Kurdistan Reconstruction and Development Society

Kurdistan Region of -

Request for Proposal (RFP)

RFP # 000KUR/ ER / 2020/004

(Rehabilitation the Existing Sewerage System in Darashakran Refugee camp – Khabat District - Governorate)

YOUR PROPOSAL MUST BE RECEIVED

On or Before: 31 March 2020 at 13:00HRS Iraq Time

Part 1: General Information and Instructions Part 2: Form of Tender Part 3: Agreement Form

PART 1

GENERAL INFORMATION AND INSTRUCTIONS TO BIDDER

------TABLE OF CONTENTS ------

1 SECTION 1: GENERAL INFORMATION

Note: For Bidder Review Only.

1.1 Letter to the Bidders 1.2 Introduction 1.3 Tender Time table 1.4 Bidder Visit to Work site Location(if applicable) 1.5 KURDS Visit to Bidder Facility (if applicable) 1.6 Evaluation Criteria 1.7 Minimum Requirements 1.8 Award to Successful Bidder 1.9 KURDS Acceptance/Disqualification/Cancellation of RFP

1 No return documentation required with Proposal Submission.

1 SECTION 2: INSTRUCTIONS TO BIDDERS

2.1 General Instructions 2.2 KURDS Contact for ALL RFP Communications 2.3 Binding Legal Relationship 2.4 Structure/Submission of Technical and Commercial Proposals 2.5 Illegal Brokering 2.6 Attachments-Time table for Bidder Return of Tender Submission

1 No return documentation required with Proposal Submission.

SECTION3: ATTACHMENTS

1 Attachment1–Notice of Intent

1 To be completed and returned by Email or mail before 7.March.2020.

1 GENERAL INFORMATION

1.1 LETTER TO BIDDER

Dear Bidder:

Please accept this RFP as an invitation to submit a Proposal for (Rehabilitation the Existing Sewerage System in Darashakran Refugee camp – Khabat District - ). Your Proposal shall remain valid for ninety (90) calendar days from the proposal Submittal Date and Time, unless otherwise determined at Bidder’s sole option. Please note that any contract resulting from this bidding process may be split between two or more companies. By participating in this RFP, the Bidder indicates compliance with all guidelines provided herein, as well as all respective Attachments, Annexes, Exhibits and Schedules. KURDS reserves the right to disqualify proposals submitted by Bidders which does not comply with these RFP guidelines.

Please acknowledge your intention to participate in this RFP by requesting an authorized representative to sign the Notice of Intent (Attachment 1) and forward to KURDS Bid Evaluation Committee Secretary by mail or email before 7.March.2020.

Please direct all other clarifications / inquiries regarding this RFP to the Tender Board Secretary through contact information are provided below:

Procurement Office Kurdistan Reconstruction and Development Society 2nd Floor, Kurdistan Contractors Union Building, Way, Ashti Street Duhok, Iraq E-Mail:[email protected]

As part of this RFP, KURDS makes no obligations to:

(i) Make payment to Bidder for costs incurred by Bidder in preparation of the proposal; or

(ii) Make payment to Bidder for services performed prior to contract award to Successful Bidder; or

(iii) Issue binding legal relationship between Bidder and KURDS prior to execution of an agreement.

Bidder must review all RFP documents to ensure compliance to this RFP’s technical requirements

Regards Kurdistan Reconstruction and Development Society

1.2 INTRODUCTION

Kurdistan Reconstruction and Development Society (here in after referred to as “KURDS”) call for the submission of a proposal from interested and eligible suppliers, duly registered with the Government of Iraq for the Rehabilitation the Existing Sewerage System in Darashakran Refugee camp – Khabat District - Erbil Governorate. .

TENDER TIME TABLE

Item No. Description Due Date 1 Bid Proposal Validity Period 90 calendar days from Tender Closing Date 2 RFP Closing Date and Time 31 March 2020 at 13:00 HRS Iraq Time 3 The estimated implementation period for this 90 calendar days project

1.3 BID CONFERENCE AND BIDDER VISIT TO WORK SITE LOCATION

KURDS will host a bid conference and site visit at 8 March 2020 at 11am at the camp management meeting room located at Darashakran camp at Khabat district in Erbil governorate, all relevant information regarding this bidding process will be made clear to all intending bidders, KURDS will not reply any question after the date of site visit.

