You are on page 1of 152

REPUBLIC OF GHANA

MINISTRY OF LOCAL GOVERNMENT AND RURAL


DEVELOPMENT (MLGRD)

GHANA URBAN MANAGEMENT PILOT PROJECT


(GUMPP)
FRENCH DEVELOPMENT AGENCY
REQUEST FOR PROPOSALS

CONSULTANCY SERVICES FOR DESIGN AND SUPERVISION


OF GUMPP PRIORITY INVESTMENT PROJECTS IN TWO
SECONDARY CITIES IN GHANA:

Kumasi Metropolitan Assembly


Tamale Metropolitan Assembly

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

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

REQUEST FOR PROPOSALS

RFP No:

GR/MLGRD/GUMPP/SC/01/13

Country:

Ghana (Ministry of Local Government


and Rural Development)

Project Name:

Ghana Urban Management Pilot


Programme (GUMPP)

FundingNo:

CGH 1089 01 R

Title of Consulting Services:

Design and Supervision of GUMPP


Priority Investment Projects in two
Secondary Cities in Ghana:
1. Kumasi Metropolitan Assembly,
2. Tamale Metropolitan Assembly

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 1 Letter of Invitation

Ministry of Local Government and


Rural Development
P.O. Box M 50
Accra

In case of reply, the


Number and date of this
Letter should be quoted.

Our Ref:
Your

3rd April, 2013


GOVERNMENT OF GHANA

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:

1. Promancon Consults Limited, P.O. Box UP 1048, KNUST, Kumasi


2. Procurement and Project Management Consultancy Limited (PPMC), P.O. Box AF 1701,
Adentan, Accra
3. FAS Consults Limited, P.O. Box GP 17494, Accra
4. Umar Munshi Associates, Head Office (Pakistan) Bungalow No. A 102, Block-13A, Pakistan
Railways Employees Cooperative Housing Society (PRECHS), Guishan-elqbal, Karachi 75300,
Pakistan info@umarconsult.com
5. AD Resources Limited, P.O. Box UP 1073, KNUST, Kumasi-Ghana
6. KE &T Consult, P.O. Box CT 5323, Cantonments, Accra

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 1 Letter of Invitation

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

7. Copies of the proposal should be sent to:


Agence Francaise de Developpement
8th Rangoon Close
Ring Road Central
P. O. Box 9592
Airport, Accra
Ghana
Email: atiaha@afd.fr

Yours sincerely,

NANA ODURO-KWATENG
CHIEF DIRECTOR
FOR: MINISTER
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 1 Letter of Invitation

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants

Section 2. Instructions to Consultants

1. Introduction

1.1

The Client named in the Data Sheet will select a consulting


firm/organization (the Consultant) from those listed in the
Letter of Invitation, in accordance with the method of selection
specified in the Data Sheet.

1.2

The short listed Consultants are invited to submit a Technical


Proposal and a Financial Proposal for consulting services
required for the assignment named in the Data Sheet. The
Proposal will be the basis for contract negotiations and
ultimately for a signed Contract with the selected Consultant.

1.3

The assignment shall be implemented in accordance with the


phasing indicated in the Data Sheet. When the assignment
includes several phases, the performance of the consultant
under each phase must be to the Client's satisfaction before
work begins on the next phase.

1.4

Consultants should familiarize themselves with local conditions


and take them into account in preparing their Proposals. To
obtain first-hand information on the assignment and local
conditions, Consultants are encouraged to visit the Client before
submitting a proposal and to attend a pre-proposal conference if
one is specified in the Data Sheet. Attending the pre-proposal
conference is optional. Consultants should contact the Clients
representative named in the Data Sheet to arrange for their visit
or to obtain additional information on the pre-proposal
conference. Consultants should ensure that these officials are
advised of the visit in adequate time to allow them to make
appropriate arrangements.

1.5

The Client will timely provide at no cost to the Consultants


the inputs and facilities specified in the Data Sheet, assist the
firm in obtaining licenses and permits needed to carry out the
services, and make available relevant project data and reports.

1.6

Consultants shall bear all costs associated with the preparation


and submission of their proposals and contract negotiation.
The Client is not bound to accept any proposal, and reserves
the right to annul the selection process at any time prior to
Contract award, without thereby incurring any liability to the

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants

Consultants.

Conflict of
Interest

1.7

The Agency only finances projects subject to its own


conditions, which are set out in its financing agreement. No
legal relationship exists between the Agency and any person
other than the beneficiary of the financing. The Agency may
be led to suspend or definitively terminate disbursements in
the context of the project, without the Consultants being
informed beforehand and without their being entitled to claim
from the Agency any direct legal right to the amounts which,
as the case may be, originate from such financing. The
Consultants shall alone assume the possible consequences of
unpaid amounts and disputes which may arise in the context of
their relations with the beneficiary of the financing. Any
communications which may be exchanged by any person other
than the beneficiary of the financing and the Agency in the
context of a project do not constitute, and shall not be
interpreted so as to constitute, an undertaking or a stipulation
by the Agency in favour of such person or to any third party.

1.8

The Agency requires that Consultants provide professional,


objective, and impartial advice and at all times hold the
Clients interests paramount, strictly avoid conflicts with
other assignments or their own corporate interests and act
without any consideration for future work.Consultants shall
not be hired for any assignment that would be in conflict with
their prior or current obligations to other clients, or that may
place them in a position of not being able to carry out the
assignment in the best interest of the Client.
1.8.1 Without limitation on the generality of the foregoing,
Consultants, and any of their affiliates, shall be
considered to have a conflict of interest and shall not
be recruited, under any of the circumstances set forth
below:

Conflicting
activities

(i)

A firm that has been engaged by the Client to


provide goods, works or services other than
consulting services for a project, and any of its
affiliates, shall be disqualified from providing
consulting services related to those goods,
works or services. Conversely, a firm hired to
provide consulting services for the preparation
or implementation of a project, and any of its
affiliates, shall be disqualified from

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants

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.

1.8.2 Consultants have an obligation to disclose any


situation of actual or potential conflict that impacts
their capacity to serve the best interest of their Client,
or that may reasonably be perceived as having this
effect. Failure to disclose said situations may lead to
the disqualification of the Consultant or the
termination of its Contract.
1.8.3 As pointed out in para. 1.8.1 (i) above, consultants
may be hired for downstream work, when continuity is
essential, in which case this possibility shall be
indicated in the Data Sheet and the factors used for the
selection of the consultant should take the likelihood
of continuation into account. It will be the exclusive
decision of the Client whether or not to have the
downstream assignment carried out, and if it is carried
out, which consultant will be hired for the purpose.
Fraud and

1.9

The Agency requires that all beneficiaries of its funding, as

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants

well as Consultants participating in projects which it finances,


adhere to the highest ethical standards, both during the
selection process and throughout the execution of a contract.

Corruption

1.10

1.11

In pursuance of this policy, the Agency defines the terms set


forth below as follows:
(a)
corrupt practice means the offering, giving,
receiving, or soliciting, directly or indirectly,
of anything of value to influence the action of
a public official in the selection process or in
contract execution;
(b)

fraudulent practice means a misrepresentation or omission of facts in order to influence


a selection process or the execution of a
contract;

(c)

collusive practices means a scheme or


arrangement between two or more consultants
with or without the knowledge of the Client,
designed to establish prices at artificial,
noncompetitive levels;

(d)

coercive practices means harming or


threatening to harm, directly or indirectly,
persons or their property to influence their
participation in a procurement process, or
affect the execution of a contract.

As a result of its own investigations and findings, and in


accordance with its procedures, the Agency:
(a)

(b)

will reject a proposal for award if it determines


that the Consultant recommended for award
has, directly or through an agent, engaged in
corrupt, fraudulent, collusive or coercive
practices in competing for the contract in
question;
will cancel the portion of the funding allocated
to a contract if it determines at any time that
representatives of the Client were engaged in
corrupt, fraudulent, collusive or coercive
practices during the selection process or the
execution of the contract, without the Client
having taken timely and appropriate action
satisfactory to the Agency to remedy the
situation;

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants

8
(c)

Environmental
and Social
Standards

Only one
Proposal

will declare Consultant ineligible, either


indefinitely or for a stated period of time, to be
awarded a contract financed by the Agency if
at any time determines that the Consultant has,
directly of through an agent, engaged in
corrupt, fraudulent, collusive or coercive
practices in competing for, or in executing, a
contract financed by the Agency.

1.12

The Agency reserves the right to declare a firm or individual


ineligible for a stated period of time to be awarded a contract
financed by the Agency, if an international or national
organization has determined that such firm or individual has
engaged in corrupt, fraudulent, collusive or coercive practices.

1.13

The Agency will have the right to require that a provision be


included in contracts which it finances, requiring bidders,
suppliers, contractors and consultants to permit the Agency to
inspect their accounts and records and other documents
relating to contract performance and to have them audited by
auditors appointed by the Agency.

1.14

The Consultants undertake to:

(i)

comply and procure that their Sub-consultants, if any,


comply with international environmental and labour
standards consistent with applicable law and regulations in
the country of implementation of the Project, including the
fundamental conventions of the International Labour
Organisation (ILO) and international environmental
treaties;

(ii)

adopt any environmental and social risk mitigations


measures as defined in the environmental and social
management plan or the notice of environmental and social
impact issued by the Client.

1.15

Short listed Consultants may only submit one proposal. If a


Consultant submits or participates in more than one proposal,
such proposals shall be disqualified. However, this does not
limit the participation of the same Sub-Consultant, including
individual experts, to more than one proposal.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants

2.1

Consultants may request a clarification of any of the RFP


documents up to the number of days indicated in the Data
Sheet before the proposal submission date. Any request for
clarification must be sent in writing, or by standard electronic
means to the Clients address indicated in the Data Sheet. The
Client will respond in writing, or by standard electronic means
and will send written copies of the response (including an
explanation of the query but without identifying the source of
inquiry) to all Consultants who notified the Client that they
will submit a proposal.

2.2

At any time before the submission of Proposals, the Client


either at his initiative or in response to a request for
clarifications may amend the RFP by issuing an addendum in
writing or by electronic means. The addendum shall be sent to
all Consultants and will be binding on them. Consultants shall
acknowledge receipt of all amendments. To give Consultants
reasonable time in which to take an amendment into account
in their Proposals the Client may extend the deadline for the
submission of Proposals.

3. Preparation of
Proposals

3.1

The Proposal (see para. 1.2), as well as all related


correspondence exchanged by the Consultants and the Client,
shall be written in the language (s) specified in the Data Sheet.

Technical Proposal

3.2

In preparing their Technical Proposal, Consultants are


expected to examine in detail the documents comprising the
RFP. Material deficiencies in providing the information
requested may result in rejection of a Proposal.

3.3

While preparing the Technical Proposal, Consultants must


give particular attention to the following:

2. Clarification
and
Amendment of
RFP Documents

(i)

If a Consultant considers that it may enhance its


expertise for the assignment by associating with other
Consultants in a joint venture or sub-consultancy, it
may associate with either (a) non-short-listed
Consultant(s), or (b) short-listed Consultants if so
indicated in the Data Sheet. A short-listed Consultant
must first obtain the approval of the Client if it wishes
to enter into a joint venture with non-short-listed or
short-listed Consultant(s).

(ii)

The estimated number of Professional staff-months or

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants

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)

It is desirable that the majority of the key professional


staff proposed be permanent employees of the firm or
have an extended and stable working relationship with it.

(iv)

Proposed professional staff must, at a minimum, have


the experience indicated in the Data Sheet, preferably
working under conditions similar to those prevailing in
the country of the assignment.

(v)

Alternative professional staff shall not be proposed,


and only one curriculum vitae (CV) may be submitted
for each position.

(vi)

Documents to be provided by the Consultants to the


Client as part of this assignment must be in the
language(s) specified in the Data Sheet. It is desirable
that the firms Personnel have a working knowledge of
the Clients national language.

The Technical Proposal shall provide the following


information using the attached Standard Forms (Section 3):
(i)

A brief description of the firms organization and an


outline of recent experience on assignments (Section
3B) of a similar nature. For each assignment, the
outline should indicate, inter alia, the profiles of the
staff proposed, duration of the assignment, contract
amount, and firms contribution.

(ii)

Any comments or suggestions on the Terms of


Reference and on the data, a list of services, and
facilities to be provided by the Client (Section 3C).

(iii)

A description of the methodology and work plan for


performing the assignment (Section 3D).

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants

11

(iv)

The list of the proposed staff team by specialty, the


tasks that would be assigned to each staff team
member, and their timing (Section 3E).

(v)

CVs recently signed by the proposed professional staff


and the authorized representative submitting the
proposal (Section 3F). Key information should include
number of years working for the firm/entity and degree
of responsibility held in various assignments during the
last ten (10) years.

(vi)

Estimates of the total staff input (professional and


support staff; staff time) needed to carry out the
assignment, supported by bar chart diagrams showing
the time proposed for each professional staff team
member (Sections 3E and 3G).

(vii)

A detailed description of the proposed methodology,


staffing, and monitoring of training, if the Data Sheet
specifies training as a major component of the
assignment.

(viii) Any additional information requested in the Data Sheet.

Financial
Proposals

3.5

The Technical Proposal shall not include any financial


information.

3.6

In preparing the Financial Proposal, consultants are expected


to take into account the requirements and conditions outlined
in the RFP documents. The Financial Proposal should follow
Standard Forms (Section 4). It lists all costs associated with
the assignment, including (a) remuneration for staff (foreign
and local, in the field and at headquarters), and (b) other costs
such as subsistence (per diem, housing), transportation
(international and local, for mobilization and demobilization),
services and equipment (vehicles, office equipment, furniture,
and supplies), office rent, insurance, printing of documents,
surveys, and training, if it is a major component of the
assignment. If appropriate, these costs should be broken down
by activity and, if appropriate, into foreign and local
expenditures.

3.7

The Financial Proposal should clearly estimate, as a separate


amount, the taxes (including social security), duties, fees,
levies, and other charges imposed in the Clients country under

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants

12

the applicable law, on the consultants, the sub-consultants, and


their personnel (other than nationals or permanent residents of
the Clients country).

4. Submission,
Receipt, and
Opening of
Proposals

3.8

Consultants may express the price of their services in the


currency(ies) designated in the Data Sheet.

