county government of busia department of … · environment policy statement for dwenr the...

14
COUNTY GOVERNMENT OF BUSIA DEPARTMENT OF WATER, ENVIRONMENT AND NATURAL RESOURCES P.O BOX 392-50400 BUSIA (K) DRILLING, DEVELOPMENT, TEST PUMPING, AND WATER QUALITY ANALYSIS FOR: BOREHOLE NAME: JOSEPHAT ERONI OPALA AMUKURA WEST WARD TENDER NO.--------------------------- 2015/2016

Upload: hoangdieu

Post on 09-Feb-2019

213 views

Category:

Documents


0 download

TRANSCRIPT

COUNTY GOVERNMENT OF BUSIA

DEPARTMENT OF WATER, ENVIRONMENT AND NATURAL RESOURCES

P.O BOX 392-50400

BUSIA (K)

DRILLING, DEVELOPMENT, TEST PUMPING, AND WATER QUALITY ANALYSIS FOR:

BOREHOLE NAME: JOSEPHAT ERONI OPALA

AMUKURA WEST WARD

TENDER NO.---------------------------

2015/2016

EVALUATION CRETARIA

A. MANDATORY REQUIREMENTS

1. Copy of certificate of incorporation/Registration

2. Copy of Valid Business Permit from Busia County (Valid at the Time of

Evaluation)for the last (3)three months

3. Copy of Tax Compliance (Valid at the Time of Evaluation)

4. Copy of KRA PIN Certificate

5. Utility bills from Busia County

6. Tender Documents must be serialized/Numbered.

B. TECHNICAL SCORE

Technical score shall be determined by

1. Past experienced

2. Organization structure of the company

3. Past successful works undertaken for the County Government

C. FINANCIAL SCORE

The formulae to determine the financial score shall be determined as follows;

FS=100 ×FM / F

Where FS- Financial Score

FM- Lowest Responsive Priced Bidder

F – The price of the bidder in consideration

D. COMBINED TECHNICAL AND FINANCIAL SCORES

S = TS × T% +FS×P%

S- Means Combined and Technical Score

TS- Technical Score

FS- Financial Score

Weights technical 0.80

Financial P – 0.20

ENVIRONMENT POLICY STATEMENT FOR DWENR

The Department of Water, Environment and Natural Resources (DWENR) is committed to

ensuring the provision of water and sanitation services within its area of jurisdiction in an

environment friendly manner.

The Department of Water, Environment and Natural Resources shall conform to environmentally

sound practices by adhering to the applicable legislations, guidelines, prevention of pollution and

continually improve its management systems.

The Department of Water, Environment and Natural Resources shall integrate environmentally

friendly management practices in:

1) Designing and developing of water and sanitation facilities

2) Construction and monitoring of water and sanitation service provision

3) Regular reviews of objectives, targets and programmes for continual improvement of

its EMS.

The Department of Water, Environment and Natural Resources shall promote environmental

awareness participation and commitment to environmental management in all its practices

DWENR/COUNTY WARD DEVELOPMENT PROJECTS 2015-2016

Contract Agreement

CONTRACT No…………………………………………………

This AGREEMENT made on the …………………………………………………..day

of……………………………….2015

BETWEEN the CLIENT (HEREIN AFTER CALLED “DWENR”) on the one part,

And……………………………………………………………………………………………….he

rein after called the

“Contractor” on the other part, WHEREAS DWENR is desirous that certain

Works should be executed by the contractor, viz………………… at a consideration of the sum

of Kshs……………………………

And has accepted a tender by the contractor for the execution and completion of

Such works to the satisfaction of the Engineer and the remedying of any defects therein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS.

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the conditions of contract herein after referred to:-

2. The following documents shall be deemed to form and be read and construed as part of

this Agreement Viz:-

(a) The letter of acceptance

(b) The said tender

(c) The conditions of contract

(d) The specifications

(e) The drawings

(f) The bill of Quantities

3. In consideration of the payments to be made by DWENR to the Contractor as herein

after mentioned, the contractor hereby covenants with DWENR to execute and complete

the works and remedy any defects therein in conformity in all respects with the

provisions of the contract in consideration of the execution and completion of the works

by the contractor.

DWENR hereby covenants to pay the sum of

Kshs………………………………………………………………………………………………

……………….. (In words) in

Figures ………………………………

Herein after referred as the “contract price” or such other sum as shall

Become payable hereunder the day and the year first about

Written …………………………………………….

Signed for and or on behalf of: Signed for and or on behalf

THE CHIEF OFFICER

DWENR DATE……………………

BUSIA

DATE……………………………..

CONTRACTOR’S WITNESS

NAME…………………………………….

ID NO…………………………………….

SIGNATURE……………………………

PREAMBLE AND SPECIFICATIONS FOR THE CONSTRUCTION OF HAND

DUGWELLS

1.0 PREAMBLE:-(SCOPE)

(a) The construction of the dug well shall be made according to the drawing or as per the

Engineer’s instructions.