1.4 KURDS VISIT TO BIDDER FACILITY (if required)

Bidder must provide access to their Facilities for KURDS to perform a non-site inspection and/or audit of Bidder’s proposed facilities, equipment and work areas during the tender process if requested by KURDS. Bidder may evaluate security measures currently in place and review the site terrain.

1.5 EVALUATION CRITERIA

1.5.1 Administrative Criteria: The following documents should be included in your Technical offer. Companies not submitting the above documents will be contacted by KURDS and asked for them. Should they fail to provide the requested document, then their offer will be disqualified:

- valid registration with the relevant Kurdistan Region Registration Authorities in Construction / Maintenance - Registration with relevant Authorities for tax. Present binding statement that the bidders pending litigation in total represent not more than 25% of the net assets. - Bidders are requested to submit with their proposals a bid bond in the form of bank guarantee or certified check for the benefit of Kurdistan Reconstruction and Development Society for an amount not less than IQD 3,000,000. The bid bonds will be returned to the bidders upon completion of the bidding process and the successful award of contract. Should the award of a contract resulting from this bidding process be made and any of the selected bidders refuse to sign the contract and withdraw from the bidding, then such bidder(s) will lose his/their right to claim the bid bond and the amount included will be the property of KURDS. Additionally, If a bidder withdraws his bid after the closing date of the tender, the bid bond will also be forfeited. - Offer will be disqualified if the bidder not attended the site visit date.

1.5.2 Technical Criteria: All submitted proposals will be evaluated based on the following criteria, but not necessarily in the sequence shown below:

- Environment, Health and Safety - Quality Assurance/Quality Control

- Technical Capabilities • Commercial Value • Exceptions to Agreement Form(if any)

However, evaluation criteria may vary depending on works/services, and specifications required by KURDS. The proposal that secures the highest combined score from technical and financial proposal will be awarded the contract.

- The award criteria will be most responsive offer with the combined highest score from technical and financial proposal. - The evaluation will be in two stages as follows:

1- First Stage :( Technical Proposals 60%)

2- Second Stage :( Financial Proposals 40%)

No. Mandatory Pre-qualification Criteria Rating 1 Certificate of Registration of the business from Ministry of Planning - renewed ID, Government of Iraq Pass/Fail 2 Tax Clearance Certificate in favor of the company for the year (2018 or 2019). Pass/Fail 3 Bid security of IQD 3,000,000 Pass/Fail

Rating the Technical and Financial Proposal (TP and FP)

Evaluation Criteria Score Financial Financial Audit for last 2 years or Bank Statement for the last 12 months 5 Average amount of implemented projects of similar kind 5 Availability of cash for the project (Bank statements) with minimum turnover 10 of 25000 USD. SUB-TOTAL 20 PERSONNEL AND FACILITIES CAPABILITIES Has the Bidder specified adequate number of qualified key technical personnel to manage the project? 10 Minimum of: 1. One Civil Engineers (at least three (3) years of experience) Has the Bidder specified adequate number of machines and equipment for this project? Minimum of the following: - One Water Truck - Two Truck 5 - One Shovel - One Small Crane - One Excavator - One Small Steel Compactor Has the Bidder Submitted Schedule of work that corresponds to the required 5 implementation timeline? SUB-TOTAL 20

PREVIOUS EXPERIENCE Have the bidder demonstrated previews experience in implementation of 20 similar projects? SUB-TOTAL 20

60% TOTAL

Technical Proposal =A minimum score of 40 out of the 60 must be obtained in order to qualify for financial evaluation.

Financial Proposal = (Lowest Priced Offer / Price of the Offer Being Reviewed) x 100 x 40% = points towards overall score

Lowest Priced Offer will receive 40 and other offers will receive points in inverse order as shown in the preceding para.

Total Combined Score = (Technical Proposal score) + (Financial Proposal score)

1.6 Minimum Requirements for the work Below are the minimum estimated resources that this type of works will require, the bidders are required to submit their own plan for the resources they should allocate to the project and provide proper justification for any variation of the number of each of the resources proposed which will be considered during the technical evaluation, please note that your technical offered should include the CV of key personnel and proof of ownership/lease of any equipment required to perform the works. Minimum work requirements are as below:

Staffing: - One Civil engineers (at least three years of experience)

Machines: - One Water Truck - Two Truck - One Shovel - One Small Crane - One Excavator - One Small Steel Compactor

1.7 AWARD TO SUCCESSFUL BIDDER

An award from KURDS for works/services does not guarantee all works/services will be awarded to one Bidder. KURDS reserves the right to award part or all of the services to one or more Bidders Prior to contract agreement, KURDS will all bidders whether they are successful or not. The regrets letters will state the true reason for unsuccessful offers.

