Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
April, 2013
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
CONTENTS
Preface
Section 1. Letter of Invitation
Section 2. Instructions to Consultants
Section 3. Technical Proposal - Standard Forms
Section 3. Financial Proposal - Standard Forms
Section 5. Terms of Reference
Section 6. Model Form of Contract
Lump-Sum Payment Contract
RFP No:
GR/MLGRD/GUMPP/SC/01/13
Country:
Project Name:
FundingNo:
CGH 1089 01 R
Our Ref:
Your
LETTER OF INVITATION
Dear Madam/Sir
1. The Ministry of Local Government and Rural Development (MLGRD) (hereinafter called
Client) has received funding (hereinafter called the funds) from the French
Development Agency (hereinafter called the Agency) toward the cost of Ghana Urban
Management Pilot Project (GUMPP) in Kumasi Metropolitan Assembly, SekondiTakoradi Metropolitan Assembly, Tamale Metropolitan Assembly and Ho Municipal
Assembly. The Client intends to apply a portion of the funds to eligible payments under
the contract for which this Request for Proposals is issued.
2. The Ministry of Local Government and Rural Development (MLGRD) now invites
proposals to provide the following consulting services for the design and supervision of
Priority Investment Projects in Kumasi Metropolitan Assembly and Tamale Metropolitan
Assembly.
More details on the services are provided in the Terms of Reference.
3. This Request for Proposal (RFP) has been addressed to the following short-listed
Consultants:
4. A firm will be selected under the Selection Based on Quality and Cost (SBQC) method and
procedures described in this RFP.
5. The RFP includes the following documents:
Section 1 - Letter of Invitation
Section 2 - Instructions to Consultants (including Data Sheet)
Section 3 - Technical Proposal - Model Forms
Section 4 - Financial Proposal - Model Forms
Section 5 - Terms of Reference
Section 6 - Model Form of Contract
6. Please inform us in writing at the address below, upon receipt of the Letter of Invitation.
Ministry of Local Government and
Rural Development (MLGRD)
P. O. Box M. 50 Ministries,
Accra, Ghana
Tel: 00233-21-663668
Fax: 00233-21- 682003
Attention: GUMPP National Coordinator
Email: sadjornu@hotmail.com. Tel: 233247070763
Please mark all requests for the attention of The GUMPP National Coordinator
Yours sincerely,
NANA ODURO-KWATENG
CHIEF DIRECTOR
FOR: MINISTER
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
1. Introduction
1.1
1.2
1.3
1.4
1.5
1.6
Consultants.
Conflict of
Interest
1.7
1.8
Conflicting
activities
(i)
6
subsequently providing goods or works or
services other than consulting services
resulting from or directly related to the firms
consulting services for such preparation or
implementation.
Conflicting
assignments
(ii)
A Consultant (including its Personnel and SubConsultants) or any of its affiliates shall not be
hired for any assignment that, by its nature,
may be in conflict with another assignment of
the Consultant to be executed for the same or
for another Client.
Conflicting
relationships
(iii)
A Consultant (including its Personnel and SubConsultants) that has a business or family
relationship with a member of the Clients staff
who is directly or indirectly involved in any
part of (i) the preparation of the Terms of
Reference of the assignment, (ii) the selection
process for such assignment, or (iii)
supervision of the Contract, may not be
awarded a Contract, unless the conflict
stemming from this relationship has been
resolved in a manner acceptable to the Agency
throughout the selection process and the
execution of the Contract.
1.9
Corruption
1.10
1.11
(c)
(d)
(b)
8
(c)
Environmental
and Social
Standards
Only one
Proposal
1.12
1.13
1.14
(i)
(ii)
1.15
2.1
2.2
3. Preparation of
Proposals
3.1
Technical Proposal
3.2
3.3
2. Clarification
and
Amendment of
RFP Documents
(i)
(ii)
10
the budget for executing the assignment shall be
shown in the Data Sheet. However, the Proposal shall
be based on the number of Professional staff-months
or budget estimated by the Consultants. If the selection
method is Selection under Fixed-Budget, the available
budget is given in the Data Sheet, and the Financial
Proposal shall not exceed this budget.
Language
Technical
Proposal
Format and
Content
3.4
(iii)
(iv)
(v)
(vi)
(ii)
(iii)
11
(iv)
(v)
(vi)
(vii)
Financial
Proposals
3.5
3.6
3.7
12
4. Submission,
Receipt, and
Opening of
Proposals
3.8
3.9
3.10
The Data Sheet indicates how long the proposals must remain
valid after the submission date. During this period, the
consultant is expected to keep available the professional staff
proposed for the assignment. The Client will make its best
effort to complete negotiations within this period. If the
Client wishes to extend the validity period of the proposals,
the consultants who do not agree have the right not to extend
the validity of their proposals.
4.1
4.2
4.3
4.4
13
5. Proposal
Evaluation
4.5
4.6
5.1 From the time the Proposals are opened to the time the Contract is
awarded, Consultants who wish to contact the Client on any
matter related to its Proposal should do so in writing only at the
address indicated in the Data Sheet. Any effort by Consultants to
influence the Client in the examination, evaluation, ranking of
Proposals, and recommendation for award of Contract may result
in the rejection of the Consultants Proposal.
5.2
Evaluation of
Technical
Proposals
5.3
Public Opening
5.4
14
and Evaluation
of Financial
Proposals (only
for QCBS, FBS,
and LCS)
5.5
5.6
5.7
5.8
15
6.1
Technical
negotiations
6.2
Financial
negotiations
6.3
Availability of
Professional
staff/experts
6.4
Conclusion of
the negotiations
6.5
7.1
7. Award of
Contract
8. Confidentiality
16
7.2
8.1
17
Instructions to Consultants
Data Sheet
Paragraph
Reference
1.1
1.2
1.3
The assignment is phased: Yes ______ No________ [If yes, indicate the
phasing]
1.4
1.5
1.8.3
The Client envisages the need for continuity for downstream work:
Yes
No
Scope of work, nature and timing of future work is outlined in the TOR
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
2.1
18
Clarifications:
Clarifications may be requested in writing or by email not later than
four days before the date of the Pre-proposal Meeting. Following the
meeting, Clarifications may be further requested by email not later than
(14) days before the date of submission of the Proposals, so that
responses can be issued to all Consultants not later than (10) days prior
to the date for submission of Proposals.
The address for requesting clarifications is:
Ministry of Local Government and
Rural Development (MLGRD)
P. O. Box M. 50 Ministries,
Accra, Ghana
Tel: 00233-21-663668
Fax: 00233-21- 682003
Attention: GUMPP National Coordinator
Email: sadjornu@hotmail.com. Tel: 233247070763
Please mark all requests for the attention of The GUMPP National
Coordinator
3.1
3.3 (i)
Short listed Consultants may associate with other short listed Consultants:
Yes
No
3.3 (ii)
3.3 (iv)
19
20
Highway/Traffic Engineer
The Highway/Traffic Engineer shall be responsible for the design of the
geometrical aspects of the road and shall assist the materials engineer in the
design of road pavement.
Qualifications
The Highway Engineer shall be a registered or chartered Civil Engineer.
He/She must have not less than 10 years of cumulative experience related to
road/bridges design, construction, transport planning and traffic modelling
elements of the project. He/She must have specific experience of working as
roads design and construction supervision engineer on at least three (3)
projects of similar nature of which at least one must be from Sub Sahara
Africa. He/She must have specific experience in modelling or engineering
roads in urban areas Postgraduate qualifications in Highway Engineering
will be an added advantage. Fluency in written and spoken English is
essential.
Topographic Surveyor
The Topographical Surveyor shall be responsible for conducting and
supervising the survey team. He/She will be responsible for planning of the
fieldwork, select known survey reference points, and determine the precise
location of important features in the survey area. He/She shall be
responsible for researching legal records, look for evidence of previous
boundaries, and analyse the data to determine the location of boundary lines
and record the results of the survey, verify the accuracy of data, and prepare,
maps, and reports.
Qualifications
The Topographical Surveyor shall be a holder of a Degree or Advanced
Diploma in Land surveying. He/She must have not less than 8 years of
cumulative experience related to Land surveying activities. He/She must
have specific experience of working as senior surveyor on at least two (2)
projects within the last five years involving feasibility study and detailed
design. Relevant Postgraduate qualifications and experience of working in
tropical countries is an added advantage. Fluency in written and spoken
English is essential.
Geotechnical/Materials Engineer
The Geotechnical Engineer shall be responsible for conducting and
supervising the materials investigation with a view to achieving optimal
design and construction strategy. The Engineer shall carry out the pavement
and foundation design and should be conversant with current practice in
testing and pavement construction strategies in developing countries.
21
Qualifications
The Materials Engineer shall be a registered or chartered Civil Engineer.
He/She must have not less than 10 years of cumulative experience related to
pavement evaluation, materials testing, soils investigation and pavement
design. He/She must have specific experience of working as
materials/pavement engineer on at least three (3) projects of similar
magnitude. Relevant Postgraduate qualifications and experience of working
in tropical countries is an added advantage. Fluency in written and spoken
English is essential.
Hydrologist/Drainage Engineer
The Hydrologist shall be responsible for estimating and assessing the
relationship between rainfall, surface-runoff and soils and rock features of
the catchments along the project area with focus on surface water, including
rivers, and dams. He/She shall study and update the available hydrological
data by computer models or any other means in order to maintain and
develop successful flood water management strategies. He /She shall
provide advice and information to Bridge/ Structural Engineer on hydraulic
characteristics of the catchments along the project area.
Qualifications
The Hydrologist shall be a holder of a degree in Applied Science or Civil
Engineering with not less than 8 years working experience related to
water/flood management schemes. He/She should have served as a
Hydrologist on at least two (2) roads projects of similar magnitude within
the last five years. The ability to use appropriate flood design models is
essential. Fluency in written and spoken English is essential.
Civil/Structural Engineer
The Civil/Structural Engineer shall be a Registered or Chartered Engineer
with a recognised university degree in civil or structural engineering.
Qualifications
He/She shall have at least 10 years cumulative experience in the past ten
years in the design of the type and complexity of structures proposed for the
road/building projects.
Demonstrable experience in inspection and
maintenance of structures, and experience in the design of structures in
Africa or other similar environments is also required. Fluency in written and
spoken English is essential.
Environmental Expert
The Environmental Expert shall be responsible for carrying out an
environmental and social impact assessment of the project and prepare
corresponding Environmental Management Plan (EMP) in order to minimise
22
any negative impacts that the road and other upgrading activities under
GUMPP Investment projects will have on the environment.
Qualifications
The environmentalist shall have an advanced degree in environmental
management or related discipline. He/She shall have at least 10 years of
cumulative working experience related to Environmental and Social Impact
Assessments in road and other developmental projects. He/She must have
served on a similar position in at least two (2) projects of similar nature.
Experience in environmental management in sub Saharan Africa is highly
desirable and fluency in both written and spoken English is essential.
Sociologist/RAP Team Leader and other Specialists
The Consultant shall compose the necessary number of field teams to carry
out the field censuses, surveys, inventories, and other studies, led by a Team
Leader who is a sociologist with the qualifications described below.
Qualifications
Key team members shall hold degrees in an appropriate discipline. They
should have at least 10 years relevant experience and must have served in a
similar position on at least two (2) road projects including other
building/civil works in nature. Fluency in both written and spoken English is
essential. Previous experience in sub Saharan Africa is essential. The
Sociologist and RAP Team Leader should have working knowledge of and
experience implementing WB OP 4.12.
Cost Estimator/Quantity Surveyor
The Cost Estimator shall work with the technical team to develop the bills of
quantities and cost estimates for the construction bid packages. He shall also
work with the technical team and the Procurement Supervisor in the
preparation of the bid documents for construction.
Qualifications
The Cost Estimator shall be a corporate member of a recognised and relevant
professional institution, with 10 years or more of experience in preparation
of bills of quantities and cost estimates for roads/buildings and other
construction projects, including experience in similar geographic conditions.
He must also be experienced in preparation of technical specifications,
contract documents and bid documents for road/building/civil engineering
projects of a complex nature financed by international financial institutions,
and in construction procurement, including experience in similar geographic
conditions. Preferably he should have experience of FIDIC documentation
and Alternative Dispute Resolution procedures. Fluency in written and
spoken English is essential.
23
Financial Expert/Valuer
The Financial Expert/Valuer shall work with the technical team to evaluate
Electrical Engineer
The Electrical Engineer shall be a Registered member of an institution with a
recognised university degree in electrical engineering
Qualifications
The Electrical Engineer will be a highly qualified professional Electrical
Engineer, with 10 years of experience in all aspects of electrical and
electronic design and construction. He/she will be responsible for the
electrical designs and drawings where relevant and supervision of the
electrical components of the contract works.
Mechanical Engineer
The Mechanical Engineer shall be a Registered member of an institution
with a recognised university degree in mechanical engineering
Qualifications
The Mechanical Engineer will be a highly qualified professional Mechanical
Engineer, with 10 years of experience in all aspects of Mechanical and
plumbing design and construction. He/she will be responsible for the
mechanical designs and drawings where relevant and supervision of the
mechanical components of the contract works.
Water/Sanitation Engineer
The Water and Sanitation Engineer shall be a Registered member of an
institution with a recognised university degree in water and sanitation
engineering
Qualifications
The Water and Sanitary Engineer will be a highly qualified professional
Water and Sanitary Engineer, with 10 years of experience in all aspects of
Water and Sanitary designs and construction. He/she will be responsible for
the Water and Sanitary designs and drawings where relevant and supervision
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
24
Reports that are part of the assignment must be written in the following
language(s):
English language
3.4 (vii)
3.4 (viii)
3.8
Consultants shall state their price component for cost incurred in the
country of the Client in the national currency of the Client.
Consultants who intend to incur cost in other currencies for the
assignment may state the corresponding price component in Euros.
3.10
Proposals must remain valid for ninety (90) days after the submission
date.
4.3
Consultant must submit the original and[5] copies of both the Technical
Proposal and the Financial Proposal
4.5
Proposals must be submitted no later than the following date and time:
15th May, 2013 at 4.00pm (local time)
5.1
25
5.3
Criteria, sub-criteria, and point system for the evaluation of
Technical Proposals are:
Points
[5]
[5]
[10]
[20]
[15]
[5]
[40]
Project Director
Project Manager/Team Leader
Architect
Electrical Engineer
Mechanical Engineer
Hydrologist/Drainage Engineer
Highway/Traffic Engineer
Cost Estimator/Quantity Surveyor
Water/Sanitation Engineer
Civil/Structural Engineer
Topographical Surveyor
Geotechnical/materials Engineer
Financial Expert/Valuer
Resident Engineer
Environmental Expert
Total points for criterion (iii):
[6]
[5]
[4]
[2]
[2]
[2]
[2]
[4]
[2]
[4]
[3]
[3]
[2]
[7]
[2]
[50]
26
5.7
[30%]
[60%]
[10 %]
[100%]
5.8
In case of SBQC, the formula for determining the financial scores is the
following:
Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest
price and F the price of the proposal under consideration.
