WORK STATEMENT

FOR

BASIC HEALTH CLINIC

UNDER

PROVINCIAL DEVELOPMENT PLAN

KUSHK-I-RABAT SANGEE DISTRICT AJRIMA VILLAGE

HERAT-

JANUARY 2016

GENERAL 1.1 Back Ground

This project consists of the “Basic Health Clinic” in Kushk-i-Rabat Sangee District under Provincial Development Plan of Province in contribution with Italian cooperation. The BHC will be constructed mostly with the same type applicable in other Provincial . The typical drawings have been reviewed and improved by UNOPS, and approved by MoPH for meeting their requirements as one of the priorities. Brief scope of work (sow) is elaborated under section 2 & 3.0, however the contractor is expected to have a look through the documents and read the entire ITB, Drawings, BoQ, and Specifications to better understand the project requirements.

1.2 Area of the Works

A single story Building of an approx. area of 1700m² (gross area) shall be constructed in Ajrima village of Kushk-i-Rabat Sangee district in Herat as shown in the location map below. Kushk-i-Rabat Sangee District is situated in the northwestern part of , Afghanistan. It borders with Kshk-i-Kohna to the east, District to the west, and Turkmanestan to the north. Zinda jan, and Injil Districts are situated to the south of Kushk-i-Rabat Sangee District. 1.3 Location Map: (see below)

2. General Scope of Work

The scope of the Works for Basic Health Clinic includes the (1) BHC Main building, (2) Latrines, (3) Guard Room, (4) Generator Room, (5) Septic Tank, (6) Bore-well and (7) kitchen. Mostly the work contains of Earth work, Stone Masonry work, Concrete work including PCC and RCC, burnt brick wall, plastering, painting, tile work, Electrical work , plumbing and some miscellaneous works (for more information refer the entire project document; SOW, BoQ, drawings, and specs).

2.2 Duration of the work

All activities shall be completed within (180) calendar days from the date of signing of the Contract. The time schedule for the Works shall be prepared by the Contractor for approval of Client. The contractor is expected to start the work immediately after receiving notice to proceed (NTP) and should complete the work within project duration and schedule.

2.3 Equipment and Material

All equipment and materials necessary for the Works shall be provided by Contractor and shall meet project requirements in accordance with UNOPS technical specifications.

2.4 Transportation

All transportation including transportation of the contractor’s personnel, equipment and material will be contractor’s responsibility.

2.5 Insurance

The Contractor shall insure his staff and shall be responsible for any accident, injuries, loss, theft, damages, and etc.

2.6 Other Conditions Other conditions not specified herein shall be settled by mutual understanding and agreement between the Client and the Contractor on the basis of UNOPS rules and regulations.

3. 0 TECHNICAL SPECIFICATIONS (work scope) All work stages and activities from beginning up to completion of project shall comply with Project Technical Specification & UNOPS requirements. The contractor has to provide survey equipment for proper alignment, and perform necessary test for the quality of material and present lab tests results for timely supervision and checking of UNOPS. Curing for all concrete and mortar to be carried-out at least for 14 days with keeping cold and hot weather into consideration. All electrical fixtures and materials shall be approved by client prior to installation. Faucets, Shower sets, Pipes and other plumbing fixtures and materials shall be approved by client.

3.1 Excavation The excavation for footings, footing beams, and etc. shall be conducted up to the depth indicated in the relevant design documents, then inspected by the Clienty for actual site condition. If the groundwater level is confirmed at a shallow depth from the ground surface, the Contractor shall report to the Implementing Agency immediately for the instruction.

3.2 Backfilling

Each layer as required of backfilling or filling shall be 150 mm including suitable moistur and watering and be compacted with equipment such as vibrators, compactor, graders or tamping tool up to the point where the shrinkage settlement of the backfilled soil or banked soil no longer takes place.

3.3 Concrete Work

Concrete mix should be prepared as specified in the bill of quantity. During construction all parameters positively affecting the quality shall be considered in the process, and aggregate be free of clay and organic material, drinkable water shall be used for mixing and enough curing be carried-out as per technical specification. Onsite concrete tests shall be conducted on contractor price. The design reference strength of the concrete Fc (compressive strength of 28 days) for PCC and blinding concrete shall be 15 N/mm2 and for RCC 25 N/mm2 RCC.