1.8 KURDS ACCEPTANCE/DISQUALIFICATION/CANCELLATION OF RFP

KURDS may accept, disqualify or cancel any RFP in its entirety.

2 INSTRUCTIONS TO BIDDER

2.1 GENERAL INFORMATION

Respective Proposals must be submitted in English language.

Bidder warrants that Bidder is compliant with all applicable Kurdistan Regional Government (KRG) regulatory requirements that shall govern the performance of the works/services.

Bidder may, without prejudice, withdraw its proposal by formal written request to the Bid evaluation committee secretary prior to the RFP closing Date and Time.

Failure to comply with the RFP instructions herein may deem the proposals disqualified by KURDS.

2.2 SUBMISSION AND RFP COMMUNICATIONS:

Ref: RFP # 000KUR/ ER /2020/004 Bid Evaluation Committee Secretary Kurdistan Reconstruction and Development Society 2nd Floor, Kurdistan Contractors Union Building, Zakho Way, Ashti Street Duhok, Iraq E-Mail:[email protected]

2.3 BINDING LEGAL RELATIONSHIP

This RFP, including any statements whether oral or written between KURDS and Bidders or any negotiations between Bidders and KURDS, shall not create or be deemed to create any binding legal relationship or contract/agreement between KURDS and Bidder. The provisions of an agreement between KURDS and any successful Bidders shall govern the relationship between the parties.

2.4 STRUCTURE/ SUBMISSION OF TECHNICAL AND COMMERCIAL PROPOSALS

Bidder must submit Technical and Commercial Proposals in two (2) SEPARATE sealed envelopes/packages. One envelope for technical proposal and another envelope for financial proposal.

HARD COPY ORIGINALS: Hard Copy Originals must be stamped with words “Original Technical” or “Original Commercial” on respective Proposal Letter. The Hard Copy Originals referenced within this paragraph must be labeled and submitted separately in envelopes/packages as shown below:

To: Kurdistan Reconstruction and From: Development Society 2nd Floor, Kurdistan Bidder Name: Contractors Union Building, Zakho Way, Ashti Street Duhok, Iraq Bidder Address: Attention: Bid Evaluation Committee Secretary

TECHNICAL PROPOSAL (Insert RFP Number and Title)

To: From: Kurdistan Reconstruction and Development Society Bidder Name: 2nd Floor, Kurdistan Contractors Union Building, Zakho Way, Ashti Street Bidder Address: Duhok, Iraq Attention: Bid Evaluation Committee Secretary

COMMERCIAL PROPOSAL (Insert RFP Number and Title)

IMPORTANT REMINDER TO BIDDER: THE ABOVE-REFERENCED TECHNICAL AND COMMERCIAL PROPOSALS MUST BE SUBMITTED IN TWO SEPARATE SEALED ENVELOPES / PACKAGES.

2.5 ILLEGAL BROKERING

Warranty and Representation-Bidders and KURDS are aware of a practice (known as “Illegal Information Brokering”) where certain persons or entities approach bidders, subcontractors, vendors or other suppliers, and offer confidential information or improper influence in order to obtain business through corrupting the competitive bidding processes. Bidders recognize that the practice of Illegal Information Brokering or any other corruption of the contract award process is not permitted by KURDS. Bidder warrants and represents that it has not and will not utilize or participate in Illegal Information Brokering in connection with this RFP.

Notification-Bidders agree that it will promptly notify KURDS Bid Evaluation Committee Secretary if any one approaches the Bidder for the purpose of Illegal Information Brokering concerning this RFP, or any other related business interest of KURDS. KURDS undertakes that such notice and any related information provided by the Bidders will be treated with utmost discretion. KURDS also undertakes that it will handle this information with appropriate security measures in order to prevent any Bidders or subcontract or from gaining any unfair advantage subsequent to such notice.

2.6 ZERO TOLERANCE POLICY:

Please note that KURDS follow zero tolerance policy strictly and as such, suppliers are advised not to offer any gifts, favor, hospitality and commission etc. to KURDS staff. Any supplier found to be offering gifts, Favor, hospitality and commission etc. to KURDS staff; KURDS will not do business with them anymore.

