J - UNDP

Transcription

J - UNDP
INVITATION TO BID
(ITB/ NLDP/83642/MUL/01/01/2013)
United Nations Development Programme
Requirement
LOT #
: Implement Civil Works
DESCRIPTION OF WORKS
MINIMUM
MINIMUM
ICTAD
SECURITY
GRADE
AMOUNT
(BUILDING)
Renovation of paddy processing centre
includes construction of 90’x30’ Machine
Room, Construction of 30’x20’ Cleaner Room,
LOT 01: NLDP/83642/MUL/01/01 Construction of 30’x15’ Boiler room, 100’x 38’ C5/M4
Store Renovation work, Latrines, Motor room,
Transformer room at Oddankulam in Manthai
East DS Division - Mullaithivu
Contract Modality
Location
Deadline for Submission
Pre Bid Meeting
BID
LKR 280,000
: Civil Works
: Mullaitivu District of Sri Lanka
th
: 26 July 2013 @ 2.00pm
th
: 12 July 2013 @ 10.00am UNDP Kilinochchi Office
The technical drawings, bidding documents, price schedule, delivery terms/conditions and other relevant documents can be
collected from the address below during weekdays from 09.00hrs to 15.00hrs free of charge or can be downloaded free of
charge from www.lk.undp.org (operations >procurement).
Head of Procurement
United Nations Development Programme
202-204 Bauddhaloka Mawatha
Colombo 07
Sri Lanka.
[email protected]
UNDP reserves the right to accept or reject any bid. The procurement process will be governed by the rules and
regulations of the United Nations Development Programme
UNDP Sri Lanka
202-204, Bauddhaloka Mawatha, Colombo 7, Sri Lanka ■ P.O. Box 1505
Tel: +94(11)2580691-8 ■ Fax: +94(11)2581116 ■ Email: [email protected]
INVITATION TO BID
Civil Works
NLDP/83642/2013
SRI LANKA
LOT 01 – ITB/NLDP/83642/MUL/01/01/2013
United Nations Development Programme
July, 2013
1
Section 1. Letter of Invitation
SRI LANKA
July 4, 2013
NLDP/83642/2013
Dear Mr./Ms.: Bidder
The United Nations Development Programme (UNDP) hereby invites you to submit a Bid to this
Invitation to Bid (ITB) for the below referenced subjects.
LOT #
LOT 01:
NLDP/83642/MUL/01/01
DESCRIPTION OF WORKS
Renovation of paddy processing centre
includes construction of 90’x30’ Machine
Room, Construction of 30’x20’ Cleaner
Room, Construction of 30’x15’ Boiler room,
100’x 38’ Store Renovation work, Latrines,
Motor room, Transformer room at
Oddankulam in Manthai East DS Division Mullaithivu
MINIMUM
MINIMUM BID
ICTAD
SECURITY
GRADE
AMOUNT
(BUILDING)
C5/M4
LKR 280,000
Eligible Civil Work Contractors are encouraged to bid for the above LOT.
1. In order for you to submit your bid, the following documents are provided as part of this solicitation
Document for:
Section 1 – This Letter of Invitation
Section 2 – Instructions to Bidders (including Data Sheet)
Section 3 – Scope of Works, Preambles, Bill of Quantity and Technical Drawings for:
3.1 For LOT 1
Section 4 – Bid Submission Form
Section 5 – Documents Establishing the Eligibility and Qualifications of the Bidder
Section 6 – Technical Bid Form
Section 7 – Form for Bid Security
Section 8 – Form for Performance Security
2
You are kindly requested to submit an acknowledgment letter to UNDP to the following address:
United Nations Development Programme
202-204 Bauddhaloka Mawatha, Colombo 07, Sri Lanka
Mr. Rohana Dissanayake/Head of Procurement
Or emailed to [email protected]
The letter or email should be received by UNDP no later than 11th July 2013. The same letter
should advise whether your company intends to submit a Bid. If that is not the case, UNDP would
appreciate your indicating the reason, for our records.
If you have received this ITB through a direct invitation by UNDP, transferring this invitation to
another firm requires notifying UNDP accordingly.
Should you require any clarification, kindly communicate with the contact person identified in the
attached Data Sheet as the focal point for queries on this ITB.
UNDP looks forward to receiving your Bid and thanks you in advance for your interest in UNDP
procurement opportunities.
Yours sincerely,
Rohana Dissanayake, Head of Procurement
3
Section 2: Instruction to Bidders1
Definitions
a) “Bid” refers to the Bidder’s response to the Invitation to Bid, including the Bid Submission Form,
Technical Bid and Price Schedule and all other documentation attached thereto as required by
the ITB.
b) “Bidder” refers to any legal entity that may submit, or has submitted, a Bid for the supply of
goods and provision of related services requested by UNDP.
c) “Contract” refers to the legal instrument that will be signed by and between the UNDP and the
successful Bidder, all the attached documents thereto, including the General Terms and
Conditions (GTC) and the Appendices.
d) “Country” refers to the country indicated in the Data Sheet.
e) “Data Sheet” refers to such part of the Instructions to Bidders used to reflect conditions of the
tendering process that are specific for the requirements of the ITB.
f)
“Day” refers to calendar day.
g) “Goods” refer to any tangible product, commodity, article, material, wares, equipment, assets or
merchandise that UNDP requires under this ITB.
h) “Government” refers to the Government of the country where the goods and related services
provided/rendered specified under the Contract will be delivered or undertaken.
i)
“Instructions to Bidders” refers to the complete set of documents which provides Bidders with all
information needed and procedures to be followed in the course of preparing their Bid
j)
“ITB” refers to the Invitation to Bid consisting of instructions and references prepared by UNDP
for purposes of selecting the best supplier or service provider to fulfil the requirement indicated
in the Schedule of Requirements and Technical Specifications.
k) “LOI” (Section 1 of the ITB) refers to the Letter of Invitation sent by UNDP to Bidders.
l)
“Material Deviation” refers to any contents or characteristics of the bid that is significantly
different from an essential aspect or requirement of the ITB, and (i) substantially alters the scope
and quality of the requirements; (ii) limits the rights of UNDP and/or the obligations of the
offeror; and (iii) adversely impacts the fairness and principles of the procurement process, such
as those that compromise the competitive position of other offerors.
1
Note: this Section 2 - Instructions to Bidders shall not be modified in any way. Any necessary changes to address specific
country and project information shall be introduced only through the Data Sheet.
4
m) “Schedule of Requirements and Technical Specifications” refers to the document included in this
ITB as Section 3 which lists the goods required by UNDP, their specifications, the related
services, activities, tasks to be performed, and other information pertinent to UNDP’s receipt
and acceptance of the goods.
n) “Services” refers to the entire scope of tasks related or ancillary to the completion or delivery of
the goods required by UNDP under the ITB.
o) “Supplemental Information to the ITB” refers to a written communication issued by UNDP to
prospective Bidders containing clarifications, responses to queries received from prospective
Bidders, or changes to be made in the ITB, at any time after the release of the ITB but before the
deadline for the submission of Bid.
A. GENERAL
1. UNDP hereby solicits Bids as a response to this Invitation to Bid (ITB). Bidders must strictly
adhere to all the requirements of this ITB. No changes, substitutions or other alterations to the
rules and provisions stipulated in this ITB may be made or assumed unless it is instructed or
approved in writing by UNDP in the form of Supplemental Information to the ITB.
2. Submission of a Bid shall be deemed as an acknowledgement by the Bidder that all obligations
stipulated by this ITB will be met and, unless specified otherwise, the Bidder has read,
understood and agreed to all the instructions in this ITB.
3. Any Bid submitted will be regarded as an offer by the Bidder and does not constitute or imply
the acceptance of any Bid by UNDP. UNDP is under no obligation to award a contract to any
Bidder as a result of this ITB.
4. UNDP implements a policy of zero tolerance on proscribed practices, including fraud, corruption,
collusion, unethical practices, and obstruction. UNDP is committed to preventing, identifying
and addressing all acts of fraud and corrupt practices against UNDP as well as third parties
involved in UNDP activities. (See
http://www.undp.org/about/transparencydocs/UNDP_Anti_Fraud_Policy_English_FINAL_june_
2011.pdf and
http://www.undp.org/content/undp/en/home/operations/procurement/procurement_protest/
for full description of the policies)
5. In responding to this ITB, UNDP requires all Bidders to conduct themselves in a professional,
objective and impartial manner, and they must at all times hold UNDP’s interests paramount.
Bidders must strictly avoid conflicts with other assignments or their own interests, and act
without consideration for future work. All Bidders found to have a conflict of interest shall be
disqualified. Without limitation on the generality of the above, Bidders, and any of their
affiliates, shall be considered to have a conflict of interest with one or more parties in this
solicitation process, if they:
5.1
Are, or have been associated in the past, with a firm or any of its affiliates which have
been engaged UNDP to provide services for the preparation of the design, Schedule of
5
5.2
5.3
Requirements and Technical Specifications, cost analysis/estimation, and other
documents to be used for the procurement of the goods and related services in this
selection process;
Were involved in the preparation and/or design of the programme/project related to the
goods and related services requested under this ITB; or
Are found to be in conflict for any other reason, as may be established by, or at the
discretion of, UNDP.
In the event of any uncertainty in the interpretation of what is potentially a conflict of interest,
Bidders must disclose the condition to UNDP and seek UNDP’s confirmation on whether or not
such conflict exists.
6. Similarly, the following must be disclosed in the Bid:
6.1 Bidders who are owners, part-owners, officers, directors, controlling shareholders, or key
personnel who are family of UNDP staff involved in the procurement functions and/or the
Government of the country or any Implementing Partner receiving the goods and related
services under this ITB; and
6.4 Others that could potentially lead to actual or perceived conflict of interest, collusion or
unfair competition practices.
Failure of such disclosure may result in the rejection of the Bid.
7. The eligibility of Bidders that are wholly or partly owned by the Government shall be subject to
UNDP’s further evaluation and review of various factors such as being registered as an
independent entity, the extent of Government ownership/share, receipt of subsidies, mandate,
access to information in relation to this ITB, and others that may lead to undue advantage
against other Bidders, and the eventual rejection of the Bid.
8. All Bidders must adhere to the UNDP Supplier Code of Conduct, which may be found at this link:
http://web.ng.undp.org/procurement/undp-supplier-code-of-conduct.pdf
B. CONTENTS OF BID
9. Sections of Bid
Bidders are required to complete, sign and submit the following documents:
9.1
9.2
9.3
9.4
9.5
Bid Submission Cover Letter Form (see ITB Section 4);
Documents Establishing the Eligibility and Qualifications of the Bidder (see ITB Section 5);
Technical Bid (see prescribed form in ITB Section 6);
Scope of Works, Preambles, Bill of Quantity and Technical Drawings (section 3)
Bid Security, if applicable (if required and as stated in the DS nos. 9-11, see prescribed Form
in ITB Section 7);
9.6 Form for Performance Security (section 8)
6
10. Clarification of Bid
10.1
Bidders may request clarification of any of the ITB documents no later than the number
of days indicated in the Data Sheet (DS no. 16) prior to the Bid submission date. Any
request for clarification must be sent in writing via courier or through electronic means
to the UNDP address indicated in the Data Sheet (DS no. 17). UNDP will respond in
writing, transmitted by electronic means and will transmit copies of the response
(including an explanation of the query but without identifying the source of inquiry) to
all Bidders who have provided confirmation of their intention to submit a Bid.
10.2
UNDP shall endeavor to provide such responses to clarifications in an expeditious
manner, but any delay in such response shall not cause an obligation on the part of
UNDP to extend the submission date of the Bid, unless UNDP deems that such an
extension is justified and necessary.
11. Amendment of Bid
11.1
At any time prior to the deadline for submission of Bid, UNDP may for any reason, such
as in response to a clarification requested by a Bidder, modify the ITB in the form of a
Supplemental Information to the ITB. All prospective Bidders will be notified in writing
of all changes/amendments and additional instructions through Supplemental
Information to the ITB and through the method specified in the Data Sheet (DS No. 18).
11.2
In order to afford prospective Bidders reasonable time to consider the amendments in
preparing their Bid, UNDP may, at its discretion, extend the deadline for submission of
Bid, if the nature of the amendment to the ITB justifies such an extension.
C. PREPARATION OF BID
12. Cost
The Bidder shall bear any and all costs related to the preparation and/or submission of the Bid,
regardless of whether its Bid was selected or not. UNDP shall in no case be responsible or liable
for those costs, regardless of the conduct or outcome of the procurement process.
13. Language
The Bid, as well as any and all related correspondence exchanged by the Bidder and UNDP, shall
be written in the language (s) specified in the Data Sheet (DS No. 4). Any printed literature
furnished by the Bidder written in a language other than the language indicated in the Data
Sheet, must be accompanied by a translation in the preferred language indicated in the Data
Sheet. For purposes of interpretation of the Bid, and in the event of discrepancy or
inconsistency in meaning, the version translated into the preferred language shall govern. Upon
conclusion of a contract, the language of the contract shall govern the relationship between the
contractor and UNDP.
7
14. Bid Submission Form
The Bidder shall submit the Bid Submission Form using the form provided in Section 4 of this
ITB.
15. Technical Bid Format and Content
Unless otherwise stated in the Data Sheet (DS no. 28), the Bidder shall structure the Technical
Bid as follows:
15.1 Expertise of Firm/Organization – this section should provide details regarding
management structure of the organization, organizational capability/resources, and
experience of organization/firm, the list of projects/contracts (both completed and ongoing, both domestic and international) which are related or similar in nature to the
requirements of the ITB, manufacturing capacity of plant if Bidder is a manufacturer,
authorization from the manufacturer of the goods if Bidder is not a manufacturer, and
proof of financial stability and adequacy of resources to complete the delivery of goods
and provision of related services required by the ITB (see ITB Clause 18 and DS No. 26 for
further details). The same shall apply to any other entity participating in the ITB as a Joint
Venture or Consortium.
15.2 Technical Specifications and Implementation Plan – this section should demonstrate the
Bidder’s response to the Schedule of Requirements and Technical Specifications by
identifying the specific components proposed; how each of the requirements shall be met
point by point; providing a detailed specification and description of the goods required,
plans and drawings where needed; the essential performance characteristics, identifying
the works/portions of the work that will be subcontracted; a list of the major
subcontractors, and demonstrating how the bid meets or exceeds the requirements, while
ensuring appropriateness of the bid to the local conditions and the rest of the project
operating environment during the entire life of the goods provided. Details of technical
bid must be laid out and supported by an Implementation Timetable, including
Transportation and Delivery Schedule where needed, that is within the duration of the
contract as specified in the Data Sheet (DS noS. 29 and 30).
Bidders must be fully aware that the goods and related services that UNDP require may be
transferred, immediately or eventually, by UNDP to the Government partners, or to an
entity nominated by the latter, in accordance with UNDP’s policies and procedures. All
bidders are therefore required to submit the following in their bids :
a) A statement of whether any import or export licences are required in respect of the
goods to be purchased or services to be rendered, including any restrictions in the
country of origin, use or dual use nature of the goods or services, including any
disposition to end users;
b) Confirmation that the Bidder has obtained license of this nature in the past, and
have an expectation of obtaining all the necessary licenses, should their bid be
rendered the most responsive; and
c) Complete documentation, information and declaration of any goods classified or
may be classified as “Dangerous Goods”.
8
15.3 Management Structure and Key Personnel – This section should include the
comprehensive curriculum vitae (CVs) of key personnel that will be assigned to support
the implementation of the technical bid, clearly defining their roles and responsibilities.
CVs should establish competence and demonstrate qualifications in areas relevant to the
requirements of this ITB.
In complying with this section, the Bidder assures and confirms to UNDP that the
personnel being nominated are available to fulfil the demands of the Contract during its
stated full term. If any of the key personnel later becomes unavailable, except for
unavoidable reasons such as death or medical incapacity, among other possibilities, UNDP
reserves the right to render the Bid non-responsive. Any deliberate substitution of
personnel arising from unavoidable reasons, including delay in the implementation of the
project of programme through no fault of the Bidder, shall be made only with UNDP’s
acceptance of the justification for substitution, and UNDP’s approval of the qualification of
the replacement who shall be either of equal or superior credentials as the one being
replaced.
15.4 Where the Data Sheet requires the submission of the Bid Security, the Bid Security shall
be included along with the Technical Bid. The Bid Security may be forfeited by UNDP, and
reject the Bid, in the event of any or any combination of the following conditions:
a) If the Bidder withdraws its offer during the period of the Bid Validity specified in the
Data Sheet (DS no. 11), or;
b) If the Bid Security amount is found to be less than what is required by UNDP as
indicated in the Data Sheet (DS no. 9), or;
c) In the case the successful Bidder fails:
i.
ii.
iii.
to sign the Contract after UNDP has awarded it;
to comply with UNDP’s variation of requirement, as per ITB Clause 35; or
to furnish Performance Security, insurances, or other documents that UNDP
may require as a condition to rendering effective the contract that may be
awarded to the Bidder.
16. Price Schedule
The Price Schedule shall be prepared using the attached standard form (Section 7). It shall list
all major cost components associated with the goods and related services, and the detailed
breakdown of such costs. All goods and services described in the Technical Bid must be priced
separately on a one-to-one correspondence. Any output and activities described in the
Technical Bid but not priced in the Price Schedule, shall be assumed to be included in the prices
of the items or activities, as well as in the final total price of the bid.
17. Currencies
All prices shall be quoted in the currency indicated in the Data Sheet (DS no. 15). However,
where Bids are quoted in different currencies, for the purposes of comparison of all Bid:
9
17.1 UNDP will convert the currency quoted in the Bid into the UNDP preferred currency, in
accordance with the prevailing UN operational rate of exchange on the last day of
submission of Bid; and
17.2 In the event that the Bid found to be the most responsive to the ITB requirement is
quoted in another currency different from the preferred currency as per Data Sheet (DS
no. 15), then UNDP shall reserve the right to award the contract in the currency of UNDP’s
preference, using the conversion method specified above.
18. Documents Establishing the Eligibility and Qualifications of the Bidder
18.1 The Bidder shall furnish documentary evidence of its status as an eligible and qualified
vendor, using the forms provided under Section 5, Bidder Information Forms. In order to
award a contract to a Bidder, its qualifications must be documented to UNDP’s
satisfactions. These include, but are not limited to the following:
a) That, in the case of a Bidder offering to supply goods under the Contract which the
Bidder did not manufacture or otherwise produce, the Bidder has been duly
authorized by the goods’ manufacturer or producer to supply the goods in the country
of final destination;
b) That the Bidder has the financial, technical, and production capability necessary to
perform the Contract; and
c) That, to the best of the Bidder’s knowledge, it is not included in the UN 1267 List or
the UN Ineligibility List, nor in any and all of UNDP’s list of suspended and removed
vendors.
18.2 Bids submitted by two (2) or more Bidders shall all be rejected by UNDP if they are found
to have any of the following:
a) they have at least one controlling partner, director or shareholder in common; or
b) any one of them receive or have received any direct or indirect subsidy from the
other/s; or
c) they have the same legal representative for purposes of this ITB; or
d) they have a relationship with each other, directly or through common third parties,
that puts them in a position to have access to information about, or influence on the
Bid of, another Bidder regarding this ITB process;
e) they are subcontractors to each other’s bid, or a subcontractor to one bid also
submits another Bid under its name as lead Bidder; or
f) an expert proposed to be in the bid of one Bidder participates in more than one Bid
received for this ITB process. This condition does not apply to subcontractors being
included in more than one Bid.
19. Joint Venture, Consortium or Association
If the Bidder is a group of legal entities that will form or have formed a joint venture, consortium
or association at the time of the submission of the Bid, they shall confirm in their Bid that : (i)
they have designated one party to act as a lead entity, duly vested with authority to legally bind
10
the members of the joint venture jointly and severally, and this shall be duly evidenced by a duly
notarized Agreement among the legal entities, which shall be submitted along with the Bid; and
(ii) if they are awarded the contract, the contract shall be entered into, by and between UNDP
and the designated lead entity, who shall be acting for and on behalf of all entities that comprise
the joint venture.
After the bid has been submitted to UNDP, the lead entity identified to represent the joint
venture shall not be altered without the prior written consent of UNDP. Furthermore, neither
the lead entity nor the member entities of the joint venture can:
a) Submit another Bid, either in its own capacity; nor
b) As a lead entity or a member entity for another joint venture submitting another Bid.
The description of the organization of the joint venture/consortium/association must clearly
define the expected role of each of the entity in the joint venture in delivering the requirements
of the ITB, both in the bid and in the Joint Venture Agreement. All entities that comprise the
joint venture shall be subject to the eligibility and qualification assessment by UNDP.
Where a joint venture is presenting its track record and experience in a similar undertaking as
those required in the ITB, it should present such information in the following manner:
a) Those that were undertaken together by the joint venture; and
b) Those that were undertaken by the individual entities of the joint venture expected to
be involved in the performance of the services defined in the ITB.
Previous contracts completed by individual experts working privately but who are permanently
or were temporarily associated with any of the member firms cannot be claimed as the
experience of the joint venture or those of its members, but should only be claimed by the
individual experts themselves in their presentation of their individual credentials.
If the Bid of a joint venture is determined by UNDP as the most responsive Bid that offers the
best value for money, UNDP shall award the contract to the joint venture, in the name of its
designated lead entity, who shall sign the contract for and on behalf of all the member entities.
20. Alternative Bid
Unless otherwise specified in the Data Sheet (DS nos. 5 and 6), alternative bid shall not be
considered. Where the conditions for its acceptance are met, or justifications are clearly
established, UNDP reserves the right to award a contract based on an alternative bid.
21. Validity Period
21.1 Bid shall remain valid for the period specified in the Data Sheet (DS no. 8), commencing
on the submission deadline date also indicated in the Data Sheet (DS no. 21). A Bid valid
for a shorter period shall be immediately rejected by UNDP and rendered non-responsive.
21.2 In exceptional circumstances, prior to the expiration of the Bid validity period, UNDP may
request Bidders to extend the period of validity of their Bid. The request and the
11
responses shall be made in writing, and shall be considered integral to the Bid.
22. Bidder’s Conference
When appropriate, a Bidder’s conference will be conducted at the date, time and location
specified in the Data Sheet (DS no. 7). All Bidders are encouraged to attend. Non-attendance,
however, shall not result in disqualification of an interested Bidder. Minutes of the Bidder’s
conference will be either posted on the UNDP website, or disseminated to the individual firms
who have registered or expressed interest with the contract, whether or not they attended the
conference. No verbal statement made during the conference shall modify the terms and
conditions of the ITB unless such statement is specifically written in the Minutes of the
Conference, or issued/posted as an amendment in the form of a Supplemental Information to
the ITB.
D. SUBMISSION AND OPENING OF BID
23. Submission
23.1 The Technical Bid and the Price Schedule must be submitted together and sealed together
in one and the same envelope, delivered either personally, by courier, or by electronic
method of transmission. If submission will not be done by electronic means, the Technical
Bid and Price Schedule must be sealed together in an envelope whose external side must :
a) Bear the name of the Bidder;
b) Be addressed to UNDP as specified in the Data Sheet (DS no.20); and
c) Bear a warning not to open before the time and date for Bid opening as specified in
the Data Sheet (DS no. 24).
If the envelope is not sealed nor labeled as required, the Bidder shall assume the
responsibility for the misplacement or premature opening of Bid due to improper sealing
and labeling by the Bidder.
23.2 Bidders must submit their Bid in the manner specified in the Data Sheet (DS nos. 22 and
23). When the Bid is expected to be in transit for more than 24 hours, the Bidder must
ensure that sufficient lead time has been provided in order to comply with UNDP’s
deadline for submission. UNDP shall indicate for its record that the official date and time
of receiving the Bid is the actual date and time when the said Bid has physically arrived at
the UNDP premises indicated in the Data Sheet (DS no. 20).
23.3 Bidders submitting Bid by mail or by hand shall enclose the original and each copy of the
Bid, in separate sealed envelopes, duly marking each of the envelopes as “Original Bid”
and the others as “Copy of Bid”. The two envelopes, consisting of original and copies,
shall then be sealed in an outer envelope. The number of copies required shall be as
specified in the Data Sheet (DS no. 19). In the event of any discrepancy between the
contents of the “Original Bid” and the “Copy of Bid”, the contents of the original shall
govern. The original version of the Bid shall be signed or initialed by the Bidder or
person(s) duly authorized to commit the Bidder on every page. The authorization shall be
12
communicated through a document evidencing such authorization issued by the highest
official of the firm, or a Power of Attorney, accompanying the Bid.
23.4 Bidders must be aware that the mere act of submission of a Bid, in and of itself, implies
that the Bidder accepts the General Contract Terms and Conditions of UNDP as attached
hereto as Section 11.
24. Deadline for Submission of Bid and Late Bids
Bid must be received by UNDP at the address and no later than the date and time specified in
the Data Sheet (DS no. 20 and 21).
UNDP shall not consider any Bid that arrives after the deadline for submission of Bid. Any Bid
received by UNDP after the deadline for submission of Bid shall be declared late, rejected, and
returned unopened to the Bidder.
25. Withdrawal, Substitution, and Modification of Bid
25.1
Bidders are expected to have sole responsibility for taking steps to carefully examine in
detail the full consistency of its Bid to the requirements of the ITB, keeping in mind that
material deficiencies in providing information requested by UNDP, or lack clarity in the
description of goods and related services to be provided, may result in the rejection of
the Bid. The Bidder shall assume any responsibility regarding erroneous interpretations
or conclusions made by the Bidder in the course of understanding the ITB out of the set
of information furnished by UNDP.
25.2
A Bidder may withdraw, substitute or modify its Bid after it has been submitted by
sending a written notice in accordance with ITB Clause 23, duly signed by an authorized
representative, and shall include a copy of the authorization (or a Power of Attorney).
The corresponding substitution or modification of the Bid must accompany the
respective written notice. All notices must be received by UNDP prior to the deadline
for submission and submitted in accordance with ITB Clause 23 (except that withdrawal
notices do not require copies). The respective envelopes shall be clearly marked
“WITHDRAWAL,” “SUBSTITUTION,” or MODIFICATION”.
25.3
Bid requested to be withdrawn shall be returned unopened to the Bidders.
25.4
No Bid may be withdrawn, substituted, or modified in the interval between the deadline
for submission of Bid and the expiration of the period of Bid validity specified by the
Bidder on the Bid Submission Form or any extension thereof.
26. Bid Opening
UNDP will open the Bid in the presence of an ad-hoc committee formed by UNDP of at least
two (2) members. If electronic submission is permitted, any specific electronic Bid opening
procedures shall be as specified in the Data Sheet (DS no. 23).
13
The Bidders’ names, modifications, withdrawals, the condition of the envelope labels/seals, the
number of folders/files and all other such other details as UNDP may consider appropriate, will
be announced at the opening. No Bid shall be rejected at the opening stage, except for late
submission, for which the Bid shall be returned unopened to the Bidder.
