pact, inc. (“pact”), through its south sudan water for re drilling srf.… · 1 date: march 27,...

15
1 Date: March 27, 2013 Subject: Request for Proposals (RFP) Reference: WRAPP-UNDP-SRF- 2013 Subproject: Drilling of four (4) boreholes in Kauto payam of Kapoeta East County Eastern Equatoria Closing Date: April 10 th , 2013 at 4:30 PM Dear Prospective Offerors, This document is a Request for Proposals (RFP) for the drilling of four boreholes in Kauto payam of Kapoeta East County. The two boreholes will be drilled in both Nawoyatom and Kassongor. Pact, Inc. (“Pact”), through its South Sudan Water for Recovery and Peace Program (WRAPP), seeks proposals from competent and qualified contractors for the implementation of the project, all in Kapoeta East. Offerors are invited to apply for either project or both together. Offerors should read the entire solicitations, which includes all pertinent technical sections and the terms, conditions and instructions required for submitting a proposal. Qualified and interested firms may obtain an electronic copy of the RFP instructions, term and conditions, bill of quantity, evaluation and basis of the award, scope of work and specification by accessing this website: http:www.pactworld.org/cs/business_opportunities Locations: Kauto payam of Kapoeta East Type of Award: Firm Fixed Price Purchase Order Duration: Duration should be no more than two (2) months. Submission of Questions: PACT will answer questions and provide assistance in understanding the requirements of this RFP that are sent to [email protected] . No questions will be answered in person or by phone. Submission of Proposals: Submitted proposals must be written in English. The proposal must be submitted in two parts: 1) Technical Proposal and 2) Price Proposal/BOQ. Proposals can be submitted electronically at [email protected] or in hard copy & digital copy (on CD-Rom) to one of the two addresses below. The deadline for submission is April 10 th , 2013 at 4:30 PM. - Pact Sudan Nairobi Office: Caroline Muthike, Umeme Plaza 1 st Floor, Old Naivasha Rd., off Ngong Road, PO Box 76390-00508, Nairobi, Kenya. - Pact Sudan Juba Office: Susan Doru, Hai Malakal, Plot 64, Juba, South Sudan

Upload: others

Post on 08-May-2020

4 views

Category:

Documents


2 download

TRANSCRIPT

1

Date: March 27, 2013

Subject: Request for Proposals (RFP)

Reference: WRAPP-UNDP-SRF- 2013

Subproject: Drilling of four (4) boreholes in Kauto payam of Kapoeta East County Eastern

Equatoria

Closing Date: April 10th, 2013 at 4:30 PM

Dear Prospective Offerors,

This document is a Request for Proposals (RFP) for the drilling of four boreholes in Kauto payam

of Kapoeta East County. The two boreholes will be drilled in both Nawoyatom and Kassongor. Pact, Inc. (“Pact”), through its South Sudan Water for Recovery and Peace Program (WRAPP), seeks

proposals from competent and qualified contractors for the implementation of the project, all in

Kapoeta East. Offerors are invited to apply for either project or both together. Offerors should read the entire

solicitations, which includes all pertinent technical sections and the terms, conditions and instructions

required for submitting a proposal.

Qualified and interested firms may obtain an electronic copy of the RFP instructions, term and conditions, bill of quantity, evaluation and basis of the award, scope of work and specification by accessing this website: http:www.pactworld.org/cs/business_opportunities

Locations: Kauto payam of Kapoeta East

Type of Award: Firm Fixed Price Purchase Order

Duration: Duration should be no more than two (2) months.

Submission of Questions: PACT will answer questions and provide assistance in understanding

the requirements of this RFP that are sent to [email protected]. No questions

will be answered in person or by phone.

Submission of Proposals: Submitted proposals must be written in English. The proposal must

be submitted in two parts: 1) Technical Proposal and 2) Price Proposal/BOQ. Proposals can be

submitted electronically at [email protected] or in hard copy & digital copy (on

CD-Rom) to one of the two addresses below. The deadline for submission is April 10th, 2013 at

4:30 PM.

