in a condition satisfactory to the Engineer. 3.7 Notice

81

The Contractor shall give all required notices to and maintain liaison with all authorities, utility company etc. of the area of the work concerned or similar other organizations and any other legal Authority Regulating the electrical works or installation. 3.8 Execution and Superintendence The works shall be carried out only by licensed contractor authorized by the Government or any other legal Authority set up for the purpose to undertake such works under the provision of the Bulgarian Laws. All licenses along with a Photostat copy of the competency certificate of the electrical supervisor shall be submitted to the Engineer before commencing the work. 4.0 APPROVAL AND LIST OF MATERIALS, FIXTURE AND EQUIPMENT As soon as practicable and within 14 days after date of receipt of executed contract and before any materials fixtures or equipment are purchased, the contractor shall submit to the Engineer for approval a complete list, in triplicate, of materials, fixtures and equipment to be incorporated in the work, together with the names and addresses of the manufactures and their catalogues numbers and trade names. The contractor shall also furnish other detailed information where so directed, under the various items. No consideration will be given to partial lists submitted from time to time. Approval of materials will be based on manufactures, published ratings. Any materials fixtures and equipment listed which are not in accordance with the specification requirements may be rejected, the product of any reputable manufacturer regularly engaged in the commercial production of equipment shall not be excluded on the basis of minor differences, provided all essential requirements of this specification relative to materials capacity and performance are met. The Contractor shall furnish a statement giving a complete description of all points wherein the equipment proposed does not comply with the specifications. Failure to furnish such a statement will be in turreted to mean that the equipment meets all requirements of the specifications. Tear sheet of catalogues shall be furnished if such catalogues are not readily available to the Engineer. 5.0 AS-BUILT/RECORD DRAWINGS 5.1 As-Built/Record Drawings and Charts for Internal Electrification Before the installation is finally handed over to the Employer the Contractor shall prepare and submit to the Engineer for approval As-Built/Record drawings showing layout of all electrical fixtures and Boards and positions and layout of conduits and exposed wiring if any and cable runs with dimensions and full circuit details. If the Engineer finds that the As-Built Drawings are not complete in all respects and/or they contain errors, the Contractor shall do the corrections and resubmit to the Engineer, more than once if necessary, till the Engineer can approve the As-Built Drawings. A detailed circuit Chart shall be prepared, fitted in a durable frame and fixed in an approved position adjacent to the main distribution control gear. The installation shall not be considered complete till the As-Built Drawings free from incompleteness and errors are submitted to and approved by the Engineer and the Charts mentioned above are fixed in a satisfactory manner. 5.2 As-Built/Record Drawings for External Electrical Works Before the installation is finally handed over to the Employer, the Contractor shall prepare and submit to the Engineer for approval As-Built/Record drawings showing all routes and depths below ground of all electrical cables, telephone cables. If the Engineer finds that the As-Built Drawings are not complete in all respects and/or they contain errors, the Contractor shall do the correction and resubmit to the Engineer for approval of the As-Built Drawings, more than once if necessary, till the Engineer can approve the As-Built Drawings.

82

The installation shall not be considered complete till the As-Built Drawings free from incompleteness and errors are prepared and submitted by the Contractor to the Engineer and the Charts mentioned above are fixed in a satisfactory manner. Submission of As-Built/Record Drawings for all work is a pre-requisite for Contractor's claim for final payment for any work including Electrical Work. 6.0. GENERAL INSTALLATION REQUIREMENTS 6.1 Concealed Installations 6.1.1 Where condition is shown on the drawings or is otherwise specified as being concealed, such conduit may be embedded in structural slabs or in concrete fill laid on top of structure slabs or concealed within hollow spaces. Where embedded in structural slabs conduits shall not exceed 30mm trade size, unless there are specific identification to the contrary. In areas where the slab is less than 125mm thick, the overall diameter of the largest conduit shall not exceed one third of slab thickness. 6.1.2 All the conduit running through the boxes and columns shall be laid with the innermost reinforcement case with suitable effect in conduit so to make the outer surface of junction box cover for switch box edges flush with the finished surface level or beam of columns as approved. 6.1.3 Care shall be taken when making concealed installation to see that adequate clearance is provided over the thickness elements such as coupling etc. so that fill or architectural finishes may be applied which will be smooth, flat and not subject to spelling or cracking. 6.1.4 Raceways runs embedded in slab shall be spaced not less than three outside diameter centre to centre unless they are so coordinated with structures as not cause weakens. 6.2 Exposed Installation 6.2.1Raceways or there wiring methods shall be exposed only: a. In specially assigned electric riser closets, shafts or switch board room. b. In mechanical equipment spaces. c. Where specially indicated on the drawing or otherwise with the expressed permission of the Engineer. 6.2.2 Exposed raceways of three wiring method shall be run parallel to building, walls, columns lines etc.throughout. 6.2.3 All exposed heavy conduits are to be fastened to masonry walls, floor or partitions, use of wooden plugs will not be permitted instead rowel plugs should be used. Metal saddles of approved type not more than 0.61M apart shall be used for fixing exposed conduit. 6.3 Routing 6.3.1 Every effort shall be made to route raceways or wiring therein so as prevent wiring from being subject to high ambient temperature condition, minimum clearance from heated pipes, ducts or surface such as breathings, flush etc. shall be maintained as follows: a. Crossing un-insulated pipes or ducts 75 mm b. Crossing insulated pipes or ducts 25 mm c. Running parallel to un-insulated pipes, ducts or surface 900 mm d. Running parallel to un-insulated pipes, ducts or surface 150 mm 6.3.2 Regarding of any routing shown on the places, raceways or other wiring method shall not run exposed over a boiler or embedded in construction under a boiler unless special provisions for wiring through these specific high ambient temperature areas have been indicated.

83

6.3.3. Regarding or other wiring methods run in suspended ceiling may be installed as the draw, files, except that, where such raceways etc. and being installed prior information regarding the final layout of all trade occupying, the suspended ceiling plenum they shall be installed in coordinated “Square manner so as to minimize future conflicts. 6.3.4. Under no condition raceways or other wiring methods be installed in elevator shafts and hoist ways. Where outlets are being provided for such items as tri cables, pit lights, run by lift etc. only the outlet boxes themselves shall be located within the confines of the shaft. 6.4. Miscellaneous Requirements 6.4.1 The installation of raceways or other wiring methods requiring the notching, cutting or drilling of structural elements shall coordinated with the other trades to ensure that no weakening of the structure is caused. 6.4.2. When finishing or snaking raceways to set up for pulling in wires and cables, fish taps with ball types means shall be used. 6.5 Wires and cables shall not be pulled into raceways until: 6.5.1 a. The project has been progressed to such a stage as to not likely to injure electrical wires or cables. b. The project has been progressed to a point where raceways are dry and moisture is no longer likely to get into them. c. Wires or cables shall be pulled into raceways utilizing a suitable brush, followed by an 85% diameter ball mended ahead of the wires or cables in the pulling assembly. 6.5.2. The only permissible pulling lubricants is powdered soap-stones. 6.5.3 Sufficient slack shall e left on all rooms or wires and cables to permit the proper connection of devices, equipment etc. 6.6. Mounting Height 6.6.1. Mounting height of outlet and fixtures shall be accordance with the following list of bottom line dimension above finished floors unless otherwise shown on drawings. a. Light switches - 1400 mm from finish floor level on wall b. Wall bracket light - 2.50M from finish floor level on wall c. Socket outlet on wall (except for

kitchen area) - 400 mm from finish floor level on wall

d. Socket outlet in kitchen area - 1400mm from finish floor level on wall e. Telephone and Intercom - 400 mm from finish floor level on wall 6.7 Connections 6.7.1. All connections and splices shall be done only in appropriate junction boxes, with relevant IP rating. The connections shall be done only with terminals (spring-type or screw-type). B. MATERIALS AND THEIR INSTALLATION: 1.0 PIPE (CONDUIT) / BATTEN WORKS 1.1.Plastic Pipe (Conduit) and Accessories

84

The work under this item comprises supply and installation of rigid, water grade PVC Pipe and accessories concealed or exposed in/on floors, roof slabs, walls and column where necessary in accordance with the drawings. PVC Pipes shall be of standard manufacture to meet the requirement of the relevant Bulgarian State Standard. Pull boxes, circular boxes, bends, sockets, elbows etc., shall be of PVC or other similar inert synthetic materials, press fitted and then sealed with PVC solvent cement or by any other standard glue as prescribed by the manufacturer. Switch Boxes, and Junction Boxes shall be made of PVC. Each junction box shall have an earth block where earth continuity conductor can be connected. The circular boxes shall be of PVC material with 19mm long hub and machine screwed cover. Pull wires, to draw the copper conductors through conduits shall be 16 SWG and galvanized. The conduits to be concealed in slabs shall be installed along with G.I. Pull Wire in between top and bottom bar immediately after placement of reinforcement bar as per applicable routing shown on the drawings. Conduits shall be tied with bars by 2 x 20 SWG G.I. Wire at 610mm c/c. Conduits over false ceiling will remain exposed. All these non-concealed conduits are to be secured with concrete surface or timber frame by galvanized saddle or cleats at 381mm c/c. Concealed conduits in concrete wall or column surface shall be placed along with shuttering or form work before the concrete is poured in. Any change in routing necessitated because of job condition shall have prior approval of the Engineer. All such changes shall be marked on the plans as field records. Conduits in brick wall shall be installed during construction of wall. No chiseling in masonry wall shall be allowed without prior approval. PVC Pipes shall be bent either by using a hot box bending or by using flame. In any event bending radii shall be 6 times pipe size but 152mm minimum. The pipe bore in the bent portion shall remain truly circular and without reduction in diameter. The conduit run shall be continuous throughout its length and kept straight as far as possible. It shall have either horizontal or vertical run but shall never run at an angle. Routing of conduits in between walls at right angle shall not be allowed. All conduits run shall be kept at least 152mm clear of all service pipes. Where necessary it shall be rerouted or set out to maintain the specified separation. If there arise any difficulty in fulfilling the above condition, it shall be brought to the notice of the Engineer for solution/decision. In installing the conduits particular care shall be taken in cutting them to the proper lengths so that the ends will fit exactly in to the outlet boxes. After installation the open end shall be carefully plugged to prevent intrusion of plaster, dust, moisture etc. No inspection bends shall be used. At points where inspection is normally required steel boxes shall be used, in 18 SWG sheet fabricated by welding and galvanized. All conduits along with accessories required for complete installation shall be furnished and installed in a best workmanship manner. Measurement for payment shall be in linear meter of conduits installed in place for vertical or horizontal run as measured from the as-built drawings. The amount of completed and accepted work measured as provided shall be paid for at the contract price, per running meter which payment shall constitute full compensation for furnishing all materials equipment, tools and labor including storage, transportation, cutting, painting and supply of conduits and all accessories, preparing as built drawings and providing all incidentals and consumable necessary to complete this item of work.

85

TABLE - 1 Recommended specifications for P.V.C Conduits for Electrical Cables

Nominal size,mm

Outside dia Wall Thickness Approx. inside dia, mm

Basic dimension mm

Tolerance, mm

Minimum wall thickness, mm

Tolerance, mm

13 17 ± 0.2 1.5 ± 0.2 14.0 16 21.5 ± 0.2 1.5 ± 0.2 18.5 20 26.7 ± 0.2 1.5 ± 0.2 23.8 25 33.5 ± 0.2 2 ± 0.2 29.5 30 42.3 ± 0.2 2 ± 0.2 38.2 40 48.3 ± 0.2 2 ± 0.1 44.2 50 60.3 ± 0.2 2.5 ± 0.1 55.3 60 75.3 ± 0.2 2.5 ± 0.1 70.3 75 89.0 ± 0.2 3.0 ± 0.1 82.8 100 114.3 ± 0.2 3.0 ± 0.1 108.3 152 152.4 ± 0.2 3.5 ± 0.1 110.00

Conduits Network of each circuit shall be completely erected before the cables are drawn-in. The conduits run shall be continuous throughout its length, and kept straight as far as possible. It shall run either horizontally or vertically, and never at an angle. The conduits are to be properly tied with the re-bar at 914mm spacing using 20 SWG G.I. wire and spacers. [If the conduits are installed exposed on wall or over false ceiling those shall be secured and clamped with saddle mild steel flat bar 25 x 3mm at 914mm spacing using rawl plug as per direction of the Engineer. All conduit runs shall be kept clear of gas, air and steam conduits, and conduits of other services and for this purpose the conduits shall be either re-routed or set out with at least 75mm separation from other conduits and electrical conduits. If there arise any difficulty in ful-filling the above condition, it shall be brought to the notice of the Engineer for solution/decision. Conduits installed in wall shall be placed at the time of construction of the wall. No cutting in brick work shall be allowed without prior approval of the Engineer. 1.2.4 Junction box, Pull box, Circular box and Switch box Junction Box and Switch Box shall be shall be of un-plasticized PVC copolymer, PolyPropylene or Polyethylene. Circular boxes, Pull Boxes and fittings shall be manufactured from un-plasticized PVC copolymer material or other suitable non-metallic material. The fittings shall be homogenous and non-porous and shall be so designed and constructed as to have adequate mechanical strength and be able to withstand such rough uses as may be expected during and after installations. The inside and outside surfaces of the fittings shall be smooth, clean and uniform and free from projections and other defects. The interior of the fittings shall be free from obstruction which might cause abrasion of cables or which might interfere with the ready introduction or withdrawal of cables of the maximum size and number permitted to be enclosed by the conduit. The inside edges of all openings, through which cables are intended to pass, shall be smoothly rounded in order to prevent damage to the cable. The minimum thickness of the Pull Boxes and Circular Boxes shall be 1.5 mm. All Switch Boxes shall have copper earth block 10 x 10 x 10mm in size with ö5 drilled hole and ö3 machine screws tapped for 1 thread per mm.

86

1.2.5 Conduit termination and fittings At the end of a run, the conduit/G.I. pipe must terminate in a metal box, galvanized. When a conduit is terminated in a metal box (circular boxes accepted), a smooth bore brass/PVC bush or ring bush shall be used along with 2 brass locknuts of the following specifications:

Conduit size in mm Locknut Thickness in mm Outside diameter in mm No. of threads

19.1 4.36 28.58 3 25.4 4.76 31.75 3

Conduit

size in mm Bush

Outside diameter in mm

Length in mm

No. of Threads

Length of smooth bore at end in mm

19.1 22.22 8.73 4 1.98 25.4 28.58 10.72 5 2.78

1.2.6 G.I. pipe in floor All G.I. Pipes (conduit) shall be installed having a slope of 1:100 towards the floor mounted pull box or cable duct so that condensate or leakage water drains out easily to the pull box or cable duct. For runs of more than one conduit in the same floor the direction of slopes of different conduits should be decided in such a systematic manner as to ensure a uniform drain out of the leakage. All socket joints shall be made watertight. No U-bend in floor shall be installed. All G.I. pipe and accessories shall be painted as specified in General Notes, General - Painting for G.I. pipe below ground. 1.3 Conduit Installation 1.3.1 Cutting of conduits shall be done with a hacksaw in a neat manner without damage to the conduits. 1.3.2 The ends of all conduits of shall be carefully reamed out free from burrs before installation and after threading. 1.3.3 The ends of all conduit entering box, outlet box, cabinet etc. shall be provided with two brass lock nuts and male/female brass bushing of required size for 31mm dia conduits and larger ones, installed bushing shall be used. 1.3.4 If bushings are of fully insulated type, an additional lock nut shall be used inside the junction box and cabinet before installing the bushing. 1.3.5 Conduits entering main distribution feeder pull boxes shall be provided with insulated bushing regardless of sizes. 1.3.6 Care shall be taken to see that all conduits run from a permanent and continuous ground return back to the service ground connection point. Conduits used on system which are entirely isolated from the light and other distribution system shall be electrically continuous and grounded in an approved manner. 1.3.7 Where conduits terminate at equipment or location where a ground bus is provided, such as main switch boards (or pull boxes), sub-station transformer vaults etc. grounding bushings shall be provided for each conduits, such bushing shall be bounded to the ground bus by a 8 SWG dia (Min.) wire. 1.3.8 Conduits exposed or embedded crossing building expansion or construction joints shall be furnished with approved brass expansion fittings and shall be provided flexible grounding bonds by passing the fittings. 1.3.9 Wherever exterior underground conduits enter the building through sleeves or openings in walls they shall be securely and permanently plugged by means of approved sealing compound.

87

1.3.10 During installation of conduits all unfinished runs and also termination in pull boxes, cabinets etc. shall be capped in an approved manner. Caps in cabinets etc. shall be left in place until building is ready for installation of conductor. Paper of wood plugs shall be used for these purposes. 1.3.11 The conduits system shall be self-ventilating type and drainage outlet shall be provided at points in the installation where condensed moisture might cool, as per standard practice of the electrical trade. 1.4 Joints 1.4.1 Conduits shall be coupled by means of running threads. Threadless coupling shall not be permitted. All joints shall be made up tight. 1.4.2 Where it is impossible to turn the conduit in coupling section together a Brick stone type coupling shall be used. 1.4.3 Where conduit is to be embedded in concrete, threads shall be coated prior to coupling or making up with red leads. 1.5 Wooden Batten Pins, Screws etc. The batten shall be well UPVC and its thickness shall not be less than 12mm. The width of a batten shall be sufficient to accommodate all the cables and shall not be less than added diameters of the cables plus 10mm. All screws shall be counter-sunk brass wood screw and link clips shall be tinned brass or other non-corrosive metal with counter-sink holes. The wood pins shall be of well seasoned teak wood of approved best quality and shall have uniform flat heads and regular tapered sides. 2.0 CABLE WORKS 2.1 (a) Single core cable and conductors Single core low voltage cables and conductors shall be as per relevant Bulgarian State Standards in force or equivalent VDE specifications of copper conductor and PVC insulated conductors shall have 600/1000 volt grade of PVC insulation cables. All sizes over 2.5 mm2 shall be stranded. The cable lugs shall be of copper. Flexible cables shall be as per B.S. 600A unless otherwise specified. (b) Multicore cables Multicore low voltage cables of copper conductor shall be PVC insulated PVC sheathed non-armoured direct burial type, termite proof, made and tested according to the relevant Bulgarian Standard in force for this type of installation, rated voltage being 600/1000V. Cable glands shall be made of brass having screwed locking system and sizes shall suit the cable glands. 2.2 Cable in Conduits (G.I/PVC Conduit) Generally, single core cable (non-sheathed) is to be installed in conduits. The conduit sizes shall be as specified in the drawings. It shall be ensured that cables are not scratched/ damaged during pulling. For long lengths over 10m, pull boxes shall be used even if not indicated in the drawings. Cable shall not be drawn round more than two 90o bends (or their equivalent) between drawing-in-boxes, and no single bend shall be less than 90o. No cable pulling lubricant other than powdered soap stones shall be used and that after obtaining approval of the Engineer. 2.2.1 Cable bending radii The internal radius of every bend in a cable shall not be less than the appropriate value stated below:

88

Insulation Finish Overall Diameter Factor to be applied to

overall diameter of cable to determining minimum internal radius of bend

Rubber or PVC (Circular copper or circular stranded

conductors)

Non-armored Not exceeding 10mm 3

Exceeding 10mm but not exceeding 25mm

4

Exceeding 25mm 6 Armored Any 6

PVC (solid aluminum or shaped copper

conductors)

Armored or non-armored

Any 8

2.2.2 Cable termination and joints No termination or joints of cables shall be allowed except at switch boxes. Termination of cables upto 2.5mm2 shall be done by making a hook at the end, and for higher sizes, brass cable terminals shall be used. Tee-off joints in the cable to lighting point, switches etc. shall not be made. Looping in system of wiring shall be followed and the joints shall be made in the switch boards only. All PVC cables shall be terminated using brass cable glands of proper size. 2.2.3 Cables for Batten Wiring These shall be flat twin core cable as per relevant Bulgarian State Standard of copper conductors, PVC insulated and PVC sheathed of 600/1000V rated voltage and where applicable, with earth continuity conductor. 2.2.3.1 Installation of wires and cables a) The maximum number of conductors in any conduit shall be as per drawing conforming to the regulations of I.E.E. No joints in the conductor will be made throughout the installation and looping system shall be followed. b) The conductor shall be tested for continuity and insulation before energizing and conform to the standard laid down by the local Engineering Authority and Institution of Electrical Engineer (England). c) Generally, single core cable (non-sheathed) is to be installed in metal conduits. The conduits sizes shall be as specified in the drawings. It must be ensured that the cables are not damaged during pulling. For long lengths, pull boxes must be used even if not indicated in the drawing Cables shall not be drawn round more than two 900 bend between drawing-in-boxes and any single bend must not be less than 900 d) The cable up to 0.0258cm2 shall be solid conductor and therefore, jointing are to be done through porcelain connector and the connection shall be wound with PIB tape before placing in the boxes. Termination of cable termination must be used. Tee-off joints in the cable to light point, switches etc. should not be made Looping in system of wiring is to be followed for recessed and surface wiring and the joints are to be made in the switch boards only. Ass 3 to 4 core PVC cable shall be terminated using brass cable glands of proper size. 2.3 Connection to switches The phase wire shall be connected to the switches and the neutral wire shall be kept solid in all switch connections. 2.4 Cable color Cables used shall have color as stated below:

89

Three wire single phase A.C. system Black or brown for phase line or switch wire, light-blue for neutral and yellow-green for earth Four wire three phase A/Csystem (allowed only for motor feeds when neutral is not required) Brown for first phase Black for second phase Grey for third phase Yellow-green for earth Five wire three phase A/C system Brown for first phase Black for second phase Grey for third phase Blue for neutral Yellow-green for earth Usage of TN-C system at any point after the Main Distribution Board of the Project is strictly not allowed. 2.5 Filled-in Trenches for laying cables The size of cable trench shall be minimum 915mm in depth and 457mm in width for each cable to be laid. Where more than one cable is to be laid, the width is to be increased by 152mm for each extra cable. Trench digging shall not commence until all cables are procured and brought to site store. Excavation of trench bed may require shuttering and shoring of trench sides, bailing out water, and the trench bed shall be dressed, cleaned and levelled. This shall be followed by 152mm thick cushioning by sand of min. F.M. 1.0 in the bed over which the cables will be laid. After laying of cables first class bricks shall be placed as separators between the cables. Thereafter sand filling shall be done with sand of F.M. 1.0 upto 152mm over the top of the largest cable in the trench after which two layers of flat brick is to be placed along the length and breadth of the trench as a mechanical protection against injury and as a signal that a power cable is laid under the bricks. No covering of cable trenches shall however be done before inspection and approval by the Engineer. If the Engineer notices any damage to the cable or any other fault which requires remedy or replacement of the cable the Contractor shall do the needful promptly at his own cost. The rest of the trench shall be filled with earth, watered and rammed in 152mm layers. After installation of the cables, original ground conditions are to be restored, be it brick pavement, drains, concrete road or any other construction. All costs involved in mending good of the damages shall be fully borne by the Contractor. The Cables are to be placed in trenches with slight curve so that it can give way when the earth settles later on. Cables shall be laid into or out of the ground through PVC/RCC/G.I. Pipe of appropriate size decided by the Engineer. The length of the pipe over the ground shall be 1.2m. The cable route should be as direct as possible and must receive Engineer's approval before excavation. All cable runs shall be kept at least 610mm clear of gas, sewer, water and other services pipes in horizontal plane. Where necessary the cable run shall be re-routed to maintain the specified gap. Trenches for H.T. Cables shall be maintained at a minimum 610mm clear distance from an adjacent L.T. cable trench.

90

All cable bends shall have a radius of not less than 24 times the overall diameter of the cable for armored cables, and 20 times the diameter for non-armored cables. But the radius shall not be less than twice the diameter of the cable drum in any case. Great care shall be exercised to avoid damage during handling of the cables and to prevent formation of "Kinks". The cable drums shall preferably be conveyed on wheeled cable-drum carriers and unrolled and laid directly from the drum carrier along the trench over rollers of approved construction. Carriage by trailers or trucks can be allowed if proper care is taken during unloading the drums and unrolling is done after placing the drum on jacks and spindles. Dragging the cables over the surface of earth along the trench shall not be allowed. The cables should be carried and unrolled in the direction indicated on the drums by the manufacturers. The cables shall be terminated at required locations and as directed by the Engineer. 152mm dia G.I. pipe (or other size approved by the Engineer for L.T. cables) shall be provided for all road and drain crossings. These pipes shall be laid direct in the ground without any sand bed, sand layer, brick, or cable covers. When trenches are left open overnight and where road is to be cut, the Contractor shall exhibit suitable danger signals such as banners, red flags and red lamps at his own cost. Temporary arrangement by placing wooden sleepers/sheet steel etc. across the road cutting for vehicular traffic are also to be made by the Contractor at his own cost. The Contractor shall be wholly responsible for any accident which may occur due to his negligence. G.I. pipes of appropriate size and length shall be used to protect the cable from all sorts of mechanical injury, every time it climbs up/down the pole/steel structure. Cable terminals of appropriate type, size and capacity shall be used every time outdoor termination of cable is followed/ preceded by bare overhead lines/Bus-bars/Terminals etc. All surplus earth shall be removed to the indicated places by the Contractor at his own cost. Any damage done by the Contractor to any other agencies during or as a result of cable laying operations shall be made good by the Contractor. 3.0 FEEDERS, LIGHTING AND APPLIANCE CIRCUITRY 3.1. Sizing and other pertinent data regarding main feeders, sub-feeders, branch feeders, operation at 600 Volts or less and any branch circuitry protected by different ratings, circuit breakers are fully delineated on the plans. All such feeders and circuitry shall be provided in accordance with the indication on the plan and shall be connected for correct phase sequence and proper operation of the equipment served. 3.2. Each individual lap off feeders which is called with multiple cables per phase shall be arranged so that all of the feeders are connected to the corresponding phase leg of the individual tap. 3.3. General circuitry operating at less than 600 Volts. and called for or indicated without specific details as to sizing etc., shall be understood to be lighting or less. 3.4. Wherever lighting and appliance outlets are shown on the drawings without fully delineated circuitry such shall be provided in accordance with the “Ground Rules” listed below. 3.5. All lighting and appliance branch circuitry protected as 20 amps. or less shall be performed in accordance with the following ground rules unless there are specific indications to the contrary. 3.6. Unless otherwise noted minimum conductor size shall be 1,5 sq.mm copper 3.7. Raceway sizes shall be adequate for the number of conductors contained as required by code. 3.8. Circuit shall be balanced on phases at supply point as evenly as possible. 3.9. Except as hereinafter differently specified standard type of outlet box shall be provided for each and every wiring device, lighting fixtures etc.

91

3.10. Where more than one switch is shown on the plans or a single location their switches shall be gang-mounted to a single suitable outlet box. 3.11. A switch and receptacle shall not be gang-mounted in a single outlet box unless the plans specifically indicate such a communication. 3.12 Where buried-in-outlet boxes are required by code authorities to separate wiring devices wired off different phase legs of the supply system, to separate wiring of different voltage system or for other reasons, such barriers shall be provided at no additional cost. 3.13. Under no condition shall any switch break any protective conductor. 3.14. Outlet boxes for switches shall be located at the strike side of doors, door swing indicated on plans are subject to field change. Outlet boxes for switches shall be located on the basis of the final door swing arrangement. 3.15. Unless made accessibly by other means, boxes for recessed ceiling fixture be mounted near to the ceiling fixture. 3.16. Final connection from outlet boxes to recessed ceiling fixtures shall be means of suitable flexible fixtures pigtails not less than 1.20M and not more than 1.80M long. In all cases enough slack shall be left in pig-tails to permit removal of fixtures from ceiling for inspection with disconnection. 3.17. Where the specifications for drawing indicates no specific requirements as to the loading or connections of outlets in lighting and appliance branch circuit, the following maximum limitations shall be follows : No more than 8 outlets of 16A shall be applied to any single 16 amps circuit. However, this applies only to general use outlets. 3.18. At any location where lighting and appliance branch circuitry is provided extending from a flush mounted panel board to a suspended ceiling immediately above, at least 4 (four) 25mm empty conduit shall be provided (in addition those required for active circuitry) to permit future wiring 3.19. Emergency wiring shall be run in a completely separate raceway conduit system containing no wires of "Normal" lighting and appliance. 4.0 EARTH CONTINUITY CONDUCTOR WORKS The Conductor shall be of galvanized steel bar 40/4mm and shall be laid in accordance to the legislation. This conductor shall provide connection of the PE bar of the Main DB to the grounding rods, and afterwards it will provide for additional safety ground and potential equalizing for high-risk equipment (mainly – kitchen equipment and kitchen sinks) The earth continuity conductor and earthling lead shall run in accordance with the drawings and direction, and all metal fittings shall be earthed with earth continuity conductors. The earth continuity conductors shall be drawn along with the cables and no joint shall be allowed from earthling block to the respective earth point. Light and fan points, excepts where indicated otherwise, shall not be earthed. 5.0 LIGHT FITTINGS AND FIXTURES The light fittings shall be constructed as per schedule, and shall comply with the relevant requirements of applicable Bulgarian State Standard in force. The chokes, if applicable, shall comply with the requirements of Bulgarian State Standard in force, and shall be Philips, or of equivalent quality – electronic choke.

