AGREEMENT BETWEEN THE UNITED STATES OF AMERICA … · NITS to AMIS in Darfur, ... DONE at L.VLA) ,...

45
AGREEMENT BETWEEN THE UNITED STATES OF AMERICA AND THE UNITED NATIONS ORGANIZATION CONCERNING THE PROVISION OF SERVICES AND COMMODITIES ON A REIMBURSABLE BASIS IN SUPPORT OF THE OPERATIONS OF THE UNITED NATIONS MISSION IN SUDAN PREAMBLE The United States of America and the United Nations Organization, hereinafter referred to as the Parties, On the part of the United States of America, as represented by the Department of State of the United States of America (hereinafter the "Department of State"), acting under the authority of section 607 of the Foreign Assistance Act of 1961, as amended, and other relevant authority; On the part of the United Nations Organization, as represented by the United Nations Mission in . Sudan (hereinafter "UNMIS") in accordance with United Nations Financial Regulations and Rules and other relevant authority; Noting United Nations Security Council Resolution 1706 and other relevant resolutions relating to the formation and operations of UNMIS; and Desiring to establish the terms and conditions for the provision of assistance by the Department of State at the request of the United Nations Organization in support of UNMIS, with all the costs for United Nations Organization requested assistance to be reimbursed to the Department of State by the United Nations Organization; Have agreed as follows: ARTICLE I SCOPE OF PROVISION OF SUPPORT 1. In order to support the United Nations Organization in the operations of UNMIS and in accordance with the terms of this Agreement, the Department of State may, at the written request of the United Nations Organization, provide to the United Nations Organization and to UNMIS the following assistance in support of UNMIS, including the provision of support by UNMIS to the African Union Mission in Sudan (hereinafter "AMIS") in Darfur, pursuant to Security Council resolution 1706 of 31 August 2006 and other support as agreed to , by the United States Government and United Nations Organization: (a) The services and works described in a task order, dated 20 December 2006, issued by the Department of State pursuant to a contract between the Department of State and PAE, dated 27 May 2003 (hereinafter the "Contract"). (b) Other, similar types of support services as required.

Transcript of AGREEMENT BETWEEN THE UNITED STATES OF AMERICA … · NITS to AMIS in Darfur, ... DONE at L.VLA) ,...

AGREEMENT BETWEEN THE UNITED STATES OF AMERICA ANDTHE UNITED NATIONS ORGANIZATION CONCERNING THE

PROVISION OF SERVICES AND COMMODITIES ON A REIMBURSABLEBASIS IN SUPPORT OF THE OPERATIONS OF THE UNITED NATIONS

MISSION IN SUDAN

PREAMBLE

The United States of America and the United Nations Organization, hereinafterreferred to as the Parties,

On the part of the United States of America, as represented by the Department of Stateof the United States of America (hereinafter the "Department of State"), acting underthe authority of section 607 of the Foreign Assistance Act of 1961, as amended, andother relevant authority;

On the part of the United Nations Organization, as represented by the United NationsMission in . Sudan (hereinafter "UNMIS") in accordance with United Nations FinancialRegulations and Rules and other relevant authority;

Noting United Nations Security Council Resolution 1706 and other relevantresolutions relating to the formation and operations of UNMIS; and

Desiring to establish the terms and conditions for the provision of assistance by theDepartment of State at the request of the United Nations Organization in support ofUNMIS, with all the costs for United Nations Organization requested assistance tobe reimbursed to the Department of State by the United Nations Organization;

Have agreed as follows:

ARTICLE ISCOPE OF PROVISION OF SUPPORT

1. In order to support the United Nations Organization in the operations of UNMISand in accordance with the terms of this Agreement, the Department of State may, at thewritten request of the United Nations Organization, provide to the United NationsOrganization and to UNMIS the following assistance in support of UNMIS, includingthe provision of support by UNMIS to the African Union Mission in Sudan (hereinafter"AMIS") in Darfur, pursuant to Security Council resolution 1706 of 31 August 2006 andother support as agreed to , by the United States Government and United NationsOrganization:

(a) The services and works described in a task order, dated 20 December 2006,issued by the Department of State pursuant to a contract between the Department ofState and PAE, dated 27 May 2003 (hereinafter the "Contract").

(b) Other, similar types of support services as required.

holmanbs
New Stamp

2. As agreed to by the Parties in writing, other types of assistance in support ofUNMIS may be provided by the United States of America on a reimbursable basis inaccordance with this Agreement.

3. The Services to be provided shall be in accordance with the Department of Statecontract with PAE, unless otherwise agreed in writing. The Department of State shallenforce the provisions of the Contract at the written request of the United NationsOrganization so that the assistance provided pursuant to this Agreement shall be of equalquality and caliber to that which the Department of State is entitled pursuant to theContract.

ARTICLE IISUPPORT PROCEDURES AND REQUIREMENTS

1. Unless the written consent of the United States Government has first beenobtained, which shall not be unreasonably withheld, the United Nations Organizationshall not use or permit the use of any assistance provided pursuant to this Agreement forpurposes other than in support of UNMIS, including the provision of support byUN. NITS to AMIS in Darfur, under applicable United Nations Security Councilresolutions or other assistance as may be agreed between the Parties consistent with thisAgreement, or transfer or permit any officer, employee, or agent of the United NationsOrganization to transfer any assistance provided pursuant to this Agreement, by gift,sale, or otherwise except as authorized pursuant to this Agreement and by the UnitedNations Financial Regulations and Rules.

2. The Parties agree that the authorized users of any assistance provided pursuantto this Agreement shall include all personnel assigned to UNMIS and authorized AMISpersonnel.

3. The United Nations Organization shall to the extent of its capacity maintain thesecurity of any assistance provided pursuant to this Agreement and shall provide itsubstantially the same degree of security protection afforded by the United StatesGovernment.

4. The provision of assistance pursuant to this Agreement may be made subject toadditional terms and conditions as may be agreed to in individual implementingarrangements, executed in writing between the Parties under this Agreement

5. The Department of State and the United Nations Organization, includingUNMIS, each waives all claims it may have (other than claims associated with thereimbursement for assistance provided hereunder) against the other Party for damage to,or loss or destruction of its property or injury or death to its personnel arising out ofactivities of the personnel of the other Party pursuant to this Agreement. Claims of thirdparties filed against the Department of State or the United Nations Organization,including UNMIS, for damages or loss caused by their respective personnel arisingfrom activities under this Agreement shall be resolved by the Party against which suchclaims are filed in accordance with that Party's applicable laws, rules and regulations.

ARTICLE IIIIMPLEMENTATION

The Department of State shall implement this Agreement for the United States ofAmerica. UNMIS shall implement this Agreement for the United NationsOrganization.

ARTICLE IVREIMBURSEMENT PROCEDURES

1. All assistance provided by the Department of State under this Agreement shall befully reimbursed by the United Nations Organization within the time specified inparagraph 3 of this Article.

2. The cost to be reimbursed by the United Nations Organization shall not exceedthe actual cost incurred by the Department of State in providing such assistance.In the event the Department of State recovers funds from its contractors due toovercharging on contracts, or otherwise, the Department of State shall refund to theUnited Nations Organization any amounts so recovered that are attributable to paymentsmade by the United Nations Organization hereunder.

3. The Department of State shall submit written invoices detailing the costs of theassistance provided under this Agreement to the United Nations Organization. Aconsolidated Department of State invoice with appropriate supporting documentationshall be submitted on a monthly basis. The United Nations Organization shall payinvoices submitted in U.S. dollars to the Department of State within 60 days after receiptof the invoice submitted in accordance with this Article.

ARTICLE VORDERING AND RECEIPT OF EQUIPMENT, SUPPLIES, AND SERVICES

1. The provision of assistance under Article I of this Agreement shall beaccomplished through a Letter of Assist issued by an authorized United NationsOrganization representative in accordance with United Nations procedures and consistentwith the terms and conditions of this Agreement.

2. The Letter of Assist shall specify, as necessary, such additional details regardinge.g., receipts, delivery procedures and accounting as shall be agreed upon by the Partiesor their representatives in writing prior to the delivery of any assistance, including:

(a) the cost or rates for each element of the assistance to be provided underthe Letter of Assist; and

(b) the coordination mechanisms for ensuring that each element of assistanceis satisfactorily delivered to the agreed specification and that cost of eachelement of assistance is properly documented and accounted for.

3. In the event of any conflict between the terms and conditions of this Agreementand any Letters of Assist or any other request issued by the United Nations, the terms ofthis Agreement shall be controlling.

ARTICLE VISETTLEMENT OF DISPUTES

Any dispute arising under this Agreement shall be resolved through consultationsbetween the Parties to this Agreement or their representatives and shall not bereferred to any third party.

ARTICLE VII

ENTRY INTO FORCE, DURATION, AMENDMENT AND TERMINATION

This Agreement shall enter into force upon signature and shall remain in force for aperiod of 180 days. This Agreement shall apply to assistance provided by theDepartment of State in accordance with Article I beginning on December 16, 2006.

2. This Agreement may be amended or extended by the written agreement of the Partiesand may be terminated by either Party upon 30 days written notification to the otherParty.

3. Notwithstanding the termination or expiration of this Agreement, the obligations ofthe United Nations Organization in accordance with Article IV of this Agreementshall continue to apply, unless otherwise agreed to in writing by the Parties.

DONE at L.VLA) , this day of .111acj.L, 2007, in duplicate.