3.4 Form Work Materials

The material for sheeting shall be waterproofed plywood of not less than 12 mm thick or new wooden planks which are commonly used in the project area. In the case of an exposed concrete finish, new material of waterproofed plywood of not less than 12 mm thick shall be used.

3.5 Stone Masonry: All material in Stone Masonry shall be hard, sound, free from cracks, decay and weathering.

3.6 Brick Wall Masonry: Bricks for wall masonry work shall be burnt brick in the category A, and shall be standard size of 220 mm Length x 110 mm Width x 60 mm height, and shear strength shall be more than 70 kg/cm2.

3.7 Plaster Work The fine sand to be used for the finishing mortar shall not exceed maximum diameter of 2.5 mm and the rate of passing through sieve openings of 2.5 mm and 0.16 mm shall be 100% and not higher than 10% respectively. The sand to be used shall be screened through a sieve with a 2.5 mm zinc-coated mesh to remove such impurities as litter and wood chips, etc.

3.8 Painting . Prepare and apply one coat of primer and two coats of Acrylic Emulsion Paint (weather shield and washable) of approved color and quality to render external surfaces of plaster and concrete. . Prepare and apply one coat of primer and two coats of Plastic Emulsion Paint (washable) of approved color and quality to render internal surfaces of plaster and concrete.

3.9 Doors and windows: . Wooden doors and windows should be made of Russian Khaar wood or equivalent with high quality, free from cracks and filths. Carpentry workmanship must be high & it is required to submit sample for approval of the client. . Toilets (or wet areas) shall be provided with PVC Doors and windows including installation, accessories and Aluminum Fly Screens and glass 6mm with all required activities. It is required to submit sample for approval of client. . Provision and installation of steel windows and facades including all required accessories, 3coats of painting (1 anticorrosion and 2 oil coat) and 6mm glass per drawings and specification with all required activities.

3.10 Tile Work

Below listed tiles shall be used with best quality available in the market. The Contractor shall submit sample for approval prior to installation:

. Wall tiles: Ceramic Wall Tiles M400 (15 x 15cm) . Skirting: Marble tile high quality (H = 15cm) . Floor: Terrazzo Tiles M350

3.11 Plumbing Work: Pipe works and fitting material shall be UPVC High Pressure type as approved by the Consultant (UNOPS). These materials shall comply with requirements of water supply and sewerage and other relevant authorities. Materials for the piping and service requirements shall conform to the service pressures encountered. Tube well shall be drilled 12" dia (75-85m deep) and provision and installation of 6" PVC casing and filter Pipes inclusive of gravel packing and backfilling complete as per all respects. Provision and installation of 2" PVC rising main of high quality pipe, supply and installation of Pamir hand pump set, Provision and installation of Submersible Electrical water pump complete set shall be included as per site requirements and approval of Engineer. The minimum water capacity should be 100 liters per minute continuously for 24 hours and the water quantity be tested by 1.5" electrical pump.

3.12 Electrical works and Mechanical works

All electrical and mechanical works shall comply with general notes in the DWGs and UNOPS requirements and submittal process shall be carried-out submittal process prior to installation

. Fire extinguishers: Wall mounted Fire Extinguishers 6 kg class B type shall be used. . Smoke Detectors: Battery system has been designed for cost effectiveness and ease of work. Sample shall be submitted prior to installation . Generator: Submittal for best quality generator of (20KVA/16kw) shall be approved prior to installation including relevant accessories

4.0 Work Method: The construction work method will be advised, coordinated, and supervised by UNOPS Staff as per the specification of the works in order to assure proper quality control and the measurements and procedures are met.

5.0 OTHERS

. Coordination: The Contractor is required to report the progress of the Works daily to the Client.

. Management meetings: The contractor shall actively report to weekly or biweekly meetings as set forth by UNOPS . Security issues: The Contractor is required to coordinate properly with local district authority about the project site security. Generally the security matters is part of Government responsibility. . Power Generation: The Government will use city power when available and make use of generator in absence of city power. The contractor needs to have its own arrangements (generator) for power requirements during construction.

. Communication and IT works: No communication and IT system has been designed for the building; the contractor shall make use of its own arrangement for the purpose (if needed by contractor).