Free Statement of WorkTemplate - Save the Children



STATEMENT OF WORK (Drilling and installation of hand pump )Issued toOrganization NameStreet AddressCity, State, Attn: Name, titleemail addressIssued BySave the Children Ogoja, Cross River State ContentsIntroduction2Background Information2 Current Environment 2Environmental impact of construction works2Goals and Objective2Convid-19 Construction guidelines3Scope of Work3Period of Performance 5Applicable Standards 5Vendor Responsibilities 8Save the Children Responsibilities 8Points of Contact11Acceptance1120th April, 2020IntroductionSave the Children is seeking to drill and install Hand Pumps in 10 LGA of Cross river, Benue and Taraba state of Nigeria, as part of the 2020 WASH project plan to deliver water supply projects for Cameroonian Refugees and host communities. Background InformationThe quest for self-determination by the Anglophone regions of the Republic of Cameroon created a humanitarian crisis leading to the movement of several persons in that region across the border to neighbouring communities in Nigeria. As at 31st December 2019, a total of 51,723 refugees have been registered. These consisted of 27,963 (54.1%) females, 23,760 (45.9%) Males. The Cameroon refugees are predominantly in the Nigerian border states of Cross River (35,963/69.5%), Taraba (8,189/15.8%) and Benue (7,026/13.6%). The UNHCR has developed 4 settlements which are hosting 24,546 (47.5%) of the refugees. The Adagom, Okende and Adagom 3 settlements in Ogoja LGA of Cross River are hosting 12,221, 4,206 and 1,791 refugees respectively while the Ikyogen settlement in Kwande LGA of Benue State is hosting 6,328 refugees. The other 42.5 % of refugees are in various host communities. With the arrival of refugees in most communities, the basic social services such as schools, healthcare and WASH facilities have been further stretched. In our efforts to address these challenges, UNHCR, other UN agencies and implementing partners are supporting governments to provide and improve basic social services for refugees and host communities. In response to the growing need to improve the health of refugees and host communities, in 2020, Save the children international (SCI) will collaborate with partners in other sectors in the delivery of the WASH intervention with special attention on the host communities with refugee populations above 1000. Specifically, the intervention will establish and strengthen relationships with the education, health and protection partners to deliver an inclusive and integrated water, sanitation and hygiene response in schools and Primary Health centers. SCI will work with the relevant existing government institutions to enhance collaboration and sustainability of the response in settlements and host communities with high refugee concentrations.The overall goal of the project is the transformation of essential basic Water and Sanitation services in refugee settlements (Adagom, Ukende, Ikyogen) with increased focus on communities currently hosting refugees in selected 7 LGAs of Cross River State (Ikom, Boki, Etung, Ogoja, Calabar Municipal, Akamkpa, Obalinku ), Benue state (Kwande LGA) and Taraba State (Takum and Sardauna LGAs) into a sustainable model that will gradually integrate into the government service delivery. Current EnvironmentAL/SITE CONDITION – LIMITATIONS AND ADVANTAGESThe states Cross River, Benue, Taraba have road access bordering them from the neighboring states. All locations have good road access from the city centers but some may be marred during the raining seasons. The facilities are hand pump drilled boreholes powered by Mark III hand pumps. Most of this locations are in health facilities or schools and don’t currently enjoy water for use. EnvironmentAL IMPACT OF CONSTRUCTION WORKSThe Contractor’s adherence to environmental guidelines will be closely monitored by the Engineer, and any infringement by the Contractor may render unacceptable the particular portion of the Works to which it applies. Care must be taken in the handling and storage of all drilling fluids, oils, greases and fuel on site, to avoid any environmental degradation. The Contractor shall dispose of any toxic materials, drilling fluid and other additives, cuttings and discharged water in a manner approved by the Supervising Engineer so as not to create damage to public and private property. The Contractor shall be responsible for clearance of the site required for satisfactory completion of the works. On completion of the works, the contractor shall reinstate ground surfaces affected by the works as soon as is practicable after completion of the construction works at each site. All surfaces within the working area or other areas by the contractor shall be reinstated to a condition and in a manner which is similar to and or no worse than the original surfacing.existing site infrastructureMajor physical infrastructures existing in the LGA capital town include: electric supply service from hydropower or generator source, telecommunication service, postal service, and micro–finance institutes, asphalt and gravel road network. Goals and ObjectivesThe project aims to provide essential WASH services for 20,000 beneficiaries by providing WASH facilities, promoting hygiene, building local capacity and ensuring gradual integration into