FOR THE UNITED STATES OF AMERICA: FOR THE UNITED NATIONS ORGANIZATIOT

I (,)

ORDER FOR SUPPLIES OR SERVICESDAGE F PAGES

1 12IMPORTANT: Mark all packages sr papers with contract and/or order nunbers.1 1. DATE OF ORDER 2. CONTRACT NO. (If any) 6. SHIP TO: Cynthia Tejan-Cole

12/20/2006 ISLMAQMO3C0033-M008 a. NAME OF CONSIGNEE3. ORDER NO. 14. REQUISITION/REFERENCE NO.I OFFICE OF SUDAN PROGRAMS GROUP (AFISPG) •

b. STREET ADDRESSSAQMPDO7F0536 11015-7150205. ISSUING OFFICE (Address correspondence to) 2201 C STREET, NW

OFFICE OF ACQUISITION MANAGEMENT (A/LM/AQM) RM 3635PO BOX 9115, ROSSLYN STATIONUS DEPARTMENT OF STATEARLINGTON, VA UNITED STATES 22219 c. CITY d. STATE e. COUNTRY . ZIP CODE

Contact: Tel: WASHINGTON DC UNITED STATES 20520Kelly Bracey 703-875-6298 . SHIP VIA

7 TO:a. NAME OF CONTRACTOR

Stacy du Prez 8. TYPE OF ORDER

b. COMPANY NAME DUNS No: 809790017 a. PURCHASE

PM GOVERNMENT SVCS INC REFERENCE YOUR: b. DELIVERY - Except for billinginstructions on the reverse, thisC. STREET.ADDRESS delivery order is subject to888 S FIGUEROA ST. STE 1700, instructions contained on this side

Please furnish the following on the terms and only of this form and is issuedconditions specified on both sides of this order and subject to the terms and conditionson the attached sheet. if any. including delivery as of the above-numbered contract.

d. CITY e. STATE e. COUNTRY f. ZIP CODE indicated.LOS ANGELES CA UNITED STATES 90017-54689. ACCOUNTING AND APPROPRIATION DATA $ 3.000,000m 10. REQUISITIONING OFFICE1900 - 2006 - 2007 - 1032 - AF - 1015 - - 1015715020 - 6140 - 2554 - - 150200 - - OFFICE OF SUDAN PROGRAMS GROUP (AFISPG)

11, BUSINESS CLASSIFICATION (Check appropriate box(es)) 12. F.O.B. POINTa SMALL I/ I b. OTHER THAN SMALL 1 c. DISADVANTAGED 7 g. SERVICE

.— d WOMEN-OWNED e. HU3Zone 7 f• EMERGING SMALL DISABLED. - • VETERAN-OWNEDBUSINESS

Destination

13. PLACE OF 14. GOVERNMENT B/L NO. 15. DELIVER TO F.O.B POINT 16. DISCOUNT TERMSON OR BEFORE

a. INSPECTION b. ACCEPTANCE (Date) 10 days20 days %30 days %

days %

17. SCHEDULE (See reverse for Rejections)QUANTITY UNIT QUANTITY

ITEM NO. SUPPLIES OR SERVICES ORDERED UNIT PRICE AMOUNT ACCEPTED(a) (b) • (c) (d) (e) (1) (g)

SEE LINE ITEM DETAIL

18. SHIPPING POINT 19. GROSS SHIPPING WEIGHT 20. INVOICE NO.

SEE BILLING 21. MAIL INVOICE TO:Trena Diggs 17(h) TOT.(Con

INSTRUCTIONS a. NAME pages)ON EXECUTIVE DIRECTOR (AF/EX)

REVERSE b. STREET ADDRESS (or P.O. Box)

2201 C STREET, NW, ATTN: RM 3519 17(i)USD 3.000.000.00 GRAND

c. CITY d. STATE e. COUNTRY f. ZIP CODE (USD) TOTAL

WASHINGTON DC UNITED STATES 2052022. UNITED STATES OF ,1 23. NAME (Typed)

AMERICA BY (Signature) f /, • -(Signature)/,'"; "/ "-V%

Kelly Bracey 1_ ., ,.. TITLE: CONTRACTING/ORDERING OFFICER

NSN 7540-01-152-8083Pfeyous ed.bon no: usable

OPTIONAL FORM 347 (REV. 6195)Presentee by GSASAR 48 CFR 53.2131e1

ORDER FOR SUPPLIES OR SERVICESSCHEDULE - CONTINUATION

PAGE NO.2 of 2

IMPORTANT: Mark all packages and papers with contract and/or order numbers.DATE OF ORDER CONTRACT NO. ORDER NO.

12/20/2006 SLMAQMO3C0033-M008 SAQMP0O7F0536

QUANTITY AMOUNT QUANTITYITEM NO. SUPPLIES OR SERVICES ORDERED UNIT UNIT PRICE (Includes Discounts) ACCEPTED

(a) (b) (c) (d) (e) (0 (9)

This Task Order confirms the verbal authorization given onDecember 20, 2006. The Contractor shall provide services to theUnited Nations in accordance with the attached Statement of Work,the Contractor's attached proposal dated 19 December 2006. ,

.0001 Support to UNMIS 1.00 LT 3.000,000.000 3,000,000.00

(United Nations Support Services - Darfur. Sudan)The funding is to be broken out by the following tasks in accordance with the •Contractors Proposal dated 19 December 2008:Task A - Cleaning Services - $180.187.19Task B - Vehicle Maintenance - $81,369.43Task C - Food Services - $231,983.53Task D - Hazardous West Removal Services • 548,377.58Task E - Construction - 58,819.278.19

--.> Grand Total - $9,361.193.91

• Start Date End Date FOB:12/20/2006 04/20/2007 Destination

Reference Requisition: 1015.715020

The Contractor shall notify the Government in writing prior to reachingS2,000,000.00 for further instructions. The Contractor shall submit no invoicesand will receive no payment in excess of $3,000,000.00.

TOTAL CARRIED FORWARD TO 1ST PAGE (ITEM 171) USD 3.000,000.0C (USD)

NSN 7540-01.152-8082 OPTIONAL FORM 348 (10-83)Prescribed by GSA-FAR (48 CFR)

09/01/2007

STATEMENT OF WORK (SOW\United Nations Support Services

Darfur Sudan

I. SOW INTRODUCTION:

The purpose of this requirement is for urgent light support of the UNMIS. Please provide a detailedtechnical and cost proposal by subtaslcs. The proposal shall reflect a 4 month period of performancewith an estimated start date of December 1, 2006. The Government anticipates a Cost-Plus-Fixed-Fee award for this task. The due date for this detailed proposal is Monday, November 27, 2006 at2:00 p.m. EST, proposals shall he submitted electronically to [email protected] andkosarcm(dstate.gov. All questions must be submitted to AQM for clarifications/answers.

Summary of Tasks:Task A: Cleaning & Maintenance ServicesTask B: Vehicle MaintenanceTask C: Food ServicesTask'D: Hazard Waste Removal ServicesTask E: Construction/Refurbisluuent

Period of performance for all tasks is date of award (estimated to be 12/1/06) through four (4)months.

II. INTRODUCTION: TASK A

2.1 This SOW is for Cleaning Support Services in four camp locations in Darfur (El-Fasher,Nyala, Zalingei and EI-Gencina), Sudan, as below:

(a) Cleaning Services;(b) Pest Control Services;(c) Ground Maintenance Services; and(d) Garbage and Refuse Disposal Services.

2.2. UNMIS estimates that the areas and the number of its personnel at the camp sites and officesare as follows:

2.3 El-Fasher

(a) MSA Camp Area: Approx. 200 m x 300m, consisting of 110 accommodationcontainers, 6 ablution units, hard stand area for containers, solid waste disposal point,laundry (21 sq.mtr.), 700 square meter of recreational area, 2 rublialls (480 sq. mtr), aclinic (42 sq intr), a kitchen (154 sq mtr), generator and storage area (56 sq mtr), 4camp services offices (56 sq. mtr.) and a parking area;

(h) 100 Office Units (1,400 sq. mtr.) within the ANUS HQ;(c) Total number of staff: approx. 100 permanent residents and 10 visitors

2.4 Nvala, Zalingei and El-Geneina each:

(a) MSA Camp Area: Approx. 15,000 sq.mtr, consisting of 25 accommodationcontainers, 2 ablution units, hard stand area for containers, solid waste disposal point,laundry (21 sq mtr), 200 square . meter of recreational area, 1 rubhall (240 sq mix), aclinic (21 sq. mtr.), generator and storage'area (25 sq mtr), 1 camp services office (14sq mtr) and a parking area;

09/01/2007

(h) 25 Office Units (350 sq. our.);(c) Total number of staff: approx. 20 permanent residents and 5 visitors

Ill. REQUIREMENT: TASK A CLEANING SERVICES:

3. Each subtask listed below shall be on a T&M basis and shall be proposed separately and foreach location. Offeror shall indicate the labor categories proposed and number of hour andequipment is applicable. Specific Areas for Cleaning include: Toilets, Rest Rooms,Ablution Containers, Hallways and entrances, Offices and Recreation rooms (in hard sheltersand prefabricated buildings), Supply and storage rooms.

Subtask A.1: Floor Cleaning:

Each camp location shall be proposed separately as follows: Task A.1.1 (El-Fasher), Task A.1.2(Nyala), Task A.1.3 (Zalingei) and Task A.1.4 (El-Geneina)

3.1 Floor cleaning includes: floor spot cleaning,. sweeping, damp mopping and wet mopping atthe each location.

3.2 Emergency/Special Cleaning for special surfaces, such as a Rub-Ilan floor, or for clean-upfollowing some type of damage, such as a broken water pipe or leaking roof and cleaningemergencie at each location.

3.3 Offeror shall provide all equipment necessary to perform cleaning services at each location.

3.4 Many offices and facilities at UNMIS Compounds in I)-arfur are open seven (7) days a week.

Subtask A.2 Laundry ServicesEach camp location shall be proposed separately as follows: Task A.2.1 (El-Fasher), Task A.2.2(Nyala), Task A.2.3 (Zalingei) and Task A.2.4 (El-Geneina)

3.1 Provide laundry services for both bulk (ex., bed sheets, pillow covers, towels, blankets...etc)and personal clothing items, it shall include washing, drying, and ironing in such a way toprotect the longevity of items. UNMIS will provide a complete laundry facility with washingmachines, detergents, irons and iron boards for use at the UNMIS Camps in Darfur

Subtask A.3 Trash Removal and CleaningEach camp location shall be proposed separately as follows: Task A.3.1 (El-Fashcr), Task A.3.2(Nyala), Task A.3.3 (Zalingei) and Task A.3.4 (El-Cienciria)

3.1 Offeror shall collect and empty all trash containers that arc used to dispose of office trash,including smoking urns, ashtrays, or other smoking disposal containers. Trash containers areto be emptied and cleaned.

Subtask A.4 LavatoriesEach camp location shall be proposed separately as follows: Task A.4.1 (El-Fasher), Task A.4.2(Nyala), Task A.4.3 (Zalingei) and Task A.4.4 (El-Gencina)

3.1 Cleaning of urinals, toilets, wash basins, sinks, showers, walls, door, partitions and all otherareas of the lavatories as required.

Subtask A.5 Pest Control Services

2

09/01/2007

Each camp location shall be proposed separately as follows: Task A.5.1 (El-Fasher), Task A.5.2(Nyala), Task A.5.3 (Zalingci) and Task A.5.4 (EI-Gencina)

3.1 Execute a Pest Control Plan for all locations that will include but not be limited to the following:

3.1.1.1 Vector source reduction strategies.3.1.1.2 List of all spraying equipments, pesticides, and chemicals to be used.3.1.1.3 Frequency of spraying different areas of the Camp.3.1.1.4 Fumigation and sterilization plan and frequency.

3.2 Grounds should be regularly inspected and treated for the prevention of rodents and pests,including rats, snakes and scorpions by a licensed pest control expert.

3.3 Grounds, accommodations, ablutions, common areas shall be regularly sprayed with Mosquitorepellent chemicals, without endangering health of personnel and staff of the camps.

Subtask A.6 Ground Maintenance Services: Each camp location shall be proposed separately as follows: Task A.6.1 (El-Fasher), Task A.6.2(Nyala), Task A.6.3 (Zalingei) and Task A.6.4 (El-Geneina)

3.1 Ground maintenance includes the daily collection and disposal of all garbage found within thegrounds of the UNMIS periphery, out to and including the outer fence. Roadways, tannacs andwalkways to be kept clear of stones, pebbles as well as garbage.