92

Fixtures near combustible materials shall be so constructed or installed, or equipped with shades or guards that combustible materials shall not be subjected to temperature in excess of 90oc. Appropriate samples of light fittings with chokes and starters shall be submitted prior to installation. The light fittings shall be installed in accordance with the applicable fittings layout drawings. All pendant fittings shall be properly supported from the ceiling slab. 7.0. DISTRIBUTION BOARDS/SUB-DISTRIBUTION BOARDS 7.1Type tested electrical boards 7.1.1. Low Voltage switchboard general rules This document describes the general rules to guarantee the maximum level of quality and performances for a Low Voltage Switchboard. In the aim to reach this requirement, the entire equipment must be in appliance according to the specifications defined in the IEC Standard: 61439-1&2 7.1.2. Original Manufacturer requirements To be compliant with standard IEC 61439-1&2 the Original Manufacturer carries out the original design and the design verifications especially for the following most important functions that have to be certified through an independent certification body for the most critical configurations: a) Voltage stress-withstand capability: measurement of clearances and creepage distances, power frequency dielectric test. b) Current-carrying capability: temperature rise tests c) Short-circuit withstand capability: short-circuit tests (Icc and Icw) of the main circuit, including the neutral conductor, and the protection circuit d) Protection against electric shock: verification of insulating materials e) Protection against fire or explosion hazard: glow wire test f) Maintenance and modification capability: IPxxB test and Mechanical operation tests (especially for removable parts) g) Capability to be installed on site: lifting test, taken from IEC 62208 h) Protection of the Assembly against environmental conditions: IK test according to IEC 62262 &Corrosion test 7.1.3. Assembly Manufacturer requirements To complete the standard requirement, the Assembly Manufacturer (panel builder) has to achieve routine verifications. Hereafter details of the routine verifications to be performed by the Assembly Manufacturer a) Degree of protection of enclosures through visual inspection b) Clearances and creepage distances through visual inspection. c) Protection against electric shock and integrity of protective circuits through visual inspection of basic and fault protection also random verification of tightness of the connections of protective circuit d) Incorporation of built-in components through visual inspection

93

e) Internal electrical circuits and connections through visual inspection and also random verification of tightness f) Terminals for external conductors through number, type and identification of terminals g) Mechanical operation through visual inspection and effectiveness of mechanical actuating elements h) Dielectric properties through power-frequency dielectric test i) Wiring, operational performance and function through verification of completeness of information & markings, also inspection of wiring where relevant and function test where relevant A copy of these routines tests fully completed by the assembler must be present within or close to the switchboard on its exploitation site. 7.1.4. Switchboard design requirements The following design rules have to be implemented in order to facilitate the assembly and ensure the most relevant level of safety for any low voltage equipment. Devices installation All the devices must be installed onto dedicated mounting plate designed for one or several switchgears of the same type. The objective of that point is to group protection equipment of the same type, as well as distinguish inside the switchboard the function of each device or group of devices and avoid identification mistakes. Theses mounting plates will have an independent fixing system affording them to be transformed and moved anywhere in the switchboard and especially to allow easy evolution of the installation. To ensure the maximum protection of people around the electrical installation, front plates must be installed in front of all control and protection equipment with both IP3x and IPxxB level, in order to avoid direct access to the devices and consequently to the active parts. Electrical distribution and architecture For safety reasons and especially if the door is opened during the switchboard working, all bus bars have to be covered by barriers onto the whole perimeter of the bus bars zone. To supply electricity inside the switchboard, the installation of distribution blocks systems, using spring terminal technology (IPxxB compliant), ensures the maximum protection of people. To simplify the implementation in compliance with the IEC 61439 1&2, the original manufacturer should supply prefabricated connections that are perfectly rated and coordinated to work with the devices. Vertical distribution systems should be designed to allow tightened connection by front access only. Horizontal and Vertical distribution system should be designed to allow connection (with self-breaking nuts) all along the length thanks to a continuous connection track and this without any drilling. For higher readability of distribution, horizontal bursBars should be designed with only one single bar per phase. For future evolution in the switchboard, bus bars should allow the possibility to add all outgoers required without any disassembly. Framework and cover panels In order to facilitate the access within the switchboard for the maintenance, its covering panels must be dismountable on all surfaces whatever the IP degree.

94

Switchboards associations should be possible in all directions without any impact on the IP level and when upgrading the maintenance of the original performance levels is guaranteed. The switchboard should be easily combined with switchboards already in service. By design the system should ensures electrical continuity of moving parts without additional earthling braids. 7.1.5. Switchboard operation Due to the constant evolutions of the electrical needs for the buildings or for the factories, the distribution switchboards must have the capacity to follow those evolutions. The switchboard offer must include dedicated components affording the adjunction of one or several enclosures and cubicles on the exploitation site. In order to facilitate the current maintenance, e.g. infra-red measurement, the devices zone has to be accessible in one operation. Evolution of the number of outgoers of switchboard can be done in a functional unit spare place without having to add extra new upstream connection to the main distribution busbar For demanding service continuity applications, upgrading of switchboard in term of outgoers extensions can be made in service in unequipped reserved spaces The final customers will have the possibility to obtain some spare parts ten years after the end of commercialization of the switchboard offer in order to be able to replace some components for maintenance or evolution needs. 7.2.Final-distribution enclosures All final-distribution enclosures shall be selected from the same range, rated for an incoming current of up to 160 A. Whatever the installation method (flush or surface mounted), they shall comply with European standard EN 60 439-3 Outgoers will be identified by labels affixed on front of the switchboard, at least 5 cm high, aligned with each device,. Access to the inside of the enclosure for maintenance purposes shall be possible row by row, without uncovering any next row. Common devices such as measurement and indication devices, pushbuttons, emergency off switches and socket-outlets shall be installed together in the same part of the enclosure and easily accessible to users. For enclosures equipped with a door, access to the above devices shall be possible without opening the door. Cable entry to flush-mount enclosures shall be possible for flexible conduits or insulated cables, from all four sides and from the rear of the enclosure. Cable entry to surface-mount enclosures shall be possible from all four sides, for flexible conduits are cable trunking, or from the rear of the enclosure to facilitate subsequent renovations. For cable running in the enclosure, clearance between the rails and the back shall be at least 20 mm for flush-mount enclosures and 35 mm for surface-mount enclosures. 8.0 CEILING ROSE The ceiling rose shall be moulded plastic of approved best quality. Wherever the ceiling rose shall be used it shall be installed as near as possible to the fittings. For ceiling fans, these shall be installed at the center of the hook. 9.0 MCB/MCCB The MCB/MCCB shall be quick-make, quick-break type, and shall have inverse time limit characteristics with instantaneous magnetic trip elements functioning on overloads over the normal operating range. All circuit breakers shall be 'trip-free'. Ratings and frame sizes of breakers shall be in accordance with schedule. All lugs

95

must be of the solder-less mechanical type. Rated voltage 240/415V A.C. 50 Hz, interrupting capacity as stated on drawings, capable of providing overload and short circuit protection, through thermal magnetic trip actions respectively : temperature rating, with contacts of silver alloy : terminal capability according to rating The breakers shall be designed manufactured and tested in accordance with EN 60947-2. 10.0 SWITCH WORKS The flushed snap plate/grid switches shall be vertical single pole (1-way/2-way) 5A A.C. architrave rocker operated switches white in color, to the pertinent Bulgarian State Standard, complying with the test requirements for inductive, fluorescent or resistive loads specified, and satisfy the best requirements for three types in fluorescent lamp circuit, up to the ratings of these switches as set out in the pertinent Bulgarian State Standard. The switches shall have minimum clearance of 3mm between the contacts, and a similar minimum creepage distance. Flush dimmer switch/Fan speed controller white in color to relevant IEC standard complying with test requirement for induction or resistive load specified. The switch operating member shall pivot independently of the rocker, making the speed of `make and break' independent of the speed at which the rocker is operated. Terminal capability: minimum 2 x 2.5 mm2 conductors for each. Appropriate samples shall be submitted prior to installation of switches. Switches shall be installed on switch board or otherwise as per drawings. 11.0 SWITCH BOARD/DIMMER/FAN SPEED CONTROLLER BOARD WORKS Switch boards and/or fan dimmer boards shall be as per schedule and shall have plate switches and/or fan dimmer. Switch boards shall have copper earthing block of appropriate size. The switch boards and fan dimmer boards shall be installed on wall at a height of 1372mm from the floor if not specified otherwise, and at locations shown in applicable layout drawings. The phase wire shall be connected to the switches and the neutral wire shall be kept solid in all switch connections. The earth continuity conductor (ECC) shall be connected to the earth point inside the switch board. The approved size galvanised steel boxes shall be installed at the time of construction of the wall to avoid chasing in wall. The location of board shown in diagrammatic wiring plans shall be considered as approximate and it shall be incumbent upon the Contractor, before installation of switch board/regulator board boxes, to study all pertinent drawings and obtain precise information from the architectural schedules, scale drawings, large scale and full size details of finished rooms and approved shop drawings of other trades. It shall be understood that any outlet may be relocated at a distance not exceeding 4.5M from the location shown in the drawings. In earthing outlets, due allowance shall be made for piping, ducts, window and door trim, variations in thickness of furing, plastering, etc. as erected, regardless of whatever is shown on small scale drawings. Switch boards, and other boards located incorrectly shall be properly relocated at Contractor's own cost. 12.0 EARTHING DEVICE (i) Earth electrode The pipe earthling electrode shall be buried below ground level, as per schedule by tube-well sinking method. The earthling lead from the DB to the main earthling electrode shall be installed in G.I. pipe of specified diameter. The terminal connected to the earthling electrode shall use a copper clamp of 203x38x6.35mm size for making the connection. a) Pipe Electrode (where applicable) The earthling inspection pit shall be constructed as per schedule and direction. The pit shall have well formed regular sides. Curing for the R.C, shall be for 4 weeks, and for C.C., brick work and plaster shall be 2 weeks. (ii) Earthling Lead

96

Earthling lead shall consist of galvanized steel conductor as per schedule. All terminal lugs shall be of solder less mechanical type. The earthling leads from the earth electrode shall be connected to the brass bar of test point. A double run of specified tinned copper conductor shall be brought out as earth lead for the earth electrode through G.I. pipe from the electrode and connected to the brass bar. There shall no joint in the copper earth lead. All earthling lead shall follow the shortest and most direct route to earth electrodes and sharp bends and joints shall be avoided. The earthling leads shall be connected to the earth electrode as per drawings. The joints shall be made mechanically strong and electrically continuous with minimum of resistance. Earthling lead shall consist of copper conductor as per specification given above. All terminal lugs shall be of copper and nut-bolts of brass. (iii) Earthing Block The earthing block shall be of solid electrolytic copper, cast and machined, of size as per schedule having at least 10mm dia drilled, holes for accommodating the terminals of the earth continuity conductor. Requisite number of brass nuts and bolts shall also be provided. v) Earth Loop Resistance The maximum earth loop resistance from any point in the installation including earthling lead to the earthling electrode shall not exceed the resistance specified in the regulations. The Contractor shall ensure that the leads are efficiently bonded to all metal works other than the current carrying parts, so that the above resistance level is not exceeded. It will be the duty of the Contractor to provide earth tester for test of installation in presence of the authorized representative of the Engineer, and submit earth test report to the Engineer for approval. 13.0 Fluorescent, Mercury Lamps, etc 13.1 All discharge lamp (fluorescent, mercury, etc.) lighting fixtures furnished as part of the electrical work shall conform to the following and the fittings shall be suitable to operate on the main particulars of which are given below. a. Number of Phase - Single phase b. Voltage - 230 Volts ± 5% c. Frequency - 50c/s. d. Type - Alternating current. 13.2 The fluorescent lamp shall be high power factor operation, tubular in shape for general lighting service. 13.3 The colour shall be daylight. 13.4 Ballast and capacitor shall be rigidly mounted to the inside of the top of the fixture housing with ballast surface and housing in complete contract for efficient conduction of ballast heat, Ballast mounting shall be permanently affixed to the housing. 13.5 The diffusers shall be glare free, moulded out of 3.175mm thick opal materials of uniform density and sturdy construction. The diffusers shall be quick detachable type and shall be supplied as asked for in the schedule of quantities. 14.0 Lighting

14.1 Lighting shall be developed using fluorescent light fixtures, with T5 lamps, operating on electronic HF chokes.

14.2 The lighting shall be designed and sized according applicable EN 12464-1; following light levels are

97

expected:

14.2.1. Dining area – 300lx

14.2.2. Kitchen, preparations, dishwashing – 500lx

14.3 Light fixtures shall be pendant, at reasonable height below Mechanical installations

14.4 Lighting control is from local switches as a rule

14.5 Lighting above entry doors – controlled by a clock

14.6 Installation is exposed (in plastic conduits) in kitchen/preparation/washing area and concealed (in flexible conduits) in dining area

14.7 Emergency lighting by means of battery packs in ordinary lighting, separate self-contained emergency lights and escape pictograms according to EN 1838 is required.

14.8 Lines TN-S system

15.0 Distribution network

15.1 The electrical system of the Project starts at the MAIN DB of the food area (located in MDB room of the building) and consists of:

15.1.1. The MDB for kitchen area (Type-tested assembly)

15.1.2. The DB for kitchen (Type-tested assembly)

15.1.3. The DB for Dining hall (Final-distribution enclosure)

15.1.4. The DB for HVAC equipment (Final-distribution enclosure)

15.1.5. Appropriate cables running from MDB to the sub-boards

15.2 The cables shall be made of copper, with PVC insulation

15.3 Cables shall be sized according to the Regulations to provide appropriate current capacity and limit the voltage loss

15.4 All cables shall be sized with 30% spare capacity. This applies also to the switchboards – in terms of capacity of the busbars and free space for additional equipment.

15.5 The system shall be TN-S starting from the MDB of the Kitchen area. All switchboards, including MDB, shall be with separate PE and N busbars. The PE and N busbars shall be interconnected only in MDB.

15.6 Appropriate lighting/surge arrestor system shall be installed.

16.0 Power supply

16.1. All sockets used shall be of “SHUKO” type and Industrial type

16.2. For all large devices and those posing high fire risk there must be local disconnection equipment – either accessible socket or full-load switch enclosed in box with relevant IP rating

16.3. The kitchen equipment shall be disconnected by means of emergency-stop push-button located at convenient location in hot kitchen area and by automatic signal of the fire detection system

16.4. All kitchen equipment must be grounded

16.5. All electric motors must be protected with thermo-magnetic protection device, sized according manufacturer's requirements.

17.0 Cable trays

17.1 Wherever more than three-four cables run together, they shall be laid on cable trays, made of galvanized perforated steel sheet.

17.2 The trays shall be hot-dip galvanized, suitable for use in humid environment

17.3 Only factory-made and approved by the manufacturer accessories and supports shall be used.

17.4 The trays must be connected to the ground. Continuity of the connection must be done either with cable

98

bridges or by using certified by manufacturer interconnecting elements.

17.5 Any on-site cuts must be properly cleaned from sharp remains and protected with zinc-rich solution if recommended by the manufacturer.

18.0 Public address

18.1 The public address of the Project is part of the system of the whole building

18.2 The Contractor shall supply, install and connect the loudspeakers for emergency messages and shall bring the cable back to the distribution box in order to provide for connection to the building system

18.3. All equipment, cabling etc. shall be in conformance with EN 60849 and EN 54.

19.0. Video surveillance

19.1. The surveillance system shall be part of the general system of the building

19.2. The Contractor shall supply and install a total of four dome vandal-resistant cameras

19.3. The Contractor shall coordinate with the Engineer the type and the technical data of the cameras in order to ensure they will be compatible with the system of the building

20.0. Intruder alarm

20.1. The system shall be based on computerized control panel, with multiplexer evaluation of the signals from peripheral devices

20.2. Full coverage of all possible accesses for intrusion is a must

20.3. The volume of the premises shall be controlled with Passive Infra-red detectors

20.4. All access doors shall be controlled with door magnetic-contacts

20.5. The system shall be backed-up with accumulator battery

20.6. The system shall be capable of connection with the system of the building.

21.0. Tests, commissioning, staff training

21.1. The Contractor is fully responsible for provision of all required by the Legislation tests and measurements, including, but not limited to:

21.1.1. Grounding resistance

21.1.2. Fault loop interface

21.1.3. Isolation resistance

21.1.4. Lighting levels

21.2. The Contractor shall be also responsible to assist the Client in commissioning the Project

21.3. The Contractor will make any needed changes and repairs of his work coming out as a consequence of remarks made by authorities or non-compliance with legislation's requirements

21.4. The Contractor shall provide a full set of technical documentation for the maintenance staff of the Client, both on paper and electronically, in easily readable file format, including, but not limited to:

21.4.1. As-built drawings

21.4.2. Certificates, technical data-sheets etc

21.4.3. Maintenance instructions, troubleshooting instructions

21.4.4. Contact data of all manufacturers and their representatives in Bulgaria

22.0. Measures against electric shock and fire

22.1. The project poses high electric and fire hazard. All required by legislation and best installation practices for mitigation of these hazards must be strictly followed.

22.2. The switchboards shall be designed and manufactured in a way that a responsible staff member shall be able to make inspection of the premises at ending of the working time and:

22.2.1. Disconnect with one handle on the front panel all electric supply of the kitchen, except for refrigerators,

99

PC and standby lighting;

22.2.2. Disconnect with one handle all electric supply of the dining room, except for refrigerators and standby lighting;

22.2.3. Stop with one push-button on the front panel the ventilation systems for hall and dining room

22.3. The switchboards shall allow automatic disconnection by the fire detection (or manual by mudroom-type push-button) of the kitchen equipment and stopping of ventilation

22.4. The Main DB shall be de-energized by a mushroom-type push-button

22.5. All lines shall be protected by RCD relay with leakage threshold 30mA

22.6. The whole system shall be protected from fire by adjustable earth-leakage relay – adjustable from 300 to 3000mA threshold

23.0. Health & Safety; waste management

23.1. The Contractor is fully responsible for following all legislation requirements for health and safety measures during construction.

23.2. All workers shall be of appropriate qualification, equipped with proper personal protective equipment (like helmets, high-visible vests, gloves, glasses, ear protectors, special boots with penetration-resistant and anti-slippery sole and a hard toe cap)

23.3. Any requirements of the Health&Safety coordinator on the site shall be strictly followed.

23.4. The Contractor is obliged to clean his working site after finishing work and depose the waste according the Site Management's instructions.

23.5. All tools used must be properly handled, tested according to regulations and maintained as prescribed by manufacturer.

100

Part C –SANITARY, WATER SUPPLY AND SEWERAGE WORKS (WSS) PIPEWORK

1. Scope

This section sets out general specification and standards required for the external pipework and pipework within structures.

2. Design Requirements

The pipework installation shall be so arranged as to offer easy dismantling and removal of pumps or other major items of equipment.

Flange adapters or detachable couplings shall be included in the connecting pipework of all items of plant to facilitate dismantling, and provision shall be made of flexible joint arrangements adjacent to all structures. Adapters on pump delivery branches shall be upstream of their respective reflux valves.

The ends of pipes for use with flange adapters and couplings shall be faced square and sized to the tolerances required by the manufacturer of the couplings.

All pipework shall be adequately supported in trenches or with purpose-made fixings in structures and when passing through a wall shall incorporate a puddle flange or other suitable purpose-made sealing device.

Flange adapters and units shall be supplied and fitted in the pipework runs wherever necessary to permit the simple disconnection of flanges, valves and equipment without the need to spring long runs to remove valves, equipment and the like.

Flexibility shall be provided in the pipework at joints in the main structures to allow differential settlement and thermal stresses which shall not be transferred to the anchor blocks. Flexible joint or collars and cut pipes shall also be incorporated in pipework where necessary to allow for some margin of error in the building work.

The pipework system shall be so designed to ensure the anchorage at blank ends, bends, tees and valves may be kept to a minimum. The Contractor shall indicate on his detailed drawings the blocks required to anchor pipework supplied by him.

Each force and moment that may occur in the plant may be compensated by appropriate location of solid fixations, expansion joints and sliding supports.

Pipelines in the open air delivering sludge or water shall be insulated with mineral wool or rigid foam or other material approved by the Engineer. The insulation shall be protected suitable with aluminium sheets or other weather-proof protection.

Pipelines for chemicals shall be made of material resisting to them.

Permissible velocities of flow shall be in accordance with BSS or adequate international standards.

Where spigot and socket pipes are required to be laid on a granular or sand bed, or directly onto a trench bottom, joint holes shall be formed in the bedding material of excavated to ensure that each pipe is uniformly supported throughout the length of its barrel and to enable the joint to be made.

Pipes shall be laid on setting blocks only where a concrete bed of cradle is used.

Where pipes are required to be bedded directly on the trench bottom, the formation shall be trimmed and leveled to provide even bedding of the pipelines and shall be free from all extraneous matter that may damage the pipe, pipe coating, or sleeving.

No protective cap, disc or other appliance on the end of a pipe or fitting shall be removed permanently until the pipe or fitting which it protects is about to be jointed. Pipes and fittings, including any lining or sheathing, shall be examined for damage and the joint surfaces and components shall be cleaned immediately before laying.

Suitable measures shall be taken to prevent extraneous material from entering pipes, and to anchor each pipe to prevent flotation or other movement before the Works are complete.

The minimum depth of cover to the crown of any pipe shall be 900 mm unless otherwise approved by the Engineer.

101

The line and level for any pipeline shall not be more than that specified in the design + 20mm, provided that the maximum deviation will not result in the pipeline being constructed with a backfall.

3. Quality Certificates

Before commencing construction, certificates as follows shall be submitted to theEngineer:

Technological examinations, if necessary. Manufacturer’s certificates. Certificate attesting the durability (sustained loading) of the pipeline components under at a given temperature and pressure.

4. Types of Pipes

a) Steel Pipework

Steel pipework shall be to BSS or equivalent EN, ISO or BS Standards and all assembling shall be made up from piping to this specification. The type of pipe shall be hot finished seamless steel. Steel pipework above 80 mm bore shall be either coated externally and security wrapped where laid underground shall be painted externally when laid above ground or in ducts. In both cases they shall be internally lined at the manufacturer’s works with either an approved epoxy based or similar lining of not less than 250 microns in thickness or with concrete lining. The internal lining shall be continuous across joints as far as this is practicable according to the size of pipe. Steel pipework below 80mm bore, excepting that for conveying oil, shall be galvanized in accordance with Part 5. Branches shall be formed in accordance with the appropriate BSS and shall be welded before the pipe is erected. All bends made from pipe shall be formed so that at any point along the bend will not reduce the bore by more than 2.5%. Radii of hot bends for all pipes shall be not less than five times the outside diameter. Gusseted, “cut and shut” and wrinkle bends shall not be used on pipes smaller than 150mm diameter. All pipe flanges shall be the wrought steel ‘slip-on’ type. No flanged joints shall be located within a back-filled trench. Flexible joints shall be bolted gland or detachable flexible coupling as necessary.

b) Copper Tubing and Fittings

Copper tubing and fittings for domestic water services shall be light gauge copper tubing and shall conform to BSS or equivalent EN, ISO or BS Standards. The fittings shall be compression type fittings approved by the Employer’s Representative and shall comply with BSS or equivalent EN, ISO or BS Standards. Pipes shall be fixed clear of walls or soffits with cast brass brackets at no more than 1.5 metrecentres.

c) Ductile Iron Pipes and Fittings

Ductile iron pipes and fittings shall be in ductile iron complying with BSS 2531 or equivalent ISO 2531, BS or EN standards. Non-standard specials shall be avoided. Unless otherwise specified, puddle flange thickness and diameter shall be similar to the flange of the corresponding diameter.

Spigot and socket joints shall be flexible and of an approved "push-in" or bolted gland type unless otherwise specified.

Flexible couplings shall be of a type approved by the Engineer.

d) Galvanized Steel Pipes

Galvanized steel pipes shall be hot dip galvanized according to BSS, BS or equivalent international standards.

102

e) Plastic Pipes

Un-plasticized PVC pipes shall only be used for water and drainage purposes with the express approval of the Engineer. PVC pipes shall comply with the requirements of BSS 12 996, or equivalent BS or other international standard.

Fusion welded joints in high density and medium density polyethylene pipes shall be made only between pipes having the same physical characteristics. Joints between pipes from different manufacturers shall only be made with the specific approval of the Engineer and incorporate a flexible joint seal.

A pipe section containing a completed weld shall achieve the same strength characteristics as the parent pipe.

f) Reinforced Concrete Pipes

Reinforced concrete pipes shall comply with the requirements of BSS 895, and shall be provided with an appropriate type of flexible joint incorporating a rubber or synthetic sealing ring. The diameters ( in mm.) of concrete pipes are as follow: 150, 200, 250, 300, 400, 500, 600, 800, 1000 mm. The length is no less than 1000 mm.

Reinforced concrete pipes 100 and 150 mm diameter for drainage systems shall be used in accordance with BSS 12157.

g) Thrust Blocks

Except where welded steel pipelines or self-anchoring joints are used thrusts from bends and branches in pressure pipelines shall be resisted by concrete thrust blocks cast in contact with undisturbed ground.

Any additional excavation required to accommodate thrust blocks shall be carried out after the bend or branch is in position and the thrust face shall be trimmed back to remove all loose or weathered material immediately prior to concreting.

Thrust blocks shall be allowed to develop adequate strength before any internal pressure is applied to the pipeline.

Plastic pipes shall be wrapped with a layer of plastic sheeting before being surrounded by concrete.

5. Pipe Joints

h) General

All pipe joints, other than welded joints in steel and plastic (HDPE and MDPE) pipes, are to be formed using flexible sealing materials in the form of rings or gaskets made from natural or synthetic materials that are resistant to all liquids carried by the pipeline and chemicals found in the adjacent ground. The jointing surfaces and components shall be kept clean and free from extraneous matter until the joints have been made or assembled. Care shall be taken to ensure that there is no ingress of grout or other extraneous material into the joint annulus after the joint has been made.

Where pipes with flexible joints are required to be laid to curves, the deflection at any joint as laid shall not exceed three quarters of the maximum deflection recommended by the manufacturer.

All mechanical joints shall be cleaned and have their paintwork or coating made good before assembly.

After completing a joint any protective paint or other coating shall be made good, and any metal joint, which is not already coated, shall be cleaned and painted with two coats of bituminous paint. Internal lining and additional external protection of the joints shall be carried out if required to achieve the specified design lives.

The Contractor shall use only the proper jointing parts as specified and obtained through the suppliers of pipes and valves. All joints shall be accurately made and shall be capable of passing tests for individual joints and for the completed pipeline as may be specified below.

All cut spigot ends, including cut ends, shall be checked for ovality, prior to jointing (in accordance with manufacturer’s publications) and the Contractor shall correct such ovality as recommended by the pipe manufacturer.

i) Flanged Joints

Flanges shall be properly aligned before any bolts are tightened.