3.9

Commissions and gratuities, if any, paid or to be paid by


consultants and related to the assignment will be listed in the
Financial Proposal submission form (Section 4A).

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

The original proposal (Technical Proposal and Financial


Proposal) shall be prepared in indelible ink. It shall contain
no interlineations or overwriting, except as necessary to
correct errors made by the Consultants themselves. The
person who signed the proposal must initial such corrections.
Submission letters for both Technical and Financial Proposals
should respectively be in the format of Section 3, and Section
4 respectively.

4.2

An authorized representative of the Consultants shall initial all


pages of the original Technical and Financial Proposals. The
authorization shall be in the form of a written power of
attorney accompanying the Proposal or in any other form
demonstrating that the representative has been dully
authorized to sign.

4.3

The number of copies of the Proposals is indicated in the Data


Sheet. The Technical and Financial Proposals shall be marked
ORIGINAL or COPY as appropriate. If there are
discrepancies between the original and the copies of the
Proposal, the original governs.

4.4

The original and all copies of the Technical Proposal shall be


placed in a sealed envelope clearly marked TECHNICAL
PROPOSAL. Similarly, the original and all copies of the

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants

13

Financial Proposal shall be placed in a sealed envelope clearly


marked FINANCIAL PROPOSAL followed by the name of the
assignment, and with a warning DO NOT OPEN WITH THE
TECHNICAL PROPOSAL. The envelopes containing the
Technical and Financial Proposals shall be placed into an
outer envelope and sealed. This outer envelope shall bear the
submission address, the data indicated in the Data Sheet, and
be clearly marked DO NOT OPEN, EXCEPT IN PROPOSAL
OPENING CEREMONY, IN THE PRESENCE OF THE OFFICIAL
APPOINTED].

5. Proposal
Evaluation

4.5

The Proposals must be sent to the address/addresses indicated


in the Data Sheet and received by the Client no later than the
time and the date indicated in the Data Sheet. Any proposal
received by the Client after the deadline for submission shall
be returned unopened.

4.6

The Client shall open the Technical Proposal immediately


after the deadline for their submission. The envelopes with the
Financial Proposal shall remain sealed and securely stored.

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

Evaluators of Technical Proposals shall have no access to the


Financial Proposals until the technical evaluation is concluded,
and the Agency issues its no objection if required.

Evaluation of
Technical
Proposals

5.3

The evaluation committee appointed by the Client shall


evaluate the Technical Proposals on the basis of their
responsiveness to the Terms of Reference, applying the
evaluation criteria, sub-criteria, and point system specified in
the Data Sheet. Each responsive Proposal will be given a
technical score (St). A Proposal shall be rejected at this stage
if it does not respond to important aspects of the Terms of
Reference or if it fails to achieve the minimum technical score
indicated in the Data Sheet.

Public Opening

5.4

After the technical evaluation is completed the Client shall

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants

14

inform the Consultants who have submitted proposals the


technical scores obtained by their Technical Proposals, and
shall notify those Consultants whose Proposals did not meet
the minimum qualifying mark or were considered non
responsive to the RFP and TOR, that their Financial Proposals
will be returned unopened after completing the selection
process. The Client shall simultaneously notify in writing
Consultants that have secured the minimum qualifying mark,
the date, time and location for opening the Financial
Proposals. The opening date should allow Consultants
sufficient time to make arrangements for attending the
opening. Consultants attendance at the opening of Financial
Proposals is optional.

and Evaluation
of Financial
Proposals (only
for QCBS, FBS,
and LCS)

5.5

Financial Proposals shall be opened publicly in the presence


of the Consultants representatives who choose to attend. The
name of the Consultants, the technical scores, and the total
prices shall be read aloud and recorded in minutes. Copy of
the minutes shall be sent to all Consultants and the Agency.

5.6

The Evaluation Committee will convertprices to a single


currency using the selling rates of exchange, source and date
indicated in the Data Sheet.The evaluation shall exclude those
taxes, duties, fees, levies, and other charges imposed under the
applicable law; and to be applied to foreign and nonpermanent resident consultants (and to be paid under the
contract, unless the consultant is exempted), and estimated as
per para. 3.7.

5.7

In case of SBQC, the lowest evaluated Financial Proposal


(Fm) will be given the maximum financial score (Sf) of 100
points. The financial scores (Sf) of the other Financial
Proposals will be computed as indicated in the Data Sheet.
Proposals will be ranked according to their combined
technical (St) and financial (Sf) scores using the weights (T =
the weight given to the Technical Proposal; P = the weight
given to the Financial Proposal; T + P = 1) indicated in the
Data Sheet: S = St x T% + Sfx P%. The firm achieving the
highest combined technical and financial score will be invited
for negotiations.

5.8

In the case of Fixed-Budget Selection, the Client will select


the firm that submitted the highest ranked Technical Proposal
within the budget. Proposals that exceed the indicated budget
will be rejected. In the case of the Least-Cost Selection, the
Client will select the lowest proposal among those that passed

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants

15

the minimum technical score. In both cases the selected firm


is invited for negotiations.
6. Negotiations

6.1

Negotiations will be held at the address indicated in the Data


Sheet.

Technical
negotiations

6.2

Negotiations will include a discussion of the Technical


Proposal, the proposed technical approach and methodology,
work plan, and organization and staffing, and any suggestions
made by the Consultant to improve the Terms of Reference.
The Client and the Consultants will finalize the Terms of
Reference, staffing schedule, work schedule, logistics, and
reporting. These documents will then be incorporated in the
Contract as Description of Services.

Financial
negotiations

6.3

The financial negotiations will include a clarification (if any)


of the firms tax liability in the Clients country, and the
manner in which it will be reflected in the Contract.

Availability of
Professional
staff/experts

6.4

Having selected the Consultant on the basis of, among other


things, an evaluation of proposed Professional staff, the Client
expects to negotiate a Contract on the basis of the Professional
staff named in the Proposal. Before contract negotiations, the
Client will require assurances that the Professional staff will
be actually available. The Client will not consider
substitutions during contract negotiations unless both parties
agree that undue delay in the selection process makes such
substitution unavoidable or for reasons such as death or
medical incapacity. If this is not the case and if it is
established that Professional staff were offered in the proposal
without confirming their availability, the Consultant may be
disqualified.

Conclusion of
the negotiations

6.5

Negotiations will conclude with a review of the draft


Contract. To complete negotiations the Client and the
Consultant will initial the agreed Contract. If negotiations fail,
the Client will invite the Consultant whose Proposal received
the second highest score to negotiate a Contract.

7.1

After completing negotiations the Client shall award the


Contract to the selected Consultant, and promptly notify all
Consultants who have submitted proposals. After Contract
signature, the Client shall return the unopened Financial
Proposals to the Consultants whose technical proposal did not
obtain the specified minimum technical score.

7. Award of
Contract

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants

8. Confidentiality

16

7.2

The Consultant is expected to commence the assignment on


the date and at the location specified in the Data Sheet.

8.1

Information relating to evaluation of Proposals and


recommendations concerning awards shall not be disclosed to
the Consultants who submitted the Proposals or to other
persons not officially concerned with the process, until the
notification of the award of Contract.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants Data Sheet

17

Instructions to Consultants
Data Sheet

Paragraph
Reference
1.1

Name of the Client: Ministry of Local Government and Rural Development


Method of selection: Selection Based on Quality and Cost (SBQC)

1.2

Designation, objectives and brief description of the assignment are as follows:


This consultancy service comprises the design and construction supervision of
GUMPP Priority Investment Projects in the Tamale Metropolitan Assembly
Northern Region of Ghana and Kumasi Metropolitan Assembly - Ashanti Region
of Ghana.

1.3

The assignment is phased: Yes ______ No________ [If yes, indicate the
phasing]

1.4

A pre-proposal conference will be held: Yes _ No


A Pre-proposal Meeting will be held at 10.00am (local time) at the
Conference Room, Head Office of the MLGRD or any other venue as may
be decided by the National Coordinator of GUMPP two weeks after the
issuance of the RFP. Attendance is strongly advised for all prospective
Consultants or their representatives but is not mandatory.
The Clients representative is:
Mr. Sylvanus Adjornu (GUMPP National Coordinator)
Ministry of Local Government and Rural Development (MLGRD)
P. O. Box M. 50 Ministries,
Accra, Ghana
Tel: 00233-21-663668
Fax: 00233-21- 682003
Email: sadjornu@hotmail.com. Tel: 233247070763

1.5

The Client will provide the following inputs and facilities:


MLGRD will make available to the Consultant all relevant materials and
documentations

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

Section 2 Instructions to Consultants Data Sheet

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

Proposals shall be submitted in the following language: English

3.3 (i)

Short listed Consultants may associate with other short listed Consultants:
Yes
No

3.3 (ii)

The estimated number of professional staff-months required for the


assignment is:
Stages A1 & A2: 40.0 person-months of key professional staff;
Stage B1: 109 person-months of key professional staff;
Stage B2: 18 person-months of key professional staff.

3.3 (iv)

The minimum required experience of proposed professional staff is:


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 Kumasi in Ashanti
Region, and the Metropolitan District Assembly of Tamale in Northern
Region include: Project Director, Project Manager/Team Leader-Senior
Civil Engineer/Architect, Architect/Planner, Electrical Engineer, Mechanical
Engineer, Water/Sanitation Engineer, Highway/Traffic Engineer, Senior
Topographical Surveyor, Geotechnical/Materials Engineer,
Hydrologist/Drainage Engineer, Civil/Structural Engineer, Environmental
Expert, Sociologist and RAP Team Leader, Financial Expert/Valuer, Cost
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants Data Sheet

19

and Estimator/Quantity Surveyor (Appropriate additional short- term


resources shall be drafted in as may be required). The services for Design
and Supervision of GUMPP Priority Investment Projects in Two Secondary
Cities in Ghana: The Metropolitan District Assembly of Kumasi in Ashanti
Region and the Metropolitan District Assembly of Tamale in Northern
Region will be completed within 2.0 months of Effective Date of the
contract. Duties/responsibilities of the key staff are as indicated below:
Preliminary & Detailed Design - Indicative Staffing & Qualifications
Project Director
The Project Director will be the legal representative of the Consultant. He
will be based in the home office, but 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/Architect with a minimum of 15 years
post graduate experience.

Project Manager-Team Leader /Senior Civil Engineer/Architect


The Team Leader shall be responsible for the proper conduct of the entire
study and shall be the principal contact person between the design team and
MLGRD.
Qualifications
The Team Leader shall be a Registered or Chartered Civil Engineer
preferably with a relevant postgraduate training. He/She must have not less
than 15 years of cumulative experience related to buildings, road/bridges
studies, designs and construction supervision. The Team Leader must have
in the last ten (10) years specific experience of working in similar capacity
of managing consultancy teams working on feasibility studies, detailed
engineering design in at least three (3) building/road projects of similar
magnitude out of which at least one should be in sub Saharan Africa in the
last five years. He/She should be conversant with GUMPP and GoG
procurement guidelines and procedures. Fluency in written and spoken
English is essential.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants Data Sheet

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants Data Sheet

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

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants Data Sheet

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants Data Sheet

23

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

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

Section 2 Instructions to Consultants Data Sheet

24

of the Water and Sanitary components of the contract works.


3.3 (vi)

Reports that are part of the assignment must be written in the following
language(s):
English language

3.4 (vii)

Training is a major component of this assignment: Yes


No
Training is NOT a specific component of this assignment

3.4 (viii)

Additional information requested in the Technical proposal:


i. The expected date for contract negotiations is 14 days after the
opening of the Financial Proposals and will be held at the Conference
Room of MLGRD Head Office at the same address as for the
submission of Proposals
ii. A consultant must submit [1] original and [5] copies of both the
Technical Proposal and the Financial Proposal

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

The Proposal submission address is:


Ministry of Local Government and
Rural Development (MLGRD)
Room 23
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

Proposals must be submitted no later than the following date and time:
15th May, 2013 at 4.00pm (local time)

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 2 Instructions to Consultants Data Sheet

5.1

25

The address for contacting the Client 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

5.3
Criteria, sub-criteria, and point system for the evaluation of
Technical Proposals are:

Points

(i) Specific experience of the Consultants relevant to the assignment:


a) Organizational capability in successful execution of projects of
similar nature
b) Regional Experience in Ghana or West Africa
Total points for criterion (i):

[5]
[5]
[10]

(ii) Adequacy of the proposed methodology and work plan


in responding to the Terms of Reference:
a) Technical approach and methodology
b) Work plan
c) Organization and staffing
Total points for criterion (ii):

[20]
[15]
[5]
[40]

(iii) Key professional staff qualifications and competence for the


assignment:

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):

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

[6]
[5]
[4]
[2]
[2]
[2]
[2]
[4]
[2]
[4]
[3]
[3]
[2]
[7]
[2]
[50]

Section 2 Instructions to Consultants Data Sheet

26

The number of points to be assigned to each of the above positions or


disciplines shall be determined considering the following three sub-criteria and
relevant percentage weights:
1) General qualifications
2) Adequacy for the assignment
3) Experience in region and language
Total weight:

5.7

[30%]
[60%]
[10 %]
[100%]

The single currency for price conversions is: Ghana Cedis


The source of official selling rates is: The Bank of Ghana
The date of exchange rates is: The date 28 days prior to the submission of
the Proposal

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

Address for contract negotiations:


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

7.2

Expected date and location for commencement of consulting services


is 14 days after the effective date of the Contract and the location is
Tamale in the Northern Region and Kumasi in the Ashanti Region

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 3 Technical Proposal Standard Forms

27

Section 3. Technical Proposal - Standard Forms


[Comments in brackets [ ] provide guidance to the short listed Consultants for the preparation
of their Technical Proposals; they should not appear on the Technical Proposals to be
submitted.]
Refer to paragraph 3.4 of Section 2 of the RFP for Standard Forms required and number of
pages recommended.