Subtask A.7 Waste Removal Services:Each camp location shall be proposed separately as follows: Task A.7.1 (El-Fisher), Task A.7.2(Nyala), Task A.7.3 (Zalingci) and Task A.7.4 (El-Geneina)

3.1 Carry out the following food waste removal services:a. The collection, removal and disposal of food waste from the UNMIS Darfur Camp locations.h. Provide, i n all p laces where food waste i s collected, containers of a sufficient quantity of

containers, of suitable construction and capacity for the items to be held.

3.2 Carry out the following garbage and refuse removal services:a. The collection, removal and disposal of garbage and refuse, including garden waste from the

UNMIS Darfur Camp locations.b. Provide, in all places where garbage is collected, containers of sufficient quantity of

containers, of suitable construction and capacity for the items to be held.

REMOVAL PROGRAMME

Garbage and Refuse Removal

(Daily)

Location: Approximate QuantityCubic meters

El-FasherOffices (expansion of current services to AMIS HQ)MSA Camp 4

Nyala. Zalingei and El-Geneina each

3

09/01/2007

Offices 0.25MSA Camp

Food Waste Removal

(Daily)

Location: QuantityCubic meters

El-FasherMSA Camp 3

IV. REQUIREMENT: TASK B VEHICLE MAINTENANCE:

4.1. Maintenance and repairs shall he based on the Vehicle Maintenance and Repair programmeprovided by Transport Section UNMIS through its designated officer. The work shall consistof scheduled maintenance programme, unscheduled repairs of breakdown of vehiclecomponents, and other works that may be required for restoration to its original conditions.UNMIS has a fleet that includes the following types of vehicles that may require maintenanceand repairs:

Serial 1 Type of Vehicles1

Light Vehicles: 4x4, Nissan PatrolModel: TVTSLEFY61NRAY192XNumber of Vehicles = 56

4.2. Sparc parts will be provided by UNMIS.

4.3. Vehicles are parked-up in Al Fasher.

4.4 VEHICLE RECOVERY: The contractor shall provide full vehicle recovery facilities in theDarfur Region for all UNMIS listed vehicles in conjunction with local security guidelines.Recovery is deemed as the collection of UNMIS vehicles from point of , breakdown andrecovery to the contractor's workshop facility of Al Fashcr.

V. INTRODUCTION Tasyd, c: FOOD SERVICE

5.1. Cafeteria Services for the feeding of United Nations (UN) Staff in El-Fasher, Darfur sevendays per week. Cafeteria Services for UN staff in Nyala, Zalingci, and EI-Geneina will bearranged directly by the UN with the AU.

5.2. UNMIS estimates that the number of UN staff r esiding in UNMIS . Camps will reach thefollowing numbers:

4

09/01/2007

- El Fasher : 100 persons- Nyala : 25 persons- Zalingei: 25 persons- lil-Geneina: 25 persons.

VI. REQUIREMENT: TASK C FOOD SERVICES

6.1 The United Nations (UNMIS) on completion of the constructed kitchen and dining facilitiesin El Fasher will provide the necessary kitchen related equipment, including but not limited tothe dining facility, serving area, dry and cool storage areas, kitchen area with all thenecessary facilities required for the preparation and cooking of food for the purpose describedin this requirement. The contractor shall provide cafeteria services, including provision offood.

6.2 Pending the supply of the UNMIS kitchen related equipment and contractor-built facilities inEl Fasher; the contractor is responsible for providing all cafeteria services, including food,.equipment and facilities. It is assumed that the above services will be provided to UNMISstaff through the existing "White-House" facilities until new UNMIS specific facilities arecompleted.

6.3 The meal service hours for the dining facility will be determined in consultation between theUSG, UNMIS, and the contractor.

VII. REQUIREMENT: TASK D HAZARDOUS WASTE REMOVAL SERVICES

7.1 Collection, removal and disposal of hazardous waste, generated by UNMIS from all UNMISlocations in Darfur. Sudan (El Fasher, Nyala, El-Geneina and Zalingei). UNMIS shallprovide no assistance, either mechanical or manpower, for the removal of hazardous waste.

7.2 Types of Hazardous Waste

a. liazardous solid chemical:Mainly different types of combustible solids, used textiles, grease, toner, chemicals for waterpurification and photographic consumables.

b. Hazardous liquid chemical:Mainly different types of Acid, Paint, Varnish, Acetone, White Spirit Aromatic-less,Solvents, Synthetic Liquid for Break Systems, Liquid, Hydraulic and Compressor oil, Freon,used in some older refrigeration units.

c. Contaminated fuel:Mainly diesel or gasoline contaminated by water or solvents.

d. Used and/or Contaminated oil:Used motor oil and/or mineral oils unfit for their originally intended use. Mainly

motor and gearbox oil (approximately 90%) contaminated by a mixture of white spirit and

acetone (approximately 5%), and hydraulic liquid (approximately 5%).

5

09/01/2007

Note that the specifications concern known contaminants and are approximate. Thecontaminants and their volumes may vary from time to time.

e. Contaminated water:Waste oils/water, hydrocarbons/water mixtures, emulsions.

Contaminated soil:Soil polluted by oil or chemicals.

g. Oil contaminated solids:Rags, Absorbents, Cardboard, Filters, etc

h. Electronic waste:

Waste electrical or electronic appliances or assemblies, including printed circuit boards,containing toxic material and/orheavy metal and/or emitting low radiation.

i. Used battery cells:

UPS dry battery, unsorted waste batteries, containing material to the extent rendering themhazardous.

Used lead-acid batteries:

Waste lead-acid batteries, drained/un-drained, whole or crushed.

k. Hazardous medical waste:

Clinical and related waste; that is waste, arising from medical, nursing or similar practicesand waste generated in clinics during the investigation or treatment of patients.

Outdated drugs:

Waste pharmaceuticals, drugs and medicines, including sensitive medicines.

Note that the specifications concern known contaminants and are approximate. The

contaminants and their volumes may vary from time to time.

7.3 Scale of MeasurementDescription Measurement

I lazardous liquid chemical I per litre (lit)Hazardous solid chemical per kilogram (kg)

per litre (lit)Contaminated fuelUsed and/or Contaminated Oils per litre (lit)

per cubic meter (m3)Contaminated waterHazardous medical waste per kgOutdated drugs (liquid) per lit

6

09/0112007

Outdated drugs (solid) per kgContaminated soil (disposed) per cubic meter (m7

per cubic meter (m . )Contaminated soil (recycled in landfill) .-Contaminated soil (treated and replaced) per cubic meter (m . )Used oil/fuel filters per piece or per kgOil contaminated solids per kgUsed oil absorbents per kgUsed lead-acid batteries • per pieceUsed battery cells per kgElectronic waste per kgLimited Technical Assistance & Post Intervention SiteCertificate (<or =30M3) per Site

Extensive Technical Assistance & Post Intervention SiteCertificate (>31M3) per Site

7.4 Quantities cannot be determined by UNMIS and will vary from location to location and fromtime to time.

VIII. REQUIREMENT: TASK E CONSTRUCTION

QUANTITY SURVEY ON PROJECTS TO BE CARRIED OUT FOR .AMIS SUPPORT

, ITEM I TASK DESCRIPTION QTY UNIT TECHNICAL SPECIFICATION S

AMIS HeadquarterStaff Accommodations

1 Site survey 300x 200m 60,000 Sqm Measuring and staking of plot boundary,setting out of roads, buildings and all facilities,leveling survey of the plot at suitable gid.

2 Clearing the site 300x200m

60,000 Sqm Removal of, shrubs, vegetable soil, insecthumps, boulders etc to allow setting out andconstruction of camp facilities

3 Grading, leveling, 4ndgravelling for thefollowing:

a'

._

Construct access road600 x 6m clear driveway

4,800 Sqm Design and construct an access road with. 2mshoulder on each side and a drainage, built outof gavel. Gravel shall be excavated, hauled,spread, moistened, total min 450 mmcompacted thickness, 150mm per layer x 3layers, moistened to OMC and compacted with10ton roller, adequate no of passes to achievegood compaction. Work inclusive of supplyand erection of suitable size cornigated.G1culverts for cross drainage. Gravel material tobe 0-50mm size, percentage gradation to besuitable for compaction, big boulder to be handpicked and removed. Borrow pit area

7

09/01/2007

acquisition is UNMIS responsibility.

Construct insidecompound road 300x 6mclear drive way

11,000 Sqm Ditto

c Construct inside road300x 6m clear drive way

N/a N/a Ditto

d Construct parking area200x 15

3,000 Sqm Construct a parking area at the designated siteout of gravel of minimum 300mm totalthickness, 150 mm per layer, The gravel shallbe hauled, spread, moistened to OMC androller compacted to achieve 80-85%compaction. The rolled surface to provideappropriate slope for rainwater drainage.Borrow pits area acquisition will be .responsibility of the contractor, UNMIS willprovide supporting role only. gavel materialspecifications as per item 3.

4 Construct storm drainagesystem

a Construct lined drain 1,000 Lm The lined drain shall be of a trapezoidalsection, 600 mm deep, 600mm bottom, sideslope 1.51-1 to IV, lined with plain precastconcrete slabs 75 mm thick, mortar jointed,without blocking natural drainage pattern. 'Culvert for road crossing considered underroad item.

b Construct lined drain 540 Lm Ditto5 Construct an unlined

storm water detentionpond 30mx15mx 3mexcavation

1,350 Cum The unlined pond shall be of a trapezoidalsection, 1.511 to IV side slopes. Excavatedmaterial to be used for building compactedberm around the pond or to be used for raisingground as directed by UNMIS.

6 Construct security fence(300.+-200)mx 2

1,300 Lm The fence shall be constructed out of chainlink wires, 60mm OD, 2 m high metal postmu 3 m c/c, Y fork to take 3 lines of barbedwire on each arm, external concertina coil onY fork, 3 lines of 4 mm straining wire passingthrough chain link, All secured strongly to themetal pole, 45 deg straining poles at every 10thpost and every corners, fence footings to class15 concrete 300mmx 300rrunx600 mm deep inthe ground, Ground beam C15 concrete, 150nun x300 min flush with ground, in

8

09/01/2007

accordance with the supplied drawings.

7 Boom gate 6 m 2 ea The gate shall be constructed /fabricated out ofmaterial specified in the supplied drawing. Itshould he balanced with counterweight tofacilitate easy and smooth operation. Concretefootings, to be C20.

7.1 Install swing gate,double leaf, 6 m +pedestrian gate

4 ea Fabricated, erected in accordance with theattached drawings, attached to the verticalmembers by heavy duty hinges and lockingarrangement to facilitate easy and smoothoperation. Concrete footings to be C20.

8 Supply & Install Floodlight

10 ea Flood light ballast in fixture, 230V, 50HZ,I IPS compact heavy duty constructionadjustable mounting bracket, horizontalmounting, die-cast aluminum housing andglass front cover, high pressure sodium lamp400W, IP-66. Supply, erect 10 in tallgalvanized steel poles on concrete C20 mixfooting, secured with 20mm dia. anchor bolts,power connect, install, test and commission.