27. Confidentiality
Information relating to the examination, evaluation, and comparison of Bid, and the
recommendation of contract award, shall not be disclosed to Bidders or any other persons not
officially concerned with such process, even after publication of the contract award.
Any effort by a Bidder to influence UNDP in the examination, evaluation and comparison of the
Bid or contract award decisions may, at UNDP’s decision, result in the rejection of its Bid.
In the event that a Bidder is unsuccessful, the Bidder may seek a meeting with UNDP for a
debriefing. The purpose of the debriefing is discussing the strengths and weaknesses of the
Bidder’s submission, in order to assist the Bidder in improving the bid presented to UNDP. The
content of other bid and how they compare to the Bidder’s submission shall not be discussed.
E. EVALUATION OF BID
28. Preliminary Examination of Bid
UNDP shall examine the Bid to determine whether they are complete with respect to minimum
documentary requirements, whether the documents have been properly signed, whether or not
the Bidder is in the UN Security Council 1267/1989 Committee's list of terrorists and terrorist
financiers, and in UNDP’s list of suspended and removed vendors, and whether the Bid are
generally in order, among other indicators that may be used at this stage. UNDP may reject any
Bid at this stage.
29. Evaluation of Bid
29.1 UNDP shall examine the Bid to confirm that all terms and conditions under the UNDP General
Terms and Conditions and Special Conditions have been accepted by the Bidder without any
deviation or reservation.
29.2 The evaluation team shall review and evaluate the Bids on the basis of their responsiveness
to the Schedule of Requirements and Technical Specifications and other documentation
provided, applying the procedure indicated in the Data Sheet (DS No. 25). Absolutely no
changes may be made by UNDP in the criteria after all Bids have been received.
29.1 UNDP reserves the right to undertake a post-qualification exercise, aimed at determining, to
its satisfaction the validity of the information provided by the Bidder. Such postqualification shall be fully documented and, among those that may be listed in the Data
Sheet (DS No.33), may include, but need not be limited to, all or any combination of the
following :
a) Verification of accuracy, correctness and authenticity of the information provided by the
14
bidder on the legal, technical and financial documents submitted;
b) Validation of extent of compliance to the ITB requirements and evaluation criteria based
on what has so far been found by the evaluation team;
c) Inquiry and reference checking with Government entities with jurisdiction on the bidder,
or any other entity that may have done business with the bidder;
d) Inquiry and reference checking with other previous clients on the quality of
performance on on-going or previous contracts completed;
e) Physical inspection of the bidder’s plant, factory, branches or other places where
business transpires, with or without notice to the bidder;
f) Testing and sampling of completed goods similar to the requirements of UNDP, where
available; and
g) Other means that UNDP may deem appropriate, at any stage within the selection
process, prior to awarding the contract.
30. Clarification of Bid
To assist in the examination, evaluation and comparison of bids, UNDP may, at its discretion, ask
any Bidder to clarify its Bid.
UNDP’s request for clarification and the Bidder’s response shall be in writing. Notwithstanding
the written communication, no change in the prices or substance of the Bid shall be sought,
offered, or permitted, except to provide clarification, and confirm the correction of any
arithmetic errors discovered by UNDP in the evaluation of the Bid, in accordance with ITB Clause
35.
Any unsolicited clarification submitted by a Bidder in respect to its Bid, which is not a response
to a request by UNDP, shall not be considered during the review and evaluation of the Bid.
31. Responsiveness of Bid
UNDP’s determination of a Bid’s responsiveness will be based on the contents of the Bid itself.
A substantially responsive Bid is one that conforms to all the terms, conditions, and
specifications of the ITB without material deviation, reservation, or omission.
If a Bid is not substantially responsive, it shall be rejected by UNDP and may not subsequently be
made responsive by the Bidder by correction of the material deviation, reservation, or omission.
32. Nonconformities, Reparable Errors and Omissions
32.3 Provided that a Bid is substantially responsive, UNDP may waive any non-conformities or
omissions in the Bid that, in the opinion of UNDP, do not constitute a material deviation.
32.4 Provided that a Bid is substantially responsive, UNDP may request the Bidder to submit the
necessary information or documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities or omissions in the Bid related to documentation
requirements. Such omission shall not be related to any aspect of the price of the Bid.
Failure of the Bidder to comply with the request may result in the rejection of its Bid.
15
32.5 Provided that the Bid is substantially responsive, UNDP shall correct arithmetical errors as
follows:
a) if there is a discrepancy between the unit price and the line item total that is obtained
by multiplying the unit price by the quantity, the unit price shall prevail and the line
item total shall be corrected, unless in the opinion of UNDP there is an obvious
misplacement of the decimal point in the unit price, in which case the line item total as
quoted shall govern and the unit price shall be corrected;
b) if there is an error in a total corresponding to the addition or subtraction of subtotals,
the subtotals shall prevail and the total shall be corrected; and
c) if there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetic error, in which case
the amount in figures shall prevail subject to the above.
32.6 If the Bidder does not accept the correction of errors made by UNDP, its Bid shall be
rejected.
F. AWARD OF CONTRACT
33. Right to Accept, Reject, or Render Non-Responsive Any or All Bid
33.1
UNDP reserves the right to accept or reject any Bid, to render any or all of the Bids as
non-responsive, and to reject all Bids at any time prior to award of contract, without
incurring any liability, or obligation to inform the affected Bidder(s) of the grounds for
UNDP’s action. Furthermore, UNDP is not obligated to award the contract to the lowest
price offer.
33.2
UNDP shall also verify, and immediately reject their respective Bid, if the Bidders are
found to appear in the UN’s Consolidated List of Individuals and Entities with
Association to Terrorist Organizations, in the List of Vendors Suspended or Removed
from the UN Secretariat Procurement Division Vendor Roster, the UN Ineligibility List,
and other such lists that as may be established or recognized by UNDP policy on Vendor
Sanctions. (See
http://www.undp.org/content/undp/en/home/operations/procurement/procurement_
protest/
34. Award Criteria
Prior to expiration of the period of Bid validity, UNDP shall award the contract to the qualified
and eligible Bidder that is found to be responsive to the requirements of the Schedule of
Requirements and Technical Specification, and has offered the lowest price (See DS No. 32).
35. Right to Vary Requirements at the Time of Award
At the time of award of Contract, UNDP reserves the right to vary the quantity of the goods
and/or related services, by up to a maximum twenty five per cent (25%) of the total offer,
16
without any change in the unit price or other terms and conditions.
36. Contract Signature
Within fifteen (15) days from the date of receipt of the Contract, the successful Bidder shall sign
and date the Contract and return it to UNDP.
Failure of the successful Bidder to comply with the requirement of ITB Section F.3 and this
provision shall constitute sufficient grounds for the annulment of the award, and forfeiture of
the Bid Security if any, and on which event, UNDP may award the Contract to the Bidder with
the second highest rated Bid, or call for new Bid.
37. Performance Security
A performance security, if required, shall be provided in the amount and form provided in
Section 9 and by the deadline indicated in the Data Sheet (DS no. 14), as applicable. Where a
Performance Security will be required, the submission of the said document, and the
confirmation of its acceptance by UNDP, shall be a condition for the effectivity of the Contract
that will be signed by and between the successful Bidder and UNDP.
38. Bank Guarantee for Advanced Payment
Except when the interests of UNDP so require, it is the UNDP’s preference to make no advanced
payment(s) on contracts (i.e., payments without having received any outputs). In the event that
the Bidder requires an advanced payment upon contract signature, and if such request is duly
accepted by UNDP, and the said advanced payment exceeds 20% of the total Bid price, or
exceed the amount of USD 30,000, UNDP shall require the Bidder to submit a Bank Guarantee in
the same amount as the advanced payment. A bank guarantee for advanced payment shall be
furnished in the form provided in Section 10.
39. Vendor Protest
UNDP’s vendor protest procedure provides an opportunity for appeal to those persons or firms
not awarded a purchase order or contract through a competitive procurement process. In the
event that a Bidder believes that it was not treated fairly, the following link provides further
details
regarding
UNDP
vendor
protest
procedures:
http://www.undp.org/procurement/protest.shtml
17
Instructions to Bidders
DATA SHEET2
The following data for the supply of goods and related services shall complement / supplement the
provisions in the Instruction to Bidders. In the case of a conflict between the Instruction to Bidders and
the Data Sheet, the provisions in the Data Sheet shall prevail.
DS
No.
Cross Ref. to
Instructions
Data
Specific Instructions / Requirements
1
Project Title:
ITB/NLDP/83642/MUL/01/01/2013
2
Title of Goods/Services/Work
Required:
Civil Works
3
Country:
Sri Lanka
Language of the Bid:
 ☐ English
☐ French
Spanish
☐ Others (pls. specify)
________________________
Conditions for Submitting Bid
for Parts or sub-parts of the
Total Requirements
☐ Allowed [if yes, describe how, and ensure that
requirements properly define the sub-parts]
4
5
C.13
C.20
☐
 ☐ Not allowed, no partial bidding
6
C.20
Conditions for Submitting
Alternative Bid
 ☐ Shall not be considered
☐ Shall be considered. A Bidder may submit an
alternative Bid, but only if it also submits a Bid
that meets the base case (i.e., what is originally
required by UNDP in this ITB). UNDP shall only
consider the alternative bid offered by the
Bidder whose Bid for the base case was
determined to be a responsive Bid that offers
the lowest price.
2
All DS number entries in the Data Sheet are cited as references in the Instructions to Bidders. All DS Nos.
rd
corresponding to a Data must not be modified. Only information on the 3 column may be modified by the user. If
rd
the information does not apply, the 3 column must state “n/a” but must not be deleted.
18
7
C.22
A pre-Bid conference will be held on:
Location
Scheduled time
UNDP Field Office – Kilinochchi,
Site Inspection
No. 13 C, 2nd Farm Lane,
12th July, 2013, from
Kanagapuram, Kilinochchi.
08.30 am to 09.30 am
Tel : 021 228 5384
Contact person - S. Senthuran
UNDP Field Office – Kilinochchi,
Pre-bid Meeting
No. 13 C, 2nd Farm Lane,
12th July, 2013 at
Kanagapuram, Kilinochchi.
10.00 am
Tel : 021 228 5384
Contact person - S. Senthuran
The UNDP focal point for the arrangement is:
Mr. Theeban Xavier
Address: 12 Bagatale Road, Colombo 03
Telephone: 077 360 4100
E-mail: [email protected]
8
C.21.1
9
B.9.5
C.15.4 b)
Period of Bid Validity
commencing on the submission
date
Bid Security
☐ 60 days
☐ 90 days
 ☐ 120 days
 ☐ Required
Amount: LOT 1: LKR 280,000
Form: Bank Draft or Cashier Cheque
☐ Not Required
10
B.9.5
Acceptable forms of Bid Security
3
11
B.9.5
C.15.4 a)
Validity of Bid Security
 ☐ Bank Guarantee (See Section 8 for
template)
 ☐ Any Bank-issued Check / Cashier’s Check
/ Certified Check
☐ Other negotiable instrument
☐ Cash (exceptionally, if none of the other forms
are feasible)
☐ Others [pls. specify]
120 days from the last day of Bid submission.
3
Surety bonds or other instruments issued by non-bank Financial Institutions are least preferred by UNDP. Unless stated
otherwise, they shall be considered unacceptable to UNDP.
19
Bid Security of unsuccessful Bidders shall be
returned.
12
Advanced Payment upon signing
of contract
 ☐ Allowed up to a maximum of 20% of
contract4
☐ Not allowed
13
Liquidated Damages
☐ Will not be imposed
 ☐ Will be imposed under the following
conditions:
Percentage of contract price per week of delay
0.5% of contract value
Max. no. of weeks of delay :20 weeks
14
F.37
Performance Security
 ☐ Required
Amount :500,000
Form: Bank Guarantee
☐ Not Required
15
C.17
C.17.2
Preferred Currency of Bid and
☐ United States Dollars (US$)
Method for Currency conversion ☐ Euro
 ☐ Local Currency
Reference date for determining UN Operational
Exchange Rate : Prevailing rate at the time
16
B.10.1
Deadline for submitting
requests for clarifications/
questions
07 days before the submission date.
17
B.10.1
Contact Details for submitting
clarifications/questions5
Focal Person in UNDP: Mr. Theeban Xavier
Address:12 Bagatale Road, Colombo 03
E-mail address dedicated for this purpose:
[email protected]
18
B.11.1
Manner of Disseminating
 ☐ Direct communication to prospective
4
If the advanced payment that the Bidder will submit will exceed 20% of the Price Offer, or will exceed the amount of USD
30,000, the Bidder must submit an Advanced Payment Security in the same amount as the advanced payment, using the form
and contents of the document in Section 10
5
This contact person and address is officially designated by UNDP. If inquiries are sent to other person/s or address/es, even if
they are UNDP staff, UNDP shall have no obligation to respond nor can UNDP confirm that the query was officially received.
20
Bidders by email or fax
☐ Direct communication to prospective Bidders by
email or fax, and Posting on the website6
[specify exact URL Address]
No. of copies of Bid that must
be submitted
Original : 01
Copies : 01
Bid submission address
Mr. Rohana Dissanayake
Head of Procurement
United Nations Development Programme
202-204 Bauddhaloka Mawatha
Colombo 07
19
D.23.3
20
D.23.1 b)
D.23.2
D.24
21
C.21.1
D.24
Deadline of Bid Submission
Date and Time :
July 26, 2013 2:00 PM
22
D.23.2
Manner of Submitting Bid
 ☐ Courier/Hand Delivery
☐ Electronic submission of Bid7
23
D.23.2
D.26
Conditions and Procedures for
electronic submission and
opening, if allowed
☐ Official Address for e-submission: [specify]
☐ Format : PDF files only, password protected
☐ Password must not be provided to UNDP until
the date and time of Bid Opening as indicated in
No. 24
☐ Max. File Size per transmission: [specify]
☐ Max. No. of transmission : [specify]
☐ No. of copies to be transmitted : [specify]
☐ Mandatory subject of email : [specify]
☐ Virus Scanning Software to be Used prior to
transmission: [specify]
☐ Digital Certification/Signature: [specify]
☐ Time Zone to be Recognized: [specify]
☐ Other conditions: [pls. specify]
24
D.23.1 c)
Date, time and venue for
opening of Bid
Date and Time: July 26, 2013 2:30 PM
Venue : UNDP Office, 202-204 Bauddhaloka
Mawatha, Colombo 07
25
6
Supplemental Information to
the ITB and
responses/clarifications to
queries
Evaluation method to be used in
 ☐ Non-Discretionary “Pass/Fail” Criteria
Posting on the website shall be supplemented by directly transmitting the communication to the prospective offerors.
7
If this will be allowed, security features (e.g., encryption, authentication, digital signatures, etc.) are strictly required and must
be enforced to ensure confidentiality and integrity of contents.
21
26
C.15.1
selecting the most responsive
Bid
on the Technical Requirements; and
 ☐ Lowest price offer of technically
qualified/responsive Bid
Required Documents that must
be Submitted to Establish
Qualification of Bidders (In
“Certified True Copy” form only)
 ☐ Company Profile, which should not
[check all that apply, delete
those that will not be required.]
exceed fifteen (15) pages, including printed
brochures and product catalogues relevant
to the goods/services being procured
☐ Members of the Governing Board and their
Designations duly certified by the Corporate
Secretary, or its equivalent document if Bidder is
not a corporation
 ☐ List of Shareholders and Other Entities
Financially Interested in the Firm owning
5% or more of the stocks and other
interests, or its equivalent if Bidder is not a
corporation
 ☐ Tax Registration/Payment Certificate
issued by the Internal Revenue Authority
evidencing that the Bidder is updated with
its tax payment obligations, or Certificate
of Tax exemption, if any such privilege is
enjoyed by the Bidder
 ☐ Certificate of Registration of the
business,
including
Articles
of
Incorporation, or equivalent document if
Bidder is not a corporation
☐ Trade name registration papers, if applicable
 ☐ Local Government permit to locate and
operate in the current location of office or
factory
☐ Official Letter of Appointment as local
representative, if Bidder is submitting a Bid in
behalf of an entity located outside the country
 ☐ Quality Certificate (e.g., ISO, etc.) and/or
22
other similar certificates, accreditations,
awards and citations received by the
Bidder, if any
 ☐Environmental Compliance Certificates,
Accreditations, Markings/Labels, and other
evidences of the Bidder’s practices which
contributes to the ecological sustainability
and reduction of adverse environmental
impact (e.g., use of non-toxic substances,
recycled raw materials, energy-efficient
equipment, reduced carbon emission, etc.),
either in its business practices or in the
goods it manufactures
☐ Patent Registration Certificates, if any of
technologies submitted in the Bid is patented by
the Bidder
☐ Plan and details of manufacturing capacity, if
Bidder is a manufacturer of the goods to be
supplied
☐ Certification or authorization to act as Agent in
behalf of the Manufacturer, or Power of Attorney,
if bidder is not a manufacturer
 ☐ Latest Audited Financial Statement
(Income Statement and Balance Sheet)
including Auditor’s Report for the past
[indicate number of years of reference]
 ☐ Statement of Satisfactory Performance
from the Top [indicate number] Clients in
terms of Contract Value the past [indicate
number of years of reference]
 ☐ List of Bank References (Name of Bank,
Location, Contact Person and Contact
Details)
23
 ☐ All information regarding any past and
current litigation during the last five (5)
years, in which the bidder is involved,
indicating the parties concerned, the
subject of the litigation, the amounts
involved, and the final resolution if already
concluded.
27
Other documents that may be
Submitted to Establish Eligibility
28
C.15
Structure of the Technical Bid
and List of Documents to be
Submitted
[Click here to insert list]
29
C.15.2
Latest Expected date for
commencement of Contract
August 15, 2013
30
C.15.2
Maximum Expected duration of
contract
To be Decided with Consultation with Contractor
UNDP will award the contract
to:
☐ One Bidder only
 ☐ One or more Bidders, depending on the
following factors : [Bids may be awarded
to one or more bidders based on LOT
eligibility. In the event, one bidder is
technically qualified and offers lowest bid
for all three LOTS, this lowest bidder will be
awarded all three LOTS]
Criteria for the Award and
Evaluation of Bid
Award Criteria
 ☐ Non-discretionary “Pass” or “Fail” rating
on the detailed contents of the Schedule of
Requirements and Technical Specifications
☐ Compliance on the following qualification
requirements :
Bid Evaluation Criteria8
☐ Minimum no. of years of experience in similar
contracts: [indicate number];
☐ Minimum annual turnover of [indicate amount
and currency] for the past [indicate number of
31
32
8
N/app
F.34
Pls. reconcile and ensure consistency with the contents of the Technical Specifications
24
years of reference];
☐ Current ratio of not less than 1.0 [modify if a
higher number is required];
☐ Net Working Capital of [indicate amount and
currency] for the past [indicate number of years of
reference];
☐ Minimum no. of similar projects undertaken
over the past 3 years [indicate number];
☐ Highest value of contract over the past 5 years
[indicate number];
☐ Full compliance of Bid to the Technical
Requirements;
☐ Quality Inspection and Testing Certificates for
the goods to be supplied;
☐ After-sales service of at least [indicate number];
☐ Lowest Operating Costs Evidenced by a Table of
Consummables, Rate of Consumption, and Unit
Price;
☐ Warranty on parts and services for a minimum
period of [indicate number];
☐ User’s Training for a minimum of [indicate
number of persons] to be conducted at [indicate
location] for a period of [indicate duration];
☐ Maximum percentage of supply/work that will
be sub-contracted [indicate percentage];
☐ Acceptability of the Transportation/Delivery
Schedule;
☐ Appropriateness of the Implementation
Timetable to Project Schedule;
☐ Qualification of the Team Leader to directly
coordinate with UNDP [specify details];
☐ Qualification of all other personnel to be
assigned to the contract [specify details]
☐ Others [pls. specify and list further]
33
E.29
Post qualification Actions
 ☐ Verification of accuracy, correctness and
authenticity of the information provided by
the bidder on the legal, technical and
financial documents submitted;
 ☐ Validation of extent of compliance to
the ITB requirements and evaluation
criteria based on what has so far been
25
found by the evaluation team;
 ☐ Inquiry and reference checking with
Government entities with jurisdiction on
the bidder, or any other entity that may
have done business with the bidder;
 ☐ Inquiry and reference checking with
other previous clients on the quality of
performance on ongoing or previous
contracts completed;
 ☐ Physical inspection of the bidder’s plant,
factory, branches or other places where
business transpires, with or without notice
to the bidder;
☐ Testing and sampling of completed goods
similar to the requirements of UNDP, where
available; and
☐ Others [click here to specify]
9
34
Conditions for Determining
Contract Effectivity
35
Other Information Related to
the ITB9
 ☐ UNDP’s receipt of Performance Bond
[All other instructions and information not
mentioned in DSs 1-33 but are relevant to the ITB
must be cited here, and any further entries that
may be added below this table row.]
Where the information is available in the web, a URL for the information may simply be provided.
26
Section 4: Bid Submission Form10
(This should be written in the Letterhead of the Bidder. Except for indicated
fields, no changes may be made in this template.)
Sri Lanka
7/5/2013
To:
Rohana Dissanayake, Head of Procurement
Dear Sir/Madam:
We, the undersigned, hereby offer to supply the goods and related services required for
NLDP/83642/MUL-01/JAF-2A/JAF-2B/2013in accordance with your Invitation to Bid dated June
14, 2013. We are hereby submitting our Bid, which includes the Technical Bid and Price
Schedule.
We hereby declare that :
a) All the information and statements made in this Bid are true and we accept that any
misrepresentation contained in it may lead to our disqualification;
b) We are currently not on the removed or suspended vendor list of the UN or other such lists
of other UN agencies, nor are we associated with, any company or individual appearing on
the 1267/1989 list of the UN Security Council;
c) We have no outstanding bankruptcy or pending litigation or any legal action that could
impair our operation as a going concern; and
d) We do not employ, nor anticipate employing, any person who is or was recently employed
by the UN or UNDP.
We confirm that we have read, understood and hereby fully accept the Schedule of
Requirements and Technical Specifications describing the duties and responsibilities required of
us in this ITB, and the General Terms and Conditions of UNDP’s Standard Contract for this ITB.
We agree to abide by this Bid for 120 days.
We undertake, if our Bid is accepted, to initiate the supply of goods and provision of
related services not later than the date indicated in the Data Sheet.
We fully understand and recognize that UNDP is not bound to accept this Bid, that we
shall bear all costs associated with its preparation and submission, and that UNDP will in no
10
No deletion or modification may be made in this form. Any such deletion or modification may lead to
the rejection of the Bid.
27
case be responsible or liable for those costs, regardless of the conduct or outcome of the
evaluation.
We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Contact Details:
[please mark this letter with your corporate seal, if available]
28
Section 5: Documents Establishing the Eligibility and Qualifications of
the Bidder
Bidder Information Form11
Date: [insert date (as day, month and year] of Bid Submission]
ITB No.: [insert number of bidding process]
Page ________of ________ pages
1. Bidder’s Legal Name [insert Bidder’s legal name]
2. In case of Joint Venture (JV), legal name of each party: [insert legal name of each party in JV]
3. Actual or intended Country/ies of Registration/Operation: [insert actual or intended Country of Registration]
4. Year of Registration in its Location: [insert Bidder’s year of registration]
5. Countries of Operation
6. No. of staff in each Country
7.Years of Operation in each Country
8. Legal Address/es in Country/ies of Registration/Operation:[insert Bidder’s legal address in country of
registration]
9. Value and Description of Top three (3) Biggest Contract for the past five (5) years
10. Latest Credit Rating (Score and Source, if any)
11. Brief description of litigation history (disputes, arbitration, claims, etc.), indicating current status and
outcomes, if already resolved.
12. Bidder’s Authorized Representative Information
Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]
Email Address: [insert Authorized Representative’s email address]
13. Are you in the UNPD List 1267.1989 or UN Ineligibility List ? ☐ YES or ☐ NO
11
The Bidder shall fill in this Form in accordance with the instructions. Apart from providing additional information, no
alterations to its format shall be permitted and no substitutions shall be accepted.
29
14. Attached are copies of original documents of:
☐ All eligibility document requirements listed in the Data Sheet
☐ If Joint Venture/Consortium – copy of the Memorandum of Understanding/Agreement or Letter of
Intent to form a JV/Consortium, or Registration of JV/Consortium, if registered
☐ If case of Government corporation or Government-owned/controlled entity, documents establishing
legal and financial autonomy and compliance with commercial law.
Joint Venture Partner Information Form (if Registered)12
Date: [insert date (as day, month and year) of Bid Submission]
ITB No.: [insert number of bidding process]
Page ________ of ________ pages
1.
Bidder’s Legal Name: [insert Bidder’s legal name]
2.
JV’s Party legal name: [insert JV’s Party legal name]
3.
JV’s Party Country of Registration: [insert JV’s Party country of registration]
4. Year of Registration: [insert Party’s year of registration]
5. Countries of Operation
6. No. of staff in each Country
7.Years of Operation in each
Country
8. Legal Address/es in Country/ies of Registration/Operation: [insert Party’s legal address in country of
registration]
9. Value and Description of Top three (3) Biggest Contract for the past five (5) years
10. Latest Credit Rating (if any) :Click
1.
12
here to enter text.
Brief description of litigation history (disputes, arbitration, claims, etc.), indicating current status and
outcomes, if already resolved. Click here to enter text.
The Bidder shall fill in this Form in accordance with the instructions . Apart from providing additional information,
alterations to its format shall be permitted and no substitutions shall be accepted.
no
30
13. JV’s Party Authorized Representative Information
Name: [insert name of JV’s Party authorized representative]
Address: [insert address of JV’s Party authorized representative]
Telephone/Fax numbers: [insert telephone/fax numbers of JV’s Party authorized representative]
Email Address: [insert email address of JV’s Party authorized representative]
14. Attached are copies of original documents of: [check the box(es) of the attached original documents]
☐ All eligibility document requirements listed in the Data Sheet
☐ Articles of Incorporation or Registration of firm named in 2.
☐ In case of government owned entity, documents establishing legal and financial autonomy and compliance
with commercial law.
Section 6: Technical Bid Form13
INSERT TITLE OF THE ITB
Name of Bidding Organization / Firm:
Country of Registration:
Name of Contact Person for this Bid:
Address:
Phone / Fax:
Email:
SECTION 1: EXPERTISE OF FIRM/ ORGANISATION
This section should fully explain the Bidder’s resources in terms of personnel and facilities necessary for the
performance of this requirement.