2.7 ATTACHMENTS – TIME TABLE FOR BIDDER SUBMISSION OF THE PROPOSAL

Attachment No Form Name Required Submission Date Submission Format E-Mailto: 1 Notice of Intent Before 7.March.2020 [email protected]

(SEE ATTACHMENTS 1 ON FOLLOWING PAGES.)

SECTION3: PART1–BIDDER RETURN ATTACHMENTS

ATTACHMENT1

NOTICE OF INTENT

IMPORTANT REMINDERS TO BIDDER: - BIDDER PROPOSAL MUST BE SUBMITTED IN BIDDER’S LETTERHEAD - NOTICE OF INTENT LETTER MUST BE SIGNED AND RETURNED TO KURDS BEFORE 7.MARCH.2020.

Date:

Bid Evaluation Committee Secretary Kurdistan Reconstruction and Development Society 2nd Floor, Kurdistan Contractors Union Building, Zakho Way, Ashti Street Duhok, Iraq E-Mail:[email protected]

Re: RFP Number 000KUR/ER/2020/004

(Project Name)

(Rehabilitation the Existing Sewerage System in Darashakran Refugee camp – Khabat District - Erbil Governorate).

Dear Sir:

We acknowledge receipt of KURDS’s above-referenced Invitation to Tender received on , 2020.

We have indicated our intent as marked below:

We shall submit a proposal in accordance with KURDS’s Instructions.

Shall not submit a proposal for the following reasons:

Regards,

Name of Bidder: Authorized Signature: Name: Title:

Telephone Number: E-Mail:

*ADDRESS:

*MANDATORY REQUIREMENT BY KURDS

PART2 FORM OF TENDER ------TABLE OF CONTENTS ------

1 SECTION1: SCOPE OF WORK AND SPECIFICATIONS Note: For Bidder review only.

1 No return documentation required.

1 SECTION2: TECHNICAL PROPOSAL ATTACHMENTS Note: Technical Proposal must be submitted in sequence shown below.

Attachment1–Technical Proposal Letter Attachment2 –Bidder’s Technical Proposal Attachment3–Technical Exceptions (if any) Attachment4–Organization Structure Attachment5–Previous Experience Attachment6–Supplier Information

1 To be completed and returned with the proposal.

1 SECTION3: COMMERCIAL PROPOSAL Note: For Bidder review only 1 No return documentation required.

1 SECTION4: COMMERCIAL PROPOSAL ATTACHMENTS Note: Commercial Proposal must be submitted in sequence shown below.

Attachment7–Commercial Proposal Letter

1 To be completed and returned with the proposal.

IMPORTANT REMINDERS TO BIDDERS

 Technical and Commercial Proposals must be submitted separately.

 Technical Proposal must not include or refer to prices.

 Commercial Proposal shall ONLY include rates.

 ALL ATTACHMENTS MUST BE COMPLETED IN ENGLISH LANGUAGE.

SECTION1

SCOPE OF WORK AND SPECIFICATIONS

This Scope of Work and Specifications include the following:

- General Overview

- Definitions

- KURDS Responsibilities

- Contractor Responsibilities

- General and Specific Scope of Work +Specifications

- Contractor Reporting

SECTION2: TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT1

TECHNICAL PROPOSAL LETTER

- Must be on the Bidders’ Letterhead - Attach Proposal Letter to Technical Proposal

Date:

Bid Evaluation Committee Secretary Kurdistan Reconstruction and Development Society 2nd Floor, Kurdistan Contractors Union Building, Zakho Way, Ashti Street Duhok, Iraq E-Mail:[email protected]

Re: RFP Number 000KUR/ER/2020/004

(Project Name)

(Rehabilitation the Existing Sewerage System in Darashakran Refugee camp – Khabat District - Erbil Governorate). .

TECHNICAL PROPOSAL

Dear Sir:

We, the undersigned, acknowledge that we have read and understand all RFP requirements and submit our Technical Proposal according to KURDS’s requirements presented in Section1–Scope of Work and Specifications.

This Technical Proposal is valid for 90 days from the RFP Close Date and Time.