9 Construct embankment (random soil) as per.drawing

1,000 Lm The embankment shall be built out ofcompacted gravel , excavated, haul led andspread, to form a completed embankment of Im height, 3 in, base , top width 1m, 45 Degslope.

10 Construct concretepillars (40x 30x 30) cm,for foundation of 150containers

900 eaConcrete mix to used to comply with the C20mix compressive strength.

.11 Erect prefabricated

living accommodationcontainers-15 M2 size

110 ea Prefab containers collected from UNMISstorage yard in Al-Fasher shall be installed onthe designated sites and connected to power,tested, commissioned and cleaned.

12 Construct observationtower

6 ea Construct the structure using the material andother specifications specified in the drawingsupplied.

13 Erection of 100 menkitchen (11 x20'containers)

1 ea The prefab kitchen shall be collected fromUNMIS storage yard in Al-Fasher, erectedincluding the installation of all suppliedappliances and accessories, connect power, airconditioners, test, commission and clean.

14 Erect TV room andrecreation facility, (5 x20 ' bapref containerunits)

1 eaCollect containers size prefab units fromUNMIS storage yard, do minor repair if any,erect, connect power, test, commission clean.

9

09/01/2007

15 Erection of I .aundryfacility, prefabricatedbuilding 21 M2

1 ea Collect prefab unit from IJNMIS storage yardin Al-Fasher, erect prefab units, install anyloose supplied appliances, connect power, airconditioners, test, commission, clean.

16 Construction of bunkers 6 ea Collect used ISO 20' shipping containers froma designated UNMIS storage yard and lieskoBastion boxes and construct the bunkers inaccordance with working drawings developedbased on the conceptual design provided.Power shall be connected to the bunker, tested,and commissioned cleaned and structure.

17 Erection of ablution unitswith all accessories

7 ea

ha

Collect prefab units from UNMIS storage yardin Al-Fasher, erect, connect water, sewage, electricity, test, commission, and clean.

The tanks shall be built out of concrete blocksin accordance with the details on the drawingsupplied. ,The base and top slab for the tankshall be built out of a C20 concrete mixreinforced by mild steel commensurate with a100kg/m3 of concrete with compressivestrength of ION/mm2. Interior plaster shall be12mm thick of 1:3 cement sand mortar.

18 Construct of Septic tank 2

19 Construct of soak away 2 ea Constructed in accordance with the detailssupplied on the drawings. Concrete top slab toclass 20, reinforcement content 100 Kgim3 ofconcrete, masonry strength 10N/mrn2.

20 Design and construct ofsewage drainage line (3x170 m+ 2x 250m) pipesizes between 4" withsewage collection tank

1.010 Lm Desigt, supply all materials, excavate trench,install, till, test and commission, minimunr6bar working pressure rated PVC pipes andfittings, to be fully operational. Sewage pipe tohave approx 1% gradient, minimum trenchdepth to be 600 mm from natural ground, first300 mm layer of backfill and 300mm abovethe pipe in the trench shall be filled withselected fine material to avoid puncturing ofpipes. .

21 Supply and erection of200-man sewagetreatment plant, buildtreated water storagetank. (Not to be costedunless specificallydirected by the USG.UN requirements shouldbe integrated intoexisting AMIS systemfor first 4 months, afterwhich point the UN willbe responsible for itsown support and willpurchase and ship therequired treatment plant).

1 Ea Contractor to purchase a 5 cubic metres perhour (5m3/Hr.) peak hour capacity sewagetreatment plant, with the load balancing tanks,capable of producing an effluent of 20mg/1 ofsuspended solids and 30mg/It of BOOS. Theplant shall be supplied with appropriate sparesand consumables for a one year period ofoperation. The plant shall be transported to Al-Fasher, contractor to build necessaryfoundations, installed in a designated location,connected to water, sewage lines, power,tested, commissioned and handed over toUNMIS. Construct a reinforced concrete.collection tank for effluent water, tank size3mx3mx3m, under ground, complete withfoundation and cover slabs, concrete class C20with reinforcement 130 Kg/M3 of conc.volume. Pending commissioning of the

10

09/01/2007

sewage treatment plant,.contractor to constructseptic tanks and soak-away pits in accordancewith the supplied drawing.

I 22 Installation of two 250KVA generators withone 5000 It fuel tank

2 ea

.

Collect generators from UNMIS storage yardin Al-Fasher, erect, connect power, test,commission, and handover. Supply transport,install, connect and commission fuel tank withcalibrated dipstick made of 12 mm metal tube.Fuel tank to be made of steel, primed &painted externally, installed on raised concretefoundations, for gravity flow to day tank.

23 Supply and buildgenerator power houses(reinforced concreteplatform (8 mix (mix 4mhigh) shed

2 ea Construct, and fabricate where applicable,install and commission Generator house out of, metal framed shed with concrete footingsC20, steel columns and main skeleton w200x133x21Kg/m, 20 mm anchor bolts,reinforced concrete C20 generator floor R 10bars @, 200 nick both ways, necessary cabletrenching built with C20 reinforced concretetrench & cover reinforcement 75-100 Kg/M3,perforated brick of block wall, truss work withI IS 50x50x3, purlins HS100x50x3 mm, 26Gauge GT sheet roofing, internal electrical,erect, test, commission.

24 Installation of powerlines, to distributingpanels to all newlyconstructed units in thecamp ( total package)

Lumpsum

Supply and install all cables and components,distribution panels, circuit breakers, deliver tosite, install, connect, test and commission andmake, fully operational as per standard code ofpractice. The main cables to be under ground,multicore with standard copper conductors,XLPE insulated, steel tape armoured, PVCsheathed. Main and distibution cable size to beengineered and determined by the contractor,based on camp population, appliances, securitylights, water pumps; sewage pumps if any, plusany other load which the design engineer mayconsider depending on over all loads. Externalmain distribution panel boards to be floormounted, factory wired, dust proof, vermin •

proof, 16 guage col rolled steel, main cover,captive fasteners,powder coat finish, insulatedcopper bus bars, neutral and earthing bus bars,IP65, designed for operating temp up to 85Deg C, over current and short circuitprotection devices to all circuits. The Subdistribution panel shall be mudular typesurface mounted, water tight, IP 65,polycarbonate (non metallic) transparent door,with distribution terminal blocks for neutraland earth.

25 Installation of AirConditioners

150 ea Collect from UNM1S storage yard in Al-Fasher, install with necessary support, connectpower, test, commission.

11

09/01/2007

26

_ _

2 i

Erection of Rubhall(ware houses)

2 ca Collect from IJNMIS storage yard in Al-Fasher, erect, supply material for floorconcrete, mix, pour floor concrete 200 mmthick x 24mx25m total floor area.reinforcement 75Kg/m3 connect power, test,commission. The installation shall be inaccordance with the installation Manualsupplied by UNMIS"......

Construct a reinforcedconcrete platform for 20sea containers (20mx25mx 0.2) as containerstand.

600 Sqm200 mm thick reinforced concrete slab C 20,with 100 KG/m3 of concrete reinforcementlaid on compacted natural gravel base 300 mmthick.

28 Design and construct oftwo workshops 2 nos 20'containers + open shed12 mix 6m plandimension

2 ea.

Collect used ISO 20' shipping containers,design and supply all remaining constructionmaterials, such as roof truss, purlin, GI sheetsetc to complete the work item, erect, connectpower, test, commission clean.

29 Construct ofsupplementary roofswith steel truss andcorrugated iron sheetsfor following units

Construct or fabricate where applicable, erectsupplementary roof based on the conceptiondrawing provided, out of HSS post75x75x3mm, trusses made of IISS50x50x3mm, purlins I-ISS 100x50x3, CGI •

sheeting 22 gauge. All steel work to be primedand painted 2 coats of oil paint. Concretefoundation C20 plain, with 16 mm anchorbolts 4 per post.

29.1 Clinic: Erect 3 nos 20'office container unitsplus open shed12mx14m

1 Lumpsum

Ditto

29.2 Camp manager's office:Erect 4 nos 20' officecontainer units plusopen shed 10mx10m

1 Lumpsum

Ditto

29.3 Supplementary roof to 5x15 m2= 75 M2 offitness room

1 Lumpsum Ditto

29.4 Supplementary roof to 5x15 m2= 75 M2 of PXMOM

1 Lumpsum Ditto

29.5 Supplementary roof to 5x15 m2= 75 M2 of TVroom

1 Lumpsum Ditto

29.6 Supplementary rooftoll x15 m2= 165 M2of Kitchen

1 Lumpsum I Ditto

30 Reserved. - •

Item deleted

31 Reserved.Item deleted

12

OW0112007

32 ' Construct clinic facilityconsisting of 3 nos 20'container size prefabunits

1 II

ca C:ollect from UNMIS storage yard in Al-Fasher, erect prefab units, repair any minordamage, connect power, air conditioners, test,commission, and clean.

33 Sliding gate 2 ea Design, supply and fabricate, erect &commission, generally as per attached conceptdrawing, the gate should be running on steeltrack secured in concrete C20. Gate wheels tobe 100 mm dia complete with suitable bearingsfor smooth sliding.

34 Erect office for campmanager consisting of4nos 20' container sizeprefab units

1 ea • Collect from UNMIS storage yard in Al-Fasher, erect prefab units, repair any minordamage, connect power. air conditioners, test,commission, and clean.

35 Carry out hydrogeological study and drillbore holes complete as awater source for thecamp

2 Lot The hydro geological surveys to be conductedshall he in accordance with the most recentremote sensing technology to get the highestresolutions for accurate sitting of a productivewell location. Drill, develop and completethe wells using appropriate material for thescreens, conduct pump testing ,procure andinstall submersible pumps of appropriatecapacities based on the established criticalyield of the wells, complete with low andhigh level cut-off electrodes and other powersupply cables commission.

36 Construct water point,consisting of one officecontainer and one seacontainer

1 ea Collect 1 used ISO 20' shipping containers,, erect, connect power, test, commission clean

and hand over. Collect 1 prefab officecontainer, erect, connect power & AC, test,commission clean.

37 Installation of watertreatment plant

1 ea Installation to be carried out by vendor.UNMIS to supply the plant.

. 38 Build water supplynetwork complete

Lumpsum

-

The water supply reticulation system, shall beconstructed in keeping with the followingminimum design parameters. All material to besupplied by the contractor. The system shallhe tested and commissioned before it ishanded over to the client. Ten (10) barsminimum working pressure rated PVC pipesand fittings, valves to he used. Pipe diameters,valve and fitting size to suite dischargerequirement at each water consumption point.Water pressures in the system shall beprovided by the use of pressure pumpsystem. Booster pump design, supply erectionand commissioning will be the responsibilityof the contractor. Delivery pressure to bebetween 1-2 bar.