The weights given to the Technical and Financial Proposals are:
T = 0.8, and
P = 0.2
6.1
7.2
27
3A
3B
Consultants Experience
3C
3D
Description of the Approach, Methodology and Work Plan for Performing the
Assignment
3E
3F
3G
Staffing Schedule
3H
Work Schedule
28
Dear Sirs:
We, the undersigned, offer to provide the consulting services for [Insert title of
assignment] in accordance with your Request for Proposal dated [Insert Date] and our
Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal,
and a Financial Proposal sealed under a separate envelope.
If negotiations are held during the period of validity of the Proposal, i.e., before [insert
date], we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding
upon us and subject to the modifications resulting from Contract negotiations.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
29
Country/location:
Name of Client:
Address:
Name of senior professional staff of your firm involved and functions performed (indicate most significant
profiles such as Project Director/Coordinator, Team Leader):
Narrative description of Project:
Firms Name:
30
31
FORM 3D
32
[Technical approach, methodology and work plan are key components of the Technical
Proposal. You are requestedto present your Technical Proposal (50 pages max, inclusive of
charts and diagrams) divided into the following three chapters:
a) Technical Approach and Methodology,
b) Work Plan, and
c) Organization and Staffing,
a) Technical Approach and Methodology. In this chapter you should explain your
understanding of the objectives of the assignment, approach to the services, methodology for
carrying out the activities and obtaining the expected output, and the degree of detail of such
output. You should highlight the problems being addressed and their importance, and explain
the technical approach you would adopt to address them. You should also explain the
methodologies you propose to adopt and highlight the compatibility of those methodologies
with the proposed approach.
b) Work Plan. In this chapter you should propose the main activities of the assignment, their
content and duration, phasing and interrelations, milestones (including interim approvals by
the Client), and delivery dates of the reports. The proposed work plan should be consistent
with the technical approach and methodology, showing understanding of the TOR and ability
to translate them into a feasible working plan. A list of the final documents, including reports,
drawings, and tables to be delivered as final output, should be included here. The work plan
should be consistent with the Work Schedule of Form 3H.
c) Organization and Staffing. In this chapter you should propose the structure and
composition of your team. You should list the main disciplines of the assignment, the key
expert responsible, and proposed technical and support staff.]
33
1. Technical/Managerial Staff
Name
Position
Task
Position
Task
2. Support Staff
Name
FORM 3F
34
FOR
PROPOSED PROFESSIONAL
Proposed Position:
Name of Firm:
Name of Staff:
Profession:
Date of Birth:
Years with Firm/Entity:
Nationality:
Key Qualifications:
[Give an outline of staff members experience and training most pertinent to tasks on assignment. Describe
degree of responsibility held by staff member on relevant previous assignments and give dates and locations.
Use about half a page.]
Education:
[Summarize college/university and other specialized education of staff member, giving names of schools, dates
attended, and degrees obtained. Use about one quarter of a page.]
35
Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held by staff
member since graduation, giving dates, names of employing organizations, titles of positions held, and locations
of assignments. For experience in last ten years, also give types of activities performed and client references,
where appropriate. Use about two pages.]
Languages:
[For each language indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly
describe me, my qualifications, and my experience.
Date:
[Signature of staff member and authorized representative of the firm]
Day/Month/Year
Name
Position
Reports Due/Activities
Subtotal (1)
Subtotal (2)
Subtotal (3)
Subtotal (4)
Full-time:
Reports Due:
Activities Duration:
Part-time:
Signature:
(Authorized representative)
Full Name:
Title:
Address:
37
1st
2nd
3rd
4th
5th
6th
7th
8th
9th
10th
11th
12th
Activity (Work)
_______________
_______________
_______________
_______________
Date
1.
Inception Report
2.
3.
Draft Report
4.
Final Report
38
4A.
4B.
Summary of costs.
4C.
4D.
4E.
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
Currency(ies)1
Amount(s)
Subtotal
Local Taxes
______________________
Activity No.:_____________________
Description:_____________________
Price Component
Currency(ies)
Amount(s)
Remuneration
Other costs
Subtotal
____________________________
Names
Position
Input2
Name:______________________________
Remuneration
Currency(ies) Rate
Amount
Regular staff
Local staff
Consultants
Grand Total
___________________
Description
International flights
_____________________________
Miscellaneous travel expenses
3.
Subsistence allowance
4.
5.
6.
7.
8.
9.
Software
Grand Total
Name:_____________________
Unit
Trip
Quantity
Unit Price In
Total Amount In
Trip
Day
________________
Local transportation costs are not included if local transportation is being made available by the Client. Similarly, in the project site, office rent/accommodations/clerical
assistance costs are not to be included if being made available by the Client.
44
Project Description
For purposes of these TOR, the GUMPP Priority Investment Projects are hereinafter referred to as the
Project.
The GUMPP Priority Investment Projects programme will be implemented in four (4) Assemblies as
follows:
1. Sekondi -Takoradi Metropolitan Assembly Western Region of Ghana
2. Ho Municipal Assembly Volta Region of Ghana
3. Tamale Metropolitan Assembly Northern Region of Ghana
4. Kumasi Metropolitan Assembly Ashanti region of Ghana
The consultancy assignment has been packaged into two (2) separate contracts:
1. One comprises GUMPP Priority Investment Projects in the Sekondi -Takoradi Metropolitan
Assembly - Western Region of Ghana and Ho Municipal Assembly Volta Region of
Ghana and the other;
2. Comprises GUMPP Priority Investment Projects in the Tamale Metropolitan Assembly
Northern Region of Ghana and Kumasi Metropolitan Assembly - Ashanti Region of Ghana
This consultancy assignment comprises GUMPP Priority Investment Projects in the Tamale
Metropolitan Assembly Northern Region of Ghana and Kumasi Metropolitan Assembly - Ashanti
Region of Ghana. The lists of proposed GUMPP Priority Investment Projects are as shown below:
AFD Funding
AFD funding will support the following items:
1. Investments in public infrastructure and facilities:
Tamale Metropolitan Assembly Northern Region of Ghana
a) Construction of 1.5 km storm Drain and Retention Pond at Gumani
b) Upgrading Aboabu Market and Heavy Goods Vehicle Park
c) Rehabilitation of Tamale Abattoir
d) Construct School Toilet and Public Toilet Facilities
e) Upgrading Tishiegu and Moshie Zongo Local Communities
Kumasi Metropolitan Assembly Ashanti region of Ghana
a) Redevelopment of New Agogo (Atonsu) to Southern Trading Centre
b) Redevelopment of Old Tafo Market
c) Redevelopment of Asawase Satellite Market
d) Extension of Sanitary Landfill
2. Undertake Feasibility Studies (FS), an EIA, EMP and RAP, as well as Final Designs (FD).
Scope of Work
Overview
The objectives of the assignment are to carry out a Feasibility Study, Environmental and Social Impact
Assessments, Final Detailed Engineering Design, and Construction Supervision for the GUMPP
Investment Projects. The feasibility study shall determine the technical and economic feasibility of
proposed projects, taking into account environmental and social aspects. Depending on the results of
the feasibility study, the Consultant shall undertake detailed engineering design, and preparation of
tender documents as described in the GUMPP Manual of Procedures and according to Ghana
Procurement Guidelines.
The Consultant shall carry out all the tasks necessary to achieve the defined objectives. The services
shall be carried out in the following stages,
Stage A1:
Preparatory works, Feasibility study, including the preliminary design/design review,
cost estimates, assessment of environment and social impacts and preparation of
environmental management plans and RAP framework documents for GUMPP
Investment projects for Tamale and Kumasi MMAs.
Stage A2:
Detailed engineering design, including full resettlement action plan, and evaluation of
pre-qualification documents and preparation of bidding documents for GUMPP
Investment projects for Tamale and Kumasi MMAs.
Stage B1:
Construction Supervision for GUMPP Investment projects for Tamale and Kumasi
MMAs.
Stage B2:
Attendance during the Defects Liability Period of GUMPP Investment projects for
Tamale and Kumasi MMAs.
Due to the fast-track nature of the project, some Stage A2 activities, such as field surveys, drafting of
some standard bid documents and standard technical specifications, etc., are expected to start while
Stage A1 studies are still on-going. Stage B1 and B2 services are to be considered in the Consultants
proposal.
MLGRD will provide the Consultants with available data relevant to the study objectives and
services. The Consultant shall, however, be solely responsible for the accuracy, analysis and
interpretation of all data received and for the recommendations in the reports.
Redevelopment of Old Tafo Market into Modern Trading Centre for the Northern Part
of Kumasi
Project objective:
1. To reduce congestion in the Central Business District (CBD) of Kumasi
2. To increase economic activities in the pro-poor areas of the metropolis
3. To increase revenue for the Assembly
4. To reduce the travel cost and time for citizens from the Northern parts of the city to transact
business.
5. To improve the aesthetics of these communities
6. To serve as offices for the Substructures of the Assembly.
The redevelopment of the Old Tafo market will provide a modern place for the exchange of goods and
services for the Northern part of the city as well as reduce the congestion in the CBD.
It is expected that people living in the Northern part of the city, namely, Old Tafo, Buokrom,
Pankronu, Atimatim and the towns around the adjoining Kwabre District will have a modern facility
for trading activities. It is envisaged that upon completion of the project 15% of the population of in
the metropolis will have a modern trading centre. The provision of this facility will complement and
complete the on-going Urban Environmental Sanitation Project (UESP II) financed community
upgrading projects at Old Tafo and Ayigya in the Tafo and Oforikrom Sub-Metropolitan areas.
The existing market consists of single/two storey lock-up shops at the periphery of its boundaries
along the main road. There are other individual table top sheds, most of which are temporary in
nature, a meat shop etc. Also available are other facilities such as electricity, water, telephone etc. The
type of trading activities in the market observed are made up of the following: Food, textiles,
clothing/sewing accessories, household goods, pharmaceuticals/chemical sellers/stationery, services
hair dressers, chop bars etc., light manufacturers and other items like domestic fuel wood, charcoal
etc. which are mostly displayed in the open. There is inadequate accommodation in terms of needs.
This is manifested in the congestion and lack of sufficient space to display wares and the sprawls of
lanes and shop frontage.
The Modern Trading Centre will have the following facilities: Stalls, Warehouse, Supermarkets,
Restaurant, Shops, Toilet facilities, Banks, Sub-Metro Offices, Pharmacies, Gyms, Police Station, a
Nursery, an Auditorium, a Post Office, an ICT Centre, a Library, Lifts, a Bus Terminal, Landscaping,
fencing and other works.
Besides the Modern Trading Centre (market) will:
Create employment for a variety of groups.
Create an orderly city environment and the creation of places of distinction
Provide a pleasant shopping experience one stop shopping
Provide the necessary densities to ward off criminal activities during the hitherto quiet hours
(eyes on the street)
Create Urban vitality and street life
Provide a comfortable and stimulating environment that that encourages social interaction
Develop 24-hour-service outlets that support leisure-shopping
Enhance the citys revenue
Buildings
EIA / SIA
Small building
works
Statutory
approvals
Utilities
Income
generating
Civil Works
Capacity
building
Project
Compensatio
n
Resettlement,
Demolition
Table 1
1.5 KM stretch of
reinforced
concrete lined
drain, retention
pond for dry
season gardening
and water
reservoir
Roads, paved
areas, drains &
water systems
Lighting,
power,
telecoms,
water supply
No
Water,
electricity
No
No
Yes
Minimal
Yes
Yes
Yes
No
Yes
Yes
Yes
No
No
Yes
No
Minimal
Community
participation &
development
Yes
Yes
Prepare
strategic &
land use plan
Yes
Lifts,
Management,
operations,
maintenance and
revenue management
systems
Yes
Yes
Yes
Yes
No
No
No
No
No
No
Minimal
2.
3.
Road access,
parking & paved
areas
Yes
5 additional new
cells
No
None
Project
Works
Small Works
Community / Upgrading /
labour intensive
Goods
Services
2.
3.
Yes (lifts)
58
Proper design is vital to the successful operation of a landfill disposal facility in even
the most suitable location. All technological alternatives which meet requirements of
the proposed landfill should be reviewed prior to incorporation into the design. The
design should produce a landfill capable of accepting given solid waste materials for
disposal. To serve as a basis for design, the types and quantities of all refuse expected
to be disposed of at the landfill should be determined by survey and analysis.
b.
c.
59
60
The relocation design should ascertain the least impact and least cost to the overall drainage
project.
Other Design Requirements
The Consultant shall cooperate with any other studies being undertaken for development in
the corridor and shall take every effort to accommodate connections with other facilities that
may be proposed.
The designs shall incorporate the findings of the EIA, SIA and RAP described above
The Consultant shall develop the design/specification of any necessary ancillary items not
covered elsewhere in these Terms of Reference.
Traffic Control during Construction
A detailed scheme for the management of the traffic flow shall be developed to ensure that
vehicle and pedestrian movement is properly handled during the construction period. This
plan shall include details of the location and design of by-pass lanes, temporary structures,
barriers, signs, signals and other physical features necessary to accommodate traffic flow
during construction. In addition to the design plan, the Consultant shall prepare a traffic
operations plan detailing the construction sequencing, public information announcements, use
of traffic control devices and other activities designed to minimise traffic disruption.
Preparation of Drawings, Specifications, Cost Estimates, Bid Documents and Design
Report
Drawings
The Consultant shall prepare the following engineering drawings for the project using format
and title sheets as required by GHA/DUR, with the originals becoming the property of
MLGRD.
Location Plan(s): Showing the context of the drainage in relation to the city and the
surrounding region
Plans and Profile, scale 1:1000/1:100: Showing natural ground levels, running
chainage, cross-sections, side drains location, description and references to all
drainage works, location of bench marks and any other relevant information in the
format approved by AESEL/GHA/DUR
Bridges, scale 1:100 and 1:50/20 for more detailed elements: Showing all the
details for construction of a bridge superstructure and sub structure, as well as
any protection works.
Culvert details, scale 1:50: Showing details of all types of culverts, their inlets
and outlets and any necessary protection works.
61
Soil Plans: Showing the location of borrow and quarry sites and characteristics
of soil for various sections of the route using the appropriate scale.
Temporary Traffic Management Plans: Showing details of the location of bypass lanes, temporary structures, barriers, signs, signals, pavement markings
and other physical features necessary to accommodate traffic flow during
construction.
Design storm;
Performance criteria: flow, pipe-full design, velocity restrictions, allowable street
ponding depths,
Storage draw down time, real time control operating rules and control parameters;
Sewage generation factors;
Population densities;
Storm runoff factors, imperviousness and ground slopes;
Weeping tile drainage methods proposed (not permitted to sanitary sewers);
Storm water handling and treatment facilities and contaminant removal capabilities;
Pollutant/contaminant possibilities; and any proposed exception to City standards.
Such proposals are to be adequately justified and will require specific approval by
Drainage Services.