103

Jointing compounds shall not be used when making flanged joints, except that, to facilitate the making of vertical joints, gaskets may be secured temporarily to one flange face by a minimum quantity of clear rubber solution. Bolt threads shall be treated with graphite paste and the nuts tightened evenly in diametrically opposite pairs.

j) Bolted Gland Joints for Iron Pipes

In jointing spun and cast iron spigot and socket pipe and specials with bolted gland flexible joints the Contractor shall take account of the manufacturer’s recommendations as the methods and equipment to be used in assembling the joints. In particular the Contractor shall ensure that after the spigot has been centred in the socket the lead-tipped rubber ring is pressed into its seating between the socket and spigot and evenly tapped home with a wide faced caulking before the gland is drawn up into position. All nuts shall first be tightened by hand and nuts on opposite sides of the joint circumference shall then be alternately and progressively tightened with a spanner so as to ensure even pressure all round the joint.

k) “Push-in” Type Joints for Iron Pipes

In jointing cast iron spigot and socket pipes and specials with “push-in” type flexible joints the Contractor shall take account of the manufacturer’s recommendations as to the methods and equipment to be used in assembling the joints. In particular, the Contractor shall ensure that the spigot end of the pipe to be jointed is smooth and has been properly chamfered, that the rubber ring is correctly positioned in the socket and that the two pipes are accurately in line, before the joint is made. After the joint has been made the Contractor shall ensure by the use of a suitable feeler gauge that the rubber ring is evenly seated in its correct final position. The rubber rings and any recommended lubricant should be obtained only through the pipe suppliers.

l) Detachable Flexible Couplings-Iron or Steel Pipes

In jointing iron or steel plain-ended pipes with flexible detachable couplings the Contractor shall take account the manufacturer’s recommendations as to the methods and equipment to be used in assembling the joint. In particular the Contractor shall render the end of each pipe smooth so as to allow the joint sleeve to slide freely and where necessary shall re-coat the pipe ends with two coats of quick drying bituminous solution.

m) Flanged Joints - Iron or Steel Pipes and Valves

Flanged joints for spun and cast iron pipes and specials, for steel pipes, and for valves shall be made, unless specified otherwise, with rubber joint rings and steel bolts and nuts which include two washers per bolt. Joint rings shall be made from 3mm thick rubber reinforced with fabric and of such width as to cover the machined face of the joint inside the bolt holes. They shall be of such physical properties as to be capable of forming permanent watertight joints against pressures up to the maximum test pressure. The use of jointing paste or grease will not be permitted. The ring may be fastened to the bolts with cotton thread. The bores of abutting pipes or fittings shall be concentric and no jointing material is to be left protruding into the bore. All nuts shall first be tightened by hand and nuts on opposite sides of the joint circumference shall then be alternately and progressively tightened with a spanner so as to ensure even pressure all round the joint.

n) Welded Joints for Steel Pipes

Welded joints in steel pipes shall be butt-welded, carried out manually by the metal-arc process. Only welders approved by the Employer’s Representative shall carry out welding. The pipe supplier shall prefabricate all bends, tees and other specials. All parts to be welded shall have loose scale, paint and other foreign matter removed by means of a wire brush and shall be left clean and dry. All scale and slag shall be removed from each weld run when it is completed. Pipes manufactured with longitudinal or spiral welds shall be lined up before jointing so that these welds are at least 15° apart around the joint circumference.

6. Pipework Identification

The Contractor shall include for painting identification markings on all pipework within buildings at 3m intervals and where pipes pass through walls or floors, enter or leave buildings or storage containers. Adjacent to each such point shall be placed in a conspicuous position, an identification schedule. The

104

identification markings shall consist of single or multiple coloured rings painted around the pipes. The schedule of proposals shall be submitted for approval.

o) Building Pipes Through Structures

Where pipes pass through a concrete wall or structure they shall project from the external face(s) of the structure by 300 mm for pipes with nominal bores of 500 mm or less and 500 mm for pipes with nominal bores in excess of 500 mm and the surface of such pipes shall be prepared to the approval of the Employer’s Representative to ensure a satisfactory bond between pipes and concrete. The first pipe in open ground leaving a structure shall be short length of either spigot and socket or double socket to suit the flow direction. The length of these pipes shall be one and half times the nominal bore or 600 mm whichever is the greater.

p) Pipe Bedding

Bedding for pipes shall be constructed by spreading and compacting granular bedding material over the full width of the pipe trench. After the pipes have been laid, additional material shall, if required, be placed and compacted equally on each side of the pipes, and where practicable, this shall be done in sequence with the removal of the trench supports.

The bedding material for pipes shall be sand or free draining, broken stone or gravel and shall be free from organic matter, clay and debris. The bedding material shall be capable of producing a stable formation for pipe laying and shall not be subject to bulking or settlement due to changing weather or ground water conditions after placing and consolidation.

Where trenches have been excavated and groundwater is likely to flow in any granular bed and surround to the pipe, the Contractor shall provide suitable impermeable clay stanks at a maximum of 50 m along the length of the trench.

Where the bottom of the trench is found to be puddled, soft or otherwise unsound, an additional 150 mm, shall be excavated. Approved granular material shall be added and compacted to provide a uniform support for the pipe.

For ductile iron pipelines, selected excavated material or other approved material may be used for the bed and surround.

7. Backfilling and Restoration

The compaction material shall comply with BSS 3214, and BSS 2761.

All trenches shall be kept free from ground water while backfilling is in progress. No backfill material shall be placing in trenches containing water.

The pipes shall be backfilled with acceptable material in layers of thickness 150 - 200 mm until 200 mm above the pipe top has been reached. The layers shall be compacted manually until a density as is specified in the design is reached. The remaining part of the trench may be backfilled by machine. Backfill material shall be placed and compacted in a minimum of two layers up to the crown of the pipe.

In fields and open country, backfill material may be placed by machine, provided the method or operation ensures that the material slides or rolls into position and does not drop from a height.

The Contractor shall reinstate the surface over all trenches.

8. Manholes

Chamber and shaft sections, slabs and covers shall be sized to ensure safe access by workmen using safety equipment and tools consistent with the chamber type and depth. Access to the chamber shall be with steps and step rungs, irons, lorr adders and if necessary shall include rest or working platforms.

Joints on precast concrete manholes shall be made so that the required jointing material fills the joint cavity. Any surplus jointing material extruded inside the chamber or shaft shall be trimmed off and joints shall be pointed on completion.

Where manholes are to have a concrete surround, the concrete shall be grade C20 and the height of each concrete pour shall not exceed 2 m. Each construction joint shall be offset from that of the chamber by a minimum of 150 mm.

105

Manholes and similar chamber shall be watertight such that no visible infiltration occurs.

Where there is no change in diameter through a manhole, the invert shall be constructed at the same gradient as the outgoing pipe.

9. Sewers and Manholes to be abandoned

Sewers and manholes to be abandoned shall be filled by grouting.

No sewer or manhole shall be sealed or abandoned without notification to the Engineer that all existing flows in the structure affected have been satisfactorily diverted.

10. Disinfection and testing of Pipelines

11. Cleansing of Pipelines

On completion of construction, and before any disinfection, internal surfaces of pipelines shall be cleaned thoroughly.

q) Precautions Prior to Testing Pipelines

Before testing any pipeline, the Contractor shall ensure that it is anchored adequately and that thrusts from bends, branch outlets or from the pipeline ends are transmitted to solid ground or to a suitable temporary anchorage.

Open ends shall be stopped with plugs, caps or blank flanges properly jointed.

Potable water shall be used for the cleansing, testing and swabbing of pipelines unless otherwise directed by the Engineer. Stand pipes for extracting water from the public supply system shall be in accordance with the requirements of the supply authority. As a minimum a check valve system shall be provided between the public supply and the item being filled to prevent the possibility of back siphonage.

The Contractor shall provide all labor, testing equipment (including additional pipework jointing material, stoppers, and blank flanges) and shall fill the pipes with water and subsequently empty them after test, all to the approval of the Engineer. Water drained from the pipes shall be discharged in a way that does not affect the stability of the Works or adjacent structures.

r) Testing Method Program and Notification

Before any testing of a pipeline, the Contractor shall submit to the Engineer his proposed programme of testing and, where required, swabbing.

The Contractor shall notify the Engineer at least three non-rainy working days beforehand of his intention to test a section of pipeline.

s) Testing Non-Pressure Pipelines

Sewer pipes laid in open cut shall be tested with air or water (as specified below) after they have been bedded and jointed and before any concrete surround or backfill is placed, other than such as may be necessary for structural stability whilst under test. The pipelines shall be tested in lengths applicable to the construction activities and in accordance with the programme. A further test shall be carried out when any concrete surround has been completed and when backfill has been placed and compacted to a depth of 300mm above the crown of the pipeline.

t) Water Test for Non-Pressure Pipelines

The test pressure for non-pressure pipelines up to and including 750 mm nominal bore shall be not less than 1.2 m head of water above the pipe soffit or ground water level, whichever is the higher at the highest point, and not more than 6 m head at the lower end. Steeply graded pipelines shall be tested in sections so that the maximum pressure head shall not be exceeded. Unless otherwise agreed by the Engineer the test shall commence two hours after filling the test section at which time the level of the water at the vertical feed pipe shall be made up to produce the required 1.2m minimum test head. The loss of water over a 30 minute period shall be measured by adding water at regular 5 minute intervals to maintain the original water level and recording the amounts added. The section of the

106

pipeline will have passed the test if the volume of water added does not exceed 1 liter per hour per meter of pipeline per meter of nominal internal diameter of pipe. Non-pressure pipelines (including associated manholes and chambers) shall be tested for infiltration. The infiltration shall be measured after backfilling has been completed and the groundwater has returned to its pre-construction level (a minimum of 7 days shall be left after backfilling) and after all pressure testing has been completed. All inlets to the system shall be effectively closed, with any residual flow deemed to be infiltration. The section of pipeline will have passed the test if the total infiltration does not exceed 1 liter per hour per meter of pipeline per meter of nominal internal diameter of pipe. Notwithstanding the satisfactory completion of the test, there shall be no visible infiltration flow through any pipe or joint during an internal inspection.

u) Air Test for Non-Pressure Pipelines

Pipelines to be air tested shall have air pumped into the length under test until a pressure equivalent to 100 mm of water is indicated on a U tube gauge connected to the system. The pipeline shall be accepted if the air pressure does not fall below 75 mm water gauge after a period of five minutes without further pumping.

v) Testing of Pressure Pipelines (excluding thermoplastic pressure pipes)

Pressure pipelines in their entirety (including all specials and valves) shall be pressure tested. Pipes shall be filled and tested in sections of convenient lengths, which must not exceed 1000 metres. Where pipes are laid with steep gradients the length of pipes tested at any one time shall be as directed by the Engineer Gauges used for testing pressure pipelines shall be capable of reading increments of 0.1 m head. The Contractor shall be responsible for the independent calibration of the gauge prior to commencement of testing. The ends of pipes under test shall be closed by means of caps or blank flanges with anchors all provided by the Contractor. Valves must not be used for this purpose. All scour valves and air valves shall be replaced by blank flanges before commencement of the test. The pipe shall be slowly and carefully charged with water until the specified test pressure is reached in the lowest part of the section. Pipes internally lined with mortar shall be allowed to stand full for at least 24 hours before testing. The test pressure shall be maintained, by pumping is necessary, for a period of one hour. The pump shall then be disconnected, and no water addition shall occur, for a period of one hour. At the end of this period the original pressure shall be restored by pumping and the loss measured by drawing off water from the pipeline until the pressure as at the end of the test is again reached. The test pressures, unless otherwise specified, shall be 1.5 × the maximum working pressure or the maximum surge pressure, if applicable, whichever is the greater. The pipeline shall be accepted if the loss does not exceed 2 liters per meter nominal bore per kilometer length per metre head (calculated as the average head applied to the section) per 24 hours. During the test the pipe joints shall be inspected for leakages. Shall leakage of water occur at the joints, the joint shall be reassembled to eliminate such leakage or, shall this not prove possible, the Contractor shall supply and assemble new joints at his own expense.

w) Thermoplastic Pressure Pipelines

Testing of thermoplastic (PVC, polyethylene) pipelines shall be carried out generally as specified above, together with the procedure as detailed below to take into account of the viscoelastic (creep) response of the material.

12. Disinfection of Water Mains

The Contractor shall disinfect all water mains in accordance with the supply authority’s requirements. The Contractor shall take measures to minimize the risk of contamination of the new pipeline and the existing main to which it will be connected.

13. General Notes WSS

Water Supply & Sewerage (WS&S) design section for a Kitchen Block is to be developed on basis of architectural working draft, technological design, in-situ survey of existing plants by Designer, Tender Documents and in compliance with Ordinance No. 5/4 about designing, installation and operation of in-building water supply and sewerage systems.

107

Protection of the Kitchen Block against fire must be ensured through manual fire extinguishing from fire hydrant 2” located in conformity with the main design of the whole building. Subject of the WS&S design section is the indoor water supply and sewerage systems referred to the kitchen. The Household Water Supply System must be developed by polypropylene pipes and fittings. Working pressure in designed PP pipes for cold water must be PN 16 while that in pipes for hot and circulating water must be PN 20. The System must be branching through bottom distribution with distribution grid installed exposed in the basement and developed with insulated pipes. The water supply system in the basement must be ensured against freezing by heat-insulation layer 5 cm thick. Vertical branches are designed exposed and covered later on according to the architectural design. Insulation thereof shall be 2.5 cm thick. Pipes on external walls shall be insulated by relevant insulation system fitting to pipes. The building shall be supplied with hot water first from boiler premise and second from individual electric boilers. The Household Water Supply System to the Kitchen Block shall be developed new observing levels of old routes in the basement and with connected all new points demanding cold and hot water. The System sizing shall be elaborated on basis of technology developed for the Kitchen Block and the number of fed people amounting to 1100 persons. The Sewerage System above elevation 0.00 in the Kitchen Block shall be developed anew as well as sewerage verticals. The Sewerage System is designed by PVC pipes. Horizontal Sewerage System in the basement must be tested for tightness and conductivity. The same is to be replaced only at verified defects. Replacement must be made by PVC pipes with SN 6 stability. Local fat-separators must be provided. Floor siphons in the Kitchen must be provided with lower discharge and a box for pollutions cleaning. Equipment, materials and all other accessories to be supplied by Contractor must comply with the requirements of these tender documents: must be new, fit to the function and location thereof. The Contractor must submit a LIST of all materials and equipment designed thereby for application in the Project. Part D - HEATING, VENTILATION & AIR CONDITIONING (HVAC) REQUIREMENTS 1. General All material used on this project shall be robust and suitable for use in public buildings projects, in particular where intensive circulation of staff and public is required. They shall be installed /constructed in such a way as to protect staff and public from injury. All such products shall be transported, stored, handled on site, and placed into the works strictly in accordance with the manufacturer’s instructions, a copy of which shall be made available. 2. HVAC Design Criteria 2.1. Reference Standards and Normative The actual Bulgarian and European standards shall be followed for the Design and Construction of the Mechanical works. 2.2. General Design Inputs Weather Data

108

Winter design outdoor temperature –12°C Air relative humidity 90% Indoor temperature in the building should be as follows: o Dining room +22.0±2.5°C o Kitchen and preparations +18.0±3.0°C o Storages +15.0±2.0°C o Toilet, washing +18.0±3.0°C o Personnel locker +22.0±2.5°C Indoor relative humidity is not controlled. 2.3. Heating Capacities • Radiators 35 kW • Ventilation 46 kW 2.4. Ventilation Systems Capacities • Supply air to dining hall 6 800 m3/h • Extract air from kitchen 7 500 m3/h • Extract air from storages 800 m3/h 2.5. Off-Hours Minimum temperature in the building must be 13 °C even when unoccupied. 2.6. Building Pressurization The system design shall provide a slight, but continuous, negative pressure to other parts of the building to eliminate odors in building. Dining area is to maintain positive pressure relative to kitchen area and washing room. Air Intake and Exhaust The placement and location of outside air intakes must comply with the required codes and the building security requirements. The intake design shall minimize the entrainment of exhaust air. The outside air intake louvers shall be drainable stationary storm louver type grills. 2.7. Vibration and Acoustical Isolation To control noise during all modes of operation and for all loading conditions, the system must be provided with one or more of the following: sound traps; low-velocity, low-static pressure fan systems; and/or special low-noise diffusers. All penetrations in partitions, walls, floors, or ceilings should be appropriately sealed to maintain the sound-insulation performance of the partition. Mechanical systems designers are to use the required sound transmission class (STC) rating to prevent noise and vibration transmission to floors and ceilings of mechanical rooms. Appropriate noise control must be achieved during all modes of operation. 2.8. HVAC Requirements for Specific Spaces Kitchen and washing area shall have sufficient heating to offset the base load plus the infiltration to the space. Single toilet shall have point of use fans connecting to a common exhaust header Toilet shall maintain negative pressure in the rooms relative to the surrounding spaces. 3. HVAC Equipment 3.1. Operating principal The entire system shall have capacity and possibilities to provide temperature range in the space as per technical norms and recommendation, and also to support regular work of all services.

109

The heating for this facility shall be provided by heating center, which is not objective of this project. This system shall provide heating through the winter period. A two-pipe system for alternate hot water is envisaged. This is to be controlled through collectors located in the heating center. There is also to be local control of the radiators and supply ventilation system. Each of the 2 branches of heating supply (ventilation and radiators) shall have own individual pump and distribution system. Ventilation of the buildings shall be provided by ductable fans, air heater and filter with adequate capacity. Dedicated ventilation systems are provided for: • extract air firm kitchen – cooking area and preparations of products: • extract air from storages, toilet and washing area: • Fresh air supply to dining hall. Each of those ventilation systems will be able to work independently or together with other ventilation systems. 3.2. Radiators Radiators s shall operate during the winter season. Radiator units shall be panel type, made of steel sheet. Capacity tested according EN 442. They shall operate in the temperature regime 90/70°C. The radiators shall have manufactured kit for wall fastening. 3.3. Circulation Pumps Circulation pumps shall be used for forced water circulation in the heating system. The pumps shall be centrifugal type with the spiral casing and enclosed rotor. All the pumps installed for circulation of water, shall be “in line”, submersed or dry motor type. Nominal working shall be 6 bar. Low vibration and low noise motors are required for all the pumps / circulators in the system. Circulation pumps shall be with the minimum of the following requirements: • Rated pressure 6 bar • Max allowable operating temperature 110°C • Circulating fluid: pure water without foreign particles • Class of insulation of electric motor: F • Degree of electrical protection: IP44 (IEC) 144 • Pumps shall have electronic regulation 3.4. Motors All motors shall be premium efficiency as per the energy code. All 0.5 HP and larger motors shall incorporate multi-phase configuration. All motors smaller shall be single phase. For motors operated with variable speed drives, provide inverter-duty motors with insulation. 3.5. Kitchen Fan The unit shall be protected against moister and corrosion and able to be installed on the standard masonry vertical channel. Operating temperature shall be – 25 to 80oC. Noise level shall not exceed 60 dB on 4 m distance. All roof openings shall be protected against rain water inflow in the vertical ducts. 3.6. Valves and Appurtenances All motorized valves must be fixed such that the motor can be easily accessible and removable for maintenance purposes. Gate Valves, of cast iron according DIN 3352 shall be used as a closing element on all manifold installed parts of the machinery, such as valves, pumps, other appurtenances. Flanged connection, fastening by bolts. Same manufacturing specification applies to Pressure Gauges, Traps. Ball Valves with ND50 and less shall be fabricated from chromium brass with threaded connections according to DIN 3357. Ball Valves above ND50 shall be fabricated from cast iron with flanged connections according

110

to DIN 3357. They shall meet EN 331 regulation. According nominal pressure, they could be made of brass or bronze. Radiator Valves material must be according EN 12165. They shall be installed on all radiators, on forward and return lines. Thread connection shall be according type of pipe, steel or PE-X. Relief Valves bronze / brass body, Teflon seat, stainless steel stem and springs, automatic, direct pressure actuated, capacities certified and labeled. 4. Air Distribution System Criteria (Ductwork) 4.1. Air Ducts All air ducts for ventilation purposes with quadric shape shall be made with galvanized steel and/or black steel sheet metal, depending on applications. Wall thickness of the metal sheet for the ducts shall be according DIN 24190 and DIN 24191 The ducts shall have fire resistance according BS / EN 476. Brackets distance shall be not more than 3m. Fire dampers, EI 90 min, shall be installed between fire zones. 4.2. Installation of the Ventilation Ducts The ducts for ventilation will be installed in horizontal or vertical straight line, without arrows or deviations. The vertical air ducts will not have deviations from the vertical bigger 2 - 3 mm per 1 m height. Before installation on position, at the level of the work floor or platform there will be mounted the maximum possible number of sections and special elements compiling duct sections having shapes and lengths determined by local conditions on the site. The sections will be assembled such as the longitudinal folds to be alternatively arranged in order not to make a continuous joint. For rectangular ducts, the longitudinal joints using folds will be alternated from one side to another of the consecutive sections. The air ducts will be supported by with standard support elements. 4.3. Air Distribution Diffusers and ventilation grilles are from anodized aluminum profile or sheet steel with powder coating. They shall have blades to regulate out flow direction, and built in dampers for regulation of quantity and velocity of the air flow. Air exhaust grilles shall be of the same type as supply grilles. 5. Piping Systems Criteria 5.1. Piping Systems All piping systems shall be designed and sized in accordance with codes of practice. Materials acceptable for piping systems are black steel and PE with AL layer. Steel pipes shall be according EN 10210 –1/2, and 10219 1/2; DIN EN 2448 en DIN EN 2458 – Dimensions and weights. In general, piping system for heating medium shall be made of black steel pipes, assembling by welding. 5.2. Pipe Installation Air relief controls shall be installed at the highest pipeline points. Supply pipes for the radiators in dining room shall be installed above the ceiling, fastened to the concrete structure beams and columns, or/and slabs. Supply pipes for the radiators in kitchen shall be installed above the ceiling in the basement, fastened to the concrete structure beams and columns, or/and slabs. Since there are pipelines for warm water, special attention shall be paid on continuity of the insulation to prevent naked surfaces where condensation may occur. When tracing the supports, the pipe slope of minimum 3% shall be considered and their location shall be done so that a minimum distance of 30 mm to exist between the building element and the surface of the pipe isolation and the distance between the surfaces of two isolated pipes shall be of minimum 40mm. All ends of the pipelines shall have automatic air relief vents.

111

When passing through walls, the pipes shall be protected by sleeves which allow free motion of the pipes and the space between shall be filled with incombustible material. Before beginning the assembly, each element shall be marked on the construction elements, and then the tubular material shall be cut at the needed length and transported to the required place. The existence of the openings for wall penetrations shall be verified. 5.3. Pipe Jointing Most of the joints shall be done on site. Pipes shall be joined by welding, thread and flanges. Welding shall be used for joining the heating pipes. Joining by pipe welded flanges shall be done on the flange provided equipment. Joining by thread shall be done on bench or on site. In case of flange joining, special care shall be taken while fixing the flange perpendicular to the pipe axis and the flange flatness and the correct manufacture of the gasket in terms of diameter shall be verified. Gaskets of Marsit type (or similar) shall be used. 5.4. Jointing by Welding Welding shall be electrical or oxyacetylene. The following shall be welded: - End to end joints, branches, curve fixing, flanges The welding quality shall comply with Bulgarian Standard. The quality is conditioned by the following: • Welders' qualification • The quality of the base material (pipes, elbows, flanges) • The quality of the additional material (electrodes, wires) • Joint type • Welding procedure • Welding technology With a view to providing quality, the manufacturer shall perform welding tests (samples) on each batch of pipes for establishing the addition material, the welding procedure and technology. The samples shall be submitted to tests by penetrating radiations and destructive trials. Nondestructive test shall be performed as per EN 12062 and shall be for traction, bending, bulging by shock and hardness measurement. 5.5. Piping Accessories Isolation of Piping at Equipment: Insulation valves, shutoff valves, bypass circuits, flanges, and unions shall be provided as necessary for piping at equipment to facilitate equipment repair and replacement. Equipment requiring isolation includes air handling units, pumps, and heat exchangers. Valves shall also be provided for zones off vertical risers. Piping System and Equipment Identification: All pipes, valves, and equipment in mechanical rooms, shafts, ceilings, and other spaces accessible to maintenance personnel must be identified with color-coded bands and permanent tags indicating the system type and direction of flow for piping systems or type and number for equipment per labeling standards. The identification system shall also tag all valves and other operable fittings. 5.6. Corrosion Protection of the Pipes Piping that shall be thermally insulated, shall be cleaned from superficial corrosion and dirt and painted with two layers of anti-corrosive coating (different color for easy inspection) before the thermal insulation is installed. All pipes that shall be not insulated, fittings, consoles and clamps shall be cleaned from superficial corrosion and dirt and painted with two layers of anti-corrosive coating (different color for easy inspection) before and then painted with oil paint resistant to the operating temperatures. 6. Insulation

112

All insulation shall comply with fire and smoke hazard ratings. Accessories such as adhesives, mastics, cements, tapes, etc. shall have the same or better component ratings. 6.1. Pipe Insulation Insulation shall be provided on all cold surface mechanical systems, such as ductwork and piping, where condensation has the potential of forming. Insulation that is subject to damage or reduction in thermal resistivity if wetted shall be enclosed with a vapor seal (such as a vapor barrier jacket). Insulation shall have zero permeability. All exposed and concealed piping shall have PVC or galvanized steel/AL sheet jacketing. All insulated piping exposed to the weather shall be protected with aluminum jacketing and seams sealed. Thermal Insulation and methods of application shall comply with the requirements of BS5422 and BS 5970 as applicable to the services covered in this Specification. All thermal insulation work shall be carried out by a specialist approved contractor. All materials shall be CFC-free. Materials containing asbestos or un-bonded loose fibers shall not be used. Materials installed in kitchens, food processing areas, shall be no fibrous. Before application of insulation, the pipework shall be pressure tested, cleaned and dried. Any scale, rust, grease and dirt shall be removed. The pipes shall be thoroughly cleaned to remove all traces of surplus welding flux, building materials debris and dust. 6.2. Duct Insulation All exposed externally insulated ductwork shall have sealed canvas jacketing. All concealed externally insulated ductwork shall have foil face jacketing. All supply air ducts must be insulated, in accordance with the energy code. All ductwork exposed to the weather shall be insulated with Rockwool and protected with aluminum jacketing and seams sealed. All equipment, heat exchangers, and pumps shall be insulated as per the energy code. 6.3. Equipment Insulation All equipment including air-handling units, hot water pumps and heat exchangers must be insulated in accordance with the energy code. E. SUPPLY AND INSTALATION OF EQUIPMENT

TECHICAL SPESIFICATION AND EQUIPMENT GENERAL REQUIREMENTS 1. LIFE CYCLE The equipment life cycle shall be not less than 10 (ten) years. 2.GATE CONTROL, INSTALLATION AND COMMISSIONING A visual inspection will be carried at the time of goods arrival to the site. The equipment package shall be intact, un-Brocken and the seal intact. Documents to be supplemented: Technical passports in English and Bulgarian languages. - Operation manuals in English and Bulgarian languages. - Declarations of Conformity by EU standards. - Certificate for the origin of goods. - Warranties. - Packing List. - Content List. Failing to submit any of the documents listed above may result in disqualification of the candidate. 3.Conditions for equipment installation, commissioning and post installation service The candidate shall provide qualified personnel for the equipment installation.

113

Document required for commissioning. -Installation manuals and drawings. -Installation Completion certificate. -Test report 72 hrs.

114

IMPORTANT: Every bidder could apply for one, two, or for all of the three sites (Vrazhdebna, Voenna Rampa and Harmanli). Please note that the Financial Offer should reflect ONLY the sites you are applying for! For example, if you apply for Vrazhdebna site inly, you should give the grand total only for this site. Reciprocally, if you apply for the three sites, you should give the grand total for all the three sites.

Bill of Qualtities

Site Rehabilitation works for the kitchen, stores and dining hall in Vrajdebna refugee camp-Sofia

S/N Description of Items Unit Quantity Rate Amount

A CIVIL WORKS

1 Mobilization and cleaning site before commencing actual physical work and during contract period and demobilization after completion of the Works under contract accepted by Engineer.

LS 1 0,00

2 Dismantling existing doors and windows ,and kitchen equipment’s etc. LS 1 0,00

3 Supplying, fitting and fixing glazed wall tiles with on 20 mm thick cement sand mortar (1:3) base and raking out the joints On walls sqm 30 0,00

4 Supplying, fitting and fixing PVC flooring tiles on 20 mm thick cement sand mortar (1:3) base. sqm 5,88 0,00

5 Installation and Supplying best qualities laminated with the thickness of 40 mm flush doors (0.9 m X2,0 m) complete with frame, leaves ,ironmongery with all necessary fixing such as door locks ,hinges etc.