Development of the well comprises digging, lining, packing, sealing and installation of

the cover slab, apron slab, and drainage channel slab and hand pump.

(b) The required depth of the dug-well shall be instructed by the Engineer but the water

column of the completed well must be 3M or more preferably in the dry season.

(c) Payment may vary per 0.1M of depth and nature of soil formations. i.e.

Normal soil and problematic formations.

1.1 SPECIFICATIONS

1. The annular space round the entire dug well shall be packed with 20mm

clean ballast up to 0.5-1.0M above the static water level (SWL)

2. Filter media on reservoir bed shall comprise hardcore, ballast 12-20mm in

layers not less than 75mm.

3. The top 3M of shaft lining shall be sealed off with appropriate sealing

water proof media and no porous lining shall be used in this region.

4. The sub-base shall be made from properly crushed, compacted clay or

murrum pack to the engineer’s satisfaction. Hardcore may be used as an

option.

5. The culverts shall not lean and the contractor shall ensure plumpness of

the same

6. Screen culverts shall be placed from bottom of the well until 0.75-1m

above static water level

7. Reinforced concrete culverts of mix 1:2:4 to be used and 1:1:4 for screen

culverts.

8. Disinfection of the well upon completion shall be done by the contractor.

9. The depth of the dug well shall be in meters (M) measured from the

finished slab/apron level of the well. The water column shall be measured

after 48 hours of installing the cover slab, prior to any pumping.

10. Contract for the execution of works on a dug well will include hand pump

provision and include installation and/ or removal

11. Additions/revisions to the specifications may be communicated to the

contractor in writing during construction

12. Pumps procured shall be inspected by the Sub County Water officers

before installation

13. The extension of time shall only be granted following stoppages

occasioned by reasonable grounds agreed upon by both parties

beforehand.

1.2 CONDITIONS

1.2.1: Environmental Aspects and Mitigation

As Attached

1.2.2

1. Where the contractor fails to complete the well as recommended, he will only be paid

mobilization costs as determined by the Engineer and the contractor shall retrieve/ dispose

his materials

2. If the failure results from wrong instructions from the Engineer, the contractor is entitled

to appropriate payments as per Engineer’s rates. (BQs)

3. The contractor shall hire/provide the required skilled labour and be responsible for their

necessary insurance cover and taxes including social taxes.

4. For good corporate image unskilled labour shall/should be provided by the local

community

5. The contractor shall provide all materials i.e. hardcore, sand and fencing poles. He will be

responsible for the quality of the materials, ensuring that it meets the acceptable and

approved standards. In the case of unacceptable materials the contractor shall replace

with suitable.

6. The defect liability period will BE 3 MONTHS FROM THE DATE OF COMPLETION.

7. Retention money shall stand at 10% of the contract sum

8. Interim payments shall be limited to a maximum of 30% of the contract sum (Per

milestone achieved). Except for down payment where applicable, all the payments shall

only be made after official certification.

9. The contractor hereby agrees and certifies that:-

He has made site visits to the site of work and counterchecked the works

involved prior to tendering.

He has studied the contract document and is satisfied with the description

of works and thus understands perfectly the works to be done as specified

and implied in the execution of the contract.

He will submit a schedule of works within one week of contract award to

facilitate proper supervision by the client. He in addition will keep an

updated site diary open to inspection by the client’s representatives.

He shall repair/correct at his own cost any defects due to poor

workmanship and/ or material quality both during construction and

guarantee period (3 months).

He has the financial ability to complete the works. (Avail recent bank

statement for the last 3 months)

10. This contact is binding between the parties and breach in part or whole may cause

cancellation of this Agreement and recovery of costs including the costs of the suit for

damages.

11. The parties shall use their best efforts to settle amicably all disputes arising out of or in

connection with this contract or its interpretations.

12. Any dispute between the parties as to matters arising pursuant to the contract that cannot

be settled amicably within thirty days receipt by one party of the other parties request for

such amicable settlement shall by either party for settlement in accordance with the

procedure set in the arbitration of the law of Kenya.

13. The DWENR shall terminate the contract by not less than thirty (30) days written notice

of termination to the parties to be given after the conditions above are not met.

If the DWENR, in its sole discretion decides to terminate the contract.

Signed by Contractor.

Name…………………………………………………..

I.D. No…………………………………………………..

Address………………………………………………….

………………………………………………………………..

Signed By Sub County Water Officer

Name…………………………………………………….

Signature…………………………………………….

Date………………………………………………………..

Signed By Chief Officer

Name………………………………………………..

Signature………………………………………..

Date………………………………………………….

DWENR

Signed by or on behalf of the Ward Administrator

Name……………………………………………………………………..

Signature……………………………………………………………..

Date………………………………………………………………………..

2.0 TENDER

NAME OF CONTRACT………………………………………………………………………...