Upgrading Infrastructural Facilities within Local Communities
The design for the upgrading shall ensure that, the communities are cohesive in terms of
appearance and function within the city. Furthermore the projects will have to be considered
within the context of their surroundings and that they should be consistent with an overall
design concept that considers the interrelationships of buildings, parking, open space,
pedestrian movement and existing site features. Additionally it must be carefully designed to
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
62
eliminate land-use conflicts and reduce traffic congestion. The preservation of historic
buildings and sites if there are any is important to the city as they work to preserve their
cultural and ethnic heritage.
The neighborhoods must be designed to supply a variety of affordable, quality homes along
with a full range of services and amenities which make the neighborhoods unique.
The upgrading is to address accessibility requirements for the design and construction of new
facilities, as well as the retrofit, alteration or addition to existing facilities, owned, leased or
operated by the metropolis.
The plans and regulations must accurately reflect the communitys desires, resulting in a clear
direction for the citys future and rapid approval of proposals which follow those plans.
In general the design shall consider the following:
will identify the key interest groups within each of the Tishiegu and MoshieZongo
local communities and develop a brief and clear strategy for initial engagement of the
community, and other key stakeholders, in the processes of developing the upgrading
plans. The strategy for initial engagement of the community will be tested and refined
during Stage 1 and will be elaborated and presented as an important part of the
Consultants Stage 1 Strategic Framework for Community Engagement and
Development. This output will have two parts: a detailed part describing the strategies,
activities, outputs, resources required timing, targets, outputs and expected impacts for
Stage 2 (Preliminary plan) and 3 (Detailed plan) preparation stages and a less detailed,
part describing strategies & expected impacts for Stage 4 implementation.
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
63
2. Stage 2 Preliminary Plan: Elaborate the Stage 1 Strategic Framework and present a
and Development Plan and present a Final Community Engagement and Development
Plan (as a part of the overall detailed upgrading plan and detailed design
documentation for each village), including a community education and awareness plan
for implementation in Stage 4.
4. Stage 4 - Implementation: Support implementation of the approved Tishiegu and
b)
Critical in building the support of communities, urban councils and government is that there
are no hidden agendas and that communication is frequent, honest, consistent and complete.
This requires, for instance, that: a) recognised community leaders (elected representatives,
church leaders, older men and women, youth leaders, etc.) support the project, understand its
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
64
elements - and challenges - and clearly communicate their support; and b) technical personnel
involved, including the Consultants team have a similar approach and there is continuity and
consistency in who is communicating and how.
Land Use Planning, Land Occupation and Resettlement:
1. Land Use: Based on an agreed strategic framework for upgrading the Tishiegu and
MoshieZongo local communities the Consultants will, with the local land planning
board, prepare a detailed land use plan that is to be submitted as a key output at the
end of the Stage 3 preparation period. The DLUP will define public and private space
on the ground and will be physically identified on the ground during Stage 24. The
Detailed Land Use Plan will establish property boundaries for placing of identifiable
boundary markers.
2. Generally it will be more important to move to a conclusion with community
Plan will require a process of community negotiation that involves compromise and
use of rewards and incentives as well, possibly, of penalties and enforcement of rules.
The upgrading plan may offer incentives and rewards (for instance in improved
services, job creation initiatives and home improvement support, either in the village
areas or elsewhere) that may be linked to agreement with other initiatives that are in
the overall community or public interest.
4. Land Occupation: It is not intended that the Consultants will address the issue of land
occupation rights.
5. Voluntary and Involuntary Resettlement: The principles that will be applied in all
where this is unavoidable in order to meet the objective of providing basic services to
residents. If involuntary resettlement is necessary and justified the Consultants will
4
For instance: the main access routes and movement (pedestrian, vehicular) corridors, routes for
provision of water, sanitation, drainage, sewer, road and footpath, etc. using stakes and string for example.
65
take into account that involuntary resettlement may cause severe long-term hardship,
impoverishment, and environmental damage unless appropriate measures are carefully
planned and carried out. For these reasons, the overall objectives of the GUMPP
regarding involuntary resettlement are:
a. Involuntary resettlement should be avoided where feasible, or minimized,
exploring all viable alternative project designs.
b. Where it is not feasible to avoid resettlement, resettlement activities should be
conceived and executed as sustainable development programs, providing
sufficient investment resources to enable the persons displaced by the project
to share in project benefits. Displaced personsshould be meaningfully
consulted and should have opportunities to participate in planning and
implementing resettlement programs.
c. Displaced persons should be assisted in their efforts to improve their
livelihoods and standards of living or at least to restore them, in real terms, to
pre-displacement levels or to levels prevailing prior to the beginning of project
implementation, whichever is higher.
Public Health: It is expected that an impact of the GUMPP community upgrading component
will be improved health of the Tishiegu and MoshieZongo local communities. Impacts should
be measurable and be linked to Millennium Development Goals and GOG/Kumasi MMA
goals and targets. While contributors to unacceptable health conditions certainly include water
and sanitation services, it is probable that a wide range of conditions and practices contribute,
including poor housing quality, lack of health knowledge, generally overcrowded conditions
that involve sharing space with livestock and low incomes which contribute to poor diet. The
Consultant may, as part of the Detailed Land Use Plan put forward guidelines to introduce
programmes aimed at behaviour change.
General Considerations:
1. The Consultants will need to bear in mind at all times the issues of:
66
3. It may be necessary that systems proposed, for instance for sanitation (although other
infrastructure could also be approached in this manner), that demonstration models are
developed at an early stage, possibly in Stage 3, so that both technical and attitudinal
aspects can be tested. Demonstration models may also be needed for use in
community education and awareness campaigns in Stage 4, implementation.
4. The Consultants should bear in mind the potential for involving local contractors and
will record their experiences and practices briefly and succinctly - in documentary,
power point presentation and audio-visual form. Recording processes, before/after
situations and key events will serve a number of purposes:
a. Illustrating upgrading issues and experiences to other communities who may,
for instance participate in scaling-up upgrading in later phases;
b. Help build widespread political, administrative and civil society support for the
project approach; and
c. Information and knowledge exchange with other donors and other West
African region countries that are also facing, or may in the future face urban
renewal.
Upgrading of Market and Heavy Goods Vehicle Park
Conduct Economic Viability of the Investment;
Market and Heavy Goods Vehicle Park
Carryout the design of the of the Market and Heavy Goods Vehicle Park
Prepare bidding documents and along with the assistance of the Technical
67
1. Study for the pattern and types of cargoes transportation in Tamale and international
both in the past and present including cargoes forecast.
2. Study for problems and difficulties of the operation of the Heavy Goods Vehicle Parks
in the Metropolis
3. Analyse the necessity and potentiality for the provision of Heavy Goods Vehicle Parks
in the Metropolis
4. Analyse the procedure of collecting and distributing the cargoes and volume of the
cargoes in the Metropolis.
5. Using the following criteria for the provision of Heavy Goods Vehicle Park:o Undertake the study of a suitable location and size of the Heavy Goods Vehicle
Park
o Study a suitable pattern with respect to other facilities
o Planning and estimating the preliminary costs
o Analyse for economic and financial return and preliminary investment of
Heavy Goods Vehicle Park
o Analyse the investment and management for Heavy Goods Vehicle Park
o Analyse the impact and benefit for socio-economic and environment
o Study of law, regulations and other agreement concerned
o Recommendation for the procedure of how to collect, separate and distribute
the cargoes completely
6. Study for management pattern of Heavy Goods Vehicle Park which is sufficient and
successful in other countries and possible to be adopted for Heavy Goods Vehicle Park
in the Tamale Metropolis.
Market
1. Consider basic design principles that include space standards, choice of materials and
structures and the impact of the climate (rainfall, temperature, wind) etc.
2. At the detailed design stage it will be necessary to develop more precise descriptions
of the different sections of a market, distinguishing between
Fresh fruit and vegetable trading areas
Meat, fish, poultry and egg sales
Sales of grains and spices
Sales of cooked food
Other non-food sales, such as clothing and household goods
General circulation areas (internal and external) and
Other uses, such as storage, administration, public toilets etc
3. Design issues to be included in the accommodation brief;
The Site
Main features of the location and the access to the site(s)
Main features of the site(s), in terms of terrain and the availability of mains service,
such as drainage outlets, potable water, telecommunications and electricity
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
68
Planning, environmental and other constraints that are likely to affect the project
Specific requirements by statutory authorities for relating buildings to the site, such
as sight and building lines, service easements or minimum building heights
General Requirements
The critical dimensions and standards to be used typically a target turnover per
square metre
Specific groups of functions envisaged
Basic accommodation requirements
o Office accommodation for market staff open plan or cellular
o Catering facilities, first aid, banks, post office, telephone booths and other
public spaces
o The overall number of parking spaces; and
o Sanitary accommodation and waste disposal method
Specific constraints in relation to point-of-site access and internal traffic
circulation
Type and quality of internal (air conditioned/heated) and external (covered/open)
environments are envisaged
Specific provisions required under legislation, market regulations or the individual
stall leases
Individual Users Requirements
Range of floor space per user adequately defined
Specific requirements, such as space for cool rooms, banana/plantain repening
rooms or facilities for special equipment
Specific security requirements, such lock-up stalls
Any specific parking requirements for users or staff etc.
Construction of School and Public Toilet Facilities
Studies conducted on different toilet facilities provided in most schools and
communities have revealed that there are some challenges with the latrines. Poorly
designed, constructed and unmaintained latrines have resulted in unacceptable
hygienic conditions and serious environmental pollution and degradation.
Therefore the design of the school and public toilets should not only aim at
constructing environmentally acceptable sanitation facilities that meets the hygienic
standards required by GUMPP but should also factor and include the following:
That at all places, cleaning and maintenance of the system was regular and latrine
systems would function as designed.
69
There is no sludge build-up thus eliminating the need for the excavation of large
tanks to deposit waste water and sludge or sludge dislodging
Construction/Rehabilitation of an Abattoir
Slaughterhouse Premises
Modern abattoirs have a proper abattoir design, equipment and services. Proposed abattoirs
will be operated on industrial lines like a process type industry with a wide range of services
featuring cold storage, processing, proper byproduct utilization and waste management
activities.
Site Selection
Slaughterhouses should be situated at a distance from the residential areas. This is to prevent
possible inconvenience to the residents, either by way of pollution from slaughter wastes or
by way of nuisance from noise or stench/smell.
Conversely, remote location secures the premises from contact and likely contamination from
residential units close by. Nevertheless, some proximity to the city or town should be
maintained to take advantage of vital services such as power and water supplies.
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
70
Another feature of the area selected is that it must be open, treeless and with air currents to
provide for natural lighting and ventilation as dark environments can cause lapses in hygiene
while stagnant air can induce growth of germs on meat and meat handling equipment. Trees
also attract birds, which are agents of contamination.
Slaughterhouse premises near waterlogged areas must be avoided. Evidently, such sites can
raise sanitation problems as in the breeding of mosquitoes and stagnation of wastes. Where
possible, the location of the plant should be made at a higher elevation relative to the
surroundings.
Location near watercourses or inland bodies of water such as rivers, lakes and lagoons is also
inadvisable. This is to avoid the temptation of discharging wastes into the waters with
consequent pollution and cross-contamination of the premises. Liquid waste can, however, be
discharged into these waters provided it is treated and rendered safe for aquatic life or for
humans using the waters.
Land and Building
Adequate area should be acquired for the construction of Abattoir. Details of proper land
utilization should be clearly spelt out
Materials for Construction and Installation
The general principle regarding the choice of materials for constructing and equipping
slaughterhouse is that the materials must be durable and be able to resist deterioration or
destruction from external influences such as the weather, air, steam, water and insects. This
means that materials such as swish; wood, thatch and corrugated iron are undesirable. Instead,
brick, stone, reinforced concrete, asbestos, tile and slate should be used.
For the operating chambers, materials used must not be pervasive to water and blood or
stained by fat; glazed tile or a hard smooth material should be used for the walls to facilitate
cleaning and prevent absorption of moisture and fat. A similar principle should apply to the
selection of equipment for the chambers; stainless steel, galvanized metal and aluminum are
good choices for metal fittings or furnishings while plastics may suit containers and working
surfaces.
OPERATIONAL PROCESSES
Lairage
The design should have a lairage including water facility to ensure that animals are given rest
for at least 12-18 hours before slaughtering.
Slaughtering
Slaughtered animals must be positioned first for bleeding and the design must make provision
for the free flow and passage of blood. A vertical or hanging position is achieved by shackling
below the hock of one hind leg and hoisting the animal (head down) to a convenient height.
Alternatively, the animal can be placed horizontally on a concrete slab or a sturdy plastic
pallet for bleeding. Hoist bleeding is more hygienic and is recommended. It also facilitates
collection of blood for further use.
71
Skinning
In cutting open the animal body to dislodge the contents and produce the carcass. It is
important that the carcass remains or is placed in the hanging position on railing.
Post-mortem Inspection
The design should take into consideration that inspection will be carried out by professional
veterinarians and public health inspectors. A laboratory on the premises of the abattoir will
help facilitate work of the professionals to examine the slaughter products for evidence of
disease and abnormality and reject/eliminate them from the public meat supply.
Rigor Mortis process
Enough air by fans should be provided to carcasses for at least 2-4 hours in a separate room
before chilling.
72
Lairage
Anti-mortem
Dirty Process
Evisceration
Post-mortem
Clean Process
It is essential to provide adequately trained staff to carry out the above processes and improve
slaughter hygiene and meat quality, reduce raw material losses, increase utilization of byGUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
73
products, and thereby increase profitability. To meet this objective, proper training is required
for the meat workers who are to operate these facilities. The type of personnel needed is
suggested below.
General Manager, Accountant, Drivers, Personnel & Administrative Officer, Peon, Gardener,
Security Guards, Operation Salaries, Veterinary Doctor, Nutritionist, Lab technician, Un
Skilled labour and Helper Slaughterers
FACILITIES, EQUIPMENTS AND TOOLS
74
75
Alignment Studies
The Consultant shall abstract existing road alignment and condition survey data from available
information. This shall be followed with field surveys for the establishment of the road centre line
with particular attention given to characteristics of the alignment such as low and high points of
vertical alignment, substandard curves, deep cuts, high fills, and overtopping sections. Particular
attention is also to be given to minimisation of impact to property along the selected route. Where
potential improvement in alignment is envisaged, the coordinates of the locations will be captured.
The Consultant shall capture the coordinates of locations of, drainage structures, overtopping sections,
villages, towns, markets, public services facilities, cultural and religious facilities, etc.
Pavement Studies
The Consultant shall carry out a preliminary pavement design on the basis of sub grade characteristics
and design traffic loading for the design period. The design period shall be 20 years and consistent
with that used for the economic analysis. The Consultant shall use the design methods for pavement
design as specified by GHA/DUR. The recommended pavement structure with respect to the type and
thickness of structural layers as well as the type and thickness of surfacing will be derived. However,
the final decision on the type of pavement designs will depend on the results of the economic analysis.
Structural Studies
The Consultant shall identify all major structures on the project road and, for each such structure, shall
carry out a detailed condition survey in order to assess the adequacy of the structure for hydraulic
capacity, anticipated serviceability and the requirement for repair, rehabilitation, widening and
reconstruction of structures to enable them to be incorporated into the project road.
Where possible, the Consultant shall identify the date of construction, the standards used for the
design, and the loading standards used in the design.