No 10 0,00

6

Installation and Supplying best qualities with thickness of 50 mm exterior steel door (1,0 m X 2,0 m) complete with frame, leaves ,ironmongery with all necessary fixing such as door security locks ,hinges etc.

No 1 0,00

7 Installation and Supplying steel frame for windows with the section of hollow metal (size of 50 mm 50mm) with all necessary fixing such as window locks ,hinges etc.

sqm 3,24 0,00

8

Supplying, fitting. fixing of uPVC hollow or solid plastic door (2.92 m x 2.18m) having section thickness min 60 mm ,white in colour, 1 no SS hasp bolt, door lock, with all necessary fittings accepted by the Engineer

No 1 0,00

9 Minimum 12 mm thick cement sand plaster (1:4) having with fresh cement to wall both inner and outer surface, finishing the corner and edge

sqm 15 0,00

10 Painting to door and window frames,shutters in two coats with approved best quality and colour of synthetic gloss paint with primer coat

sqm 87,24 0,00

11 Painting to radiator and pipes in two coats with approved best quality and colour of synthetic gloss paint with primer coat sqm 36 0,00

12 Approved best quality white and colour Latex paint applying to wall and ceiling in 2 coats with over a coat of brand specified primer or sealer

sqm 810,5 0,00

13 Cleaning, patching, acid washing and final sealing (wax) of the existing mosaic floors in kitchen,corridors and service rooms, all complete in all floors accepted by the Engineer.

sqm 434,4 0,00

14 Cleaning existing wall tiles with refill the groves with appropriate colourfiller, all complete in accepted by the Engineer. sqm 193,03 0,00

15 Repair of the damaged mosaic of walls,skirting with cement mortar and properly painting as per instruction of engineer. m 19,82 0,00

16 Supply and installation of window clear glasswith 5 mm including sealing. sqm 13,51 0,00

Sub Total of A 0,00 B ELECTRICAL WORKS B1 Electric boards, backup sources, main LV cables

17 Supply, installation, connection, commissioning of Main distribution board MDB, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

No 1 0,00

18 Supply, installation, connection, commissioning of Main distribution board Kitchen, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

No

1

0,00

19 Supply, installation, connection, commissioning of switchboard Dining hall, as per specification, wall mounted, lockable steel rack, fitted with all protective, commutation, control devices, protection rating ІР44,

No 1 0,00

20

Supply, installation, connection, commissioning of switchboard HVAC, as per specification, wall mounted, lockable steel rack, fitted with all protective, commutation, control devices, protection rating ІР44,

No 1 0,00

B11 Supply and install cables NYY on cable tray 21 Supply and install cables NYY on cable tray 3x185+95+95 lm 55 0,00 22 Supply and install cables NYY on cable tray 5х6 lm 50 0,00 23 Supply and install cables NYY on cable tray 3х6 lm 15 0,00

B12 Cable termination and connection 24 Cable termination and connection 185sqmm No 4 0,00 25 Cable termination and connection 6sqmm No 4 0,00

26 Decorative cover of cable tray – plasterboard encasing, lenght approx. 15m, size of the case ~50/50cm No 1 0,00

B2 Light fixtures and installation

27 Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, grill, IP20 (dining hall), connection and adjustment, No 30 0,00

28 Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, mirror louvre, IP20 (office), connection and adjustment, No 1 0,00

29 Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), connection and adjustment, No 11 0,00

30 Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), emergency lighting kit with battery 1h for one of the lamp, electronic gear,s, connection and adjustment,

No 3 0,00

31 Supply and install light fixture pendant, 1x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), connection and adjustment, No 6 0,00

32 Supply and install light fixture pendant, 2x54W T5 lamp, electronic gear,, cover, IP54 (preparation area), connection and adjustment, No 4 0,00

33 Supply and install light fixture pendant, 1x35W T5 lamp, electronic gear,, cover, IP54 (preparation area), connection and adjustment, No 8 0,00

34 Supply and install light fixture ceiling mount, 2x26W CFL lamp, ECG, cover, IP54 (WC), connection and adjustment, No 6 0,00

35 Supply and install light fixture 1х28W, Т5, electronic gear, with switch, surface mounted on wall, IP54, connection and adjustment, No 11 0,00

36 Supply and install light fixture 2х26W, CFL, electronic gear, with switch, surface mounted on wall, IP65, connection and adjustment, No 2 0,00

37 Supply and install emergency light, with battery for 1 hour, non-maintained operation, 1x8W, IP20, connection, No 9 0,00

38 Supply and install emergency light, with battery for 1 hour, non-maintained operation, 1x8W, IP65, connection, No 13 0,00

39 Supply and install emergency escape sign with battery for 1 hour, maintained operation, 1x8W, pictogram, IP20 connection No 6 0,00

40 Supply and install emergency escape sign with battery for 1 hour, maintained operation, 1x8W, pictogram, IP65 connection No 9 0,00

41 Supply, install and connection of one-way light switch 10А, surface-mounted No 13 0,00

42 Supply, install and connection of one-way light switch 10А, flush-mounted, including backbox No 2 0,00

43 Supply, install and connection of one-way double light switch 10А, surface-mounted No 2 0,00

44 Supply, install and connection of two-way light switch 10А, surface-mounted No 2 0,00

45 Supply, install and connection of two-way light switch 10А, flush-mounted, including back box. No 6 0,00

46 Supply and install push-button, incl. back box. No 8 0,00 47 Cable NYY4x1,5 – supply and install (for emergency lights) lm 40 0,00 48 Cable NYY3x1,5 – supply and install lm 1120 0,00 49 Cable NYY5x1,5 – supply and install lm 60 0,00 50 Supply and install conduit self-extinguishing 25mm lm 600 0,00 51 Supply and install conduit 25mm under plastering (dining hall) lm 450 0,00 52 Make trench in wall, incl. materials lm 450 0,00 B3 Sockets and supply of equipment 53 Supply and install water heater switch 2x25A with indicator lamp No 5 0,00

54 Supply and install socket SCHUKO- 16А/250V, flush mounted, including back box, connection commissioning, No 6 0,00

55 Supply and install socket SCHUKO , surface mounted waterproof, connection commissioning, No 12 0,00

56 Supply and install socket SCHUKO , surface mounted waterproof, connection commissioning, No 18 0,00

57 Supply and install socket and plug IEC1x16+N+PE, surface mounted waterproof, connection commissioning, No 4 0,00

58 Supply and install socket and plug IEC3x16+N+PE, surface mounted waterproof, connection commissioning, No 2 0,00

59 Supply and install local full-load switch 6А/220V, ІР55, connection No 1 0,00 60 Supply and install local full-load switch 10А/220V, ІР55, connection No 2 0,00 61 Supply and install local full-load switch 25А/220V, ІР55, connection No 1 0,00 62 Supply and install local full-load switch 6А/380V, ІР55, connection No 2 0,00 63 Supply and install local full-load switch 10А/380V, ІР55, connection No 2 0,00 64 Supply and install local full-load switch 25А/380V, ІР55, connection No 8 0,00 65 Supply and install local full-load switch 32А/380V, ІР55, connection No 1 0,00 66 Supply and install local full-load switch 40А/380V, ІР55, connection No 1 0,00 67 Supply and install emergency button type “mushroom“, connection No 2 0,00

68 Supply and install push-button with indicator lamp, 24V~ (WC), connection No 1 0,00

69 Supply and install two-button „on-off“ with indicator lamp (kitchen), connection No 2 0,00

70 Supply and install motor starter (rotary handle, thermomagnetic motor protection) IP65 – 1.6A/380V, connection No 2 0,00

71 Cable NYY2x1,5 – supply and install lm 60 0,00 72 Cable NYY3x2,5 – supply and install lm 1620 0,00 73 Cable NYY3x4 – supply and install lm 300 0,00 74 Cable NYY5x1,5 – supply and install lm 95 0,00 75 Cable NYY5x2,5 – supply and install lm 210 0,00 76 Cable NYY5x4 – supply and install lm 150 0,00 77 Cable NYY5x6 – supply and install lm 350 0,00

78 Supply and install/pull conduit self-extinguishing 3/4", surface lm 340 0,00 79 Supply and install/pull conduit self-extinguishing 1", surface lm 70 0,00 80 Supply and install/pull conduit self-extinguishing 11/2", surface lm 60 0,00 81 Supply and install conduit 25mm under plastering (dining hall) lm 160 0,00 82 Supply and install conduit 40mm under plastering (dining hall) lm 50 0,00 83 Supply and install conduit 25mm floor screed (kitchen) lm 20 0,00

84 Supply and install electrical distribution box IP54 for surface installation No 80 0,00

85 Supply and install electrical distribution box for hidden installation No 30 0,00 86 Make trench in wall, incl. materials lm 30 0,00 B4 Cable trays

87 Supply and install cable tray 300/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

lm 40 0,00

88 Supply and install cable tray 200/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

lm 40 0,00

89 Supply and install cable tray 100/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

lm 60 0,00

90 Supply and install cable tray 200/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements, with separator

lm 20 0,00

91 Supply and install cable ladder LG 600/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connecting elements, with cover

lm 5 0,00

92 Sealing of opening 400/200mm with fire stop mineral wool as per instruction of manufacturer No 3 0,00

93 Sealing of opening 200/150mm with fire stop mineral wool as per instruction of manufacturer No 7 0,00

B5 Public address

94 Supply and install loudspeaker for surface installation on wall, 1,5/3/6W/100V, 94dB/1W/1m termination commissioning No 5 0,00

95 Supply and install horn loudspeaker 3/5/10W/100V, 109dB/1W/1m No 4 0,00 96 Supply and install/pull cable FE180 E30 1x2x0,8, on tray or in conduit lm 250 0,00 97 Supply and install conduit self-extinguishing 25mm lm 150 0,00 98 Supply and install conduit 25mm under plastering (dining hall) lm 70 0,00

99 Supply and install electrical distribution box IP54 for surface installation No 10 0,00

100 Supply and install electrical distribution box for hidden installation No 4 0,00 101 Supply and install fireproof box with 4 terminals No 1 0,00

102 Commissioning, programming, tests-System is according EN54 and EN60849 set 1 0,00

B6 Data/voice cabling

103 Supply and install board for ELV systems – 1 switch 5ports 10/100, 2RJ outlets, TV splitter 1in/2out, free space for TV amplifier No 1 0,00

104 Double socket RJ45 cat5 surface mount, incl. termination No 1 0,00 105 Cable FTP cat5 – supply and install lm 70 0,00 106 Supply and install conduit self-extinguishing 25mm lm 35 0,00 107 Supply and install/pull FTP cat5e cable on cable tray lm 30 0,00

108 Supply and install electrical distribution box IP54 for surface installation No 2 0,00

109 Certification, tests, commissioning Set 1 0,00 B7 TV system 110 Supply and install TV outlet, incl. back box, connection No 2 0,00 111 Supply and install/pull coaxial cable 75ohm lm 45 0,00

112 Supply and install conduit 25mm under plastering (dining hall) lm 45 0,00 113 Make trench in wall, incl. materials lm 45 0,00 114 Supply and install/pull coaxial cable 75ohm on cable tray lm 10 0,00 115 Supply and install electrical distribution box for hidden installation No 2 0,00 B8 Grounding

116 Supply materials and make grounding – 2 galvanized steel rods, 3m lenght No 1 0,00

117 Test terminal No 1 0,00 118 Supply an install galvanized steel bar 40/4мм lm 100 0,00 119 Supply and install galvanized grounding plate 300/30mm No 6 0,00 120 Supply and install flex copper wire 6sq mm, yellow/green lm 50 0,00 121 Supply and install cable lug 6sqmm, copper No 200 0,00 122 Main grounding plate No 1 0,00 123 Tests, commissioning, adjustments set 1 0,00 B9 CCTV

124 Supply and install dome vandal-resistant CCTV camera, 700TV lines, infrared lighting No 4 0,00

125 Supply and install coaxial cable or UTP cat 5e lm 150 0,00 126 Supply and install conduit 25mm under plastering (dining hall) lm 150 0,00 B10 Intruder alarm

127 Supply and install control panel, 192 zones, 8 groups, 999 codes, memory for 2048 events No 1 0,00

128 Supply and install power supply unit, incl. accumulator, transformer, tamper No 1 0,00

129 Supply and install keyboard No 1 0,00 130 Supply and install zone expander No 1 0,00 131 Supply and install accumulator 12V/7Ah No 1 0,00 132 Supply and install net transformer No 1 0,00 133 Supply and install volume PIR detector – ceiling mount No 14 0,00 134 Supply and install door magnetic contact No 2 0,00 135 Supply and install acoustic glass-break detector No 12 0,00 136 Supply and install siren No 1 0,00 137 Supply and install 6-wire CQR cable lm 300 0,00 138 Supply and install cable NYY 3x1 lm 150 0,00 139 Supply and install data cable UTP cat 5e lm 200 0,00 140 Supply and install conduit self-extinguishing 20mm lm 150 0,00 141 Supply and install conduit 20mm under plastering (dining hall) lm 90 0,00 142 Make trench in wall, incl. materials lm 90 0,00 B11 Miscellaneous Electrical 143 Tests, commissioning, adjustments set 1 0,00

Sub Total of B 0,00 C Sanitary, Water Supply and Sewerage works

C1 WATER SUPPLY

144 Supply and Fix Poly Propilen -R type pipes for cold water dia 20 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 50 0,00

145 Supply and Fix Poly Propilen -R type pipes for cold water dia 25 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 50 0,00

146 Supply and Fix Poly Propilen -R type pipes for cold water dia 32 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 10 0,00

147 Supply and Fix Poly Propilen -R type pipes for cold water dia 40 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 10 0,00

148 Supply and Fix Poly Propilen -R type pipes for cold water dia 50 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 30 0,00

149 Supply and Fix Poly Propilen -R type pipes for hot water dia 20 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 20 0,00

150 Supply and Fix Poly Propilen -R type pipes for hot water dia 25 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 75 0,00

151 Supply and Fix Poly Propilen -R type pipes for hot water dia 32 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 15 0,00

152 Supply and Fix Poly Propilen -R type pipes for hot water dia 40 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 30 0,00

153 Supply and Fix Poly Propilen -R type pipes for cold water dia 50 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 30 0,00

154 Supply and Fix Poly Propilen -R type pipes for cold water dia 63 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 10 0,00

155 Supply and fix Stop valve dia 20 mm no 30 0,00 156 Supply and fix stop ball valve dia 20 mm, no drain no 5 0,00 157 Supply and fix stop ball valve dia 25 mm, no drain no 5 0,00 158 Supply and fix stop ball valve dia 50 mm, no drain no 2 0,00 159 Supply and fix stop gate valve dia 20 mm, no drain no 4 0,00 160 Supply and fix stop gate valve dia 25 mm, no drain no 5 0,00 161 Supply and fix stop gate valve dia 50 mm, no drain no 5 0,00 162 Supply and fix stop gate valve dia 50 mm, no drain no 2 0,00 163 Supply and fix stop ball valve dia 20 mm, drain no 4 0,00 164 Supply and fix stop ball valve dia 25 mm, drain no 5 0,00 165 Supply and fix stop ball valve dia 32 mm, drain no 5 0,00 166 Supply and fix stop gate valve dia 25 mm, drain no 10 0,00 167 Supply and fix stop gate valve dia 32 mm, drain no 5 0,00 168 Supply and fix return valve dia 20 mm no 5 0,00 169 Supply and fix return valve dia 20 mm no 5 0,00 170 Supply and fix return valve dia 20 mm no 5 0,00 171 Supply and fix return valve dia 20 mm no 2 0,00 172 Supply and fix pressure valve no 5 0,00

173 Supply and fix electrical water heater capacity 80 lt, Pn= 3 Kw, vertical installation, all connectors inslusive, testing and brackets and auxilary fittings inclusive

no 5 0,00

174 Supply and fix electrical water heater capacity 150 lt, Pn= 3 Kw, vertical installation, all connectors inclusive, testing and brackets and auxiliary fittings inclusive

no 5 0,00

175 Supply and fix PP-R brackets dia 25 no 10 0,00 176 Supply and fix PP-R brackets dia 25 no 10 0,00 177 Supply and fix PP-R brackets dia 25 no 25 0,00 178 Supply and fix PP-R brackets dia 25 no 10 0,00 179 Supply and fix PP-R brackets dia 25 no 20 0,00 180 Supply and fix PP-R brackets dia 25 no 25 0,00 181 Supply and fix PP-R brackets dia 25 no 5 0,00

182 Supply and fix wash-hand basin hot water mixer, standing type, all accessories inclusive, with all connectors inclusive no 1 0,00

183 Supply and fix wash-hand basin hot water mixer (kitchen sink), standing type, all accessories inclusive, with all connectors inclusive no 10 0,00

184 Supply and fix wash-hand basing hot water mixer, wall type, all axesoiresinclusssive, with all connectors inclusive no 10 0,00

185 Supply and fix hot water mixer, wall type, all accessories inclusive, holder connection no 2 0,00

186 Supply and fix hot water shover mixer, all accessories inclusive no 2 0,00 187 Supply and fix circulation pump, indoor type, Q=3,46 l/sec, H=5 m no 1 0,00 188 Supply and fix pipe insulation dia 20 mm, D=9 mm, horizontal no 70 0,00 189 Supply and fix pipe insulation dia 25 mm, D=9 mm, horizontal no 40 0,00 190 Supply and fix pipe insulation dia 25 mm, D=13 mm, vertical no 10 0,00 191 Supply and fix pipe insulation dia 25 mm, D=13 mm, vertical no 6 0,00 192 Supply and fix pipe insulation dia 25 mm, D=19 mm, basement no 70 0,00 193 Supply and fix pipe insulation dia 32 mm, D=19 mm, basement no 25 0,00 194 Supply and fix pipe insulation dia 40 mm, D=19 mm, basement no 40 0,00 195 Supply and fix pipe insulation dia 50 mm, D=19 mm, basement no 60 0,00 196 Supply and fix pipe insulation dia 63 mm, D=19 mm, basement no 10 0,00 197 Supply and fix plugs, various types 20mm -63 mm no 60 0,00 198 Disinfection and pressure testing water supply pipe line lm 300 0,00 C2 SEWAGE 199 Waste evacuation cum 5 0,00

200 Supply and fix PVC pipe SN 8 dia 110 mm, all fittings inclusive, brackets and hangers inclusive, t=3,2 mm lm 45 0,00

201 Supply and fix PVC pipe SN 8 dia 40 mm, all fittings inclusive, brackets and hangers inclusive, t=2 mm lm 10 0,00

202 Supply and fix PVC pipe SN 8 dia 50 mm, t=2 mm, all fittings inclusive, brackets and hangers inclusive lm 40 0,00

203 Supply and fix PVC pipe SN 8 dia 110, t=2 mm, all fittings inclusive, brackets and hangers inclusive lm 45 0,00

204 Supply and fix PVC inspection 90 deg., pipe SN 8 dia 110, all fittings inclusive, brackets and hangers inclusive no 10 0,00

205 Supply and fix cast iron pipe dia 50 mm, t=4 mm., all fittings inclusive, fix in bed of mortar 1: 3 and finish lm 8 0,00

206 Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all fittings inclusive, fix in bed of mortar 1: 3 and finish, bottom flush no 6 0,00

207 Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all fittings inclusive, fix in bed of mortar 1: 3 and finish, side flush no 10 0,00

208 Supply and fix cast iron floor trap dia 110/ 50 mm, t=4 mm, all fittings inclusive, fix in bed of mortar 1: 3 and finish, bottom flush, residue filter inclusive

no 15 0,00

209 Supply and fix wash-hand basin bottle trap, single-bowl type, all fittings and connectors inclusive no 6 0,00

210 Supply and fix wash-hand basin bottle trap, double-bowl type, all fittings and connectors inclusive no 5 0,00

211 Supply and fix WC " Monoblock" -S type, PVC cover , all water and sewage connectors inclusive, sealing and testing no 2 0,00

212 Supply and fix porcelain wash-hand basins, wall mounted, all water and sewage connectors inclusive, sealing and testing, brackets and hangers inclusive

no 2 0,00

213 Supply and fix porcelain wash-hand basins, standing type, all water and sewage connectors inclusive, sealing and testing, brackets and hangers inclusive

no 2 0,00

214 Supply and fix grease separator, floor type, all accessories inclusive, sealing and testing no 5 0,00

215 Supply and fix wall brackets for PVC pipe dia 40 mm, galvanized, rubber gasket inclusive no 20 0,00

216 Supply and fix wall brackets for PVC pipe dia 50 mm, galvanized, rubber gasket inclusive no 50 0,00

217 Supply and fix PVC dia 110 mm hangers complete, ceiling type, galvanized, gaskets inclusive no 50 0,00

218 Supply and fix PVC reduction 110/ 50 mm, t=3, 2 mm, seals inclusive no 5 0,00

219 Supply and fix PVC inspection 90 degrees 110/ 50 mm, t=3, 2 mm, seals inclusive no 5 0,00

220 Desinfection an testing sewage pipe line lm 150 0,00 221 Wall openings blocking 200/200 mm no 5 0,00 222 Wall openings blocking 600/200 mm no 5 0,00 223 Existing sewage pipeline conductivity testing lm 60 0,00

Sub Total of C 0,00 D Heating, Ventilation & Air Conditioning (HVAC)

D1 PRELIMINARY WORK HVAC 224 Disassembly of air ducts, storage and transportation to recycling point kg 150 0,00

225 Disassembly of steel pipes, storage and transportation to recycling point kg 1200 0,00

226 Disassembly of steel heaters, storage and transportation to recycling point No 9 0,00

227 Disassembly of cast iron heaters, storage and transportation to recycling point No 10 0,00

228 Drilling holes in brick walls No 3 0,00 D2 VENTILATION

D12 Kitchen Extract Air System

229 Extract fan, ductable, with motor out of air stream, incl. flexible connections, el.board and controlAir flow rate 7500 m3/hExt. pressure 300 Pa

No 1 0,00

230 Exhaust ventilation grille - adjustableDimensions 500/200 mm No 2 0,00 231 Transfer grille;Dimensions 600/400 mm No 6 0,00

232 Air ducts of black steel sheets, welded joints, rectangular - straight and shaped sqm 22 0,00

233 Testing and commisioning of ventilation system No 1 0,00 D13 Extract Air System - Storages and WC

234 Extract fan, ductable, incl. ON/OFF damper, el.board and control;Air flow rate 800 m3/h;Ext. pressure 200 Pa No 1 0,00

235 Exhaust ventilation grille - adjustable;Dimensions 300/150 mm No 6 0,00 236 Transfer grille;Dimensions 500/100 mm No 5 0,00 237 Discharge air grille on façade; Dimensions 200/200 mm No 1 0,00 238 Air ducts of galvanized steel sheets, rectangular - straight and shaped sqm 32 0,00 239 Regulating duct damper No 2 0,00 240 Fire damper 200/200 mm No 4 0,00 241 Testing and commissioning of ventilation system set 1 0,00 D14 Supply Air System - Dining

242 Supply fan, ductable, incl. ON/OFF damper, el.board and controlAir flow rate 6800 m3/h;Ext. pressure 300 Pa No 1 0,00

243 Air heater, ductable, incl. cut-off valves and air bleed;Heating capacity 45.6 kW;Carrier - water 90/70°C No 1 0,00

244 Frost protection system, including sensor, adjustable control valve and electrical wiring No 1 0,00

245 Air filter class G4 ductable;Air flow rate 6800 m3/h No 1 0,00 246 Ductable silencer;Dimensions 1100/400 mm No 1 0,00 247 Supply ventilation grille - adjustable;Dimensions 800/200 mm No 12 0,00 248 Fire damper 800/600 mm No 1 0,00

249 Circulating pump for water 90/70°C, flow rate 2m3/h, pressure 8 m H2O, including cut-off valves, non-return valve and flexible connections

No 1 0,00

250 Air ducts of galvanized steel sheets, rectangular - straight and shaped sqm 65 0,00

251 Regulating duct damper No 2 0,00 252 Rubber sheet insulation for ducts sqm 65 0,00 253 Testing and commisioning of ventilation system No 1 0,00 254 Steel pipes DN 32 Lm 140 0,00 255 Steel knees DN 32 No 22 0,00

256 Pipe insulation for steel pipe DN 32 of close cell structure, thickness 13 mm lm 150 0,00

257 Protection for pipe insulation of steel or AL sheet sqm 70 0,00 D3 RADIATOR HEATING

D31 Heaters

258 Steel panel heater with automatic air bleed, thermostatic valve, fixing elements;H = 300 mm;Heating capacity 2400 W;Carrier - water 90/70°C

No 6 0,00

259 Steel panel heater with automatic air bleed, thermostatic valve, fixing elements;H = 500 mm;Heating capacity 1000 W;Carrier - water 90/70°C

No 22 0,00

260 Steel panel heater with automatic air bleed, thermostatic valve, fixing elements,H = 600 mm, Heating capacity 3500 W;Carrier - water 90/70°C

No 2 0,00

D32 Piping

261 Circulating pump for water 90/70°C, flow rate 1.5m3/h, pressure 8 m H2O, including cut-off valves, non-return valve and flexible connections

No 1 0,00

262 Steel pipes DN 32 lm 100 0,00 263 Steel pipes DN 25 lm 30 0,00 264 Steel pipes DN 20 lm 16 0,00 265 Steel pipes DN 15 lm 80 0,00 266 Steel knees DN 32 No 16 0,00 267 Steel knees DN 25 No 4 0,00 268 Steel knees DN 20 No 4 0,00 269 Steel knees DN 15 No 80 0,00 270 Steel tees No 8 0,00

271 Pipe insulation for steel pipe DN 32 of close cell structure, thickness 13 mm lm 100 0,00

272 Pipe insulation for steel pipe DN 25 of close cell structure, thickness 13 mm lm 30 0,00

273 Pipe insulation for steel pipe DN 20 of close cell structure, thickness 13 mm lm 16 0,00

274 Pipe insulation for steel pipe DN 15 of close cell structure, thickness 13 mm lm 20 0,00

275 Protection for pipe insulation of steel or AL sheet sqm 70 0,00 Sub Total D 0,00 Total A+B+C+D 0,00

GRAND TOTAL 0,00

BoQ

Site Rehabilitation works at Commercial kitchen, stores and dining hall-Voenna Rampa-Sofia, Bulgaria

S/N Description of Items Unit Quantity Rate Amount

A CIVIL WORKS

1

Mobilization and cleaning site before commencing actual physical work and during contract period and demobilization after completion of the Works under contract accepted by Engineer.