1.1 Brief Description of Bidder as an Entity: Provide a brief description of the organization / firm submitting
the Bid, its legal mandates/authorized business activities, the year and country of incorporation, and
approximate annual budget, etc. Include reference to reputation, or any history of litigation and arbitration
in which the organisation / firm has been involved that could adversely affect or impact the delivery of goods
and/or performance of related services, indicating the status/result of such litigation/arbitration.
1.2. Financial Capacity: Based on the latest Audited Financial Statement (Income Statement and Balance
Sheet) describe the financial capacity (liquidity, stand-by credit lines, etc.) of the bidder to engage into the
contract. Include any indication of credit rating, industry rating, etc.
1.3. Track Record and Experiences: Provide the following information regarding corporate experience within
at least the last five (5) years which are related or relevant to those required for this Contract.
13
Technical Bids not submitted in this format may be rejected.
31
Name of
project
Client
Contract
Value
Period of
activity
Types of
activities
undertaken
Status or Date
Completed
References
Contact Details
(Name, Phone,
Email)
SECTION 2 - SCOPE OF SUPPLY, TECHNICAL SPECIFICATIONS, AND RELATED SERVICES
This section should demonstrate the Bidder’s responsiveness to the specification by identifying the specific
components proposed, addressing the requirements, as specified, point by point; providing a detailed
description of the essential performance characteristics proposed; and demonstrating how the proposed bid
meets or exceeds the specifications.
2.1. Scope of Supply: Please provide a detailed description of the goods to be supplied, indicating clearly how
they comply with the technical specifications required by the ITB (see below table); describe how the
organisation/firm will supply the goods and any related services, keeping in mind the appropriateness to
local conditions and project environment.
Item
No.
Description/
Specification of
Goods
Source/
Manufacturer
Country
of Origin
Qty
Quality Certificate/ Export
Licences, etc. (indicate all
that applies and if attached)
A supporting document with full details may be annexed to this section
2.2. Technical Quality Assurance Mechanisms: The bid shall also include details of the Bidder’s internal
technical and quality assurance review mechanisms, all the appropriate quality certificates, export licenses
and other documents attesting to the superiority of the quality of the goods and technologies to be supplied.
2.3. Reporting and Monitoring: Please provide a brief description of the mechanisms proposed for this
project for reporting to the UNDP and partners, including a reporting schedule.
2.4. Subcontracting: Explain whether any work would be subcontracted, to whom, how much percentage of
the work, the rationale for such, and the roles of the proposed sub-contractors. Special attention should be
given to providing a clear picture of the role of each entity and how everyone will function as a team.
2.5. Risks / Mitigation Measures: Please describe the potential risks for the implementation of this project
that may impact achievement and timely completion of expected results as well as their quality. Describe
measures that will be put in place to mitigate these risks.
2.6 Implementation Timelines: The Bidder shall submit a Gantt Chart or Project Schedule indicating the
detailed sequence of activities that will be undertaken and their corresponding timing.
2.7. Partnerships (Optional): Explain any partnerships with local, international or other organizations that are
planned for the implementation of the project. Special attention should be given to providing a clear picture
32
of the role of each entity and how everyone will function as a team. Letters of commitment from partners
and an indication of whether some or all have successfully worked together on other previous projects is
encouraged.
2.8. Anti-Corruption Strategy (Optional): Define the anti-corruption strategy that will be applied in this
project to prevent the misuse of funds. Describe the financial controls that will be put in place.
2.9 Statement of Full Disclosure: This is intended to disclose any potential conflict in accordance with the
definition of “conflict” under Section 4 of this document, if any.
2.10 Other: Any other comments or information regarding the bid and its implementation.
33
SECTION 3: PERSONNEL
3.1 Management Structure: Describe the overall management approach toward planning and implementing
the contract. Include an organization chart for the management of the contract, if awarded.
3.2 Staff Time Allocation: Provide a spreadsheet will be included to show the activities of each personnel
involved in the implementation of the contract. Where the expertise of the personnel is critical to the success
of the contract, UNDP will not allow substitution of personnel whose qualifications had been reviewed and
accepted during the bid evaluation. (If substitution of such a personnel is unavoidable, substitution or
replacement will be subject to the approval of UNDP. No increase in costs will be considered as a result of any
substitution).
3.3 Qualifications of Key Personnel. Provide the CVs for key personnel (Team Leader, Managerial and general
staff) that will be provided to support the implementation of this project. CVs should demonstrate qualifications
in area of expertise relevant to the Contract. Please use the format below:
Name:
Role in Contract Implementation:
Nationality:
Contact information:
Countries of Relevant Work Experience:
Language Skills:
Education and other Qualifications:
Summary of Experience: Highlight experience in the region and on similar projects.
Relevant Experience (From most recent):
Period: From – To
Name of activity/ Project/ funding
Job Title and Activities
organisation, if applicable:
undertaken/Description of
actual role performed:
e.g. June 2010-January 2011
Etc.
Etc.
References (minimum of 3):
Name
Designation
Organization
Contact Information – Address; Phone; Email; etc.
Declaration:
I confirm my intention to serve in the stated position and present availability to serve for the term of the
proposed contract. I also understand that any wilful misstatement described above may lead to my
disqualification, before or during my engagement.
_________________________________________________
__________________________
Signature of the Nominated Team Leader/Member
Date Signed
34
Section 7: FORM FOR BID SECURITY
(This must be finalized using the official letterhead of the Issuing Bank. Except
for indicated fields, no changes may be made in this template.)
To:
UNDP
[Insert contact information as provided in Data Sheet]
WHEREAS [name and address of Contractor] (hereinafter called “the Bidder”) has submitted a
Bid to UNDP dated Click here to enter a date. , to deliver goods and execute related services for
[indicate ITB title] (hereinafter called “the Bid”):
AND WHEREAS it has been stipulated by you that the Bidder shall furnish you with a Bank
Guarantee by a recognized bank for the sum specified therein as security in the event that the Bidder:
a)
b)
c)
d)
Fails to sign the Contract after UNDP has awarded it;
Withdraws its Bid after the date of the opening of the Bid;
Fails to comply with UNDP’s variation of requirement, as per ITB Section F.3; or
Fails to furnish Performance Security, insurances, or other documents that UNDP may require as
a condition to rendering the contract effective.
AND WHEREAS we have agreed to give the Bidder such this Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Bidder, up to a total of [amount of guarantee] [in words and numbers], such sum being payable in
the types and proportions of currencies in which the Price Bid is payable, and we undertake to pay you,
upon your first written demand and without cavil or argument, any sum or sums within the limits of
[amount of guarantee as aforesaid] without your needing to prove or to show grounds or reasons for
your demand for the sum specified therein.
This guarantee shall be valid until a date 30 days from the date of validity of the bids
SIGNATURE AND SEAL OF THE GUARANTOR BANK
Date .......................................................................................................................
Name of Bank .........................................................................................................
Address .................................................................................................................
35
Section 8: FORM FOR PERFORMANCE SECURITY14
(This must be finalized using the official letterhead of the Issuing Bank. Except
for indicated fields, no changes may be made in this template.)
To:
UNDP
[Insert contact information as provided in Data Sheet]
WHEREAS [name and address of Contractor] (hereinafter called “the Contractor”) has
undertaken, in pursuance of Contract No. Click to enter dated Click to enter , to deliver the
goods and execute related services Click here to enter text. (hereinafter called “the Contract”):
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor
shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as
security for compliance with his obligations in accordance with the Contract:
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you,
on behalf of the Contractor, up to a total of [amount of guarantee] [in words and numbers],
such sum being payable in the types and proportions of currencies in which the Contract Price
is payable, and we undertake to pay you, upon your first written demand and without cavil or
argument, any sum or sums within the limits of [amount of guarantee as aforesaid] without
your needing to prove or to show grounds or reasons for your demand for the sum specified
therein.
This guarantee shall be valid until a date 30 days from the date of issue by UNDP of a
certificate of satisfactory performance and full completion of services by the Contractor.
SIGNATURE AND SEAL OF THE GUARANTOR BANK
Date .......................................................................................................................
Name of Bank .........................................................................................................
Address .................................................................................................................
14
If the RFP requires the submission of a Performance Security, which shall be made a condition to the signing and effectivity of
the contract, the Performance Security that the Bidder’s Bank will issue shall use the contents of this template
36
Section 10: Form for Advanced Payment Guarantee15
(This must be finalized using the official letterhead of the Issuing Bank. Except
for indicated fields, no changes may be made in this template.)
_____________________________ [Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary:
_________________ [Name and Address of UNDP]
Date: ________________ ++++++++++++++
ADVANCE PAYMENT GUARANTEE No.:
_________________
We have been informed that [name of Company] (hereinafter called "the Contractor") has entered into
Contract No. [reference number of the contract] dated [insert: date] with you, for the provision of [brief
description of ITB requirements] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, an advance payment in
the sum of [amount in words] ([amount in figures]) is to be made against an advance payment
guarantee.
At the request of the Contractor, we [name of Bank] hereby irrevocably undertake to pay you any sum
or sums not exceeding in total an amount of [amount in words] ([amount in figures])16 upon receipt by
us of your first demand in writing accompanied by a written statement stating that the Contractor is in
breach of its obligation under the Contract because the Contractor has used the advance payment for
purposes other than toward providing the goods and related services under the Contract.
It is a condition for any claim and payment under this guarantee to be made that the advance payment
referred to above must have been received by the Contractor on its account number ___________ at
[name and address of Bank].
The maximum amount of this guarantee shall be progressively reduced by the amount of the advance
payment repaid by the Contractor as indicated in copies of certified monthly statements which shall be
presented to us. This guarantee shall expire, at the latest, upon our receipt of the monthly payment
certificate indicating that the Consultants have made full repayment of the amount of the advance
payment, or on the __ day of ___________, 2___, 20__ whichever is earlier. Consequently, any
demand for payment under this guarantee must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.
_____________________
[signature(s)]
15
This Guarantee shall be required if the Contractor will require advanced payment of more than 20% of the contract amount,
or if the absolute amount of the advanced payment required will exceed the amount of USD 30,000, or its equivalent if the price
offer is not in USD, using the exchange rate stated in the Data Sheet. The Contractor’s Bank must issue the Guarantee using the
contents of this template.
16
The Guarantor Bank shall insert an amount representing the amount of the advanced payment and denominated either in the
currency/ies of the advanced payment as specified in the Contract.
37
Note:
All italicized text is for indicative purposes only to assist in preparing this form and shall be
deleted from the final product.
38
Annex 1.1.1
SCOPE OF WORKS
LOT 1: NLDP/83642/MUL/01/01/2013
1. Scope of Work
NLDP/83642/MUL/01/D: The scope of the work is to reconstruct the paddy processing centre
(rice mill) at Oddankulam in Manthai East Divisional Secretariat Division, Mullaitivu District.
The Buildings will have 8450.00 Sq.ft of floor area. The buildings have to be reconstructed with
reference to the attached drawing and bill of quantities. The contractor shall make use of the
labour of the local community by paying daily wages while the contractor attends to the other
works with the project and should mobilize the total resources and implement the project in
accordance with the bill of quantity and technical guidelines provided by UNDP. Also note that
the industrial cum domestic wiring component will be done at the time of the installation of
machineries.
2. Topography of Sites
NLDP/83642/MUL/01/D: This work site is located in Oddankulam which is situated in
Mul/14(Ponnagar) under the administrative area of Manthat East Divisional Secretariat Division
in Mullaitivu. Mul/14 Ponnagar consists three villages namely Ponnahar West, Muriyakulam
and Oddankulan. Oddankulam is located around 74 km from Mullaitivu Town, 26 Km from
Mankulam A9 road junction and 7 Km from Malavi Town. Travel by public transport takes
around 4 hours to reach Mullaitivu town and 2 hours to Mankulam. Malavi is the closest
business centre for the villagers in the division which is around 7 Km. Ponnagar is bordering
Poovarasankulam on the East, Thunukai on the West, Vinayahapuram on the North and
Siraddikkulam on the South.
3. Bill of Quantities/Technical Specifications
The Bill of Quantities is attached herewith.
The Contractor shall adhere to the standard UNDP regulations / ICTAD “Specifications for
Building Works” and all contractors should have minimum of C5/M4
/M4 level of ICTAD registration
in the field of Building.
4. Construction Design Drawings
The Design Drawings are attached herewith.
5. Site Plans/Locations
The site plan/existing building pictures with exact location of project site is attached herewith.
The contractor can visit the exact project location before the submission of bid.
6. Period of Implementation
Five (05) months will be given to implement the project from the date of sign the contract.
ANNEX 1.2.1
PRICING PREAMBLES (GENERAL)
1. The bidder should allow against the items or in the prices for everything contained in this Bill of
Quantities which has a monetary value.
2. Lump sums shall not be given where unit rates are applicable.
3. Unit rates and extensions shall be given in Sri Lankan Rupees (SLR) to a maximum of two places
decimals.
4. The various documents collectively referred to herein as the Bills of Quantities jointly constitute
the Bill of Quantities referred to in the Conditions of Contract.
5. The method adopted in the preparation of bills of quantities shall be adopted for remeasurement of completed works.
6. Works have been measured net as fixed in position and each measurement shall be taken to
the nearest 10millimeters.
7. Items in the preamble section of this bill of quantities are deemed to qualify and to form part
of every description of measured work to which they refer including composite items.
8. The Contractor shall not use this-Bill of Quantities as a Construction programme or for the
purposes of ordering materials or arranging Sub-Contracts. The references for these activities
shall be the drawings, specifications and instructions issued by the Engineer.
9. The descriptions in the Bills of Quantities are for identification purposes only and the
Contractor is referred to the Drawings, Specifications and Schedules for complete information
regarding all relevant descriptions, quality, dimensions, capacities, design parameters and the
like.
10. These pricing preambles are a standard and comprehensive set and hence may exceed the
requirements of this particular project.
11. The Quantities given in the Bill of Quantities are estimated only and are intended to give an
indication of the extent of the work to be carried out. Payment will however be made on
Measure and pay basis.
12. The Quantities set out in the Bill of Quantities are provisional and cover the approximate scope
of the work, which is anticipated to be performed by the Contractor.
13. The rates and prices entered in the Bill of Quantities shall, except in so far as it is otherwise
provided under the Contract include cost of all constructional plant, supervision, materials
erection and maintenance, duties/levies together with all general risks, liabilities and
obligations as set out or implied in the Contract.
14. The rate or price shall be entered against each item in the Bill of Quantities, whether quantities
are stated or not. The cost of items against which Contractor has failed to enter rate or prices
shall be deemed to be covered in other rates and prices in the Bill of Quantities.
15. The whole cost of complying with the provisions of the Contract shall be included in the items
provided in the Bill of Quantities and where no items are provided the cost shall be deemed to
be distributed among the rates and prices entered for the related items of work.
16. General directions and descriptions of work and materials are not necessarily repeated nor
summarized in the Bill of Quantities. Reference to the relevant sections of the Contract
Document shall be made before entering prices each against item in the priced Bill of
Quantities.
1
17. Provisional sums included and so designated in the Bill of Quantities shall be expended in whole
or part at the direction and discretion of the Engineer in accordance with the stipulation made
under General Conditions of Contract and/or Particular Conditions of Contract.
18. Where the determination for payment purposes of the quantity of any item of work depends
upon the measurement of existing features or ground levels and the like, then prior to carrying
out any operations which might affect such measurement, the Contractor shall first take such
levels and measurements as the Engineer may direct and, after the Engineer has had the
opportunity to check the same, they shall be certified as agreed by both the Engineer and the
Contractor. In the event that the Contractor fails to observe the above procedure, the Engineer
shall determine the quantity to be assumed for payment purposes using the best information
available to him, and his decision in the matter shall be final.
19. Tenderer should visit the site and acquaint themselves with all existing conditions, the nature
and extent of work to be done under this contract ascertaining the conditions governing access
to the site, the extent of work and accordingly include for, in their prices
20. The following abbreviations are used in the Bill of Quantities and shall carry the meanings as
listed hereunder:
Sqft
-
Square feet
cm
-
Centimetre
L.Ft
-
Linear feet
Sqrs
-
Squares
Millimetre
mm
m
-
Liner meter
2
-
square meter
3
m
-
cubic meter
kg
-
Kilogram
t
-
metric ton
pr
-
Pair
nr
-
Number
hr
-
Hour
P.S.
-
Provisional sum
BOQ
-
Bills of Quantities
BS
-
British Standard
m
Prices also deemed to include:
1. Rate shall be comprehensive and include for the following:
a) All obligations imposed by the Contract.
b) Complying in every respect with the requirements and the consideration of the specifications and
drawings.
c) All considerations arising from the definitions incorporated into each preamble section.
d) Labour for fixing and all associated costs.
2
e) Materials and goods & all associated costs.
f) Fixing and or fixing materials and goods in any position, hoisting to any height.
g) Use of scaffolding, plant, equipment and tools
h) Any additional labour usually associated with measured items.
i) All necessary protection of the works, removing all casings and temporary coverings and making
good and clearing away upon completion.
2. All measurements are net and the rates shall include for laps, waste, working space and trade or
traditional allowances
3. The pricing of materials shall take account of the following:
a) Pricing Preambles, Drawings and Specifications shall apply reciprocally between sections of the
works unless otherwise described.
b) Materials shall be of the best quality available unless otherwise described.
c) All materials shall be transported, handled, stored and fixed in accordance with the printed
instructions or recommendations of their manufacturer or suppliers.
d) Protection of completed work, all casing and temporary coverings and making good and clearing
away upon completion. Building paper, damp proof membrane, quilts and all non-rigid sheet
materials shall include cutting or forming holes and notchings and-extra labour of turning up at edges
and the like.
4. Duct shall include draw wires.
5. Holes, mortices, pockets, grooves, chases and the like and items described as "built in" and "cast
in" shall include making in its fullest sense and through, around, into, over and up to the items
concerned. '
6. Items described as "cut" shall include general making good similarly.
7. Where the word "allow" is used the cost of the items shall be the responsibility of the Contractor.
8.The Contractor shall obtain from all sub-contractors (where nominated or not) their requirements
for all recesses, chases, holes and the like in order that they may be built in or formed as the work
proceeds. No additional charges shall be allowed for cutting recesses, chases and holes and the like
after the construction of the works.
9. In the event of their being any discrepancies between details on drawings, descriptions in
specifications and descriptions in the bills of quantities then the rates and pricing shall be deemed to
relate to the documents order of precedence set out in the Form of Agreement.
10. The amounts set against any items of profit shall include for all costs in connection with letters of
credit, bank charges, interest charges and insurance after the materials come under the control of the
Contractor.
11. The contractor should leave the whole of the works ready for immediate occupation to the
satisfaction of the Engineer including the following:
a) Cleaning and touching up the buildings both inside and out, leaving all surfaces free of cracks,
blemishes or splashes.
b) Easing, oiling and adjusting and making good of finishes to all fittings, doors, windows,
ironmongery and the like.
c) Cleaning and polishing all marbles, glasses, anodized aluminium and sanitary ware, including the
removal of all protective coverings, paint splashes and the like. Replacement of all or any chipped,
cracked or broken items.
3
d) Balancing of air conditioning installation where applicable
e) Removal of rubbish, debris or excess spoil from the site area and raking over and cleaning all
unused parts of the site area.
Fix Only:
The expression "fix only" used in these Bills of Quantities means that the Contractor shall provide the
following facilities:
a) Fixing shall be understood to include unloading, storing, distributing and hoisting the goods and
materials.
b) Supplying full size templates, giving and "marking dimensions and taking responsibility for their
accuracy.
c) Getting in, protecting, handling, distributing and placing in position and assembling as required.
d) Casing-up and protection, including clearing away protection on completion of the works including
sub-contractors' works
e) Full costs of replacement of any items, which are damaged, broken, lost or stolen after the
acceptance of the items from the supplier or Employer and until handing over the complete works.
f) Other necessary and usual facilities and documentation.
Supply Only:
The expression "Supply only" used in these Bills of Quantities means that the Contractor is provide for
everything as defined in relevant method of measurement in connection with such items .except
fixing in position. Supply only" shall further include:
a) Labour and all associated costs
b) Materials, goods and all associated costs
c) Provision of plants
d) Temporary works
e) Establishment charges, overheads and profits
1. SITE-PREPARATION:
1.1 Extent of site clearing shall be determined by the Engineer. No payment shall be made for
additional quantities unless the Engineer expressly required.
1.2 No trees shall be removed without consent of the Engineer.
2. EXCAVATION & EARTHWORKS
2.1 Prices also to include:
Rates for excavation shall be deemed to include for the following.
a) Excavating by whatever means are necessary including hand excavation in any kind of ground
except rock and boulder rock.
b) Leveling bottom of excavations.
c) Trimming or grading ground to produce level surfaces or surfaces to falls or slopes.
d) Compacting to bottom of excavation and to filled surfaces
e) Keeping free from water including any dewatering as necessary.
f) Any hand excavation required around existing services or the like.
4
g) Testing the bottom of excavations for foundations as instructed.
h) Testing compaction on filled surfaces where necessary
i) Backfilling with selected excavated material unless measured otherwise.
j) Removing surplus excavated material from the site and dumping at approved location. Contractor
shall arrange and obtain necessary permission from relevant authorities for disposal and dumping of
earth.
k) Contractor shall provide' due protection to avoid any damages to temporary work, any new or old
structures during excavation.
l) Necessary Planking and strutting
m) Working space if required
n) Bulking after excavation.
o) Excavating at any height or any depth
2.2 The rates for excavation of trenches for services, pipes or drain pipes shall include for deepening
and widening as necessary to enable the barrels of pipes, ducts, etc., to rest on firm ground and to
facilitate jointing:
2.3 The rates for items of imported fillings, graded gravel fillings etc, shall include for:
a) Leveling and compacting as required by the specification
b) Grading to slopes and falls
c) Special compacting to form vertical or battering faces
d) Forming sinking
2.4 Volume of excavation for pile cap shall be measured as shown in drawings, but deduction shall be
made for the volume, already excavated for pile hacking under previous contract.
2.5 The rate for filling with excavated material is deemed to include for using existing excavated
material at the site.
2.6 Excavating top soil is carried out, if the Engineer expressly required only.
2.7 Contractor shall provide 10 years guarantee for anti-termite treatment.
ROCK EXCAVATION
Rates for rock excavation shall be strictly as per specifications and to be priced accordingly.
Rates for rock excavation shall include for whole process as per specifications and leveling of the
bottom etc., by using approved equipment.
The contractor shall forward the method statement and obtain prior approval from the Engineer.
Rate shall include for cart away weathered rock to waste as directed.
Useful hard rock can be used for construction work with price adjustment, or delivered to the officer
in charge.
3. CONCRETE WORK
3.1Concrete:
3.1.1 The rates for concrete works shall include for the following:
5
a) Concrete test cubes as instructed by the Engineer and testing costs
b) Rate shall include for plant for mixing, handling, hoisting, depositing, compacting, vibrating, curing
and making good after removal of formwork.
c) Forming construction joints or the like
d) Forming joints between new concrete and existing concrete unless otherwise measured
separately.
e) Shuttering to sloping upper surfaces not exceeding 15 degrees from horizontal
g) All necessary keys to concrete surfaces to receive in-situ finishes
(h)All costs in connection with the construction of "kickers”
(i) Providing admixtures if required
j) The rates for blinding shall include for the following.
i) All necessary shuttering to edges or extra volume of concrete used in lieu of formwork.
ii) Forming sloping upper surfaces where required.
3.1.2 All concrete works shall comply with the relevant specifications, filled into formwork and well
packed around reinforcement.
3.1.3 Item for ground slab is deemed to include for thickening for partition walls
3.1.4 Concrete items are deemed to include projections, nibs, fillets and external splays
3.1.5 Concrete in suspended slabs is deemed to include up stand curbs
3.2 Formwork
3.2.1 The rates for formwork shall include for the following:
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
All cutting and waste including raking, curved or circular cutting.
Setting up strutting and supporting at any height above the structure subject to any limitations
imposed by the Engineer including all props, stays, struts, wedges and bolts etc.
Coating of shutter oil
Easing; striking, removing and cleaning the surface of concrete.
Overlaps and passings at angles and labour at intersections
Shortening struts or shapes and re-strutting or re-shoring where required.
Rubbing down, filling and making good the surface of concrete after removal of shuttering.
Cutting or notching shutters or moulds to in-situ or precast concrete around projecting
reinforcement.
Scaffolding if necessary
Formwork has been measured the net contact surface between concrete and formwork.
Formwork to beams, columns and casings deemed to include ends.
3.2.2 The rates for wrought shuttering/ shuttering to produce a special finish shall include for the
following.
a) Any necessary rubbing down or filling allowed by the specification to produce the finish required.
b) Cutting out and re-casting unsatisfactory work or work not fulfilling the requirement of the
specification or carrying out remedial or any other work required by the Engineer as an alternative to
cutting out substandard work
3.3 Reinforcement
3.3.1 The rates for bar reinforcement shall include for the following:
a) Positioning and protecting starter bars
6
b) Straightening (if required), cutting to length and bending reinforcement to required shape.
c) Cleaning and wire brushing
d) Supporting in position (chairs etc) during concreting (excluding links and stirrups)
e) Binding wire, ties and distance pieces.
f) Additional cutting and bonding in connection with holes, mortices, pockets, grooves, chases and
the like.
g) Bends, hooks and laps shall be measured with the quantities.
h) Preparation of bar reinforcement schedule for Engineer's approval before starting the work.
3.3.2 The rates for mesh reinforcement shall include for the following:
a) Straight, raking, curved and circular cutting and waste, bending to profiles and laps as required by
the drawings and specifications.
b) Supporting in position during concreting (excluding special chairs), binding wires and distance
pieces.
c) Cutting, bending and notching around all obstructions.
3.3.3 For the purpose of measurement length of bar shall be considered as 6000mm
3.4 Pre-Cast Concrete:
3.4.1 The rates for pre-cast concrete shall include for the following:
a) Provisions of moulds
b) Forming a fair face finish in accordance with the specifications
c) Hacking or forming keys to all other surfaces
d) Lifting hooks or other devices approved by the Engineer for positioning
e) Hoisting and fixing in position to approval of the Engineer.
f) Bedding jointing in mortar as specified.
g) All necessary temporary struts or supports
h) Sills and copings etc. shall include for plain ends and angles where necessary.
4. MASONRY
4.1 Brick Work, Block Work and Rubble Work:
4.1.1 The rates for block or brick walls shall include for the following:
a) Straight, raking, curved and circular rough or fair cutting, plumbing at angles, cutting and bonding
at angles, openings and intersections, building into and/or against adjacent work, wedging and
pinning up to soffits.
b) Special or concrete filled blocks at angles, door, window and openings or the like, and
intersections and load bearing wall.
c) Providing any means necessary to prevent concrete cast on hollow block work or over cavities
from falling into voids or cavities (subject to the approval of the Engineer)
d) Preparation of surface to receive any external wall finish.
e) Grouting up at back of walls built against other construction.
f) All necessary cast in wall ties at junction between block work and concrete or between
brickworks and concrete.
g) All necessary expansion, contraction joints, slips strip or the like.