3A

Technical Proposal Submission Form

3B

Consultants Experience

3C

Comments or Suggestions on the Terms of Reference and on Counterpart Staff and


Facilities to be Provided by the Client

3D

Description of the Approach, Methodology and Work Plan for Performing the
Assignment

3E

Team Composition and Task Assignments

3F

Curriculum Vitae (CV) for Proposed Professional Staff

3G

Staffing Schedule

3H

Work Schedule

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 3 Technical Proposal Standard Forms

28

FORM 3A TECHNICAL PROPOSAL SUBMISSION FORM


[Location, Date]
To: NANA BRIGHT ODURO-KWATENG
CHIEF DIRECTOR
ROOM 7,
MINISTRY OF LOCAL GOVERNMENT AND RURAL DEVELOPMENT
P.O. BOX M50
MINISTRIES - ACCRA

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:

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 3 Technical Proposal Standard Forms

29

FORM 3B CONSULTANTS EXPERIENCE


Assignments carried out during the last five years which best illustrate the candidates
qualifications for the proposed assignment
[Using the format below, provide information on each assignment for which your firm, and
each associate for this assignment, was contracted either individually as a corporate entity or
as one of the major companies within an association, for carrying out consulting services
similar to the ones requested under this assignment. Use 20 pages max.]
Assignment name:

Country/location:

Name of Client:

Total No of staff-months of the assignment for staff


provided by your firm:

Address:

Approx. value of the services provided by your firm


under the contract (in current Euro):

Start date (month/year):


Completion date (month/year):

No of professional staff-months provided by associated


Consultants:

Name of associated Consultants, if any:

Key personnel provided by your firm (positions):

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:

Description of actual services provided by your staff within the assignment:

Firms Name:

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 3 Technical Proposal Standard Forms

30

FORM 3C COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE AND


ON COUNTERPART STAFF AND FACILITIES TO BE PROVIDED BY THE CLIENT
A - On the Terms of Reference
[Present and justify here any modifications or improvement to the Terms of Reference you are
proposing to improve performance in carrying out the assignment (such as deleting some
activity you consider unnecessary, or adding another, or proposing a different phasing of the
activities). Such suggestions should be concise and to the point, and incorporated in your
Proposal.]

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 3 Technical Proposal Standard Forms

31

B - On Counterpart Staff and Facilities


[Comment here on counterpart staff and facilities to be provided by the Client according to
Paragraph Reference 1.4 of the Data Sheet including: administrative support, office space,
local transportation, equipment, data, etc.]

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 3 Technical Proposal Standard Forms

FORM 3D

32

DESCRIPTION OF APPROACH, METHODOLOGY AND WORK


PLAN FOR PERFORMING THE ASSIGNMENT

[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.]

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 3 Technical Proposal Standard Forms

33

FORM 3E TEAM COMPOSITION AND TASK ASSIGNMENTS

1. Technical/Managerial Staff
Name

Position

Task

Position

Task

2. Support Staff
Name

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 3 Technical Proposal Standard Forms

FORM 3F

CURRICULUM VITAE (CV)


STAFF

34

FOR

PROPOSED PROFESSIONAL

Proposed Position:
Name of Firm:
Name of Staff:
Profession:
Date of Birth:
Years with Firm/Entity:

Nationality:

Membership in Professional Societies:

Detailed Tasks Assigned:

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.]

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 3 Technical Proposal Standard Forms

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

Full name of staff member:______________________________________


Full name of authorized representative: ___________________________

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

FORM 3G STAFFING SCHEDULE1

Name

Position

Reports Due/Activities

Months (in the Form of a Bar Chart)


6 7 8 9 10 11 12
Number of Months

Subtotal (1)

Subtotal (2)

Subtotal (3)

Subtotal (4)

Full-time:
Reports Due:
Activities Duration:

Part-time:

Signature:
(Authorized representative)
Full Name:
Title:
Address:

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 3 Technical Proposal Standard Forms

37

3H. ACTIVITY (WORK) SCHEDULE


A. Field Investigation and Study Items
[1st, 2nd, etc. are months from the start of assignment.]

1st

2nd

3rd

4th

5th

6th

7th

8th

9th

10th

11th

12th

Activity (Work)
_______________
_______________
_______________
_______________

B. Completion and Submission of Reports


Reports

Date

1.

Inception Report

2.

Interim Progress Report


(a)
First Status Report
(b)
Second Status Report

3.

Draft Report

4.

Final Report

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

38

Section 4. Financial Proposal - Standard Forms


[Comments in brackets [ ] provide guidance to the short listed Consultants for the preparation
of their Financial Proposals; they should not appear on the Financial Proposals to be
submitted.]
Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal
according to the instructions provided under Para. 3.6 of Section 2. Such Forms are to be
used whichever is the selection method indicated in Para. 4 of the Letter of Invitation.

4A.

Financial Proposal submission form.

4B.

Summary of costs.

4C.

Breakdown of price per activity.

4D.

Breakdown of remuneration per activity.

4E.

Breakdown of other costs per activity.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 3 Technical Proposal Standard Forms

4A. FINANCIAL PROPOSAL SUBMISSION FORM


[Location, Date]
To: NANA BRIGHT ODURO-KWATENG
CHIEF DIRECTOR
ROOM 7,
MINISTRY OF LOCAL GOVERNMENT AND RURAL DEVELOPMENT
P.O. BOX M50
MINISTRIES - ACCRA
Ladies/Gentlemen:
We, the undersigned, offer to provide the consulting services for [Title of consulting
services] in accordance with your Request for Proposal dated [Date] and our Proposal
(Technical and Financial Proposals). Our attached Financial Proposal is for the sum of
[Amount in words and figures]. This amount is exclusive of the local taxes, which we have
estimated at [Amount(s) inwords and figures].
Our Financial Proposal shall be binding upon us subject to the modifications resulting
from Contract negotiations, up to expiration of the validity period of the Proposal, i.e., [Date].
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,

Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

4B. SUMMARY OF COSTS


Costs

Currency(ies)1

Amount(s)

Subtotal
Local Taxes

Total Amount of Financial Proposal

______________________

Local currency and Euros.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

4C. BREAKDOWN OF PRICE PER ACTIVITY


Activity No.:____________________

Activity No.:_____________________

Description:_____________________

Price Component

Currency(ies)

Amount(s)

Remuneration
Other costs
Subtotal
____________________________

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

4D. BREAKDOWN OF REMUNERATION PER ACTIVITY


Activity No._____________________________________

Names

Position

Input2

Name:______________________________

Remuneration
Currency(ies) Rate

Amount

Regular staff
Local staff
Consultants
Grand Total

___________________

Staff months, days, or hours as appropriate.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

4E. BREAKDOWN OF OTHER COSTS PER ACTIVITY


Activity No:_________________________________
No.
1.
2.

Description
International flights
_____________________________
Miscellaneous travel expenses

3.

Subsistence allowance

4.
5.
6.

Local transportation costs3


Office rent/accommodation/
clerical assistance
Communication costs between
______________________and
_________________________
(telephone, telegram, telex)

7.

Drafting, reproduction of reports

8.

Equipment: vehicles, computers, etc.

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 4 Financial Proposal Standard Forms Appendix

44

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Ministry of Local Government and Rural Development (MLGRD)

Section 5. Terms of Reference


For Design and Supervision of GUMPP Priority Investment Projects in Two
Secondary Cities in Ghana: The Metropolitan District Assemblies of Tamale in
Northern Region and Kumasi in Ashanti Region.
Introduction
The Government of Ghana has received funding from Agence Francaise Developmentt (AFD)
towards the cost of implementation of Ghana Urban Management Pilot Project (GUMPP) through the
Ministries of Finance and Economic Planning (MoFEP) and Ministry of Local Government and Rural
Development (MLGRD) and Beneficiary MMAs/Cities namely; Kumasi Metropolitan Assembly,
Sekondi-Takoradi Metropolitan Assembly, Tamale Metropolitan Assembly and Ho Municipal
Assembly;

Specific objectives of the Assignment:


a) To implement urban development programmes that give widespread access to essential
services of the desired level and quality of services.
b) To build the financial, management and ownership capacities of cities.
c) To support economic activities and local employment and enhance the revenue collection
capacity of local governments for increased local self-finance of investments.
d) To limit the negative impact of urban extension on peripheral eco-systems.

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:

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev


45

Ministry of Local Government and Rural Development (MLGRD)


Tamale Metropolitan Assembly Northern Region of Ghana
1. Construction of 1.5 Km storm Drain and Retention Pond at Gumani
Project objectives: To minimize flooding through effective storm water management; to provide a
source of drinking water for livestock; and to provide a source of irrigation during dry season
Specific Project components: Construct a 1.5 KM stretch of reinforced concrete lined drain; and
construct retention pond for irrigation during dry season and water reservoir for livestock.

2. Upgrading Aboabu Market and Heavy Goods Vehicle Park


Project objective: To improve market infrastructure in the Metropolis and Heavy Goods Vehicle
Park facilities.
Project components: Construct 100 Units market stores (stalls) at Aboabu market; construct 5 x
40 stall sheds; construct pedestrian pavement zone in the market; install vehicle hard standing in
the heavy goods vehicle park; construct water and drainage system within and along the market;
construct a 20 cubicle toilet; renew market place electrical distribution network; install security
lighting systems; construct five security entrance gates on the market; and install 15 x water stand
point.

3. Rehabilitation of Tamale Abattoir


Project objective: Improve the abattoirs environment as well as ensuring quality supply of meat
produced to the market.
Project Components: Renovation of slaughter house interior/exterior; renovation of water
system; repair of sanitation drainage system; construction of security fence; rehabilitation of
outside areas and waste pond; procurement of vehicles; construct a waste management plant
(digester)

4. Construction of School Toilet and Public Toilet Facilities


Project objective: The project seeks to achieve improved sanitation in the Metropolis as well as
ensuring a clean environment.
Project components: Construct 30 x 10 seat school toilet facilities; and construct 20 x 20 seat
public toilet facilities.

5. Upgrading Tishiegu and Moshie Zongo Local Communities


Project objective: Improve the road network in Tishiegu and MoshieZongo; provide fencing for
cluster of schools in the two communities; improve the community sanitary facilities; improved
security for the two communities.
Project components: The construction of 4.0 km road within the two communities; construction
of 2.5 km open drains; installation of street lights; extending water systems; construction of
security fences at schools cluster; and construct 6 x 20 seat public toilets

Maintenance requirements of priority investment projects in Tamale


Priority investment projects: Tamale abattoir, community upgrading (Tishegu and
MoshieZongo), Gumani storm drain and retention pond, Aboabo market and heavy goods vehicle
park, construct school and public toilet facilities, and develop an urban management plan
Expected Maintenance activities and coverage for all project components: Budget, Staffing,
Service contracts, Operation & Maintenance manuals/Activities, Procurement of Equipment,
Sector Maintenance (Resource assessment/upgrade of Town and Country Planning Dept.),
Preparation of TMA maintenance Plan/Policy, Maintenance (Works Contracts )
Project components:

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev


46

Ministry of Local Government and Rural Development (MLGRD)


Facilities construction: Renovation of slaughter house interior/exterior, provide a waste
management plant (digester), construct public toilets, construct market stores (stalls), construct
market sheds, construct pedestrian pavement zone
Utilities and services: Install public street lighting, landscaping and gardening works, garbage
collection point and disposal of waste, landscaping and gardening works, provision of security
service, outside area security lighting
Infrastructure works: Site preparation. land and structure removal, paving and fencing of parking
areas, paving and fencing of surrounding areas, road construction and maintenance, construction,
rehabilitation of outside areas and waste pond, extending water systems, construction a retention
pond for irrigation and water supply reservoir for livestock, install public water supply stand
points, and install road street signs

Urban Management Programme


Operational and Maintenance areas: Geographic information system (digital mapping, auto
photo maps, computers and attribute data collection); preparation of strategic plan (including
structure plan); review and prepare new planning schemes; capacity building for operational staff
Resources Equipment and Materials needed: Specialist vehicles, administrative vehicles,
adequate workshop and administrative facilities, secure supply of all types of repair materials,
secure supply of all types of sundry materials, office equipment (computers, accessories, sundries),
comprehensive package of basic and specialist tools and equipment, apparatus and educational
materials, labour

Kumasi Metropolitan Assembly Ashanti region of Ghana


1. Redevelopment of New Agogo (Atonsu) to Southern Trading Centre
Project objective: To reduce congestion at the Central Business District (CBD) of Kumasi; to
increase economic activities in the pro-poor areas of the metropolis; to increase the revenue of the
assembly; to reduce travel cost and time for citizens for business transaction; to improve the
aesthetics of these communities; and to serve as offices for the substructures of the assembly.
Project components: Construction of a Modern Southern Trading Centre with the following
facilities - Stalls, Banking Halls, Clinics, Pharmacy, Day Care and a bus terminal among others.

2. Redevelopment of Old Tafo Market


Project objective: To reduce congestion in the Central Business District (CBD) of Kumasi; to
increase economic activities in the metropolis; to increase revenue for the assembly; to reduce the
travel cost and time for citizens from the northern parts of the city to transact business; to improve
the aesthetics of these communities; and to serve as offices for the substructures of the assembly.
Project components: Construction of a modern Northern Trading Centre with the following
facilities - stalls, banking halls, clinics, pharmacy, day care and a bus terminal among others.

3. Redevelopment of Asawase Satellite Market


Project objective: To reduce congestion in the Central Business District (CBD) in Kumasi; to
increase economic activities in the metropolis; to increase revenue for the Assembly; and to
improve the aesthetics of this community.
Project components (Shopping Mall): Complete demolition of existing market; temporary
relocation of market traders; construct / renovate market to incorporate/include the following
facilities: stalls, warehouse, supermarkets, restaurant, shops, toilet facilities, banks, sub-metro
offices, pharmacies, gyms, police post, nursery, an auditorium, post office, ICT centre, library,
lifts, bus terminal, landscaping, fencing and other works.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev


47

Ministry of Local Government and Rural Development (MLGRD)


4. Extension of Sanitary Landfill
Project objective: To improve the quality of the Metropolitan landfill waste disposal site.
Project components: Under the proposed project, the following impact and results are expected:
development of 5 new cells at Oti landfill site, fencing and landscaping of landfill sites

General Maintenance requirements of the five (5) priority investment project in


Kumasi
Expected Maintenance activities and coverage for all projects
Operation and maintenance: Support to Sector, Support to KMA,
Land: Acquisition, Relocation/compensation.
Facilities construction: Construct / renovate market to incorporate/include the following
facilities: stalls, warehouse, supermarkets, restaurant, shops, toilet facilities, banks, sub-metro
offices, pharmacies, gyms, police post, nursery, an auditorium, post office, ICT centre, library,
lifts, bus terminal, landscaping, fencing and other works.
Utilities and services: Install public street lighting, Landscaping and gardening works, garbage
collection point and disposal of waste, landscaping and gardening works, provision of security
service, outside area security lighting,
Infrastructure works: Site preparation. land and structure removal, paving and fencing of parking
areas, re-organisation of the existing artisan site, paving and fencing of surrounding areas,

Urban Management Plan


Operational and Maintenance areas: Geographic information system (digital mapping, auto
photo maps, computers and attribute data collection)
Resources Equipment and Materials needed: Vehicles, adequate workshop and administrative
facilities, secure supply of all types of repair materials, secure supply of all types of sundry
materials, office equipment (computers, accessories, sundries), comprehensive package of basic
and specialist tools and equipment, apparatus and educational materials, and labour.