13

09/(11/2007

39 Build concrete platformfor water storage syntaxtanks, and VirTP (20m x20m x 0.25m) reinforcedconcrete slab, 4 nos 5 m3raw water storage plus 4nos 5M3 for filteredwater storage

1 lot250 mm thick reinforced concrete slab C 20,with 75 KG/m3 reinforcement laid oncompacted natural gravel base 200 mm thick.Collect plastic tanks from UNMIS Al-Fasher,supply and install booster pumps, pressuretanks, pressure switch, test & commission.

40 Construct security checkpoint built with 1 no21rn2 prefab as perdrawing

1 eaCollect from UNMIS storage yard in Al-Fasher, erect, connect power, test, commission,clean.

41 Construct flag pole 2 ea Design, supply all materials (except flags),fabricate, erect & commission includingconcrete footing, concrete slab lmx2m x0.1m,anchor bolts etc.

42 Construct 13I3Q area 203x 10mx 0.1 in concreteplatform

20 CumWire mesh light reinforced concrete slab classC15.

43 Construct reinforcedconcrete platformpl (24mx1 .2)Omx twoforf storagerubhallsrubha

96 Cum200 mm thick reinforced concrete slab C 20,with 75 KG/m3 reinforcement laid oncompacted natural gravel base 300 mm thick.

44

45

Construct of manholes 14 ea Construct in accordance with the bastdrawings provided. test and commission.

Construct of recreationf cfacility consistingO ooffitness C &PX,enter TVroom (15 containers

)prefab units pre

1 • LotCollect prefab from UNMIS storage yard inAl-Fasher, erect prefab units, repair any minordamage, connect power, air conditioners, test,commission, clean.

46 Install security lightpoles inside compoundto cover the walkwaysand parking area (postsand lights)

100 ea Galvanized steel lights poles 7.5 m high, 15CM dia at base7 CM at top, complete with 10mm base plate, 4 x 20mm dia anchor bolts,2.5m arm single & double as per drawin g, high 'pressure sodium lights 250W, complete withconcrete footing class C20.

47 Construct of recreationfacility consisting of

rn, et2

Cafénos single

and ITroom,

eachcorimecmoduleu 21mod 2M2

I Lot

Collect from UNMIS storage yard in Al-erect prefab units, connect power, air

conditioners, test, commission and clean.

ADDITIONALPARKING AREA ATTHE BACK GATE OF

. AIMS HO

Site survey I25x 120 m 15,000 Sqm Measuring and staking of plot boundary,setting out of roads, buildin gs and all facilities,leveling survey of the plot at suitable grid.

14

09/01 12007

Clearing the site 125x120

15,000 Sqm Removal of , shrubs, vegetable soil, insecthumps, boulders etc to allow setting out andconstruction of camp facilities

3 Grading, leveling, andgravelling 125x 120

15,000 Sqm

Design and build, minimum 300mm totalthickness compacted, 150 mm per layer, ofselected natural gravel excavated, hauled,spread, 10-ton roller compacted to achievegood compaction. The rolled surface toprovide appropriate slope for rainwaterdrainage. Borrow area will be approvalprocedure will be responsibility of thecontractor, UNM1S will provide supportingrole only. Gravel material to be 0-50mm size,percentage gradation to be suitable forcompaction, big boulder to be hand picked andremoved.

4 Construct fencing 125m+ 120m

245

18

Lm

ea

Construct, fabricate, erect, concept as perattached drawing, chain link fence, 60mm OD2 m high metal post max 3 m c/c, Y fork totake 3 lines of barbed wire on each arm,external concertina coil on Y fork. 3 lines of 4mm straining wire passing through chain link,All secured strongly to the metal pole, 45 degstraining poles at every 10th post and everycorners, fence footings to class 15 concrete300mmx 300mmx600 mm deep in the ground,Ground beam Cl 5 concrete, 150 mm x300mm flush with ground Galvanized steel lights poles 7.5 m high, 15CM dia at base? CM at top, complete with 10mm base plate, 4 x 20mm dia anchor bolts,2.5m arm single & double as per drawing, highpressure sodium lights 250W, complete withconcrete footing class C20.

5 Install security lights andpoles

Install boom gate 6Meter long

1 ea Construct, supply and fabricate, erect &commission, generally as per attached conceptdrawing, the gate should be balanced withcounterweight to facilitate easy and smoothoperation. Concrete footings, to be C20.

7 Construct storm drainagesystem to preventflooding of parking area

245 Lm Construct trapezoidal shaped drain, 600 mmdeep, 600mm bottom, side slope 1.5H to 1V,lined with plain precast concrete slabs 75 mmthick, mortar jointed, without blocking naturaldrainage pattern. Culvert for road crossingconsidered under road item.

8 Construct swinging gate5 m wide by 2 m height

1 ea Construct, supply and fabricate, erect &commission, generally as per attacheddrawing, the gate should be heavy duty hingesand locking arrangement to facilitate easy andsmooth operation. Concrete footings to beC20.

9 Construct security. guardbooth

1 ea Collect prefab from UNMIS storage yard inAl-basher, erect, connect power, test,commission and clean.

15

09/01/2007

10 1 Construct of power lines.to distributing panels toParking area ( totalpackage)

Lumpsum

Design, purchase, supply all cables andcomponents, distribution panels, circuitbreakers, deliver to site, install, connect, testand commission and make fully operational asper standard code of practice. The main cablesto be under ground, multicore with standardcopper conductors, XI.PE insulated, steel tapearmored, PVC sheathed. Main and distributioncable size to be engineered and determined bythe contractor, based on camp population,appliances, security lights, water pumps,sewage pumps if any, plus any other loadwhich the design engineer may considerdepending on over all loads. External maindistribution panel boards to be floor mounted,factory wired, dust proof', vermin proof, 16gauge col rolled steel, main cover, Captivefasteners, powder coat finish, insulated copperbus bars, neutral and earthing bus bars, IP65,designed for operating temp up to 85 Deg C,over current and short circuit protectiondevices to all circuits. The Sub distributionpanel shall be modular type surface mounted,water tight, IP 65, polycarbonate (nonmetallic) transparent door, with distributionterminal blocks for neutral and earth.

POWER HOUSEBEHIND AMTS CAMP

. 4

1 Shed area to cover thegenerators and storagearea

1 ea Design, supply all materials, fabricate anderect arid commission. Generator house, metalframed shed with concrete footings C20, steelcolumns and main skeleton w200x133x21Kg/m, 20 mm anchor bolts, 20CM thick reinforced concrete C20 generatorfloor RIO bars @ 200 me/c both ways,necessary cable trenching built with C20reinforced concrete trench & coverreinforcement 75-100 Kg/M3, perforated brickof block wall, truss work with HS 50x50x3,purlins IIS100x50x3 mm, 26 Gauge GI sheetroofing, internal electrical, erect, test,commission and handover. ReinforcedConcrete parapet 150 mm thick 0.3m high allaround to stop fuel leakage to environment

2 Installation of 2x 250KVA generators, 50001,fuel tank, distributionpanel, and cabling to allnewly constructedoffices in the camp.

T.umpsum

Collect Generator from UNMIS storage yardin Al-Fasher, erect; connect power, test,commission, and handover. Supply transport,install, connect and commission fuel tank withcalibrated dipstick made of 12 mm metal tube.Fuel tank to be made of steel, primed &painted externally, installed on raised concretefoundations, for gravity flow to day tank.

16

09/01/2007

OFFICEACCOMMODATIONINSIDE ANDSHEADQUARTERS

1 Installation of officecontainers inside the,AMIS I-IQ on concretepedestals

100 eaCollect prefab from UNMIS storage yard inAl-Fasher, erect, connect power, test,commission and clean.

2

concrete pedestals400mmx300rnmx300mm

400 caDesign and build, concrete pedestals to complywith C20 standard.

Construct steps for 100containers

30 CumConcrete class C 15, laid on compacted andshaped natural gravel base

3 N/a N/aItem Deleted

4 Construct of 4 ablutioncontainers with all the

ry connections,necessarymanholes , etc.

4 caCollect prefab units from UNMIS storage yardin Al-Fasher, erect, connect water, sewage,electricity, test, commission and clean.

5 Construct septic tanks 2 ea Construct, according to the supplied drawing,Concrete bottom and top slab to class 20,reinforcement content 100 Kg/m3 of concrete,masonry strength I ON/mm2.

6 Construct soak away pits 2 ca Construct according to supplied drawing,Concrete top slab to class 20, reinforcementcontent 100 Kg/m3 of concrete, masonrystrength I ON/mm2.

7 Reserved. - -

Item deleted.

8 Build concrete platformfor water storage syntaxtanks, and wrp (10m x10m x 0.25m) reinforcedconcrete slab, 4nos 2.5m3 raw water storageplus 4nos 2.5M3 forfiltered water storage

1 ea250 nun thick reinforced concrete slab C 20,

with 100 KG/m3 reinforcement laid oncompacted natural gravel base 200 mm thick.Collect plastic tanks from UNMIS Al-Fasher,supply and install booster pumps, pressuretanks, pressure switch, test & commission.

9 Construct of stormdrainage system toprevent offices fromflooding

Lumpsum

Construct a trapezoidal section drain, 600 inmdeep, 600mm bottom, side slope 1.5H to 1 V,lined with plain recast concrete slabs 75 mmthick, mortar jointed, without blocking naturaldrainage pattern. Culvert for road crossingconsidered under road item.

17

09/01/2007

10 Install power lines, todistributing panels toterminal building ( totalpackage)

/

Lumpsum

Design, purchase, supply all cables andcomponents, distribution panels, circuitbreakers, deliver to site, install, connect, testand commission and make fully operational asper standard code of practice. The main cablesto be under ground, multicore with standardcopper conductors, XLPE insulated, steel tapearmored, PVC sheathed. Main and distributioncable size to be engineered and determined bythe contractor, based on camp population,appliances, security lights, water pumps,sewage pumps if any, plus any other loadwhich the design engineer may considerdepending on over all loads. External maindistribution panel boards to be floor mounted,factory wired, dust proof, vermin proof, 16gauge col rolled steel, main cover, captive •

fasteners, powder coat finish, insulated copperbus bars, neutral and earthing bus bars, IP65,designed for operating temp up to 85 Deg C,over current and short circuit protectiondevices to all circuits. The Sub distributionpanel shall be modular type surface mounted,water tight, IP 65, polycarbonate (nonmetallic) transparent door, with distributionterminal blocks for neutral and earth.

OFFICE AND LIVINGACCOMMODATION:IN 3 SECTOR 1:10'.''I' .,Provision of office andliving accommodationfor 25 personnel in up to3 additional locations, AlGeneina, Zalingie andNyala To includemovement of UNresources to be used forany construction.Installation of 2 ablutionunits in each location,one for each of livingand accommodationareas.

81 NYK Collect and deliver to each location prefabs x(75) and ablution units x (6) from UNMISstorage yard in El Obeid, erect, connect water,sewage, electricity, test, commission, clean andhandover. Connect sewage to existing systemwhere possible if not construct septic tank/soakaway in accordance with drawing number 09using 4" diameter with associated fittings,minimum 6 bar working pressure rated PVCpipes and fittings to be used.