- Pact Sudan Nairobi Office: Caroline Muthike, Umeme Plaza 1st Floor, Old Naivasha

Rd., off Ngong Road, PO Box 76390-00508, Nairobi, Kenya.

- Pact Sudan Juba Office: Susan Doru, Hai Malakal, Plot 64, Juba, South Sudan

2

Section 1: Instructions All proposals must be submitted in two packages, 1) Cost Proposal and 2) Technical Proposal. If

submitted in hard copy, you must have them separated and also include a digital copy (on a CD-ROM). If

submitting electronically only, please ensure they are in separate files.

For the technical proposal, Offerors must submit all the required documentation mentioned below, with

the five (5) annexes being separate and clearly labelled. E-mail submissions should contain five (5)

separate attachments, one (1) for each Annex. Each attachment must be signed by a representative of the

Offeror certifying that any representations made therein are true and accurate. The work plan (Annex 2)

can be in a format chosen by the Offeror.

Cost Proposal:

Bill of Quantity (BOQ). This is to be completed by the Offeror in the form provided in Annex

II included herein. The Offeror’s price for the work to be proposed under this RFP will be fixed

and expressed in United States Dollars inclusive of all costs, taxes, and profit.

Technical Proposal:

Annex 1: Signed Technical Specification as given by Pact, signed by the Offeror, in the form of

Section 3 included herein. This describes the specifications that the potential contractor will

follow should it be awarded a contract.

Annex 2: Work plan: The Offeror must provide a work plan which shall specify clearly its plan

for mobilization and transportation of equipment, personnel and material to the work location.

The work plan

Annex 3: The Offeror should include the information listed in 1 & 2:

1) Past Performance: Maximum of three (3) pages describing similar work completed in the

past three (3) years. List past and recent contracts from 2008-2012.

2) References: At least three (3) references should be supplied, including the name of the

client and name of the client’s individual contact, including phone number, email, and

address. In addition, at least three (3) testimonials or certifications of work completed

should be submitted.

Annex 4: CVs of Proposed Staff: Offerors should include CVs of proposed staff for the project.

Please include one for Engineer/Technician & Project Manager

Annex 5: The Offeror should include the information listed in 1 through 4:

1) Evidence of Registration:

3

Offerors must include a copy of: Certificate of Registration; the organization's current

registration with the SRRC and HAC (if applicable), MoLA and MWRI or MIWR

drilling registration

Trading License

VAT registration audited accounts for the last three (3) years where applicable

Articles of Incorporation and Memorandum of Association

Income tax clearance certificate

**Note: Any organization that is not registered in South Sudan will be disqualified.

2) Banking Information: The Offeror must include the following:

Evidence that the Offeror has a corporate bank account in the company’s name, not

that of an individual

Names and contact information of the Offeror’s directors and officers (a minimum of

three staff members)

3) Facilities and Equipment: Offerors must submit per site photos of the following equipment, together with their

brand and age:

Suitable support vehicle for mobility in difficult terrain

Enough consumables for the entire pending SWDS works

4) An Audited Financial Statement.

Site Visit:

In cases where the site location has been selected prior to issuing the RFP, Offerors are strongly

encouraged to visit the project sites and carry out on-site feasibility assessments, at the Offeror’s own

expense, prior to proposal submission. Pact will assume that the Offeror is familiar with the project site.

Once a contract is signed with a successful Offeror, Pact will not accept changes to the scope of work,

budget or timeframe from the contractor that result from the contractor’s unfamiliarity with the site.