7
h) Measures to prevent cracks at joints of different materials and at joints between new and existing
work.
i) Providing pipe sleeves through walls.
j) Preparation of existing surface for proper bonding.
k) Scaffolding if necessary
l)
Reinforcement to in fill RCC concrete
m) Stiffeners for all 115mm thick walls exceeding 2400mm length and up to the ceiling height.
n) Builder's work in connection with services.
4.1.2 The rates for block walls and brick walls shall include for the following additional Labourers.
a) Cutting or forming chases or grooves for slabs, partitions, staircases, etc.
b) Cutting grooves for water bars, flashings and the like and making good and pointing in similar
mortar.
c) Building in or cutting and pinning in and making good ends of lintels, brackets, Timber, steelwork,
and the like.
d) Building in or cutting for and making good around pipes, ducting, fittings and the like
4.1.3. Brick walls are deemed to include walls in external ducts.
5. WATERPROOFING:
5.1 The rates for work in this section shall include for the following:
a) Remove all loose and foreign materials and clean surface to receive water proofing materials.
b) Laps, seams and narrow widths, straight, raking curved and circular cutting and all
consequent wastage, fillets, arises, angles, chases for tucking in etc., returned ends and
dressed ends on flashings, dressing up over up stands and around and into gargoyles,
rainwater outlets, vent pipes and the like.
c) Any additional or special materials at construction joints, expansion joints, edges and corners
etc.
d) Repairing surface cracks and filling uneven surface with approved materials.
e) Base screed, temporary screed and protection screed unless measured separately.
f) Tropical grade mastic pointing to all wall flashings.
g) Testing as per Engineer's Instructions
h) Work to be done as per standard details necessary for complete system but not measured.
i) Providing all necessary tools and any other equipment required as recommended by the
manufacturer.
j) Providing product samples, finished specimen areas etc., as required by the Architect
k) Forming or chasing groves, into masonry walls, concrete walls, concrete walls and slabs
rebates etc., where necessary and turning waterproofing materials into chases and pointing
as specified
l) Lining to rain water outlets, cesspools, brackets, collars and filling around pipes, railing
standards and the like
m) Cutting to line and jointing new to old asphalt
n) Obtaining manufacturer’s supervisory/consultancy services if necessary and providing and
acceptable guarantees for 10 years in the name of the employer for the product and the
workmanship.
o) Submitting a detailed set of shop drawings approved by manufacturer to incorporate all
construction and expansion joints as shown in drawings, structural and services elements,
other details encountered in the areas to be waterproofed and with details against
settlements between two buildings with reference to manufacturer’s proprietary details,
specials and techniques. The arrangements shown in tender drawings are for proposes of
guidance only and not construction drawings.
8
p) Working at any given height.
q) Application of water proofing materials to specifications and manufacturer’s
recommendation and as per approved shop drawings to cover all surfaces including angle
fillets, chasings, sealing of construction joints and expansion joints, settlements joints etc.
r) Submitting pre-shipment certificates by an acceptable international Surveyor certifying the
product with respect to :i. Source and country of manufacture.
ii. Country of Origin
iii. Conformity to specification
iv. Conformity to system offered
v. Conformity to the product offered.
6. STRUCTURAL STEEL WORK
6.1 The rates for metal work shall include for the following:
a) All fabrications and erections
b) Preparation of shop drawings and obtaining approval from the Engineer.
c) Angles and ends
d) Application of two coats of anti-corrosive and paint to Engineer's approval
e) Holes, notches, slots and the like
f) Fixing with appropriate non-corroding countersunk screws including holes unless otherwise
described.
g) Riveted and bolted work shall include rivets, bolts and holes.
h) Approved protection to cut ends or holes in galvanized work or other applied finish.
i) Metal door frame shall include for assembling, fixing with clamps, and filling with
mortar, temporary supports and removal of base ties.
j) Floor plates, duct covers and the like shall include narrow widths laying in position
and for all holes, slots and the like making good.
7. NON-STRUCTURAL STEEL WORK
7.1 All items in structural steel work shall equally apply to "Non -Structural Steelwork"
7.2 The rates for steel Work shall include for the following:
a) All fabrications and fixing in positions
b) Uncovering, cleaning and polishing
c) Preparation of shop drawings and obtaining approval from the Engineer.
d) Sub frames if specified
e) Beadings and sealant as required
f) Rates for doors and windows shall include for approved high quality ironmongery
with master key system as specified.
8. WOODWORK
8.1 Woodwork shall be deemed to be fixed with non-corroding nails and screws unless otherwise
described.
8.2 The rates for woodwork shall include for the following:
a) Working to size and shape including short lengths, mitres and ends.
9
b) All joints in the running length including structural joints.
c) Cutting and fittings to steelwork, trimming around openings, notchings, boring and sinking.
d) Treating all timber by vacuum pressure impregnation with copper chrome boron (CCB)
preservatives or equivalent.
8.3 Sizes given are nominal unless stated "finished size"
8.4 Doors and Windows
Rates are deemed to include for master key system as specified.
8.5 Glazed doors and windows are deemed to include;
a) Panes of any size
b) All straight, raking, curved and circular cutting and all consequent wastage
c) Patterned and wired glass shall include aligning adjacent panes
8.6 Each door and window sash shall be fitted with the accessories indicated in the specification and
schedule and no extra payment whatsoever will be made for any standard fittings and accessories
even if such are not incorporated in the specification, schedule and detail drawings.
9. ROOF COVERING & ROOF PLUMBING
9.1 L Rate for roof covering shall include for;
a) J bolts, washers, nuts and all necessary fixing accessories
b) Forming opening for ventilators/ extractions
c) Straight, raking or curved cutting
d) Forming required shape (pitched or curved)
9.2 Rate for eave gutter shall include for;
(a) G.I fixing brackets at 300mm intervals unless stated otherwise
(b) Gutter end caps
(c) Extra material and labour on jointing with down pipes
(d) Any special joints and connections
(e) Gutters to straight or curved on plan
9.3 Rate for down pipes shall include for;
(a) G.I fixing brackets at 300mm intervals unless stated otherwise
(b) Extra labour and material in connection with making bends
(c) Any special joints and connections
(d) Pipes to vertical or angle
10. PLUMBING & SANITARY INSTALLATION:
10.1 The unit prices for furnishing, laying and jointing UPVC pipes shall be deemed to include, but not
limited to the cost of excavation in trenches, covering joints in cement concrete grade 15 using 25
mm graded aggregate where necessary, refill of the excavated trenches in compacted layers not
exceeding 150 mm thick and /or chasing the pipes in walls and columns covering up and finishing
10
and/or embedding pipes in concrete columns and slabs and/or fixing pipes to undersides/ soffits of
slabs and vertical faces of columns and walls with brackets and/or taking
the pipes through rubble masonry foundations and/or block work / brick walls and/or concrete slabs
by means of pipe sleeves of larger size embedded therein and in addition the cost of all accessories
and fittings such as sockets, bends, elbows, tees, Y junctions, end caps and cleaning eyes, except such
items as are listed hereinafter which shall be measured and paid separately.
10.2 The rates for pipe works shall include for the following:
a) All cutting, short lengths
b) Elbows, bends, tees, stop ends, rodding eyes, junctions, reducers inspection opening and all other
similar fittings on pipes whatever the diameter if not measured separately.
c) Pipe sleeves through walls
d) Thrust blocks as required
e) Builders work
10.3 The rates for pipes in trenches shall include;
a) Concrete or granular bed & surrounds to pipes and any necessary formwork as required by the
Specifications.
b) Caution tapes and tiles as specified.
c) Excavation of trenches. The rates for excavating trenches shall include for all related work
described in preambles for excavation and earth work.
10.4. Rates for structures such as manholes, chambers, gullies, septic tanks, soakage pits shall include
for concrete, formwork, reinforcement, brick walls, excavation including related work described in
preambles for excavation and earthwork, piping, haunching and benching and all related work as
shown on detail drawing.
10.5The rates for sanitary fittings and accessories shall include for the following unless otherwise
measured separately.
a) Assembling component parts including suitable bedding compounds
b) All necessary plugging and brass screwing.
c) Joints to water services with straight or bent proprietary connection
d) Joints to waste soils or drain pipes with approved proprietary connections.
e) Cleaning off all protective wrappers and leaving ready for use.
f) Leaving taps and valves greased, clean and in full working order.
g) Builders work
10.6It shall be the responsibility of the Contractor to do all the necessary co-ordination work and
obtaining of the necessary water supply/sewer connections from the relevant authorities unless
otherwise measured separately.
11. ELECTRICAL INSTALLATION
11.1 The rates in general shall include for the following:
a) All cutting, short lengths and small quantities
b) All considerations arising from the specification
c) Fixing conduits and ducts.
d) Pipe sleeves through walls
11
e) Assembling component parts.
f) Cleaning off protective wrappers and leaving ready for use.
g) Leaving all equipment etc, clean and in full working order.
h) Draw wires in empty conduits
i) Supply, installing, testing and commissioning of the system for power and lighting complete to
working order and to the entire satisfaction of the Engineer and the relevant authorities unless
otherwise measured separately.
j) It shall be the responsibility of the Contractor to do all the necessary co-ordination work and
obtaining of the electrical power connections from the relevant authorities unless otherwise
measured separately.
k) Laying and jointing of conduits
l) Cutting, trimming, dressing, connection cables, cutting holes and chases in brick/concrete works
and connecting cable with accessories.
m) chasing in walls, columns and slabs for conduits
n) Covering up and making good the surfaces
o) Fixing conduits underside of soffits and surfaces of walls by means of brackets
p) Drilling holes of required sizes in walls and slabs for through conduits and such other items of
works necessary to be done for a complete installation.
11.2 Rates for cables and ducts in trenches shall include concrete or granular bed & surrounds caution
tapes, cover tiles etc, as required by the Specification.
11.3 Rates for mechanical and electrical equipment, plant or the like to include for all necessary
connections to power supply.
11.4 All materials, equipment, wiring and workmanship shall confirm to local codes and
.specifications, BS standards/ latest I.E.E. regulations and complying with Ceylon Electricity Board
requirements
11.5 Rates for point wiring shall include for all cables, switches (1 way or 2 ways as necessary),
junction boxes, conduits, switch boxes, clips, earth cables, draw wires, wiring accessories, Screws,
nails, hardware, fixing and insulating materials, cutting holes, chases make good the same in all
trades, holders, ceiling boxes, flexible codes and other wiring accessories required up to the final
fixing point wherever necessary.
12. FLOOR&WALL FINISHES
12.1 General:
The rates for all work in this section shall include for the following;
a) Preparation of surfaces for proper bonding
b) Straight, raking, curved and circular cutting and all consequent wastage.
c) All setting out temporary rules, screeds, templates and supports.
d) Curing and cleaning off/down upon completion
e) Spacers, cover guards etc. to tiling or the like
f) All labours and making good around pipes, ducting and fittings and the like
12
g) Brushing and cleaning off and damping down all backgrounds
h) Square and rounded edges, floor and ceiling junctions, making good to frames and the like.
i) Dubbing out as necessary to take up tolerances in the structure and cambers in floors and the like
j) All feature grooves or the like.
k) All construction joints including sealant.
l) Cutting and grinding edges of tiles/ granite as necessary.
m) Providing grooves between tiles which are not less than 2 mm using tile spacers.
n) Using tile adhesives as directed by the Engineer.
12.2 Floor finishes:
a) Ceramic or clay tiles are deemed to include rounded edges tiles and special tiles if required by the
Engineer.
b) Rate for floor tiling shall include for laying to pattern and design
c) Rate shall include for preparation of sample panels of different finishes for approval
d) Item is deemed to include laying tiles on curb and edges.
e) Rate shall include for forming grooves and extra labour and materials on expansion
Joints.
f) Item is deemed to include curing, cleaning on completion and protection
g) Item for finishes to steps shall include for forming nosing.
12.3 Wall Finishes:
a) Rate for in-situ finishes shall include for;
1. Providing angle beads, end beads and wire mesh on different surfaces as directed by the
Engineer
2. Providing grooves on surfaces between different surfaces as directed by the Engineer
3. Builders works in connection with services
b) Item for plastering to walls is deemed to include door/ window reveals and returns
c) Plastering to columns associated with walls shall be measured as plastering to walls
d) Plastering to beams associated with walls shall be measured as plastering to walls
e) Item is deemed to include finishes to rebates, grooves, chamfers, external and internal
splays and nibs unless measured separately.
f) Rates shall include for all temporary rules, screeds, grounds etc., for raking out joints of new
brickwork or hacking new concrete for key. Internal and coved angles, joints between different
surfaces and between new and old plastering, arises, quirks, inter sections between curved or
irregular surfaces etc., and all making good around pipes, sanitary fittings and similar fixtures.
g) Rate for plasterwork shall include for expanded metal or the like in areas of different modes of
construction. (eg. Block work and concrete work.)
h) Leaving soffits of slab of even finish to receive ceiling finishes.
i) Rates shall include for making adequate space for drawing of all conduits of walls and partitions.
13
k)Fair joints, outlets, working over and around obstructions, pipes and the like into recesses and
shaped inserts, forming shallow channels, bonding agents where included with the work, dividing
strips where applicable, all extra work necessary for patterned work, are deemed to include where
applicable with the items.
l) Treads and risers are deemed to include fair edges, internal and external angles.
j) Strings and aprons are deemed to include ends, angles, ramped and wreathed covers.
k) Skirting, kerbs and edges of floors are deemed to include fair edges, rounded edges, covered
junctions, angles and the like.
Rates for plaster works shall include for
a) Repair all plaster cracks as directed by the Engineer with application of galvanized wire mesh
where appropriate.
b) Prior to repairs to any plasterwork, the area to be re-plastered must be isolated from the rest
of the plasterwork, to prevent cracks propagating in to adjacent areas, by cutting a groove in
the plaster up to the brickwork.
c) All materials removed from buildings to be protected carefully from element until takeover
by the Employer.
13 PAINTING
13.1 All paint materials shall be best quality and shall be products of recognized manufacturer
approved by the Engineer.
13.2 All surfaces to be painted shall be prepared as directed and the prepared surfaces shall be
approved by the Engineer before painting.
13.3 The rates for painting shall include for the following:
a) Preparation of surfaces which shall include for surface filling.
b) Smoothing, knotting, stopping etc.
c) Protection of floors and fittings, removing and replacing door and window fittings if required and
cleaning upon completion and the like.
d) Sample painting in different colour and on different surfaces as required by the Engineer
e) Work on "Woodwork" shall include both soft wood and hardwood.
f) Unless of a differing specification, work shall be deemed to cover internal or external painting.
g) Work to curved surfaces.
f) Preparation of surfaces cleaning down, smoothing knotting, stopping etc.
g) removing existing paintwork from wall and timber (door window frames, sashes, architraves,
skirting, cornices etc.) surfaces cleaning and preparing the surface to receive the paint.
h) Painting in metal work is deemed to include work to attached holder bats, fastenings and the like.
i) Work to services is deemed to include work to saddles, pipe hooks, holder bats, conduit box and the
like.
j) Painting door and window reveals unless otherwise measured separately.
14
Transition Recovery Programme
BOQ-Summary sheet
Srilanka
Title of the Projects
ReConstruction of Rice Mill at Oddankulam
Project No
NLDP/ 83642/MUL/1
Site Location
Oddankulam, Panankamam
District
Mullaitivu
Item
No
A- Preliminaries
1
Description
Sub total(LKR)
280,000.00
1. Construction of Machine Room
2
1A- Earth work
3
1B- Concrete Work
4
1C-Masonary Work
5
1D- Plastering Work
6
1E- Roof Work & Iron Mongery
7
1G- Doors & Windows
8
1H- Painting
Sub Total-1
2. Construction of Cleaning Room Unit
9
10
11
12
13
14
2A- Earth work
2B- Concrete Work
2C- Masonry Work
2D- Plastering Work
2E- Roof Work & Iron Mongery
2F- Painting Work
Sub Total-2
3.Re-Construction of Store
15
16
17
18
19
20
21
3A-Earth Work
3B-Concrete work
3C-Masonrywork
3D-Plastering Work
3E-Roof work & Iron Mongery
3F-RCC Precast Fanlights
3G-Painting Work
Sub Total-3
4.Construction of Boiler Room
22
23
24
25
26
27
4A-Earth Work
4B-Concrete work
4C-Masonrywork
4D-Plastering Work
4E-Roof work & Iron Mongery
4F-Painting Work
Sub Total-4
28
29
30
31
32
33
34
5C.Construction of Latrine, Septic Tank & Soakage Pit
5A-Earth Work
5B-Concrete work
5C-Masonrywork
5D-Plastering Work
5E- Iron work
5F-Painting Work
5H- plumbing work
35
36
37
38
39
40
41
42
Sub Total-5
6.Repairing of Drying bed, Construction of Motor room,
Transformer Room,repairing of well, repairing of soaking tank,
construction of soaked water filtering system, fixing steel
overhead tank stand, fencing, Construction of Hume pipe Cart
crossing
6A- Earthwork & site clearing
6B- Concrete work
6C- Masonry work
6D- Plaster & render work
6E- Iron work
6F- Plumbing work
6G-Painting work
6J- External work
Sub Total-6
Sub Total ( Priliminaries + Net Total 1-6)
Add
Contingencies ( Prov sum)
910,000.00
Net Total
Less
Discount if
Bid Amount excluding Value Added Tax (VAT)
Add
Vallue added Tax (…....)%
Bid Amount including Value Added Tax (VAT)
Total in Words: _________________________________________________________________
_______________________________________________________________________________
Signature :
Name of Bidder and Official Seal :
Address :
Transition Recovery Programme
Sri Lanka
Bill of Quantity
Title of the Project
Project No.
Site Location
District
Item
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
Preliminaries
A.1
Allow lump sum for providing of third party insurance
Item
Allow
Provisional
Sum
20,000.00
A.2
Allow lump sum for workmen compensation policy
Item
Allow
Provisional
Sum
20,000.00
A.3
Allow lump sum for insurance of Property, Material & works
Item
etc
Allow
Provisional
Sum
20,000.00
A.4
Construction & maintain site office with water, electricity and
sanitory facilities throughout the implementing period and
Item
remove on completion
Allow
Provisional
Sum
50,000.00
A.5
Construct, equip & maintain temporary site store to protect
and store construction materials and equipments at site and Item
remove on completion
Allow
Provisional
Sum
50,000.00
A.6
Allow lump sum for sanitary facilities and other facilities for
workmen to create working environment in accordance with
Item
the Government Regulation and / or Municipal Authorities
and remove them on completion
Allow
Provisional
Sum
30,000.00
A.6
Allow lump sum for sanitary facilities and other facilities for
workmen to create working environment in accordance with
Item
the Government Regulation and / or Municipal Authorities
and remove them on completion
Allow
Provisional
Sum
50,000.00
A.6
Provide lump sum for the cost of necessary fencing,
hoarding, protection, night- lighting and watchmen.
Item
Allow
Provisional
Sum
25,000.00
A.7
Provide lump sum for erection of name board to giving
details of the project, client, consultant and contractor .
Item
Allow
Provisional
Sum
15,000.00
A- Preliminaries
280,000.00
1/38
Transition Recovery Programme
Sri Lanka
Bill of Quantity
Title of the Project
Project No.
Site Location
District
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Item
Description
Unit
Qty
Rate
Amount
Item
Description
Unit
Qty
Rate
Amount
1
Construction of Machine Room
1A Earth Work
Rates shall include for
(a) Levelling bottom of trenches and keeping sides plumb
(b) Back filling with selected excavated materials and consolidating
(c) Planking and struting if required
(d) Disposal of surplus earth and keeping all
excavations free from water
Manual Excavation over site to reduce level in any material
1A.1 (except rock requiring blasting ) including depositing and
levelling as directed distance exceeding 30'-0" but not
exceeding 1/4 mile.
Clearing of approach road in size of 300m length, 5m width
1A.2 to proposed building premises including formation of road
carriageway by using Motor Grader
Cube
40.00
hrs
10.00
1A.3
Anti - termite treatment in Biflex or equivalent to area 1.00
m beyond the outer line of building, before and after earth
Sqrs
filling to approved specialist contractor's specification and
technical literature. (Rate shall include for 5 years warranty).
1A.4
Wall foundation not exceeding 5'-0" deep in any soil except
rock requiring blasting, part return filled and rammed and
cart away surplus away from site
Column foundation not exceeding 5'-0" deep in any soil
except rock requiring blasting, part return filled and rammed
and cart away surplus away from site
Supplying, filling, spreading, watering &
1A.6 required compaction of Gravel under the floor.
1A. 5
64.00
Cube
17.00
Cube
11.00
Cube
52.00
1A- Earth work
2/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
1B Concrete work
The rates shall include for plant for mixing, handling, hoisting, depositing, compacting etc curing and making good
after removing form work etc.
1B.1
3" thick 1:3:6(1") mix concrete for foundation & column pad.
Rate includes for hiring charges of concrete mixer, water,and
mixing, placing, vibrating and curing of concrete
3" thick 1:21/2:5(1") concrete for floor & 4" thick for side
1B.2 wall & base of machinery plat form. Rate includes for mixing,
placing, vibrating and curing of concrete
1B.3
1B.4
1B.5
1B.6
1B.7
1B.8
1:2:4(3/4"), Concreting for footing, Column & plinth beam.
Rate includes for mixing, placing, vibrating and curing of
concrete
Tor steel reinforcement to columns, footings & plinth beams
bent to shape laid in position and tied with G.I wire as
directed. 10mm & 12mm dia Tor steel for reinforcement as
per drg. Detail.
Mild steel reinforcement for columns and plinth beam- @ 6"
C/C & links for plinth beam @6" C/C.
Form work by using Sawn timber/ Plywood form for casting
of columns, footings & plinth beams. Rate includes making,
assembling, dismandling and repairing for re-use -3 uses of
mould
6"x 6" Lintol/tie beam in 1:2:4(3/4") concrete mix and
reinforced with 4Nr. Y10 dia bar & R6 stirrups @8" c/c
including reinforcenet, bent to shape laid in position and tied
with G.I wire and Form work by using Sawn timber/ Plywood
form for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
curing etc. as per details.
6"x 4" Roof band beam in 1:2:4(3/4") concrete mix and
reinforced with 2 Nr. Y10 dia bar & R6 stirrups @8" c/c
including reinforcenet, bent to shape laid in position and tied
with G.I wire and Form work by using Sawn timber/ Plywood
form for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
curing etc. as per details.
Cube
2.70
Cube
9.20
Cube
7.50
Kg
1433.00
Kg
381.00
Sqrs
22.90
L.ft
440.00
L.ft
390.00
3/38
Transition Recovery Programme
Sri Lanka
Bill of Quantity
Title of the Project
Project No.
Site Location
District
Item
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
3" thick 1:21/2:5(1") mass concrete for casting of pavement
with drainage including Form work by using Sawn timber/
1B.9 Plywood form for casting . Rate includes making, assembling, Cube
dismandling and repairing for re-use -3 uses of mould and
curing etc.
1B.10 Construction of Expansion joint using 15x70mm regiform and
15x30mm mastic sealent (flexible filler) as per the detail
L.ft
drawings.
Qty
Rate
Amount
2.60
265.00
1B- Concrete Work
1C
Masonrywork
Rates shall include for all rough and fair cutting, plumbing, angles, forming related reveals, rough arches, raking out
joints for pointing plastering etc, cutting and trimming forming or cutting chases, making good and sundry items of a
like nature.
1C.1
6"-9" Random Rubble masonry work in cement mortar 1:5 in
foundation
Cube
16.83
1C.2
3/4" thick D.P.C. in cement sand 1:2 finished with 2 coats of
D.P.C. tar and blinded with sand.
Sqrs
1.20
6" thick Block work in 1:5 ct sand mix by using sandcrete
blocks casted with 1:7 cement sand mix including required
1C.3 curing (on the request of Engineer Compressive strength
reports to be produced by contractor) rate shall include for
provision or casting of blocks
Sqrs
40.00
1C-Masonary Work
4/38
Transition Recovery Programme
Sri Lanka
Bill of Quantity
Title of the Project
Project No.
Site Location
District
Item
1D
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
Plastering Work
Rates shall include for all temporary rules, screeds, grounds etc. for raking out joints of new brick work or hacking
new concrete for key internal and coved angles, joints between different surfaces and between arises and all making
good around pipes, electrical fittings, sanitary fittings etc.
1D.1
1/2" thick plastering in 1:4 cement / sand mortar for the
internal wall finished smooth.
Sqrs
51.20
1D.2
5/8" thick plastering in 1:4 cement / sand mortar for the
external wall finished smooth.
Sqrs
29.90
1D.3
1/2" thick rendering in 1:2 cement / sand mortar & with 1/8"
thick red cement screed finished smooth.
Sqrs
33.30
1D.4
1/2" thick plastering in 1:2 cement / sand mortar to columns
& beams.
Sqrs
1.00
Sqrs
15.40
Plinth plaster of 1/2" thick in 1:3 cement / sand mortar
1D.5 finished smooth with red cement floating to drainage,
pavement & plinth.
1D- Plastering Work
5/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
1E
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
Roof work & Iron Mongery
ROOFING:Supply and fix zinc aluminium colour bond roofing complete with
installations as per drg. detail / Engineers instruction.
TRIMDEK-HI-TEN ZINCALUM roofing sheet 4.4kg/m2, with
thickness of 0.42 mm in base metal and total thickness 0.47
mm with coating from BHP steel lanka or equivalent. Roofing
sheets laid with minimum 18" end laps on steel 'C' purlins
1E.1 with 3mm thick heat insulation foil & 3"x3" Galvanized net in
between and fixed using No:14-10x75 mm hexagonal head
type 17 self drilling screws with seal or bonded washers to
required size all as per detail drawing. (C-purlins will be paid
separately)
Sqrs.
49.30
End truss - 2/ 2" x 2" x 1/4" of 19'-2" length including 2 Nrs
1E.2 12 mm dia 9" long tor steel welded to end truss with 2 coats
of anticorrosive paint fixed to the 1:2:4(3/4") concreting
L.ft
230.00
Supplying and fixing 40 x 40 x 1.2 mm thick Steel box
sectional-purlin not exceeding 4'-0" centers and joints should
1E.3 be neatly welded, purlins welded into 50mm wide
40x40x4mm angle iron cleat . All cleats should be welded on
the trusses.
L.ft
304.00
Supplying and fixing 100 x 50 x2 mm thick Steel Lipped
Channel C-purlin not exceeding 4'-0" centers and joints
should be bolted with 2 Nrs. 1/2" dia bolts & nuts, purlins
1E.4
welded into 100mm wide 65x65x6mm angle iron cleat and
provide 12mm dia steel tie rods wherever needed. All cleats
should be welded on the trusses.