Regards,

Name of Bidder:

Authorized Signature:

Name:

Title:

Telephone Number:

E-Mail:

SECTION2: TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT2

BIDDER’S TECHNICAL PROPOSAL

Bidder to insert Technical Proposal

SECTION2: TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT2A

BIDDER EQUIPMENT

Bidder to insert Equipment List

Vehicle Technical Specification (Contract shall provide Vehicle Identification Numbers(VIN)for each vehicle listed) Make Type Year/Model VIN Capacity

SECTION2: TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT2B

BIDDER PERSONNEL

Bidder to insert Personnel List

Trained and Certified Operators Type of Operating/Driver’s Date of Training Equipment Name License Medical Certificate Qualified to Operate

SECTION2: TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT3

TECHNICAL EXCEPTIONS (IF ANY)

TECHNICAL EXCEPTIONS TECHNICAL EXCEPTIONS

□ No □ Yes

“NO TECHNICAL EXCEPTIONS– “THIS PROPOSAL INCLUDES THIS PROPOSAL COMPLIES WITH TECHNICAL EXCEPTIONS” ALL TECHNICAL REQUIREMENTS” Note Exceptions in Table below:

Section1 Exception or Rationale for Exception or Performance Effect Reference Alternative Proposal Alternative Proposal

SECTION2: TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT4

ORGANIZATION STRUCTURE

Requirement Bidder Response

Organization Chart for Overall Business Operation

Lines of Authority

Key Position Titles

Headquarters Physical Address

Host Country Physical Address

Time line for Establishing Host Country Office(if applicable)

Physical Address in Support of Provision of Goods and/or Services

SECTION2: TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT5

PREVIOUS EXPERIENCE

Requirement Bidder Response

List Previous Experience for Similar Services during last five (5) Years to include below (at a minimum):

Project Name

Project Locations (to include within Kurdistan and/or other international locations)

Work Description

Client Name/Contact Person

Subcontract or List

Subcontract or Work Performed

TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT6 GENERAL INFORMATION

Entity Details

Legal name 1 (contracting entity/registered business name)

Supplier trading name 2 (if different from legal name)

Trading names or legal names used previously by 3 Supplier

4 Registered business address

Business headquarters address 5 (if different from above)

6 Entity registration number

7 Tax identification number (if applicable)

8 Date of incorporation /registration

9 Place of incorporation/registration

10 Supplier’s website (if applicable)

Entity Details

11 Telephone number

Name(s), E-Mail(s),and telephone number(s) of 12 employee of Supplier who will be principally responsible for proposed contract

Describe the primary business of the Bidder,

and /or provide brochures or similar documents.

13 Description of the bidder’s business

□ Publicly Traded business □ Privately-Held business or Individual

If Supplier is a Privately-Held business, please

provide Articles /Certificate of Incorporation.

If Supplier is an Individual, please provide a copy of a pass port or other valid government-issued identification document. 14 Type of entity □ Government/State Owned Entity

If Supplier is a Government/State Owned Entity, identify the government owner of the entity, including the identity of the ultimate parent company or entity.

□ Yes □ No Has Supplier contracted with the KURDS 15 during the past 24 months? If Yes, provide a detailed explanation, including a description of the work performed and the

Entity Details

Identity of the KURDS employee responsible for the proposed contract.

Ownership Details

Describe or attach organizational structure of

Supplier, Including direct or indirect relationship

with ultimate parent/holding company or

Name of Supplier’s parent company(if individual(s). 16 applicable)

Address of Supplier’s parent company(if 17 applicable)

□ Yes □ No

If Yes, list each previously-used name. Use Since the date of incorporation /registration, has additional sheets, if necessary. Bidder or its parent company been registered 18 under any other names?

If Supplier is a privately-held business, identify Use additional sheets, if necessary. 19 all shareholders and owners of the bidder.

Entity Details

Provide following information for all of bidder’s directors, officers, and employee(s) who will be principally responsible for the proposed contract, and all individuals identified in response to question

19. Use additional sheets, if necessary.

a. Full legal name

b. Nationality c. Pass port number or national identification number d. Title and dates of service e. Percentage of Supplier’s shares owned (For any individual(s) who own 25% or more of the

bidder’s shares, provide copy of pass port or other valid government-issued identification document.)

a.

b.

c.

20 d.

e.

a.

b.

c.

d.

e.

Entity Details

a.

b.

c.

d.

e.

a.

b.

c.

d.

e.