11

Drawings

Serial . Description1 LAYOUT PLAN2 INSIDE ROAD SECTIONS3 SECURITY FENCE DETAILS4 BOOM GATE DETAILS5 SWING GATE DETAILS6 LAMP POST DETAILS7a OBSE.RVATIOIN TOWER7b OBSERVATION TOWER DETAILS

18

09/01/2007

8 [ BUNKER DETAILS9 1 SEPTIC TANK AND SOAKWAY DETAILS10 SUPPLIMENTARY ROOF DETAILS11 1 SLIDING GATE12 i ROOF PANEL ASSEMBLY13 1 MANHOLE AND COVER DETAILS14 1 GUARD I IOUSE14a 1 SEWAGE COLLECTION TANK14b 1 SEWAGE COLLECTION TANK DETAILS.

19

LI

Nr Dole IDesc..,Py110.1,or by t eptfeee0 ,17FtSVISION3 APPROVALS

UN:TI:1) NATIONS...-

Remadcs• All D,rnents;orts Mete'• lees arfeing 8 'c prOae • ly o!Untied Nottenn ant b not la berebrodt.ced. Coped. Punted ace!/0 2 l a ird party 0 , • ‘.0 '0' orepurees* ate., i nce! ! et tentchhut been

300.00

'< 111 ..11 r-- 0 • I , . •.., t'...t • 7.– s.- .._, 9

- .!' = !. JALt

It , .r . / =He'11ARDSIANEIAR104 ' . j' ,-. 4 : FOR CONIAINIRS [ a* , 44: : 1 1 1, - ;: ilio i 1 1 • it% ::.

, ticublibil ''–1 • . 9 • e , -

--.

ii ii--, „ .i , G ;_4',. . * : .. 44 1 __1 *s

.. ' * I rCZ!e . ..• I I 1 .4.1 ,

r

;. ....

1:4440 .:

® e(lObeer)

i 340 I* . L - * • * 4* 1; -:,"?"--"19 r;CiS4tt.

:.

7_1. lipa 1911(•:' 419 •.' . .0 V' -: . i •:".1::M19'0 e

- 4 .- 1 a ,. t9 . 0 0 . .9 9 0 0 0 •49 9 0 " 0 0 eeeTVeeeee

e • . j _ :

c., . _,...,_

- cie

4e .::-.d_ _• . -.. :.. : < 0......

, t e.iiEFEALE----:1 1: il l 0 ( r- , d.

4 Ifi._ 1 1 : _ !

H

4! II.0 o 0 9 9 . 9

DEEENTItbi.NI!NAIYP

‘e• 4 •'• •u, .r.

ee-eeeee PARKING 9 0 0 9 0 PARKING e/0!

va

t 11 1 ' ---- -- i t : 4• 1:1 i

1 I !if

I! !

,, ! 1 i;i4 . i 1ii 8008;!9•9009410600•6 99

,,,, •_.4 ! ! I ! .:„... -e f r •••• e

4.

"'w L•

e : Nii■,,),.", ..■ , ',

.

ti'

•....

, :: ,I i I

9 49 9.:

-..-.. '6i-. 0 0 8 e e e

: •. ,, i :..111,I -- ,

si- e To- "ito ,i a 4 li e9.4 0 el : e9 ir ii. '. 1 --- 1. 0.• : ts4

e

1

e ! i7; "." _7 . 1. 471C

II ! • AD ,:

11=64 ! ;i . •

I !; 6

'... • 4 • .. . ' .; i ! ' ' . ' . '• ,

. iit .91'9 ? ..? 9. .9 .... e is e e e ,e.- .; .- t 81

1,,,,,i .0104 i

I .i • . + ---- --I

• . e ' 0 .0 lf.:',,..te---.\ iii :got 41, swic

•401

. ..

; ' I l'ARK

REVISIONS TAS IF

1117,L.7.'

LEGEND

'I I

• rev •112 • 1.22.tzt...%tbuten

t....youa $2•1.21.241.11114.1.1rt

•4•111 •ANA

11.1.•

KAI,. •WA • 1.4. Am*

91"...0••••••

2122■10•116.21•1

INGINEF RING SECTIONUNIVIS '<HP.? ,O.JM

SUDAN

!PROJECT TITLEAMIS LIVING ACCOVS3WIODAON

AI IASI IIRj cRAwyl f111(

Avro I ANOYS.GSYD BY%Fro, lessons.

/DR'. av I A.,101VED a-L■Lc.,_..01,0 nk,dt,i

DATE I ORAW,C NO.31 Oct. 2006 I

SCALE Drw rl. . 0 1v-.64....ar i

ROAD SECTION A-01

/ SIDE nwr

r: • I.e., j .

_Aso- -So,: aft

DCAILFCTLATTC.G ACCONVODATICIN

AT 1.404,10ORaNG :10

SECTIONS

'ililViB.DI .,. INSIDF CAMP 012/110E CAW DI C.SCD Br0 It ,..VA • 40 IImes t.e,,tc,i ., . .i.; Chiron

.

.

..., ...j.,.._ ...Pai..........k., s> \, '•071' \ \ 1111e------"- !...

0'. n' 02SCATS m.1 .s.SECTION A-03

Dar7 Pr aaa404f PP. .

•iLtinr TAottuovti

Ai Po. DATE ; 005415 040 AO.es In.. 31 0. ,t.2036

Remarks__Si

240 250 450 450

TOO ISO 200 300

oc-c

300 200 'St !Oa_•

• Thin droning to Inn p.ppprty p,Up.ted Nteouns 0,0 Aot to beTtnrArTv4ne. coped. 'tenant/ rin,to n thi • TI 06,11 n • cmypurpose aloe. 1ht 4 6• Te-ir.. •1,11 teen 1,16.4

SECTION A-02

•nou,••■■•

7.1

!NSW CAMP

RET0S.ONS TABLE

1

--I- 1 _1.

,,__ ! -? , 1 1

, !

flair IN.., iAlin titTen ty ‘pgwored to

i REVISIONS APPROVALS

UNITED ‘JA I ION

LNGINFER,NG SEC:;;:r4ImMIS — K•TAPIT),JTA

SUDA

iI, .. „. .

'"-Tatter,r4c—^1"—11.1

300mm a ISOmm R.Concrete bea4010/0001200mm

Remarks• All Dimensions in Millimeter

Round hollow tube 60mm NB X 3mm

Concertina wire coil O .. 300mm

G.I pipe 60mm NB X 3mm

-Concertina wire coil 0 – 500mm

Chain link labileInfill wire gals

4mm DIA. G.I. WIRE

Post footing 300mm ft 300mm s 600mm

• This drawing 4 the property ofUnited Notions and is not to bereproduced, copied, handed overtoo third party or used for any.purpose other than for which ithos been loaned.

UNITED NATIONSMN

FRONT ELEVATION

tr

- _ENGINEERING SECTION

I INMIS - KHARTOUMSUDAN

PROJECT ITUAMIS LIVING ACCOMMODATION

AL FASHIR

SECTION-AA-

POST DETAILS

DRAWING TITLE

FENCE DETAILS

DESIGNED BYMinos Lessonu

-

o

PLAN

; 0 - 41

/

DRAWN BY APPROVED BY

Hictunn Modkouri

DATE 31 Oct 2006 DRAWING NO.

SCALE Drw n° : 03N.I.S

• 66n 661 Cove.

r

1Z12102:112'.1

0vI0 • 10 •, 0.160r Wino tea brow 0I Mgr 10...0111 06•

,4

0 1 gego ,OLot

I Ii

01.0* '40•M• It Ow"L 6506b0 • 54yrt

olte0 s eon bee /

1.1mon It Sow

4.,SC • 60. 0•■••

L. • 50 • 50 • bow

ego•yeaSonm

Existing finnished level

MISIENIZSOCIA10 Ow felon

SECTION A-A

I Z'

APPROVALSREVISIONS

Notes :

• NI dimensions in lithanieten

• This drawing N the property ofUnited Notions and Is not to bereproduced. copied, handed overto o third potty or used for anypurpose other than for which ithas been loaned.

Dols 04440obon 1100. by APP60.A3 V/

SECTION C-CDESIGNED BY

Minos LessanuCOMM BY APPROVED RY

Whom Modkowl

DATE OPAYAMG MO.

SCALE 5:1_4: 04

PLAN

SECTION 13-H

5r.• ....Iv,.

1L.

uNrra) NATIONS

0 •4

ENGINEERING SECTIONUNMIS - KHARTOUM

SUDAN

PROJECT TITLE

AMIS LIVING ACCOMMODATIONAI. FASHIE

DRAWING IMF

BOOM GATE

G.I pipe 150mm MIX 7mmal pipe 150mm NL3 X 7mm

Concenina wire coil 0 - SOOmm

1 1 111411 III 111 1 1111 11 11111111t1 1 11

Angle iron 23mm x 23mm x 3mmIISS 50mm x SOmm x 41nmMSS SOmm x 50mm e 3mm

- •

a Elli Ira tt int/7• ,

Angle iron 25min x 25mm x 3mm

Concertina wire coil 0 - 500mm

IISS 30mm x 50mm x 4mm

1 PISS 50mm x SOmm e 1mm

• , IISS 50mm x 50mm x 3mm,f

MSS SOmm SOmm 4mm- r' Hinge 140mrn long x 30mm din

• 3 / Post footing 7SOmm x 730inm x 1000mm

Chain link

6.1 pipe 150mm NO X 7mm•

Remarks• AM D irneeliOn• le Millimeter

• thdo **roe 4 OmUMW Iletbas one Is =Orseprodoeml. eceed. homed earto • toedpooty cw wood foe ore= Ohm Mal tor .Men :1so M•nod.

SECTION —AA—POS I - DETAILS FRONT ELEVATION

wig

-ems Mc hole ter rem

Hinge detail

PLAN lmo007 Mt/

AMISLIVI3NIACTOMMOMATIOYAi . V oteste

Mae. MtSWING GATE DETAILS

CeMeelle OrWoes lesson

MOM INMemo MM..

roan 3s De MX*

IINITE13 NATIONSter •

•'• „ENGINEER I S11.13 ■•,:

1311MIS • IC MAR I Oles1SUISAN

NOTES :

...:4 L!"I

• Ad Cirne0sions :o mere,,eter

• rh;s drowinq is the property ofOnZted Nat ions and i s nut to bereproduced. copied. hooded Over10 o third pwly or used !or coypurpose other than to.Nutt feed Ino^ed

t741. ; Descr4AA, foot.? by Awprovew by

REVISIONS APPROVALS

UNITED NATIONS• ..._

ENGINEERING SECTIONUNMIS - KHARTOUM

SUDAN PROACt 1■11.F

AMIS LIVING ACCOmmODATIONAL -A.Srilk

DRAWINt.