government provided services. The project will also ensure that refugees in settlements and individuals in host communities across?LGA’s are able to attain self-reliance, have sustainable access to the services and reduce pressure on the host communitiesCONVID – 19 CONSTRUCTION GUIDELINES (ACTIVE SITE MANAGEMENT)The Vendor or contractor should Impose strict hygiene procedures in line with guidance from WHO for site workers and site conditions including hand washing stations and strict management of the hygiene conditionsAs required by law, and site safety, labourers should be wearing appropriate construction PPE. Construction gloves, surgical gloves and masks are recommended for construction workers. This is contractor’s responsibility to comply and provide, however if SCI may be able to support due to shortages. Consider cashless payments/wages to the construction workers where rmation campaigns should be put in place with hygiene training to all site workers(weekly)Contractor to take non-invasive temperature of all site workers with thermo scannersEnsure the site is cleaned, no trash, no refuseWorker rest areas and latrines, must be sanitized regularly with chlorine / bleach solutionRecommended Social Distancing must be enforced as much as possibleControl entry and exit to site. Only essential staff, in line with government regulationsThis also cover deliveries and sub-contractors tooScope of WorkAccess to LocationThe sites are located in different areas of (Ikom, Boki, Etung, Ogoja, Calabar Municipal, Akamkpa, Obalinku LGA) Cross River State, (Kwande LGA) in Benue state and (Takum and Sardauna LGAs) in Taraba State. The contractor is advised to visit and examine the site of work and its surrounding and obtain for him/herself on his/her own responsibility all information that may be necessary for preparing the cost and entering in to the contract. The cost of visiting the site shall be at the contractor own expense. NoProject nameLocationSpecific sites Average Distance from the LGA capital town 1Construction of Installation of hand pump at PHC Osomba, Akamkpa LGA, Cross River StateAkampka PHC Osomba32km2Construction of Installation of hand pump at Government Secondary School, Akor, Akampka, Cross River State. AkampkaGSS Ako community50km3Construction and Installation of hand pump at Grass field Primary School, Ikom, Cross River StateIkomGrassfiled Primary School, IkomWithin the city4Construction and Installation of hand pump at PHC IKOM, LGA, Cross River State.IkomPHC IkomWithin the city5Construction and Installation of hand pump at GOVERNMENT PRIMARY SCHOOL, ETUNG, CROSS RIVER STATEEtungGPS Ajassor9km6Construction and Installation of hand pump at PHC BAUSHA, BOKI, CROSSRIVER STATE BokiPHC Orimekpang45km7Construction and Installation of hand pump at BORDER SECONDARY SCHOOL OBANLIKWU, Cross River State. ObanlikwuAmana27km8Construction and Installation of hand pump at NKST AHONDU PRI SCHOOL, IKYOGEN, KWANDE, BENUE STATEKwandeIkyogen60km9Construction and Installation of hand pump at Demonstration Primary School Gembu, Taraba StateSardaunaGembu6kmDescription of work aspects Under the guidance of SCI Ogoja WASH team, the selected contractor must perform in a satisfactory manner, the drilling of 9 boreholes to be installed with Indian mark III hand pump. However, the Engineer will determine what type of hand pump to be installed base on the site conditions or context. Construction of apron at locations determined and /or to be determined through the geophysical survey conducted by the same driller. Ground water Investigation 1.2Geophysical survey has not been carried out to identify the drilling sites (this will be done by the same contractor who conduct the drilling). The contractor must perform sitting in collaboration with Save the Children Ogoja office to ensure community involvement. The contractor will conduct topographical and Hydrogeological surveys, prior to construction of new water facilities for sitting boreholes in the exact location with the highest groundwater potentials. The data obtained will inform the drilling site and design. The contractor should conduct geophysical investigation (10 points per borehole) using Vertical Electrical Sounding (VES) or Electrical Resistivity Tomography (2D ERT), or electromagnetic methods where appropriate depending on the profile of the terrain, sites that would require a combination of the two techniques Vertical Electrical Sounding (VES) and electromagnetic methods are indicated on the BOQ. Drilling Stipulations A. Drilling of borehole in all geological possible environment toMinimum internal diameter BOREHOLE (100mm DIAMETER). The contractors applying will quote in the Bill of Quantity taking in consideration that the borehole depth can vary and SCI will not make any payment beyond this quoted amount, independently of the drilling depth beyond 60 meters that the selected contractor need to undertake in order to meet the design specification in terms of yield. Borehole drilling and construction will be supervised by the SCI WASH Officer and an officer form the Water Department Officer (RUWASSA) who will have the final authority in making technical decisions to the contractor. The contractor shall ensure that the drilling rig to be used must have the capability of drilling beyond the anticipated depth by 