4

Section 2: Terms and Conditions

A. General Conditions

a. Proposals must be in strict accordance with the technical specifications contained herein.

b. Under no circumstances will Pact supply any form of transport or provide for any relative costs.

c. The prices proposed by the Offeror will be considered fixed regardless of currency fluctuations

and differentials in construction material prices.

d. Successful offerors will be presented with a contract containing Pact’s standard terms and

conditions, including provisions concerning warranties, suitability of work and materials, and

assurances and representations. No work will be authorized in absentia for a fully signed contract

between Pact and the successful Offeror. All awarded contracts will also contain terms and

conditions applicable to awards from UNDP.

e. The Offeror will be expected to mobilize their team and materials to the project site within two

weeks of signing the Contract. Failure to begin work within this period may be deemed by Pact as

a breach of contract and may result in contract termination and selection of another contractor to

do the work.

f. Any attempt by an Offeror to influence Pact, outside of the instructions set forth in this RFP, in

the process of examination, clarification, evaluation and comparison of proposals, or to obtain

information on how the procedure is progressing, or to influence Pact in its decision concerning

the award of a Contract hereunder, will result in the immediate rejection of that Offeror’s

proposal.

g. Pact reserves the right to cancel this RFP at any time or to make no award under it or to amend

the terms and conditions applicable to it. All proposals are submitted at the sole cost and expense

of the Offeror. Neither Pact nor UNDP has any liability of any kind whatsoever with regard to

this RFP or the making or failure to make an award hereunder.

B. Liquidated Damages:

Pact will assess against the Contractor via the Contract a $5,000 charge per unfinished borehole as

liquidated damages and not a penalty, for work not completed by the completion date as set forth in the

Contract, unless there is prior written approval by Pact to waive the liquidated damages.

Prior written approval by Pact to waive the damages will only be given when Pact deems the delay in

completing the works was caused by events outside the control of the Offeror. This will be done entirely

at Pact’s own discretion and only in exceptional circumstances.

C. Warranty:

The final payment will be paid after a defect liability period to ensure the quality of work. The final

payment will be ten percent (10%) and will be paid after a defect liability period of one (1) months from

the completion of the project. At the end of the liability period, quality will be assessed by a Pact

designated staff. In the event that defects arise and the contractor fails to make repairs, the retention

money will be used to have the same done by a third party

5

D. Use of Local Labor:

Pact encourages all partners to hire labor locally to the highest extent possible. The Offeror selected will

be asked to include a description of the recruitment process in their first narrative report.

E. Paying Office

All requests for payments, technical guidance from PACT, and receipt of submission of

deliverables will be done through the PACT Juba Office.

Section 3: Evaluation & Basis of the Award

Proposals will be reviewed in two stages, first a technical review and then a cost review.

A. Technical Evaluation

The Offerors’ proposal shall be evaluated to determine overall technical capability to effectively

implement the project. Proposals will be evaluated according to the criteria stated herein. The relative

importance of each individual criterion is indicated by the number of points assigned and a total of 100

points are the maximum possible score for each proposal. The evaluation criterion is listed below, with a

description of how each will be assessed.

Evaluation

Criteria Max

Points Assessment criteria

Workplan 20 Work-plans will be assessed to see if they reflect the technical specifications,

demonstrate an understanding of the work, are realistic, and fit within the

duration specified on page 1 of the RFP. PACT will score Offerors that are

able to realistically shorten the overall duration without lowering the quality

will be given higher points. Qualifications

of Proposed

Staff

20 CVs will be scored based on number of year of experience related to position,

years of experience in general, and familiarity with the location (from a nearby

region or has worked in it) Equipment 20 Equipment will be assessed based on whether the Offeror has the relevant

equipment to complete this project and whether they own the equipment.

PACT reserves the right to request photos of or conduct site visits to verify

this. Past

performance &

References

40 Offeror should have experience working in the location & technical field,

comparable size of projects, positive recommendations, completion of projects,

and experience with foreign agencies, with a preference for those that have

worked with US government agencies. Total Points 100

B. Cost Evaluation

Evaluation of cost proposals will consider, but not be limited to, the following: Cost realism, and

completeness of cost proposal and supporting documentation, and total price. Cost data will be evaluated

on the basis of cost reasonableness, allowability, and realism based on the following considerations:

6

1) Are the proposed costs and overall price consistent with the various elements of the Offeror’s

technical proposal?