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).

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev


48

Ministry of Local Government and Rural Development (MLGRD)


3. Implement appropriate environmental and social mitigation measures, including
compensation of individuals, residences and businesses affected by such improvements and
upgrades, consistent with the GUMPP Manual of Procedures.
4. Procure and manage such utility relocations as may be necessary.
5. Provide supervision of construction services for such improvements and upgrades.
6. Provide project management and auditing services for such improvements and upgrades.
7. The feasibility study, environmental assessment, resettlement action, and design should be
regarded as an integrated package of services.

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.

GUMPP Investment Projects in Tamale Metropolitan Assembly


Construction of 1.5 km Storm Drain and a Retention Pond at Gumani
This project now falls within the Sagnarigu District Assembly which has recently been carved out of
the Tamale Metropolitan assembly.
The project seeks to achieve the following:
a) Minimize flooding through effective storm water management structure.
b) The retention pond would be used as a source of drinking water for animals and for dry
season gardening by the people

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev


49

Ministry of Local Government and Rural Development (MLGRD)


The specific work under this project is to:
To construct a 1.5 km stretch of reinforced concrete lined drain by the end of the project period
To provide a retention pond for dry season gardening and water reservoir for animals
Gumani is located at the northern part of Tamale, about five (5) kilometres from the Central Business
District (CBD) off the Bolga road. The topography of Gumani is low lying and swampy with two (2)
major water channels flowing through the community. About 120 - 140 houses are situated in the
flood prone area which suffers from perennial flooding at the least rainfall. The flooding has
devastating effect especially to the inhabitants close to the existing drain.
At the time of visit, the Metropolis had experienced a heavy rainfall which had resulted in floods
washing away some roads and culverts under construction. Water levels had risen beyond window
levels. This led occupants of buildings abandoning them until the levels reduced substantially before
going back.

Upgrading of the Aboabu Market and Lorry Park


Project objective:
1. To increase access to market infrastructure in the Metropolis by the end of 2013.
2. To create willingness of the paying public to pay rates for the development of the Metropolis
by end of 2013.
The Aboabu market is located in the Tamale Central Sub-Metro. It was built in the 1950s. Currently,
the Aboabu market serves as an international trade hub in the Metropolis. There is now stress on the
few existing stalls made of temporary stalls built by traders and permanent structures put up by the
Metropolitan Assembly.
The Aboabu Market is saddled with problems such as poor lighting system, insecurity due to lack of
security gates. There are no pavements and as such during rainy days, marketing activities in the
market are very difficult to carry out. Another hurdle is the fact that, the market was constructed
without drains and water systems. This situation results in perennial flooding. This market however
has a potential of increasing the Internal Generated Funding rates in the Metropolis to cushion further
developments.
The existing market consists of double/single storey constructed by the MA and individual lock-up
shops in the market and 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 and an abandoned
multipurpose mall which now serves as a drying place for cereals or storage for traders. Also available
are other facilities such as electricity and 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. Roads in the market are mud in nature and accessibility becomes a problem during rainy
days. 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.

Rehabilitation of Tamale Abattoir


The Tamale Abattoir is located at Tishiegu in the Tamale South Sub Metro. The Abattoir serves
hygienic meat to the Metropolis and its environs. This project has been selected because of the current
state of the place. The urgent need to address the situation and avoid an epidemic in the Metropolis.
Project objective:
1. Improve the abattoirs environment as well as ensuring quality supply of meat produced to the
market
2. To rehabilitate the slaughtering hall
3. To provide a modern and effective waste management plant (a digester) at the Tamale
abattoir

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev


50

Ministry of Local Government and Rural Development (MLGRD)


4. To provide four(4) suitable meat vans for transporting meat to the meat shops
5. To fence the Abattoir
Justification of the investments
Tamale has only one abattoir, which is located on the Nyankpala road. The abattoir serves the whole
of Tamale town and its environs. However the abattoir is in a state of disrepair such that waste
generated in the abattoir is not properly disposed of due to the breakdown of the sewage system. The
drainage system in place is poor such that wastes generated due to activities that occur in the abattoir
on daily basis are not disposed of sanitarily. The blood, the stomach and the intestinal contents and
animal parts are drained into a nearby pond. This pond serves as a breeding site for flies and
mosquitoes and also causes offensive odour and unsightliness. During rainy days the pond spills over
and the content flows into the neighbouring communities causing discomfort and posing a threat to
the health of the inhabitants of these communities.
In the abattoir, wall tiles are broken, paint on the walls are stained, floor very rough and few hooks
available to hang on carcasses for inspection and also lack of suitable meat van to transport inspected
meat to the meat shop. The combined effects of these have contributed to improper handling of
carcasses in the abattoir and this has the tendency of causing an epidemic in the metropolis and its
environs.
In view of the above, rehabilitation of the abattoir with modern equipment is an issue of urgency to
avert an outbreak of diseases in and around the metropolis

Construction of Toilet for Schools, Public Places and Private Households


Project objective:
1. Improve sanitation in the Metropolis as well as ensuring a clean environment
Specific work under this project is to:
To construct 30 No. 10 seat Toilet facilities for schools
To construct 20.No. 20 seat Toilet facilities for public places and communities
To construct 1,500 units household toilets
The Tamale Metropolitan Assembly is fast growing in terms of population, economic and social
activities. The Metropolis is a transit point for most travellers as well as traders. There are many lorry
parks and markets without toilet facilities. This causes a lot of inconvenience to the trading
population.
A desk study of documents showed that the Metropolis has about 722 public schools. Most of these
schools were built without toilet facilities. This makes teaching and learning ineffective as pupils and
teachers use outside defecation as a source of convenience. This situation is equally extended to the
communities where households have no toilet facilities. This problem has for some time now resulted
in the outbreak of diseases such as cholera. This project when implemented would ensure a clean
environment and a healthy population for development.

Upgrading Tishiegu and Moshie Zongo Local Communities


Project objective:
1. Prepare a structure/master plan
2. Prepare utility plans which would include Road plans, Drain plans, Pipeline/water plans,
Electricity plans, Telephone lines, school and public toilets etc. for the Tishiegu and
MoshieZongo Communities.
For the past decades the Metropolis had undergone expansions in terms of infrastructural
development, population growth, among others. Provision of social and economic infrastructure was
based on service demand driven instead of strategically planed measures. This has left a shortage of
infrastructure in some towns and villages i.e. Tishiegu and MoshieZongo Communities. This project

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev


51

Ministry of Local Government and Rural Development (MLGRD)


is timely to enable the Metropolis to have a uniform and strategic plan for development in the coming
decades.

GUMPP Investment Projects in Kumasi Metropolitan Assembly


Redevelopment of New Agogo (Atonsu) to Southern Trading Centre
Project objective:
1. To reduce congestion at the Central Business District (CBD) of Kumasi
2. To increase economic activities in the pro-poor areas of the metropolis
3. To increase the revenue of the Assembly
4. To reduce the travel cost and time for citizens from Southern parts of the city for business
transaction.
5. To improve the aesthetics of these communities
6. To serve as offices for the Substructures of the Assembly.
The redevelopment of the New Agogo Market will provide a modern place for the exchange of goods
and services in the Northern and Southern part of the city thereby reducing the congestion in the
CBD.
It is expected that people living in the Southern part of the city, namely, New Agogo, Gyenyasi,
Ahensan, KNUST, Kyirapatere, Kotei and the surround towns of the adjoining District, Bosomtwi
will have a modern Trading Centre. The provision of this facility will further complement and
complete the on-going AFD financed community upgrading at Atonsu (New Agogo) in Asokwa the
Sub-Metro area. This proposed market facility will also absorb persons displaced from the Ahensan
market as a result of the AFD financed road project at Ahensan. It is envisaged that upon completion
of the project 30% of the population in the metropolis will have a modern trading centre for business.
The existing market consists of single storey individual lock-up shops at the periphery of its
boundaries along the road to Ahensan. A few of the individual lockup shops are also lined up in
various lanes in the market. There are other individual table top sheds, most of which are temporary in
nature. A refuse dump and a public toilet which serves as a dumping ground and place of convenience
for the neighbouring communities are located close to the market. The MA has plans to evacuate the
mountainous refuse dump to the landfill site to make way for the project. The on-going AFD financed
community upgrading at Atonsu (New Agogo) has also constructed storm drains and a foot bridge to
link the Asokwa side with market to allow easy commuting from one part to the other. 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.
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 environment that encourages social interaction
Develop a 24-hour-service outlet for leisure-shopping
Enhance the citys revenue mobilization

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev


52

Ministry of Local Government and Rural Development (MLGRD)


The market will have the following facilities: Stalls, Warehouse, Supermarkets, Restaurant, Shops,
Toilet facilities, Banks, Substructures, Offices, Pharmacy, Gym, Police Station, Nursery, Auditorium,
Post Office, ICT Centre, Library, Lifts, Terminal, Landscaping, fencing and other works.

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

Redevelopment of Asawase Satellite Market into a Modern Trading Centre


Project objective:
To reduce congestion in the Central Business District (CBD) in Kumasi

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev


53

Ministry of Local Government and Rural Development (MLGRD)


To increase economic activities in the pro-poor areas of the metropolis
To increase revenue for the Assembly
To improve the aesthetics of this community.
The redevelopment of this market will provide a modern place of exchange for goods and services in
the city thereby reducing congestion in the CBD. It is expected that people living in the city, namely,
Asawase, Manhyia, Aboabo and Dichemso will have a modern place for trading activities. It is
envisaged that upon completion of the project 10% of the population in the metropolis will have a
modern trading centre to transact business. It is expected that the provision of this facility will help
decongest the Kumasi Central Market. Furthermore, the Asawase market when completed will absorb
some occupants of the Central Market during its redevelopment.
This is predominantly maize and cola nuts market. The existing market consists of two/single storey
individual lock-up shops at the periphery of its boundaries along the main road. It lacks properly well
designed warehousing for storage purposes. There are other individual table top sheds, most of which
are temporary in nature, a meat shop. Also available are other facilities such as electricity, water,
telephone etc. The type of trading activities in the market observed apart from maize and cola nuts 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.
Besides the Modern Trading Centre (market) will:
Create employment for a variety of groups.
Lead to an orderly city environment and the creation of places of distinction
Provide a pleasant shopping experience one-stop shopping centre.
Provide the necessary densities to ward off criminal activities during the hitherto quiet hours
(eyes on the street)
Create a vibrant night life
Provide a comfortable and stimulating environment that encourages social interaction
Developing a 24-hour-services outlet that support leisurely-shopping
Enhance the citys revenue mobilization effort
The market will have the following facilities: Stalls, Warehouse, Supermarkets, Restaurant, Shops,
Toilet facilities, Banks, Sub-Metro Offices, Pharmacies, Gyms, Police Post, Nursery, an Auditorium,
Post Office, ICT Centre, Library, Lifts, Bus Terminal, Landscaping, fencing and other works.

Development of New Cells at Oti Landfill Site


Project objective: To improve the quality and frequency of solid waste collection and disposal in an
environmentally friendly and sustainable manner
Development of the second phase of Landfill 5 additional new cells would be developed at the Oti
Landfill site. The proposed project will augment the gains from the previous interventions to keep the
metropolis free of filth. The implementation of this project will result in a 10% increase in solid waste
collection and improve the regular collection and disposal. The general impact would be an
adequately developed landfill that can receive about 1500 tons of solid waste generated within the
metropolis daily.
This component of the project would involve excavation for the collection of solid waste. The base of
the excavation will then be lined with damp proof material with a pipe network to drain the leachate.
Gabiums will be constructed to serve as points for gas collection. These would be done in units
known as cells. Similar sub projects have been implemented under the Urban Environmental
Sanitation Project 1996 to date.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev


54

Ministry of Local Government and Rural Development (MLGRD)


The first phase of the landfill development consisted of the construction of four cells which have been
in use for the past six years.
The provision of improved solid waste management services will:
Enhance the living standards of the beneficiaries.
Improve the environmental sanitation of the metropolis in a technically, institutionally and
financially sustainable manner.
Create a clean and healthy environment for economic growth.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev


55

Ministry of Local Government and Rural Development (MLGRD)

Buildings

EIA / SIA

Small building
works

Statutory
approvals

Utilities

Income
generating

Civil Works

Capacity
building

Project

Compensatio
n
Resettlement,
Demolition

Indicative Categorisation of Investment Projects in Tamale and Kumasi


Plant &
Equipment

Table 1

Tamale Metropolitan Assembly


Construct Storm Drain and a
Retention Pond at Gumani

1.5 KM stretch of
reinforced
concrete lined
drain, retention
pond for dry
season gardening
and water
reservoir

Upgrade the Aboabu Market and


Lorry Park

Roads, paved
areas, drains &
water systems

Lighting,
power,
telecoms,
water supply

Rehabilitate the slaughtering hall,


fencing

No

Water,
electricity

Upgrade Tishiegu and MoshieZongo


Local Communities

Prepare utility plans, for roads,


drains, pipeline/water, electricity,
telephone, lines.

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

Improved market facilities

Rehabilitate Tamale Abattoir

Construct toilet for Schools, public


places and private households

Minimal

Provide a modern waste


management plant
digester), & four(4) meat
vans

Construct 30 x 10 seat toilet facilities for schools, 20 x 20


seat toilet facilities for public places and communities,
and 1,500 units household toilets
school and
public toilets

Kumasi Metropolitan Assembly


Redevelop
1.