30%. Cuttings (min. 100 grams) of the strata penetrated shall be collected on site at every 2- meter interval or every drill pipe; whichever gives the smallest interval and when required by SCI supervisor, by whatever method is standard for the drilling technique in use and approved by the Supervisor. The Contractor shall take every possible precaution to guard against cutting contamination. Representative lithological samples shall be packed in sealed containers and with clear marked labels covering the borehole location, number and depth interval. The samples shall be stored in a location where they will not be contaminated by site conditions or drilling operations. The contractor shall ensure that the materials supplied are of good quality, adhering to the specifications provided in this Contract and in the Bills of Quantities. SCI will not authorize the installation or utilization of any material that is not in line with the requirements established in the Contract and in the Bills of Quantities. The selected contractor will supply and install U-PVC, class 10, drinking water standards, non-toxic plain casings with a min 100mm internal diameter There should be at least 3m of plain casing as well as a sump/plug at the bottom of each well. The contractor should ensure verticality of the casing installed. The contractor will supply and install U-PVC, class 10, drinking water standards, and non-toxic plain screen casings with an internal diameter of 100mm (5'') and 6.7 mm thickness and with a slot size between 0.5mm to 1mm. The quantity/length of screen casings to be installed in the borehole will vary respectively to the soil/aquifer formations. The contractor will supply and install filter gravel pack which is clean, uniform and of approved quality collected from river beds consisting of particles with a diameter of 1- 5mm. The volume of the filter pack required must be calculated taking into account the length of the screened area and an additional 50% to allow for settlement above screen casings, and the annular space between the borehole and the external diameter of the casing. The installation of the filter pack should be done with the aid of a tremmie pipe to ensure an even distribution of materials and to reduce the risk of materials bridging in the annulus. The use a funnel (sheet metal, plastic sheet or pipe) and flowing water shall also be accepted as a method of passing the gravel through the annular space between the casing and the sides of the borehole. The contractor should ensure the installation of sanitary seal in the annular space between the screen casing and the borehole above the filter gravel pack to reach a minimum height of 5 meters. The sanitary seal shall consist of bentonite pellets of size between ?” and ?". The bentonite pellets shall be installed in the annular space from the filter pack using tremmie pipe system. Above the sanitary seal, the annular space shall be backfilled with cuttings extracted through drilling up to 3 meters deep below the ground level. The sanitary top seal in cement grout, corresponds to the first 3 meters below the surface. Including 2m of bentonite pellets and 1m of grout at the surface. If the contractor cannot Page 3 of 6 supply the bentonite pellets, a written request should be sent to SCI providing the justification and the specifications of an alternative sealing and plugging material in order for SCI to approve its installation. The boreholes must be developed by airlifting for a minimum of 4 hours until a stabilized satisfactory yield is reached and the turbidity is less than 5 NTU. Step draw down pumping test should be conducted by the contractor for a minimum of 8 hours considering 4 step with different yield (Qmx/5, Qmx/3, Qmx/2 and Qmax) and a recovery step. Each test should last a minimum of 1.5 litres per seconds. In addition, 4 hours’ constant pump test should be conducted by the contractor using the optimal yield identified during the step draw down test. Recovery test will be for one hour or such time when there is at least recovery of 80% of the static water level noted at the start of the pump test. Step draw down, constant pump test and recovery data should be reported on the borehole log and should contain at least: Date of Test (Day, Month, Year); Depth of BH at time of test (m); Static Water Level (SWL) before test (m); Type of Pump used; Depth of Pump Intake (m); Discharge (Litres/Minute); Dynamic/Pumping water level (m). SCI’s supervisory staff should be informed, in writing (email), at least 24hr before the scheduled time for carrying out of the pumping test. The procedure should be discussed and agreed by both parties (SCI and contractor) before the contractor could initiate the pumping test. After a successful completion of drilling and water testing, the borehole should be thoroughly disinfected with a chlorine-rich solution, preferably granular Calcium Hypochlorite (HTH) or Sodium Hypochlorite at a concentration of 500 grams per cubic meter of pack. This will initiate the process of sterilizing the borehole and the chlorine solution should stay in the well for at least 4 hours at the specified concentration, leaving a concentration of residual chlorine of 50 milligrams/litres (as per WHO standards). The disinfection procedure shall be discussed with SCI’s supervisory staff