LS 1 0,00

2

Dismantling existing doors and windows and walls, electrical wiring, existing water supply piping, heating piping, radiators, sewage piping, all old appliances and fittings, etc., in secure manner, damaged glasses and metal frames, inclusive of evacuation of wasted materials

LS 1 0,00

3 Supplying, fitting and fixing glazed wall tiles with on 20 mm thick cement sand mortar (1:3) base and raking out the joints On walls

sqm 90 0,00

4 Supplying, fitting and fixing Gres floor tiles ( size 30 X30 X.8) with on 12 mm thick cement sand mortar (1:4) base and raking out the joints .Colour approved by engineer in charge.

sqm 333 0,00

5

Installation and Supplying best qualities laminated flush doors with the thickness of 50 mm and size of 0.9 m X 2.0 m, complete with frame, leaves ,ironmongery with all necessary fixing such as door locks ,hinges etc.

no 10 0,00

6

Installation and Supplying best qualities with thickness of 50 mm exterior steel door (1 m X 2 m) complete with frame, leaves ,ironmongery with all necessary fixing such as door security locks ,hinges etc.

no 2 0,00

7

Supplying, fitting. fixing of uPVC hollow section or solid section plastic door (2.0 m x 2.0m) having section width min 60 mm ,white in colour, 1 no SS haspbolt, doorlock, with all necessary fittings accepted by the Engineer

no 1 0,00

8 Installation and Supplying UPVc doors and windows double glazed with the section 60 mm X 80 mm with all necessary fixing such as locks ,hinges etc.

sqm 109 0,00

9 254 mm brick works with first class bricks in cement sand (1:4) in internal and external walls, filling the joints/interstices fully with mortar, racking out the joints.

cum 14 0,00

10 Minimum 12 mm thick cement sand plaster (1:4) having with fresh cement to wall inner surface, finishing the corner and edge sqm 304 0,00

11

Approved best quality white and color Latex paint delivered from authorized local agent of the manufacturer in a sealed container, applying to wall and ceiling in 2 coats with over a coat of brand specified primer

sqm 803 0,00

12 Supplying, fitting and fixing Gres tiles for Skirting (height 10 cm ) with on 12 mm thick cement sand mortar (1:4) base and raking out the joints.

rm 219 0,00

13

Minimum 12 mm thick cement sand plaster (1:4) having with fresh cement to wall outer surface, finishing the corner and edge including washing of sand cleaning the surface, scaffolding and accepted by the Engineer.

sqm 120 0,00

14 Cleaning existing wall with refill the groves with appropriate color filler, all complete in accepted by the Engineer. sqm 323 0,00

15 Processing of compromised sections on walls and ceilings with gypsum putty / plaster before latex painting sqm 250 0,00

16 Cement screeding subfinish before laying the floor covering sqm 220 0,00 Subtotal A 0,00 B ELECTRICAL WORKS

B1 Electric boards, backup sources, main LV cables

17

Supply, installation, connection, commissioning of Main distribution board MDB-kitchen, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

18

Supply, installation, connection, commissioning of switchboard Dining hall, as per specification, wall mounted, lockable steel rack, fitted with all protective, commutation, control devices, protection rating ІР44,

set 1 0,00

19

Supply, installation, connection, commissioning of switchboard HVAC, as per specification, wall mounted, lockable steel rack, fitted with all protective, commutation, control devices, protection rating ІР44,

set 1 0,00

20 Tests, commissioning, adjustments set 1 0,00 B11 Supply and install cables NYY on cable tray 22 Supply and install cables NYY on cable tray 5х6 m 50 0,00 23 Supply and install cables NYY on cable tray 3х6 m 60 0,00

B12 Cable termination and connection 24 Cable termination and connection 6sqmm no 10 0,00

B13 Light fixtures and installation

25 Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, grill, IP20 (dining hall), connection and adjustment,

set 35 0,00

26 Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, mirror louvre, IP20 (office), connection and adjustment,

set 2 0,00

27 Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), connection and adjustment, set 25 0,00

28

Supply and install light fixture pendant, 2x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), emergency lighting kit with battery 1h for one of the lamp, electronic gear,s, connection and adjustment,

set 6 0,00

29 Supply and install light fixture pendant, 1x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), connection and adjustment,

set 6 0,00

30 Supply and install light fixture pendant, 1x35W T5 lamp, electronic gear,, cover, IP54 (preparation area), connection and adjustment,

set 6 0,00

31 Supply and install light fixture ceiling mount, 2x26W CFL lamp, ECG, cover, IP54 (WC), connection and adjustment, set 6 0,00

32 Supply and install light fixture 1х28W, Т5, electronic gear, with switch, surface mounted on wall, IP54, connection and adjustment,

set 12 0,00

33 Supply and install light fixture 2х26W, CFL, electronic gear, with switch, surface mounted on wall, IP65, connection and adjustment,

set 6 0,00

34 Supply and install emergency light, with battery for 1 hour, non-maintained operation, 1x8W, IP20, connection, set 10 0,00

35 Supply and install emergency light, with battery for 1 hour, non-maintained operation, 1x8W, IP65, connection, set 15 0,00

36 Supply and install emergency escape sign with battery for 1 hour, maintained operation, 1x8W, pictogram, IP20 connection set 12 0,00

37 Supply and install emergency escape sign with battery for 1 hour, maintained operation, 1x8W, pictogram, IP65 connection set 12 0,00

38 Supply, install and connection of one-way light switch 10А, surface-mounted no 15 0,00

39 Supply, install and connection of one-way light switch 10А, flush-mounted, including backbox no 5 0,00

40 Supply, install and connection of one-way double light switch 10А, surface-mounted no 5 0,00

41 Supply, install and connection of two-way light switch 10А, surface-mounted no 15 0,00

42 Supply, install and connection of two-way light switch 10А, flush-mounted, including backbox no 6 0,00

43 Supply and install push-button, incl. backbox no 6 0,00 44 Cable NYY4x1,5 – supply and install (for emergency lights) m 60 0,00 45 Cable NYY3x1,5 – supply and install m 1500 0,00 46 Cable NYY5x1,5 – supply and install m 130 0,00 47 Supply and install conduit self-extinguishing 25mm m 720 0,00 48 Supply and install conduit 25mm under plastering (dining hall) m 470 0,00 49 Make channel in wall, incl. materials m 480 0,00 Sockets and supply of equipment

26 Supply and install water heater switch 2x25A with indicator lamp no 5 0,00

34 Supply and install socket SCHUKO- 16А/250V, flush mounted, including back-box, connection commissioning, set 10 0,00

35 Supply and install socket SCHUKO , surface mounted waterproof, connection commissioning, set 15 0,00

36 Supply and install socket SCHUKO , surface mounted waterproof, connection commissioning, set 25 0,00

37 Supply and install socket and plug IEC1x16+N+PE, surface mounted waterproof, connection commissioning, set 5 0,00

38 Supply and install socket and plug IEC3x16+N+PE, surface mounted waterproof, connection commissioning, set 5 0,00

39 Supply and install local full-load switch 6А/220V, ІР55, connection set 4 0,00

40 Supply and install local full-load switch 10А/220V, ІР55, connection set 2 0,00

41 Supply and install local full-load switch 6А/380V, ІР55, connection set 15 0,00

42 Supply and install local full-load switch 10А/380V, ІР55, connection set 4 0,00

43 Supply and install local full-load switch 25А/380V, ІР55, connection set 10 0,00

44 Supply and install local full-load switch 32А/380V, ІР55, connection set 4 0,00

45 Supply and install local full-load switch 40А/380V, ІР55, connection set 6 0,00

46 Supply and install local full-load switch 63А/380V, ІР55, connection set 2 0,00

47 Supply and install local full-load switch 80А/380V, ІР55, connection set 2 0,00

48 Supply and install emergency button type“mushroom“, connection set 4 0,00

49 Supply and install push-button with indicator lamp, 24V~ (WC), connection set 2 0,00

50 Supply and install two-button „on-off“ with indicator lamp (kitchen), connection set 4 0,00

51 Supply and install motor starter (rotary handle, thermomagnetic motor protection) IP65 – 1.6A/380V, connection set 4 0,00

52 Cable NYY2x1,5 – supply and install m 60 0,00 53 Cable NYY3x2,5 – supply and install m 1800 0,00 54 Cable NYY3x4 – supply and install m 320 0,00 55 Cable NYY5x1,5 – supply and install m 60 0,00 56 Cable NYY5x2,5 – supply and install m 500 0,00 57 Cable NYY5x4 – supply and install m 60 0,00 58 Cable NYY5x6 – supply and install m 330 0,00 59 Cable NYY5x10 – supply and install m 85 0,00 60 Cable NYY5x35 – supply and install m 50 0,00 61 Supply and install/pull conduit self-extinguishing 3/4", surface m 1000 0,00 62 Supply and install/pull conduit self-extinguishing 1", surface m 30 0,00 63 Supply and install/pull conduit self-extinguishing 11/2", surface m 80 0,00 64 Supply and install/pull conduit self-extinguishing 2", surface m 15 0,00 65 Supply and install conduit 25mm under plastering (dining hall) m 120 0,00 66 Supply and install conduit 40mm under plastering (dining hall) m 70 0,00 67 Supply and install conduit 25mm floor screed (kitchen) m 30 0,00

68 Supply and install electrical distribution box IP54 for surface installation no 85 0,00

69 Supply and install electrical distribution box for hidden installation no 35 0,00

70 Make trench in wall, incl. materials m 120 0,00 B2 Cable trays

71 Supply and install cable tray 400/60mm, galvanised, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

m 35 0,00

72 Supply and install cable tray 300/60mm, galvanised, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

m 25 0,00

73 Supply and install cable tray 200/60mm, galvanised, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

m 40 0,00

74 Supply and install cable tray 100/60mm, galvanised, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

m 85 0,00

75 Supply and install cable tray 100/60mm, galvanised, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

m 65 0,00

76 Supply and install cable tray 200/60mm, galvanised, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements, with separator

m 15 0,00

77 Supply and install cable ladder LG 600/60mm, galvanised, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connecting elements, with cover

m 10 0,00

78 Sealing of opening 200/150mm with firestop mineral wool as per instruction of manufacturer no 10 0,00

79 40% on the price of the trays for connection elements and others LS 1 0,00 B3 Public address

80 Supply and install loudspeaker for surface installation on wall, 1,5/3/6W/100V, 94dB/1W/1m termination commissioning set 10 0,00

81 Supply and install horn loudspeaker 3/5/10W/100V, 109dB/1W/1m set 5 0,00

82 Supply and install/pull cable FE180 E30 1x2x0,8, on tray or in conduit m 400 0,00

83 Supply and install conduit self-extinguishing 25mm m 200 0,00 84 Supply and install conduit 25mm under plastering (dining hall) m 100 0,00

85 Supply and install electrical distribution box IP54 for surface installation no 25 0,00

86 Supply and install electrical distribution box for hidden installation no 15 0,00

87 Supply and install fireproof box with 4 terminals set 5 0,00 88 Commissionig, programming, tests set 1 0,00 Data/voice cabling

89 Supply and install board for ELV systems – 1 switch 5ports 10/100, 2RJ outlets, TV splitter 1in/2out, free space for TV amplifier

set 1 0,00

90 Double socket RJ45 cat5 surface mount, incl. termination no 2 0,00 91 Cable FTP cat5 – supply and install m 35 0,00 92 Supply and install conduit self-extinguishing 25mm m 15 0,00 93 Supply and install/pull FTP cat5e cable on cable tray m 80 0,00

94 Supply and install electrical distribution box IP54 for surface installation no 5 0,00

95 Sertification, tests, commissioning set 1 0,00 B4 TV system 97 Supply and install TV outlet, incl. backbox, connection set 5 0,00 98 Supply and install/pull coaxial cable 75ohm m 60 0,00 99 Supply and install conduit 25mm under plastering (dining hall) m 60 0,00

100 Make trench in wall, incl. materials m 60 0,00 101 Supply and install/pull coaxial cable 75ohm on cable tray m 15 0,00

102 Supply and install electrical distribution box for hidden installation no 5 0,00

B5 Grounding

103 Supply materials and make grounding – 2 galvanized steel rods, 3m lenght set 4 0,00

104 Test terminal set 4 0,00 105 Supply an install galvanized steel bar 40/4мм m 150 0,00 106 Supply and install galvanized grounding plate 300/30mm set 15 0,00 107 Supply and install flex copper wire 6sq mm, yellow/green m 90 0,00 108 Supply and install cable lug 6sqmm, copper no 350 0,00 109 Main grounding plate set 2 0,00 110 Tests, commissioning, adjustments 1 0,00

111 Supply and install dome vandal-resistant CCTV camera, 700TV lines, infrared lighting set 10 0,00

112 Supply and install coaxial cable or UTP cat 5e m 300 0,00 113 Supply and install conduit 25mm under plastering (dining hall) m 120 0,00 114 Supply and install conduit self-extinguishing 20mm m 90 0,00 115 Make trench in wall, incl. materials m 120 0,00 B6 Intruder Alarm

116 Supply and install control panel, 192 zones, 8 groups, 999 codes, memory for 2048 events set 1 0,00

117 Supply and install power supply no, incl. accumulator, transformer, tamper set 1 0,00

118 Supply and install keyboard no 1 0,00 119 Supply and install zone expander no 1 0,00 120 Supply and install accumulator 12V/7Ah no 1 0,00 121 Supply and install net transformer no 1 0,00 122 Supply and install motion detector with quadriple PIR element no 4 0,00 123 Supply and install volume PIR detector – ceiling mount no 15 0,00 124 Supply and install door magnetic contact no 1 0,00 125 Supply and install acoustic glass-break detector no 20 0,00 126 Supply and install siren no 1 0,00 127 Supply and install 6-wire CQR cable m 500 0,00 128 Supply and install cable NYY 3x1 m 350 0,00 129 Supply and install data cable UTP cat 5e m 300 0,00 130 Supply and install conduit self-extinguishing 20mm m 250 0,00 131 Supply and install conduit 20mm under plastering (dining hall) m 200 0,00 132 Make trench in wall, incl. materials m 200 0,00 B7 SWITCHBOARDS

133 SWITCHBOARD FOR VENTILATION ( See attachment below BOQ) set 1 0,00

134 SWITCHBOARD FOR DINING HALL ( See attachment below BOQ) set 1 0,00

135 MAIN SWITCHBOARD KITCHEN ( See attachment below BOQ) set 1 0,00

SubTotal B 0,00 C Sanitary, Water Supply and Sewerage works-WSS

136

Supply and Fix Poly Propilen -R type pipes for cold water dia 20 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 36 0,00

137

Supply and Fix Poly Propilen -R type pipes for cold water dia 25 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 43 0,00

138

Supply and Fix Poly Propilen -R type pipes for cold water dia 32 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 31 0,00

139

Supply and Fix Poly Propilen -R type pipes for cold water dia 40 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 4 0,00

140

Supply and Fix Poly Propilen -R type pipes for cold water dia 50 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 72 0,00

141

Supply and Fix Poly Propilen -R type pipes for hot water dia 20 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 36 0,00

142

Supply and Fix Poly Propilen -R type pipes for hot water dia 25 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 62 0,00

143

Supply and Fix Poly Propilen -R type pipes for hot water dia 32 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 32 0,00

144

Supply and Fix Poly Propilen -R type pipes for hot water dia 40 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 4 0,00

145

Supply and Fix Poly Propilen -R type pipes for cold water dia 50 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 78 0,00

146

Supply and Fix Poly Propilen -R type pipes for cold water dia 63 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 5 0,00

147

Supply and Fix Poly Propilen -R type pipes for cold water dia 75 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 12 0,00

148

Supply and Fix Poly Propilen -R type pipes for cold water dia 90 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 58 0,00

149 Supply and fix Stop valve dia 20 mm no 43 0,00

150 Supply and fix stop ball valve dia 25 mm, no drain no 1 0,00

151 Supply and fix stop ball valve dia 32 mm, no drain no 4 0,00

152 Supply and fix stop gate valve dia 25 mm, no drain no 1 0,00

153 Supply and fix stop gate valve dia 32 mm, no drain no 4 0,00

154 Supply and fix stop ball valve dia 25 mm, drain no 2 0,00

155 Supply and fix stop ball valve dia 32 mm, drain no 6 0,00

156 Supply and fix stop gate valve dia 25 mm, drain no 6 0,00

157 Supply and fix stop gate valve dia 32 mm, drain no 4 0,00

158 Supply and fix return valve dia 25 mm no 2 0,00

159 Supply and fix return valve dia 32 mm no 8 0,00

160 Supply and fix pressure valve no 5 0,00

161 Supply and fix electrical water heater capacity 150 lt, Pn= 3 Kw, vertical installation, all connectors inslusive, testing and brackets and auxilary fittings inclussive

no 5 0,00

162 Supply and fix PP-R brackets dia 25,vertical no 7 0,00 163 Supply and fix PP-R brackets dia 32,vertical no 8 0,00 164 Supply and fix PP-R brackets dia 25, horizontal no 110 0,00 165 Supply and fix PP-R brackets dia 32, horizontal no 50 0,00 166 Supply and fix PP-R brackets dia 40, horizontal no 7 0,00 167 Supply and fix PP-R brackets dia 50, horizontal no 100 0,00 168 Supply and fix PP-R brackets dia 63, horizontal no 3 0,00 169 Supply and fix PP-R brackets dia 75, horizontal no 8 0,00 170 Supply and fix PP-R brackets dia 90, horizontal no 29 0,00

171 Supply and fix wash-hand bassin hot water mixer, standing type, all axesoires inclusssive, with all connectors inclussive no 1 0,00

172 Supply and fix wash-hand bassin hot water mixer (kithcen sink), standing type, all axesoires inclusssive, with all connectors inclussive

no 15 0,00

173 Supply and fix wash-hand bassin hot water mixer, wall type, all axesoires inclusssive, with all connectors inclussive no 3 0,00

174 Supply and fix hot water mixer, wall type, all accessoires inclusive, holender connection no 2 0,00

175 Supply and fix hot water shover mixer, all accessoires inclussive no 2 0,00 176 Supply and fix pipe insulation dia 20 mm, D=9 mm, horizontal no 72 0,00 177 Supply and fix pipe insulation dia 25 mm, D=9 mm, horizontal no 38 0,00 178 Supply and fix pipe insulation dia 32 mm, D=9 mm, horizontal no 13 0,00 179 Supply and fix pipe insulation dia 25 mm, D=13 mm, vertical no 7 0,00 180 Supply and fix pipe insulation dia 32 mm, D=13 mm, vertical no 8 0,00 181 Supply and fix pipe insulation dia 25 mm, D=19 mm, basement no 60 0,00 182 Supply and fix pipe insulation dia 32 mm, D=19 mm, basement no 42 0,00 183 Supply and fix pipe insulation dia 40 mm, D=19 mm, basement no 8 0,00

184 Supply and fix pipe insulation dia 50 mm, D=19 mm, basement no 150 0,00 185 Supply and fix pipe insulation dia 63 mm, D=19 mm, basement no 5 0,00 186 Supply and fix pipe insulation dia 75 mm, D=19 mm, basement no 12 0,00 187 Supply and fix pipe insulation dia 90 mm, D=19 mm, basement no 58 0,00 188 Supply and fix plugs, various types 20mm -63 mm no 70 0,00 189 Desinsection and pressure testing water supply pipe line lm 323 0,00

SEWAGE 190 Dismantling existing sewage piping and evacuation ls 1 0,00

191 Supply and fix PVC pipe SN 8 dia 110 mm, all fittings inclussive, brackets and hangers inclussive, t=3,2 mm lm 50 0,00

192 Supply and fix PVC pipe SN 8 dia 160 mm, all fittings inclussive, brackets and hangers inclussive, t=4,7 mm lm 65 0,00

193 Supply and fix PVC pipe SN 8 dia 40 mm, all fittings inclussive, brackets and hangers inclussive, t=2 mm lm 25 0,00

194 Supply and fix PVC pipe SN 8 dia 50 mm, t=2 mm, all fittings inclussive, brackets and hangers inclussive lm 40 0,00

195 Supply and fix PVC pipe SN 4 dia 110, t=2 mm, all fittings inclussive, brackets and hangers inclussive lm 35 0,00

196 Supply and fix PVC inspection 90 deg., pipe SN 8 dia 110, all fittings inclussive, brackets and hangers inclussive no 10 0,00

197 Supply and fix PVC inspection 90 deg., pipe SN 8 dia 160, all fittings inclussive, brackets and hangers inclussive no 4 0,00

198 Supply and fix cast iron pipe dia 50 mm, t=4 mm., all fittings inclussive, fix in bed of mortar 1: 3 and finish lm 14 0,00

199 Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all fittings inclussive, fix in bed of mortar 1: 3 and finish, bottom flush

no 7 0,00

200 Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all fittings inclussive, fix in bed of mortar 1: 3 and finish, side flush no 2 0,00

201 Supply and fix cast iron floor trap dia 110/ 50 mm, t=4 mm, all fittings inclussive, fix in bed of mortar 1: 3 and finish, bottom flush, residue filter inclusive

no 17 0,00

202 Supply and fix wash-hand bassin bottle trap, single-bowl type, all fittings and connectors inclussive no 5 0,00

203 Supply and fix wash-hand bassin bottle trap, double-bowl type, all fittings and connectors inclussive no 7 0,00

204 Supply and fix WC " Monoblock" -S type, PVC cover , all water and sewage connectors inclusive, sealing and testing no 1 0,00

205 Supply and fix porcelain wash-hand basins, wall mounted, all water and sewage connectors inclusive, sealing and testing, brackets and hangers inclusive

no 5 0,00

206 Supply and fix porcelain wash-hand basins, standing type, all water and sewage connectors inclusive, sealing and testing, brackets and hangers inclusive

no 1 0,00

207 Supply and fix grease separator, floor type, all accessoires inclusive, sealing and testing no 6 0,00

208 Supply and fix wall brackets for PVC pipe dia 40 mm, galvanized, rubber gasket inclisive no 20 0,00

209 Supply and fix wall brackets for PVC pipe dia 50 mm, galvanized, rubber gasket inclisive no 40 0,00

210 Supply and fix PVC dia 110 mm hangers complete, ceiling type, galvanized, gaskets inclusive no 50 0,00

211 Supply and fix PVC dia 160 mm hangers complete, ceiling type, galvanized, gaskets inclusive no 55 0,00

212 Supply and fix PVC reduction 110/ 50 mm, t=3, 2 mm, seals inclussive no 5 0,00

213 Supply and fix PVC reduction 160/ 110 mm, t=4, 7 mm, seals inclussive no 5 0,00

214 Supply and fix PVC inspection 90 degrees 110/ 50 mm, t=3, 2 mm, seals inclussive no 8 0,00

215 Supply and fix PVC inspection 90 degrees 160/ 110 mm, t=4, 7 mm, seals inclussive no 8 0,00

216 Making manhole 800/800/1000 mm no 2 0,00 217 Desinfection and testing sewage pipe line lm 250 0,00 218 Wall openings blocking 200/200 mm no 40 0,00 219 Wall openings blocking 600/200 mm no 6 0,00 220 Existing sewage pipeline conductivity testing lm 30 0,00

SubTotal C 0,00 D Heating, Ventilation & Air Conditioning (HVAC)

D1 VENTILATION Kitchen Extract Air System

221 Supply and fix Extractor fan, duct type, with motor out of air stream, incl. flexible connections, el.board and control;Air flow rate 7500 m3/h.Ext. pressure 300 Pa

no 1 0,00

222 Supply and fix Exhaust ventilation grille - adjustable Dimensions 500/200 mm no 10 0,00

223 Supply and fix Transfer grille;Dimensions 600/400 mm no 2 0,00

224 Supply and fix Air ducts of black steel sheets, welded joints, rectangular - straight and shaped sqm 36 0,00

Extract Air System - Storages and WC

225 Supply and fix Extract fan, duct type, incl. ON/OFF damper, el.board and control Air flow rate 1200 m3/h .Ext. pressure 250 Pa

no 1 0,00

226 Supply and fix Exhaust ventilation grille - adjustable Dimensions 300/150 mm no 9 0,00

227 Supply and fix Transfer grille Dimensions 500/100 mm no 5 0,00

228 Supply and fix Discharge air grille on facade Dimensions 400/200 mm no 1 0,00

229 Supply and fix Air ducts of galvanized steel sheets, rectangular - straight and shaped sqm 22 0,00

230 Supply and fix Regulating duct damper no 4 0,00 231 Supply and fix Fire damper 200/200 mm no 4 0,00 Supply Air System

232 Supply and fix Supply fan, ductable, incl. ON/OFF damper, el.board and control Air flow rate 7300 m3/h .Ext. pressure 350 Pa

no 1 0,00

233

Supply and fix Air heater, ductable, incl. cut-off valves and air bleed Heating capacity 50.2 kW Carrier - water 90/70°C

no 1 0,00

234 Supply and fix Frost protection system, including sensor, adjustable control valve and electrical wiring no 1 0,00

235 Supply and fix Air filter class G4 ductable Air flow rate 7300 m3/h no 1 0,00

236 Supply and fix Ductable silencer;Dimensions 1200/500 mm no 1 0,00

237 Supply and fix Supplying ventilation grille - adjustable;Dimensions 800/200 mm no 5 0,00

238 Supply and fix Supplying ventilation grille - adjustable;Dimensions 500/200 mm no 5 0,00

239 Supply and fix Circulating pump for water 90/70°C, flow rate 2m3/h, pressure 8 m H2O, including cut-off valves, non-return valve and flexible connections

no 1 0,00

240 Supply and fix Air ducts of galvanized steel sheets, rectangular - straight and shaped sqm 118 0,00

241 Supply and fix Regulating duct damper no 4 0,00 242 Supply and fix Rubber sheet insulation for ducts sqm 118 0,00 243 Supply and fix Steel pipes DN 32 m 64 0,00 244 Supply and fix Steel knees DN 32 no 16 0,00

245 Supply and fix Pipe insulation for steel pipe DN 32 of close cell structure, thickness 13mm m 65 0,00

246 Supply and fix Protection for pipe insulation of steel or AL sheet sqm 12 0,00 D2 RADIATOR HEATING

247 Supply and fix Steel panel heater with automatic air bleed, thermostatic valve, fixing elements; H = 500 mm/Heating capacity 1000 W/Carrier - water 90/70°C

no 12 0,00

248 Supply and fix Circulating pump for water 90/70°C, flow rate 2m3/h, pressure 8 m H2O, including cut-off valves, non-return valve and flexible connections

no 1 0,00

249 Supply and fix Steel pipes DN 32 lm 30 0,00 250 Supply and fix Steel pipes DN 25 lm 60 0,00 251 Supply and fix Steel pipes DN 20 lm 30 0,00 252 Supply and fix Steel pipes DN 15 lm 50 0,00 253 Supply and fix Steel knees DN 32 no 6 0,00 254 Supply and fix Steel knees DN 25 no 16 0,00 255 Supply and fix Steel knees DN 20 no 6 0,00 256 Supply and fix Steel knees DN 15 no 40 0,00 257 Supply and fix Steel tees no 16 0,00

258 Supply and fix Pipe insulation for steel pipe DN 32 of close cell structure, thickness 13 mm lm 30 0,00

259 Supply and fix Pipe insulation for steel pipe DN 25 of close cell structure, thickness 13 mm lm 60 0,00

260 Supply and fix Pipe insulation for steel pipe DN 20 of close cell structure, thickness 13 mm lm 30 0,00

261 Supply and fix Pipe insulation for steel pipe DN 15 of close cell structure, thickness 13 mm lm 20 0,00

262 Supply and fix Protection for pipe insulation of steel or AL sheet sqm 12 0,00

SubTotal D 0,00 Total 0,00 Grand Total 0,00

BoQ Roof works, elevation finishing works, Interior finishing works,

Sistems instalation works in Harmanly Refugee camp, Harmanly town, Bulgaria

S/N Description of Items Unit QTY Rate Amount

PART- A: CIVIL WORKS 1 Mobilization, temporary fencing and cleaning site before

commencing actual physical work and during contract period and demobilization after completion of the Works under contract

lump sum

1 0,00

2 Dismantling & removing all metal pipes, doors, windows. All materials should be removed from the working place to approved depot outside site premises

lump sum

1 0,00

3 Dismantling & removing 125 mm brick walls. All materials should be removed from the working place to approved depot outside site premises

sqm

100 0,00

4 Dismantling & removing 250mm brick walls. All materials should be removed from the working place to approved depot outside site premises

cum

50 0,00

5 Supply and fix wooden beams and wooden purines for damaged roof, size of beams 80 X 100 mm and purlins size of 80X50 mm including all necessary joints ,brackets, bolting etc., well- seasoned, sect protected and water proof treated.

cum

4 0,00

6 Supply and Installation of Galvanized corrugated roof sheets LT 55 55 (thickness 0 .5 mm, Length 6000 mm) with all necessary elements (nails, washers etc.).

sqm

120 0,00

7 Supply and Installation of Timber plank for fascia (20 X 200 mm) including all joints and well season and insect protected

lm 120 0,00

8 Supply and Installation Galvanized steel sheet gully dia 120 mm, thickness 0.55 mm including all necessary fittings.

lm 250 0,00

9 Supply and Installation of Galvanized Rainwater down pipes, dia 120 mm , thickness 0.55 mm incl. all necessary fittings.

lm 40 0,00

10 125 mm brick works with first class bricks in clement sand mortar (1:4) and making bond with connected walls including necessary scaffolding, raking out joints.

sqm

160 0,00

11 250 mm brick works with first class bricks in clement sand (1:4) in internal and external walls, filling the joints/interstices fully with mortar, racking out the joints, and accepted by the Engineer.

cum

25 0,00

12 Suspended ceiling Armstrong type, 600mmx600 mm plates, min 18 mm thick, plain surface, all accessories inclusive (railings, metal grid, suspension at 800 mm from ceiling), white colour. Surface pattern subject to Engineer's approval.

sqm

660 0,00

13 Minimum 12 mm thick clement sand plaster (1:4) to ceilings, beams, columns, wall outer surface, finishing the corner and edge including cleaning the surface.

sqm

340 0,00

14 minimum 12 mm thick cement sand plaster (1:4)clement to ceiling, beams, columns finishing the corner and edge including cleaning the surface, scaffolding and curing at least for 7 days, cost of water electricity and other charges etc.