New Agogo (Atonsu) as


Southern Trading Centre

2.

Old Tafo Market into Modern


Trading Centre for the Northern
Part of Kumasi

3.

Asawase Satellite Market into a


Modern Trading Centre

Construction of New Cells at Oti


Landfill Site

Road access,
parking & paved
areas

Yes

5 additional new
cells

No

Stalls, warehouse, supermarkets,


restaurant, shops, toilet facilities,
banks, substructures, offices,
pharmacy, gym, police station,
nursery, auditorium, post office, ICT
centre, library, terminal, landscaping,
fencing and other works
No

None

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev


56

Ministry of Local Government and Rural Development (MLGRD)


Table 2

Indicative Procurement Requirements - Tamale and Kumasi

Project

Works

Small Works

Community / Upgrading /
labour intensive

Goods

Services

Tamale Metropolitan Assembly


Construct Storm Drain and a
Retention Pond at Gumani

Yes (mainly building, some site works)

Upgrade the Aboabu Market and


Lorry Park

Yes (mainly building, some site works)

Rehabilitate Tamale Abattoir

Yes (mainly building, some site works)


Small works contracts in packages

Construct toilet for Schools, public


places and private households

Yes master/ structure


plan

Combination of small works,


civil works, and community
contracts

Upgrade Tishiegu and MoshieZongo


Local Communities
Kumasi Metropolitan Assembly
Redevelop
1.

New Agogo (Atonsu) as


Southern Trading Centre

2.

Old Tafo Market into Modern


Trading Centre for the Northern
Part of Kumasi

3.

Asawase Satellite Market into a


Modern Trading Centre

Construction of New Cells at Oti


Landfill Site

Yes (mainly building, some site works)

Yes (civil engineering works)

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev


57

Yes (lifts)

Section 5 Terms of Reference

58

Requirements for Design and Supervision of Investment Projects


Design considerations and detailed description of actual services to be provided should
include but not limited to the following:
Development of Landfill Site
a.

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.

In accordance with design standards, site development plans should include:


(1) Initial and final topographic maps at contour intervals of 5 feet or less.
(2) Land use and zoning within one quarter of a mile of the site, and airports that could
be affected by birds near the landfill. Land use drawings should include housing and
other buildings, water wells, water courses, rock outcroppings, roads, and soil or rock
borings.
(3) Utilities within 500 feet of the site.
(4) Buildings and facilities associated with the landfill.
(5) Groundwater monitoring wells.
(6) Provisions for surface water runoff control.
(7) Leachate collection and treatment or disposal system.
(8) Gas collection control and disposal system.
(9) Final cover system.
(10) Liner system.

c.

Plans should be accompanied by a narrative and drawings which describe:


(1) Planned or projected use of the completed site.
(2) Programs to monitor and control gases and leachate.
(3) Current and projected use of water resources.
(4) Elevation, movement, and initial quality of groundwater which may be affected by
the landfill.
(5) Groundwater testing program.
(6) Description of soil and other geologic materials to a depth sufficient to determine
the degree of ground-water protection provided naturally.
(7) Potential for leachate generation.
(8) Vector controls.
(9) Litter control program.
(10) Operating procedures
(11) Closure

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

59

Hydrological, Hydraulic and Drainage Structures


The Consultant shall check the structural condition of the existing drainage structures
including the inlet and outlet of the structures, and carry out the design of their
remedial/repair works. The Consultant shall also carry out hydrological analysis for all new
drainage structures and existing ones which are hydraulically and structurally unsound and in
need of replacement.
The catchments areas, rainfall, run-off duration/intensity relationships, catchments run-off
characteristics and channel slopes/discharge characteristics for each catchment shall be
determined on the basis of available topographic maps and field investigations as necessary.
The appropriate return flood period and corresponding water levels will be established and the
adequacy of existing waterways should be checked.
The Consultant shall identify existing water sources for supplying water for construction
works, and assess its quantities and quality. It should be noted that water to be used for the
implementation of the project shall not be on the expense of local community. Where
construction water is not available from 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
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.
The general arrangement drawing shall include:
Location plan
Structure plan
Elevation
Typical cross section
For the purposes of the above, major structures shall be defined as any structure with a span
of 10 m or diameter of 1.2 m or greater, or any retaining wall with a retained height of 1.5 m
or greater.
Utility Relocation Design
The Consultant shall undertake the necessary design services to facilitate relocation of
impacted utilities within the project area. This should include utility relocation plans,
drawings and specifications, as well as preparation of bid documents to allow the utility
relocation work to proceed in advance of the construction works.
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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

Topographic Plans, scale 1:1000

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

Typical Cross-Sections, scale 1:50: Showing all structural drawings details as


required.
o

Drainage plans: Showing details of all drainage plans, including longitudinal


drainage facilities and storm sewers.

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

Permanent Traffic Management Plans: Showing details of the location of


permanent structures, barriers, signs, signals and other physical features
necessary to accommodate traffic flow during operation.

Auxiliary Works: Showing all auxiliary works using appropriate scales.

Safety Features: Showing details of safety features, including pedestrian


crossings (footbridges or underpasses), sidewalks, bicycle paths, safety
barriers, etc.

Utility Relocation: Showing details of the necessary relocation of impacted


utilities.

Landscaping: Showing details of all necessary landscaping.

Construction of 1.5 km Storm Drain and a Retention Pond at Gumani


Design considerations and detailed description of actual services to be provided should
include but not limited to the following:

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

Section 5 Terms of Reference

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:

Create an attractive physical environment


Ensure a cohesive and interrelated design of projects
Emphasize people in the design of streetscapes
Conserve existing stable neighborhoods
Reduce sign redundancy and clutter
Prevent negative changes to neighborhood character (slip-ins/conversions/spot zoning)
Ensure a mix of necessary retail and personal services in all areas
Reduce traffic congestion and cost by shifting from a sparse hierarchy to a more
balanced transportation pattern with more emphasis on a dense network street system.
Preserve and protect unique natural and historic features which serve as a foundation for
the citys overall image.

Upgrading Works Communities


Phased approach:
It is broadly expected that the Consultant will follow a five stage process to community
upgrading:
1. Stage 1 Strategic Framework: In the first two weeks of assignment the Consultants

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

Section 5 Terms of Reference

63

2. Stage 2 Preliminary Plan: Elaborate the Stage 1 Strategic Framework and present a

Preliminary Community Engagement and Development Plan for implementation in


Stage 4. The Community Engagement and Development Plan will take into account its
key role in ensuring: a) community involvement and support throughout preparation
and implementation of the Upgrading Plan for all planned interventions; and b) the
expected impacts of all interventions are achieved in so far as they are dependent on
community engagement and community development interventions.
3. Stage 3 Detailed Plan: Elaborate the Stage 2 Preliminary Community Engagement

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

MoshieZongo local communities engagement and development component of the


upgrading Plan for each village.
5. Stage 5 Lessons Learned: Assess the lessons learned as to community engagement

and development during Stages 1, 2, 3 and 4.


Key and Cross-cutting Issues
Gender and youth: The Consultants will use gender analysis to inform urban design,
infrastructure and planning standards, planning layouts and building requirements so as to
ensure that services and facilities provided meet the different interests of women, men and
young people. Where differences are identified that affect design, these differences should be
incorporated. Wherever possible consideration will be given to employment and income
generation opportunities for women and young people to advance their livelihoods and
encourage participation. The Planning and Community Development specialists will
proactively consider and respond to ways that planning design can maximise safety for
women in urban design, for instance through street lighting and other measures. The planning
process will include concrete steps to ensure real and direct participation of marginalised
groups such as women and young people, recognising the diversity among these groups.
Local Government, Community Engagement and Communication: The Kumasi MMA is
the key governmental organisations with whom and through which the Consultants will work.
The Consultants tasks include building the capacity of Kumasi MMA to:
a)

Involve governmental and non-governmental agencies, and

b)

At the interface with the communities, by way of the existing community


committees, environmental health officers, health clinic nurses and MMAs
councils community/social welfare officers.

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

Section 5 Terms of Reference

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

consensus and agreement than a conclusion in terms of identifiable plans and


boundaries - that may be widely disputed. The Consultants team, as a whole, will
have to work closely together in identifying land for public services and facilities, as
well, possibly of such semi-public uses as sites for communal pig sties.
3. The Consultants team will need to bear in mind that to develop a Detailed Land Use

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

cases of resettlement or demolition of private property are that: Nobody should be


worse off (economically, financially, culturally, socially, and environmentally) after
the project, as a result of project activities, than they were before the project started.
The aim is that all beneficiaries in the project area are better off. In all cases
adequate and appropriate compensation will be paid.
6. Involuntary resettlement of people and/or demolition of property will be avoided as

much as possible. If roads or pipes must go around a building instead of straight


through, as far as is possible, they will go around. Where it is necessary to demolish
structures, every effort will be made to ensure the structures affected are not main
living quarters or socially significant buildings.
7. Involuntary resettlement of some households within the upgrading areas is possible

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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:

a. Cost effectiveness: Operation and maintenance, affordability and cost recovery


of, at least, recurrent operation and maintenance costs;
b. Operational capacity and resources: The capacity of service providers to
maintain systems and linked to a. above, generate sufficient revenues to do
so; and
c. Community acceptability: The communities cultural and social attitudes and
acceptability of different technical systems as well as willingness and ability to
pay for services.
2. The Consultant will need to give careful consideration to the on- and off-site sanitation

options taking account of the experience of previous initiatives in Ghana/Kumasi,


cultural and social attitudes and acceptability, operation and maintenance,
effectiveness, efficiency and costs, both of installation and of operation taking
account of the land use as well as income levels of residents.
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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

communities in general, and the beneficiary communities and residents, including


youth groups, in particular in the implementation activities. It is expected that
community contracting will form an important part of the development and
implementation process, to a lesser extent in Stages 1 to 3 and, particularly during the
main implementation Stage 4. There are benefits that may arise in terms of increased
income, community ownership and improved operation and maintenance of services.
5. Recording and documenting experiences: The consultants and their counterparts

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

Assistance Team and MLGRD Procurement Unit in accordance with PPA


Procurement Guidelines
Prepare Bill of Quantities and budget for construction of the proposed Market and
Heavy Goods Vehicle Park
Prepare environmental review and Environmental Assessment Registration to be
submitted to Ghana EPA;

Design considerations and detailed description of actual services to be provided should


include but not limited to the following:
Heavy Goods Vehicle Park

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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

Section 5 Terms of Reference

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

69

Heath improvement through the introduction of pathogens from human excrements


into the water and food cycle would be minimized or completely eradicated.

Eliminate the possibility of costly site remediation and clean-up

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

Lack of appropriate user-needs design considerations:


o Squat holes which are easily missed especially by younger kids, thus the
presence of faecal matter and other unsightly materials in chamber
o Easy access
o Clean, odour free Interiors and,
o Clean Surroundings
o Specific user needs include: Teenage girls Safety and Privacy; Lighting and Access.
Boys More Urinals.
Younger children Safe and Accessible Designs; toilet seat access, low
level urinals for kids.
Disabled Disabled friendly and Easy Access

Construction/Rehabilitation of an Abattoir

Conduct Economic Viability of the Investment;


Carryout the design of the Abattoir
Prepare bidding documents and along with the assistance of the Technical Assistance
Team and MLGRD Procurement Unit in accordance with PPA Procurement Guidelines
Prepare Bill of Quantities and budget for construction of the proposed Truck Terminal
Prepare environmental review and Environmental Assessment Registration to be
submitted to Ghana EPA;

PREMISES AND SITE FOR SLAUGHTERHOUSE

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

Section 5 Terms of Reference

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

Adequate slaughtering space should be provided whether it is done manually or mechanically.


Bleeding

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

71

Skinning

It is recommended that skinning will be done in hanging position with facilities/equipment of


railing, the individual carcasses one after another.
Eviscerating

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

72

Process Flow of Slaughterhouse

Lairage

Anti-mortem
Dirty Process

Slaughtering and Bleeding

Skinning and Scaling

Evisceration

Post-mortem
Clean Process

Rigor Mortis Process

HUMAN RESOURCE REQUIREMENTS

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

Section 5 Terms of Reference

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

Water and Drainage


The slaughterhouse must have a dependable source of clean water, preferably pipe-borne, to
maintain hygienic and sanitary services in the plant. The water must be well distributed in
terms of point-location inside the premises and must be hot, if possible, for hygienic washing
of products and facilities.
It would be useful, to install a reservoir or tank on the premises as a security against shortages
and breakdown of pumps.
Drainage of water is one of the main considerations in any slaughterhouse. All washings or
wet cleaning must course over the slaughter floor into a collecting drainage and empty
eventually outside the building. The floor should be designed to slope toward the main
collecting drain, the latter in turn to slope toward exterior connecting pipes. The walls must
have a hard smooth surface to prevent staining with blood and fat and hence facilitate
cleaning; on the other hand, the floor must be rough or grooved to forestall slipping.
Lighting and Ventilation
Lighting is another important requirement of the slaughterhouse. Electricity connection will
be obtained from ECG, but a diesel generator is provided for emergency supply of electricity.
Transparent insets can also be made in the roofing at vantage points to provide natural
lighting or sky lighting. Wide lintel windows (e.g. aluminum frame), covered with gauze to
exclude insects, also serve the same purpose, as well as provide ventilation.
Equipment/Machinery
The standard installation and equipment required in modern slaughterhouse are those
necessary to effect a rapid and hygienic conversion of livestock into meat. The design should
take into consideration the following equipment and machinery.
Chiller and Freezer Rooms, Insulation of cold room panels and doors fittings
Refrigeration System for Chillers, Installation of refrigeration systems, Weighing scales, Lab
equipment, Tube lights, Sorting tables, Conveyor/hooks, Trolleys,
hooks with bearing, Over head mobile hooks, Chiller Hooks, Slaughtering kit& equipment,
Mincing machines, Booring, Ac( for factory and admin hall),
Generators, Spreaders, Grinding and Honing Stones, Meat Tree/Hooks and others etc.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

74

ROADS AND DRAINS


Selection and Approval of Technical Specifications and Design Standards (Roads)
The Consultant shall consult the GHA/DUR and agree on the technical specifications and final design
standards to be used for the detailed design in line with international best practice.
Traffic Analysis and Forecasting (Roads)
The Consultant shall analyse all available traffic data in order to determine the type and volume of
existing traffic. In addition to augmenting and updating the Masterplan Model, the Consultant shall
carry out selected traffic counts and origin-destination surveys, in order to determine the current nature
of traffic, and to aid forecasts of future volume of freight, passenger and vehicle movements and
prepare Origin-Destination (O-D) matrices of passengers (disaggregated to the extent possible) and
commodities flow, for the road under study. Before the traffic counts are undertaken, the Consultant
shall earmark appropriate counting stations along the project road in order to capture all the required
vehicle information.
The classified traffic counts shall be carried out for a period of seven (7) days whereby 4 days will be
undertaken for 12 hours and 3 days for 24 hours in order to determine the Average Annual Daily
Traffic (AADT) of the present traffic on the project road.
The Consultant shall carry out axle load surveys to capture information on directional traffic loading in
order to determine the Vehicle Equivalent Factors (VEF) for various categories of vehicles for the
estimation of Equivalent Axle Loads (ESALS) for traffic loading on the project road.
The Consultant shall identify, describe and quantify existing and potential traffic generating factors in
the immediate areas served by the project road and areas likely to be influenced by future economic
development. Such factors include, but are not limited to:
Population growth and changes in rural and urban population distribution;
Regional and national economic growth;
Development in industry, commerce, tourism and agriculture within the influence area;
Influence of the road for both transport and cargo freight within the country and between Ghana and
neighbouring countries;
Private and public investments along the project area;
Development of social services, medical facilities, educational centres;
Diverted traffic; Generated traffic; Urban nature of road;
Urban development and traffic patterns; and
Other factors identified by the Consultant.
The Consultant shall determine appropriate growth rates per category of vehicles (i.e., car, taxi,
minibus, medium bus, large bus, pickup truck, light truck, medium truck, heavy truck, articulated
truck, motorcycle) using appropriate methods acceptable to MLGRD to forecast future traffic. The
Consultant shall provide for each identified category, future traffic forecast for the next 20 years after
completion of the construction/rehabilitation/upgrading of proposed road. All traffic forecasts shall be
given at three growth rates, namely, low, medium and high.