Financial Detail

□ Yes □ No

Is proposed

contract value If Yes and the bidder are privately-held, provide audited annual financial statements above $10 million 21 of the bidder for the last two years and the interim financial statements, if (or local currency applicable. The financial statement must include balance sheet, income equivalent)? statement, cash flow, and supporting notes, if applicable. Provide parent company’s financials if Bidder’s financials are not available separately, and are consolidated with in the parent.

Business References

Provide three business references below. If the Bidder is currently providing goods or services to KURDS that are substantially similar to goods or services that will be provided in connection with proposed contract, provide name of KURDS employee principally responsible for current contract instead of providing business references.

Entity Details

Name of KURDS/Individual Name Email Address Telephone Work Performed by the Bidder Contact Person

Payment Terms

Currency Terms Payment Types (check all that apply)

Net Due 30 Days Evaluation Receipt Settlement Electronic Funds Transfer Other(explain): (ACH/Wire, etc.) Check FTO Paper Request Separate Check Bank Account Information

Correspondence Bank Details Beneficiary Bank Details

Account holder name Bank account number Bank name, city/region, and country ABA sort code Swift code

IBAN Number

SECTION3:

COMMERCIAL PROPOSAL

1 GENERAL

1.1 The compensation detailed in this Part2-Section4 shall be all inclusive and to allow for all costs incurred by Contract or in complying with all terms and conditions of the notice , and shall represent the total compensation due to Contractor in full consideration the satisfactory performance of the works/services.

1.2 All rates are exclusive of any and all taxes, fees and customs clearances.

1.3 All rates are inclusive of all consumables (e.g. spares, lubes, packaging, pallets) required f o r t h e Contractor to perform Services, unless otherwise indicated.

1.4 No reimbursement shall be made for work services which are not performed in accordance with the Agreement.

1.5 KURDS shall not reimburse Contractor for any works/services performed without prior written authorization from KURDS’s authorized representative.

1.6 All rates stated are to be in Iraqi Dinars (IQD).

1.7 All rates specified in the submitted proposal shall proposal shall be fixed and firm throughout the Term of Agreement.

1.8 Any adjustment to the rates for extension periods after the initial Term of Agreement, if any, must be mutually agreed between the KURDS and Contractor.

2 APPLICATION OF RATES

2.1 Mobilization and Demobilization

2.1.1 Contractor’s Equipment Mobilization/Demobilization Rate

Contractor shall be responsible to arrange and make payment for the shipping/transportation of Contractor equipment to/from appoint of origin outside of Kurdistan and Contractor’s Home Base in Kurdistan at expense of Contractor, unless otherwise agreed by KURDS, and is specifically listed in Mobilization Rate Table.

2.1.2 Contractor’s Personnel Mobilization /Demobilization Rate

Contractor shall be responsible to arrange and make payment for the transportation, accommodation and all other travel-related expenses of Contractor Personnel to/from the point of origin outside of Kurdistan and Contractor’s Home Base in Kurdistan at expense of Contractor, unless otherwise agreed by KURDS, and is specifically listed in the Contractor Personnel Mobilization Rate Table.

2.1.3 Transportation of Contractor Call-Off Equipment(in Kurdistan)

Contractor shall arrange and make payment for the shipping/transportation costs of Contractor’s equipment from Contractor’s Home Base in Kurdistan to KURDS’s work Site and from KURDS’s work Site to Contractor’s Home Base in Kurdistan.

Note: Contractor shall arrange and make payment for ALL on ward shipping/transportation costs, unless otherwise agreed by KURDS and is specifically listed in Schedule 2, Rate Table(s).

2.1.4 Transportation of Contractor Call-Off Personnel(in Kurdistan)

Contractor shall arrange and make payment for the transportation cost of Contractor Personnel to/from Contractor’s Home Base in Kurdistan and KURDS’s work Site, to include all expenses related to security requirements per Contractor’s Security Policy.

Note: KURDS will not be responsible for obtaining visas or making travel arrangements for Contractor Personnel.

SECTION4: COMMERCIAL PROPOSAL ATTACHMENTS

ATTACHMENT9

COMMERCIAL PROPOSAL LETTER

- Must be on the Bidder’s Letterhead - One Proposal Letter must be stamped “Original”

Date:

Bid evaluation Committee Secretary Kurdistan Reconstruction and Development Society 2nd Floor, Kurdistan Contractors Union Building, Zakho Way, Ashti Street Duhok, Iraq E-Mail:[email protected]

Re: RFP Number 000KUR/ER/2020/004

(Rehabilitation the Existing Sewerage System in Darashakran Refugee camp – Khabat District - Erbil Governorate).