sqm

350 0,00

15 minimum 40 mm thick clement sand screening (1:3) having with fresh cement to floors ,curing at least for 7 days, cost of water electricity and other charges etc.

sqm

540 0,00

16 minimum 40 mm thick clement sand screening (1:3) on stairs and landings ,curing at least for 7 days, cost of water electricity and other charges etc.

sqm

20 0,00

17 Supplying, fitting and fixing gress tiles for floor (size 300mmx300mmx8mm) with on 12 mm thick cement sand mortar (1:4) base and raking out the joints including cutting, laying Color approved by engineer in charge.

sqm

1 050

0,00

18 Supplying, fitting and fixing glazed wall tiles( 200mmx300mmx 6mm) with on 20 mm thick cement sand mortar (1:3) base and raking out the joints including cutting, laying, edging.

sqm

820 0,00

19 Supply and installation of window and door glazing with 5 mm clear glass including sealing, cleaning,

sqm

140 0,00

20 Installation and Supplying best qualities laminated with the thickness of 40 mm flush doors complete ( size 2X 0.9 lm) with frame, leaves ,ironmongery with all necessary fixing such as door locks ,hinges etc.

no 32 0,00

21 Installation and Supplying steel window frame with the section of hollow metal (size of 50 mm 50mm) with all necessary fixing such as window locks ,hinges, etc.

sqm

25 0,00

22 Supplying, fitting. Fixing of uPVC double glazed plastic door(1.6X2.75) having section thickness min 60 mm, white in colour, door lock, with all necessary fittings

no 2 0,00

23 Supplying, fitting. Fixing of uPVC double glazed plastic door(1.0 X 2.1) having section thickness min 60 mm, white in colour, door lock, with all necessary fittings

no 2 0,00

24 Painting to steel door and window frames in two coats with approved best quality and colour of synthetic gloss paint with primer coat

sqm

140 0,00

25 Approved best quality white or colour water-based interior paint on walls applying to walls and ceilings in 2 coats with over a coat of brand specified primer or sealer

sqm

1 200

0,00

26 Approved best quality colour exterior water based paint applying to wall and ceiling in 2 coats with over a coat of brand specified primer or sealer

sqm

600 0,00

27 RCC Reinforced cement concrete grade C 25 ( for tie beam) works, including formwork. (Rate is excluding the cost of reinforcement and its fabrication, bending, welding and placing)

cum

4 0,00

28 RCC Reinforced cement concrete window sills, Concrete grade C 25 for the window sills, size of 300X60 mm, including formwork. (Rate is excluding the cost of reinforcement and its fabrication, bending, welding and placing)

lm 120 0,00

29 Supplying, fitting and fixing gres floor tiles for Skirting (height 100 mm, thickness 8 mm min) with on 12 mm thick cement sand mortar (1:4) base and raking out the joints. Colour approved by Engineer

lm 540 0,00

Sub Total A 0,00 B ELECTRICAL WORKS

B1 Design and approval 30 Design set 1 0,00 B2 Electric boards, backup sources, main LV cables 31 Supply, installation, connection, commissioning of main

distribution board MDB, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

32 Supply, installation, connection, commissioning of Distribution board Kitchen, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

33 Supply, installation, connection, commissioning of Distribution board Preparations, as per specification, wall-mounted, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

34 Supply, installation, connection, commissioning of Distribution board Refrigeration chambers, as per specification, wall- mounted, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

35 Supply, installation, connection, commissioning of Distribution board Grills/frit use, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

36 Supply, installation, connection, commissioning of Distribution board Convection Ovens, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

37 Supply, installation, connection, commissioning of Distribution board Ovens, as per specification, floor standing on steel support, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

38 Supply, installation, connection, commissioning of Distribution board Self-service line, as per specification, wall-mounted, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

39 Supply, installation, connection, commissioning of Distribution board Packaging, as per specification, wall-mounted, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

40 Supply, installation, connection, commissioning of Distribution board Cold kitchen, as per specification, wall-mounted, lockable steel rack, with all needed equipment, rated ІР44,

set 1 0,00

41 Supply, installation, connection, commissioning of switchboard Dining hall, as per specification, wall mounted, lockable steel rack, fitted with all protective, commutation, control devices, protection rating ІР44,

set 1 0,00

42 Supply, installation, connection, commissioning of switchboard HVAC, as per specification, wall mounted, lockable steel rack, fitted with all protective, commutation, control devices, protection rating ІР44,

set 1 0,00

B21 Supply and install cables NYY on cable tray 14 Supply and install cables NYY on cable tray 5х6 mm2 lm 70 0,00 15 Supply and install cables NYY on cable tray 5х10 mm2 lm 40 0,00 16 Supply and install cables NYY on cable tray 5х16 mm2 lm 70 0,00 17 Supply and install cables NYY on cable tray 3х50+25+25 mm2 lm 95 0,00 18 Supply and install cables NYY on cable tray 3х70+35+35 mm2 lm 40 0,00 19 Supply and install cables NYY on cable tray 3х150+70+70 mm2 lm 120 0,00

B22 Cable termination and connection 20 Cable termination and connection 6 mm2 no 4 0,00 21 Cable termination and connection 10 mm2 no 2 0,00 22 Cable termination and connection 16 mm2 no 4 0,00 23 Cable termination and connection 50 mm2 no 4 0,00 24 Cable termination and connection 70 mm2 no 2 0,00 25 Cable termination and connection 150 mm2 no 6 0,00

B23 Supply and install conduit self-extinguishing 26 Supply and install conduit self-extinguishing 36 mm lm 15 0,00 27 Supply and install conduit self-extinguishing 51 mm lm 20 0,00 28 Supply and install conduit self-extinguishing 64 mm lm 5 0,00 29 Supply and install conduit self-extinguishing 110 mm lm 15 0,00

B24 Intake pipe- U-PVC supply and fix 30 Intake pipe- U-PVC supply and fix U-РVСф110мм lm 18 0,00 31 Intake pipe- U-PVC supply and fix U-РVСф75мм lm 6 0,00 32 Concrete Inspection chamber - single inclusive of polymer

concrete cover 60 mm thick, and divining bottom layer, dimension W 600X L900 X600 mm- LV+data supply

set 1 0,00

33 Concrete Inspection chamber - double inclusive of polymer concrete cover 60 mm thick, and divining bottom layer, dimension W 900X L900 X600 mm- LV+data supply

set 1 0,00

B3 Light fixtures and installation 34 Supply and install light fixture flush mount, 2x35W T5 lamp, electronic

gear,, grill, IP20 (dining hall), connection and adjustment no 60 0,00

35 Supply and install light fixture flush mount, 2x35W T5 lamp, electronic gear, emergency light battery kit, grill, IP20 (dining hall), connection and adjustment,

no 9 0,00

36 Supply and install light fixture flush mount, 2x35W T5 lamp, electronic gear,, mirror louver, IP20 (office), connection and adjustment

no 1 0,00

37 Supply and install light fixture flush mount, 2x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), connection and adjustment,

no 45 0,00

38 Supply and install light fixture flush mount, 2x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), emergency lighting kit with battery 1h for one of the lamp, electronic gears, connection and adjustment,

no 5 0,00

39 Supply and install light fixture flush mount, 1x35W T5 lamp, electronic gear,, cover, IP65 (kitchen), connection and adjustment,

no 42 0,00

40 Supply and install light fixture flush mount, 1x35W T5 lamp, electronic gear, emergency ltg battery kit, cover, IP65 (kitchen), connection and adjustment,

no 3 0,00

41 Supply and install light fixture flush mount, 2x26W CFL lamp, ECG, cover, IP54 (WC), connection and adjustment,

no 11 0,00

42 Supply and install light fixture 1х28W, Т5, electronic gear, with switch, surface mounted on wall, IP54, connection and adjustment,

no 16 0,00

43 Supply and install light fixture 1х35W, Т5, electronic gear, with switch, surface mounted on wall, IP54, connection and adjustment,

no 17 0,00

44 Supply and install light fixture 2х26W, CFL, electronic gear,with switch, surface mounted on wall, IP65, connection and adjustment,

no 7 0,00

45 Supply and install emergency light, with battery for 1 hour, non- maintained operation, 1x8W, IP20, connection, wall-mounted, operating in case of mains failure, connection, tests

no 10 0,00

46 Supply and install emergency light, with battery for 1 hour, non- maintained operation, 1x8W, IP65, connection,

no 17 0,00

47 Supply and install emergency escape sign with battery for 1 hour, maintained operation, 1x8W, pictogram, IP20 connection

no 17 0,00

48 Supply and install emergency escape sign with battery for 1 hour, maintained operation, 1x8W, pictogram, IP65 connection

no 14 0,00

49 Supply, install and connection of one-way light switch 10А, surface-mounted

no 17 0,00

50 Supply, install and connection of one-way light switch 10А, flush-mounted, including back box

no 14 0,00

51 Supply, install and connection of one-way double light switch 10А, surface-mounted

no 1 0,00

52 Supply, install and connection of two-way light switch 10А, surface-mounted

no 12 0,00

53 Supply and install PIR motion detector no 8 0,00 54 Supply and install push-button, incl. back box no 15 0,00 55 Cable NYY4x1,5 – supply and install (for emergency lights) lm 280 0,00 56 Cable NYY3x1,5 – supply and install lm 3

400 0,00

57 Cable NYY5x1,5 – supply and install lm 380 0,00 58 Supply and install conduit self-extinguishing 25mm lm 350 0,00 59 Supply and install conduit 25mm under plastering (dining hall) lm 250 0,00 60 make trench in wall, incl. materials lm 350 0,00 B4 Sockets and supply of equipment 61 Supply and install water heater switch 2x25A with indicator lamp no 6 0,00 62 Supply and install socket SCHUKO- 16А/250V, flush mounted, including

back box, connection commissioning, set 26 0,00

63 Supply and install socket SCHUKO ,surface mounted waterproof, connection commissioning,

set 30 0,00

64 Supply and install socket SCHUKO , surface mounted waterproof, connection commissioning,

set 25 0,00

65 Supply and install socket and plug IEC1x16+N+PE, surface mounted waterproof, connection commissioning,

set 6 0,00

66 Supply and install socket and plug IEC3x16+N+PE, surface mounted waterproof, connection commissioning,

set 6 0,00

67 Supply and install local full-load switch 10А/220V, ІР55, connection set 8 0,00 68 Supply and install local full-load switch 16А/220V, ІР55, connection set 1 0,00 69 Supply and install local full-load switch 25А/220V, ІР55, connection set 6 0,00 70 Supply and install local full-load switch 6А/380V, ІР55,

connection set 4 0,00

71 Supply and install local full-load switch 10А/380V, ІР55, connection set 5 0,00 72 Supply and install local full-load switch 16А/380V, ІР55, connection set 5 0,00 73 Supply and install local full-load switch 25А/380V, ІР55, connection set 8 0,00 74 Supply and install local full-load switch 40А/380V, ІР55, connection set 4 0,00 75 Supply and install local full-load switch 63А/380V, ІР55, connection set 6 0,00 76 Supply and install local full-load switch 80А/380V, ІР55, connection set 3 0,00 77 Supply and install local full-load switch 125А/380V, ІР55,

connection set 4 0,00

78 Supply and install emergency button type“ mush room“, connection

set 3 0,00

79 Supply and install push-button with indicator lamp, 24V~ (WC), connection

set 2 0,00

80 Supply and install two-button „on-off“ with indicator lamp (kitchen), connection

set 2 0,00

81 Cable NYY2x1,5 – supply and install lm 70 0,00 82 Cable NYY3x2,5 – supply and install lm 2

950 0,00

83 Cable NYY3x4 – supply and install lm 400 0,00 84 Cable NYY5x1,5 – supply and install lm 50 0,00 85 Cable NYY5x2,5 – supply and install lm 360 0,00 86 Cable NYY5x4 – supply and install lm 235 0,00 87 Cable NYY5x6 – supply and install lm 350 0,00 88 Cable NYY5x16 – supply and install lm 200 0,00 89 Cable NYY5x35 – supply and install lm 235 0,00 90 Supply and install/pull conduit self-extinguishing 3/4", surface lm 900 0,00 91 Supply and install/pull conduit self-extinguishing 1", surface lm 120 0,00 92 Supply and install/pull conduit self-extinguishing 11/2", surface lm 150 0,00 93 Supply and install/pull conduit self-extinguishing 2", surface lm 70 0,00 94 Supply and install conduit 25mm under plastering (dining hall) lm 400 0,00 95 Supply and install conduit 40mm under plastering (dining hall) lm 150 0,00 96 Supply and install conduit 50mm floor screed (kitchen) lm 50 0,00 97 Supply and install flexible galvanized steel conduit 32mm on

surface of furniture, fixation lm 100 0,00

98 Supply and install electrical distribution box IP54 for surface installation no 120 0,00 99 Supply and install electrical distribution box for hidden

installation no 150 0,00

100 make trench in wall, incl. materials lm 150 0,00 101 make direct connection to equipment cable NYY 3x2,5, est. Length

50lm, installed on cable tray and above false ceiling, incl. PVC conduit 25mm in plastering lenght~5lm, connection, tests

set 10 0,00

B5 Cable trays

102 Supply and install cable tray 600/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

lm 40 0,00

103 Supply and install cable tray 300/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

lm 70 0,00

104 Supply and install cable tray 200/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

lm 90 0,00

105 Supply and install cable tray 100/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements

lm 190 0,00

106 Supply and install cable tray 100/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connection elements, with separator

lm 60 0,00

107 Supply and install cable ladder 600/60mm, galvanized, indoorusage, including hanging, instructed by the manufacturer, completion with hanging and connecting elements, with cover

lm 5 0,00

108 Supply and install cable ladder 150/60mm, galvanized, indoor usage, including hanging, instructed by the manufacturer, completion with hanging and connecting elements, with cover

no 15 0,00

109 Sealing of opening 200/150mm with fire stop mineral wool as per instruction of manufacturer

no 5 0,00

110 Sealing of opening 700/200mm with fire stop mineral wool as per instruction of manufacturer

no 2 0,00

B6 Public address 112 Supply and install 19U rack set 1 0,00 113 Supply and install announcement controller with power amplifier set 1 0,00 114 Supply and install microphone console 6 zones set 1 0,00 115 Supply and install battery charger set 1 0,00 116 Supply and install battery 12Ah set 2 0,00 117 Supply and install line control boards set 6 0,00 118 Programming set 1 0,00 119 Installation set 1 0,00 120 Supply and install loudspeaker for surface installation on wall,

1,5/3/6W/100V, 94dB/1W/1lm termination commissioning set 2 0,00

121 Supply and install horn loudspeaker3/5/10W/100V, 109dB/1W/1lm set 5 0,00

122 Supply and install loudspeaker for false ceiling 1,5/3/6W/100V, 94dB/1W/1lm

set 20 0,00

123 Supply and install/pull cable FE180 E30 1x2x0,8, on tray or in conduit lm 970 0,00 124 Supply and install conduit self-extinguishing 25mm lm 25 0,00 125 Supply and install conduit 25mm under plastering (dining hall) lm 10 0,00 126 Supply and install electrical distribution box IP54 for surface installation no 10 0,00 127 Supply and install electrical distribution box hidden installation no 5 0,00 128 Commissioning, programming, tests set 1 0,00 B7 Data/voice cabling

129 Supply and install board for ELV systems – 1 switch 8 ports 10/100, 2RJ outlets, TV splitter 1in/2out, free space for TV amplifier

set 1 0,00

130 Double socket RJ45 cat5 surface mount, incl. termination no 4 0,00 131 Cable FTP cat5 – supply and install lm 40 0,00 132 Supply and install conduit self-extinguishing 25mm lm 20 0,00 133 Supply and install conduit 25mm under plastering (dining hall) lm 20 0,00 134 Supply and install/pull FTP cat5e cable on cable tray lm 280 0,00 135 Supply and install electrical distribution box IP54 for surface installation no 4 0,00 B8 TV system 136 Supply and install TV outlet, incl. back box, connection set 2 0,00 137 Supply and install/pull coaxial cable 75ohlm lm 15 0,00 138 Supply and install conduit 25mm under plastering (dining hall) lm 15 0,00 139 make trench in wall, incl. materials lm 15 0,00 140 Supply and install/pull coaxial cable 75ohlm on cable tray lm 80 0,00 141 Supply and install electrical distribution box for hidden

installation no 2 0,00

B9 Grounding 142 Supply and lay mesh AlMgSi, 8 mm, on roof lm 580 0,00 143 Support for mesh AlMgSi - roof no 1

000 0,00

144 Universal connection clamp no 40 0,00 145 Supply materials and make grounding – 2 galvanized steel rods, 3lm

length set 12 0,00

146 Test terminal set 12 0,00 147 Supply and install galvanized steel bar 40/4мм lm 650 0,00 148 Wedge connector for galvanized bar no 130 0,00 149 Cross terminal for galvanized bar no 30 0,00 150 Supply and install galvanized grounding plate 300/30mm set 20 0,00 151 Supply and install flex copper wire 6sq mm, yellow/green lm 95 0,00 152 Supply and install cable lug 6sqmlm, copper no 460 0,00 153 main grounding plate set 1 0,00 154 Tests, commissioning, adjustments 1 0,00 B10 CCTV 155 Supply and install 8-channel DVR set 1 0,00 156 Supply and install 20 inch let monitor -220 volt set 1 0,00 157 Supply and install dome vandal-resistant CCTV camera, 700TV lines,

infrared lighting set 8 0,00

158 Supply and install coaxial cable or UTP cat 5e lm 800 0,00 159 Supply and install conduit 25mm under plastering (dining hall) lm 400 0,00 160 Supply and install conduit self-extinguishing 20mm lm 200 0,00 161 make trench in wall, incl. materials lm 100 0,00 B11 Intruder Alarm 162 Supply and install control panel, 192 zones, 8 groups, 999 codes, memory

for 2048 events set 1 0,00

163 Supply and install power supply no, incl. accumulator, transformer, tamper

set 1 0,00

164 Supply and install keyboard no 2 0,00 165 Supply and install zone expander no 2 0,00 166 Supply and install accumulator 12V/7Ah no 1 0,00 167 Supply and install net transformer no 1 0,00 168 Supply and install PIR detector with qaudriple PIR element no 6 0,00 169 Supply and install volume PIR detector – ceiling mount no 12 0,00 170 Supply and install door magnetic contact no 4 0,00 171 Supply and install acoustic glass-break detector no 10 0,00 172 Supply and install siren no 1 0,00 173 Supply and install 6-wire CQR cable lm 600 0,00 174 Supply and install cable NYY 3x1 lm 50 0,00 175 Supply and install conduit self-extinguishing 20mm lm 200 0,00 176 Supply and install conduit 20mm under plastering (dining hall) lm 110 0,00 177 make trench in wall, incl. materials lm 110 0,00 B12 Fire Alarm 178 Addressable fire detection panel, 1 loops, 127 addresses/loop,

events printer, LCD display, PSU set 1 0,00

179 Analogue addressable optical smoke detector set 25 0,00 180 Analogue addressable optical temperature detector set 6 0,00 181 Analogue detector base set 31 0,00 182 Addressable manual call point set 6 0,00 183 Fire bell set 3 0,00 184 Base with short circuit isolator set 1 0,00 185 Accumulator 12V/12Ah set 2 0,00 186 LED remote indicator set 6 0,00 187 Addressable module - 2 relay outputs set 1 0,00 188 Self-combustion flex conduit Ø16, lm 200 0,00 189 Fireproof cable 2х1кв.mm, ELAN TW-1,0-GR3 lm 300 0,00 190 Cable 3х1 кв. mm, NYY lm 50 0,00

Sub Total B 0,00 C SANITARY, WATER SUPPLY ANS SEWERAGE

C1 WATER SUPPLY 191 Supply and Fix Poly Propylene e -R type pipes for cold water dia

20 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 62 0,00

192 Supply and Fix Poly Propylene e -R type pipes for cold water dia 25 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 31 0,00

193 Supply and Fix Poly Propylene -R type pipes for cold water dia 32 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 23 0,00

194 Supply and Fix Poly Propylene -R type pipes for cold water dia 40 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 35 0,00

195 Supply and Fix Poly Propylene -R type pipes for hot water dia 20 mm, inclusive all fittings and inclusive all clips, hangers, brackets,

lm 41 0,00

joints and chiseling out, embedding and filling back in mortar 1: 3.

196 Supply and Fix Poly Propylene -R type pipes for hot water dia 25 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 19 0,00

197 Supply and Fix Poly Propylene -R type pipes for hot water dia 32 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 24 0,00

198 Supply and Fix PE type pipes for cold water dia 20 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1:3.

lm 3 0,00

199 Supply and Fix PE type pipes for cold water dia 25 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1:3.

lm 28 0,00

200 Supply and Fix PE pipes for cold water dia 32 mm, inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 6 0,00

201 Supply and Fix PE pipes for cold water dia 40 mm, inclusive allfittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 6 0,00

202 Supply and Fix galvanized pipes 2'', inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 68 0,00

203 Supply and Fix galvanized pipes 2 1/2'', inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 22 0,00

204 Supply and Fix galvanized pipes 4'', inclusive all fittings and inclusive all clips, hangers, brackets, joints and chiseling out, embedding and filling back in mortar 1: 3.

lm 55 0,00

205 Supply and fix Stop valve dia 20 mm no 84 0,00 206 Supply and fix stop ball valve dia 20 mm, no drain no 1 0,00 207 Supply and fix stop ball valve dia 25 mm, no drain no 1 0,00 208 Supply and fix stop ball valve dia 32 mm, no drain no 3 0,00 209 Supply and fix stop ball valve dia 40 mm, no drain no 1 0,00 210 Supply and fix stop ball valve dia 4'', no drain no 1 0,00 211 Supply and fix stop gate valve dia 20 mm, no drain no 1 0,00 212 Supply and fix stop gate valve dia 25 mm, no drain no 1 0,00 213 Supply and fix stop gate valve dia 32 mm, no drain no 3 0,00 214 Supply and fix stop gate valve dia 40 mm, no drain no 1 0,00 215 Supply and fix stop ball valve dia 20 mm, drain no 1 0,00 216 Supply and fix stop ball valve dia 25 mm, drain no 1 0,00 217 Supply and fix stop ball valve dia 32 mm, drain no 3 0,00 218 Supply and fix stop gate valve dia 40 mm, drain no 1 0,00 219 Supply and fix stop gate valve dia 4'', drain no 1 0,00 220 Supply and fix filter dia 4'', drain no 1 0,00 221 Supply and fix return valve dia 20 mm no 2 0,00 222 Supply and fix return valve dia 25 mm no 2 0,00 223 Supply and fix return valve dia 32 mm no 6 0,00

224 Supply and fix return valve dia 40 mm no 2 0,00 225 Supply and fix return valve dia 4'' no 1 0,00 226 Supply and fix pressure valve no 6 0,00 227 Supply and fix electrical water heater capacity 10 lt, Pn= 1.5 Kw,

all connectors inclusive, testing and brackets and auxiliary fittings inclusive

no 1 0,00

228 Supply and fix electrical water heater capacity 80 lt, Pn= 3 Kw, vertical installation, all connectors inclusive, testing and brackets and auxiliary fittings inclusive

no 2 0,00

229 Supply and fix electrical water heater capacity 200 lt, Pn= 3 Kw, vertical installation, all connectors inclusive, testing and brackets and auxiliary fittings inclusive

no 3 0,00

230 Supply and fix 20lm hose, Ф20 stop valve, storz thread, fireman nozzle 2"

no 5 0,00

231 Supply and fix compound water meter no 1 0,00 232 Supply and fix PP-R brackets dia 32,vertical no 9 0,00 233 Supply and fix PP-R brackets dia 40,vertical no 6 0,00 234 Supply and fix brackets 2'',vertical no 5 0,00 235 Supply and fix PP-R brackets Ф25, horizontal no 56 0,00 236 Supply and fix PP-R brackets Ф32, horizontal no 43 0,00 237 Supply and fix brackets 2'' horizontal no 28 0,00 238 Supply and fix brackets 2 1/2, horizontal no 8 0,00 239 Supply and fix brackets 4 '', horizontal no 16 0,00 240 Supply and fix wash-hand basin hot water mixer, standing type, all

accessories inclusive, with all connectors inclusive no 4 0,00

241 Supply and fix wash-hand basin hot water mixer (kitchen sink), standing type, all accessories inclusive, with all connectors inclusive

no 22 0,00

242 Supply and fix wash-hand basin hot water mixer, wall type, all accessories inclusive, with all connectors inclusive

no 37 0,00

243 Supply and fix hot water mixer, wall type, all accessories inclusive, holder connection

no 2 0,00

244 Supply and fix hot water mixer, wall type, all accessories inclusive, Ausgus

no 1 0,00

245 Supply and fix hot water shaver mixer, all accessories inclusive no 1 0,00 246 Supply and fix pipe insulation dia 25 mm, D=19 mm, on external walls no 5 0,00 247 Supply and fix pipe insulation dia 32 mm, D=19 mm, on external walls no 20 0,00 248 Supply and fix pipe insulation dia 40 mm, D=19 mm, on external walls no 20 0,00 249 Supply and fix pipe insulation 4'', D=19 mm, on external walls no 27 0,00 250 Supply and fix pipe insulation dia 20 mm, D=9 mm no 103 0,00 251 Supply and fix pipe insulation dia 25 mm, D=9 mm no 45 0,00 252 Supply and fix pipe insulation dia 32 mm, D=9 mm no 27 0,00 253 Supply and fix pipe insulation dia 40 mm, D=9 mm no 15 0,00 254 Supply and fix pipe insulation 2'', D=9 mm no 67 0,00 255 Supply and fix pipe insulation 2 1/2'', D=9 mm no 22 0,00 256 Supply and fix pipe insulation 4'', D=9 mm no 28 0,00 257 Supply and fix plugs, various types 20mm -63 mm no 175 0,00 258 Disinfection and pressure testing water supply pipe line lm 442 0,00

C2 SEWAGE 259 Waste evacuation cu

m 5 0,00

260 Supply and fix PVC pipe SN 8 dia 110 mm, all fittings inclusive, t=3,2 mm

lm 116 0,00

261 Supply and fix PVC pipe SN 8 dia 160 mm, all fittings inclusive, t=4,7 mm

lm 102 0,00

262 Supply and fix PVC pipe SN 8 dia 40 mm, all fittings inclusive, brackets and hangers inclusive, t=2 mm

lm 64 0,00

263 Supply and fix PVC pipe SN 8 dia 50 mm, t=2 mm, all fittings inclusive, brackets and hangers inclusive

lm 44 0,00

264 Supply and fix PVC pipe SN 4 dia 110, t=2 mm, all fittings inclusive, brackets and hangers inclusive

lm 40 0,00

265 Supply and fix PVC inspection 90 deg., pipe SN 8 dia 110, all fittings inclusive, brackets and hangers inclusive

no 5 0,00

266 Supply and fix PVC inspection 90 deg., pipe SN 8 dia 160, all fittings inclusive, brackets and hangers inclusive

no 2 0,00

267 Supply and fix cast iron pipe dia 50 mm, t=4 mm., all fittings inclusive, fix in bed of mortar 1: 3 and finish

lm 16 0,00

268 Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all fittings inclusive, fix in bed of mortar 1: 3 and finish, bottom flush

no 2 0,00

269 Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all fittings inclusive, fix in bed of mortar 1: 3 and finish, side flush

no 26 0,00

270 Supply and fix cast iron floor trap dia 110/ 50 mm, t=4 mm, all fittings inclusive, fix in bed of mortar 1: 3 and finish, bottom flush, residue filter inclusive

no 26 0,00

271 Supply and fix cast stainless steel linear floor trap(L=2000mm), all fittings inclusive

no 2 0,00

272 Supply and fix wash-hand basin bottle trap, single-bowl type, all fittings and connectors inclusive

no 63 0,00

273 Supply and fix wash-hand basin bottle trap, double-bowl type, all fittings and connectors inclusive

no 1 0,00

274 Supply and fix WC " mono block" -S type, PVC cover , all water and sewage connectors inclusive, sealing and testing

no 10 0,00

275 Supply and fix porcelain wash-hand basins, wall mounted, all water and sewage connectors inclusive, sealing and testing, brackets and hangers inclusive

no 40 0,00

276 Supply and fix porcelain wash-hand basins, standing type, allwater and sewage connectors inclusive, sealing and testing, brackets and hangers inclusive

no 1 0,00

277 Supply and fix grease separator, floor type, all accessories inclusive, sealing and testing

no 7 0,00

278 Supply and fix wall brackets for PVC pipe dia 40 mm, galvanized, rubber gasket inclusive

no 64 0,00

279 Supply and fix wall brackets for PVC pipe dia 50 mm, galvanized, rubber gasket inclusive

no 44 0,00

280 making Trench width 1200mm and depth 1200mm cu 230 0,00

m 281 Sandy Layers under Pipes cu

m 21 0,00

282 Backfilling with Tamping cum

210 0,00

283 Supply and fix PVC reduction 110/ 50 mm, t=3, 2 mm, seals inclusive no 14 0,00 284 Supply and fix PVC reduction 160/ 110 mm, t=4, 7 mm, seals inclusive no 14 0,00 285 Supply and fix PVC inspection 90 degrees 110/ 50 mm, t=3, 2 mm, seals

inclusive no 6 0,00

286 Supply and fix PVC inspection 90 degrees 160/ 110 mm, t=4, 7 mm, seals inclusive

no 8 0,00

287 making manhole 600/600/800 mm no 10 0,00 288 Supply and fix of outside manhole to a depth of 2 lm, with iron cover

inclusive no 2 0,00

289 Disinfection and testing sewage pipe line lm 350 0,00 290 Wall openings blocking 200/200 mm no 40 0,00 291 making and blocking of Strap Footing openings 200/200 mm no 20 0,00 292 Existing sewage pipeline conductivity testing lm 40 0,00