LAMP POST DETAILS

FW.SIGNED

W ∎nos lessowuDRAWN Fr■ ARP.0■170 R"

Votg,..•

DRAW NC NOOct 20:4

SCALE6N.T.S

Concrete footing750 a 750 a 750rnm

Concrete Wing300 a 300 10Orrwri

• .

HSS SO e 50 • 3mm

Sand bees

HSS 75 e 75 a 3mm

114 1 50 1413 .

W150 s13

FRONT ELEVATION

C 3903

10>

#. •

iSS 50 la 30ant1458 76 a 73 3mm

erweiealSee OWNI 0

, 1100

HSS 50 a 50 3man.MSS 00K 50a 3mm

WWI sheet

z

A ;

No tes

• NI

• This droving is the property dlUnited Natioes and ;a not to berep,00ueed. COP;eC, handed oye,la a lo.'d Co,ty 0 toed 'or 4,,ypropose an t I IC/hos p een feeet0.

-

d I i .

II i

14'. Date Oescr;31;;;1 3.4, ,.., a, ! Aaarewee 3,'39

REVISIONS • I APPROVALS

UNITED NATIONS

ENGINEERING SECTIONUNMIS - KHARTOUM

SUDANop oJEC1 1,t11:

AMIS LIVING ACCOMMODATIONAL FASHIR

GRAVAMC TITLEOBSERVATION TOWER

FRONT ELEVATIONDESICSED ByMinos

5n APPROVED OvHies°, %sodas:46

Parr

SCAL1 0Th

DRAWING 140.

DTIV n° : 1170

400 400 400 500

PLAN B-B

500 400See Detail A

4t

..........

See Detail B•.

1" thk plywoodn • al

W150 x13

a

UHAASI 0 ,H7V11 1, .Who,

DATE 0,, ; DRAAINCSCA/E

ILTSDrw :07h

Notes

,wiso X13! •

• •

_

HSS 75 x 75 x 3mm

• All ..U■no,sions

OroAl"9 the orOpeu ly or',./o■ted Not;ons ono 'n no g to be

W150 x13•. W150 x13

/ep,oused. COD 00, bar ged Overto o lue'S oely uteri 10' U^ypurpose ot •-e •Inas f or wh:ch'CS Soon 'oorloS.1 Plywood 1" thk

; •"

, 1!...L Date Dosc,ets, Mitten try App ,... sr.

/ REVISIONS_ ----___

I APPROvALS1._._. ___ IUNITED NATIONS

ENGINEERING SECTIONIJNMIS - KHARTOUM

SUDAN • -

AMIS LIVING ACCOMMODATIONAL FASHIR

OFEA:11AG 1,111

OBSERVATION TOWERPLAN B-B

CESGriED

NESCO BASTIONS(5.000 1.00 x 1.40m)

2ASO

1000

1000

. _ •

PLAN

STEEL COLUMN

20 SEA CONTAINER

STEEL BEAM

-•_Data llesc • lotOr Written ha jirs?romt .a

REVISIONS APPROVALS

Notes :• Ali il ,o0h9 toos it Millimeters

• This drawing is Ire girope•lyMoiler/ Vot :ottS ond 5 ^at to berene0CoCel. COpiert. harried eve'to 0 lord port, or user! for cloypurposether :he r for Which 'thas tear lanced.

UNITED NATIONS

ENGINEERING SECTIONUNMIS - KIIARTOUM

SUDAN

PROACI

AMIS LIVING ACCOMMODATION

AL FASTER

CIRMNitie.

DESIGNED ilTMinos Lesscnu

—S—CALE . 1 tlxw n" : OS •11.1.5

lWll 13, APPRMED OsVoilkoaN IDATE ji ch.tv .oi hRAY/...G NO.

VENT PIPE

SAND BAGS (20. a 10 0 5)

COMPACTED GROUND

FOUNDATION BLOCKSSTEEL COLUMN (300 a 3000 400mm)

ELEVATION

HESCO BASTIONS(5.00 a 1.00 x I.40m)

20 SFA CONTAINER

• All tlimens;ons

• •h,s &owing ■5 the property dlUnites Net :ons onc is not to bereo,otluced. copied, handed (We,to a th,rd party o' used Ich c^.yPurOOse 01 .1e, than ter -Ihos been loaned.

•40crn /IM 2m hlh &0ISi i0 0010 lc*

. . Weer with /l3p4eekninzl2rren Mk on Inside wal l

PLAN SEPTIC TANK

Notes :

20cm 111k I:3cm brick wall around p0

100mm lean concrete C/O

3500mm dIsmeterUrn deep Wed with stones(25-30im) OM sand MI

51100n sand RN

i

Dot: be.,e.; A 0., i,fatten, by lApb,,,,, by[ L

REVISIONS ; APPROVALS

liNITED NATIONS

ENGINEERING SECTIONUNMIS - KHARTOUM

SUDAN

PRO:EC , httE

AMIS LIVING ACCOMMODAI IONAL FASHIR

300W tiC. TITLE —SEPTIC TANK WITH SOAK PIT

FOR 100 PKIISONS

Dr5CNED 5C%can. Lasso,

PreCod concrete cover ova4001hrn .100tran ntaanho4e

tS0cm RC cover with loathdta steel bar0150imn bolt ways al middle 100mm diameter PVC pipe vent

0.4m NO above slab • Precast concrete cow over400mm v 400Mm manhole

10cm RC cover wItli lOmm dla steel bat300mon both ways

100050 diameterPVC cape from toilets

te21.

150mm RC col/velawith etnet bin a 16Orren both ways

- IA I

'41,T0111---1" ,TO soak –

Whatever Is applicatee. •RCC beam (Alan o30cm)

with °nen cite sentsps a 200m dc12nwn die steel rods 4 nos.

Masonry wallplastered lids

00m Bbindhtp

_J

SECTION A-A SECTIONB-EIDRAWN 9," .APPRQVLE)

■•ic,on Voeitrwei

DA" . .11 Oa Laos

NTJ

DeaWNC

On, To,

I 4'601

---- - -- _-

PLAN SOAK PIT

• -;4 1

......

INSULATION SHEETS FIXEDTO THE HMI, INS THE,Detail-A ",

50a5010non. Rect. II.S.•

emorks

— --

" '■ ;1,1 . 1 ( If )()

-1

0 0'1111it • al Dimensions sfl mittaretet

• Thi, dro.orc S ITh otopc/ly 01 Unite°Motors ond b 001 20 1t• epr 1,4,c cop.ed.hooded over lo 0 third patty CI 2.9.r.: 10, 3ny

,pose ollor too,- to' which 1 ,,,,, beerIeoneo

;

Detail -A

PLAN

1 20' Coo/Winer Supplementary roofing_,C.S SCREED

1 3 COAT:LOF DITUMINOUS i WELLSOMPACTED SAND

SECTION

.• I

,1N'TED NATIONS

ENGNECRING SECTIONUNIv IS - KHAR' °LAI

SUDAN •

PROAC1 1■Ii.f.

A.S.A1S LIVING ACCONMODNIONAL I•ASHR

00*01NG 1BLE

20' Conto;,e.s,pplerner...ary roof;ng,,

XS 17.11ED OvM■nes Lesso,::

DRAWN ill APPONED BYM. H'CHAM

nAn ID■ww,c, NO.31 Oct zocs_

SCAI.F I N. e s . • 0N 7,5

Framework Specifications:

-Purlins 100x50x3 HSS-Diagonal brace :L50x50x5mm ,2x 12mm bolt each end-Tie beam :HSS 50x50x3 mm ,4x12mm bolts each end-Truss : (top & bottom chord) HSS 100x50x3mm

( Internal members ) HSS 50x50x3mm-Post: HSS 100x100x6 mm-Base plate :10mm thick-Anchor bolts : 16mm dia. x 350mm long, 4Nos-All main bolts & nuts : H.T.bolts

11/4.. town. 1030*.. Mom 11101.., Am Nome 10001rn own. P0 1 PO40 0100, tho' tor ■• •••C- it

MSS 1103.** • barn. fn.MSS 1000*n 1Clwr • MI"

W 4100)

Watt.

PLAN BB

*12000110,

SLIDING GATE

. I: 7

• •-• - - - fta bp*, 1000Aw • 700we • 600ww

I I IINotes

• NI diroAns,of,S Mil..efor•FOC NWAI AXewn • NOwn • Kew, *000* 190000* /Now. • Kew.

• ISO d . owi119 'S t1 1 7 PlopUrty ot00.tec ,,0t 7ons ord , s not 10 beI I ii II /cp. oduced, copied. honed 'Ion'to 0 third potty std 4c • ony

PLAN AA

OSS IC•1•Twt 31)wo .

31:**. • iewn 100•0.n • 501* • 3•••••. ......

fi r r-

Mee 100•••• • MY,. • Won

vw and pt.,

W 1100 • ID:0

-•

...

44iDETAIL A

I " -A3073....110...„. •1.4.0.01•01 7,7 Dell. C•29r;p410.- I 1,0•0 Uv Apteove0

90 )900.190) .1cv)W 0.10)

ENGINEERING SECTIONUNMIS - KHARTOUM

SUDAN

I•••■■••

I* 1200 • ton;

WtO•100) W (290 1001

W .11w)

-• •W i2•00 • WM

•••••• 0 Kam

.1700 •'90)

• -

Icodng 11100nart • 71100*r •1110*nw1

WALL

!top 10)•ron • 00rw• • bro.*WO Kew.

pan. •130nn

; Wow.

.1111.

AMIN LIVING ACCOMMODATIONAl. FASIIIR

ilwr 00 0.0 Oa* REVISIONS APPROVALS _

UNITED NATIONS

Pea 00/0 11CO3,, • 0,1-n., 11.1013rwPwl loOari 10000w • f.001*•0100*.

rm. Navy 1000rnr IKOwn • 110,1•r*

0f1 S1:1,1F. D C1111 ewe.,

FRONT ELEVATION SECTION AA DRAWN 01'16•0•140.0,

DAILII Oct SOW

SCA E /41.7.11

DRaw■NG NO

00..'

ASSEMBLE IN ORDER AS PER DRAWING DIRECTIONS

ROOF PANEL ASSEMBLING

This Cii4ANG is OVIE1) 51 CORINEC - i(1-ITS hESEF:Vfil LCCO9C11.• TO 111E LA?,

kCORIMECNorriMadEC (Warm SPA

. >c-.", •l0.711:. e oon.

DWG. N. 12'a.. 5:,2J.62 I Jt

PREFABRICATED BUILDING ( 21 1112)

tOmm 0 'Noel bye20044 both waysSECTION B-B

Brick work 200mm MkMallard inside

7

SECTION A-A

200(4'2 both ways C.I manhole cover Brick work 200mm thk 200® both way, C.I manhole covertOmm 0 steel bars Medium duty Plastered inside tOmm 0 steel bars Medium duty

Channel pipe

PLAN

I •

tOrnm 0 steel bars200d both ways

COVER PLAN

10mm 0 steel bermI 50.14) hoth ways

SPO

r

Notes :

• All to,e-sions •5 V 0.-,eter5

.• This arc ...mg .5 1^5 ofope • ty ofUnited Nntion9 and 's not to Orrerectocea. Coned, sanded ova,to 0 45.-It owly or .58,1 1, 0111purpose otne , !nun v.hkh

Dees tOuned.