Dear Sir:

We, the undersigned, acknowledge that we have read and understand all RFP requirements and submit our Commercial Proposal according to KURDS’s Commercial Bidder Requirements provided in Section 3.

This Commercial Proposal is valid for 90 days from the RFP Closing Date and Time.

Regards,

Name of Bidder:

Authorized Signature:

Name:

Title:

Telephone Number:

E-Mail

BOQ for re-construction of sewerage pipeline at Darashakran Refugee camp

Unit Price Total Price No. Item Description Unit Qty. (IQD) (IQD) A Sewer Construction A1 Supply materials and construct a sewer system with (Double wall corrugated HDPE pipes with base and surrounding of the pipes with (Sand material according to the drawing and connect new sewer with main sewer channel. The work includes excavation in all type of soil including rock layers, removing old drain blocked pipeline and for any needed diversion and removing of encountered existing pipelines if so directed by the Site Engineer. The item includes laying the pipe and jointing of the pipes as in ( ASTM D 2321) all necessary fittings. The width of the trench should be 1 meter and average depth 1.4 m, backfilling with sand surrounding of the pipes and up to 30 cm above the top of the pipe, and backfilling to the original natural ground level with approved selected material in layers each layer to be compacted to the approval of supervisor Engineer also in the road area backfilling top 20cm with sub- base material type A, laying 5 cm thickness of gravel 1inch maximum size and all the work must be executed according to the Iraqi General Specifications. Double Wall Corrugated HDPE 80 sewer pipe with ring stiffness value not less than SN8 (31.5kN/m2), and according to ASTM and DN of 400 mm diameter. ML 175 B Construction of manholes external dimensions (1.5 X 1.5)m B1 The works includes provision of all the machineries, required materials, construction equipment, labours to excavation (2.5X2.5)m depth according to required design level, all that are required to make the job complete in every part & detail to construct manholes in accordance with the following items of work also includes re-connecting of the old pipelines with the manholes, and all the works will be carried out strictly in accordance with technical specifications, drawings and instructions of the supervising engineer. Supplying materials and placing in proper position 10 cm thick layer of crushed stone with appropriate compaction and casting 30 cm thick of concrete of class ( C 20 ) (1:2:4) for the manhole foundation according to the sketch and instructions of the supervising engineer. Walls constructing using solid concrete blocks (15 . 20 . 40 )cm with cement mortar (1:3), cement plastering with 20mm thick with cement mortar (1:3) on the internal and external walls of manholes, painting the interior surfaces of the manhole with two coats of bituminous or three layers of flin coat. Constructing reinforced concrete slabs (C 25) 20cm thickness as per attached drawings with a minimum concrete cover of 25 mm under and over reinforcement and stippling, installing the cast iron with an internal diameter not less than 60cm. Weight of moveable circular cast iron cover not less than (95 Kg) and the base of the cast iron cover not less than (95 Kg), the frame and the base of the cast iron cover must be fixed by steel bar of 16mm and be embedded to the inside of each manholes concrete cover also making four embedded hooks at the corners. Manhole having internal dim. (0.7x0.7)m and required depth according to design level to design for sewer pipeline (40) cm Dia. NO 8 C Attached inlets

C1 Supplying materials and construction attached inlet with solid concrete blocks (15 * 20 " 40 )cm with cement mortar (1:3) of wall thickness (40cm), the work includes layout, excavation, backfilling, demolishing the wall of main channel in place of attached inlet, placing 10cm crushed stone for beds with proper compaction, casting (1:2:4) plain concrete with 20cm thickness for the foundation, casting the base of the inlet should be coming over the lower end of main channel (broken wall) with good wall bonding between inlet and main channel. The price also include plastering internal and external walls with cement mortar (1:3) of minimum 20mm thickness, painting the interior surface with three coats of flin coat, casting 15cm thickness of reinforced concrete cover for the attached inlet dimensions (1.5*0.8) m with steel bars dia 12mm @ 20cm c/c, the cover of the inlet should be the same level with the covers of the main channel. Provision all accessories required to complete the work according to the instructions of the supervising engineer. Constructing concrete attached inlets having internal dimensions of 40cm x 70cm and the depth is variable according to the design level. NO 2 Total Cost IQD