………………………………………………………………………………………………………

TO: DEPARTMENT OF WATER, ENVIRONMENT AND NATURAL RESOURCES

………………………………………………………………………………………………………

………………………………………………………………………………………………………

………………………………………………………………………………………………………

(Name of Contractor, Address and Telephone Number)

1. Having examined the drawings, conditions and conclusions of the tender,

specifications, schedules and bills of quantities for the works described in this

document, we the undersigned, offer to construct, complete and maintain the whole

of the said works in conformity with the said drawings, conditions, Bill of

Quantities, specifications and the appendices hereto for the sum of:-

Kshs………………………………(amount in figures).

(Amount in words)

………………………………………………………………………………………………

………………………………………………………………………………………………

Such other sum as may be ascertained in accordance with the said conditions.

2. We undertake once our tender is accepted, to commence works within seven (7)

days of receipt of the Engineer’s order to commence and to complete and deliver the

whole of the works comprised in the contract within 45 days calculated from the last

day of the aforesaid period in which the works are to be commenced.

3. This agreement is binding between the parties.

Name ……………………………………………………………………………………………..

I.D. No……………………………………………………………………………………………

Signature ……………………………………………………………………………………….

Date. ……………………………………………………………………………………………

Address………………………………………………………………………………………….

……………………………………………………………………………………………………..

Contractor’s witness

Name……………………………………………………………………….

I.D. No……………………………………………………………………..

Signature………………………………………………………………..

Address…………………………………………………………………..

………………………………………………………………………………..

BILLS OF QUANTITY FOR DRILLING, DEVELOPING AND TEST PUMPING

BOREHOLES

DRILLING, DEVELOPMENT, TEST PUMPING OF BOREHOLES

Item

No. Item description Units Qty

Rate

(Kshs)

Amount

(Kshs)

BILL NO. PRELIMINARY AND GENERAL ITEMS

Contractor’s mobilization/Preparation

1.1 Mobilization and demolition of contractor’s plant and

equipment includingErecting and dismantling of

contractor's borehole plant and equipment but not limited

to drilling units, test pumping equipment, borehole

development equipment, materials, personnel and other

required supplies.

LS 1

1.2 Allow for costs for providing water for all requirements of

the contract, field, camp etc.

No. 1

1.3 Allow for costs for application and obtaining an

authorization to drill permit from WARMA

site 1

1.4 Allow for costs for EIA REPORT/ Permit. site 1

TOTAL OF BILL NO. 1 CARRIED TO SUMMARY PAGE

2

Borehole Drilling works

2.1

Allow Provisional Sum for carrying out hydro geological

survey /investigations (Note: contractor takes full

responsibility of the overall results of this item hence

ensuring successful borehole)

Sum

1

2.2

Drill 1No. Borehole 216mm dia, approximate depth of

120 meters. Rate to include for logging of drill cuttings as

per employer's requirements

m 120

2.3 Supply and installation of 152mm (6”) internal diameter

plain UPV Class D casings as per the Employer's

requirements.

m 90

2.4 Supply and installation of 152mm (6”) internal diameter

UPV Class D screens as per the Employer's requirements.

m 30

2.5 Supply and install approved gravel pack. The rate to

include for the introduction of 500g/m3 of calcium

hypochlorite disinfectant

m3 5

2.6 Development of the boreholes. Rate to include installation

and removal of necessary plant.

m 120

2.7 Test pumping and recovery measurements including

installation and removal of test pumping equipment. (Test

pumping for 24hr and recovery measurements for 12hr)

hr 36

TOTAL OF BILL NO. 2 CARRIED TO SUMMARY

PAGE

3

FINISHING WORKS

3.1 Concreting of cover slab

m3 1

3.2 Allow costs for collecting water samples and carrying out

full chemical and bacteriological analysis in a reputable

laboratory acceptable to the Project Manager.

LS 1

3.3

Install a bentonite/cement grout

site

1

3.4

Preparation of borehole drilling report No 1

3.5 Supply and fix 6” borehole steel cap.

No 1

TOTAL OF BILL NO. 3 CARRIED TO SUMMARY PAGE

TOTAL CARRIED TO SUMMARY PAGE

4.1 HAND PUMP INSTALLATION

Size suitable AFRIDEV HAND PUMP supply and install under the supervision of the

Sub County Water Officer. Supply all necessary fittings, test and commission (1 No.)

SUMMARY PAGE

1 BILL NO. 1: PRELIMINARY AND GENERAL

ITEMS

2 BILL NO. 2: BOREHOLE DRILLING WORKS

3 BILL NO.3: FINISHING WORKS

4 BILL NO. 4: INSTALLATION OF SUITABLE

AFRIDEV HANDPUMP.

SUB TOTAL

5 BILL NO.5:10% ADMINISTRATION COST

6 BILL NO. 6:16% VAT

GRAND TOTAL

CONTRACT SUM( Inclusive of all Duties and Taxes)