L.ft
1536.00
Fabricate 30'-0" span steel web truss with 2/2"x2" x1/4"
frame work and 5/8" dia torsteel internal members and 2
1E.5 coats of anticorossive paint and fix in position etc also apply
prime coat and two coats of anticorrosive paint to the steel
as per drg. /Engineers instruction.
Nr.
8.00
Fabricate 11'-9" span steel web truss with 11/4" dia GI pipe
frame work and 5/8" dia torsteel internal members and 2
1E.6 coats of anticorossive paint and fix in position etc also apply
prime coat and two coats of anticorrosive paint to the steel
as per drg. /Engineers instruction.
Nr.
4.00
6/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Providing steel doors consisting of 3/4" x 1/4" flat iron 3/4"x
1/4" C- channel horizontal member, 11/4"x 11/4" x 1/4"
angle iron at bottom, both edges and top each 2 Nos welded
together in order to run the wheel and racer, 3/4"x 3/4" box
1E.7 iron 1/2" x 1/2" box iron 3mm thick M.S. plates, closed with
18 gauge spacial plate, with necessary items, lock set
arrangement and necessary racer and wheel etc 2" x 1/4"
revert should used) all complete to working order. ( Including
applying 2 coats of anticorrosive paint)
ft2
80.00
Providing steel framed grill consisting of 11/4"x 11/4" x 1/4"
angle iron at bottom, both vertical edges, mid and top each
welded together in order to fixed the 6mm thick M.S. steel
1E.8 rod at the interval of 2" tranverse direction to make the grill
net all complete to working order. ( Including applying 2
coats of anticorrosive paint) Fixing & welding charges
included.
ft2
432.00
9" wide 0.47mm thick Zinc aluminium coated steel plate
1E.9 barge board fixed complete with necessary brass screws
with the needed accessories.
L.ft
102.00
6.5" x 5.5" Square type Grade-B 0.47mm thick Zincalum
1E.10 coated steel plate eaves gutter fixed with the support of steel
brackets at 18" centres & needed accessories.
L.ft
268.00
Supply and fix 4"x4" box 0.47mm thick Zinc aluminium
coated steel plate down pipe along with the wall and clipped
1E.11
/ fastened not exceeding 3'-0" interval with steel bracket to
the Engineers approval.
L.ft
264.00
Supply & fix Industrial Roller Shutter which are made up of
interlocking slats in standard 76 x 1.2mm thick Hot dip
1E.12
galvanised epoxy powder coated steel slats.(according to
SABS 1461 specification)
Sq.ft
252.00
Rate
Amount
1E- Roof Work & Iron Mongery
7/38
Transition Recovery Programme
Sri Lanka
Bill of Quantity
Title of the Project
Project No.
Site Location
District
Item
1G
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
DOORS & WINDOWS
Door, window and fanlight frames and sashes Special Class timber, Jak, Mahogany, Teak or approved equivalent.
All exposed faces of timber are to be wrot. The sizes given below are nominal without allowance for planning except
where described as finished sizes.
Rates for doors, windows and fanlights unless otherwise specified shall include for heavy quality brass furniture with
oxidized finish of approved manufacture.
Supplying & fixing window with 33/4"x23/4" frame and
mullious, compresing two nos of 11/8" to 11/4" thick sashes
1G.1 obscure glass in special upper class-1 timber or equivalent
fixed complete with brass furnitures. Type-W1 Rate included
for fixing 5/8" dia. M.S rode horizontally at 4" Crs .as security
bars with applying of two coads of anticorosive paint.
Nrs
Supply & fix 3'-3"x6'-9" Panelled door door with 4"x3" frame
and 11/8"thick sash in teak timber or approved equivalent,
1G.2
Nrs
including all best quality stainless steel lock set, with knob,
hinges, bolts etc. and apply one coat of primer two coats of
enamal paint as directed by the Engineer.
4.00
3.00
1G- Doors & Windows
1H
Painting Work
Rates shall include for all preparation of surfaces, cleaning down, smoothing etc protection of floors cleaning
furniture and doors/ windows upon completion. Note: Paint: C.I.C. paint or equvalent approved by Engineer.
1H.1
Prepare surface and apply one coat alkali resistant primer
and two coats of emulsion paint of approved quality & colour
to internal face of the wall
Prepare surface and apply one coat primer and two coats of
1H.2 weather shield emulsion paint of approved quality & colour
to the external face of the wall
Prepare and apply one coat wood primer and two coats of
1H.3 enamel paint approved colour to exposed faces of Doors,
Windows & Security bars
1H- Painting
Sqrs
51.20
Sqrs
29.90
Sqrs
2.01
8/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
2 Construction of Cleaning Room
2A
Earth Work
Rates shall include for
(a) Levelling bottom of trenches and keeping sidesplumb
(b) Back filling with selected excavated materials and consolidating
(c) Planking and struting if required
(d) Disposal of surplus earth and keeping all
excavations free from water
Manual Excavation over site to reduce level in any material
(except rock requiring blasting ) including depositing and
levelling as directed distance exceeding 30'-0" but not
2A.1 exceeding 1/4 mile.
Cube
Anti - termite treatment in Biflex or equivalent to area 1.00
Sqrs
m beyond the outer line of building, before and after earth
filling to approved specialist contractor's specification and
2A.2 technical literature. (Rate shall include for 5 years warranty).
Wall foundation not exceeding 5'-0" deep in any soil except
2A.3 rock requiring blasting, part return filled and rammed and
cart away surplus away from site
Cube
Column foundation not exceeding 5'-0" deep in any soil
2A.4 except rock requiring blasting, part return filled and rammed
and cart away surplus away from site
Cube
Supplying, filling, spreading, watering &
2A.5
required compaction of Gravel under the floor.
Cube
2A- Earth work
8.00
20.00
5.00
2.68
10.00
9/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
Concrete work
The rates shall include for plant for mixing, handling, hoisting, depositing, compacting etc curing and making good
after removing form work etc.
3" thick 1:3:6(1") mix concrete for foundation & column pad.
2B.1 Rate includes for mixing, placing, vibrating and curing of
concrete
Cube
0.90
2B
2B.2
3" thick 1:21/2:5(1") concrete for floor. Rate includes for
mixing, placing, vibrating and curing of concrete
1:2:4(3/4"), Concreting for footing and Column. Rate includes
2B.3 for mixing, placing, vibrating and curing of concrete
Tor steel reinforcement to columns, footings & plinth beams
bent to shape laid in position and tied with G.I wire as
directed. 10mm & 12mm dia Tor steel for reinforcement as
2B.4 per drg. Detail.
Mild steel reinforcement for columns and plinth beam- @ 6"
2B.5 C/C & links for plinth beam @6" C/C.
Form work Sawn timber/ Plywood formwork. includes
making, assembling, dismandling and repairing for re-use -2
2B.6 uses of mould for casting
Cube
1.80
Cube
1.90
Kg
642.34
Kg
69.34
Sqrs
6.20
6"x 9" Plinthbeam in 1:2:4(3/4") concrete mix and reinforced
with 4 Nr. Y10 dia bar & R6 stirrups @6" c/c including
reinforcenet, bent to shape laid in position and tied with G.I
wire and Form work by using Sawn timber/ Plywood form
for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
2B.7 curing etc. as per details.
L.ft
100.00
6"x 6" Lintol/tie beam in 1:2:4(3/4") concrete mix and
reinforced with 4Nr. Y10 dia bar & R6 stirrups @8" c/c
including Form work by using Sawn timber/ Plywood form
for casting of columns, footings & plinth beams. Rate includes
making, assembling, dismandling and repairing for re-use -3
2B.8 uses of mould and curing etc. as per details.
L.ft
10.00
10/38
Transition Recovery Programme
Sri Lanka
Bill of Quantity
Title of the Project
Project No.
Site Location
District
Item
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
9"x 9" RCC beam in 1:2:4(3/4") concrete mix and reinforced
with 4 Nr. Y12 dia bar & R6 stirrups @6" c/c including
reinforcenet, bent to shape laid in position and tied with G.I
wire and Form work by using Sawn timber/ Plywood form
for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
2B.9 curing etc. as per details.
L.ft
15"x 9" RCC beam in 1:2:4(3/4") concrete mix and reinforced
with 4 Nr. Y16 dia bar & R6 stirrups @5" c/c including
reinforcenet, bent to shape laid in position and tied with G.I
wire and Form work by using Sawn timber/ Plywood form
for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
2B.10 curing etc. as per details.
L.ft
3" thick 1:3:6(1") mass concrete for constructing pavement &
drainage including needed Form work by using Sawn timber/
Plywood form for casting . Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
2B.11 curing etc. as per details..
cu
Qty
Rate
Amount
80.00
20.00
1.30
2B- Concrete Work
11/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
2C
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
Masonrywork
Rates shall include for all rough and fair cutting, plumbing, angles, forming related reveals, rough arches, raking out
joints for pointing plastering etc, cutting and trimming forming or cutting chases, making good and sundry items of a
like nature.
6"-9" Rubble work 1:5 ct. mix for foundation
2C.1
Cube
4.80
6" thick Block work in 1:5 ct sand mix by using sandcrete
blocks casted with 1:7 cement sand mix including required
curing (on the request of Engineer Compressive strength
reports to be produced by contractor)rate shall include for
2C.2 provision or casting of blocks
Sqrs
4.00
2C- Masonry Work
Plastering Work
2D
Rates shall include for all temporary rules, screeds, grounds etc. for raking out joints of new brick work or hacking
new concrete for key internal and coved angles, joints between different surfaces and between arises and all making
good around pipes, electrical fittings, sanitary fittings etc.
1/2" thick plastering in 1:4 cement / sand mortar
2D.1 for the internal wall finished smooth.
Sqrs
4.13
5/8" thick plastering in 1:4 cement / sand mortar
2D.2 for the external wall finished smooth.
Sqrs
5/8" thick plastering in 1:4 cement / sand mortar
2D.3 for the external column & beam finished smooth.
Sqrs
1/2" thick rendering in 1:2 cement / sand mortar & with 1/8"
2D.4 thick red cement screed finished smooth to floor.
Sqrs
Plinth plaster of 1/2" thick in 1:3 cement / sand mortar
2D.5 finished smooth with red cement floating.
Sqrs
2D- Plastering Work
4.13
8.12
12.94
1.10
12/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
2E
2E.1
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
Roof work & Iron Mongery
ROOFING:Supply and fix zinc aluminium colour bond roofing complete with
installations as per drg. detail / Engineers instruction.
TRIMDEK-HI-TEN ZINCALUM roofing sheet 4.4kg/m2, with
thickness of 0.42 mm in base metal and total thickness 0.47
mm with coating from BHP steel lanka or equivalent. Roofing
sheets laid with minimum 18" end laps on steel 'C' purlins
with 3mm thick heat insulation foil & 3"x3" Galvanized net in
between and fixed using No:14-10x75 mm hexagonal head
type 17 self drilling screws with seal or bonded washers to
required size all as per detail drawing. (C-purlins will be paid
separately)
Sqrs.
Furnish and install Ridge/Hip capping using standard ridge
2E.2 cap (Zn-Al, G550, AZ150, 0.47mm thick, colour type)
complete as per drawings
11.40
L.ft
37.00
2E.3
Supplying and fixing 100 x 50 x2.3 mm thick Steel Lipped
Channel C-purlin in Galvanized Iron not exceeding 4'-0"
centers and joints should be bolted with 2 Nrs. 1/2" dia bolts
& nuts, purlins welded into 100mm wide 65x65x6mm angle
iron cleat and provide 12mm dia steel tie rods wherever
needed. All cleats should be welded on the trusses.
L.ft
2E.4
Fabricate 20'-0" span steel web truss with 2/2"x2" x1/4"
frame work and 5/8" dia torsteel internal members and 2
coats of anticorossive paint and fix in position etc also apply
prime coat and two coats of anticorrosive paint to the steel
as per drg. /Engineers instruction.
Nr.
4.00
2E.5
Fabricate 13'-0" span steel lean roof truss with 11/4" dia GI
pipe frame work and 5/8" dia torsteel internal members and
2 coats of anticorossive paint and fix in position etc also
apply prime coat and two coats of anticorrosive paint to the
steel as per drg. /Engineers instruction.
Nr.
2.00
360.00
13/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
2E.6
2E.7
2E.8
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Supplying and fixing 40 x 40 x 1.2 mm thick Steel box
sectional-purlin not exceeding 4'-0" centers and joints should
be neatly welded, purlins welded into 50mm wide
40x40x4mm angle iron cleat . All cleats should be welded on
the trusses.
L.ft
64.00
Providing 1 Nos of 4'-0"x 8-0" size steel door consisting of
3/4" x 1/4" flat iron 1"x1 "x 1/4" C- channel horizontal
member, 11/4"x 11/4" x 1/4" angle iron at both edges,
bottom and top each 2 Nos welded together in order to run
the wheel and racer, 3/4"x 3/4" box iron 1/2" x 1/2" box iron
3mm thick M.S. plates, closed with 18 gauge spacial plate,
with necessary items, lock set arrangement and necessary
racer and wheel etc 2" x 1/4" revert should used) all
complete to working order. ( Including applying 2 coats of
anticorrosive paint)
ft2
32.00
9" wide 0.47mm thick Zinc aluminium coated steel plate
barge board fixed complete with necessary brass screws
with the needed accessories.
78.00
L.ft
6.5" x 5.5" Square type Grade-B 0.47mm thick Zincalum
coated steel plate eaves gutter fixed with the support of steel
brackets at 18" centres & needed accessories.
L.ft
Supply and fix 4"x4" box 0.47mm thick Zinc aluminium
coated steel plate down pipe along with the wall and clipped
2E.10
/ fastened not exceeding 3'-0" interval with steel bracket to
the Engineers approval.
L.ft
Furnish and fixing of coloured Zn/Al flashing, 0.47 mm thick
L.ft
2E.11 ,500 mm wide.
2E- Roof Work & Iron Mongery
Qty
Rate
Amount
2E.9
76.00
98.00
16.00
14/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
2F
2F.1
2F.2
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
Painting Work
Rates shall include for all preparation of surfaces, cleaning down, smoothing etc protection of floors cleaning
furniture and doors/ windows upon completion. Note: Paint: C.I.C. paint or equvalent approved by Engineer.
Prepare surface and apply one coat primer and two coats of
emulsion paint of approved quality & colour to internal face
of the wall
Sqrs
Prepare surface and apply one coat primer and two coats of
weather shield emulsion paint of approved quality & colour
to the external face of the wall & columns & beams
2F- Painting Work
Sqrs
4.13
12.25
15/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
3A-Earth Work
Rates shall include for
(a) Levelling bottom of trenches and keeping sides plumb
(b) Back filling with selected excavated materials and consolidating
(c) Planking and struting if required
(d) Disposal of surplus earth and keeping all
excavations free from water
Manual Excavation over site to reduce level in any material
(except rock requiring blasting ) including depositing and
levelling as directed distance exceeding 30'-0" but not
3A.1 exceeding 1/4 mile.
Cube
19.00
Demolition of unnecessary structural elements(concrete qty0.1cu, Block work-1.0 Sqr,weaker Rendering-40 sqrs) and
remove the debris from the site dispose as directed by the
3A.2 Engineer
Cube
31.00
Rate
Amount
3. Reconstruction of Store
3A
Wall foundation not exceeding 5'-0" deep in any soil except
rock requiring blasting, part return filled and rammed and
3A.3 cart away surplus away from site as directed by the Engineer. Cube
Column foundation not exceeding 5'-0" deep in any soil
except rock requiring blasting, part return filled and rammed
and cart away surplus away from site as directed by the
3A. 4 Engineer.
Cube
Supplying, filling, spreading, watering &
required compaction of Gravel under the floor.Quantified to
3A.5 compacted volume.
Cube
3A- Earth work
4.00
1.00
4.00
16/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
3B
Concrete work
The rates shall include for plant for mixing, handling, hoisting, depositing, compacting etc curing and making good
after removing form work etc.
3" thick 1:3:6(1") mix concrete for foundation & column pad.
Rate includes for mixing, placing, vibrating and curing of
3B.1 concrete
Cube
0.10
3" thick 1:21/2:5(1") concrete for floor. Rate includes for
3B.2 mixing, placing, vibrating and curing of concrete
Cube
0.80
1:2:4(3/4"), Concreting for footing, Column & plinth beam.
Rate includes for mixing, placing, vibrating and curing of
3B.3 concrete
Cube
1.10
Tor steel reinforcement to columns, footings & plinth beams
bend to shape laid in position and tied with G.I wire as
directed. 10mm & 12mm dia Tor steel for reinforcement &
3B.4 6mm mild steel for stirrups as per drg. detail.
Kg
3B.5
3B.6
3B.7
3B.8
Mild steel reinforcement for columns and plinth beam- @ 6"
C/C & links for plinth beam @6" C/C.
Form work by using Sawn timber/ Plywood form for casting
of columns, footings & plinth beams. includes making,
assembling, dismandling and repairing for re-use -3 uses of
mould
6"x 6" Lintol/tie beam in 1:2:4(3/4") concrete mix and
reinforced with 4Nr. Y10 dia bar & R6 stirrups @8" c/c
including reinforcenet, bent to shape laid in position and tied
with G.I wire and Form work by using Sawn timber/ Plywood
form for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
curing etc. as per details.
6"x 4" Roof band beam in 1:2:4(3/4") concrete mix and
reinforced with 2 Nr. Y10 dia bar & R6 stirrups @8" c/c
including reinforcenet, bent to shape laid in position and tied
with G.I wire and Form work by using Sawn timber/ Plywood
form for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
curing etc. as per details.
Kg
Sqrs
439.00
67.00
5.20
L.ft
270.00
L.ft
278.00
17/38
Transition Recovery Programme
Sri Lanka
Bill of Quantity
Title of the Project
Project No.
Site Location
District
Item
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
12"x 9" RCC beam in 1:2:4(3/4") concrete mix and reinforced
with 4 Nr. Y12 dia bar & R6 stirrups @8" c/c including
reinforcenet, bent to shape laid in position and tied with G.I
wire and Form work by using Sawn timber/ Plywood form
for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
3B.9 curing etc. as per details.
L.ft
3" thick 1:2:4(3/4") mass concrete for casting of Rat-trap
with drainage iincluding reinforcenet, bent to shape laid in
position and tied with G.I wire and Form work by using Sawn
timber/ Plywood form for casting of beams. Rate includes
making, assembling, dismandling and repairing for re-use -3
3B.10 uses of mould and curing etc. as per details.
Cube
30.00
Rate
Amount
2.50
3B- Concrete Work
3C
3C-Masonrywork
Rates shall include for all rough and fair cutting, plumbing, angles, forming related reveals, rough arches, raking out
joints for pointing plastering etc, cutting and trimming forming or cutting chases, making good and sundry items of a
like nature.
6"-9" Rubble work by using 1:5 ct. mix for foundation as per
3C.1 detail drawing.
Cube
2.50
3/4" thick DPC work 1:2 ct sand mix & applying 2 coats of hot
3C.2 tar mixed up with sieved river sand
Sqrs
0.70
6" thick Block work in 1:5 ct sand mix by using sandcrete
blocks casted with 1:7 cement sand mix including required
curing (on the request of Engineer Compressive strength
reports to be produced by contractor) rate shall include for
3C.3 provision or casting of blocks
3C-Masonary Work
Sqrs
19.00
18/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
3D
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
3D-Plastering Work
Rates shall include for all temporary rules, screeds, grounds etc. for raking out joints of new brick work or hacking
new concrete for key internal and coved angles, joints between different surfaces and between arises and all making
good around pipes, electrical fittings, sanitary fittings etc.
1/2" thick plastering in 1:4 cement / sand mortar
3D.1 for the internal wall finished smooth.
5/8" thick plastering in 1:4 cement / sand mortar
3D.2 for the external wall finished smooth.
1/2" thick floor rendering in 1:2 cement / sand mortar & with
3D.3 1/8" thick red cement screed finished smooth.
1/2" thick plastering in 1:2 cement / sand mortar to columns
3D.4 & beams.
Plaster of 1/2" thick in 1:3 cement / sand mortar finished
smooth with red cement floating to drainage, pavement &
3D.5 plinthwall.
3D- Plastering Work
Sqrs
19.95
Sqrs
20.00
Sqrs
40.51
Sqrs
1.80
Sqrs
6.90
19/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
3E
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
3E-Roof work & Iron Mongery
ROOFING:Supply and fix zinc aluminium colour bond roofing complete with
installations as per drg. detail / Engineers instruction.
3E.1
TRIMDEK-HI-TEN ZINCALUM roofing sheet 4.4kg/m2, with
thickness of 0.42 mm in base metal and total thickness 0.47
mm with coating from BHP steel lanka or equivalent. Roofing
sheets laid with minimum 18" end laps on steel 'C' purlins
with 3mm thick heat insulation foil & 3"x3" Galvanized net in
between and fixed using No:14-10x75 mm hexagonal head
type 17 self drilling screws with seal or bonded washers to
required size all as per detail drawing. (C-purlins will be paid
separately)
Sqrs.
49.90
3E.2
End truss - 2/ 21/2" x 21/2" x 1/4" of 21'-10.5" length
including 2 Nrs 12 mm dia 9" long tor steel welded to end
truss with 2 coats of anticorrosive paint fixed to the
1:2:4(3/4") concreting
L.ft
88.00
3E.3
Supplying and fixing 100 x 50 x2 mm thick Steel Lipped
Channel C-purlin not exceeding 4'-0" centres and joints
should be bolted with 2 Nrs. 1/2" dia bolts & nuts, purlins
welded into 100mm wide 65x65x6mm angle iron cleat and
provide 12mm dia steel tie rods wherever needed. All cleats
should be welded on the trusses.
L.ft
1712.00
3E.4
Fabricate 38'-4" span steel web truss with 2/21/2"x21/2"
x1/4" frame work and 5/8" dia torsteel internal members and
2 coats of anticorossive paint and fix in position etc also
apply prime coat and two coats of anticorrosive paint to the
steel as per drg. /Engineers instruction.
Nr.
9.00
3E.5
Fabricate 8'-0" span steel web truss with 11/4" dia GI pipe
frame work and 5/8" dia torsteel internal members and 2
coats of anticorossive paint and fix in position etc also apply
prime coat and two coats of anticorrosive paint to the steel
as per drg. /Engineers instruction.
4.00
Nr.
20/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Supply & fix Industrial Roller Shutter which are made up of
interlocking slats in standard 76 x 1.2mm thick Hot dip
galvanised epoxy powder coated steel slats.(according to
3E.6 SABS 1461 specification)
Sq.ft
Supply & fix Industrial Roller Shutter which are made up of
interlocking slats in standard 76 x 1.2mm thick Hot dip
galvanised epoxy powder coated steel slats.(according to
3E.7 SABS 1461 specification)
ft2
9" wide 0.47mm thick Zinc aluminium coated steel plate
barge board fixed complete with necessary brass screws
3E.8 with the needed accessories.
L.ft
6.5" x 5.5" Square type Grade-B 0.47mm thick Zincalum
coated steel plate eaves gutter fixed with the support of steel
3E.9 brackets at 18" centres & needed accessories.
L.ft
Supply and fix 4"x4" box 0.47mm thick Zinc aluminium
coated steel plate down pipe along with the wall and clipped
/ fastened not exceeding 3'-0" interval with steel bracket to
3E.10 the Engineers approval.
L.ft
3E- Roof Work & Iron Mongery
Qty
Rate
Amount
360.00
32.00
88.00
252.00
220.00
21/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
3F
3F.1
3G
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
3F-RCC Precast Fanlights
Supplying & fixing RCC Precast Fanlight in 4'-0"x 1'-6" size
with 3"x3" external frame & intermediate strut fixed by
inclined 4"x1" thick RCC concrete slices. Exposed surfaces
should be in smooth finish. Quality standards should be
approved by the Engineer.
Nrs
3F-RCC Precast Fanlights
Qty
Rate
Amount
45.00
3G-Painting Work
Rates shall include for all preparation of surfaces, cleaning down, smoothing etc protection of floors cleaning
furniture and doors/ windows upon completion. Note: Paint: C.I.C. paint or equvalent approved by Engineer.
Prepare surface and apply one coat primer and two coats of
emulsion paint of approved quality & colour to internal face
3G.1 of the wall
Sqrs
Prepare surface and apply one coat primer and two coats of
weather shield emulsion paint of approved quality & colour
3G.2 to the external face of the wall
Sqrs
Prepare and apply one coat wood primer and two coats of
3G.3 enamel paint approved colour to exposed faces of Fanlights
3G- Painting
Sqrs
19.95
20.00
1.26
22/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
4.Construction of Boiler Room
4A
4A-Earth Work
Rates shall include for
(a) Levelling bottom of trenches and keeping sidesplumb
(b) Back filling with selected excavated materials and consolidating
(c) Planking and struting if required
(d) Disposal of surplus earth and keeping all
excavations free from water
Manual Excavation over site to reduce level in any material
(except rock requiring blasting ) including depositing and
levelling as directed distance exceeding 30'-0" but not
4A.1 exceeding 1/4 mile.
Cube
11.00
Wall foundation not exceeding 5'-0" deep in any soil except
rock requiring blasting, part return filled and rammed and
4A.2 cart away surplus away from site as directed by the Engineer. Cube
3.00
Column foundation not exceeding 5'-0" deep in any soil
except rock requiring blasting, part return filled and rammed
and cart away surplus away from site as directed by the
4A. 3 Engineer.
Cube
2.00
Supplying, filling, spreading, watering &
required compaction of Gravel under the floor. Quantified to
4A.4 compacted volume.
Cube
10.00
Anti - termite treatment of approved type to the
construction area as directed by the Engineer. To be
sqrs
12.00
performed by a specialized Contractor as per the Drawings
and Specifications and a Ten (10) years warrantee should be
4A.5 submitted.
4A- Earth work
4B
4B-Concrete work
The rates shall include for plant for mixing, handling, hoisting, depositing, compacting etc curing and making good
after removing form work etc.
3" thick 1:3:6(1") mix concrete for foundation & column pad.
Rate includes for mixing, placing, vibrating and curing of
4B.1 concrete
Cube
0.70
3" thick 1:21/2:5(1") concrete for floor, pavement &
Drainage. Rate includes for mixing, placing, vibrating and
4B.2 curing of concrete
Cube
1.80
1:2:4(3/4"), Concreting for footing and Column. Rate includes
4B.3 for mixing, placing, vibrating and curing of concrete
Cube
1.40
23/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Tor steel reinforcement to columns & footings bent to shape
laid in position and tied with G.I wire as directed. 10mm,
16mm dia Tor steel for reinforcement & 6mm mild steel for
4B.4 stirrups as per drg. Detail.
Kg
Mild steel reinforcement for columns and plinth beam- @ 6"
C/C & links for plinth beam @6" C/C.