The survey shall include, but not be limited to:
Dimensions (width, length, number of spans, height and associated vertical clearance, channel water
depth);
Type of structure (concrete, steel, timber);
Condition of superstructures
Condition of substructures and bridge bearings;
Erosion around piers, abutments, and banks;
Guard rails, approach slabs and traffic safety conditions; and
Hydraulic capacity and highest water levels.
The Consultant shall prepare an inspection report for each structure detailing the results of the
inspection, and based on this, recommend:
Whether the structure can be retained and incorporated into the project road
Any repairs or rehabilitation works required to enable the above.
The Consultant shall prepare preliminary designs for widening existing structures and for
construction of new structures, such as bridges, retaining walls, etc.
Drainage Studies
The Consultant shall undertake desk studies from available information on the drainage
condition along the project road. The Consultant shall also carry out a visual survey to assess
the functionality and deficiencies of existing drainage structures such as side drains, mitre
drains, pipe and box culverts, vented drifts, bridges, etc. Where ponding, drainage
bottlenecks, or overtopping are observed, the Consultant shall assess the requirement for
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
76
additional cross drainage structures. This task will include the preliminary design of new
drainage structures.
Road Safety and Disability Access Studies
The Consultant shall identify all possible accident and hazardous spots and incorporate in
their design, measures to improve any dangerous locations identified. Improved layout and
visibility at junctions, proper separation of pedestrians and cyclists from the vehicular traffic
and the provision of pedestrian crossings, bus bays and parking areas shall be included in the
design as necessary. Other measures to be considered include access for the disabled. The
location and type provision shall be considered in consultation with both the local authorities
and a representative cross section of local residents, employees and community groups.
Traffic Control at Junctions
A preliminary traffic engineering design shall be carried out to specify the necessary traffic
control features. This design shall include traffic analysis including where appropriate,
preliminary design traffic forecasts for major intersections. Based on the traffic analysis, the
Consultant shall conduct intersection capacity and related traffic studies to determine the
location of signs, signals, as necessary, pavement markings, facilities for pedestrians and nonmotorised traffic around populated areas and other control features.
Utility Relocation
The Consultant shall review existing utility drawings (water, electricity, telephone, etc.) and
undertake a preliminary utility survey (above and below ground), and, in consultation with
Utility Companies, determine preliminary utility relocation requirements.
Assessments of Work Quantities and Costs
The Consultant shall give estimates, in local currency components, for construction quantities
and costs of the different options, which shall also include environmental management and
social costs and utility relocation costs.
The Consultant shall consider alternative pavement design standards and alignments
including, if desirable, realignment of sections of the route, as a basis for the economic
evaluation and shall prepare financial and economic cost estimates for the proposed
alternatives. This will include physical and price contingencies, estimated mitigation cost of
EIA and RAP, and construction supervision cost for a period of analysis considered
appropriate for the investigations being evaluated.
Road Maintenance Considerations
For road maintenance costs for the different identified options, the Consultant shall ensure
that such costs are strictly related to current and forecast traffic volumes. The Consultant
shall detail in the reports all data assumptions and parameters used to develop the estimates of
current and future road maintenance costs.
The Consultant shall study all available information on the road maintenance costs and update
the estimates of such costs for both without and with the project options.
The Consultant shall review existing maintenance practices of GHA/DUR, and recommend
measures to ensure that the completed project will be properly maintained.
77
Economic Evaluation
The Consultant shall carry out sensitivity analysis for the recommended alternative showing
variations of NPV and EIRR assuming construction costs variation of +10% and +20%; and
variation of traffic levels over the life of the project of +10% and +20%. The sensitivity
analysis shall also include a switching value analysis for construction costs and traffic levels.
The Consultant shall include a study of the indirect economic benefits to the corridor and
analyse returns with and without these indirect benefits.
The Consultant shall also develop a risk assessment in order to highlight the likelihood of an
unsatisfactory outcome. The risk analysis methodology shall provide a framework within
which it is possible to identify the most likely outcome of a series of relationships based upon
the possible values of the input variables to those relationships.
The Consultant shall rank the results of different options and make recommendations to
MLGRD for their consideration.
The Feasibility Study Report for the road shall include:
78
1: 250
bridges/culverts
The intervals for levels in the profile should not be more than 100 metres. In addition to the
hard copies of the drawings, the Consultant shall prepare and submit to MLGRD soft copies
of design drawings, together with the Digital Terrain Model (DTM) in DXF or DWG format.
In addition to the above, the Consultant shall submit to MLGRD the soft copy for the
following files from HDM-4 workspace for further verification:
Vehicles.dbf
Improves.dbf
Annual works.dbf
HDM-4 rundata.dbf
Objects. data
The models and/or calculations used in the economic analysis shall also be made available in
a compact disc compatible with MS Windows software. The Consultant shall also prepare an
executive summary, highlighting most important findings from the studies, conclusions and
recommendations.
Roads and drains Supervision & Defects Liability
Resident Supervisor of Works
The Resident Supervisor shall be formally appointed, qualified licensed entity, consisting of
one or more technical staff depending on the value and scope of works, normally from within
the DPCU, who will be responsible for the continuous close and detailed supervision of all
works in the provision of full supervisory services, to ensure that the works fully meet the
demand for efficient and effective construction within the parameters of the contractors bid
and the Special Conditions and Conditions of Contracts and for contractual administration of
the works i.e. quality control, testing, measuring, monitoring of progress, cost and for
general contractual administration, and for all other duties as prescribed in the Resident
Supervisors duties.
Duties of Resident Supervisor during the Works phase
The Resident Supervisor will provide full supervisory services (utilising the services of the
local consultants as required) on behalf of the DPCU/LGCU and assist in the technical and
financial control of the Works. He will establish a Project Monitoring Procedure that meets
the demand for efficient and effective construction supervision and contract administration of
the works i.e. quality control, monitoring of progress and cost and contractual
administration. Facilities will be provided by the Works Contractor to enable the Supervisor
to perform his tasks on site as prescribed in the bid documents.
A suggested list of duties of the Resident Supervisor is contained in the Annex XX of this
manual.
Duties of Resident Supervisor after completion of the Works phase
After completion of the works, the Supervisor will inspect the Works periodically and at the
end of the Defects Liability Period, he will prepare and issue the Final Payment Certificates,
verify the Contractors Final Statements, issue the Defects Liability Certificates, close the
Works Contracts and finalize the Final reports.
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
79
1999
1994
Environmental Assessment Regulations (Legislative Instrument n1652) and 2002 Amendment (Legislative Instrument
n1703).
Environmental Protection Agency Act (n 490).
Table 3
80
Medium risk
(category 2)
High Risk
(category 1)
Environmental and
social
impacts are
expected to be
negligible
Environmental and
social impacts can be
readily identified and
standard preventative
and/or remedial
measures can be
prescribed
Strategic Plan
Construction of a school
Slaughterhouse
Assessment
Further assessment
in the feasibility +
impact notice
Environmental impact
assessment +
environmental
management plan
Environmental and
Social Requirements
Compliance with
applicable local
laws
Compliance with
applicable local laws
If necessary, remedial
measures to be included
into the loan contract
Environmental and
Social Impact
Examples
The SC has to ascertain the adequacy of addressing this issue in granting its approval.
In project preparation the EIA or the Feasibility Study will address the environmental impact
of the proposed development and mitigation measures as required. The Feasibility Study
would propose a mitigation plan and also consider implementation capacities of the MMDA
and ascertain what measures are required to verify that mitigation measures are implemented
(Environmental Management Plan).
The GSU will fully support the MMDA in ensuring that full compliance with environmental
standards are met.
Environmental health standards
Environmental health standards relate to hygienic conditions, preventive health measures and
other regulations and provisions which ensure adequate health standards in the operation of
infrastructure facilities. It includes the hygienic standards in market operations, environmental
housekeeping in SMEs, storage and handling of meat in slaughterhouse operations and other
interventions. There is presently no overall regulatory framework in Ghana for addressing
environmental health issues in infrastructure works as a single issue, but provisions are
contained in the national sanitation policy of 1997, the social protection strategy, LEAP and
other provisions.
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
81
The MMDA will ascertain that each proposal will address environmental health aspects with
the objective to ensure a positive environmental health impact. Such interventions do not
relate only to the project, but will encompass the wider environmental health aspects; e.g.
sanitary rules for construction of slaughterhouse are supplemented by supporting regulations
on handling, transport and storage of meat produce.
Social provisions and employment
Social provisions and employment generation are based on the principles on the compensation of those
negatively affected by project activities and the maximization of employment through the labourintensive construction of project works and other provisions which maximize the social impact of the
GUMPP interventions. Enforcement relates to due diligence of measures to adequately compensate
those affected or displaced by project activities, health and safety arrangements at work sites, labourintensity of works and other arrangements. There is presently no overall regulatory framework in
Ghana for addressing these issues. However, provisions are contained in the environmental assessment
procedure, the social protection strategy and other relevant local bye-laws and regulations and will be
supplemented where necessary by GUMPP regulations.
All employment generation will comply with internationally recognized labour standards, including
the fundamental conventions of the International Labour Organisation (ILO) ratified by Ghana.
In case of involuntary resettlement, the MMDA will apply the Worlds Bank Operational Policy 4.12
and its Annex A.
Scope of Work
Task 1 Description of the Proposed Project
The Consultant shall provide a brief description of the relevant parts of the project using maps of
appropriate scale where necessary and include the following information:
Project justification;
Location;
General layout, size, and capacity;
Area of influence of the road works;
Pre-construction activities;
Construction activities;
82
The Consultant shall specify any other type of information relevant to the description of the
project category.
Task 2 Scoping
The scope and detail of the project description information shall be sufficient to allow
quantitative assessment of the environmental consequences.
The EIA and SIA shall address:
1. Timing,
2. All impacts;
3. Mitigation options; andResidual effects relevant to the assessment of the Project
including, as appropriate, those related to other operations in the vicinity of the
Project. Impact predictions should be presented in terms of magnitude, frequency,
duration, seasonal reversibility, and geographic extent.
It shall discuss measures to:
4. Prevent or mitigate impact;
5. Assist in the monitoring of environmental protection measures; and
6. Identify residual impacts and their significance, including cumulative and regional
development considerations.
If the scope of information varies among components or phases of the Project, the Consultant shall
provide a rationale demonstrating that the information is sufficient for EIA and SIA purposes.
The Consultant shall develop a brief Scoping Report covering the above issues. The Consultant will
use appropriate environmental checklists as a framework to identify key potential impacts (positive
and adverse) of the Project will carry out comprehensive consultation with the public and all
stakeholders. The Consultant will submit the Scoping Report to MLGRD for comment, and address
any requirements or shortcomings identified by MLGRD, Ghana EPA, or other cognisant agencies
prior to beginning the main tasks of the EIA, which follow.
83
84
analysing and assessing environmental and social impacts. Uncertainties concerning any impact shall
be indicated.
The Consultant shall conduct an assessment of how men and women may be impacted differently
(both positively and negatively) by the project according to gender differences and inequalities. This
review should be considered in the context of the Gender guidelines developed by the GUMPP
Support TA 7. The study shall include the road section influence to the lives of men, women, children,
the elderly and disabled so as to come up with a quantifiable analysis of the benefits which will accrue
to them during and after the road construction.
Which are developed with reference to GoG gender policies and AFD Gender Policy
85
social management and monitoring plans. The recommendations may cover such diverse topics as
new laws and regulations, new agencies or agency functions, inter-sectoral arrangements, management
procedures and training, staffing, operation and maintenance training, budgeting, and financial
support.
The Consultant shall prepare detailed arrangements to monitor the implementation of mitigating
measures and the impacts of the project during construction and operation, including in the plan an
estimate of capital and operating costs and a description of other required inputs.
The EIA and SIA reports should be concise and limited to significant environmental issues. The main
text should focus on findings, conclusions, and recommended actions supported by summaries of the
data collected and citations for any references used in interpreting data. Detailed or un-interpreted
data are not appropriate in the main text and should be presented in appendices or a separate volume.
Unpublished documents used in the EIA and SIA may not be readily available and should also be
assembled in an appendices. The EIA and SIA reports shall be structured according to the outline
below.
Executive Summary
Introduction
Description of the Proposed Road
Description of the Scoping Process
Description of Environmental or Social Setting
Policy, Legal and Administrative Framework
Public Consultation
Description of and Selection of Alternatives (including the no-action alternative)
Identification, Assessment and Analysis of Impacts
Mitigation Measures
Environmental Management Plan and Resettlement Action Plan (see Section 7)
List of References
Appendices:
List of names and qualifications of the Consultant team performing the EIA
Records and/or minutes of public consultations
Completed environmental checklists
86
87
available at these sites, as well as housing and other infrastructure design. These three measures
compensation, physical relocation, and livelihood restoration represent the three components of any
resettlement operation that must be successfully implemented in order to ensure that the people
affected at least replace their residences or livelihoods.
The RAPs shall develop specific strategies for each group of affected persons. For example, if people
lose houses only, without any impact on their livelihoods, resettlement planning and monitoring
involves restoration of their residences and associated assets (e.g., latrines, wells). If people lose
businesses, their enterprises must be relocated in viable areas, and specific business losses during the
relocation are reimbursed. If particular businesses cannot be relocated because of their physical
requirements (e.g., garden plots), alternative livelihood strategies acceptable to the project affected
persons (PAPs) must be put in place.
To ensure that indemnification, relocation and livelihood restoration proceed as successfully as
possible, the RAPs shall assess the institutional capacity of the agencies involved in the different
stages of the operation and recommend effective capacity-building measures, where necessary. In
order to provide project management timely indicators of the progress in the program, the RAPs shall
detail the monitoring and evaluation procedures, with benchmark indicators, so that information can be
provided to project decision-makers and to the communities in a timely manner.
The integral participation of the affected populations are fundamental to the success of the project
because the negotiation of indemnification, the design of any new housing and commercial areas, as
well as the physical relocation itself, all affect the population directly and fundamentally. Therefore,
public information dissemination, consultation and participation are critical to project success
throughout the process of project design and implementation. The social surveys necessary for the
design of the RAPs represent the initial step in this process of public consultation and participation;
the RAPs will also present a detailed plan for public consultation throughout project implementation.
In sum, the objective of the RAPs is to provide the guidelines for all aspects of the required
resettlement operation in sufficient detail that project officers can implement the program successfully,
to both avoid and reduce impoverishment.
Work to be performed
The RAPs to be developed under this contract will detail the process of acquiring and clearing land
and the successful reinstallation of any residents and commercial activities necessary for upgrading the
roads. (The study areas are to be agreed with MLGRD/MMAs).
Legal Framework
The Consultant shall review relevant documentation (see Section 5.) and any GoG legislation and
regulations that pertain to:
The scope of the power of eminent domain and the nature of compensation associated with it, in terms
of both valuation methodology and the timing of payment;
The applicable legal and administrative procedures, including a description of the remedies available
to displaced persons in the judicial process and the normal timeframe for such procedures, as well as
any available alternative dispute resolution mechanisms that may be relevant to land acquisition;
Relevant law (including customary and traditional law) and practices (e.g., how valuation is carried
out in practice) governing land tenure, rights of households and communities, valuation of assets and
losses, compensation, and natural resource use rights; and environmental laws, family and gender
laws, and social welfare legislation;
Laws and regulations relating to the agencies responsible for implementing resettlement activities;
and,
Laws, regulations and procedures pertaining to the nature and extent of local
participation in project design and implementation.