Hydro-geological, Geotechnical and Seismic Studies


The Consultant shall undertake a review of the geological and seismic conditions along the route. This
shall include an analysis of all existing geological data from previous investigations supplemented by
limited (maximum six) boreholes along the proposed alignment to determine the extent to which they
might impact the design or cost of the road.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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

Section 5 Terms of Reference

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

77

Economic Evaluation

The Consultant is required to undertake an appropriate economic assessment of the project in


order to ascertain the economic internal rate of return (EIRR). In determining the economic
costs for all inputs in the study, the Consultant shall ensure that costs are net of all taxes and
duties, or any other transfer payments to Government, and shadow priced where appropriate
to reflect the true scarcity value of the resources being used.
The Consultant shall study all available information on the vehicle operating costs and update
the estimates of such costs for both without and with the project options.
The Consultant shall undertake evaluation of the economic viability of each option for the 20
years following the completion of the construction/rehabilitation/upgrading of the road using
the calibrated HDM-4 model for Ghana with an appropriate discount rate agreed with
MLGRD.
The economic viability for each option shall be expressed in terms of:
Economic Internal Rate of Return (EIRR)
Net Present Value of investment (NPV)
Benefit/Cost Ratio (B/C)
First Year Rate of Return (FYRR)
Sensitivity Tests and Risk Analysis

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:

Preliminary road alignment plans and profiles


Typical cross-sections
Structure general arrangements for bridges and culverts
Soils and materials report
Traffic data current and forecast for sections and junctions
Drawings scales for the above shall be:
1: 5,000/500 horizontal/vertical alignments
1: 250
cross-sections
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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

Section 5 Terms of Reference

79

GUMPP Manual of Procedures


Annex XXII gives an overview of the duties of the Resident Supervisor for the Works phase.
Annex XXIII the format for the Resident Supervisors Monthly Report Form and Annex XXIV
the Payment checklist.

Requirements for Environmental and Social Impact Assessment


Environmental standards
In compliance with the 1999 Environmental Assessment Procedure5, amended in 2002,
Ghanas legislation requires an environmental authorisation, delivered by the Environmental
Protection Agency (EPA)6, for the start-up of any project that comes under sectors listed
category 1 and 2. Moreover, regulations require a compulsory environmental impact
assessment (EIA) to be conducted for sectors listed under category 2, consequently the
infrastructure and waste sectors targeted by the financing. Where applicable, an
environmental management plan (EMP) may also be required for some projects. For the
GUMPP these provisions would be relevant for projects such as landfills, slaughterhouse,
roads, drainage, market construction, lorry parks, bus stations and other infrastructures which
may have a negative environmental impact.
It has been planned for the Public Procurement Authority to make further improvements to
the procedures and mechanisms by 2010 by integrating procedures to analyse the
environmental and socio-economic impacts of projects. Such provisions consequently are to
be adhered to in GUMPP project preparation.
The project preparation sheet developed by the GUMPP for submission of project proposals
has defined environmental concerns as a cross-cutting issue in proposal formulation. The
proposal has to indicate therefore what the expected environmental impacts of the
development are and what mitigation measures are to be taken. Such an assessment is
required therefore for each category of proposal to determine if an EIA is required or if it
would be sufficient to make a further assessment of the same in the feasibility study to be
prepared for each project.
So all projects should be submitted to an Environmental and social risk categorization model:
the level and scope of environmental and social risk assessment undertaken for each project is
determined by nature and/or type of project, level of complexity of environmental issues,
applicable legislative requirements and project categorization (1.2.3) which is based on the
nature, complexity and the perceived environmental impacts of the projects. This
categorization should provide the MMDA with the Environmental and Social Requirements
(see hereunder) of each project.

1999

1994

Environmental Assessment Regulations (Legislative Instrument n1652) and 2002 Amendment (Legislative Instrument
n1703).
Environmental Protection Agency Act (n 490).

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

Table 3

80

Categorization of MMDA Environmental and Social Requirements


Low risk
(category 3)

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

There may be highly significant,


negative and/or long-term
environmental and social impacts,
the magnitude of which are
difficult to determine at the
application stage

Strategic Plan

Construction of a school

Slaughterhouse

Assessment

Further assessment
in the feasibility +
impact notice

Environmental impact
assessment +
environmental
management plan

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

Compliance with applicable local


laws, trying to tend to the
international best practices
Measures to be included into the
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

Section 5 Terms of Reference

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.

EIA and SIA Requirements


The Consultant shall carry out an Environmental Impact Assessment (EIA) and accompanying Social
Impact Assessment (SIA). These are to include an Environmental Management Plan (EMP) and a
Resettlement Action Plan (RAP) based on the GoG EIA guidelines, the MoT Environmental and
Social Framework and Resettlement Policy Framework, and Gender Guidelines. Among others, the
assessments will cover the identification of environmental and social impacts (both positive and
negative) of the project and propose mitigation measures for the negative impacts.
Before undertaking the EIA and SIA, a scoping exercise shall be conducted with key environmental
stakeholders. In the process of scoping, the Consultant shall review the scope for undertaking the EIA,
SIA, EMP, and RAP. The scoping report must be submitted to MLGRD for necessary approval before
embarking on the detailed EIA and SIA process.
Preparation of the EIA, SIA, and RAP are considered integral to the FS and FD of the two phases.
The Consultant should engage in an iterative process to ensure that timelines, budgets, and the results
of each requirement are fully integrated in the designs for the project.

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;

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

82

Schedule of project activities;


Staffing and support;
Facilities and services;
Operation and maintenance activities;
Required offsite investments;
Life span.

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.

Task 3 Description of Baseline Environment


The Consultant shall define a Baseline Case, which includes existing environmental conditions, and
existing and approved projects or activities.
The Consultant shall outline the management plans to minimise the discharge of pollutants, manage
wastes, optimise resource use, and manage and monitor environmental effects.
The Consultant shall assemble, evaluate, and present baseline data on the relevant environmental
characteristics of the study area, including information on any changes anticipated before the project
commences. Environmental characteristics of the study area shall be presented on a map to facilitate
the understanding of the study area.
a) Physical environment: This shall cover geology; topography; soils; climate and

meteorology; ambient air quality; surface and groundwater hydrology; existing


sources of air emissions; existing water pollution discharges; and receiving water
quality.
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

83

b) Biological environment: flora; fauna; rare or endangered species; ecologically

important or sensitive habitats, including parks or reserves, significant natural sites;


species of commercial importance; and species with potential to become nuisances,
vectors, or dangerous (of project site and potential area of influence of the project).
c) Socio-cultural environment: population; land use; planned development activities;

community structure; employment; distribution of income, goods and services;


recreation; public health; gender issues and HIV/AIDS; cultural / historic properties;
tribal peoples; and customs, aspirations, and attitudes to the project.
Task 4 Environmental Legislation and Regulatory Considerations
The Consultant shall describe the pertinent regulations and standards governing environmental quality,
health and safety, protection of sensitive areas, protection of endangered species, siting, and land use
control at international, national, regional and local levels. The Consultant shall undertake a review of
policies, legislation and administrative framework within which the environmental management of the
proposed road works will be carried out.
The Consultant shall ensure that their approach is consistent with the environmental legislation in
Ghana, the MoTs Resettlement Policy Framework and Environmental and Social Management
Framework, and in line with international best practice. The Consultant shall demonstrate awareness
of the existing regulatory environment in undertaking their work and in reaching conclusions.

Task 5 Determination of Potential Impacts


The Consultant shall:
Identify, analyse and assess environmental and social impacts of the proposed road
works.
Distinguish between positive and negative impacts, direct and indirect impacts, and immediate
and long-term impacts.
Identify impacts that are unavoidable or irreversible.
Analyse induced and cumulative impacts on the corridor.
Wherever possible, the Consultant shall describe impacts quantitatively, in terms of
environmental components affected (area, number), environmental and social costs and
benefits, assigning economic values when feasible. In addition, the Consultant shall
characterise the extent and quality of available data, explaining significant information
deficiencies and any uncertainties associated with the predicted impacts.
The Assessment should focus on the potential for negative environmental and social impacts caused
by planned and unplanned (spontaneous) migration of people and clearing of lands for commercial
use.
The Assessment should also examine the potential for intensified linear settlement in the corridor. An
overview shall be provided of different groups of people and their cultural, ethnic, and socio-economic
characteristics, and how they are likely to benefit and / or be negatively affected by the project.
Negative impacts may include, but not be limited to, physical relocation, loss of land or other physical
assets, loss of access to livelihood, or severance. The impact on occupiers of permanent properties,
market traders and hawkers operating out of temporary premises within the RoW, shall be separately
investigated and reported.
The significance of impacts of the proposed road works shall be assessed, and the basis of this
assessment shall be specified. The Consultant shall take into consideration existing by-laws, national
and international environmental standards, legislation, treaties, and conventions that may affect the
significance of identified impacts. The Consultant shall use the most up to date data and methods of

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

Task 6 Analysis of Alternatives


The Consultant shall describe alternatives that were examined in the course of developing the
proposed project and identify other alternatives, which would achieve the same objectives. The
concept of alternatives extends to siting, design, technology selection, construction techniques and
phasing, and operating and maintenance procedures. The Consultant shall compare alternatives in
terms of potential environmental and social impacts; capital and operating costs; suitability under local
conditions; and institutional, training, and monitoring requirements. When describing the impacts, the
Consultant shall indicate which are irreversible or unavoidable and which can be mitigated and, to the
extent possible, quantify the costs and benefits of each alternative, incorporating the estimated costs of
any associated mitigating measures. In addition, the Consultant shall include the alternative of not
constructing the project to demonstrate environmental and social conditions without the project.
Various environmental and social criteria should be developed to select the best road alternatives.
The Consultant shall:
Identify any alternative means of carrying out the Project and indicate their potential
environmental effects and impacts;
Compare identified alternatives to the Project and their anticipated environmental
effects;
Discuss reasons for not selecting any identified alternatives;
Discuss the implications of a delay in proceeding with the Project, or any phase of
the Project; and
Identify potential cooperative development opportunities for the Project.
Mitigation acceptable to the community and the Forestry Division shall be identified.

Task 7 Development of Environmental Management Plan


The Environmental Management Plan (EMP) focuses on three generic areas: implementation of
mitigation measures, institutional strengthening and training, and monitoring. The Consultant shall
prepare an EMP, which will include proposed work programme, budget estimates, schedules, staffing
and training requirements and other necessary support services to implement the mitigation measures.
Where appropriate, mitigation measures shall be incorporated into the Final Design. The EMP should
contain an HIV/AIDS Awareness Plan. Institutional arrangements required for implementing the EMP
(and HIV/AIDS Awareness Plan) shall be indicated. The cost of implementing the monitoring and
evaluation including staffing, training and institutional arrangements must be specified. Where
monitoring and evaluation will require inter-agency collaboration, this should be indicated.
The Consultant shall identify institutional needs to implement environmental assessment
recommendations and review the authority and capability of institutions at local, regional, and
national levels and recommend how to strengthen the capacity to implement the environmental and
7

Which are developed with reference to GoG gender policies and AFD Gender Policy

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

Task 8 Development of Resettlement Action Plan


Given the urban nature of the project corridor and the heavily populated area, the project will likely
result in the taking of land and properties and lead to economic dislocation. As a result, the Consultant
should prepare a Resettlement Action Plan (RAP) in accordance with GUMPP Manual of Procedures
and GoG policies, laws and regulations. Implementation timelines and responsibilities for resettlement
shall be incorporated into the FS and FD
Task 9 Public Consultation and Disclosure
The Consultant shall develop a Consultation Plan which will form part of the Inception Report.
The Consultant shall establish the views of the public with regards to the potential impacts of the
proposed road works, identifying the different groups of stakeholders, and then using the most
appropriate method to establish their views. Particular attention shall be paid to the disadvantaged
groups (e.g., children, the elderly and women) that may be affected by the proposed road project.
The Consultant shall assist in coordinating the EIA, EMP and RAP with other government agencies, in
obtaining the views of local NGOs and affected groups, and in keeping records of meetings and other
activities, communications, and comments and their disposition.
The Consultant shall undertake an open and transparent consultation process to ensure that the views
of interested and affected parties are appropriately incorporated in the project design.
Environmental and Social Impact Assessment Reports

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

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

86

Data used during the analysis


Any technical explanation of methods used (optional)
Terms of Reference of this study.
In addition, the Consultant shall assist MLGRD with the preparation of the application for the
environmental permit for the project.