Kg
Form work Sawn timber/ Plywood formwork. includes
making, assembling, dismandling and repairing for re-use -3
4B.5 uses of mould for columns shaft erection work
Sqrs
9"x 6" RCC Plinth beam in 1:2:4(3/4") concrete mix and
reinforced with 4 Nr. Y10 dia bar & R6 stirrups @6" c/c
including reinforcenet, bent to shape laid in position and tied
with G.I wire and Form work by using Sawn timber/ Plywood
form for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
4B.6 curing etc. as per details.
L.ft
9"x 6" Lintol/tie beam in 1:2:4(3/4") concrete mix and
reinforced with 4Nr. Y10 dia bar & R6 stirrups @8" c/c
including reinforcenet, bent to shape laid in position and tied
with G.I wire and Form work by using Sawn timber/ Plywood
form for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
4B.7 curing etc. as per details.
L.ft
9"x 9" RCC beam in 1:2:4(3/4") concrete mix and reinforced
with 4 Nr. Y12 dia bar & R6 stirrups @6" c/c including
reinforcenet, bent to shape laid in position and tied with G.I
wire and Form work by using Sawn timber/ Plywood form
for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
4B.8 curing etc. as per details.
L.ft
4" thick 1:2:4(3/4") RCC concrete for casting of ash trap roof
slab, reinforced with Y10 @ 8" c/c b/w, including
reinforcenet, bent to shape laid in position and tied with G.I
wire and Form work by using Sawn timber/ Plywood form
for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
4B.9 curing etc. as per details.
Sq.ft
4B- Concrete work
Qty
Rate
Amount
571.00
67.00
5.70
45.00
10.00
105.00
180.00
24/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
4C
4C-Masonrywork
Rates shall include for all rough and fair cutting, plumbing, angles, forming related reveals, rough arches, raking out
joints for pointing plastering etc, cutting and trimming forming or cutting chases, making good and sundry items of a
like nature.
6"-9" Rubble work by using 1:5 ct. mix for foundation as per
4C.1 detail drawing.
Cube
2.90
9" thick Block work in 1:5 ct sand mix by using sandcrete
blocks casted with 1:7 cement sand mix including required
curing (on the request of Engineer Compressive strength
reports to be produced by contractor) rate shall include for
4C.2 provision or casting of blocks
Sqrs
7.00
4" thick Block work in 1:5 ct sand mix by using sandcrete
blocks casted with 1:7 cement sand mix including required
curing (on the request of Engineer Compressive strength
reports to be produced by contractor) rate shall include for
4C.3 provision or casting of blocks
Sqrs
1.68
4C- masonry work
4D
4D-Plastering Work
Rates shall include for all temporary rules, screeds, grounds etc. for raking out joints of new brick work or hacking
new concrete for key internal and coved angles, joints between different surfaces and between arises and all making
good around pipes, electrical fittings, sanitary fittings etc.
1/2" thick plastering in 1:4 cement / sand mortar
4D.1 for the internal wall finished smooth.
Sqrs
5/8" thick plastering in 1:4 cement / sand mortar
4D.2 for the external wall finished smooth.
Sqrs
1/2" thick floor rendering in 1:2 cement / sand mortar & with
4D.3 1/8" thick red cement screed finished smooth.
Sqrs
1/2" thick plastering in 1:2 cement / sand mortar to soffit,
4D.4 columns & beam.
Plinth plaster of 1/2" thick in 1:3 cement / sand mortar
4D.5 finished smooth with red cement floating.
4D- Plastering work
2.51
2.50
5.88
Sqrs
7.70
Sqrs
1.10
25/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
4E
4E.1
4E.2
4E.3
4E.4
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
4E-Roof work & Iron Mongery
ROOFING:Supply and fix zinc aluminium colour bond roofing complete with
installations as per drg. detail / Engineers instruction.
TRIMDEK-HI-TEN ZINCALUM roofing sheet 4.4kg/m2, with
thickness of 0.42 mm in base metal and total thickness 0.47
mm with coating from BHP steel lanka or equivalent. Roofing
sheets laid with minimum 18" end laps on steel 'C' purlins
and fixed using No:14-10x75 mm hexagonal head type 17 self
drilling screws with seal or bonded washers to required size
all as per detail drawing. (C-purlins will be paid separately)
Sqrs.
Fabricate 15'-0" span steel truss with 2/2" x2" x1/4" frame
work and 2"x2"x1/4" internal members and 2 coats of
anticorossive paint and fix in position etc also apply prime
coat and two coats of anticorrosive paint to the steel as per
drg. /Engineers instruction.
Nr.
End truss - 2" x 2" x 1/4" of 11'-6" length including 2 Nrs 12
mm dia 9" long tor steel welded to end truss with 2 coats of
anticorrosive paint fixed to the 1:2:4(3/4") concreting
Supplying and fixing 100 x 50 x2 mm thick Steel Lipped
Channel C-purlin not exceeding 4'-0" centers and joints
should be bolted with 2 Nrs. 1/2" dia bolts & nuts, purlins
welded into 100mm wide 65x65x6mm angle iron cleat and
provide 12mm dia steel tie rods wherever needed. All cleats
should be welded on the trusses.
6.00
2.00
L.ft
23.00
L.ft
208.00
26/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
4E.5
4E.6
4E.7
4E.8
4F
4F.1
4F.2
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
Providing steel doors consisting of 3/4" x 1/4" flat iron 3/4"x
1/4" C- channel horizontal member, 11/4"x 11/4" x 1/4"
angle iron at bottom, both edges and top each 2 Nos welded
together in order to run the wheel and racer, 3/4"x 3/4" box
iron 1/2" x 1/2" box iron 3mm thick M.S. plates, closed with
18 gauge spacial plate, with necessary items, lock set
arrangement and necessary racer and wheel etc 2" x 1/4"
revert should used) all complete to working order. ( Including
applying 2 coats of anticorrosive paint)
sq.ft
32.00
9" wide 0.47mm thick Zinc aluminium coated steel plate
barge board fixed complete with necessary brass screws
with the needed accessories.
L.ft
46.00
6.5" x 5.5" Square type Grade-B 0.47mm thick Zincalum
coated steel plate eaves gutter fixed with the support of steel
brackets at 18" centres & needed accessories.
L.ft
52.00
Supply and fix 4"x4" box 0.47mm thick Zinc aluminium
coated steel plate down pipe along with the wall and clipped
/ fastened not exceeding 3'-0" interval with steel bracket to
the Engineers approval.
L.ft
82.68
4E- Roof work and Iron Mongery
4F-Painting Work
Rates shall include for all preparation of surfaces, cleaning down, smoothing etc protection of floors cleaning
furniture and doors/ windows upon completion. Note: Paint: C.I.C. paint or equvalent approved by Engineer.
Prepare surface and apply one coat Alkali resistant primer
and two coats of emulsion paint of approved quality & colour
to internal face of the wall
Sqrs
Prepare surface and apply one coat Alkali resistant primer
and two coats of weather shield emulsion paint of approved
quality & colour to the external face of the wall
Sqrs
4F- Painting work
2.51
10.20
27/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
5.Construction of Latrine, Septic Tank & Soakage Pit
5A
5A-Earth Work
Rates shall include for
(a) Levelling bottom of trenches and keeping sidesplumb
(b) Back filling with selected excavated materials and consolidating
(c) Planking and struting if required
(d) Disposal of surplus earth and keeping all
excavations free from water
Manual Excavation over site to reduce level in any material
(except rock requiring blasting ) including depositing and
levelling as directed distance exceeding 30'-0" but not
5A.1 exceeding 1/4 mile.
Cube
Excavation for Wall foundation not exceeding 5'-0" deep in
any soil except rock requiring blasting, part return filled and
rammed and cart away surplus away from site as directed by
5A.2 the Engineer.
Cube
Excavation for septic tank & soakage pit in any soil except
rock requiring blasting, part return filled and rammed and
5A.3 cart away surplus away from site as directed by the Engineer. Cube
Supplying, filling, spreading, watering & required compaction
5A.4 of Gravel under the floor.
Cube
5A- Earthwork
2.50
0.44
6.35
0.24
28/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
5B
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
5B.4
5B.5
5B.6
5B.7
Rate
Amount
5B-Concrete work
The rates shall include for plant for mixing, handling, hoisting, depositing, compacting etc curing and making good
after removing form work etc.
3" thick 1:3:6(1") mix concrete for foundation. Rate includes
5B.1 for mixing, placing, vibrating and curing of concrete
Cube
3" thick 1:21/2:5(1") concrete for floor. Rate includes for
5B.2 mixing, placing, vibrating and curing of concrete
Cube
5B.3
Qty
1:2:4(3/4"), Concreting for base, cover slab & roof slab. Rate
includes for mixing, placing, vibrating and curing of concrete
Tor steel reinforcement to latrine roof slab, pit cover slabs
bend to shape laid in position and tied with G.I wire as
directed. 10mm Tor steel at 6" c/c bothways as per drawing
detail.
Form work Sawn timber/ Plywood formwork. includes
making, assembling, dismandling and repairing for re-use -2
uses of mould for casting
6"x 9" Ringbeam in 1:2:4(3/4") concrete mix and reinforced
with 4 Nr. Y10 dia bar & R6 stirrups @6" c/c including
reinforcenet, bent to shape laid in position and tied with G.I
wire and Form work by using Sawn timber/ Plywood form
for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
curing etc. as per details.
9"x 9" RCC beam in 1:2:4(3/4") concrete mix and reinforced
with 4 Nr. Y12 dia bar & R6 stirrups @6" c/c including
reinforcenet, bent to shape laid in position and tied with G.I
wire and Form work by using Sawn timber/ Plywood form
for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
curing etc. as per details.
5B- Concrete work
Cube
Kg
0.10
0.10
0.60
134.00
Sqrs
1.50
L.ft
59.34
L.ft
59.34
29/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
5C
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
6" thick Block work in 1:5 ct sand mix by using sandcrete
blocks casted with 1:7 cement sand mix including required
curing (on the request of Engineer Compressive strength
reports to be produced by contractor) rate shall include for
5C.4 provision or casting of blocks
5C- Masonry Work
5D.1
5D.2
5D.3
5D.4
5D.5
Rate
Amount
5C-Masonrywork
Rates shall include for all rough and fair cutting, plumbing, angles, forming related reveals, rough arches, raking out
joints for pointing plastering etc, cutting and trimming forming or cutting chases, making good and sundry items of a
like nature.
5C.1 6"-9" Rubble work 1:5 ct. mix for foundation
Cube
3/4" thick DPC work 1:2 ct sand mix & applying 2 coats of hot
5C.2 tar mixed up with sieved river sand
Sqrs
4" thick Block work in 1:5 ct sand mix by using sandcrete
blocks casted with 1:7 cement sand mix including required
curing (on the request of Engineer Compressive strength
reports to be produced by contractor) rate shall include for
5C.3 provision or casting of blocks
Sqrs
5D
Qty
Sqrs
0.60
0.21
2.00
3.25
5D-Plastering Work
Rates shall include for all temporary rules, screeds, grounds etc. for raking out joints of new brick work or hacking
new concrete for key internal and coved angles, joints between different surfaces and between arises and all making
good around pipes, electrical fittings, sanitary fittings etc.
1/2" thick plastering in 1:4 cement / sand mortar
for the internal wall finished smooth.
Sqrs
1.97
5/8" thick plastering in 1:4 cement / sand mortar
for the external wall finished smooth.
Sqrs
1.32
1/2" thick plastering in 1:4 cement / sand mortar
for the soffit finished smooth.
Sqrs
0.52
1/2" thick rendering in 1:2 cement / sand mortar & with 1/8"
thick red cement screed finished smooth to floor.
Sqrs
0.73
Plinth plaster of 1/2" thick in 1:3 cement / sand mortar
finished smooth with red cement floating.
Sqrs
2.10
5D- Plastering work
30/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
5E
Iron work
5E.1
Providing 2 Nos of 2'-6"x 6-0" size doors made by using
11/4" dia heavy duty GI pipe as outer frame & intermediate
line, welded with 1" wide 1/4'' thick flat iron internal panel
border to fix the Zincalum 0.42mm thick powder coated steel
sheet with the needed accessories
Sq.ft
30.00
5E- Iron work
5F-Painting Work
Rates shall include for all preparation of surfaces, cleaning down, smoothing etc protection of floors cleaning
furniture and doors/ windows upon completion. Note: Paint: C.I.C. paint or equvalent approved by Engineer.
5F
5F.1
5F.2
Prepare surface and apply one coat primer and two coats of
emulsion paint of approved quality & colour to internal face
of the wall
Sqrs
Prepare surface and apply one coat primer and two coats of
weather shield emulsion paint of approved quality & colour
to the external face of the wall & columns & beams
5F- Painting work
Sqrs
1.97
1.84
31/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
5H
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
Plumbing work
Rate shall include for:
(a) Screws, nails pipe, locks, shaddles, brackets, sockets, connections short lengths, backnuts,
nipples and chasings etc. and making good in all trades.
(b) All laps straight cutting and waste.
Unless otherwise stated rates for the following items shall be for PVC piping for water service
waste etc. which shall comply with the latest S.L.S 147 or BSS 3505.
Any special water supply and drainage fittings such as bends, tees reducers etc. unless
otherwise specified seperately in the Bill of Quantities shall be deemed to be have been included in the relevant
items and such items should accordingly be rated to include for such specials etc. any extra work involved and
satisfactory completion of such items.
5H.1 Supply & fix 4"dia PVC T-Joint fot Septic tank & soakage pit
Nrs
3.00
Eastern closet white commet set as per Model 1001 as
detailed in the Sri Lanka Ceramic Corporation leaflet or
equivalent with 'S' or 'P' trap complete with foot rest in
cement concrete 1:2:4(20mm) & cement rendered all
5H.2 complete to working order.
Nrs
1.00
Eastern closet white (squatting pan) as per Model 1001 as
detailed in the Sri Lanka Ceramic Corporation leaflet or
equivalent with 'S' or 'P' trap complete with foot rest in
cement concrete 1:2:4(20mm) & cement rendered all
5H.3 complete to working order.
Nrs
1.00
100mm dia P.V.C. pipe 400 type from lavatories extended
upto 500mm beyond the outer walls &connect to the
soakage pit invert depth not exceeding 600mm below ground
level at including excavation, re-filling cement concreteoutlet
bedding subsequently completely encasing with cement
5H.4 concrete after the inspection of pipes(400 type).
L.ft
5H- plumbing work
18.00
32/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
6.Repairing of Drying bed, Construction of Motor room, Transformer Room,
repairing of well, repairing of soaking tank, construction of soaked water filtering system, fixing steel
overhead tank stand, fencing, Construction of Hume pipe Cart crossing
6A
Earth work & site clearing
Manual Excavation over site to reduce level in any material
(except rock requiring blasting ) including depositing and
levelling as directed distance exceeding 30'-0" but not
6A.1 exceeding 1/4 mile.
Cube
Chip off the damaged & weaker plaster & renders from the
existing drying bed, existing soaking tank & existing well &
remove the waste & debrises from the site(Total qty will be
6A.2 45sqrs) as directed by the Engineer
m.days
wall & pit foundation for motor room & transformer room
not exceeding 5'-0" deep in any soil except rock requiring
blasting, part return filled and rammed and cart away surplus
6A.3 away from site
Cube
Supplying, filling, spreading, watering &
required compaction of Gravel under the floor & well apron
6A.4 bed.
Cube
6A- Earthwork & site clearing
4.00
4.00
1.76
1.00
33/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Concrete Work
3" thick 1:3:6(1") mix concrete for foundation & column pad.
Rate includes for mixing, placing, vibrating and curing of
6B.1 concrete
Cube
3" thick 1:21/2:5(1") concrete for floor. Rate includes for
6B.2 mixing, placing, vibrating and curing of concrete
Cube
Qty
Rate
Amount
6B
1:2:4(3/4"), Concreting for footing and Column. Rate includes
6B.3 for mixing, placing, vibrating and curing of concrete
Tor steel reinforcement to columns & footings bent to shape
laid in position and tied with G.I wire as directed. 10mm,
12mm Tor steel for reinforcement & 6mm mild steel for
6B.4 stirrups as per drg. Detail.
Mild steel reinforcement for columns and plinth beam- @ 6"
C/C & links for plinth beam @6" C/C.
Form work Sawn timber/ Plywood formwork. includes
making, assembling, dismandling and repairing for re-use -2
6B.5 uses of mould for casting
Cube
Kg
0.40
2.20
0.30
87.89
Kg
15.00
Sqrs
1.10
4" thick slab in 1:2:4(3/4") concrete mix and reinforced with
Y10 dia bar @8" c/c including reinforcenet, bent to shape laid
in position and tied with G.I wire and Form work by using
Sawn timber/ Plywood form for casting of beams. Rate
includes making, assembling, dismandling and repairing for re6B.6 use -3 uses of mould and curing etc. as per details
Sq.ft
6"x 6" Lintol/tie beam in 1:2:4(3/4") concrete mix and
reinforced with 4Nr. Y10 dia bar & R6 stirrups @8" c/c
including reinforcenet, bent to shape laid in position and tied
with G.I wire and Form work by using Sawn timber/ Plywood
form for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
6B.7 curing etc. as per details
L.ft
9"x 9" RCC beam in 1:2:4(3/4") concrete mix and reinforced
with 4 Nr. Y12 dia bar & R6 stirrups @6" c/cincluding
reinforcenet, bent to shape laid in position and tied with G.I
wire and Form work by using Sawn timber/ Plywood form
for casting of beams. Rate includes making, assembling,
dismandling and repairing for re-use -3 uses of mould and
6B.8 curing etc. as per details
L.ft
6B- Concrete work
107.50
10.00
32.00
34/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
6C
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
Masonry work
Rates shall include for all rough and fair cutting, plumbing, angles, forming related reveals, rough arches, raking out
joints for pointing plastering etc, cutting and trimming forming or cutting chases, making good and sundry items of a
like nature.
6C.1 6"-9" Rubble work 1:5 ct. mix for foundation
6" thick Block work in 1:5 ct sand mix by using sandcrete
blocks casted with 1:7 cement sand mix including required
curing (on the request of Engineer Compressive strength
reports to be produced by contractor) rate shall include for
6C.2 provison or casting of blocks
6C- Masonry work
6D
Bill of Quantity
Cube
1.20
Sqrs
3.00
Plastering & Rendering work
Rates shall include for all temporary rules, screeds, grounds etc. for raking out joints of new brick work or hacking
new concrete for key internal and coved angles, joints between different surfaces and between arises and all making
good around pipes, electrical fittings, sanitary fittings etc.
1/2" thick plastering in 1:4 cement / sand mortar
6D.1 for the internal wall finished smooth.
Sqrs
5/8" thick plastering in 1:4 cement / sand mortar
6D.2 for the external wall finished smooth.
Sqrs
5/8" thick plastering in 1:4 cement / sand mortar
6D.3 for the external column & beam finished smooth.
Sqrs
1/2" thick rendering in 1:2 cement / sand mortar & with 1/8"
thick grey cement screed finished smooth to floor.
6D.4
Sqrs
Plinth plaster of 1/2" thick in 1:3 cement / sand mortar
6D.5 finished smooth with grey cement floating.
Sqrs
6D- Plaster & render work
3.00
3.00
0.88
48.97
2.40
35/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
6E
6E.1
6E.2
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
Iron Work
Providing 2 Nos of 2'-6"x 6-0" size doors made by using
11/4" dia heavy duty GI pipe as outer frame & intermediate
line, welded with 1" wide 1/4'' thick flat iron internal panel
border to fix the Zincalum 0.42mm thick powder coated steel
sheet with the needed accessories
Sq.ft
Providing Steel stand made by using 2"dia heavy
duty GI pipe for vertical legs(4Nrs), Horizontal ring tie at 3
places( bottom, intermediate, Top), bracing by using 1" dia
heavy duty GI pipe with the needed foundation fitting
arrangements as per detail drawing. It should be carry 1000
litre PVC water tank and minimum height-12'-0" from
ground.
Nrs
6E- Iron work
30.00
1.00
Provisional
sum
65,000.00
36/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
6F
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
Qty
Rate
Amount
Plumbing Work
Rate shall include for:
(a) Screws, nails pipe, locks, shaddles, brackets, sockets, connections short lengths, backnuts,
nipples and chasings etc. and making good in all trades.
(b) All laps straight cutting and waste.
Unless otherwise stated rates for the following items shall be for PVC piping for water service
waste etc. which shall comply with the latest S.L.S 147 or BSS 3505.
Any special water supply and drainage fittings such as bends, tees reducers etc. unless
otherwise specified seperately in the Bill of Quantities shall be deemed to be have been included in the relevant
items and such items should accordingly be rated to include for such specials etc. any extra work involved and
satisfactory completion of such items.
WATER PIPES (upvc Type 1000 to SLS 147;1983)
1/2" dia as connection to sanitory fittings laid under floor or
6F.1 buried inside wall as directed
3/4" dia. As distribution pipe laid under floor or buried inside
6F.2 wall with necessary specials.
11/2" dia as delivery pipe (600 type) from main supply fixed
to wall with M.S hooks or buried inside the wall as directed
and commissioning the entire system to the approval of the
6F.3 Engineer.
2" dia as suction pipe (600 type) from main supply fixed to
wall with M.S hooks or buried inside the wall as directed and
commissioning the entire system to the approval of the
6F.4 Engineer.
Supply & install a PVC water tank of 1000 litres and fix a
water pump of 1.5 H.P.complete with float switch etc.and the
necessary connections as per detail drg./ Engineers
6F.5 instruction.
6F- Plumbing work
6G
6F-Painting work
Prepare surface and apply one coat primer and two coats of
emulsion paint of approved quality & colour to internal face
6G.1 of the wall
Prepare surface and apply one coat primer and two coats of
weather shield emulsion paint of approved quality & colour
6G.2 to the external face of the wall & columns & beams
6G-Painting work
ft
100.00
ft
200.00
ft
300.00
ft
30.00
Nr.
1.00
Sqrs
3.00
Sqrs
3.88
37/38
Transition Recovery Programme
Sri Lanka
Title of the Project
Project No.
Site Location
District
Item
Bill of Quantity
ReConstruction of Rice Mill at Oddankulam
NLDP/ 83642/MUL/1
Oddankulam, Panankamam
Mullaitivu
Description
Unit
6J
External Works
6J.1
Fence, Barbed wire, 6 strands, 12 1/2" B.W.G with 4 points
at 3" centers and R.C.C posts 1:2:4 (3/4")mix. Concrete with
4 Nos 1/4" rods with 1/4" stirrups at 8" C/C ,Post to be fixed
at 8'-0" C/C including excavation,cement concrete foundation
1:3:6 (1") metal to corner post and struts, straining bolts, all
as per detail drawing. struts to be R/F with 4 Nos 3/8" rods &
corner post with 4 Nos 1/2" rods. Fence posts, struts and
corner post 6'-6" high squre section 4" to 6" fixed complete
as directed.
L.ft
6J.2
6J.3
6J.4
6J.5
6J.6
6J.7
Gate Double hung with iron grill 1/2"x 1/4" as ornermental
design and covered with amona sheet fixed to oter frame
with 1 1/2" dia. G.I pipe and 2 Nos of intermediate bearers
and fixed the wall with suitable M.S bar hunger to be burried
into the wall and concreted as directed including heavy duty
pivot hinges and necessary locking arrangement with 2"
padlock. Rate to include for two coats of anticrrosive with
two coats of enamel paint to approval.
R.C.C.footings F1 2'-6"x2'-6"x0'-9" in 1:2:4 (3/4") Mix
Reinforce ment with 5 Nos. 10mm Tor steel both ways and
12mm Tor steel column bars and stirrups with 6mm mild
steel at 6" C/C. Rate including excavation.
Column 9"x9" in R.C.C 1:2:4 (3/4) mix Reinforcements with 4
Nos 12mm Tor steel and 6mm mild steel stirrups at 6" C/C
including starter bars from base up top.
Plastering 3/4" minimum thickness in 1:3 cement & sand to
columns finish smooth.
Qty
84.00
Nrs
2.00
Sqrs
Construction of 6'-0'x4'-0"x5'-0" size soaked water treatment
filtering tank by using 6" thick block work, 4" dia PVC (600
type) connection pipe from soaking tank to treatment filter100'-0" length, supplying of filter materials(4"-6" rubbles, 1"
metal, 3/4' metal, River sand Total qty-2 cube)
Item
Construction of 2'-0" dia 24'-0" long RCC Hume pipe Culvert
at Entrance Gate as per the detail Drawing.
Item
6J- External work
Amount
1050.00
Sq.ft
ft
Rate
18.00
0.42
allow
allow
Provisional
Sum
Provisional
Sum
60,000.00
130,000.00
38/38
~
ANNEX- 1.5.2
II
I
9J
II
II
t,r._;
I
I
t3\' g@
\.'
[I
r-1
(J;)
1YPE
1.
~
(,__7)
(9)
DRYlNGYARD
b
DRYING YARD
2
STEAMER
3
SOAKING TANK.
..
PRE CLBANJNG SBCOON AND Dum:' ROOM
5
BOILER ROOM AND ASH TRAP
6
(i~;
DESCRIPTION
MACHINE ROOM with BlaD room, Bulk room,
labour l'll8t room, tea room & offiDe mom
7
PADDY STORE
I
MOTOR ROOM
9
WELL
LJ
(s)n()
~ni'IE ~W«DUJJ'ir
Name ofPI'oject
Northern Livelihood Development Project (NLDP)
DoDOZ"
Client
Implemented by
Nameofla.b
Project 6: No:
Rccooatruc:tion of Rke Mill and other relative Btructures at Qrldan...•lam
in Manthi Eut DS Divlaion
NLDP I 8364-2 MUL I 0110112013
Norway
MPCS
Panakamam
Pattu
Drawtng T:I.Oe :
Site1ayout
Transition
Recovery
Programme
UNDP
II
mm
'
mm
Sri Lanka
Dn.WII. by:
Cla.edr:ed hy:
.l.pp!'Oftd. by:
Dnwbl.gNo:
I•ne
NLDP/83642/MUL/1
Field Aaaistant
Field. Bnginee:r SPB
D- 02
LOT-1
B.evislcm No: Sc:Ue
1/20
Sheet st.
.u
Date
2012-11-07
ANNEX- 1.5.37
___J
L__
OJ - ALL DJMENSIONS ARE IN MII.LIMI:lERS
02 - C EMDI'l' CONCRETE: HEAD WALLS n!ANSJ'IIDN
1\ND EErrliNG SHALLIIE l ol:G(«lmm)
03 - RE!NrQRCED C ONCRETE: SHALL BE 1:2:' (20mm)
Q( - ~~=~R:o~~~~
M - RE!NrQRCEMEN"' SHALLIIE
• HIGH YIELO STRESS IIM:S OF C HAitAC!!lUSTIG
S'l'RE:NC'l'HOF ~2SN/mm 0
* MILD Sn:EL FORS'111tRlJPS
0$ - aA1I. NO'!'ATION - S1ANDARD NO'!'ATION IS USI:D
["-'20 Y 10
~~ ___j_J~
___j
HICH _ YIDD BAR
~
83 - 150 T
I I 1------f!'