88
The purpose of this review is to assess the adequacy of the GoG legal framework in terms of the range
of concerns that arise in this particular resettlement operation (peri-urban road upgrading) according to
international standards. As such, the Consultant shall make a chart showing any specific areas of
difference, de jure or de facto, between Ghanaian legal and administrative procedures and actual
practice, and international standards. Where there are specific areas of difference, the legal assessment
will include measures to ensure that the higher standard is met. The measures must be acceptable to
and approved by GoG, accord with Government principles and international standards, follow the
MoT Resettlement Policy Framework and GUMPP Manual of Procedures.
Institutional Identification and Capacity Assessment
The Consultant shall identify all agencies that will be involved in the resettlement operation, from the
official declaration of intent to acquire the areas and the initial population census and asset inventory,
through planning the physical relocation and re-establishment of homes and businesses, to
implementation of the overall program, and monitoring. The assessment will review the experience of
each agency and describe the capacity of each agency to undertake its assigned responsibilities
successfully. The assessment shall recommend, and budget for, any necessary capacity-building
measures in order to enhance the ability of agencies to carry out their assigned responsibilities
successfully. Further, the Consultant shall identify roles, responsibilities, timelines, and deliverables
for each agency within the RAP. As needed, the Consultant shall meet with members of the relevant
ministries, lawyers and other professionals and donors with past resettlement experience in Ghana,
including the World Bank.
PAP Population Census and Socio-Economic Survey
The Consultant shall conduct a population census and a socio-economic survey. To the extent
possible, the census and survey instruments will be consistent with the GLSS (Ghana Living Standards
Survey) and will be non-proprietary. The population census shall enumerate all persons affected by
the project, and shall include basic demographic data (e.g., age, gender, education, primary and
secondary occupations, income, ethnicity, religion) and the nature of the impact (e.g., of residence,
loss of business premises, loss of garden).
For households, the Consultant shall complement the population census with a household socioeconomic survey that covers: sources of income, transport distances and costs to jobs, school, market,
and such other information as may be needed to plan the resettlement operation. Note: If a premise is
rented, the Consultant shall collect basic information necessary to contact the owner and will interview
each resident tenant family for socio-economic information, including period at that residence,
monthly rent, and social support systems. The survey will also cover relocation preferences (e.g.,
location, housing type).
For businesses, the Consultant shall ensure that the census covers: owner and operator, clientele
radius; monthly net profits, number of employees, employee salaries and commute ranges, and such
other information as may be needed to plan the resettlement operation. The Consultant shall also
document relocation preferences (e.g., location, building and infrastructure needs [e.g., storage areas,
electricity]). Note: If a premise is rented, the Consultant shall collect basic contact information about
the owner, while for each tenant business the Consultant shall collect supplementary business
information.
For land (improved and unimproved), the Consultant shall ensure that the census covers where
relevant: owner and operator (if different), any area that may be cultivated, any physical
89
improvements (e.g., wells), type and number of plants or crop, monthly (or seasonal) profit, number of
employees and their salaries.
Within the context of GUMPP Manual of Procedures, it is implicit in the notion of land taking that
PAPs usually occupy the same location on a regular basis. Itinerant street hawkers may have a usual
territory, but they are not associated with a specific place and own no physical asset that will be taken
by the project. The Consultant shall compare treatment of hawkers under GUMPP Manual of
Procedures and GoG laws and regulations and make note of any difference in treatment, with the more
stringent taking precedence for inclusion in the RAP.
PAP Asset Inventory and Valuation
The Consultant shall prepare an asset inventory that will identify and value all assets lost by the
affected population, such as:
Housing (title or other evidence of valid claims to land and property rights; plot dimensions, built area
of each structure, construction materials for all structures and infrastructure);
Businesses (evidence of valid claims to land and property rights; plot dimensions, built area of each
structure, construction materials for all structures and other improvements; net monthly profits and
salary are covered above;
Marketers (evidence of valid claims to land and property rights; plot dimensions, built area of each
structure, construction materials for all structures and infrastructure; net monthly profits, as well as
number of employees and their salaries are covered above);
Ornamental and vegetable gardens (evidence of valid claims to land and property rights, plot
dimensions, number and type of plants or area of crop);
Trees (by species and maturity); and other infrastructure (e.g., fences, wells, latrines, animal pens).
Valuation of physical assets will be according to current market rates, by square meter, at new
replacement rates, i.e., without taking into account depreciation. The valuations must be consistent,
coherent, transparent and defensible. In the case of partial loss, the Consultant must also determine
whether the remaining assets are viable. This means that where a PAP is partially affected, the
inventory will identify and value the PAPs entire asset holdings in order to assess the magnitude of
the loss and to determine whether the assets remaining after acquisition remain viable. If the assets
remaining after acquisition are not sufficient to restore the PAPs pre-project standard of living and/or
livelihood, the acquisition will be treated as a complete, rather than a partial, loss and be so recorded.
After obtaining approval from MLGRD, the Consultant shall submit the valuation to the Ghanaian
Land Valuation Board for approval. Options will be developed for acquisition/compensation under
both the Wayleaves Act and the State Lands Act.
Community Physical Infrastructure Inventory
The Consultant shall prepare an asset inventory and valuation of community physical infrastructure.
For community infrastructure (e.g., meeting halls, laundry facilities, religious structures, markets,
roads) within the ROW, these physical structures will be valued according to international standards,
as above. After obtaining approval from MLGRD, the Consultant shall submit the valuation to the
Ghanaian Land Valuation Board for approval.
Community-wide Studies
Besides the identification of the affected families and the inventory of the assets they and their
communities will lose, the Consultant shall undertake, as necessary, quantitative and qualitative
studies to inform the planning process. These studies include:
Patterns of social interaction among the affected groups, including social networks and social support
systems, and how they will be affected by the project;
Social and cultural characteristics of displaced persons and groups, including a description of formal
and informal institutions (e.g., market organisations, ritual groups, nongovernmental organisations
90
[NGOs]) that may be relevant to the consultation strategy and to designing and implementing
resettlement activities.
Potential for conflict over land rights and resettlement.
Resettlement Area Assessment
Peri-urban resettlement for transport projects such as road projects under the GUMPP usually affect
individual residences (rather than whole neighbourhoods), and businessmen and women and vendors
of various categories. Residents and businesses can usually be relocated in their existing
neighbourhoods. The Consultant shall, therefore, identify these areas, and when nearby relocation is
not possible (e.g., gardens), recommend supplementary remedial measures.
Participatory Program
The Consultant shall assess how best to involve local populations in project design and
implementation. The resulting Participatory Program assessment will detail approaches to information
dissemination, public consultation and participation for each stage of the resettlement. It will identify
those agencies and organisations that can collaborate in the program, their interests, experience, and
possible roles. It will also determine the budgetary requirements for participation, and identify any
institutional gaps in the prospective participatory program.
Overall Requirements
The RAP shall detail all aspects of the resettlement operation in sufficient detail that MLGRD can
implement the program and cover the following topics:
Project Description, covering the technical specifications of the road, any bridges or overpasses, any
temporary detours that are needed, as well as associated works such as quarries, borrow pits and
construction camps
Social Impacts of Project, by road segment, with a presentation of the alternatives considered to
minimise resettlement.
Objectives of the Resettlement Action Plan
Socio-economic Study of the Affected Population (e.g., age, ethnicity, dependency ratio,
religion, primary and secondary occupations, job preferences, opinions about the project)
Legal Framework
Eligibility Criteria for Compensation and Other Assistance, by type and level of impact
Estimate of Physical Losses and their Indemnification, by type and level of impact
Selection of Relocation Sites and their preparation
Housing, Infrastructure and Social Services to be provided in receiving area (if a new
residential or commercial area is to be developed)
Environmental Protection of Host or Receiving Area (if a new residential or commercial area
is to be developed)
Integration with the Host Population, including new or additional infrastructure to be provided
the host population (if a new residential or commercial area is to be developed)
Economic Resettlement Measures, including short-term employment in construction and
vocational retraining programs if producers or others lose their livelihoods
Community Participation, covering public information, consultation, as well as community
decision making in project and including the role of any NGO or other agency or agencies to
represent local interests
Grievance Resolution Measures
Organisational Responsibilities, with Capacity Assessment and, if necessary, CapacityBuilding Measures
91
Project Timetable
Monitoring and Evaluation
Project Budget, including recommended method, agent, and timeline for disbursement
92
Task 1: Mobilisation
The Consultant will mobilise their staff to provide the services described, secure office
accommodation in each of the two MMAs (complete with required furniture, communication, printers,
etc.), secure transport requirements, hold preliminary introductory meetings with MLGRD (GUMPP
Secretariat/GUMPP Support TA) and both MMAs (Executive and administrative levels), review all
necessary documentation, produce an revised work plan covering the delivery of Stage 1a and Stage
1b services, and be ready to commence full delivery of services, within 2 weeks of contract signing.
References
The Consultant should review and take into consideration studies prepared during the Project
preparation phase, including the following documents:
GUMPP 5-yr overall budget, procurement schedule and activity chart
GUMPP-manual of procedures revised
HMA PIP's, Maintenance Plan, Support Measures
STMA PIP's, Maintenance Plan, Support Measures
HMA Procurement Schedule
STMA Procurement Schedule
On-granting agreement Ho Municipal Authority
On-granting agreement Sekondi-Takoradi Metropolitan Authority
Capacity Building of Local Government
93
design standards for the type of investment projects selected for implementation. A brief description of
the types of investment projects in the various MMDAs are in Section 2 and 3.
All topographic surveys undertaken by the Consultant shall be according to the Land Surveying and
Mapping Standards of Ghana, and shall be recorded in standard survey field books/electronic data
book, which shall be submitted and become the property of MLGRD at the completion of the
assignment.
Topographic surveys shall be carried out for all the road projects and shall include:
a) Establishing the primary network of permanent control points at a maximum interval of 3000
m along the road thereafter to be distributed to a maximum of 300 m as secondary points,
which should be inter-visible.
94
b) Survey of the existing road, junctions, kerbs, drains, culverts, road furniture, utilities,
buildings etc. within the road reserve for preparation of mapping to a scale of 1:1000 and
completion of the detailed engineering design as necessary,
c) Detailed surveys at all proposed locations for new drainage structures including at least a
length of 50 m either side of the structures,
d) Levelling along centreline at 25 m intervals for the longitudinal profile, and
e) Cross-section levelling at 25 m intervals and at any local irregularity. Cross sections are to
cover at least 25 m each side of the future centreline.
The Consultant shall liaise with the Ministry responsible for lands for the existing National
Grid/Datum reference beacons and benchmarks in order to establish the permanent control points. The
co-ordinates of all intersection points shall be in Universal Transverse Mercator (UTM) system and
shall be tied to the National Survey Grid, and levels related to the National Benchmarks. The
following activities shall be carried out:
a) Monumentation of all control points using 12 mm steel pins embedded in concrete cast in-situ.
The description cards for the control points shall be prepared and submitted to MLGRD, GHA
and DUR and detailed in the report to be submitted to MLGRD for future reference.
b) Computation and definition of the geometric characteristics of the centreline of the road.
c) Preparation of the setting out data.
d) Computation and definition of the vertical and horizontal alignment.
The topographic data shall be available and presented on maps with a scale of 1:1000 for the
following:
a) Existing road, other roads, footpaths, rivers, creeks, watercourses, drains;
b) Buildings: houses of stone, mud, public buildings; including planned relocation;
c) Land use: sports fields, cemeteries, cultivation, forests, etc.;
d) Trees with diameter exceeding 0.5 m and height exceeding 1.50 m;
e) Main fences/bench marks and grid lines; and
f)
Existing national trigonometric points, and national bench marks, Consultant's primary and
secondary trigonometric points and benchmarks with co-ordinates and elevations.
In addition, electronic copies of the topographic data saved in M/S Excel and topographic drawings in
DXF or DWG format shall be submitted on CD ROMs for future reference and actions.
Geotechnical, Soils and Pavement Surveys
The Consultant shall review all existing relevant data and perform investigations to verify suitability
and sufficiency of materials for construction of wearing course, base course, sub-base improved sub
grade and fill within economic haulage distance.
The following shall be undertaken:
a) Condition survey of the existing pavement including a falling weight deflection survey to
determine if the existing pavement must be refurbished, overlaid or renewed.
b) Geo-technical investigations at sites for new bridges, retaining walls, major culverts and
where major embankments shall be constructed, including borehole investigation to a
minimum of 1.5 times the estimated depth of the new foundations, trial pitting, sampling, field
95
and laboratory testing to provide all necessary information for foundation and pile design,
stability analysis, assessment of settlements of embankments, etc.
c) Proof drilling and pitting to verify quantity and quality of materials from existing borrow pits
and identification of potential supplementary suitable sources as necessary to obtain sufficient
quantities within economic haulage distance.
The Consultant shall carry out sub surface investigations which include pitting, hand auguring and/or
drilling down to foundation level including logging, SPT and taking of disturbed and undisturbed
samples. Seismic investigation shall also be carried out if considered necessary by the Consultants.
Allowable bearing pressures of subsurface stratum shall be determined at proposed foundation levels
of structures.
Analysis and testing of alignment soils and potential construction materials shall be carried out to
determine their suitability for the works. The Consultant shall perform all necessary tests to verify the
type and strength of the sub-grade soils. Special attention shall be given to identification of sections
with problem soils.
Potential gravel sources shall be tested for:
a) Grading (particle size distribution),
b) Atterberg Limits,
c) Moisture/density relationship,
d) California Bearing Ratio (CBR), and
e) Any other necessary tests.
Potential sources of hard stone shall be tested for:
Los Angeles Abrasion,
Aggregate Crushing Value (ACV),
Ten Percent Fine Value (TFV),
Sodium Sulphate Soundness,
Bitumen Affinity,
Specific Gravity and Water Absorption,
Soluble salts Content,
Any other necessary tests as per PMDM, and
Aggregate Impact Value (AIV).
96
existing sources, the Consultant shall explore alternative sources such as bore holes or shallow ponds
and identify associated costs.
Utility Surveys
The Consultant shall undertake a detailed survey of existing utilities in order to plot positions (and
depths of underground utilities) onto topographical mapping.
Detailed Design
Geometric Design
The horizontal alignment for the road projects shall be determined by points at intervals of 25 m along
the centreline on straight sections and 10 m on curves; tangent points and such other critical points as
may be required. All primary and secondary points shall be in UTM system and shall be coordinated
to the National Grid System. Wherever possible, the primary and secondary points shall be tied to at
least three permanent features using distances or a combination of distances and angles. The
Consultant shall submit a summary of description cards for the primary and secondary control points,
consisting of photographs, their respective co-ordinates, and sketches of the control points indicating
their location in relation to the closest permanent features.