Requirements for Resettlement Action Plan


Land Acquisition for Road Development
A new Executive Instrument (EI) will be required for all the road projects under the GUMPP
Investment projects provided they are not already in existence. Once the EI has been published, the
formal land acquisition process can commence; however, it is the intent of this TOR to ensure that
commencement of the RAP is timed and sequenced within the larger project context to include
feasibility/design and a full EIA.
Resettlement in Ghana
A plurality of land tenure and management systems (i.e., state and customary) exists in Ghana. These
systems are poorly articulated and increasingly are causing problems, resulting in a backlog of
unresolved land title disputes. Donors have been working with the GoG under the Land
Administration Project (LAP) to improve Ghanas legislation, policies and institutional capacity to
resolve the constraints to land tenure and management.
Ghanas past experience with resettlement has been mixed, though there has been improvement in
recent years.
Social Impact of Project Activities
Land use along the proposed corridors in the beneficiary MMAs reflects the peri-urban nature of the
site and the diverse functions the road now fulfils. Most of the route corridor has extensively been
encroached upon by traders and hawkers. The main socioeconomic factor to be addressed by the
project is how to deal with these occupations. The project can make some adjustments to minimise
displacement of these informal occupations.
Also, encroachment onto the ROW is widespread but not uniform. Permanent and temporary
structures are concentrated mostly at the busier road intersections, which are also where the majority
of small traders and hawkers congregate. These are among the poorest people who derive a living by
selling to vehicles that have stopped temporarily. Commercial activities requiring more land, such as
car and truck sales, manufacturing activities and vehicle repairs, tend to occur in less busy locations.
Objectives of this Resettlement Action Plan
The Consultant shall produce a RAP to cover all the projects. The goal of the RAPs is to ensure that
the construction works do not cause major adverse impacts among the people affected. The RAPs will
be produced in accordance with MoT Resettlement Policy Framework, GUMPP Manual of Procedures
and GoG policies, laws and regulations.
The RAPs should document that the project design has minimised, to the fullest extent technically,
economically and socially possible, resettlement, which is here understood in its broader meaning of
compulsory land acquisition and/or loss of access to resources and income, in addition to physical
relocation. To the extent that resettlement cannot be eliminated, the RAP shall define the procedures
to ensure full and timely compensation for all assets lost. In those instances where incomes are
affected, the RAPs will detail the measures to ensure that economic livelihoods are restored at
minimum to the pre-existing level, and preferably improved. And when households must relocate, the
RAPs shall present detailed plans for the relocation, including relocation sites, how land rights will be

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

91

Project Timetable
Monitoring and Evaluation
Project Budget, including recommended method, agent, and timeline for disbursement

In addition, the RAP should contain:


Maps of the project area that depict land use in the area, including residences, businesses,
fields, etc.;
Census and asset inventory forms, including any community infrastructure affected
Data sets presenting the results of the Population Census, Asset Inventory, Socio-economic
Survey, Community Infrastructure Inventory and other quantitative material
Maps of any relocation areas that depict the siting of residences, businesses, and other land
uses
Grievance registration form.
Requirements for Income generating projects
Error! Reference source not found. (Error! Reference source not found.)
in this Terms of Reference identifies those investment projects in each of the two MMAs that
are expected to generate income for the MMA. In each case, the Consultant will, as part of
their Preliminary (draft) and Final Design deliver: A Facility Management Plan based on an
institutional, organisational, socio-economic and financial assessment of the proposed facility
that identifies:
The strategy or approach (objectives) to management of the facility (1 page);
The (if any) institutional framework required policy, laws, regulations (bye laws),
behavioural values, norms, incentives & attitudes and social accountability aspects;
The Operational Plan for facility organisation, including:
Identification of the financial, land and other resources (inputs and outputs) required for
effective management of and generation of income from the facility;
The means for determining the medium to long term achievement of the facilities public
service delivery purposes (Strategy);
The staffing and human resource management systems approach (direct staffing, contracted
out, etc.) required;
The systems and processes (including decision making, management information, financial
management, accountability, consultative, etc.)
The structure of the facility organisation & inter-organizational arrangements;
The means of identifying, measuring and reporting on outputs & performance of the facility.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

92

Scope of Work Preliminary & Detailed Design

Urban Management Orientation


Following award of contract to the successful tenderer and during the Design and Supervision
Consultants mobilisation, the GUMPP Secretariat, utilising the services of the GUMPP Support TA,
shall provide a 5 day (1 week) Urban Management Orientation workshop to be attended by both
Design and Supervision consultants and by MMA and MLGRD personnel. The workshop will aim to
bring together all parties for implementation of GUMPP investment projects to ensure that principles
and practices of integrated urban development and management guide the implementation process and
ensure outcomes that achieve integrated and inclusive urban development in the pilot MMAs.

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

Task 2: Feasibility Study


The Consultant shall carry out a full feasibility study of the proposed GUMPP Investment Projects in
the two Cities. The activities shall include, but shall not be limited to the following:

Review of Existing Studies and Data


The Consultant shall collect and review all relevant existing studies and available data. Studies of
particular relevance include the Due Diligence work undertaken by various Consultants for the
GUMPP Investment Projects in the Metropolitan/Municipal Assemblies. The level of detail of studies
would vary from project to project depending on the type of investment projects to be undertaken.
For the investment projects that are under the jurisdiction of beneficiary MMDAs. Ministry of Local
Government and Rural Development (MLGRD) has overall responsibility for Local Government
sector policy, planning and development. The GUMPP Secretariat will advise the Consultant which
investment projects fall under each jurisdiction and the Consultant will be responsible for coordinating
issues with the appropriate organisation. The Consultant should also note that there are different

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

Feasibility Study and Preliminary Design Report


The Draft Feasibility Study and Preliminary Design Report shall summarise all the work performed,
the findings and recommendations of the Consultant covering engineering and traffic studies, utility
relocation requirements, cost estimates, economic evaluation and project implementation
considerations. The Report shall also contain the Draft EIA and SIA. The report shall include maps,
plans and diagrams.

EIA and SIA Requirements


The Consultant shall carry out an Environmental Impact Assessment (EIA) and accompanying Social
Impact Assessment (SIA). These are to include an Environmental Management Plan (EMP) and a
Resettlement Action Plan (RAP) based on the GoG EIA guidelines, the MoT Environmental and
Social Framework and Resettlement Policy Framework, and Gender Guidelines. Among others, the
assessments will cover the identification of environmental and social impacts (both positive and
negative) of the project and propose mitigation measures for the negative impacts. (See Section 3.8 for
details)

Project Implementation Considerations


In undertaking the assignment, the Consultant shall make themselves aware of the internal and wider
issues that might impact on the final project delivery. Project implementation considerations include
the following:
Institutional situation in the building and road sector, project implementation capacity, and experience
with similar building/road projects;
Recent experience of other donors with road/building sector projects;
Timeline for project implementation;
Construction capabilities and capacity of the local construction industry;
Project risks and mitigation measures;
Road/building maintenance and operation requirements and costs;
Performance indicators suitable for inclusion in a long-term monitoring and evaluation plan for the
Project.
In developing an implementation plan, the Consultant is advised that the maximum term of a Loan
Agreement and, hence, time available for completion of all projects thereunder funded with AFD
Funding, is three years from the date of the agreement.

Task 3: Final Design


Field Surveys, Investigations and Tests
Topographic Surveys

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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).

Hydrological, Hydraulic and Drainage Structures


The Consultant shall check the structural condition of the existing drainage structures including the
inlet and outlet of the structures, and carry out the design of their remedial/repair works. The
Consultant shall also carry out hydrological analysis for all new drainage structures and existing ones
which are hydraulically and structurally unsound and in need of replacement.
The catchments areas, rainfall, run-off duration/intensity relationships, catchments run-off
characteristics and channel slopes/discharge characteristics for each catchment shall be determined on
the basis of available topographic maps and field investigations as necessary. The appropriate return
flood period and corresponding water levels will be established and the adequacy of existing
waterways should be checked.
The Consultant shall identify existing water sources for supplying water for construction works, and
assess its quantities and quality. It should be noted that water to be used for the implementation of the
project shall not be on the expense of local community. Where construction water is not available from

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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 general arrangement drawing shall include:


Location plan
Structure plan
Elevation
Typical cross section
For the purposes of the above, major structures shall be defined as any structure with a span of 10 m or
diameter of 1.2 m or greater, or any retaining wall with a retained height of 1.5 m or greater.

Utility Relocation Design


The Consultant shall undertake the necessary design services to facilitate relocation of impacted
utilities within the project area. This should include utility relocation plans, drawings and
specifications, as well as preparation of bid documents to allow the utility relocation work to proceed
in advance of the construction works.
The relocation design should ascertain the least impact and least cost to the overall road 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 upgraded road in relation to the city and the
surrounding region

Topographic Plans, scale 1:1000

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

Temporary Traffic Management Plans: Showing details of the location of by-pass


lanes, temporary structures, barriers, signs, signals, pavement markings and other
physical features necessary to accommodate traffic flow during construction.

Permanent Traffic Management Plans: Showing details of the location of permanent


structures, barriers, signs, signals, pavement markings and other physical features
necessary to accommodate traffic flow during operation.

Auxiliary Works: Showing all auxiliary works using appropriate scales.

Safety Features: Showing details of safety features, including pedestrian crossings


(footbridges or underpasses), sidewalks, bicycle paths, safety barriers, etc.

Utility Relocation: Showing details of the necessary relocation of impacted utilities.

Landscaping: Showing details of all necessary landscaping.

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

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

Evaluation of Prequalification Applications and Preparation of Bid Documents


Pre-qualification Documents
Prequalification Documents have already been prepared by the GUMPP Secretariat. The Consultant
therefore shall prepare all necessary documents for the evaluation of contractors.

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

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

Design Report and Other Documents


The Final Design Report shall summarise the findings, analysis, results and recommendations of the
detailed engineering design of all structures, and shall also consist of traffic data, topographic data,
setting out data, estimate of construction costs (and its price analysis including all supporting
material). The final design report shall comprise all the assumptions and criteria used in the analysis
and design of the work together with all details and standards used. All design calculations for
pavements and structures shall be enclosed in form of annexes. The final design report shall be
submitted together with the following reports:
a) Materials Report: The report shall summarise all geotechnical findings and adoption of
those findings to design quantities and qualities of materials to be available with the
corresponding excavation depth, test results and any other related information in respect of
materials quarries.
b) Hydrological - Hydraulic Report: The report shall summarise hydrological and hydraulic
analysis/calculations together with the assumptions and criteria used for the design of drainage
structures, waterway openings, major watercourses, etc.
c) Confidential Cost Estimate: The confidential cost estimate for works and services shall be
in the form of completed Bills of Quantities. The estimate shall be submitted together with
other reports
d) Detailed Environmental Management Plan and Resettlement Management Plan:
Detailed Environmental and Social Impact Assessments including Environmental
Management Plan and Resettlement Action Plan.
e) A Facility Management Plan

Task 5: Reporting and Staffing Studies and Design


Timing and Reporting
The services will be deemed to have been commissioned after notification of the contract and formal
signing of the agreement with MLGRD.
The following time frame/schedule (in months) (M) shall be adhered to in carrying out the study. As
such, the various deliverables shall be submitted not later than the dates shown below:

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

101

Table 4.Milestones Timing and Period


Milestone

Period / Completion

Signing/Effective Date of Contract

Contract Start Date,

Commencement of services

1 week

M + 0.25

Inception Report (including Consultants Plan and EIA


Scoping Report)

2 weeks

M + 0.75

M = 0M

Evaluation of Prequalification Applications/Progress Report


(Monthly thereafter)

Monthly

M + 1.00

Prefeasibility Report/Preliminary Design/Design Review


and Financing Plan

1 Month

M + 1.00

Final Feasibility/Draft Design/Tender Documents/ EIA


+ SIA + EMP/ Draft RAP/Draft Utility Relocation Plan

1 month & 1week

M + 1.25

Final Design/Final Tender Documents/Final RAP

1 month and 3 weeks

M + 1.75

Issue the Tender Documents for Works Contracts

2 months

M + 2.00

A description of the required contents of each of the major reports follows:

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

Task 6: Tender Period Management Support


The Consultant will provide support (selected key personnel, including Team Leader/Senior Civil
Engineer) during the period covering the delivery to tender documents to the award of contract and
commencement of construction works. Support required will be identified prior to commencement of
the Tender Period by the MMA and MLGRD and may include, but is not restricted to: assistance in
briefing tenders, provision of additional documentation including drawings, visits to project sites,
initial review and comment on tender documents, tender evaluation, price and cost calculations, advice
on additions, omissions and amendments to contract documents.

Scope of Work Construction Supervision Services


Overview
It is intended that the GoG, acting through MLGRD, will appoint the Consultant who carried out the
Feasibility Studies and Detailed Engineering Design to serve as the Supervising Consultant for the
civil works on the GUMPP PIP projects. The appointment will be subject to the satisfactory
performance of the Consultant in the preparation of the detailed engineering design and the Bidding
Document for the works.
MLGRD retains the right to engage a different consultant for supervision, without further
compensation to the Design Consultant, should the design work of the latter be considered
unsatisfactory.
Since the ultimate scope of supervision services depends on the actual design and works to be
described in the works bidding document, these Terms of Reference for construction supervision
services are indicative only and may be subject to modification prior to the appointment of the
Supervising Consultant.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

103

Task 1: Construction Supervision


The Consultant shall perform the principal services outlined below as the Engineer responsible for the
supervision of the works. As such, the scope of service of the Consultant will include, but not be
limited to, the following:
8

1. Represent the interest of the Government, vis--vis the construction contract , in any manner

related to the construction contract and the proper execution thereof.


2. Review and recommend for acceptance or rejection all work plans, method statements, bonds

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

required for setting out of all permanent and temporary works.


4. Review, comment on, and recommend for approval the contractor's work schedule or revisions

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

contractors, such that works, as defined, can proceed expeditiously.


7. Monitor physical and financial progress against programme, instructing contractors to revise

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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

by the works undertaken.