2) Are the proposed costs and overall price realistic for the work to be performed under this

purchase order?

3) Do the proposed costs and overall price reflect a clear understanding of the work requirements?

Although the basis for award will be the ‘best value determination,’ Pact will look more favourably at the

lowest priced cost proposal that answers ‘yes’ to all the questions above.

C. Basis of Award: PACT will make the award to the Offeror whose proposal presents the best value to the project, considering both technical merits and cost factors. If the situation arises whereby no suitably qualified Offeror is found, Pact reserves the rights to re-advertise the works.

7

Section 4: Scope of Work

BOREHOLE TECHNICAL SPECIFICATIONS

A) GENERAL NOTES

A1) UNDERSTANDING THIS SPECIFICATION

The following technical specifications apply to all Pact borehole drilling activities and will be applicable

in any contract awarded under this RFP. The terms and conditions applicable to the successful Offeror’s

work will be contained in the Contract to be signed by both parties, but will include these technical

specifications. If the Offeror does not understand anything written in this specification, they should

consult the Pact for clarification, whether during the proposal period or during project implementation.

Questions may be addressed in email form to [email protected]. All Offerors are requested to

familiarize themselves with the content of Sudan WASH Technical Guidelines and Manuals for

Boreholes. The above document may be requested from the Ministry of Water Resources and Irrigation in

Juba or can be downloaded as pdf directly from the ministry’s website at http://www.mwri-goss.org

A2) MATERIALS AND WORKMANSHIP

All the work noted in this specification must be carried out to the highest standard, using only the best

tools, machinery, materials and skilled workmen. Samples of all casings, screens and gravel pack material

to the quality specifications given hereunder must be shown to a representative of Pact WASH Technical

Manager or their representative for written approval before starting borehole drilling.

A3) STORAGE OF MATERIALS

All materials for use in the borehole construction must be stored in a safe place. If any material can be

damaged by water or damp then the place must also be dry. If any materials are damaged before use they

must be replaced. All PVC casings and screens should be stored in shaded places away from direct

sunlight and with the threaded end caped. Ordinary Portland cement should be stored in dry place.

A4) SITE IN CHARGE

The Contractor must employ an experienced and knowledgeable site-in-charge who must be on site to

supervise the borehole construction work at all times when work is being done. Such an individual must

be conversant with the hydrogeology of Southern Sudan.

A5) HYDROGEOLOGICAL SURVEY

Pact through its field staff will supply to the Contractor all the information available about the sites to be

drilled. It should be clear that this information does not hold Pact responsible for the locally different

hydrogeological conditions in the area to be drilled at each specific drilling site or for particular problems

the Contractor may encounter during drilling operations. Each Contractor will be expected to carry out its

own hydrogeological survey of the proposed drilling sites.

A6) DRILLING SITES

Pact will indicate the drilling sites and secure the required permission for the use of the land where the

contract is to be carried out from the Local Authority responsible for the area. The Contractor will be

responsible for all the damages occurring outside the allocated land.

A7) ABADONED OR DRY BOREHOLE

If the Contractor is not able to finish the drilling or has to abandon the borehole due to loss of tools or any

other accident or contingency, the Contractor will remove the casing or drive pipes already placed in the

8

hole and refill it with clay or concrete, at the Contractor’s expense. All material extracted from such holes

will be considered the property of the Contractor. In the case of abandoned and dry boreholes, Pact will

not pay for any of the work carried out.

A7) CLEANING OF THE CONSTRUCTION SITE

When all construction and pump testing work is complete the Contractor must remove any rubbish,

remove or flatten (as ordered by a representative of Pact) any piles of loose earth, cake of drilling fluid,

back fill the ‘mud pits’ and generally leave the whole area of the site clean and ready for use.