7 0.• I C•s<sr. es W6Ses 0 bp,o,spl

REVISIONS APPROVALS

UNITED NATIONS

ENGINEERING SECTIONUNMIS - KHARTOUM

SUDAN

PRMSCT 111E•

AMIS LIVING AccommoDATuxvAL FASHIR

(WKAING 11111.

CONCRETE MANHOLE

DESCNt D Hs

Minos lesSars,

DRAWN BY

I knom Moako,,i

APPW.IVC3 H`

:)RAW VC NC

Dr* a': 13SCA.

°^TE ii (3t 2a

Channel pipe

hONCRETE BASE TM • MCC.

ENGINEERING SECTIONNMIS - KHARTOUM

SUDAN

ALUMINUM PANEL (02. Sem. MOM

A0LI0030IC()PAWN CV

Remark

• Al Dimensions e. Meter

• Tr, c.otrieg ,s the property o'I \ Minns ons1 0 n01 tC

(1‘,1IC 2 :,a pm !0 y o• used 'ot 0rlypu rpose 0200' :02 .. '0' v•hoc,hos necn

If

SLIDING ALUMINUMIMNDOW (ICIOCrn 100 Cm)

CONCRETE BASE TIN . UM.

ALUMINUM PANEL 02. Brun a 2S0000

M UMINUM PANEL (02 a INC.. 250C/n)

H--; 7 r `u •:

REV SiDNS TACO)

1/,:...' Owe Dess..(4,e.tMate, IN: 0.01,....,, CCI.

REVISIONS • I APPROVALS II- _ UNITED NATIONS

REFLECTOR LAW (DI • IFOCm COW)

i0.7i15 —

AMIS LIVING ACCOMMODATIONAl. FASIIIR

rmlwer,c, r

GUARD HOUSE

DLSIOhLII—'Moos Lessnnu

• Ific-nrri Modkm.e.

:1ME31 Oct 2006

SCALE ,

110014,C, NC

Of s • 14

CERAMICntE

SORET 6 OUTLET

ALUMINUM DOOR (100Cm 2000/0

PLANSECTION AA

. .209mm Brick Wall

;,74777.;.:r 0,140 Metal pill*0

150mto PVC Pipe

_10 Dia !ft; ISO nun Pcme 200nue Slid Wall

II—.771

Mem! pill

SECTION A-3

400

Notes : All tfmens;0^5 in Slill:^oetnes

• this drawingo I ttc oroperty 01Uniteo Not ionsne :5 not to Doreproduced. copied. hooded Overto 0 third potty Oi to' o nyp.,p0Ne nthm than tot' irt,■00 ithas teen l000ed.

1500too

1.00zoo 400

Sito

400_1.501‘501.6mm 1 5

150mm PVC Elbow

2000

j

Atotioirt,t>t00 Ott, pt on i Py

mo KOSewage Pump300 SOO 400 REVISIONS APPROVALS

• UNITED NATIONS

•Chain §(h in

or*tOOLS

••

• :••.1

ENGINEERING SECTIONUNMIS - KHARTOUM

SUDANIle 2100

Mms 0 0

7.= C13:im ',mu' TiTLE

NRV.100 0GV.Ioo cl

NRI).10001o

AMIS LIVING ACCOMMODATIONAL FASIIIR

4.4.f4v- OR,Orch.G ■I',F

SEWAGE COLLECTION TANKLAYOUT PLAN

100mm PVC Elbow 100mm PVC Pipe cEsool:) SYNI : nas Letisoriu

CRAWN 90 lAppsovED srOutlet Hichool Modleo,i

PRAtinNC MO.DATE 31 Oct 2006

I

100anm PVC Tee IC.LE N.T.S I Drw n° : 14a

UNITED NATIONS10 FA

•■•■•• NATIONS UNIESPOSTAL ADDRESS-ADRESSE POSTALE: UNITED NATIONS, N.Y. 10017

CABLE ADDRESS-ADRESSE TELEGRAPHIQUE: UNATIONS NEWYORK

Dear Ambassador Wolff,

Subject: Letter of Assist by the United States for the United Nations Mission in Sudan (UNMIS)

I have the honour to request the agreement by the Government of the United States(hereinafter referred to as the "Government") to provide services on a reimbursable basisin support of the operations of the United Nations Mission in Sudan (hereinafter referredto as "UNMIS") in accordance with the Agreement Between the United States ofAmerica and the United Nations Organization concerning the Provision of Services andCommodities on a Reimbursable Basis in Support of the Operations of the UnitedNations Mission in Sudan (hereinafter referred to as "the Agreement") and the terms andconditions of this letter and its attachments (hereinafter referred to as the "Letter ofAssist").

Services

Your Government shall provide the services requested as described inAttachment 1 (hereinafter referred to as the "Services") which are requested to be providedover a period of 120 days from 20 December 2006 in accordance with the Agreement andthe terms and conditions herein set forth in support of UNMIS.

The Services shall be of equal quality and caliber to that which the Governmentis entitled pursuant to the contract referred to in Attachment 1 (hereinafter referred toas the "Contract"). The Government shall enforce the provisions of the Contract at thewritten request of the United Nations.

Coordination

The United Nations and the Government shall each designate a representativeto coordinate the provision of the Services under this Letter of Assist. The designatedrepresentatives of the parties shall consult regularly and shall establish the necessarycoordination mechanisms to ensure that the Services are delivered in accordance withthe terms of the Contract and this Letter of Assist.

Reimbursement

The United Nations shall reimburse your Government up to US$10M for theprovision of the Services in accordance with the Agreement. The cost for the Servicesshall be as set out in Attachment 1.

Reimbursement by the United Nations shall be made within sixty (60) days ofreceipt of your Government's invoices which shall be processed in accordance with UNrules and procedures. Reimbursement by the United Nations shall be made in the

2currency of billing, unless your Government requires otherwise to:

United States Mission to the United NationsAttn: Ambassador Alejandro D. Wolff, Charge d'Affaires a.i140 East 45th StreetNew York, N.Y. 10017

The costs reimbursed by the United Nations shall not exceed the actual costincurred by the Government in providing the Services. In the event that the Governmentrecovers funds from its contractors due to overcharging on contracts, or otherwise, theGovernment shall refund to the United Nations any amounts so recovered that areattributable to payments made by the United Nations hereunder.

Invoicing

The Government shall submit to the United Nations written invoices for theServices provided pursuant to this Letter of Assist on a monthly basis. All invoicessubmitted to the United Nations shall contain such information and documentation asmay be necessary for the United Nations to verify the amount(s) invoiced and the basisfor the amounts charged, in particular, a copy of the PAE invoice to the Department ofState.

Invoices to the United Nations should cite the reference number of this Letter ofAssist. Your Government's invoices shall be sent to the Director of Administration(DOA), UNMIS, Khartoum, for certification and processing.

Tax Exemption

Section 7 of the Convention on the Privileges and Immunities of the UnitedNations exempts the United Nations from payment of direct taxes and duties other thantaxes and duties that are no more than charges for public utility services. The Governmentshall make best efforts to ensure that the amounts charged by the Government, includingany amounts charged to the Government by its contractors, do not include any such taxesor duties. At the request of the Government, the United Nations shall provide to theGovernment documentary certificate(s) confirming that the Services hereunder arerequired for the purposes of providing services to the United Nations.

In the event that any taxing authority refuses to recognize the UnitedNations exemption from such taxes, the Government shall consult with the UnitedNations to determine a mutually acceptable procedure.

Recovery

The Government and the United Nations, including UNMIS, each waives allclaims it may have (other than claims associated with the reimbursement for Servicesprovided hereunder) against the other for damage to, or loss or destruction of itsproperty or injury or death to its personnel arising out of the activities of the personnelof the other party pursuant to this Letter of Assist. Claims of third parties filed againstthe Government or the United Nations, including UNMIS, for damages or loss causedby their respective personnel arising from activities under this Letter of Assist shall beresolved by the party against which such claims are filed in accordance with thatparty's applicable laws, rules and regulations.

3Termination

(a) Either party may terminate the Letter of Assist, in whole or inpart, upon 30 days written notice to the other party. In the event oftermination pursuant to this clause, the United Nations shall only beresponsible for reimbursement to the Government for Servicessatisfactorily performed in accordance with this Letter of Assist prior to theeffective date of termination.

(b) The United Nations may also terminate this Letter of Assist at anytime for convenience in the interest of the Organization should the mandateor the funding be curtailed or terminated, in which case the Governmentshall be entitled to reimbursement by the United. Nations for all reasonablecosts relating to such termination.

Forward commitments

The Government shall, upon receipt of notice of termination of the Letter ofAssist as provided above, bring the services to a close in a prompt and orderlymanner, reduce all expenses to a minimum and shall not undertake any forward orfurther commitments in connection with the Letter of Assist.

Modifications

No changes in, or modifications to, this Letter of Assist shall be madeexcept by mutual agreement, in writing, between the United Nations and theGovernment.

Settlement of disputes

Any dispute arising under this Letter of Assist shall be resolved throughconsultations between the Government and the United Nations or their representativesand shall not be referred to any third party.

Force majeure

(a) In the event of and as soon as possible after the occurrence of anyevent constituting force majeure, the Government shall immediately givenotice and full particulars in writing to the United Nations of such event ifthe Government is thereby rendered unable, wholly or in part, to perform itsobligations and meet its responsibilities under this Letter of Assist.

(b) Upon receipt of such notice, the United Nations shall have the rightto take such action as, in its sole discretion, it considers to be appropriate ornecessary in the circumstances including suspension or termination of thisLetter of Assist, but this shall not affect the UN's obligations to reimbursethe Government for services rendered.

(c) Force majeure as used in this Letter of Assist means actsof God, war, insurrection or other acts of a similar nature orforce.

Assignment

The Government shall not assign, transfer, pledge ormake other dispositions of this Letter of Assist, or any partthereof, or any of the Government's rights, claims orobligations under this Letter of Assist, except with the priorwritten consent of the United Nations.

If your Government agrees to this Letter of Assist, pleasecountersign where indicated below and return a copy of thesigned Letter of Assist to me.

No Services shall be provided until receipt by the UnitedNations of the countersigned copy of this Letter of Assist.

I take this opportunity to thank your Government for itscontinued support to United Nations peacekeeping operations.

Yours truly,

tY\Maxwell KerleyActing DirectorLogistics Support DivisionOffice of Mission SupportDepartment of Peacekeeping Operations

Attachment 1 DoS Task Order which reflects a total price of $9,361,193.91 and provides the definitivesummary by tasks A through E.

Attachment 2 (Description of the Services —Statement of Works)

The services and works described in a task order, dated 20 December 2006, issued by theDepartment of State of the United States of America pursuant to a contract between theDepartment of State of the United States of America and PAE, dated 27 May 2003attached hereto.