in order to seek approval. The contractor shall construct a concrete platform for each successful borehole carrying out the following activities in order; Excavate square pit 760x760x400mm deep around casing pipe, Place stand assembly (pedestal) over casing pipe, ensuring third leg (corresponding to the water tank spout pipe position) faces the proposed direction of the drain, Ensure the pedestal is vertical, construct concrete in layers of 100mm up to top of legs, Cover stand assembly with the cover plate and, level the ground around the pump pedestal, Lay the mild steel shuttering (moulds) and cast platform in mass concrete (mix 1:2:4/20mm aggregate) conforming to the dimensions and other specifications indicated above, Cure concrete for 3 days and protect it from evaporation (using gunny bags, thorny bushes etc), Plaster platform and drain in cement screed (mix 1:3) to a smooth finish, then engrave the borehole details provided by the Supervisor for Save the Children UK Nigeria on the platform as instructed. The contractor will supply and install Indian Mark III pumps or as may be recommended by the Supervisor for Save the Children Nigeria. The contractor will coordinate with the SCI WASH in Ogoja for the collection of samples of water from the borehole for full physical, chemical and bacteriological analysis of the water to ascertain its suitability for human consumption. The Results need to be submitted in the Federal Government of Nigeria Drinking Water Quality Monitoring Report Form, dully filled and signed by the authorized authority. Results will be compared with the national water standards and guidelineThe contractor will provide the original copy of Borehole Completion Record Certificate in the approved form, dully completed and signed by the Cross River Water Board Upon completion of the borehole, the selected contractor should submit a report of the borehole drilling in which all the relevant information and drilling velocity, well casing and other well construction operations will be recorded. The contractor will also annotate all information pertaining to the appearance of water filtrations and aquifer, types of rock found and sampling details including geophysical testing analysis, drilling lithology log, sieve analysis, GPS coordinates, casing details, filter pack details, constant rate testing procedures and results, recovery testing results, yield, draw-down, disinfectant calculations and procedures, pump cylinder installation depth and water quality analysis Period of PerformanceThis construction contract will last for 3 weeks from the date of contract signing and award.Applicable StandardsThe contractor shall provide onsite, facilities for cutting and welding whether he is ordering his metal sections already cut or not and shall ensure that a token amount of straight bar is available on site for inspection when directed by the EngineerWorkmanshipGenerally, provide works to required dimensions and finishes.During fabrication and Placing, secure wedges and other adjusting devices against movement and maintain watching to ensure no movement occursContractor’s ResponsibilitiesIncludes but not limited to;The Contractor shall adhere strictly to quality and quantity specifications in the Bill of Quantities in the discharge of this contractThe Contractor shall not sublet any part of this contract to any other company without a written approval from Save the ChildrenThe Contractor shall complete all milestones within specified timelines.The contractor shall ensure that all safety procedures are carefully adhered to, to ensure no accident/incident occurs as a result of negligence. EXPERTISE REQUIREMENTS AND QUALIFICATIONS: For Groundwater study (Geophysical investigation/ survey) and Borehole drilling/installation by the Drilling Company composed of the following key experts. Technical Managers (Team leader)The technical team should have a Bachelor’s degree (preferably Master’s degree) in Hydro geologist/ Drilling, Geo-technical, Water Engineer, with at least ten (10) years of professional experience and at least five (5) projects in the planning and design of ground water development; as well as Team or Deputy Team Leader of at least three (3) projects of similar nature. Study team members (Technical personnel) The team of the study should be comprising of various disciplines of Hydro geologist / Geologist Civil/Structural EngineerWater Engineer / Electrician /Technician each as team members and should have Bachelor’s degree, with at least Seven (7) years of professional experience and at least four (4) projects in the field of Hydrogeology study and drilling experience. Points of ContactTewolde Birhanu (WaSH Manager) email; tewolde.birhanu@Aniekan Akiki (WASH Coordinator) email; aniekan.akiki@AcceptanceDate: _______________________________ By initialing each page and signing below, I _________________________________, in my capacity as _____________________________________, of ____________________________________ agree to and accept the terms set forth in this Statement of Work.(Insert Name of Organization) By:_____________________________________ Signature ______________________________________ Printed Name and TitleAPPROVALAniekan AkikiTewolde BirhanuWASH COORDINATORWASH MANAGER ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download