The vertical alignment shall be designed to take into account the hydraulic and soil conditions and any
needs to raise the embankment to avoid flooding.
Pavement Design
The pavement shall be designed to carry traffic over the 20-year design period of the proposed road
projects and in accordance with international best practice based on cumulative stated axle loadings.
The Consultant shall use pavement design standards in line with best international standards. The
standards to be used should be agreed with MLGRD and GHA/DUR as appropriate.
Other parameters to be considered during pavement design shall include: results of the pavement
evaluation, soils and materials tests and other engineering treatments dictated by available natural
materials. Access roads joining the project road shall be paved up to the end of the road reserve.
Drainage Design
All existing data and the results of the field investigations for soils, foundations, hydrology, etc. shall
be assessed and used as a basis for the design of drainage structures. Detailed hydraulic computation
and structural designs shall be carried out and fully documented in the reports. All drainage structures
shall be designed in accordance with the standards defined below.
All pipe culverts should preferably be of reinforced concrete. The minimum size of cross pipe culverts
shall be 900 mm diameter, while those for access roads shall be a minimum of 600 mm diameter.
Bridge and Structure Design
Bridges and structures shall be designed generally in accordance with British Standard BS 5400
Steel, concrete and composite bridges. The standard shall be amended and supplemented in
accordance with GHA standard practice to allow for particular environmental effects pertinent to
Ghana and these amendments shall be agreed and approved by the GHA/DUR and MLGRD prior to
commencement of design.
The loading standard shall be HA and 37.5 units of HB unless otherwise agreed by MLGRD.
Prior to commencement of design the Consultant shall for each major structure as defined below
submit a general arrangement drawing and a design statement for the endorsement of the MLGRD.
The design statement shall fully describe:
The name and location of the structure
Obstacle crossed
Geometric information - the number and length of spans, skew angles, deck width, etc.
The form and type of construction of deck, superstructure and foundations
97
The intended foundation depth, material, and allowable bearing pressure (for spread footings)
Type of piles (if used)
The method of analysis proposed for the superstructure (and substructure if appropriate)
Proposed amendments to, supplements to, or proposed departures from BS 5400 in respect of, but not
limited to, temperature effects, wind loading and seismic design.
The Consultant shall prepare the following engineering drawings for the project using format and title
sheets as required by GHA/DUR, with the originals becoming the property of MLGRD.
Location Plan(s): Showing the context of the upgraded road in relation to the city and the
surrounding region
98
Plans and Profile, scale 1:1000/1:100: Showing natural ground levels, horizontal and vertical
curve details, running chainage, cross-section chainages, side drains location, description and
references to all drainage works, location of bench marks, location of road furniture, any other
relevant information in the format approved by GHA/DUR.
Typical Cross-Sections, scale 1:50: Showing all details of road cross section in cuts and fills,
side drains, Pavement thickness, camber and super-elevation and pavement widening. Also
showing natural ground level and super-imposed road prism and structural drawings details as
required.
o
Drainage plans: Showing details of all drainage plans, including longitudinal drainage
facilities and storm sewers.
Cross Sections, scale 1:100: Showing natural ground level and super-imposed road
prism at 25 m intervals on straight sections and at a maximum of 10 m intervals for
curved sections.
Bridges, scale 1:100 and 1:50/20 for more detailed elements: Showing all the details
for construction of a bridge superstructure and sub structure, as well as any protection
works.
Culvert details, scale 1:50: Showing details of all types of culverts, their inlets and
outlets and any necessary protection works.
Soil Plans: Showing the location of borrow and quarry sites and characteristics of soil
for various sections of the route using the appropriate scale.
Drawing Formats
Drawings shall include a schedule of drawings, a culvert schedule, a bridge schedule, typical
drawings, typical and specific details of all structures, and all other necessary drawings. All drawings
should clearly show: Designed by, approved by, with the name and signature of the responsible
engineer and the date clearly displayed.
Technical Specifications
The Consultant shall consult MLGRD and the GHA/DUR and agree the technical specifications to be
used in line with international best practice.
Quantity and Cost Estimates
Quantities
The calculated quantities for the items of construction shall be based on the final design drawings.
The earthwork quantities shall be derived from calculations based on the field cross sections along the
99
road centreline and in accordance with acceptable methods of measurements that shall be agreed with
MLGRD. A detailed bill of quantities shall be prepared under the following sections: preliminary and
general; clearing and earthworks; drainage; culvert and protection works; sub-grade; sub-base; and
base; surfacing; bridges including major structures; road furniture; ancillary works (including road
reserve markers); schedule of day works, etc.
Cost Estimates
The Consultant shall estimate likely ruling bill rates applicable to the proposed time of construction,
showing how these are derived. In order to make a fair and reasonable estimate of the cost of project,
the Consultant shall prepare a unit price analysis of each item using basic cost elements (labour,
materials, equipment, tools, overheads, on - site costs, profit, etc.). The estimated financial cost
resulting from this analysis shall be accurate to within +10% and shall be compared with costs of
previous projects or similar works executed in the area and adjusted accordingly. The Consultant shall
provide a sensitivity analysis of items based on Parito's rule to identify relevant risk. The cost
estimates shall also include the costs for implementation of EMP and RAP, including environmental
mitigations costs and resettlement and compensation costs.
The Consultant shall give cost estimates broken down by main works items into local currency
components as follows:
Local Currency:
Right of way acquisition;
Local materials, supplies, and services;
Salaries and wages of local employees, both skilled and unskilled.
Cost estimates shall separately identify, but exclude, taxes and duties, because the project, is tax
exempt.
Tender Documents
The Consultant shall, after due consultation with MLGRD, package the works into a number of
contract packages to facilitate implementation. Based on the approved detailed design, the Consultant
shall prepare complete Tender Documents in accordance with GUMPP Manual of Procedures, as may
be amended to reflect MLGRD requirements.
The Tender Documents shall be designed as follows:
a) VOLUME I
Notice of Invitation to Bid
Instructions to Bidders and Bidding Data
Forms of Bid and Qualification Information
Form of Agreement and Appendix
Form of Performance Guarantee
Tender Surety
General Conditions of Contract
Conditions of Particular Application
100
Bill of Quantities
EMP
SIA
RAP
VOLUME II Technical Specifications (Standard and Special)
VOLUME III Drawings (photo-reduced to "A3" size)
VOLUME IV (A) Materials Report
VOLUME IV (B) Hydrological/Hydraulic Report
The volumes IV (A) & IV (B) shall be factual reports with preamble in the text stating that these
reports are only representing the investigations and findings (without analysis or interpretation of
results/findings) of the Consultant and that it shall be the Tenderers responsibility for any source and
quality of materials, etc. without binding MLGRD.
101
Period / Completion
Commencement of services
1 week
M + 0.25
2 weeks
M + 0.75
M = 0M
Monthly
M + 1.00
1 Month
M + 1.00
M + 1.25
M + 1.75
2 months
M + 2.00
Inception Report
The Inception Report shall focus on the status of the project, outline a detailed work programme, and
highlight any potential delays and solutions proposed. The report should include the Consultation Plan
and an updated log frame for the project. An Appendix will contain a proposal for the layout of
operational and contractual progress reporting and a computerised critical path analysis of the
activities, with milestones detailing the deliverables, including resource allocation.
The report will also detail which work activities the Consultant believes are covered sufficiently in the
draft RAP prepared by the GoG and which must be examined further, so that work that has already
been completed in the draft RAP is not repeated. The report will also append the draft census and
survey questionnaires and coding sheets for the quantitative analysis of data, as well as any qualitative
instruments.
The Consultant shall prepare and deliver to MLGRD a Scoping Report as discussed in above,
including an identification of baseline data needs and approaches to the EIA. The Scoping Report must
be approved by MLGRD before additional EIA activities begin.
The Inception Report must be approved by MLGRD before research activities begin.
Progress Reports
These shall be prepared at monthly intervals after submission of the Inception Report and shall detail
work performed during the reporting period. The reports shall contain preliminary findings and
conclusions based on the analysis substantially completed and shall also identify actual and anticipated
constraints that may affect the progress of the assignment, their causes and the proposed remedies.
They shall include a CPM analysis of progress highlighting the expected delivery dates for all
deliverables and any delays including the possible methods of mitigation.
102
Final Reports
The Final Reports for the FS, FD, EIA, SIA, and RAP shall incorporate and address comments made
on the Draft Final Reports by MLGRD.
Record of Documents
All draft and final reports shall be submitted in six (6) paper copies and on six CDs in appropriate
software agreed by MLGRD, such as Microsoft Word for text, Microsoft Excel for asset inventories
and spreadsheets, Microsoft Project for project management and AutoCAD or JPEG format for
pictures, maps and illustrations.
All original data will be provided to MLGRD, properly organised.
Each PAP will have a separate file, with cover sheet identifying all materials included in that folder
(e.g., census, asset inventory, socio-economic survey, data coding sheets, photographs of property and
persons [duly identified], copies of title or other rights). Further, the Excel database for compensation
calculation will also be provided to MLGRD, along with any coding books and other project material.
These materials are required because they constitute the critical baseline information necessary to
implement the resettlement program.
A copy of any required official approval (e.g., Land Valuation Board) will be appended to the report
with appropriate contact information for the individual who issued the certificate.
103
1. Represent the interest of the Government, vis--vis the construction contract , in any manner
and insurances, which are required to be submitted by the Works Contractor before he can
enter the Site and start the Works.
3. Furnish for the use of the construction contractor all necessary geodetic survey data as
thereto and any plans or programmes that the contractor is obliged to furnish for Engineers
approval. The Consultant shall also prepare and submit to MLGRD a cash flow forecast
inclusion in its Disbursement Plan.
5. Assess the adequacy of all inputs, such as materials and labour provided by the contractor and
his methods of work in relation to the required rate of progress and when required, take
appropriate action in order to expedite progress. Keep and regularly update a list of the
contractor's equipment (and its condition) to ensure compliance with the contractor's
commitments in his bid.
6. Issue instructions, in accordance with the authority specified in the Conditions of Contract, to
their programmes as necessary in order to meet due completion dates. Organise regular
progress meetings with contractors and stakeholders.
8. Ensure that the works under contract are executed to the required standard and that the quality
of workmanship and materials are in compliance with specifications; perform all necessary
quality control/quality assurance procedures.
9. Ensure prompt responses when contractors call for inspections and approvals.
10. Receive, draft, record and send any correspondence associated with the works to MLGRD for
further action.
11. Inspect and evaluate all contractor's installations, shops, warehouses, and other
accommodations to ensure compliance with the terms and conditions of the contract.
12. Analyse and make recommendations to MLGRD on all claims submitted by the contractor for
extension of time, extra compensation, extra work or expenses, or other similar matters.
13. Compute quantities of approved and accepted work and materials and check, certify and make
recommendations to MLGRD on the contractor's monthly and final payment certificates. All
payments shall be checked and countersigned by the Consultant for presentation to MLGRDs
Fiscal Agent.
Although the singular is used here, it applies to the plural as well; as noted, there may be two
construction contracts and two construction contractors for the two lots.
104
14. Prepare and submit monthly reports for the use of MLGRD on the progress of works, the
contractor's performance, quality of works and the project's financial status and forecasts.
Conduct liaison meetings with MLGRD at monthly intervals for the purpose of elaborating on
the contents of the progress reports, discussing any problems and financial matters of concern.
15. In coordination with MLGRD and the TA, liaise with the businesses and communities affected
traffic management schemes and equipment that the contractor intends to put in place.
17. Propose and present for the approval of MLGRD, any changes in the construction contract
documents that may be deemed necessary for the completion of works; including information
on any effect that the changes may have on the contract amount and the time of completion of
the project, and prepare all necessary changes/variation orders, including alterations of plans,
specifications and other details for the approval of MLGRD, as may be required.
18. Inform MLGRD about problems or potential problems, which may arise in connection with
the works contract and make recommendations to MLGRD for possible solutions
19. Maintain representatives at the site in such a manner that adequate supervision of construction
works is ascertained at all times the contractor is working and to ensure that all works are
executed in accordance with the drawings and specifications.
20. Provide timely assistance and direction to the contractor in all matters related to the
interpretation of the contract documents, ground survey controls, quality control testing and
other matters related to contract compliance and progress of the project.
21. Prepare and maintain inspection and engineering reports and records to adequately document
determination of quantities.
25. Assure the receipt of, and maintain as permanent records, all warrants required under the
terms of the contract documents for materials and equipment accepted and incorporated in the
project. All local materials incorporated in their source are also to be approved and as-built
drawings be prepared for all works.
26. Coordinate and supervise all necessary roads diversions to facilitate timely completion of the
project.
27. Perform all laboratory and field testing of materials and products needed to assure that the
every reasonable measure has been taken to protect life and property.
29. Ensure that contractors, in particular, comply with their contractual obligations in respect of
labour standards and mitigation of impacts on the environment, including health and safety
and Sexually Transmitted Infections (STI) awareness issues, by withholding payment against
appropriate items in applications for interim payment in accordance with the provisions of the
contract, where necessary.
105
30. Monitor construction to ensure compliance with the site-specific EMP, RAP, HIV/AIDS
contractor, with the assistance of the relevant implementing agencies, during the contract
period.
33. Upon completion of the works, the Consultant shall carry out the necessary inspection, specify
and supervise any remedial works to be carried out and, upon completion, propose to MLGRD
a date for a joint inspection, prior to the issuance of the Certificate of Substantial Completion.
34. Prepare and submit to MLGRD three complete sets of reproducible, revised contract drawings,
showing the ''As Built" project, to the extent requested by MLGRD and to the extent possible
from information provided by the contractor or otherwise patently visible.
35. Keep on site full and complete records of all matters pertaining to the works including, but not
essential to ensure the successful supervision and control of all the construction activities, in
accordance with the terms of the works contract.
The Consultant's responsibility for the works shall expire upon the issuance of the Final Acceptance
Certificate by MLGRD in consultation with MoT, GHA and DUR (where road projects are involved)
and MDAs and Agencies in connection with other projects which do not fall under these categories. It
is anticipated that the construction phase will last thirty months.
Task 3: Reports
The Consultant shall prepare reports on the progress of works during and after construction for the
information of the key stakeholders to enable them to effectively monitor the works. The TA and the
GUMPP Secretariat of the MLGRD will be responsible for approving all reports.
106
It is estimated that a period of 30 calendar months of reporting will be needed for the supervision of
construction, followed by a post-construction reporting period of 12/6 calendar months.
Report
Inception Report
Monthly Progress Reports
Submission
2 months following mobilisation
By the 10th of the following month
Inception Report
The Consultant shall start work at least one month prior to the commencement date of works. He shall
submit 6 copies of the Inception Report, one month after the commencement date of the works. This
Report shall include:
a) Consultants assessment of the project
b) Recommendation on any major changes in the original designs proposed by the contractor
c) Programsme and strategy for the implementation of the project
d) Assessment of state of mobilisation of both the contractor and the Consultant
e) Review of the contractor's mobilisation and work plan
f)
Setting out guidelines for administering, monitoring and evaluating project progress.
f)
107
Activities of Consultant
j)
The format for the Monthly Progress reports, including appendices, shall be agreed at the inception
stage.
g) Programme and extent of mobilisation for maintenance of the works, preparation of the Final
Account and Final Project Report.