Sub total of C 0,00 D HEATING, VENTILATION & AIR CONDITIONING (HVAC)

D1 Design and approval 293 Design and approval set 1 0,00 D2 Ventilation

D21 Hot Kitchen Extract Air System 294 Extract fan, duct able, with motor out of air stream, incl. flexible

connections, el. board and control; Air flow rate 9000 lm3/h; Ext. pressure 350 Pa

no 1 0,00

295 Transfer grille; Dimensions 600/400 mm no 4 0,00 296 Air ducts of black steel sheets, welded joints, rectangular -straight and

shaped sqm

32 0,00

297 Discharge air grille on façade; Dimensions 1000/400 mm no 1 0,00 D22 Food Proceeding Extract Air System 298 Extract fan, duct able, incl. ON/OFF damper, el. board and

control; Air flow rate 1700 lm3/h; Ext. pressure 250 Pa no 1 0,00

299 Exhaust ventilation grille - adjustable; Dimensions 500/200 mm no 9 0,00 300 Exhaust ventilation grille - adjustable; Dimensions 300/150 mm no 4 0,00 301 Transfer grille; Dimensions 500/100 mm no 3 0,00 302 Discharge air grille on façade; Dimensions 400/200 mm no 1 0,00 303 Air ducts of galvanized steel sheets, rectangular - straight and shaped sq

m 30 0,00

304 Regulating duct damper no 3 0,00 D23 Extract Air System - Storages and WC 304 Extract fan, duct able, incl. ON/OFF damper, el. board and control; Air

flow rate 1400 lm3/h; Ext. pressure 250 Pa no 1 0,00

305 Exhaust ventilation grille - adjustable; Dimensions 300/150 mm no 8 0,00

306 Transfer grille; Dimensions 500/100 mm no 4 0,00 307 Discharge air grille on façade; Dimensions 400/200 mm no 1 0,00

308 Air ducts of galvanized steel sheets, rectangular - straight and shaped sqm

28 0,00

309 Regulating duct damper no 2 0,00 310 Fire damper 200/200 mm no 2 0,00 D24 Supply Air System 311 Air Handling Unit /AHU/, incl. electrical board and control panel,

consisting of: Supply fan; Air flow rate 10000 lm3/h; Ext. pressure 400 Pa; Supply fan; Air flow rate 10000 lm3/h; Electrical air heater; Heating capacity 67 kW; Air intake louvre - adjustable /0-100% fresh air/, including sensor, adjustable control valve and electrical wiring; Air filter class G4;Air flow rate 10000 lm3/h; Ductable silencer; Dimensions 1200/500 mm

set 1 0,00

312 Supply ventilation grille - adjustable; Dimensions 800/200 mm no 12 0,00 313 Supply ventilation grille - adjustable; Dimensions 500/200 mm no 1 0,00 314 Exhaust ventilation grille - adjustable; Dimensions 1200/600 mm no 3 0,00 315 Air ducts of galvanized steel sheets, rectangular - straight and shaped sq

m 192 0,00

316 Regulating duct damper no 4 0,00 317 Rubber sheet insulation for ducts sq

m 200 0,00

D3 Radiator Heating 318 Electrical convection heater with thermostat and fixing elements; Heating

capacity 2000 W no 10 0,00

Sub Total D 0,00 TOTAL A+B+C+D 0,00 GRAND TOTAL Attachment-1: Main switchboard kitchen Attachment-2 Main switchboard

kitchen Attachment-3 Switchboard for lighting Attachment-4 Switchboard for convector type Owens Attachment-5 Switchboard for deep fryers Attachment-6 Switch board for oven Attachment-7 Switchboard for self-service line Attachment-8 Switchboard for food package zone Attachment-9 Switchboard for food preparation, dishwashers Attachment-10 Switchboard for kitchen cold food preparation Attachment-11 Switchboard for refrigerated chambers Attachment-12 switchboard for ventilation

1

UNHCR VENDOR REGISTRATION FORM – (Rev. Feb. 10)

Section 1: Company Details and General Information 1. Name of Company: 2. Street Address: 3. P.O. Box and Mailing Address: Postal Code: City: Country: 4. Tel: 5. Fax: 6. Email: 7. WWW Address: 8. Contact Name and Title: 9. Email: 10. Parent Company (Full legal / officially registered company name): 11. Subsidiaries, Associates - name, city, country (attach a List if necessary): 12. International Offices/Representation (Countries where the Company has local Offices/Representation): 13. Type of Business (Mark one only): Corporate/ Limited: Partnership: Other (specify): 14. Nature of Business: Manufacturer: Authorised Agent: Trader: Consulting Company: Other (specify): 15. Year Established: 16. Number of Full-time Employees: 17. Licence no./State where registered: 18. VAT No./Tax I.D: 19. Technical Documents available in: English French Spanish Russian Arabic Chinese Other (specify) _________________ 20. Working Languages: English French Spanish Russian Arabic Chinese Other (specify) _________________ Section 2: Banking Information

21. Bank Name: 22. Branch Name: 23. Branch Address: 24. Tel. number:

25. Fax number:

26. Bank Account Number: 27. Account Name: 28. Account currency: 29. Swift/Bank Identifier Code (BIC): 30. International Bank Account Number (IBAN): 31. Routing Bank details (if applicable): full details to be provided as per above If multiple bank accounts exist that may be relevant to UNHCR, please provide details for each account.

businessanalysis
Text Box
6-1N-1 UNHCR Supply Manual

2

Section 3: Technical Capability and Information on Goods / Services Offered 32.. Quality Assurance Certification (e.g. ISO 9000 or Equivalent) (please provide a Copy of your latest Certificate): 33. For Goods only, do those offered for supply conform to National/International Quality Standards? Yes No 34. List below up to a maximum of ten (10) of your core Goods/Services offered: Description (one Line for each Item) National/International Quality Standard to which Item conforms Section 4: Experience 35. Annual Value of Total Sales for the last 3 Years: Year ______: USD___________ Year ______: USD___________ Year ______: USD___________ 36. Annual Value of Export Sales for the last 3 Years: Year ______: USD___________ Year ______: USD___________ Year ______: USD___________ 37. If available, please provide a copy of the company's latest annual or audited Financial Report. Please note that the latest audited financial report

may be requested in case of a contract with UNHCR. Do you have outstanding bankruptcy, judgment or pending legal action that could impair operating as a going concern? Yes No

If available, please provide Credit Rating by Dun and Bradstreet or equivalent:

38. Recent Contracts with the UN and/or other International Aid Organizations: Organization: Value: Year: Goods/Services Supplied: Destination: USD ________________________ _ USD ________________________ USD ________________________ USD ________________________ 39. To which Countries has your Company exported and/or managed Projects over the last 3 Years? Section 5: UN Global Compact Initiative 40. Is your company aware of the UN Secretary General’s Global Compact initiative, which can be viewed at http://www.unglobalcompact.org? Yes No If yes, have you signed up to this initiative or are you going to sign up to? Please state:

3

Section 6: Environment 41. Does your Company have a written Statement of its Environmental Policy? (If yes, please attach a Copy) Yes No 42. Write down the name, qualification and contact details of your company’s environmental focal point. Name: ______________________ Qualification: ____________ Telephone: ______________________ Email: _________________ 43. Does your organisation hold any accreditation such as ISO 14001 related to the environment? Yes No If yes, please attach a copy. Section 7: Anti Personnel Mines 44. By signing this VRF, potential vendor warrants and represents that neither it, its parent entities (if any), nor any of its subsidiary or affiliated entities (if any) is engaged in the sale or manufacture, either directly or indirectly, of anti-personnel mines or any components produced primarily for the operation thereof. Please confirm by answering Yes or No below. Yes No Any breach of this clause may lead to the termination of all contracts your Company may have with UNHCR and removal from the approved vendor database. Section 8: Child Labour 45. By signing this VRF, potential vendor warrants and represents that it is not engaged in any practice inconsistent with the Rights set forth in the Convention on the Rights of Child which requires that a child shall be protected from performing any work that is likely to be hazardous or to interfere with the child’s education or to be harmful to the child’s health and physical, mental, spiritual, moral or social development. Do you agree with this? Yes No Any breach of this clause may result in the termination of all contracts your Company may have with UNHCR and removal from the approved vendor database.

Section 9: Official not to benefit

46. By signing this VRF, potential vendors confirm that they have read, understood and will comply with the UNHCR policy on the “zero tolerance” that strictly prohibits the acceptance of any type of gift and/or hospitality by UN staff members participating in the procurement process. Please confirm. Yes No Any breach of this clause may lead to the termination of all contracts your Company may have with UNHCR and removal from the approved vendor database. Section 10: Others 47. Please list any Disputes your Company has been involved in with UN Organizations over the last 3 Years: 48. List any National or International Trade or Professional Organizations of which your Company is a Member. 49. Is your company already registered with the United Nations Global Marketplace (UNGM)? If so, please provide registration number.

50. Certification: I, the undersigned, hereby accept the UNHCR General Conditions, a copy of which has been provided to me, and warrant that the information

provided in this form is correct and, in the event of changes, details will be provided as soon as possible: 51. Self Declaration: I, the undersigned, declare that: (a) Our company is not involved in any fraudulent or corrupt activities and has not been in the past, and is not currently under any investigation for

any such activities which would render our company unsuitable for business dealing with UNHCR. (b) Our company is not on, or associated with a company or individual, groups, undertakings and entities that are on the consolidated list

established and maintained by the committee established by the UN Resolution No. 1267 (www.un.org/sc/committees/1267/consolist.html). (c) Our company is not on, or associated with a company or individual that are subject to the list of Independent Inquiry Committee into United

Nations Oil-for-food programme (www.iic-offp.org). (d) Our company is not currently removed, invalidated or suspended by any other UN Headquarters, or Field Offices or any other UN Agencies

(including the World Bank) Name: Functional Title: Signature: Date:

4

Please mail completed form to*: United Nations High Commissioner for Refugees

Procurement Management & Contracting Service HQSF00 Head, Procurement Management & Contracting Service

Ipoly utca 5a/b/c 1133 Budapest

Hungary

*Registration form to be returned to the relevant UNHCR Office

Companies that are registered with UNHCR and that have no purchase history over three years shall be inactivated. UNHCR may require new registration documentation from suppliers in case new business opportunity appears.

INSTRUCTIONS FOR COMPLETION The form should be typewritten in uppercase and completed clearly and accurately ensuring that all questions are answered. The numbers below correspond to item numbers on the registration form: Section 1:

1. Full name of company.

2. Full street address.

3. Full mailing address (including P.O. Box, if any).

4. Telephone number, including correct country and area codes.

5. Fax number, including country and area codes.

6. Email address.

7. WWW Address.

8. Provide name of person (including title) or department to whom correspondence should be addressed.

9. Provide email address of contact person.

10. Full legal name of parent company, if any.

11. Please provide, on a separate sheet if necessary, names and addresses of all subsidiaries & associates if any.

12. Please provide countries where the company has local offices or representation.

13. Please tick one box. If other; please specify.

14. Please tick one box. If other; please specify. If the company is a manufacturer of some products and a trader/agent of others which they do not manufacture, both boxes should be ticked.

15. Indicate the year in which the organization was established under the name shown in Item 1.

16. Indicate the total number of full-time personnel in the company.

17. Provide the license number under which the company is registered, or the State where it is registered.

18. Provide the VAT number or Tax I.D. of the company.

19. Please tick the boxes for which languages the company is able to provide technical documents. Please specify other languages.

20. Please tick the boxes for which languages the company is able to work in. Please specify other languages.

Section 2:

21. Full name of bank.

22. Name of branch.

23. Address where branch is located.

24. Telephone number, including correct country and area codes.

25. Fax number, including country and area codes.

26. Number of the company account.

27. Name in which the account is held (important: this should be the company name).

28. Currency of the account.

5

29. Swift code for the account.

30. International Bank Account Number (IBAN).

31. Should a routing be required for international payments, please provide full details of intermediate bank(s).

Section 3:

32. List any Quality Assurance Certificates (e.g. ISO 9000 series) that have been issued to your company and provide a copy of the latest certificates.

33. Indicate whether the company's products conform to national/international standards. If yes please attach copies of the certificates.

34. Please list up to 10 of the core goods/services offered. For each item, list the National/International Quality Standard to which it conforms.

Section 4:

35. Provide the total annual sales for the organization for the last 3 financial years in USD.

36. Provide the total export sales for the organization for the last 3 financial years in USD. 37. Please provide a copy of your most recent annual report or audited financial report. Please tick ‘yes’ or ‘no’ to reflect whether your company has

any outstanding bankruptcy, judgment or pending legal action that could impair operating as a going concern? If available, provide a rating by Dun and Bradstreet or equivalent (specify which).

38. Enter the name(s) of UN organizations which your company has dealt with recently. Provide the value and the year of the contract, the goods/services supplied and the country of destination of each contract. If you have had more than 5 of such contracts, please attach a separate sheet indicating the others. Documentary evidence of such contracts may be required, e.g. copies of purchase orders. Organizations in the UN system are: UN; UNCTAD; UNEP; UNCHS(Habitat); UNICEF; UNDP; WFP; UNHCR; UNRWA; UNFPA; UNOPS; UNU; ILO; FAO; UNESCO; ICAO; WHO; WB; IMF; UPU; ITU; WMO; IMO; WTO; WIPO; IAPSO; IFAD; UNIDO; IAEA; ITC; ECA; ECE; ECLAC; ESCAP; ESCWA.

39. List export markets, in particular, all developing countries to which your company has exported over the last 3 years.

Section 5:

40. Please confirm if your company is aware of the UN Global Compact Initiatives – ten universally accepted principles of Human Rights, Labour, Environment and Anti-Corruption – by marking Yes or No. Also, please state if you have signed up to this initiative or you intend to do so.

Section 5:

41. The Earth Summit, held in Rio de Janeiro in 1992, emphasised the necessity to protect and renew the earth's limited resources. Agenda 21 was adopted by 178 governments and lays an emphasis for the UN to exercise leadership, i.e. towards promoting environmental sensitive procurement policies for goods and services. Please indicate whether your company has a written statement of its Environmental Policy and, if so, please provide a copy.

42. Provide the name, qualification and contact details (e-mail and telephone) of your environmental focal point.

43. Please indicate if your organisation holds any accreditation such as ISO 14001 related to the environment. If so, please enclose copies of such certification.

Section 7:

44. UNHCR expects all suppliers with whom it does business with to obey with the non-engagement in the sale or manufacture of anti-personnel mines or components utilized in the manufacture of anti-personnel mines. Please mark yes if you are in agreement and no if otherwise.

Section 8:

45. UNHCR expects all suppliers with whom it does business with to obey with the non-engagement in any practice inconsistent with the rights set forth in the Convention on the Rights of the Child, the International Labour Organization (ILO) Minimum Age Convention or the Prohibition and Immediate Elimination of the Worst Forms of Child Labour Convention. Please mark yes if you are in agreement and no if otherwise.

Section 9:

46. Official benefits: UNHCR adopted “zero tolerance” policy that strictly prohibits the acceptance of any type of gift and/or hospitality by UN staff members participating in the procurement process. Please confirm your acceptance by answering Yes or No if otherwise.

Section 10:

47. List all disputes with UN organizations which your organization has been involved in over the last 3 years. If more space is required, please use a separate sheet.

48. Provide details of all national and international trade or professional organizations to which your company belongs.

49. UNHCR accepts UNGM-registered companies into its database, subject to submitting a hardcopy of a complete set of vendor registration form with necessary attachments. The registration number provided by UNGM should be given.

6

50. Please read carefully the enclosed UNHCR General Term and Conditions, as signing of the form signifies acceptance. The form should be signed by the person completing it and their name and title should be typed, along with the date.

51. Please sign a self declaration stating that:

(a) Your company is not involved in any fraudulent and corrupt activities and has not been in the past, and is not currently under any investigation for such activities which would render your company unsuitable for business dealing with UNHCR.

(b) Your company is not on, or associated with a company or individual, groups, undertakings and entities that are on the consolidated list established and maintained by the committee established by the UN Resolution No. 1267 (www.un.org/sc/committees/1267/consolist.html)

(c) Your company is not on, or associated with a company or individual that are subject to the list of Independent Inquiry Committee into United Nations Oil-for-food programme (www.iic-offp.org)

(d) Your company is not currently removed, invalidated or suspended by the UN Headquarters or any of its field offices or any other UN agency Headquarters or any of their field offices.

Rev Oct 2000 1

General Conditions of Contract for Civil Works (October 2000 version)

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

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

Rev Oct 2000 2

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

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 UNHCR

68. Termination by the UNHCR

69. Termination by the Contractor

70. Rights and Remedies of the UNHCR

71. Settlement of Disputes

72. Privileges and Immunities

Appendix I: Formats of Performance Security

Performance Bank Guarantee

Performance Bond

1. DEFINITIONS

Rev Oct 2000 3

For the purpose of the Contract Documents the words and expressions below shall have the

following meanings:

a) "Employer" means the United Nations High Commissioner for Refugees (UNHCR).

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 UNHCR 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.

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

Rev Oct 2000 4

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.

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.

Rev Oct 2000 5

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

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

Rev Oct 2000 6

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.

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 UNHCR or the United Nations

Rev Oct 2000 7

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

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

Rev Oct 2000 8

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

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.

Rev Oct 2000 9

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

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

Rev Oct 2000 10

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 UNHCR 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

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

Rev Oct 2000 11

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

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

Rev Oct 2000 12

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

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

Rev Oct 2000 13

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.

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.

Rev Oct 2000 14

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

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

Rev Oct 2000 15

liabilities of every kind for breach of any such Statutes, Ordinances, Laws, Regulations, By-

laws 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 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

Rev Oct 2000 16

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

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.

Rev Oct 2000 17

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

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.

Rev Oct 2000 18

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

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

Rev Oct 2000 19

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.

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

Rev Oct 2000 20

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.

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.

Rev Oct 2000 21

43 EXTENSION OF TIME FOR COMPLETION

If, subject to the provisions of the Contract, the Engineer orders alterations or additions in the

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

Rev Oct 2000 22

not relieve the Contractor from his obligation to complete the Works or from any other of his

obligations and liabilities under the Contract.

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;

Rev Oct 2000 23

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.

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

Rev Oct 2000 24

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

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 outstaʫʨnding 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 poʯwer 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.

Rev Oct 2000 25

4 Valuation of Variations

The Engineer shall estimate to the Employer the amount to be added or deducted from the

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

Rev Oct 2000 26

when returned to the Employer, shall be in the same condition as when delivered to the

Contractor, subject to normal wear and tear.

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

Rev Oct 2000 27

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

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

Rev Oct 2000 28

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

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

Rev Oct 2000 29

Engineer shall as soon after the occurrence of any such emergency as may be reasonably

practicable notify the Contractor thereof in writing.

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

Rev Oct 2000 30

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

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.

Rev Oct 2000 31

63 NOTICES

1 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.

2 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.

3 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.

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 UNHCR any

records or information, oral or written, which the UNHCR may reasonably request in respect

of the Works or the Contractor's performance thereof.

The Contractor shall allow the UNHCR or its authorized agents to inspect and audit such

records or information upon reasonable notice.

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.

Rev Oct 2000 32

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 UNHCR 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 UNHCR 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 UNHCR 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 UNHCR of the occurrence

of the force majeure submit a statement to the UNHCR of estimated costs referred to in sub-

paragraph (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

UNHCR 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 UNHCR may consider the Contractor

permanently unable to perform in case of any suspension period of more than ninety (90)

days.

67 SUSPENSION BY THE UNHCR

The UNHCR 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 UNHCR' sole discretion:

(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.

Rev Oct 2000 33

After suspension under sub-paragraph (a) above, the Contractor shall be entitled to

reimbursement by the UNHCR 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 UNHCR 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 UNHCR

The UNHCR may, notwithstanding any suspension under Clause 67 above, terminate this

Contract for cause or convenience in the interest of the UNHCR 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 UNHCR 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 UNHCR detailing the

nature and the circumstances of the breach or other situation. Upon acknowledgement in

writing by the UNHCR of the existence of such breach and the UNHCR' inability to remedy

it, or upon failure of the UNHCR 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 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.

Rev Oct 2000 34

70 RIGHTS AND REMEDIES OF THE UNHCR

Nothing in or relating to this Contract shall be deemed to prejudice or constitute a waiver of

any other rights or remedies of the UNHCR.

The UNHCR 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

rendered in accordance with such arbitration as the final adjudication of any such controversy

or claim.

72 PRIVILEGES AND IMMUNITIES

Rev Oct 2000 35

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 UNHCR is an integral part.

APPENDIX I: FORMATS OF PERFORMANCE SECURITY

Rev Oct 2000 36

To:.................................................

[INSERT FULL NAME AND ADDRESS OF RR or BUREAU/DIVISION

DIRECTOR AT UNHCR]

WHEREAS.............................................................................................[INSERT NAME AND

ADDRESS OF THE CONTRACTOR] (hereinafter called "the Contractor") has undertaken, in

pursuance of Contract No........., dated................, to

execute...........................................................................[INSERT TITLE OF CONTRACT AND

BRIEF DESCRIPTION OF WORKS], (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 irrevocably affirm that we are the Guarantor and responsible to

you, on behalf of the Contractor, up to a total of...........................................[INSERT AMOUNT

OF GUARANTEE IN FIGURES AND IN WORDS], 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 .............................................[INSERT AMOUNT OF GUARANTEE] as aforesaid without

your needing to prove or to show grounds or reasons for your demand for the sum specified

therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before

presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract

or of the Works to be performed thereunder or of any of the Contract Documents which may be

made between you and the Contractor shall in any way release us from any liability under this

guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until twenty eight calendar days after issuance of the Certificate of

Final Completion.

SIGNATURE AND SEAL OF THE GUARANTOR

............................................................ ..................................................................

NAME OF BANK ..................................................................

ADDRESS ..................................................................

DATE ................................................................

PERFORMACE BANK GUARANTEE

Rev Oct 2000 37

PERFORMANCE BOND

By this Bond ...................................................................................................[INSERT NAME

AND ADDRESS OF THE CONTRACTOR] as Principal (hereinafter called "the Contractor")

and ................................................[INSERT

NAME, LEGAL TITLE AND ADDRESS OF SURETY, BONDING COMPANY OR

INSURANCE COMPANY] as Surety (hereinafter called "the Surety") are held and firmly bound

unto .....................................................[INSERT NAME AND ADDRESS OF EMPLOYER] as

Obligee (hereinafter called "the Employer") in the amount of.

........................................................[INSERT AMOUNT OF BOND IN FIGURES AND IN

WORDS], for the payment of which sum well and truly to be made in the types and proportions

of currencies in which the Contract Price is payable, the Contractor and the Surety bind

themselves, their heirs, executors, administrators, successors and assigns, jointly and severally,

firmly by these presents.

WHEREAS the Contractor has entered into a contract with the Employer dated for

................................................... [INSERT TITLE OF CONTRACT AND BRIEF

DESCRIPTION OF THE WORKS] in accordance with the documents, plans, specifications and

amendments thereto, which to the extent herein provided for, are by reference made part hereof

and are hereinafter referred to as the Contract.

NOW, THEREFORE, the Condition of this Obligation is such that, if the Contractor shall

promptly and faithfully perform the said Contract (including any amendments thereto) then this

obligation shall be null and void; otherwise it shall remain in full force and effect. Whenever the

Contractor shall be , and declared by the Employer to be, in default under the Contract, the

Employer having performed the Employer's obligations thereunder, the Surety may promptly

remedy the default, or shall promptly:

(1) complete the Contract in accordance with its terms and conditions; or

(2) obtain a bid or bids from qualified Bidders for submission to the Employer for completing the

Contract in accordance with its terms and conditions, and upon determination by the Employer

and the Surety of the lowest responsible Bidder, arrange for a Contract between such Bidder and

Employer and make available as work progresses (even though there should be a default or a

succession of defaults under the Contract or Contracts of completion arranged under this

paragraph) sufficient funds to pay the cost of completion less the Balance of the Contract Price;

but not exceeding, including other costs and damages for which the Surety may be liable

hereunder, the amount set forth in the first paragraph hereof. The term " Balance of the Contract

Price", as used in this paragraph, shall mean the total amount payable by Employer to Contractor

under the Contract, less the amount properly paid by Employer to Contractor; or

(3) pay the Employer the amount required by Employer to complete the Contract in accordance

with its terms and conditions up to a total not exceeding the amount of this Bond.

Rev Oct 2000 38

The Surety shall not be liable for a greater sum than the specified penalty of this Bond.

No right of action shall accrue on this Bond to or for the use of any person or corporation other

than the Employer named herein or the heirs, executors, administrators, successors and assigns of

the Employer.

In testimony whereof, the Contractor has hereunto set his hand and affixed his seal, and the

Surety has caused these presents to be sealed with his corporate seal duly attested by the

signature of his legal representative, this.........day of..................2006

SIGNED ON: SIGNED ON:

ON BEHALF OF: ON BEHALF OF:

NAME &TITLE: NAME &TITLE:

UN Supplier Code of Conduct Rev.04 – January 2011

Page 1

UN SUPPLIER CODE OF CONDUCT UN Charter: The values enshrined in the United Nations (UN) Charter, respect for fundamental human rights, social justice and human dignity, and respect for the equal rights of men and women, serve as the overarching goals that suppliers to the UN are expected to achieve. Global Compact: At the World Economic Forum, Davos, on 31 January 1999, the UN Secretary-General challenged world business leaders to "embrace and enact" the Global Compact, both in their individual corporate practices and by supporting appropriate public policies. The Global Compact’s operational phase was launched at UN Headquarters in New York on 26 July 2000. During the first Global Compact Leaders Summit, held on 24 June 2004 at UN Headquarters in New York, the Secretary-General announced the addition of a tenth principle against corruption. The Global Compact is a voluntary international corporate citizenship network initiated to support the participation of both the private sector and other social actors to advance responsible corporate citizenship and universal social and environmental principles to meet the challenges of globalization. The United Nations strongly encourages all suppliers to actively participate in the Global Compact. And to that end, this Code has been developed with recognition of the importance of the ten principles of the UN Global Compact, and is viewed as an important means of integrating the Compact’s principles into the operations of the UN. The Code addresses the issues included in the Compact in the areas of human rights, labour, environment and anti-corruption and interpretation of the Code should be undertaken in a manner consistent with the Global Compact. Suppliers interested in supporting the Global Compact and for more information on the ten principles, can visit the Global Compact website at www.unglobalcompact.org. International Labor Organization (ILO) Core Labor Conventions: The Labour Conventions as established by the tripartite UN affiliated agency, the ILO, have served as the foundation on which much of this Code of Conduct is based. It is the UN’s expectation that any supplier providing products or services to the UN, will adhere to the spirit of its Charter, and the core principles of the ILO Conventions. The full text of the ILO Conventions can be accessed by accessing the ILO electronic database1. Continuous Improvement: The provisions as set forth in this Code of Conduct provide the minimum standards expected of suppliers to the UN. It is the expectation of the UN that suppliers adhere to all laws, rules and regulations, and strive to exceed both international and industry best practices. The UN recognizes that reaching the standards established in this Code of Conduct is a dynamic rather than static process and encourages suppliers to continually improve their workplace conditions. Monitoring and Evaluation: The UN may conduct on-site evaluations and inspections of its supplier’s facilities and those of their subcontractors to review their progress towards these principles. It is the expectation of the UN that suppliers, at a minimum, have established clear goals toward meeting the standards set forth in this Code of Conduct. The UN may monitor that milestones have been set and management systems have been put in place to ensure that the principles set out in this Code of Conduct have been met and failure to do so may impact the future ability of a supplier to do business with the UN. Notwithstanding the aspirational character of the principles contained in this Code of Conduct, UN Suppliers must understand that if they are awarded a contract with the United Nations, the United Nations General Conditions of Contract are an essential part of UN contracts and, therefore, legally enforceable against UN contractors.