B) BOREHOLE CONSTRUCTION REQUIREMENTS

B1) BOREHOLE LOG

The Contractor will submit a detailed Pact Borehole Log with the following information: drilling rates,

the appearance of water (various water strike levels), soil sampling details and the types of rock found,

type and size of borehole casing, position, type and size of screen and other relevant borehole

construction (design) details. The Contractor will keep soil and rock samples taken during the drilling

operations in properly packed and identified sample bags and will make them available to the Pact WASH

Technical Manager upon request. At every 3m a record of type of soil or rock formation should be

recorded including colour, grain size and geological name. The Contractor will take at least one sample

every three metres of drilling and at every change in rock formation. Each sample should weigh a

minimum of 500 grams.

B2) CASING AND DIAMETERS

The drilling of each borehole will be carried out according to the characteristics specified in the Sudan

WASH Technical Guidelines and Manuals for boreholes with hand pumps using the correct drilling tools,

drive pipes, casing pipes, gravel packs and sanitary protection, based on the actual characteristics of the

aquifer formations. The casing pipe and sanitary seal should isolate each aquifer from other formations

which are considered unsuitable for the exploitation of potable water. The borehole design is to be

informed by the lithology before the casing pipes and screens are introduced into the borehole. All

casings and screens shall be 4 inches with threaded sockets at both ends (male and female).

B3) CASING AND SCREEN

The Contractor will supply all casing, screen and fittings for the proper casing of the borehole. Samples of

casing and screen must be shown to a representative of the Pact WASH Technical Manager before

installation. A capped bottom sump of 3m long should be provided at the bottom of the well.

B4) DRILLING EQUIPMENT AND DEPTH OF DRILLING

The Contractor may use drilling equipment capable of drilling to a depth deeper than indicated in the

borehole design for a given area. The use of rotary or down-the-hole hammer (air percussion) rigs is

acceptable. The depths indicated proposed for each site should only be regarded as a guide. If the actual

characteristics of the boreholes being drilled justify any change in these specifications, the Contractor will

request the authorization of the Pact WRAPP Management for such changes to be made.

B5) BOREHOLE PLUMBNESS AND ALIGNMENT The boreholes shall be plumb. This must be ensured from the onset of the drilling work.

B6) TEMPORARY LID

The Contractor will take precautions against the entrance of pollutants into the borehole, including

surface water, both during drilling and after completion of the borehole. For this purpose, the Contractor

9

will provide a lid to be placed over the mouth of the borehole at any time the drilling rig is not in

operation. The lid will be placed on top of the borehole on completion of borehole construction.

B7) ARTIFICIAL GRAVEL PACK

As is often necessary, an artificial properly graded gravel pack will be placed in the annular space

between the well and the outer face of the casing. Proper techniques will be used for the accurate placing

of this pack. Gravel Pack materials should not just be dropped without regards to causing the well

collapsing in some sections. The gravel to be used should be clean, borehole-rounded and the grains

should be hard, and of alluvial origin. The gravel size and type shall be approved by the Pact WRAPP

Management.

B8) SANITARY SEAL

All the boreholes shall have a proper protective sanitary seal cast in concrete grout (one part concrete to

one part sand) by the Contractor. The protective seal shall be placed from 3.5 metres below ground level

to 0.25 metres above ground and will occupy an annular space between the wall and the outer face of the

casing.

B9) PLATFORM AND SPILT WATER CHANNEL

All the boreholes shall have platforms. The apron of the platform is the standard design used in Southern

Sudan. Sufficient quantity of cement (minimum 6 bags per platform and drainage channel), sand and

aggregate with a mix ratio of 1:2:4 should be used to produce the concrete mix. A welded mesh should be

used to reinforce the structure and the drainage channel must be a minimum of 6 meters long and

reinforced with rebar to avoid settlement cracks.