After substantial completion of the works, the contractor shall start with the preparation of the Final
Account to be presented to the Consultant. The Consultant shall review such accounts and discuss any
major issues with MLGRD, and MLGRD shall negotiate the Final Account. After agreement on the
final account, the Consultant shall prepare the Final Account and the Final Certificate for the Works
and submit to MLGRD for settlement.
f)
108
Relevant comments on the project that may help in the future implementation of similar
projects
Staffing
The professional staff to be provided by the Consultant for Design and Supervision of GUMPP
Priority Investment Projects In Two Secondary Cities In Ghana: The Metropolitan District Assembly
of Tamale In Northern Region, and the Metropolitan District Assembly of Kumasi in Ashanti
Region, is estimated at 40.0 person-months and 109 .0 person-months respectively which include:
Qualifications
The Project Director will be a permanent employee of the Consultant and shall have worked for them
for a minimum of five years in the past ten years. He will be a graduate civil engineer with a
minimum of 15 years post graduate experience.
Duties
Monitor the progress of project implementation, and direct and revise the resources as may be required
Monitor the performance of Consultants project personnel throughout the period of project
implementation
Coordinate back-up support from Head Office to field personnel.
Liaise with MLGRD in all matters relating to the implementation of the project and ensure that
MLGRD is adequately apprised of all happenings on the project site.
109
Provide backstopping in the case that the Team Leader is absent from site for more than one week and
remain on site until the Team Leader returns or is replaced.
Visit the project for two weeks every quarter to present the quarterly report to MLGRD.
Highway Engineer
The Highway Engineer shall be responsible for the design of the geometrical aspects of the road and
shall assist the materials engineer in the design of road pavement.
The Highway Engineer shall be a registered or chartered Civil Engineer. He/She must have not less
than 10 years of cumulative experience related to road/bridges design and construction. He/She must
have specific experience of working as roads design and construction supervision engineer on at least
three (3) projects of similar nature of which at least one must be from Sub Sahara Africa. Postgraduate
qualifications in Highway Engineering will be an added advantage. Fluency in written and spoken
English is essential.
Traffic Engineer
Traffic Engineer shall be responsible for the transport planning and traffic modelling elements of the
project.
The Traffic Engineer shall have an BSc in Civil Engineering with a concentration in traffic
engineering. He/She must have not less than 8 years of cumulative experience related to traffic
engineering or modelling of major road projects. He/She must have specific experience in modelling
or engineering roads in urban areas. He/She should demonstrate experience from at least three (3)
projects of similar nature of which at least one must be from Sub Sahara Africa. Fluency in written
and spoken English is essential.
Topographic Surveyor
The Topographical Surveyor shall be responsible for conducting and supervising the survey team.
He/She will be responsible for planning of the fieldwork, select known survey reference points, and
determine the precise location of important features in the survey area. He/She shall be responsible for
researching legal records, look for evidence of previous boundaries, and analyse the data to determine
the location of boundary lines and record the results of the survey, verify the accuracy of data, and
prepare, maps, and reports.
The Topographical Surveyor shall be a holder of a Degree or Advanced Diploma in Land surveying.
He/She must have not less than 8 years of cumulative experience related to Land surveying activities.
He/She must have specific experience of working as senior surveyor on at least two (2) projects within
the last five years involving feasibility study and detailed design. Relevant Postgraduate qualifications
110
and experience of working in tropical countries is an added advantage. Fluency in written and spoken
English is essential.
Geotechnical/Materials Engineer
The Geotechnical Engineer shall be responsible for conducting and supervising the materials
investigation with a view to achieving optimal design and construction strategy. The Materials
Engineer shall carry out the pavement design and should be conversant with current practice in testing
and pavement construction strategies in developing countries.
The Materials Engineer shall be a registered or chartered Civil Engineer. He/She must have not less
than 10 years of cumulative experience related to pavement evaluation, materials testing, soils
investigation and pavement design. He/She must have specific experience of working as
materials/pavement engineer on at least three (3) projects of similar magnitude. Relevant Postgraduate
qualifications and experience of working in tropical countries is an added advantage. Fluency in
written and spoken English is essential.
Hydrologist/Drainage Engineer
The Hydrologist shall be responsible for estimating and assessing the relationship between rainfall,
surface-runoff and soils and rock features of the catchments along the project area with focus on
surface water, including rivers, and dams. He/She shall study and update the available hydrological
data by computer models or any other means in order to maintain and develop successful flood water
management strategies. He /She shall provide advice and information to Bridge/ Structural Engineer
on hydraulic characteristics of the catchments along the project area.
The Hydrologist shall be a holder of a degree in Applied Science or Civil Engineering with not less
than 8 years working experience related to water/flood management schemes. He/She should have
served as a Hydrologist on at least two (2) roads projects of similar magnitude within the last five
years. The ability to use appropriate flood design models is essential. Fluency in written and spoken
English is essential.
Civil/Structural Engineer
The Civil/Structural Engineer shall be a Registered or Chartered Engineer with a recognised university
degree in civil or structural engineering. He/She shall have at least 10 years cumulative experience in
the past ten years in the design of the type and complexity of structures proposed for the road/building
projects. Demonstrable experience in inspection and maintenance of structures, and experience in the
design of structures in Africa or other similar environments is also required. Fluency in written and
spoken English is essential.
Environmental Expert
The Environmentalist shall be responsible for carrying out an environmental and social impact
assessment of the project and prepare corresponding Environmental Management Plan (EMP) in order
to minimise any negative impacts that the road and other upgrading activities under GUMPP
Investment projects will have on the environment.
The environmentalist shall have an advanced degree in environmental management or related
discipline. He/She shall have at least 10 years of cumulative working experience related to
Environmental and Social Impact Assessments in road and other developmental projects. He/She
must have served on a similar position in at least two (2) projects of similar nature. Experience in
environmental management in sub Saharan Africa is highly desirable and fluency in both written and
spoken English is essential.
111
Financial Expert/Valuer
The Financial Expert/Valuer shall work with the technical team to evaluate property and approve
rates to be paid as compensation on projects. He/She will receive and verify documentation on
affected properties and shall ensure that compensations offered affected persons are
reasonable and adequate and also payments are not made to people who are not adversely
affected.
The Financial Expert/Valuer shall be a corporate member of a recognised and relevant professional
institution, with 10 years or more experience in financial assessment and valuation of property for all
kinds of structures, buildings etc. on construction projects, including experience in similar geographic
conditions. Fluency in written and spoken English is essential
112
Appropriate additional short-term resources shall be drafted in as may be required by the Consultant.
113
The Consultant is free to make any variations to this proposed staffing plan to suit his requirement for
the assignment. Provision should also be made in the proposal for all supporting staff that will be
required to perform the services.
Project Director
The Project Director will be the legal representative of the Consultant. He will be based in Ghana. He
will visit the project for two weeks after the commencement date to ensure a smooth mobilisation and
for two weeks every quarter thereafter to discuss progress with MLGRD.
Qualifications
The Project Director will be a permanent employee of the Consultant and shall have worked for them
for a minimum of five years in the past ten years. He will be a graduate civil engineer with a
minimum of 15 years post graduate experience. He will have acted as the Engineer (in FIDIC terms)
or similar on at least two previous contracts of a similar size and complexity.
Duties
Monitor the progress of project implementation, and direct and revise the resources as may be required
Delegate such powers in writing as may be agreed with MLGRD to the Resident Engineer's as the
Engineer's assistants in accordance with the FIDIC Conditions of Contract
Monitor the performance of Consultants project personnel throughout the period of project
implementation
Coordinate back-up support from Head Office to field personnel.
Liaise with MLGRD as the Employer in all matters relating to the implementation of the project and
ensure that the Employer is adequately apprised of al happenings on the project site.
Provide backstopping in the case that a Resident Engineer is absent from site for more than one week
and remain on site until the Resident Engineer returns or is replaced.
Visit the project for two weeks every quarter to present the quarterly report to MLGRD.
.
Project Manager
The Project Manager will be a qualified professional engineer, with 15 years of international
experience in all aspects of Civil/highway design, construction and management, including experience
in similar projects and geographic conditions. He/she will be responsible for the overall coordination
and management of the Consultants services to ensure the satisfactory fulfilment of the requirements
of the Terms of Reference. He/she shall perform all the functions of the Engineer as defined in the
Conditions of Contract.
Specifically, the Project Manager shall:
7. Monitor the progress of project implementation, and direct and revise the work as may be
required
8. Organise logistical and administrative support to ensure that the resident engineers are not
distracted from their main purpose to ensure that the Works Contracts are completed to time
and budget.
9. Monitor and supervise the performance of the Consultants project personnel throughout the
period of project implementation
10. Coordinate back-up support from Head Office to field personnel
11. Liaise with MLGRD in all matters relating to the implementation of the project and ensure
that MLGRD is adequately apprised of all happenings on the project site.
12. Monitor compliance with the EMP and RAP.
114
Resident Engineer
The Resident Engineer will be responsible for all the services associated with the day-to-day
administration of the contract and the technical control of the construction works. He/she shall
perform the duties of the Engineers assistant, as defined in the FIDIC Conditions of Contract.
Among his/her specific duties are:
Overall supervision of the construction works
Coordinating, directing and supervising the professional and technical staff in the
performance of their specific duties.
Ensuring that the works are carried out in accordance with technical specifications
and contract documents
Approve the contractors work programme and monitor its implementation
Advise the Engineer on all matters relating to the project as may be necessary for
the satisfactory performance of his duties; including:
contractors claims for extension of time, extra compensation, work or expenses, etc.;
changes in Contract Document; variation orders;
problems or potential problems, which may arise in connection with the construction
contract;
disputes, and matters relating to arbitration.
Organise site meetings and prepare minutes of the same
Check and clarify interim payment certificates
Keep records of all communications with the contractor
Prepare Inception and Monthly Reports on the progress of the works
Monitor expenditures and cost of estimates for contract completion
Supervise the preparation of as-built drawings
Ensure the application of sound quality control procedures for all aspects of the works
Ensure compliance with the EMP and RAP
Assist the Engineer in the substantial completion inspection, final inspection and handing
over of the completed works
Prepare Final and Completion Reports, identify any contractual problems which may
have arisen during the implementation of the project and make appropriate
recommendations for mitigating these in future contracts.
Architect
The Architect will be a highly qualified professional Architect with 10 years of experience in all
aspects of Architectural designs and construction. He/she will be responsible for the Architectural
designs and drawings where relevant and supervision of the Architectural components of the contract
works.
Among his/her specific duties are:
Appraise the identified Projects for the preparation of the scope of works in
accordance with the scope of services and conditions of the Contract.
He shall perform all the necessary planning and architectural services
Propose planning layouts of the total areas including landscaping, based on the
beneficiaries immediate and future needs.
Also identify the locations of the various facilities within the plan, discuss these with the
beneficiaries (i.e. Metropolitan/Municipal Authorities), and agree on a master layout, which is
acceptable to the MMAs. Design considerations would include among others alterations to
improve upon air circulation, day-lighting, general movement, emergencies, security, etc.
115
Geotechnical/Material Engineer
The Geotechnical Engineer will be a civil engineer with 10 years of experience in materials testing,
pavement design and quality control, including experience in similar projects and geographic
conditions. The Engineer shall be responsible to the Resident Engineer in all matters relating to field
and laboratory testing, quality control and definition of design parameters of all construction materials.
Tests to be conducted will include relevant sub-grade tests, all gravel and crushed rock materials,
bitumen and all related asphalt and concrete works.
He/she will also carry out the following tasks:
Organise all laboratory and field testing of materials in conformity with approved methods and
procedures
Prepare materials report on the road construction materials, including concrete, to be used on
the works
Define sub base and base placement condition (moisture and density) in relation to moisture
condition of the environment
Check asphalt/concrete mix designs by the contractor and ensure proper quality at all stages of
the mixing, transport, laying and compaction for asphalt concrete where applicable
116
Civil/Structural Engineer
The Civil/Structural Engineer will be a highly qualified professional structural engineer, with 10 years
of experience in all aspects of civil engineering structures, bridge design and construction. He/she will
be responsible for the structural designs and drawings where relevant and supervision of the structural
components of the contract works.
Electrical Engineer
The Electrical Engineer will be a highly qualified professional Electrical Engineer, with 10 years of
experience in all aspects of electrical and electronic design and construction. He/she will be
responsible for the electrical designs and drawings where relevant and supervision of the electrical
components of the contract works.
Mechanical Engineer
The Mechanical Engineer will be a highly qualified professional Mechanical Engineer, with 10years
of experience in all aspects of Mechanical and plumbing design and construction. He/she will be
responsible for the mechanical designs and drawings where relevant and supervision of the mechanical
components of the contract works.
Topographical Surveyor
The Topographic Surveyor will have degree in geodetic engineering/land surveying and 10 years of
experience in similar projects. He/she will be responsible for:
Ensuring that survey pillars established by the contractor for controlling the setting out works
conform to specifications as stated in the Contract Document.
Checking the setting out of the horizontal alignment, positions of drainage structures, road
furniture and all distance measurements.
Capturing sufficient details necessary to compute accurate earthwork quantities.
Ensuring that levels of subgrade, sub base, base, finished and camber agree with the design
levels within limits of geometric tolerance as indicated in MoT Specifications for Roads and
Bridge Works.
Capturing necessary data for production of as-built drawings.
Performing other responsibilities related to building/civil works as shall be assigned by the
Resident Engineer.
Environmental Expert
The Environmental Expert will have an advanced degree in environmental planning or similar
discipline and at least 10 years of experience in environmental, health, safety and social issues,
including experience in similar projects and geographic areas. He/she will be responsible for ensuring
compliance with the EMP, RAP, health and safety plans and other pertinent requirements.
117
12.0
4.0
4.0
4.0
8.0
4.0
4.0
4.0
7.0
5.0
2.0
12.0
7.0
4.0
22.0
109
Total
Stage B2
Highway/Traffic Engineer
5.0
8.0
Resident Engineer
5.0
Total
18
Appropriate additional short-term resources shall be drafted in as may be required by the Consultant
118
119
Consultants Services
Lump-Sum Remuneration
iii
CONTENTS
1. GENERALPROVISIONS
1.1 Definitions.............................................................................................................4
1.2 Law Governing the Contract .................................................................................5
1.3 Language ...............................................................................................................5
1.4 Notices ..................................................................................................................5
1.5 Location ................................................................................................................5
1.6 Authority of Member in Charge ................................................................................6
1.7 Authorized Representatives ..................................................................................6
1.8 Taxes and Duties ...................................................................................................7
1.9 Corruption.............................................................................................................7
1.10 Environmental and Social Standards...............................................................................7
2. COMMENCEMENT, COMPLETION, MODIFICATION, AND TERMINATION OF CONTRACT 7
2.1
2.2
2.3
2.4
2.5
2.6
General ................................................................................................................10
Confidentiality ....................................................................................................11
Insurance to be Taken Out by the Consultants ...................................................11
Consultants Actions Requiring Clients Prior Approval ...................................11
Reporting Obligations .........................................................................................12
Documents Prepared by the Consultants to Be the Property of the Client .........12
4. CONSULTANTS PERSONNEL
4.1
4.2
13
12
10
13
iv
7. SETTLEMENT OF DISPUTES
7.1
7.2
14
22
22
22
23
23
23
24
between
and
Dated:
I. Form of Contract
LUMP-SUM REMUNERATION
This CONTRACT (hereinafter called the Contract) is made the [day] day of the month of
[month], [year], between, on the one hand, [name of client] (hereinafter called the Client) and,
on the other hand, [name of consultants] (hereinafter called the Consultants).