SFAC INC mm)
116RMAR!(
DtAMETEit (mm)
Pump Room
4'-6" X 3'-6"
~
I
I
I
GlI ~~
~ . ::J·~
I
--
1'-0"
1 I 50
PL1lN
FRONT ELEVATION
2'-6"
/
4'-6"
/
0'-4"
12Y10 @ 6" c/c
/
/
J
/ 0'-9'>
1 I 50
0'-4"
SECTION X-X
i
WN~N&] i
""'
~
~
y
\o
@)
ColoTboml~d
Zinc AlunTinum
""'"
1'-3"
--
1'-9"
0
Detail of Foundation
;::..-.
lf'G.It'!i
Detail of Door
""'
1 I 40
Name of Project
Northern Livelihood D evelopment Project (N L DP)
NameofSub
Project & No:
R econstruction of Rice MiU and other rdative structures at Oddankulam
in Manthi East D S Division
NLD P I 83642 MU L I 01/0 1/2013
Drawing Title :
Construction of Motor room
by:
Checked by:
Detail ofRIF slab
1 I 40
Donor
Client
Implemented by
Norway
MPCS
Panakamam
Pattu
Transition
Recovery
Programme
UNDP
I Approved by: I Drawing No :
Issue
NLDP/83642/MUL/ I
Field Engineer I SPE
1 I 40
D- 37
LOT-I
Revision No: I Scale
Sheet size
A4
Date
2012- 11 - 07
ANNEX - 1.8.38
Color bonded Zinc Aluminum
Corrugated Roofing Sheet
( tk. 0.47mm)
1~" x l~"Box
Anger bolt
iron
0%" Torbar
6mmtk.
Bearing Plate
3Mz" Zi. Box
type gutter
Detail of We Ttrusa
I
Name ofl'nject
Northern Livelihood Development Project (NLDP)
Name of lab
Project 6: No:
Rccooatruc:tion of Rke Mill and other relative Btructures at Qrldan...•lam
in Manthi Eut DS Divlaion
NLDP I 8364-2 MUL I 0110112013
Drawtng T:I.Oe :
1
.,.......
Norway
Client
anakamam
ttu
1 Construction of Mill unit
Detail of main TI'WJIJ
...
l§:::J
I
DoDOZ"
..,1--..·1-""'
Field.Bnainee:rl SPB
I
NLDP/8364ZIMULII
D- 36
I
Implemented by
Transition
Re
Pr~
UNDP
11-""·1·I
I
LOT-1
I 1/ 28
I
1-I .u
I
I-
I 2012 - ll - 07
..,.........
/
/
--
--
ANNEX • 1.6.34
..........
..........
I /
'~
Detail of mala Tlnul• ·I
I
\
I
I
\
\
~
I
\
I
\
I
'\.
'
/
.........
..............
--
--
/
_,.,... /
Name ofPI'oject
Northern Livelihood Development Project (NLDP)
Nameofla.b
Project 6: No:
Rccooatruc:tion of Rke Mill and other relative Btructures at Qrldan...•lam
in Manthi Eut DS Divlaion
NLDP I 8364-2 MUL I 0110112013
Drawtng T:I.Oe :
Construction of Mill unit
Detail of main TI'WJIJ
wn.waby:
Cla.edr:ed hy:
\
I .l.pp!'Oftd. by: I Dnwbl.g No :
I•ne
NLDP/8364ZIMUL/1
Field Bnginee:r I SPB
D- 34
DoDOZ"
Client
Norway
MPCS
Transition
Panakamam
Pattu
Recovery
Programme
UNDP
B.e9islcmNo: I Sc:Ue
1/28
LOT-1
Sheet st.
.u
Implemented by
Date
2012-11-07
ANNEX- 1.8.33
~~
( tk.Jl47mm------.)------"
-- --
/
............
<36kr bonded Zinc
............
......___
'\
/ Al~
---- -Detatl of mala Tb'an- B
1/40
_.,...
Detail of mala. Ttnul•- G
1/40
I
\
" -- -- _..,..
.........
/
/
Detail of main Ttrass -I
I
Name ofl'nject
Northern Livelihood Development Project (NLDP)
Name of lab
Project 6: No:
Rccooatruc:tion of Rke Mill and other relative Btructures at Qrldan...•lam
in Manthi Eut DS Divlaion
NLDP I 8364-2 MUL I 0110112013
Drawtng T:I.Oe :
1
.,.......
l§:::J
I
DoDOZ"
Norway
Client
anakamam
ttu
1 Construction of Mill unit
..,1--..·1-""'
NLDP/8364ZIMUL!l
Field.Bnainee:rl SPB
I
I
Implemented by
Transition
Re
Pr~
UNDP
Detail of main TI'WJIJ
...
1/40
D- 33
11-""·1·I
I
LOT-1
I 1/ 28
I
1-I .u
I
I-
I 2012 - ll - 07
ANNEX- 1.8.32
--~
Detail of:maiD tnaaa
I
Name ofl'nject
Northern Livelihood Development Project (NLDP)
Name of lab
Project 6: No:
Rccooatruc:tion of Rke Mill and other relative Btructures at Qrldan...•lam
in Manthi Eut DS Divlaion
NLDP I 8364-2 MUL I 0110112013
Drawtng T:I.Oe :
1
Norway
Client
anakamam
ttu
1 Construction of Mill unit
Detail of main TI'WJIJ
..,
l§:::J
I
DoDOZ"
.,......,..,1.._.......,1-""'
Field.Bnainee:rl SPB
I
NLDP1836421MUL11
D- 32
I
Implemented by
Transition
Re
Pr~
UNDP
~-
I
1-""·1•I
LOT-1
I 1/ 28
I
1-I .u
I
I-
I 2012 - ll - 07
ANNEX - 1.5.24
~.1/'
1
90'-0"
r
10'-4"
111Q'
!O'Q'
!O'Q'
IO'Q'
lO'Q'
10'-0"
IO'Q'
1
1
--
I
I
----r
~I ~
--
@
--
@
®- ;l
Husk: room
Bran room
Labour room with Tea room
Office
24'-6":.N'
14~:18'-6"
IU':.I'-6"
~
-
l~'-8"l
--
l~'-8"l
-
l:W'-9"l
-
1:te'-'" I
:
.L]
@J
Pre cleaning section
Machlne room
19'-"'x25'-6"
W-6"x25'~'
H--
~~ ~I
--
--
--
--
--
I+t'-'" I
--
--
-- Il ~
--
I+1'-"' I
I
I
I
I
I
I
~--
--
--
@
-- ~
--
~[lj\[M
Name ofPI'oject
Northern Livelihood Development Project (NLDP)
Nameofla.b
Project 6: No:
Rccooatruc:tion of Rke Mill and other relative Btructures at Qrldankt•lam
in Manthi Eut DS Divlaion
NLDP I 8364-2 MUL I 0110112013
Drawtng T:I.Oe :
wn.waby:
Cla.edr:ed hy:
~ -
•
I-
®
--
~- -
DoDOZ'
Client
Implemented by
Norway
MPCS
Transition
Recovery
Programme
Panakamam
Pattu
UNDP
Conatruction of Machinerary room with Pre cleaning unit
I .l.pp!'Oftd. by: I Dnwbl.g No :
Field Bnginee:r I SPB
NLDP/8364ZIMUL/l
D- 24
I•ne
LOT-1
f_Q__~
®__
B.e9islcmNo: I Sc:Ue
1/125
Sheet st.
.u
Date
2012-11-07
"'~
I
'""'
1---~""
r-~1
~
I
.....
I
...
I
@-
- ~
~
Husk room
--
~
~
1 4'.fi"~ll'.6"
-
-
~
-
~
LI'J
~
Labour room with Tea room
~
19'·6" ~ 11'.6"
t-~ -71
~
~
r-
Machine room
~
~
~
~
I
I
~
~ b]
~~ ~~!""
@
Pre cleaning section
~
.;16
I
~.·.';:;'..(
L~::;;:r·
~IElGu~(O)If!l
_@ _
~
_ &__ I
{9
_ ft
ANNEX - 1.5.36
-~
_ @_ @_
®
LI'J
--
,_r-<J; ':?II-':* II '. ,.; ,:-f?
~
d:: d::
a
§
[Fl~~lf!l
IF!Rl(O)If!lu
~ ~ IOliE IE~IEW~u~(Q)if!J
Name of Project
Northern Livelihood! D evelopment Project (N L DP)
NameofSub
Project & No:
Reconstruction of Rice MiU and oth er rdative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01/01/2013
Drawing Title :
Construction of Mill unit
by:
Checked by:
Client
Implemented by
Norway
MPCS
Panakamam
Pattu
Transition
Recovery
Programme
UNDP
I Approved by: I Drawing No :
Issue
NLDP/83642/MUL/ I
Field Engineer I SPE
Donor
D -36
LOT-1
Revision No: I Scale
1/250
Sheet size
A4
Date
2012- 11 - 07
ANNEX- 1.6.29
I
~
I
~
~
I
I
-
I
@
®
(i)
®
®
®
I
I
I
I
I
I
I
I
I
®
®
0
®
I
I
I
I
I
I
I
I
I
I
m --- L - - -iTf
4
---
~ 11
9
I
I ®>
I
'
I
I
I
-=!f:t-
~
~
I
I
-
I
-
I
1
_ L - - - _L-
1
~~ ~~
I
<D
@- --:----:--- r-;~8
©- -
!lO'Q
-
®-
I -
j
8
- ;
-I
- -@
8
_ L - - - _ L - - - _ L - - - _l_--
1
1
1
1
1
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
{ P - -©
9
jrl
I
I
I
'
@)- -we:_i_€0 1 s--: -$--: -$--: -$--: -$--: -$--: -:~- ~
9
&-F!£=- 3-B-- 3- ~e - -=tf ·~~-$ -~-fG - ~ fS: - Si-F --~ f E- ~ - --®
I
®
I
®
I
®
I
I
I
®
@
I
®
0
I
I
®
®
I
®
lPll!J:IlM IFW!llil
g
Name ofPI'oject
Northern Livelihood Development Project (NLDP)
DoDOZ"
Client
Implemented by
Nameofla.b
Project 6: No:
Rccooatruc:tion of Rke Mill and other relative Btructures at Qrldan...•lam
in Manthi Eut DS Divlaion
NLDP I 8364-2 MUL I 0110112013
Norway
MPCS
Drawtng T:I.Oe :
Construction of Mill unit
Detail of Foundation layout
Transition
Recovery
Programme
UNDP
wn.waby:
Cla.edr:ed hy:
I .l.pp!'Oftd. by: I Dnwbl.g No :
Field Bnginee:r I SPB
NLDP/83642/MUL/1
D- 29
I•ne
LOT-1
Panakamam
Pattu
B.e9islcm No: I Sc:Ue
1/125
Sheet st.
.u
Date
2012-11-07
ANNEX - 1.5.30
.with
6"Tk. Wall
Detail of Drainage
S: 1/20
~t Ck
~
....
~Yl
r
=
'?
,k 0'-6"
(; 0'-6" .,
1
~
M,
~
.,
>
Detail of liDtoI
Detail of Beam
(DO&:Dl)
5'
=
s:
<'.'
~
1/20
~~
r
., 0'-6" (.;
Detail of Roof band
s:
.! I'4Y12
16
(;
0'-9"
1'-6"
2'-0"
min width
2'-0"
min width
.,
'
Detail of Beam
s:
S: 1/28
S: 1/25
l/20
Northern Livelihood Development Project (NLDP)
NameofSuh
Pzoject &: No:
Reconstruction of Rice Mill and other relative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01/01/2013
Dmwing Title :
Construction of Mill unit
Detail ofFoundation layout
I .l.pp.ro'ftd by: I D.rawiDg No :
IField Assistant I Field Engineer I SPE
Detail of Foundation (FD-B)
Detail of Foundation (FD-.A)
«Pte el•mt•a amlt)
1/20
Checked by:
I
1'-6"
Name ofPzoject
IDrawnby:
J?~YJ
"
r
:;
s~
J?£YJ
S:l/20
~[
1:
NLDP/83642/MUL/ 1
D- 30
DoDOI'
Client
Implemented hy
Norway
MPCS
Transition
Recovery
Progranune
Panakarnam
Pattu
UNDP
~-~~~
~
~~
~
!IUJ
ilD
Sri Lanka
Issue
LOT-1
Revision No: I Scale
Sheet size
.1.4
Date
2012 -II- 07
ANNEX- 1.5.31
6mmMSb11r
L
p
~
L
J
i~
l
r
~
3'-9'
Detail ofFaa light
(8mm. MS aet)
I; 1/ZO
l
s
Detail of911 X 9"
RIF Cola.ma Cl,Fl)
I: I /ID
Name ofPI'oject
Northern Livelihood Development Project (NLDP)
DoDOZ"
Client
Implemented by
Nameofla.b
Project 6: No:
Rccooatruc:tion of Rke Mill and other relative Btructures at Qrldan...•lam
in Manthi Eut DS Divlaion
NLDP I 8364-2 MUL I 0110112013
Norway
MPCS
Drawtng T:I.Oe :
Construction of Mill unit
Detail of Column
Transition
Recovery
Programme
UNDP
WU.Wilby:
Cla.edr:ed hy:
I .l.pp!'Oftd. by: I Dnwbl.g No :
Field Bnginee:r I SPB
NLDP/83642/MUL/l
D- 31
I•ne
LOT-1
B.e9islcmNo: I Sc:Ue
Panakamam
Pattu
Sh.eetsbe
.u
Date
2012-11-07
ANNEX - 1.5.28
90'-0"
~I ~
~
®-
--¥::*4
Hl='l
----HH
+¥+
Hl-1
i"+'l
HH
~ -
Mt-1
-@
~
©-
_l_
I - ,-
--
I
I
I
....~I -~
- - - - - - 1I
®-
-
~
®- -
I•
+
+• !
---+ .-!
~ •
! -. F-
+
+. ;:
-----F*:!
!--.
~
+--
•-+
4=-----.J
I
G)
rPL~~
Nam.e ofPI'oject
Northern Livelihood Development Project (NLDP)
Nam.eofSuh
Pl'oject lie No:
Reconstruction of Rice Mill and other relative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01/01/2013
Drawing Title :
IDrawnby:
Checked by:
Donor
Client
Implemented hy
Norway
MPCS
Transition
Panakamam
Pattu
Recovery
Construction of Mill unit
Detail of column layout
UNDP
I .Approved by: I DrawiDg No :
Issue
NLDP/83642/MUL/ 1
IField Assistant I Field Engineer I SPE
Programme
D- 28
LOT-1
Revision No: I Scale
1/150
Sheet size
.1.4
Date
2012. 11-07
ANNEX - 1.8.21
--.....
~ ___ ....
-
_L
F
~
-
D
/
E
Detail of· D •
1:1/SO
-
CobcbomdociZilla~Raof!q-
(lk.D.47..... )
" ---
/
Detail of· F •
Detail of· E •
1: 1/ID
l:l/80
Name ofPI'oject
Northern Livelihood Development Project (NLDP)
DoDOZ"
Client
Nameofla.b
Project 6: No:
Rccooatruc:tion of Rke Mill and other relative Btructures at Qrldan...•lam
in Manthi Eut DS Divlaion
NLDP I 8364-2 MUL I 0110112013
Norway
MPCS
Transition
Panakamam
Pattu
Drawtng T:I.Oe :
Construction of Cleaming Room
Detail of Truss
Recovery
Programme
UNDP
wn.waby:
Cla.edr:ed hy:
I .l.pp!'Oftd. by: I Dnwbl.g No :
Field Bnginee:r I SPB
NLDP/83642/MUL/1
D- 21
I•ne
LOT-1
B.e9islcmNo: I Sc:Ue
1/125
Sheet st.
.u
Implemented by
Date
2012-11-07
ANNEX- 1.8.22
Color bonded Zinc Aluminum Corrugated Roofing Sheet
( tk. 0.47mm)
Anger bolt
12'-9"
1~" x 1~" Box
/
..~
01~"
Hea
.-.-
iron
0%" Tor bar
6mmtk.
Bearing Plate
" tk. Valance
board
6m.m tk.
Base Plate
0 16 mm, 300 mm
:o1t
Detall of- Web tzuu
I
Name ofl'nject
Northern Livelihood Development Project (NLDP)
Name of lab
Project 6: No:
Rccooatruc:tion of Rke Mill and other relative Btructures at Qrldan...•lam
in Manthi Eut DS Divlaion
NLDP I 8364-2 MUL I 0110112013
Drawtng T:I.Oe :
1
Norway
Client
anakamam
ttu
1 Construction of Cleaning Room unit
Detail of Tl'WII
..,
l§:::J
I
DoDOZ"
.,......,..,1.._.......,1-""'
Field.Bnainee:rl SPB
NLDPJaae4ziMULil
1
D- 22
I
Implemented by
Transition
Re
Pr~
UNDP
~-
I
~-,..·I•1
LOT-1
11125
I
1-1.u
I
I-
1 2012 _ n _.,
ANNEX - 1.5.18
Color bonded ZiDi; A.lumDwm
Corruglltl!d. Roofing Sbeat
(lk..0.47~
9"x~
~
Yl2 RfF
~
I'
M
6"x6"Limol
1:2:4<*") Cone.
-~
::
-·
N
~
00
~
~
'
soil compactor to achieve 95%
proctor compac1ion density
3'-3''
10'-0"
$[E(C1fHOJ~
WW
c
Nam.e ofPI'oject
Northern Livelihood Development Project (NLDP)
Nam.eofSuh
Pl'oject lie No:
Reconstruction of Rice Mill and other relative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01/01/2013
Drawing Title :
IDrawnby:
Checked by:
3'-3"
Donor
Client
Implemented hy
Norway
MPCS
Transition
Panakamam
Pattu
Recovery
UNDP
Construction of Clearning Room unit
I .Approved by: I DrawiDg No :
IField Assistant I Field Engineer I SPE
NLDP/83642/MUL/ 1
D- 18
Programme
Issue
LOT-1
Revision No: I Scale
1/75
Sheet size
.1.4
Date
2012. 11-07
30'-0"
I
10'-0'
I
lO'.q'
10'-0''
...... __ _
·-·100--
Dl·.vlo-MBmMILLIIII'Da
Ill- CEIII!IIIr COIICllllln! !IliAD1MWI!lllllmSB
1
. -- . --:;l
~
ANNEX -1.5.16
.Am)JISJDDra_,.,D L:.l:l ~
03-~-=:~"::C.
IM-IIIEIIIIIIIc::a't'EI~:auuca:wan
•--ua::watiK&ILa
•=::'::'.::'-OF~
•IIIYI S!'Bm.FDKIIJIIIBIIII,
•--IIOr.IOIOII-IIriiiiWIIIIIIIOI>mOIIaliMI
I
I
.. 1' 10-U-llllf
:"'mu,.u :::::J I
Cleaning section
mAIIIIIEIIIIND)
~
I I ~=
........
29-e X 19'-6"
;--~·
-----
--
--
--
•
I=t'-6" I
~
13
( LJL_
~
l-
L! -
Dust room
I
I
I
I
~- -- __ =-_j
Type
9'-e l [ 11-e
L_
I
I
3'.q'
I
I±0'-9" I
]),
Size
4'-0" ][ 8'-0"
Deleriptioa
N01
Roller shullm
Door ( Clo~ Type)
01
14
~--
IP~IM
10'-0'
~
Name ofPI'oject
Northern Livelihood Development Project (NLDP)
DoDOZ"
Client
Implemented by
Nameofla.b
Rccooatruc:tion of Rke Mill and other relative Btructures at Qrldan...•lam
in Manthi Eut DS Divlaion
NLDP I 8364-2 MUL I 0110112013
Norway
MPCS
Transition
Recovery
Programme
UNDP
Project 6: No:
Drawtng T:I.Oe :
ion.WII. by:
Cla.edr:ed hy:
Pattu
Construction of Cleaning Room unit
I .l.pp!'Oftd by: I Dnwbl.g No :
I•ne
NLDP/83642/MUL/l
!Field Aaaistant
Panakamam
I Field Bnginee:rI SPB
D- 16
LOT-1
B.e9islcmNo: I Sc:Ue
1/100
Sheet st.
.u
Date
2012-11-07
ANNEX- 1.6.19
n..vul~s"
1: 2 :4 (3/411) Mass
~k.~:: 1-+- ~00~
1. /
~
-
••
Hrm
'. ·
~
-
I
r-
-
r-
.a
~
0
2
•L
YlO
4·YlO
v 0'-6" 71/
1/ 0'-6" 1/
r
7
SOIL COMPACTOR TO ACHIEVE 95%
PROCTOR COMPACTION DENSITY
•
~
LAVE~ ad--.~
r
~
~
GAUGE POLYTHENE
_..
,1
· ·• · ·
S: 1/10
(6"-9.. mm)
' r??'
..
RANDOM RUBBLE MASONRY
IN 1:5 CEMENT SAND MORTOR
S: l/10
3 11 THK 1:3:6 (1 ..).
SCREED CONCRETE
0'-61t
SCR
Gravel/Hard earth
Filling
SECTION 4-4
0'-3.,
1:2!:5 (1") cone.
S: 1./25
R06@8"
SECTION 3-3
S: 1/25
I[
r
,
11
r
3'-0"
I,
I,
7
14Y10
1/ 0'-6" 1/
7
Detail of Drainage
S: 1/20
S: 1/10
Nam.e ofPI'oject
Northern Livelihood Development Project (NLDP)
Nam.eofSuh
Pl'oject lie No:
Reconstruction of Rice Mill and other relative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01/01/2013
Drawing Title :
IDrawnby:
Checked by:
Donor
Client
Implemented hy
Norway
MPCS
Transition
Panakamam
Pattu
Recovery
Construction of Clearning Room
Details of foundation , Lintol , Roof band , Beam & Drainage
I Approved by: I DrawiDg No :
Issue
NLDP/83642/MUL/ 1
IField Assistant I Field Engineer I SPE
D- 19
LOT-1
Programme
UNDP
Revision No: I Scale
1/125
Sheet size
.1.4
Date
2012- 11-07
ANNEX - 1.5.23
01 - ALLDIMENSIONSAREINMILLIME'I'RES
02 - CEMENT CONCRETE HEAD WALU3 TRANSITION
ANDBEDDINGSHAILBE 1:3:6 (40rnm).
03 - REINFORCED C ONCRETE SHALL BE 1:2:4 (30mm)
OF C HARACTERISTIC STRENGTH feu = 20 N/ mm z.
04 - MINIMUM COVER FOR REINFORCEMENT
* Slab & RCC bands 25mm
*Pad , colwnn, beam 40nun
05 - REINFORC EMENT SHALL BE
* HIGH YIELD STRESS BARS OF CHARACTERisrJC
,~I
q
0
STRENGTH OF 428 N/:mm~
• Mn..D STEEL FOR STDUtUPS
06 - BAR NOTATION - STANDARD NOTATION IS USED
NUMllER
I
I
___j_j~
20 y 10 -~-
HIGH - YIElD BAR
___j
TL___
TOP
SPAC rnG (rrun)
DIAMETER (mm)
BAR MARK
Cleaning section
29'-6" X 19'-6"
--
--
--
Type
Do
q
~
I
I
I
13
L
~
I ~
--
--
Dust room
I
I
I
I
I±0'-9" I
~ I
@
~
I-9'~6 11 X 9'~6''
--
>--------.
I
3'-0"
01
:~~
"' ~~~
' " "'"m)
'9
"''
"'
----~
I :;
I
Nos
Roller shutter
Door ( Closed Type )
[F[pd(QJ ~[j'
::il I
_j
Description
4'-0" X 8'-0"
I ll
I±t'-6" I
I
Size
0
~
10'-0"
~I
0
(
;::;
3'-0"
e;,
Oo
[pl[LfA\~
.
V>
-'
----=
4"tl:.oonc
· /'fJ
III~~,)C~
~= w
~
~- ·
~ .·--'"'=~--~ Y~Tls:rr "":£' ,,_,-~
~ , j _j ~
H•d
10'-0"
~[E~[j'~ (QJ~ WJ
Q
Name of Project
Northern L ivelihood Devdo]pment Project (NLDP)
Name of Sub
Project & No:
Reconstruction of Rice Mm and other relative structures at Oddankulam
in Manthi E ast DS D ivision
NLDP I 8364-2 MUL I 01/01/2013
Drawing Title :
Construction of Clearning Room unit
3'-3"
~ ~ [Dl[EIE [L IEWJ!A\11 ~ (QJ ~
WJ
Donor
Client
Implemented by
Norway
MPCS
Panakamam
Pattu
Transition
Recovery
Programme
UNDP
Sri Lanka
Drawn by:
Checked by: I Approved by: I Drawing No :
Issue
NLDP/83642/MUL/ 1
Field Assistant I Field Engineer I SPE
D -23
LOT-1
Revision No: I Scale
1 I 150
Sheet size
A4
Date
2012- 11- 07
ANNEX - 1.5.20
01 -ALL DIMEI!IBIOMI ABE IN MlllaiE'l'.ltf.
OZ- CEMENT CONCRm'B BBAD WALIB TRANB1'.110N
.AND BEDDING SHALl. BE ll3:8 (401nm).
IJI3 -IIEINI'OltCED w.HCJIEt:E SHALL BB 1:3:4 f8llmml
OF CHARACrl!lll!mCSDIEN<ml
•r:r 20 Nlmm ~
1M- MINIMIJM COVER PORRmiFORCEMEMI'
*Sial) 61lCC btuld8 Zllmllll
* Plld, colliiNI, beam COinm.
08 -IIEINI'ORCEME!ft' SHALL Ill!
* HIOH YJELD lmDIB -.OF CHAliAC'l'Eitll
IITRBNG'JH OF 411 Nlmm
*MILD lr1'2!Ll'OJllmDUPS
08 -IIDlfOTATION- 8I:ANDJiltD NOTATION IS USED
liO T 10 - liS - 180 T
:="mm...
DIAME.'lER (mm)
I I I I .,_.;:
liD MAn
Y10@6"a/o
______ L
llcne4 ca..:.