C) BOREHOLE CLEANING, DEVELOPMENT AND TEST PUMPING

C1) BOREHOLE CLEANING AND DEVELOPMENT

Once the borehole construction is finished, the borehole will be cleaned of all mud cakes until water

becomes acceptably clear. The borehole will be developed by hydraulic surging (by means of a packer

piston or compressed air) for at least three (3) hours until satisfactory flow and clarity is reached,

stabilized and turbidity is less than 5 NTU. During development, contractors will proceed with static

water level measurement. The Contractor is required to have a borehole development compressor of

minimum capacity 10bars and adequate supply fuel and lubricants.

C2) TEST PUMPING

The Contractor must have a pumping unit capable of discharging 3,000 litres per hour of water, at the

borehole’s pumping water level. Immediately after borehole development, the borehole will be cleaned

and the pumping unit introduced into the borehole. The Contractor will communicate (three days in

advance) the date the pumping test is to be carried out.

The pumping test will consist of continuously pumping the borehole at the maximum discharge of 1,200

litres per hour for 4 hours followed by a 2 hour recovery test. The measurement of the dynamic water

levels will be performed according to the logarithmic timescale schedule normally used for test pumping

water boreholes. The Contractor will convey the pumped water at least 200 m away from the borehole

such that no pumped water will be left standing within a radius of 200 m of the borehole. The Contractor

will provide all the necessary equipment for this to be achieved. The Contractor will provide all the

necessary equipment (weirs [V-notch], pipes, gauges, etc.) for the proper measurement of discharge rates

and water levels. Draw-down and recovery data should be reported on the standard borehole logs

supplied. This result will inform the hand pump cylinder intake installation.

10

C3) BOREHOLE YIELD

After the pumping tests have been carried out, the Pact WASH Technical Manager or their representative

will compare the yield for such borehole with the recommended yield of 1,200 litres per hour minimum

for borehole fitted with hand pump to be considered successful according to the test results. Appropriate

drilling techniques employed by the Contractor and the actual needs of the community are other factors

considered in determining the success of a borehole. Motorized boreholes will always be recommended

when yields higher than 1,200 litres per hour have been attained after test pumping. Pact will only pay for

boreholes with sufficient yield for their designated purpose.

D) CIVIL WORKS AND PUMP INSTALLATION

D1) APRON AND DRAINAGE

The contractor will construct civil works for the borehole in accordance with GoSS

recommended design for borehole apron and drainage. Drawings will be provided in the contract

package. The main components will include circular apron around the pump pedestal and water

drainage channel that leads water into a hand dug drinking cattle trough. All specification for

concrete works will be provided in the contract.

D2) HAND PUMP INSTALLATION

Hand pump to be installed is India Mark II. Pump cylinder will be installed to the suitable depth

below the dynamic (pumping) water level determined during test pumping. The fitting of

pumping rods, rising mains and all other components will be done in accordance with good

engineering practice. Safety precaution measures will be undertaken during this work to avoid

injuries.

E) BOREHOLE PROTECTION AND DISINFECTION

E1) BOREHOLE POLLUTION

The Contractor will take maximum care to avoid the physical, chemical or bacteriological contamination

of the borehole water during construction. If water is polluted due to the Contractor’s neglect during

construction, the Contractor will be obliged to carry out all the necessary operations, at the Contractor’s

cost, to redeem the borehole from such pollutants. This may occur especially where mud or bentonite is

used as the drilling fluid and water for mixing these drilling agents is drawn from already polluted surface

water sources.

E2) BOREHOLE DISINFECTION

Once the borehole has been completed and tested, the Contractor will sterilize the borehole with a

chlorine solution yielding at least 50 mg/l of active chlorine in all parts of the borehole. The chlorine

solution may be prepared from calcium hypochlorite, sodium hypochlorite or gaseous chlorine. The

chlorine solution should stay in the borehole for at least four hours at the specified concentration.

E3) WATER SAMPLES

The Contractor will take two water samples for laboratory analysis after completion of the long pumping

test. One sample will be used for physical and chemical analysis in the following two groups:

(Group1: Electrical conductivity, pH, Turbidity, Faecal Coliform and Residual Chlorine).