[Note: If the Consultants consist of more than one entity, the above should be partially
amended to read as follows: (hereinafter called the Client) and, on the other hand, a
joint venture consisting of the following entities, each of which will be jointly and severally
liable to the Client for all the Consultants obligations under this Contract, namely, [name of
1
consultants] and [name of consultants] (hereinafter called the Consultants).]
WHEREAS
(a)
the Client has requested the Consultants to provide certain consulting services
as defined in the General Conditions of Contract attached to this Contract
(hereinafter called the Services);
(b)
the Consultants, having represented to the Client that they have the required
professional skills, and personnel and technical resources, have agreed to
provide the Services on the terms and conditions set forth in this Contract;
(c)
the Client has received [or has applied for] funds from the French
Development Agency (hereinafter called the Agency)] towards the cost of
the Services and intends to apply a portion of these funds to eligible payments
under this Contract, it being understood (i) that payments by the Agency will
be made only at the request of the Client and upon approval by the Agency,
(ii) that such payments will be subject, in all respects, to the terms and
conditions of the agreement between the Client and the Agency providing for
the funds, and (iii) that no party other than the Client shall derive any rights
from the agreement providing for the funds or have any claim to the funds
proceeds;
I. Form of Contract
The following documents attached hereto shall be deemed to form an integral part of
this Contract:
(a)
(b)
(c)
2.
Not used
Not used
Not used
Not used
Not used
Not used
The mutual rights and obligations of the Client and the Consultants shall be as set
forth in the Contract, in particular:
(a)
(b)
The Consultants shall carry out the Services in accordance with the provisions
of the Contract; and
the Client shall make payments to the Consultants in accordance with the
provisions of the Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.
I. Form of Contract
[Authorized Representative]
[Authorized Representative]
[Note: If the Consultants consist of more than one entity, all these entities should appear as
signatories, e.g., in the following manner:]
For and on behalf of each of the Members of the Consultants
[name of member]
[Authorized Representative]
[name of member]
[Authorized Representative]
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
Party means the Client or the Consultants, as the case may be,
and Parties means both of them;
(j)
(k)
(l)
Third Party means any person or entity other than the Client,
the Consultants or a Sub-consultant.
(o)
(p)
1.2 Law Governing This Contract, its meaning and interpretation, and the relation
the Contract
between the Parties shall be governed by the Applicable Law.
1.3 Language
This Contract has been executed in the language specified in the SC,
which shall be the binding and controlling language for all matters
relating to the meaning or interpretation of this Contract.
1.4 Notices
1.5 Location
1.6Authority
Member
Charge
1.7 Authorized
Representatives
1.9
Corruption
Unless otherwise specified in the SC, the Consultants, Subconsultants, and their Personnel shall pay such taxes, duties, fees, and
other impositions as may be levied under the Applicable Law, the
amount of which is deemed to have been included in the Contract
Price.
The Consultants declare that:
a)
of This Contract shall come into effect on the date the Contract is
signed by both parties or such other later date as may be stated in the
SC.
2.2 Commencement of The Consultants shall begin carrying out the Services thirty (30)
Services
days after the date the Contract becomes effective, or at such other
date as may be specified in the SC.
2.3 Expiration
Contract
2.4 Modification
2.5.2 No Breach of
Contract
2.5.3 Extension of
Time
2.5.4 Payments
2.6 Termination
2.6.1 By the Client
The Client may terminate this Contract, by not less than thirty (30)
days written notice of termination to the Consultants, to be given
after the occurrence of any of the events specified in this Clause
2.6.1 except in the event (e), and sixty (60) days in the case of the
event referred to in (e):
(a)
(c)
(d)
(e)
(f)
(g)
2.6.2 By the
Consultants
The Consultants may terminate this Contract, by not less than thirty
(30) days written notice to the Client, such notice to be given after
the occurrence of any of the events specified in paragraphs (a) and
(d) below:
(a) if the Client fails to pay any monies due to the Consultants
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
10
(b)
(c)
(d)
(b)
The Consultants shall perform the Services and carry out their
obligations with all due diligence, efficiency, and economy, in
accordance with generally accepted professional techniques and
practices, and shall observe sound management practices, and
employ appropriate advanced technology and safe methods. The
Consultants shall always act, in respect of any matter relating to this
Contract or to the Services, as faithful advisers to the Client, and
shall at all times support and safeguard the Clients legitimate
interests in any dealings with Sub-consultants or Third Parties.
3.2 Conflict of
Interests
3.2.1 Consultants Not
11
to
Benefit from
Commissions,
Discounts, etc.
The Consultants agree that, during the term of this Contract and after
its termination, the Consultants and their affiliates, as well as any
Sub-consultant and any of its affiliates, shall be disqualified from
providing goods, works, or services (other than the Services and any
continuation thereof) for any project resulting from or closely related
to the Services.
3.2.3 Prohibition of
Conflicting
Activities
3.3 Confidentiality
(a)
(b)
3.4 Insurance to be The Consultants (a) shall take out and maintain, and shall cause any
Taken Out by the Sub-consultants to take out and maintain, at their (or the SubConsultants
consultants, as the case may be) own cost but on terms and
conditions approved by the Client, insurance against the risks, and
for the coverage, as shall be specified in the SC; and (b) at the
Clients request, shall provide evidence to the Client showing that
such insurance has been taken out and maintained and that the
current premiums have been paid.
3.5 Consultants
The Consultants shall obtain the Clients prior approval in writing
Actions Requiring before taking any of the following actions:
Clients
Prior
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
Approval
12
(a)
(b)
(c)
3.6 Reporting
Obligations
The Consultants shall submit to the Client the reports and documents
specified in Appendix B in the form, in the numbers, and within the
periods set forth in the said Appendix.
3.7 Documents
Prepared by the
Consultants to Be
the Property of the
Client
4. Consultants Personnel
4.1 Description
Personnel
(b)
If the Client finds that any of the Personnel have (i) committed
serious misconduct or have been charged with having
committed a criminal action, or (ii) have reasonable cause to be
dissatisfied with the performance of any of the Personnel, then
the Consultants shall, at the Clients written request specifying
the grounds thereof, provide as a replacement a person with
qualifications and experience acceptable to the Client.
(c)
13
and The Client shall make available to the Consultants the Services and
Facilities listed under Appendix F.
(a)
(b)
6.3 Payment
Additional
Services
for For the purpose of determining the remuneration due for additional
services as may be agreed under Clause 2.4, a breakdown of the lumpsum price is provided in Appendices D and E.
6.4 Terms
and Payments will be made to the account of the Consultants and
Conditions of according to the payment schedule stated in the SC. Unless otherwise
Payment
stated in the SC, the first payment shall be made against the provision
by the Consultants of a bank guarantee for the same amount, and shall
be valid for the period stated in the SC. Any other payment shall be
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
14
made after the conditions listed in the SC for such payment have been
met, and the Consultants have submitted an invoice to the Client
specifying the amount due.
6.5 Interest
Delayed
Payments
on If the Client has delayed payments beyond fifteen (15) days after the
due date stated in the SC, interest shall be paid to the Consultants for
each day of delay at the rate stated in the SC.
7. Settlement of Disputes
7.1 Amicable
Settlement
The Parties shall use their best efforts to settle amicably all disputes
arising out of or in connection with this Contract or its interpretation.
7.2 Dispute
Settlement
15
[1.1(i)
1.3
1.4
[1.6
1.7
Clauses in brackets are optional; all notes should be deleted in final text.
[1.8
16
The Client warrants that the Consultants and their Personnel (as well as
the Sub-consultants and their Personnel) shall be exempt from any taxes,
duties, fees, levies, and other impositions levied, under the Applicable
Law, on the Consultants and the Personnel in respect of:
(a)
(b)
(c)
any equipment imported for the purpose of carrying out the Services
and paid for out of funds provided by the Client and which is treated
as property of the Client;
(d)
(2)
Note: While the Agency does not reimburse payments for duties and
taxes levied by the borrowing country, it leaves it to the Client to decide
whether the Consultants (a) should have to pay levies of this kind without
reimbursement by the Client (case (i)), (b) should be exempted from any
such levies (case (ii)), (c) should be reimbursed by the Client for any such
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
17
levies they might have to pay (case (iii)), or (d) should pay such levies on
behalf of the Consultants and the Personnel (case (iv)). In the first case,
Clause 1.8 should be deleted from the SC; in the second case, Clause 1.8
above should be retained in the SC; in the third and fourth cases, the first
and second line of Clause 1.8 above should be further amended to read:
(case (iii)): that the Client shall reimburse the Consultants and the
Personnel for, or
(case (iv)): that the Client shall pay on behalf of the Consultants and
the Personnel.]
[2.1
The date on which this Contract shall come into effect is [date].
Note: The date may be specified by reference to conditions of
effectiveness of the Contract, such as approval of the Contract by the
Agency, effectiveness of Agency funding, receipt by Consultants of
advance payment and by Client of bank guarantee (see Clause 6.4), etc.]
[2.2
2.3
[3.2.1
[3.2.3
18
For a period of two years after the expiration of this Contract, the
Consultants shall not engage, and shall cause their Personnel as well as
their Sub-consultants and their Personnel not to engage, in the activity of
a purchaser (directly or indirectly) of the assets on which they advised the
Client under this Contract, nor shall they engage in the activity of an
adviser (directly or indirectly) of potential purchasers of such assets.]
3.4
(ii)
[3.5(c)
The other actions are
[3.7
.]
19
The Client shall not use these documents for purposes unrelated to
this Contract without the prior written approval of the Consultants.
[5.1
Note: List here any assistance or exemptions that the Client may provide
under Clause 5.1. If there is no such assistance or exemptions, state not
applicable.]
6.2(a)
6.2(b)
6.4
Schedule of Payments
Payments for the deliverables shall be made according to the following
Schedule of percentages of the amounts included in the Contract.
Stages A1 and A2
Deliverable
Inception Report & Consultants Work plan
15%
15%
5%
10%
5%
30%
20%
20
Stage B1
Payments for Stage B1 will be paid quarterly and will be equal to the
construction progress stated on the interim payment certificate prior to
submission of the invoice plus a fixed administrative cost. The fixed
administrative cost shall be 50% of the construction phase and shall be
equally paid over the construction period.
For planning purposes only, it has been assumed that the progress of the
contractor's value of work and that the Consultants corresponding
invoices will be as shown below.
Month
Works
Services
IPC%
Invoice %
Month
Works
Services
IPC%
Invoice
%
13
14
15
16
17
18
19
20
21
10
22
11
23
12
24
Total
100
100
15
21
20
18
Stage B2
Payments for Stage B2 will be made in equal quarterly installments
Advance Mobilization Payment
Ten percent (10 %) of the total contract sum for this contract shall
be paid as advance mobilization upon submission of an acceptable
mobilization guarantee.
This amount shall be deducted in proportional installments of
payments due the consultant in accordance with the payment
schedule above.
Deduction for mobilization shall be complete on payment of Eighty
percent (80%) of the contract sum that may be due according to the
payment schedule above.
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev
21
C. C. Payment Conditions
6.5
7.2
22
IV. Appendices
C-1
C-2
C-3
C-4
IV. Appendices
23
2.
Other costs.
This appendix will exclusively be used for determining remuneration for additional services.
2.
Other costs.
This appendix will exclusively be used for determining remuneration for additional services.
IV. Appendices
24
_________________
We have been informed that ____________ [name of Consulting Firm] (hereinafter called
"the Consultants") has entered into Contract No. _____________ [reference number of the
contract] dated ____________ with you, for the provision of __________________ [brief
description of Services] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, an advance
payment in the sum of ___________ [amount in figures] () [amount in words] is to be made
against an advance payment guarantee.
At the request of the Consultants, we _______________ [name of Bank] hereby irrevocably
undertake to pay you any sum or sums not exceeding in total an amount of ___________
[amount in figures] () [amount in words]1 upon receipt by us of your first demand in writing
indicating the obligations which the Consultants failed to fulfill under the Contract.
.
It is a condition for any claim and payment under this guarantee to be made that the advance
payment referred to above must have been received by the Consultants on their account
number ___________ at _________________ [name and address of Bank].
The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Consultants as indicated in copies of certified monthly
statements which shall be presented to us. This guarantee shall expire, at the latest, upon our
receipt of the monthly payment certificate indicating that the Consultants have made full
repayment of the amount of the advance payment, or on the __ day of ___________, 2___, 2
1
The Guarantor shall insert an amount representing the amount of the advance payment and denominated
either in the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible
currency acceptable to the Client.
Insert the expected expiration date. In the event of an extension of the time for completion of the Contract, the
Client would need to request an extension of this guarantee from the Guarantor. Such request must be in
IV. Appendices
25
whichever is earlier. Consequently, any demand for payment under this guarantee must be
received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458.
_____________________
[signature(s)]
Note: All italicized text is for indicative purposes only to assist in preparing this form and
shall be deleted from the final product.
writing and must be made prior to the expiration date established in the guarantee. In preparing this
guarantee, the Client might consider adding the following text to the form, at the end of the penultimate
paragraph: The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six
months][one year], in response to the Clients written request for such extension, such request to be presented
to the Guarantor before the expiry of the guarantee.
26
Agence Franaise de
Dveloppement
MMA
CSO
MMDA
EIA
Environmental Impact
Assessment
MOFEP
EIRR
MoT
Ministry of Transport
EMP
Environmental Management
Plan
MoU
Memorandum of Understanding
ESE
MTDP
FD
Final Design
NALAG
FS
Feasibility study
NCT
FYRR
NDPC
GHA
NGO
GIS
Geographic Information
System
NPV
GPRS
OAG
GoG
Government of Ghana
PAP
GSU
PIF
GUMPP
PM
Presiding Member
HLI
PMC
IDA
International Development
Association
PPF
ICT
International Competitive
Tender
RS
Resident Supervision/or
LEAP
Livelihood Empowerment
Against Poverty
SAP
SC
SIA
SME
LGS
Local Government
Coordination Unit
Local Government Service
LOI
Letter of Invitation
LGCU
LTC
MA
T&CPD
TET
IV. Appendices
27
MCD
Metropolitan/municipal
Coordinating Director
TOR
Terms of Reference
MCE
Metropolitan/municipal Chief
Executive
UDU
MDA
UESP
MDG
Millennium Development
Goal(s)
UTAC
M&E
UTP
MLGRD
WC
Water closet