1 www.ilo.org/ilolex/english/convdisp2.htm.

UN Supplier Code of Conduct Rev.04 – January 2011

Page 2

1. Supplier Relationships: The provisions of this Code of Conduct set forth the expectations of all suppliers with whom the UN does business. The UN expects that these principles apply to suppliers, parent entities and subsidiary or affiliate entities, as well as all others with whom they do business including employees, subcontractors and other third-parties. The UN expects that suppliers ensure that this Code of Conduct is communicated to the employees and subcontractors of all suppliers, and that it is done in the local language and in a manner that is understood by all.

2. Promoting the Principles of this Code of Conduct: The UN expects that its suppliers will

establish and maintain appropriate management systems whose scope is related to the content of this Code of Conduct, and that they actively review, monitor and modify their management processes and business operations to ensure they align with the principles set forth in this Code of Conduct. All principles contained in this Code of Conduct are of equal importance independently of their order of appearance. Supplier participants in the Global Compact are strongly encouraged to operationalize its principles and to annually communicate their progress to stakeholders.

3. Subcontracting: The UN expects that its suppliers encourage and work with their own suppliers

and subcontractors to ensure that they also strive to meet the principles of this Code of Conduct or equivalent set of principles.

Labour: 4. Freedom of Association and Collective Bargaining: The UN expects its suppliers to recognize

and respect the rights of employees to freely associate, organize and bargain collectively in accordance with the laws of the countries in which they are employed, as well as core ILO conventions Freedom of Association and Protection of the Right to Organise Convention, (C 87, 1948) and Right to Organise and Collective Bargaining Convention, (C.98-1949). The UN recognizes the importance of open communication and direct engagement between workers and management and suppliers are to respect the rights of workers to associate freely and communicate openly with management regarding working conditions without fear of harassment, intimidation, penalty, interference or reprisal.

5. Forced Labor: The UN expects its suppliers to prohibit any use of forced, bonded or indentured

labor or involuntary prison labor, and embrace employment practices consistent with ILO conventions pertaining to forced labor: Forced Labour Convention, (c.29-1930) and Abolition of Forced Labour Convention, (C.105-1957). All work, including overtime work, will be voluntary and workers should be free to leave upon reasonable notice. Suppliers should also not mandate that workers hand over government-issued identification; passports or work permits as a condition of employment.

6. Child Labor: The UN expects its suppliers, at a minimum, not to engage in any practice inconsistent

with the rights set forth in the Convention on the Rights of the Child, the ILO Minimum Age Convention (C.138-1973) or the Prohibition and Immediate Elimination of the Worst Forms of Child Labor Convention (C. 182-1999). The minimum admission to employment or work shall not be less than the age of completion of compulsory schooling, normally not less than 15 years or 14 where the local law of the country permits, deferring to the greatest age. Additionally, all young workers must be protected from performing any work that is likely to be hazardous or to interfere with the child’s education or that may be harmful to the child’s health, physical, mental, social, spiritual or moral development. All suppliers should also adhere to legitimate workplace apprenticeship programs and comply with all laws and regulations governing child labor and apprenticeship programs.

7. Discrimination: The UN does not tolerate any form of discrimination in hiring and employment

practices on the ground or race, color, religion, gender, sexual orientation, age, physical ability, health condition, political opinion, nationality, social or ethnic origin, union membership or marital status.

UN Supplier Code of Conduct Rev.04 – January 2011

Page 3

Consistent with the principles espoused in ILO Conventions on Discrimination (Discrimination (Employment and Occupation) Convention, C.111-1958) and Equal Remuneration (Equal Remuneration Convention, C. 100-1951), the UN also discourages discrimination regarding access to training, promotion, and rewards.

8. Working Hours: The UN expects its suppliers to comply with all applicable working hour

requirements as established by local law, and should never exceed 60 hours per week, including overtime, except in emergency or unusual situations. Suppliers must ensure that all overtime work is voluntary and compensated at the prevailing overtime rates. Suppliers are encouraged to ensure that workers are provided with one day off in every seven-day week.

9. Compensation: The UN expects its suppliers to comply, at a minimum, with all wage and hour laws

and regulations, including those pertaining to minimum wages, overtime wages, piece rates, other elements of compensation and to provide legally mandated benefits

Human Rights: 10. Human Rights: The UN expects its suppliers to support and respect the protection of

internationally proclaimed human rights and to ensure that they are not complicit in human rights abuses.

11. Harassment, Harsh or Inhumane Treatment: The UN expects its suppliers to create and

maintain an environment that treats all employees with dignity and respect and will not use any threats of violence, sexual exploitation or abuse, verbal or psychological harassment or abuse. No harsh or inhumane treatment coercion or corporal punishment of any kind is tolerated, nor is there to be the threat of any such treatment.

12. Health and Safety: The UN expects its suppliers to follow all relevant legislation, regulations and

directives in country in which they operate to ensure a safe and healthy workplace or any other location where production or work is undertaken. At a minimum, suppliers should strive to implement recognized management systems and guidelines such as the ILO Guidelines on Occupational Safety and Health (ILO-OSH-2001) which can be found at ILO's website2 and ensure at a minimum, reasonable access to potable water and sanitary facilities; fire safety; emergency preparedness and response; industrial hygiene; adequate lighting and ventilation; occupational injury and illness and machine safeguarding. Suppliers will also ensure these same standards apply to any dormitory or canteen facilities.

13. Mines: We expect UN suppliers to strive not to engage in the sale or manufacture of anti-personnel mines or components utilized in the manufacture of anti-personnel mines.

Environment: 14. Environmental: The UN expects its suppliers to have an effective environmental policy and to

comply with existing legislation and regulations regarding the protection of the environment. Suppliers should wherever possible support a precautionary approach to environmental matters, undertake initiatives to promote greater environmental responsibility and encourage the diffusion of environmentally friendly technologies implementing sound life-cycle practices.

2 www.ilo.org/public/english/protection/safework/managmnt/guide.htm

UN Supplier Code of Conduct Rev.04 – January 2011

Page 4

15. Chemical and Hazardous Materials: Chemical and other materials posing a hazard if released to the environment are to be identified and managed to ensure their safe handling, movement, storage, recycling or reuse and disposal.

16. Wastewater and Solid Waste: Wastewater and solid waste generated from operations, industrial

processes and sanitation facilities are to be monitored, controlled and treated as required prior to discharge or disposal.

17. Air Emissions: Air emissions of volatile organic chemicals, aerosols, corrosives, particulates, ozone

depleting chemicals and combustion by-products generated from operations are to be characterized, monitored, controlled and treated as required prior to discharge.

18. Minimize Waste, Maximize Recycling: Waste of all types, including water and energy, are to be

reduced or eliminated at the source or by practices such as modifying production, maintenance and facility processes, materials substitution, conservation, recycling and re-using materials.

Bribery & Corruption: 19. Corruption: The UN expects UN suppliers to adhere to the highest standard of moral and ethical

conduct, to respect local laws and not engage in any form of corrupt practices, including extortion, fraud, or bribery, at a minimum.

20. Conflict of Interest: UN suppliers are expected to disclose to the UN any situation that may appear

as a conflict of interest, and disclose to the UN if any UN official or professional under contract with the UN may have an interest of any kind in the supplier's business or any kind of economic ties with the supplier.

21. Gifts and Hospitality: The UN has a “zero tolerance” policy and does not accept any type of gift or

any offer of hospitality. The UN will not accept any invitations to sporting or cultural events, offers of holidays or other recreational trips, transportation, or invitations to lunches or dinners. The UN expects UN suppliers not to offer any benefit such as free goods or services or a work position or sales opportunity to a UN staff member in order to facilitate the suppliers business with the UN.

22. Post employment restrictions: Post-employment restrictions apply to UN former staff members

and to staff in service who participated in the procurement process, as well as to UN suppliers. For a period of one year following separation from service, former staff members are prohibited from seeking or accepting employment, from a UN supplier. Staff members in service must also refrain from accepting any future employment from a UN supplier, with whom they have been involved with. In case of violations of these provisions, UN Suppliers may be subject to having their registration as a qualified supplier with the United Nations barred, suspended or terminated.

We encourage UN suppliers to communicate to us any actions taken to improve its business practices and to send us suggestions about how can the UN best contribute to the implementation of the principles set out in this Code of Conduct. Contacts: Any questions related to this Code of Conduct can be addressed to the Director, Procurement Division.

CONSTRUCTION SERVICES CONTRACT

PREAMBLE This CONTRACT is made between the OFFICE OF THE UNITED NATIONS HIGH COMMISSIONER FOR REFUGEES with its headquarters at 94 Rue Montbrillant, 1202 Geneva, Switzerland (hereinafter referred to as “UNHCR”) and [INSERT NAME OF CONSTRUCTION/BUIGLDING COMPANY] with its registered seat at [INSERT REGISTERED POSTAL ADDRESS where notices can be served with acknowledgment of receipt] duly incorporated under the laws of [insert country] (hereinafter referred to as the “CONTRACTOR”). WHEREAS UNHCR wishes to engage the services of the CONTRACTOR in order to construct [briefly describe nature of construction – e.g. perimeter wall, house, shed…] for [insert purpose/beneficiary] in [insert place/location] (hereinafter referred to as the “WORKS”), under the terms and conditions hereafter set forth; and WHEREAS the CONTRACTOR is ready and willing to accept this engagement of service with UNHCR on the said terms and conditions set forth herein. NOW, THEREFORE, UNHCR and the CONTRACTOR (hereinafter jointly referred to as “the Parties”) agree as follows: 1. OBJECTIVE OF THE CONTRACT 1.1 The CONTRACTOR shall construct [briefly describe nature of construction] at the sites and addresses listed in Annex A in accordance with the “cost estimate” (Annex B) and the “technical specifications and the layout of the house” (Annex C) (“the WORKS”). 1.2. The CONTRACTOR agrees to all stipulated terms and conditions as outlined in this Contract and attached annexes. Specifically, the Contractor:

o Guarantees good performance of the WORKS to be provided;

o Guarantees the quality of the WORKS foreseen under this Contract in accordance with the highest industrial and professional standards;

o Guarantees the WORKS will be performed in the prescribed manner as specified in the

architectural working drawings and the technical specifications for the constructions;

1

o Guarantees to perform all other obligations, and assumes all liabilities;

o Accepts the Contract Price as defined under clause 12.1 of this Contract as full and final compensation upon timely, successful completion and satisfactory performance of the WORKS under this Contract;

o Accepts that UNHCR will not accept liability for any increase in costs and that any

additional costs and charges, whether foreseen or unforeseen, will be for the account of the CONTRACTOR.

1.3 The CONTRACTOR undertakes to provide, at its own expense, all personnel, equipment, supplies, materials, tools, transportation and other facilities required for the performance and completion of the WORKS. 1.4 The CONTRACTOR and its Personnel (as defined below) shall perform the WORKS with the necessary care and diligence, and in accordance with the highest professional standards. 1.5 The CONTRACTOR acknowledges that (i) UNHCR shall have no obligation to provide any assistance to the CONTRACTOR in performing the WORKS other than as expressly set forth herein and that (ii) UNHCR makes no representations as to the availability of any facilities or equipment which may be helpful or useful for performing the WORKS. 1.6 UNHCR reserves the right at any time, including during the term of this Contract, to enter into any agreements or arrangements with any other entities or persons for performance of all or any part of the WORKS. UNHCR shall incur no liability to the CONTRACTOR by virtue of its entry into any such agreements or arrangements. 1.7 All technical enquiries or clarifications to UNHCR shall be made by the CONTRACTOR only and not by any sub-contractors or other parties. 2. AUTHORISED SIGNATORIES The Parties agree that signatories to this Contract have been authorized to sign on behalf of their respective Parties. 3. ANNEXES AND ATTACHMENTS 3.1 This document, together with the Annexes hereto and the other named documents referred to below, all of which are incorporated herein by reference, constitute the entire Contract (the “Contract”) between UNHCR and the CONTRACTOR: Annex A: Location of the site and address where the works are to be undertaken; Annex B: Cost estimate including Bill of Quantities; Annex C: Technical specifications and complete set of architectural drawings; Annex D: Work plan; Annex E: The UNHCR General Conditions of Contract for Civil Works (October

2000 version); Annex F: UNHCR [Quotation Request] [Insert no.] dated [insert date]; Annex G: CONTRACTOR proposal dated [insert date] and received by UNHCR on

[insert date].

2

3.2 The documents comprising the Contract are complementary of one another, but in case of ambiguities, discrepancies or inconsistencies among them, the following order of priority shall apply: (a) this document; (b) Annex E; (c) Annex C; (d) Annex B; (d) Annex A; (e) Annex D; (f) Annex F; and (g) Annex G. 3.3 This Contract embodies the entire agreement of the Parties with regard to the subject matter hereof and supersedes all prior representations, agreements, contracts and proposals, whether written or oral, by and between the Parties on this subject. No promises, understandings, obligations or agreements, oral or otherwise, relating to the subject matter hereof exist between the Parties except as herein expressly set forth. 3.4 Any document or receipt issued in connection with this Contract shall be consistent with the terms and conditions of this Contract and, in case of any inconsistency, the terms and conditions of this Contract shall prevail. 4. CONTRACT TERM This Contract shall take effect on the date both Parties have signed this Contract, or if the Parties have signed it on different dates, the date of the latest signature (the “Effective Date”). This Contract shall remain in effect for a period of [insert duration of expected works +12 months (i.e. works + defects liability period)] from the Effective Date, unless earlier terminated in accordance with the terms of this Contract. 5. CONTRACTOR’S PERSONNEL 5.1 The CONTRACTOR shall supervise and be fully responsible and liable for all work and services performed by its personnel, employees, officials, agents, servants, representatives and sub-contractors (or any of those sub-contractors’ personnel, employees, officials, agents, servants and representatives) (“Personnel”) and for their compliance with the terms and conditions of this Contract. The CONTRACTOR shall ensure that all Personnel performing work or services under this Contract are qualified, reliable, competent, properly trained, and conform to the highest standards of moral and ethical conduct. 5.2 The CONTRACTOR shall be fully responsible and liable for, and UNHCR shall not be liable for (i) any action, omission, negligence or misconduct of the Contractor or its Personnel, (ii) any insurance coverage which may be necessary or desirable for the purpose of this Contract, or (iii) any costs, expenses, or claims associated with any illness, injury, death or disability of the CONTRACTOR's Personnel. The obligations under this Article 5.2 do not lapse upon expiration or termination of this Contract. 5.3 All contracts for the CONTRACTOR’s Personnel shall provide that: (i) UNHCR is not liable to any such Personnel under any such contract or for any reason and (ii) the term of such contract is subject to termination in the event of expiration or termination of this Contract. UNHCR reserves the right to review all such contracts upon request. 6. NON-LIABILITY OF UNHCR 3

UNHCR shall not be liable to indemnify any third party in respect of any claim, debt, damage or demand arising out of the performance of services under this Contract and which may be made against the CONTRACTOR. 7. WARRANTY AND LIABILITY OF THE CONTRACTOR The CONTRACTOR shall be liable to any costs incurred in excess of the agreed Contract Price. The CONTRACTOR shall be liable for settlement of any commitment or contractual obligations entered into by it in connection with the provision of services hereunder. 8. EVALUATION, INSPECTION AND AUDIT 8.1 UNHCR reserves the right to review all Services performed by the CONTRACTOR under this Contract, to the extent practicable, at all reasonable places and times during the term of this Contract. UNHCR shall perform such review in a manner that will not unduly hinder the performance of the WORKS by the CONTRACTOR. The CONTRACTOR shall cooperate with all such reviews by UNHCR, at no cost or expense to UNHCR. 8.2 If any WORKS performed by the CONTRACTOR do not conform to the requirements of this Contract, without prejudice to and in addition to any of UNHCR’s other rights and remedies under this Contract or otherwise, UNHCR shall have the following options, to be exercised in its sole discretion: (a) If UNHCR determines that the improper performance can be remedied by way of re

performance or other corrective measures by the Contractor, UNHCR may request the CONTRACTOR in writing to take, and the CONTRACTOR shall take, at no cost or expense to UNHCR, the measures necessary to re perform or take other appropriate actions to remedy the improperly performed WORKS within 7 days of receipt of the written request from UNHCR or within such shorter period as UNHCR may have specified in the written request if emergency conditions so require, as determined by UNHCR in its sole discretion.

(b) If the CONTRACTOR does not promptly take corrective measures or if UNHCR

reasonably determines that the CONTRACTOR is unable to remedy the improper performance in a timely manner, UNHCR may obtain the assistance of other entities or persons and have corrective measures taken at the cost and expense of the CONTRACTOR. In addition, in the event of UNHCR’s obtaining the assistance of other entities or persons, the CONTRACTOR shall cooperate with UNHCR and such entity or person in the orderly transfer of any WORKS already completed by the CONTRACTOR, and such other entity or person will be authorised to use any materials, equipment and property of the CONTRACTOR on the ground.

(c) If UNHCR, in its sole discretion, determines that the improper performance cannot be

remedied by re-performance or other corrective measures by the Contractor, UNHCR may terminate the Contract without prejudice to and in addition to any of its other rights and remedies under this Contract or otherwise.

9. COMMENCEMENT OF WORKS AND IMPLEMENTATION PERIOD

The CONTRACTOR shall commence the WORKS as set forth in this Contract [within (XXXX) calendar days from the Effective Date] OR [immediately after signing this Contract] and shall

4

perform and complete the WORKS within [insert expected duration of construction works] calendar months. 10. INSURANCE The CONTRACTOR undertakes to take out insurance as described in Annex E hereto, particularly in Clause 21 to 25 (inclusive) thereof. 11. TAXATION [Note: COMPLETE AND AMEND AS PER LOCAL TAX EXEMPTION ARRANGEMENT] [The CONTRACTOR will not be exempted from taxation by virtue of this Service Contract and is solely responsible for taxes levied on the monies received under this Service Contract.] OR: [UNHCR undertakes no liability for taxes, duty or other contribution payable by the Contractor or payments made under this Contract. However, in the context of the [insert country where works are to be performed and country where Contractor’s registered address is located], if the Contractor is unable to obtain VAT exemption for goods/services provided to UNHCR, then UNHCR shall, upon request, authorize payment of VAT in accordance with Article 56.1 of Annex E. In that event, the Contractor shall provide UNHCR with written evidence that the VAT has been paid, so that UNHCR can obtain reimbursement from the Government of the VAT amount.] 12. CONTRACT PRICE 12.1 In full consideration for the complete, satisfactory and timely performance by the Contractor of all its obligations under this Contract, UNHCR will pay the Contractor a fee not to exceed [insert currency and total maximum amount] (the “Contract Price”), payable in eight (8) instalments as per paragraph 12.4 below. Subject to the separate application of VAT pursuant to Article 11 above, the Contract Price includes all taxes, insurance, duties, levies and other charges of any nature imposed by any authority or entity. 12.2 Payments under this Contract shall be made to the Contractor through bank transfer to the CONTRACTOR’s account as follows: [FILL IN BANKING INFORMATION BELOW] Account holder’s Name: Account No: Bank Name & address:

BIC: IBAN: 12.3 The Contractor shall submit its invoices, together with such supporting documentation as UNHCR may require, to UNHCR [insert full address where invoices should be submitted]. 12.4 Payment to the CONTRACTOR shall be in accordance with the following schedule:

5

(i) Advance Payment [insert currency & amount] on deployment of necessary

materials to the site; [Note: insert only if advance payment is a condition of the

contract];

(ii) [Insert currency & amount], i.e., [xx]% payment upon completion of [xxx] of

the works in accordance with the work plan (Annex D) [Note: Annex D must

specify clear milestones against which payment becomes due – e.g.

mobilization of equipment plus labour and completion of excavations for

foundations] – [Also note: This payment will consist of the contract value

minus payments already made and the retention payment of 10% of the value]; (i) [insert currency & amount], i.e., [xx]% payment upon completion of [xxx] of the

works in accordance with the work plan (Annex D) [Note: e.g. completion of all foundations, walls and lintels];

(ii) [insert currency & amount], i.e., [xx]% payment upon completion of [xxx] of the

works in accordance with the work plan (Annex D) [Note: e.g. completion of the casting of the concrete ceiling]; and

[insert any other staged payment milestones] (iii) [xxx], i.e., a final 10% retention payment, within 30 days of delivery by or on

behalf of UNHCR of the Certificate of Final Completion of the WORKS, in accordance with Clause 47.5 of Annex E.

12.5 Payment will in each case in (i) to (iii) above be due within [xxx] days of submission by the CONTRACTOR to UNHCR of the invoice together with such documentation as UNHCR may in advance require and a copy of an acceptance report in respect of the works performed signed by both parties. 12.6 The CONTRACTOR acknowledges and agrees that UNHCR may withhold payment in respect of any invoice in the event that, in the opinion of UNHCR, the Contractor has not performed its obligations in accordance with the terms and conditions of this Contract, or if the CONTRACTOR has not provided sufficient documentation in support of the invoice. 12.7 In addition to any other rights and remedies available to it, UNHCR shall have the right, without prior notice to the CONTRACTOR, any such notice being waived by the CONTRACTOR, upon any amounts becoming due and payable hereunder to the CONTRACTOR, to set-off any payment, indebtedness or other claim (including, without limitation, any overpayment made by UNHCR to the CONTRACTOR) owing by the CONTRACTOR to UNHCR hereunder or under any other agreement between the Parties. UNHCR shall promptly notify the CONTRACTOR of such set-off and the reasons therefor, provided, however, that the failure to give such notice shall not affect the validity of such set-off. 12.8 If UNHCR disputes any invoice or a portion thereof, UNHCR shall notify the CONTRACTOR accordingly, including a brief explanation of why it disputes the invoice or portion thereof. With respect to disputes regarding only a portion of the invoice, UNHCR shall pay the CONTRACTOR the amount of the undisputed portion in accordance with Article 12.5 6

above. The Parties shall consult in good faith to promptly resolve outstanding issues with respect to any disputed invoice. Once a dispute regarding an invoice or a portion thereof has been resolved, UNHCR shall pay the CONTRACTOR the relevant amount within thirty (30) days from the resolution of such dispute. 12.9 Payments made in accordance with this Article shall constitute a complete discharge of UNHCR’s obligations with respect to the relevant invoices or portions thereof. 12.10 Payments effected by UNHCR to the CONTRACTOR shall not relieve the CONTRACTOR of its obligations under this Contract and shall not be deemed to be acceptance by UNHCR of the CONTRACTOR’s performance. 12.11 The CONTRACTOR shall not be entitled to interest on any late payment or any sums payable under this Contract nor any accrued interest on payments withheld by UNHCR that are subject to dispute. 13. UNPUBLISHED INFORMATION The CONTRACTOR shall not communicate to any person, government or other entity external to UNHCR any unpublished information made known to it by reasons of performing it’s duties under the terms of this Contract, except upon authorization by UNHCR. Violation of this provision shall suffice for UNHCR to terminate this Contract with immediate effect. 14. STANDARDS OF CONDUCT The CONTRACTOR agrees to conduct itself, and shall cause its Personnel to conduct itself at all times with the fullest regard for the purpose and principles of the United Nations and its agencies, and in a manner befitting its relationship with UNHCR under this Contract. The CONTRACTOR and its Personnel shall not engage in any activity that is incompatible with those purposes and principles of UNHCR. The CONTRACTOR shall not engage in any action and in particular any kind of public procurement that relates to this Contract in any way. 15. CONTRACT LANGUAGE The Contract language shall be English and all communications in writing shall be in the English language. 16. ADVANCE PAYMENT AND PERFORMANCE BOND [Note: REMOVE THIS ARTICLE IF NO ADVANCE PAYMENT IS PERMITTED] 16.1 The CONTRACTOR may request an advance payment not exceeding 15% of the Contract Price which will be payable to the CONTRACTOR on producing a performance security (bond or guarantee) equivalent to the amount requested. UNHCR will effect advance payment on ‘mobilization cost’ grounds but only after confirmation of the necessary materials being deployed to the site. The advance payment will be deducted from the final payment due to the CONTRACTOR (excluding for this purpose, the retention amount). 16.2 The performance security shall be in accordance with the terms of Article 10 of Annex E hereto, and in the format included in Appendix to that Annex E. 16.3 The security shall be released by UNHCR after the Certificate of Final Completion has been issued by UNHCR in accordance with Clause 47.5 of Annex E. 7

16.4 The security should be addressed by the issuing bank to UNHCR. The original bond will be kept in the custody of UNHCR or its custodian. 17. LIQUIDATED DAMAGES Article 45 of Annex E shall be subject to the following agreement and clarification: in the event of delay in completion of the WORKS within stipulated completion period, the CONTRACTOR shall pay an amount equivalent to [Insert a rate that reflects a reasonable estimate of the loss per day that would be cause by a delay]% of the total Contract Price for each calendar day of delay. 18. TERMINATION 18.1 Notwithstanding and in addition to the termination rights provided in Annex E, and without prejudice to and in addition to any of its other rights and remedies under this Contract or otherwise, UNHCR may, in its sole discretion and without giving any reasons therefor, terminate this Contract without cause, in whole or in part, upon 30 days written notice to the CONTRACTOR. In the event of termination pursuant to this Article 18.1, UNHCR shall only be responsible for payment for Services satisfactorily performed by the Contractor in accordance with this Contract prior to the date of the termination notice. In addition, the CONTRACTOR shall be entitled only to costs and expenses reasonably incurred prior to the date of termination. 18.2 Upon expiration or any notice of termination of this Contract, the CONTRACTOR shall take immediate steps to terminate its activities in a prompt and orderly manner. In addition, the CONTRACTOR shall provide such information and take such actions as may be reasonably requested by UNHCR for the preservation and protection of: (i) the work and services already performed by the CONTRACTOR and the results thereof and (ii) any and all property of UNHCR provided to the CONTRACTOR. 19. MISCELLANEOUS 19.1 No terms or provisions of this Contract shall be deemed waived and no breach excused, unless such waiver or excuse shall be in writing and signed by the Party giving the waiver or excuse. No consent to, or excuse or waiver of, a breach of this Contract shall constitute a consent to, or excuse or waiver of, any other subsequent breach. 19.2 If any provision of this Contract shall be held to be invalid, illegal or unenforceable (in whole or in part), the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19.3 Headings and titles used in this Contract are for reference purposes only and shall not be deemed a part of this Contract for any purpose whatsoever. Unless the context otherwise clearly indicates, all references to the singular herein shall include the plural and vice versa. 19.4 This Contract may be executed in any number of counterparts, each of which shall be deemed an original and all of which taken together shall be deemed to constitute one and the same instrument. 19.5 This Contract and everything herein contained shall enure to the benefit of, and be binding upon, the Parties and their respective successors and permitted assigns. 19.6 Nothing in or related to this Contract shall be deemed a waiver, express or implied, of any of the privileges and immunities enjoyed by UNHCR. 8

19.7 This Contract shall be executed in four originals, namely two in the [insert other language if any] language and two in the English language. In the event of any conflict or discrepancy between the different language versions, the version in English language shall prevail. IN WITNESS WHEREOF, the undersigned being duly authorised thereto, have signed this Contract on behalf of the Parties hereto at the place and on the day and year written below: For UNHCR For CONTRACTOR Signature:_____________________ _____________________ Date: [xxx] Date: [xxx] Name: [xxx] Name: [xxx] Title: [xxx] Title: [xxx] Place: [xxx] Place: [xxx]

9