11

(Group2: Arsenic, Chloride, Fluoride, Nitrate/Nitrite, Sulphate and Total Coliform )

Samples should be put in a clean and properly sealed and labelled (GPS coordinates, date, State, County,

Payam and Boma) plastic or glass container. Another sample for bacteriological analysis should be

collected in three sterilized and properly sealed containers. The volume of each container should not be

less than 100 ml. All samples should be handed to a certified laboratory as soon as they are taken. A

certificate of water quality should be attached to well completion report. It forms part of the precondition

for payment.

E4) SAND PARTICLE CONTENT

The water drawn out of the borehole will be deemed unacceptable if it has a sand particle content of more

than 5 g/m3.If the water is deemed unacceptable, the Contractor will make all necessary adjustments to

the borehole structure, at the Contractor’s expense, to meet this specification.

F) BOREHOLE COMPLETION

F1) BOREHOLE LOG

The contractor has the responsibility to submit accurately completed borehole logs with the available

information including GPS, well development results, test pumping results, photographs, well design,

hand pump installation data, static water level, total well depth, dynamic water level and the date of

starting and completion of the well, type of hand pump installed, etc. The contractor also has the

responsibility to submit complete logs for dry boreholes that are not successful. Two copies of complete

borehole logs will be provided by the contractor to Pact. One copy will be handed over to the MWRI data

base by Pact. Borehole logs must be entered to the correct understanding of the Site In-charge. The Site

In-charge must sign in their full names clearly. Any slovenly completed well log will be rejected by Pact

and payments for such boreholes will be withheld until the contractor corrects the log at their own cost.

Contractors must avoid whitewashing and crossings on the final well logs submitted to Pact as such logs

will lose their authenticity.

F2) PAYMENT

The contractor will be paid for all successful wet boreholes once the Pact Borehole Log form has been

verified and accepted by Pact. Payment schedules will be specified in the Contract. The final payment

will be made after a defect liability period to ensure the quality of work. The final payment will

be ten percent (10%) and will be paid after a defect liability period of two (2) months from the

completion of the project. At the end of the liability period, quality will be assessed by a Pact

designated staff. In the event that defects arise and the contractor fails to make repairs, the

retention money will be used to have the same done by a third party.

In-line with standard practise across South Sudan, no payments or percentages thereof will be

paid for dry boreholes. Offerors will be expected to perform their own comprehensive

hydrogeological/geophysical survey prior to the commencement of drilling.

_______________________________________________________

Offeror’s Signature Date

12

13

Section 5: Bill of Quantities

SN Description Cost for 1 ( One) BH in USD

Cost for (4) BHs in USD

I. Drilling of borehole, installation of hand pump

1 Mobilization of materials, plant & equipment and labour

2 Perfroming geophysical analysis in the Pact pre-identified location using geo-eclectrial techniques to find the best location for borehole siting in coordination with Pact and and local stakeholders

3 Drilling of production borehole in all geologic possible environments to a minimum diameter of 6" and to an acceptable minimum depth of water column approved by the Pact field supervisor. Average total depth of well is expected to be 90 m.

4 Installation of PVC plain casings with a 103 mm (4 '') internal diameter for total depth of well except where screen casings are installed. There should be at least 3m of 103 mm internal diameter PVC plain casing at the bottom of each well.

5 Installation of screen casings with an internal diameter of

103 mm( 4'').

6 Install India Mark II Extra deep wells for SWL below 45m depth. The relevant cylinder, chain other spare parts should be provided to communities.

7 Installation of filter pack in annular space between casing and borehole wall usingan appropriate method that does not allow for bridging. The filter pack material should be clean material from river beds consisting of particles with a diameter of 5-7mm. The depth of the filter pack should allow for 20% settlement above screen casings and have a cover to separate it from the sanitary seal. For average borehole with diameter of 8" and 5.5" PVC casings with thickness of 6.5mm to a depth of 50m the average amount of filter pack is estimated in cubic metres.