;
1:3:6(1")
~~
l
,
~
'-----!l,
,
,
Detail of 9" x 9" RIF
Detail of 6" x 6" RIF
Coi'UIUl
Column
S: l/40
S: l/40
Nam.e ofPI'oject
Northern Livelihood Development Project (NLDP)
Nam.eofSuh
Pl'oject lie No:
Reconstruction of Rice Mill and other relative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01/01/2013
Drawing Title :
IDrawnby:
Checked by:
Donor
Client
Implemented hy
Norway
MPCS
Transition
Panakamam
Pattu
Recovery
Construction of Clearning Room unit
Details of 9" x 9" Column & 6" x 6" Colunm
I .Approved by: I DrawiDg No :
IField Assistant I Field Engineer I SPE
NLDP/83642/MUL/ 1
D- 20
Programme
UNDP
Issue
LOT-1
Revision No: I Scale
1/125
Sheet size
.1.4
Date
2012. 11-07
ANNEX - 1.5.15
----- -------------------...!;>
2/2~LS
2/2~LS
l
l
ts·~·
Donor
Name ofPI'Oject
Northern Livelihood Development Project (NLDP)
Namearsu
PI'OJect & Na:
Reconmuction of Rice Mill and other re1ative structure~ at Oddankulam
in Manthi East DS Diviaion
NLDP I 83642 MUL I 01
Drawiag 'l'itle :
Construction of Boiler and Ash Trap
Nonva.y
Client
Implemented by
MPCS
Panakamam
Pattu
Transition
Recovery
Progzamme
UNDP
Detail ofTruess
by:
CWby:
Jl.ppnved by:
.Aaaisttud I Field E:naineer I SPE
Dra.wblg No :
NLDP/83842/MUL/1
D-16
I
Iuae
I
Re91aioa No: Seale
I
I Kot :Ia Rale
Slleet•IH
I
.lA
Date
I 2012 • 11 • 07
ANNEX- 1.5.13
0I
~
~
N
OoI
f...
-
b
- f""l
I
~
I
~
3'11<. cone.
,
BR 1
15'-0"
Name of Project
Northern Livelihood Development Project (NLDP)
NameofSub
Project &: No:
Reconstruction of Rice Mill and other relative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01
Drawing Title :
Construction of Boiler and Ash Trap
Drawn by:
Checked by:
I .Approved by: I Drawillg No :
Issue
NLDP/83642/MUL/ 1
Field Assistant I Field Engineer I SPE
D- 13
Donor
Client
Implemented hy
Norway
MPCS
Panakam.am
Pattu
Transition
Revision No: I Scale
1/75
Sheet size
Recovery
Programme
UNDP
Date
2012- 11-07
QJ-AU.~Aa-~
•
....,.....,.,...,....,... _
ANNEX 1 5 14
-CZIIIEII'I'cxmcaiiiHIIID1I'AWIII~
D-~a.::IIBIIIIB.I.Y!IBl*l~
-
01-~:am~.._·
•c.~~~aacc-.. ....
.
•
•
•JIIIIII,at....,la.4c...
·-iliWR&tJWI~-
==.:=aCI'~
•IIUJI!m.PDalniiUII
•·l&l.mr&naf·IIUIIDIIIID~·II:Bm
~mm-~rrP--;;o=
mum~~~~ :::::J
.....
6mm. Stirrups
@6" c/c
~
•
-1'01'
•
-IICJI'I'OIII
·lctiiD llltD 111!11.
-I'OIUIIDL
.... _..,,....
R
Y
P.Al)-f'UU.I..u'~
P.l
-PDIIOIIID
ro
_,
-
0'-6"
~Mard~
Filling
0'-3"
~
;...,
0'-3" /
a..
_,
/ 0'-9"
:A:A
/
/ 0'-3~
;
/ 1:2!:5 (1 ")cone.
:A>I
N
~
.creed Cone.
:3:6
I
Detail of Foundation [ BR 2 ]
2'-0"
min width
I
3'-0"
I,
~
r
;
I,
Detail of Drainage
1/30
1/30
Detail of Foundation [ BR I ]
r
~ o'-9" ~
r 3,-0" 1
1/20
R06@6"
~
'\-
-
~
•
--
~
-
;
!
-
;
~[
J~
rE5tL
~
~I
~ 5>
/
"
0'-9~
j
~
.....
"
I
Detail of Beam (a-a)
1/20
n~.
!±l ~
1/20
Detail of slah
R06@5"
.Jt<r-9" Jt
I
/
"
0'-9"
I
(,
3'-0"
1/20
Detail of 9" x 9"
Column [ BR 3 1
Name of Project
Northern Livelihood Development Project (NLDP)
NameofSub
Project &: No:
Reconstruction of Rice Mill and other relative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01
Drawing Title :
Construction of Boiler and Ash Trap
Detail of Beam (b-b)
1/30
Donor
Client
Implemented hy
Norway
MPCS
Panakam.am
Pattu
Transition
Recovery
Programme
UNDP
Details of Foundation & Lintel
D:rawnby:
Checked by:
I .Approved by: I Drawillg No :
Issue
NLDP/83642/MUL/ 1
Field Assistant I Field Engineer I SPE
D- 14
Revision No: I Scale
Sheet size
.A4
Date
2012- 11-07
ANNEX- 1.5.6
LIJ'I...,...
:t lUJ---1m~
.... •••... :.
•I I I II
COLUMNR/F
•.,•.. ,.
;.·.:···
"'
"..
•:
l.·.··.
lOmm FLEXIBLE Fn.LBR.
1: 2 :4 (314") Mesa ConCI8te WITH
RB@B"crs.
,k f1.(," ,.,
r---~:......~:b.:o-oiJ.=.::-~
1: 2 :4 (314") Mesa CoAaMte,
WITH R6@ 8" crsJ
,.
1000
SOIL COMPACTOR TO ACHIEVE 95%
PROCTOR COMPACTION DENSITY
Detail of Lintol
(6"-9"mm)
RANDOM RUBBLE MASONRY
IN 1:5 CEMENT SAND MORTOR
S: 1/20
GL
~I
~ ·~
1-r+r'""m-"r--'.... b
1000 GAUGE POLYTHENE LAYER
OL
\
GAUGEPOLYTHBNELAYER~rtt
SOIL COMPACTOR TO Aaiii!VB _
PROCTOR OOMPACTIONDENSITY
_j
T~ ~.~L.s~:~J
TL
a "" .. ,
_J~iTIO·rlji
-
~~
111111-WIDIIU ____j
"'
mP
PM!!SJ~
-ea-~
MaiUIIII:
3"THK.
SCREED CONCRETE
~t ~
81
ftl
~;
&~
r
FD-B
m
.,
>
3' •
SECTION 1 -1
Welddi.ng arrangement
for Ex. c:oi11111D
D~ofFoundation
~
S: 1/25
L
_ ;L_3'.f"
~
~I
Detail of Lintol
I
1
..1.
,
II Y1D@B"B2
4Y16
S: 1/20
I-
YlO
,
~~[ I"
~II
~I
,q
14Y1o
~
"" ""
., 0'-6" 1.;
r
b
'
1:1/20
~ I tYlO@ 9"
llU
SCALE 1•:r.o•
rle
Ex. Rail curder
I L ......_
4Y16
S: 1/20
S: 1/40
L 0'-8" :rL0'-4"L
0'-9" r:r
LL
:r
0'-2"
Detail m of Bat tab 6:
Drainage
s:
1/20
Nam.e ofPI'oject
Northern Livelihood Development Project (NLDP)
Nam.eofSuh
Pl'oject lie No:
Reconstruction of Rice Mill and other relative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01/01/2013
Drawing Title :
\
COLUMN
Ex. 8"x8"
colwnn
I
r
Detail of Beam
Ex. Rail curder
with welding Yl6
Donor
Client
Implemented hy
Norway
MPCS
Transition
Panakamam
Pattu
Recovery
Detail og Foundation , Colwnn , Lintol , Beam , Roof band &
Rat tab with drainage for Store
Programme
UNDP
mm
Sri Lanka
IDrawnby:
Checked by:
I Approved by: I DrawiDg No :
Issue
NLDP/83642/MUL/ 1
IField Assistant I Field Engineer I SPE
D- 06
LOT-1
Revision No: I Scale
Sheet size
.1.4
Date
2012. 11-07
~
I'
ANNEX 2.5.39
~
1" Cil Pi
r
LADER,
lhzaLESASHDOOR
6•-t"Xl'-6")
Gl PIPE (111) RAILIN~
I
r1
1
I
ANGLE IRON (z''X2''xr.")
BRADNO
r1
I
I
I
"\
'I~
ANGLE IRON
(2 1/z"X2 1/2"X6mm)
~· ..
~·~
/
r~
I'
I
I
I
• S1U1. BAR Willi
'I I
PADLOCK
I
,,CL
CL
"'
FRONT ELEVATION
.-~~~
)
"l~"ILA.I""'"r.' r., 3• THICK
1:2'4(3/4"). SlAB WITM1GMM
<l't--
......
~·
··( II Kll
lbt II t
,~
,.
~
t:~H~J
~
"
T
.
flfj 111.
..
.
l'r:iil---:~~~:
SECTIONC-C
~
'-8' .__
..
TOR STUI.IIAR@ a•
C/C llOT1I WAY
:-'\
\[~
:: ..
mJ\£·
,.;.,
~ ..
l~:r·~
lfVl
I
PLAN
FRONT ELEVATION
L......L...+----+-'
END ELEVATION
t
PLAN
STEEL WATER TOWER & PUMP HOUSE
PROJECT NAME
SUB PROJECT NAME
DRAWING TITLE
DRAWN BY I CHECKED BY
FIELD
ASSISTANT
NORTHERN LIVELIHOOD DEVELOPMENT PROJECT (NLDP)
Reconatructiml of Rice Mill and other reladve atrw:turee at OddankuJam
in Manthi Bast DS Diviaion NIDP I 83642 MUL I 01/0112013
DONOR
GOVERNMENT OF
NORWAY
CLIENT
MPCS KODIKAMAM
UNDP
STEEL WATER STAND & MOTOR ROOM
APPROVED BYI
DRAWING NO
I
ISSUE
I
REVISION NO
SCALE
SHEET SIZE
I
DATE
A4
I
16/01/2013
T
I
SPE • PMU
IMPLEMENTED BY
Transition Recovery
Programme
SPE- PMU
INU)P!836fZMULIGIIOII»l3-A39I
CWC
I
Sri Lanka
ANNEX- 1.6.38
,_______1:3:6 Ct Com:t.
Hard earth/
Gravel Filling
. ..
..
·.
•
..
..
,~
I
•
•
. . . . ....
Tk. 1 :3:6 Ct Conct.
RIR mascmary
SECTION AT COllAR
SECI'IONIFRONT ELEVATION
JOINT ON X-X
I. I 900", :1
X
X
f-
f-
X
X
,-•
'U.MI
-•
~----------------------------------~73·~----------~------------------------~
PLAN VIEW
Recorumuction of Rice Mill and other relative 11trw:tora at OddanJrularn
in Manthi East DS Division
lfame of Sall
Project 6: No:
NLDP I 836+2 MUL I 01101/2013
Drawing Title :
Dn.WD:by:
Nonva.y
Clulck•d :by:
MPCS
Panakarnam.
Pattu
Construction of Hume pipe Culvert
I .l.ppzoved :by: I Dzawbag Ko :
I81R18
Rn1a1oD. No: I Sc:a1e
lb.eet•lze
NLDP/83642/MUL/1
Piald .Aaai8tant I Field E:nginaarl SPE
D-38
LOT-1
A4
'l'raDsition
Recove!Y
Programme
UNDP
Dlde
2012-11-07
ANNEX- 1.5.4
llllllllllllllllllll1111111111
11illll_lllll lllllllllllllll llllllllll lll lll llllllllllll lll11111111111111. llll
-
I
-
-
-
-
[:J
[:J
[:J
[:J
[:J
[:J
[:J
[:J
[:J
·L:J
~
[§]
I
I
§
§
I
§
I
I
§
I
§
§
I
I
§
I
§
I
..
I
lflm@lr!Jlr ~~~w~m@lr!J
Type
~
~
Size
Description
Nos
Do
15'-0" X 10'-0"
Roller shutter
Door ( Closed Type)
02
n,
9'-0" X 10'-0"
01
D2
4'-0" X 9'-0"
Roller shutter
Door ( Closed Type )
Double Steel Door
F,
4'-Q" X 3'-0" )
Fan light (with lovers)
01
....._44
'
$~[0) ~ ~~~W~lf~(Q)lr!J
Name of Project
Northern Livelihood! D evelopment Project (N L DP)
NameofSub
Project & No:
Reconstruction of Rice MiU and other rdative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01/01/2013
Drawing Title :
Construction of Stroe Room
by:
Checked by:
Client
Implemented by
Norway
MPCS
Panakamam
Pattu
Transition
Recovery
Programme
UNDP
I Approved by: I Drawing No :
Issue
NLDP/83642/MUL/ I
Field Engineer I SPE
Donor
D- 04
LOT-1
Revision No: I Scale
1/20
Sheet size
A4
Date
2012- 11 - 07
01 -ALL DIIIEI!ISIOMS.AltS li!I'MILLlMElWES
oa- CBMEN'.I' COlfC1tEl'.E HEAD WArM T.ltANIIrl10K
ANNEX - 1.5.27
.A1QD BI!DDING llHAL'L BE 1:3:8 (40mzn).
03 -RBINPOIICBD CONCRin'B SBAU. BB 1:1:t (liOmm)
OF CHAKAC'.l'BIIS'nC ll'l'lltENCJIH fa,= 20 Nhla J,
04- MINJMUll( COVER FOR REINFORCEMEN'.l'
• Slllh a.liiCC bud~! a8mm
• Pad, co1umJI, beam 40mm
08 -lU!INPOIICl!MEN'l' SHAD. BB
• mGHYIEID 1mU!B8 BAliS OP CHAliAC'l'Eilll
lmD!NGTII OF 061flmm
1
• MILD SJEBL FOR SJDUruPS
08- Mil NOTATI<»f- &'l'JUmARD lfO'I'A'ltON 18 liBBD
~bcmdcocl2.in4l
Ahlmimml:Ri.olpo
.80 T 10-83-lBOT
:="mw...
DliiMBl1!1l (IIDD)
II I II
......a::
BAll NAB
-~
N
~
Q
$~(C1f~(O)~ ~
c
~
Name ofPI'oject
Northern Livelihood Development Project (NLDP)
Nam.eofSuh
Pl'oject lie No:
Reconstruction of Rice Mill and other relative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01/01/2013
Drawing Title :
IDrawnby:
Checked by:
Donor
Client
Implemented hy
Norway
MPCS
Transition
Panakamam
Pattu
Recovery
UNDP
Construction of Mill unit
I .Approved by: I DrawiDg No :
IField Assistant I Field Engineer I SPE
NLDP/83642/MUL/ 1
D- 27
Programme
Issue
LOT-1
Revision No: I Scale
1/75
Sheet size
.1.4
Date
2012. 11-07
ANNEX-1.5.11
t
'
'
1 1
0'-9"
p
13'-3"
8'-0"
I
I
I
I
I
I
I
I
I
-
I
I
I
I
I
I
I
I
I
I
I
-
' 0'-IB'-0"
1 1
I
I
I
I
I
I
I
I
I
'
l 0'-9"
1 1
I I
1_1
I
I
I
I
I
I
I
I
I
I
:-.:::ldJ·rr=.::
1-1
I I
•
Name ofPI'oject
Northern Livelihood Development Project (NLDP)
I
Nameofla.b
Project 6: No:
Rccooatruc:tion of Rke Mill and other relative Btructures at Qrldan...•lam
in Manthi Eut DS Divlaion
NLDP I 83642 MUL I 0110112013
I Norway
Drawtng T:I.Oe :
by:
I
Cla.edr:ed hy:
I
DoDOZ"
I
Client
IMroS
Panakamam
Pattu
I Construction of Septic tank and soakage pit
l.l.pp!'Oftd. by: I Dnwbl.g No :
NLDP/83642/MUL/l
Field Bnainee:r I SPB
I
D- 11
I I•n.e
I B.evislcm No:
I
I
LOT-1
Sc:Ue
11/20
Sheet st.
I.U
I
Implemented by
Transition
Recovery
Programme
UNDP
Date
I 2012 - ll - 07
;.~
Detail of Grab bar arrangement
(6"-9" mm)
-r~~~~~DOM RUBBLE MASONRY
IN 1: CEMENT SAND MORTOR
~
4'-6"
mim
1
1'-Q"
¥
J'-6"
'=
.,
~
DETAILS OF
UNDATIO
SCAL~
Grab Bar
Grab Bar
./
!
3'-0"
1
~I'
I
1
,
(
1 ,"
)
f\l
.J
\.
~
__/
ANNEX-1.5.10
I
\
~
f;.
:...
~
~
~
"
Side Wall
Back Wall
Name ofPI'oject
Northern Livelihood Development Project (NLDP)
Name of Suh
Pl'oject a: No:
Reconstruction of Rice Mill and other relative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01/01/2013
D:rawiDg Title :
Construction of Toilet
Dono!'
Client
ImplemeDted by
Norway
:MPCS
Transition
Panakamam
Pattu
Recovery
Progranune
UNDP
mm
mm
Sri Lanka
Checked by: I Approved :by: I Drawing No :
IDrawnhy:
lf'ield Assistant
I
Field Engineer I SPE
NLDP/83642/MUL/1
D- 10
Issue
LOT-1
Revision No: I Scale
1/20
Sbeetslze
.1.4
Date
2012-11-07
I
~<
ll
&-":'· ... ri'.!l" f ...s
1
I
--
5'-4"
f'-9f
1'-()"w
1
'·>·' ·2 (! t.%f·"·ll". j-••·a~·!J:;<f~$1i? l
..
.. j¢ t·hs :•:J.•·:r;A !t#t·~·'*·'· ~'''··~· &· ~1::
_
I
~1 5>
Col'
~
I
-GL
IFIRi!lll~'ii' le!L~~'ii'~WlOO
r
4'-4"
"'/
GL' .
~
3'-4"
~
;.'
-I
11'1.
0
TOILET
I
S'-0" X 4'-(J"
4'-0" X 3'-0"
-....... _ ..,
/
1 2'-0" i-1
$1elC'ii'~(OJ~
y -y
01· AU. DINIIIIaiiOMIIIIJIB IN'MIWNEmiEB
C8 • CDIBN'l'COftCIIIml HEADWAWI '1'IWIIIr11Qif
i
I
i
AND IIBDDING IIIWI.BB l:adl (4Gmnl).
011 • RIIINFOilCEIJ WHCIBfE IIIWI.BB l:IIK OIDnuftl
OF CIIAJIAcmmmc 811tmCIHt.,r aoirlmm ~
1M -lmiiMIIM COVBB I'OIIliDNl'OIICBMBift
"111m .IICC budl 38mm
• P8d, colllnul, beal401nm
08 • RIIINI'OilCENIDIIIIIIU.BB
" HIGH '!IBID lr11IDIIIW!II QF CIIIIIIAC1'BRII
8
II'IRIING'1H OF 4211 Nltma
"llllm IIIEIILI'Oillft'IIIRDPII
08 • BAJlftOL\'ltOlf -IIIAIIIDAIID..orA'ltClKIBUBm
~
I ~
~ ;;.,
JY.m
Dl
~ONRY
fi'-O"xl'-6" [O:ZNOS)
Sq.aia&Jllll-IAIIt-
IMORTOR
='DBIDBAJl
Dlllliiii'IEil (mD\}
u
II I
80 y 10·88-11101
Raofllab 3"1k. YlO CIC@ 9" bcdl ~
Dt
I
J
S'-0"
"'
I
I
.!__,/"
9'-9"/
,s,
a:: ,--- ~ ---- $ --l
I!
;
-~~ ~
~(
9
"· ~
= :
1
fr'- fANNEx - 1.5.9
5 4
._ ..
I
I
SPACWG;:
BAll MAIII:
u ..R.l&
)<..}
I:r
0'·3"
Detail of Door
DI'UOO
Name ofPl'oject
Northern Livelihood Development Project (NLDP)
Nam.eofSuh
Pl'oject & No:
Reconstruction of Rice Mill and other relative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01/01/2013
D:rawing Title :
IDrawnby:
IField Assistant
Checked by:
DODOI'
Norway
Client
Implemented hy
MPCS
Transition
Panakamam
Pattu
Recovery
UNDP
Construction of Toilet
I .Approved by: I DrawiDg No :
Field Engineer I SPE
NLDP/83642/MUL/ 1
D- 09
Programme
Issue
LOT-1
Revision No: I Scale
1/50
Sheet size
.1.4
Date
2012. 11-07
ANNEX- 1.5.7
DetaD of Web tnss
21'~\~'
3'
~ -----r
3'-\ •
.
\l•
,• l -
~
-----r
-------- - - - - 3'-t¥
l•
- - - - - 3'-t¥
3'-\'l -
/
'\
-
- - - - - 3'-t¥
----- • l 'I
'I
'\
----.......
Plates
""
~nun~~~::~~_1::::::::~~t:J;~~~~~~~~
Bearlcg Plate
6mm~ Gusset
A
/--......
B
c
1/40
""'
/
Detail of· C-
r _.>t~.........r-' 3·-t¥'_:::::1
1/50
~...--::::r-=-~~=~c
-- --.......
I ~·-1~· ---1
/'
t-,."".r -\
~
-
l"llo:r.imll
0*"Torbar
1/50
Detail of· B •
"' ...___ --
I
/'
16mm'Tct
------siiiOI
Detail of Site web tnss
Detail of- A. •
1/40
1/50
Nam.e ofPI'oject
Northern Livelihood Development Project (NLDP)
Nam.eofSuh
Pl'oject lie No:
Reconstruction of Rice Mill and other relative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01/01/2013
Drawing Title :
IDrawnby:
Checked by:
Donor
Client
Implemented hy
Norway
MPCS
Transition
Panakamam
Pattu
Recovery
UNDP
Detail of Web Truss and other arrangement for Store
I Approved by: I DrawiDg No :
IField Assistant I Field Engineer I SPE
NLDP/83642/MUL/ 1
D- 07
Issue
LOT-1
Programme
Revision No: I Scale
Sheet size
.1.4
Date
2012. 11-07
ANNEX- 1.5.5
_...
..
~
=-=(
:;::::.
-~
3
q
!':!
~
5'
r--
---
......
_)
I
....._
I
'I
-......,
...... I _
··~
.....
......
~
-......, I
\
/
_\
/
\_
-.....
l
~r~
I. I_
/
.,_._
/
J§
- ~
H~
3'-0"
/
\_
§
-
.....
~
2:
_\
I
tfiBL~
~
/
\_
?
~
~
lS'-0"
I.
I_
c
)
.........
-- ~
)
5'
12'-3"
i!r
a-,
r--
.~ ~J
1-+.!::£. """'
10'-4"
~
'9
I_
""""7'1 ~±H
3'~"
l
37'-7"
$~lC:'il'~@IM I
.. I
Name ofPI'oject
Northern Livelihood Development Project (NLDP)
DoDOZ"
Client
Implemented by
Nameofla.b
Project 6: No:
Rccooatruc:tion of Rke Mill and other relative Btructures at Qrldan...rlam
in Manthi Eut DS Divlaion
NLDP I 8364-2 MUL I 0110112013
Norway
MPCS
Transition
Recovery
Programme
UNDP
Drawtng T:I.Oe :
wn.waby:
Cla.edr:ed hy:
Panakamam
Pattu
Construction of Stroe Room
I .l.pp!'Oftd. by: I Dnwbl.g No :
I•n.e
NLDP/83642/MUL/l
Field Bnginee:r I SPB
D- 06
LOT-1
B.e9islcmNo: I Sc:Ue
1/7&
Sheet st.
.u
Date
2012-11-07
,......
1
"""'
I
--
®
,.....
,....,.
I
I
--
--
®
I
--
@)
®
B=D\]
B
,......
101'-0"
"""'
1
"""'
I
--
--
®
®
'"'"
I
--
@)
®
r-
ANNEX-1.8.3
,......
l
1
--
--
®
8
I
®
u
I
®
®
~,--
I
"r-
I
~
:(k.r-~4J!
~ ~®
__
--
--
--
-
I
-
[!~
100'·6" X 37'-1"
--
--
--
~
_...II
--
@D
I
I
~
J.
STORE
I
~
_;--
®
Ul)
~i
I
I
I
-
~r-" '--
I®
I
C
....
®_
® _
!3
®__
I
®
..
!3
I
--
®
--
I
I
®
!3
I
--
I
®
!3
__®
..
®I
®
1- . o =
--
~
[?~~
•
~
I
_®_ =--_j
-~
Name ofPI'oject
Northern Livelihood Development Project (NLDP)
DoDOZ"
Client
Implemented by
Nameofla.b
Project 6: No:
Rccooatruc:tion of Rke Mill and other relative Btructures at Qrldan...•lam
in Manthi Eut DS Divlaion
NLDP I 8364-2 MUL I 0110112013
Norway
MPCS
Drawtng T:I.Oe :
Construction of Store Room
Transition
Recovery
Programme
UNDP
Panakamam
Pattu
II
mm
'
mm
Sri Lanka
Dn.WII. by:
Cla.edr:ed hy:
.l.pp!'Oftd. by:
Dnwbl.gNo:
I•ne
NLDP/83642/MUL/l
Field Aaaistant
Field. Bnginee:r SPB
D- 03
LOT-1
B.evislcm No: Sc:Ue
1/20
Sheet st.
.u
Date
2012-11-07
.
®
®
·~
@
®
·~·~
I /~
.
®
~·
.
®
~·
.
r.~
®
@
®
ANNEX- 1.5.8
·~·.
®
·~.
®
®
~:--
~ ··~·"il
STORE
[f
~
BTl
®
0
@iu,
!_ ~
®
•
I ,~
I
=
~~ ~ ~ ~L~'I7ffiln(()]l!l
Type (
~®
•
®
,ll
·=
.
_ ®
=
•
= · .
® __®
=
•
= · .
®
®
=
•
® .
= · . ,_..
®__ ®
= -
n,
Size
lt5'·f" , .....~
J
Des~riprion
N"
I R<>lk:r .r...m
l)oof( CI~od 'IY!>< I
R<>llct :obulla
=
~
•
llol!l>I<S~~>elf>o<:o'
®
F,
1 4'-1" 1J'_." J I Fan li~ht (w•~, Jovers)
~
IPU\1!1
'~
~ )I -·
~'
__:_
aJ
'""'i=:
~~~~~i!llr
Northern Livelihood! D evelopment Project (N LDP)
NameofSub
Project & No:
Reconstruction of Rice MiU and oth er rdative structures at Oddankulam
in Manthi East DS Division
NLDP I 83642 MUL I 01/01/20 13
Drawing Title :
Construction of Store Room
Checked by:
ij;S::
lt<: ~I )li
Donor
Client
Implemented by
Norway
MPCS
Panakamam
Pattu
Transition
Recovery
Programme
UNDP
I Approved by: I Drawing No :
Issue
NLDP/83642/MUL/ I
Field Engineer I SPE
I
$\~l:lfl (()] li[ ~ 0 ~
Name of Project
by:
I
D -08
LOT-1
Revision No: I Scale
1/250
Sheet size
A4
Date
2012- 11 - 07