8 Installation of required inert backfill. For average well to specifications above the volume of inert backfill is 1 cubic metre.

9 Developing of borehole by airlifting for a minimum of 3 hours

until a stabilized satisfactory yield is reached and the

turbidity is less than 5 NTU

10 Performing a minimum 4 hour constant rate test and 2 hr recovery test to determine minimum yield. Yield, draw-down and recovery data are to be reported on standard borehole log. The test is to be conducted below the depth of pump delivering minimum 3000 liters per hour at the installation depth.

11 Clean and disinfect the borehole with hypochlorite calcium Solution 50mg/liter according to the calculated volume.

12 Construction of hand pump apron and drainage canal with a

14

minimum length of 6m

13 Completion of preliminary borehole report submitted within one week of completion of borehole, including geophysical testing analysis, population, GPS coordinates, casing details, filter pack details, constant rate testing procedures and results, recovery testing results, yield, draw-down, borehole lithology, depth, diameter, SWL, DWL, pump cylinder installation depth and hand pump type, stakeholders signatures, during and after drilling photographs, spare parts and tool kits list and acknowledgement notes, community contribution.

Sub-total of development, test pump and reporting

14 II. Spare parts and tool kit provision

Fast moving Spare parts provided for each borehole drilled

India Mark II fast moving spare parts kits

Spare part kit including [Hex Bolt (M12 x 1.75 x 40) - 4 Nos.,

Hex Nuts (M12 x 1.75) - 8 Nos., High Tensile Hex Bolt (M10

x 1.75 x 40) - 1 No., Nyloc Nuts M10 - 1 No., Handle Axle

SS - 1 No., Washer (4mm thick) for Axle 1 No., 7.Bearing

(6204 Z) - 2 Nos., Spacer (MS) - 1 No., Chain with Coupler -

1 No., Bolt for Front Cover - 1 No.. Nitrile Rubber Cup

Washer - 4 Nos., Nitrile Rubber Sealing Rings - 6 Nos.,

Rubber Seating (Big) - 1 No., Rubber Seating (Small) - 1 No.] kit 13

3m GI Riser pipes diameter 11/4'' - 3 pieces

3m GI Connecting rods - 3 pieces

Grease - 1kg

Sub Total Fast moving spare parts …………..

India Mark II Special Tool Kit

Tool kit including [Self Locking Clamp for Riser Pipes - 1

No., Connecting Rod Vice - 1 No., Pipe Lifting Spanner - 3

Nos., Water Tank Pipe Lifter - 1 No., Crank Spanner (17 x

19) - 2 No., Connecting Rod Lifter ‘T’ type - 1 No., Handle

Axle Punch - 1 No., Chain Coupler Supporting Tool - 1 No.,

Rod Coupling Spanner - 1 No., Bearing Mounting Tool - 1

No., Toolbox - 1 No.]

15

Sub Total Special tool …………………….

India Mark II Standard Tool Kits ( 1 set for four boreholes drilled)

1 Spirit Level - 1

2 Die set for 32mm NB pipe - 1

3 Pipe wrench, 450mm - 1

4 Pipe wrench, 600mm - 1

5 Double ended open jaw spanner M12xM19 - 2

6 Adjustable spanner 250mm - 1

7 Screw Driver, 300mm - 1

8 Screw Driver 150m long - 1

9 Hacksaw with blade, 300m & six(6)spare blades - 1

10 File, late for use on metal,250mm with wooden handle - 1

11 Half round file,50mm with wooden handle - 1

12 Ballpein hammer with handle (1kg.) - 1

13 Oil Can, pressure type = pint with oil - 1

14 Wire Brush with wooden handle - 1

15 Centre punch - 1

16 Nylon rope 3mm thick - 7500mm

17 Multipurpose Grease - 1/2 kg

Sub Total Standard Tool Kits ………….. -

Total of spare parts and tool kit provision

Estimated cost for 4 boreholes

Estimated cost per borehole