16. In coordination with the appropriate authorities, examine, approve and supervise all permanent

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

the progress and performance of the works.


22. Review and approve the contractor's working drawings, and drawings for temporary works.
23. Arrange and preside at periodic coordination and progress meetings on site.
24. Perform all survey measurements of completed or partial works where required for the

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

quality as specified in the contract documents is attained.


28. Inspect the security and safety aspects of construction and temporary works to ensure that

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

105

30. Monitor construction to ensure compliance with the site-specific EMP, RAP, HIV/AIDS

Awareness Plan, and other environmental and social requirements.


31. Arrange and make public presentations of the work done to date at the request of MLGRD.
32. Supervise the relocation of utility service lines to be carried out by the contractor or his sub-

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

limited to, contract documents including amendments, correspondence, submittal data,


instructions, notices to proceed, variations, revised drawings, site sketches, minutes of
meetings, testing, inspections, approvals, measurement, interim payment, progress reports,
insurances, visitors to site, completion certificates, quality control documents, day works,
contractors labour and equipment returns, site diaries, and inspectors daily reports, all in a
system which is compatible with software used by MLGRD and the TA.
36. Perform all other tasks, not specifically mentioned above, but which are necessary and

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 2: Post-Construction Services


During this phase, which is expected to run twelve months for roads and six months for other
building/civil engineering structures, the Consultant shall assist MLGRD by:
a) Inspecting the works prior to the expiry of the contractors Defects Liability Period, preparing
a final deficiency list, supervising remedial works and recommending to MLGRD the date of
the Final Inspection of Works;
b) Carrying out Final Inspection of Works, together with representatives of MLGRD, GHA,
DUR, MMAs and the contractor;
c) Preparing and issuing of Final Acceptance Certificate in consultation with MLGRD and the
collaborating agencies; and
d) Preparing the Final Payment Certificate.

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

Schedule of Reports for the Supervision of the Works


The Consultant shall prepare and submit 6 copies to MLGRD. A copy of the report as necessary shall
be submitted to the relevant entities involved with the implementation and the reports and documents
shall be in English as follows:
Table 5

Schedule of Reports for the Supervision of the Works

Report
Inception Report
Monthly Progress Reports

Submission
2 months following mobilisation
By the 10th of the following month

Substantial Completion Report


Final Completion Report
Draft Final Acceptance Report

1 month after completion


1.5 months after Defects Liability Period
2 weeks after end of the final defects notification
period
Final Acceptance Report
4 weeks after the end of the final defects
notification period
The Consultant is expected to present the following reports.

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.

Monthly Progress Report


Six copies of Monthly Reports shall be presented within 10 days of the start of the following month.
These reports shall include:
a) Executive summary stating financial and actual progress against planned progress and the
expected completion date and expected Contract Price, together with a statement regarding
any changes since the previous month.
b) Overall progress of work
c) Programme for the coming month
d) Forecast of works
e) Recommendation for the future

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

f)

107

Activities of Consultant

g) Financial forecast and projections


h) Revised programme for the completion of the project, if any
i)

Summary of progress and problems

j)

All necessary contract data, both financial and physical

The format for the Monthly Progress reports, including appendices, shall be agreed at the inception
stage.

Substantial Completion Report


The Consultant shall present to MLGRD 6 copies of the Completion Report, within one month of the
completion date for the works and after the substantial completion inspection. The report shall
highlight the following:
a) State of completion of the works
b) List of all outstanding works
c) List of all outstanding issues on the contract
d) Recommendation for addressing all outstanding issues
e) Programme of the contractor for undertaking outstanding works
f)

Demolition of both contractor and Consultant facilities and temporary works

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.

Final Completion Report


On completion of the project, the Consultant shall prepare a final report which will form a
comprehensive record of the construction works, including any changes or modification of designs,
problems encountered and solutions, recommended operational procedures, expenses and variations.
All reports and documents relevant to the services, maps, field survey notes, computer programmes,
etc. shall become the property of MLGRD.
This Final Completion Report shall include the following among others:
a) Engineering Report
b) As-built drawings
c) -2 sets on stable reproduction material
d) -3 printed copies
e) All records, including field books, etc., properly indexed and presented as annexes to the Main
Report

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

f)

108

Relevant comments on the project that may help in the future implementation of similar
projects

g) Picture album and a video documentary on the project.

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:

Project Director, Project Manager/Team Leader-Senior Civil Engineer/Architect,


Architect/Planner, Electrical Engineer, Mechanical Engineer, Water/Sanitation Engineer,
Highway/Traffic Engineer, Senior Topographical Surveyor, Geotechnical/Materials Engineer,
Hydrologist/Drainage Engineer, Civil/Structural Engineer, Environmental Expert, Sociologist
and RAP Team Leader, Financial Expert/Valuer, Cost and Estimator/Quantity Surveyor
(Appropriate additional short- term resources shall be drafted in as may be required)
The services 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 Kumasi in
Ashanti Region will be completed within 2.0 months and 24 months respectively of Effective Date of
the contract. Duties/responsibilities of the key staff are as indicated below:
Note: The Consultant should take into consideration, in identifying expertise for inclusion in their
proposal, that the two MMAs have, in some case, already collaborated with technical experts to
provide concept designs for the investment projects identified. The Consultant can consider the
inclusion of these technical experts, where identified by the MMAs concerned, in their proposal
preparation and in the design and supervision services to be provided.

Preliminary & Detailed Design - Indicative Staffing & Qualifications


Project Director
The Project Director will be the legal representative of the Consultant. He will be based in the home
office, but 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.

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

Team Leader /Senior Civil Engineer/Architect


The Team Leader shall be responsible for the proper conduct of the entire study and shall be the
principal contact person between the design team and MLGRD.
The Team Leader shall be a Registered or Chartered Civil Engineer preferably with a relevant
postgraduate training. He/She must have not less than 15 years of cumulative experience related to
buildings, road/bridges studies, designs and construction supervision. The Team Leader must have in
the last ten (10) years specific experience of working in similar capacity of managing consultancy
teams working on feasibility studies, detailed engineering design in at least three (3) building/road
projects of similar magnitude out of which at least one should be in sub Saharan Africa in the last five
years. He/She should be conversant with GUMPP and GoG procurement guidelines and procedures.
Fluency in written and spoken English is essential.

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

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

111

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. The Consultant shall retain specialist services as needed. This may
include, but is not limited to:
Sociologist and RAP Team Leader;
Enumerators with experience in administration of field questionnaires, as well as the recording and
valuation of asset information;
Lawyer with relevant experience on land rights and resettlement to review the legal framework;
Community participation specialist to define the participatory program;
Property valuation specialist to review the adequacy of existing rate schedules;
Vocational retraining expert to define any economic retraining programs;
Monitoring and evaluation specialist to define benchmark indicators for project assessment;
Data-entry staff, who will input the field information into quantified data-bases;
Secretarial staff to process the information in order to produce the summaries, schedules and budgets
required in the RAP.
The team(s) shall be responsible for conducting the social impact assessment in the corridor of impact
and prepare mitigating plans and RAP in order to minimise any negative impacts that the road
construction and other PIP projects will have on the people in the project area. Furthermore, the team
will be responsible for identification of potent locations along road reserve and propose facilitation of
trade as a measure to prevent vendors from the common practice of encroaching the roads reserves.
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.
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 shall also work with the technical team and the Procurement Supervisor in the preparation of the
bid documents for construction.

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

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

112

Indicative Estimated Staff Inputs


The person-month inputs for senior expert staff, based on the assumed 2 months Feasibility, EIA, RAP
and Design period (Stages A1 and A2), are estimated as follows:
Table 1.

Indicative Key Personnel Stages 1a and 1b

Indicative Key Personnel


Project Director - Team Leader - Senior Civil
Engineer/Architect
Project Manager/Team Leader (2)
Hydrologist/Drainage Engineer
Topographic/Land Surveyor
Geotechnical/Materials Engineer
Civil/Structural Engineer (2)
Electrical Engineer
Mechanical Engineer
Environmental Expert
Highway/Traffic Engineer (2)
Sociologist and RAP Team Leader
Financial Expert/Valuer

Cost Estimator/Quantity Surveyor (2)


Architect/Planner (2)
Water/Sanitation Engineer
Total

Indicative (Personmonths) input


1.0
2.2
2.2
4.0
3.4
4.0
2.0
2.0
2.0
2.2
2.0
2.2
4.4
4.4
2.0
40.0

Appropriate additional short-term resources shall be drafted in as may be required by the Consultant.

Construction Supervision - Indicative Staffing & Qualifications


The Consultant is required to make provision in his proposal for each phase of the construction
services -- Construction Supervision Services and Post-Construction Services for each city to meet
the project requirements.
It is expected that senior experts for the construction supervision staff will include the following:
Project Director
Project Manager/Team Leader
Resident Engineer
Architect
Hydrologist/Drainage Engineer
Highway/Traffic Engineer
Electrical Engineer
Mechanical Engineer
Water/Sanitation Engineer
Geotechnical/Material Engineer
Cost Estimator Engineer/Quantity Surveyor
Civil/Structural Engineer
Topographic/Land Surveyor
Environmental Expert

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

115

Prepare Architectural/Engineering drawings (where necessary), specifications and drawings


for all Infrastructure in the MMAs, in accordance with acceptable standards and
specifications.
Take into account, comments submitted on reports on studies, design, specifications etc. by
beneficiary MMAs and Collaborating Agencies.
Prepare Bidding Documents, liaising closely with the Quantity Surveyor, GUMPP Secretariat
and the MMAs
Assist with the tendering process and in the preparation of contract documents
Submit brief notes on operation and maintenance of the facilities which would ensure
sustainability of the project.

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

Cost Estimator/Quantity Surveyor


The Contracts Engineer/Quantity Surveyor will hold a degree in engineering or a relevant equivalent,
and have 10 years of experience in similar projects. He/she will report to the Resident Engineer and
will advise him/her on all contractual issues. He/she will also be responsible for work measurement,
cost monitoring and preparation of certificates for interim and final payments on projects. He/she
shall be a member of a recognised professional body. It is preferable that he has practical experience
of Alternative Dispute Resolution procedures.
Specifically he/she will:
Monitor all contractual issues relating to the project and advise the Resident Engineer on
claim mitigation and assessment
Measure in consultation with the contractors representative, as necessary, the quantities of
works executed and of all happenings at the site, including checking day work and other
accounts to provide a basis for the certification of interim and final payments to the contractor
Prepare Interim and Final Payment Certificates
Assist the Resident Engineer to monitor and control the works and in this regard, will prepare
periodic financial reports and forecasts showing whether the works are being executed within
the contract
Assist the Resident Engineer in the preparation of variation orders
Make periodic checks on the quantities of unfinished works.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

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.

Water and Sanitation Engineer


The Water and Sanitation 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 of the Water and Sanitary 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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

117

Estimated Staff Inputs


The person-month inputs, for senior expert staff, based on the assumed 30 months construction period
(including Defects Liability Period), are estimated as follows:
Table 2.

Indicative Key Personnel Stages 2a and 2b

Indicative Key Personnel


Indicative (PersonStage B1
months) input
Project Director - Team Leader - Senior Civil
Engineer/Architect
6.0
Project Manager/Team Leader (2)
Hydrologist/Drainage Engineer
Topographic/Land Surveyor
Geotechnical/Materials Engineer
Civil/Structural Engineer (2)
Electrical Engineer
Mechanical Engineer
Environmental Expert
Highway/Traffic Engineer (2)
Sociologist and RAP Team Leader
Financial Expert/Valuer

Cost Estimator/Quantity Surveyor (2)


Architect/Planner (2)
Water/Sanitation Engineer
Resident Engineer

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

Cost Estimator/Quantity Surveyor

8.0

Resident Engineer

5.0

Total

18

Appropriate additional short-term resources shall be drafted in as may be required by the Consultant

Services and Facilities to be provided


By the Consultant
Consultant shall be responsible for the provision of all necessary facilities, including housing,
vehicles, off-site offices, if needed, supplementary furniture, the cost of consumables, utilities and
maintenance for all housing, etc. This also includes all labour, such as support staff and Head-Office
back-up staff.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 Terms of Reference

118

By MLGRD and GoG


MLGRD will make available to the Consultant all existing reports and shall assist the Consultant to
obtain:
Entry and exit visas, etc. (if applicable);
Any permits required for the Consultant's staff to carry out their duties within the country; and
Resident permits, etc.
The GoG shall grant the Consultant and their expatriate staff the following facilities and exemptions:
Immunity from any legal action which might be instituted for any acts accomplished by them in the
discharge of project related activities; and
Inviolability of secrecy and immunity from seizure of documents relating to the project.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

Section 5 - Terms of Reference

119

Section 6.Model Forms of Contract

STANDARD FORM OF CONTRACT

Consultants Services
Lump-Sum Remuneration

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

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

Effectiveness of Contract ......................................................................................7


Commencement of Services .................................................................................7
Expiration of Contract...........................................................................................7
Modification ..........................................................................................................8
Force Majeure .......................................................................................................8
Termination ...........................................................................................................8

3. OBLIGATIONS OF THE CONSULTANTS


3.1
3.3
3.4
3.5
3.6
3.7

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

Assistance and Exemptions.................................................................................13


Change in the Applicable Law ............................................................................13
Services and Facilities.........................................................................................13

6. PAYMENTS TO THE CONSULTANTS


6.1
6.2
6.3
6.4
6.5

12

Description of Personnel .....................................................................................12


Removal and/or Replacement of Personnel ........................................................12

5. OBLIGATIONS OF THE CLIENT


5.1
5.2
5.3

10

13

Lump-Sum Remuneration ...................................................................................13


Contract Price......................................................................................................13
Payment for Additional Services ........................................................................13
Terms and Conditions of Payment ......................................................................13
Interest on Delayed Payments .............................................................................14

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

iv

7. SETTLEMENT OF DISPUTES
7.1
7.2

14

Amicable Settlement ...........................................................................................14


Dispute Settlement ..............................................................................................14

APPENDIX ADESCRIPTION OF THE SERVICES

22

APPENDIX BREPORTING REQUIREMENTS

22

APPENDIX CKEY PERSONNEL AND SUB-CONSULTANTS

22

APPENDIX DBREAKDOWN OF CONTRACT PRICE IN FOREIGN CURRENCY

23

APPENDIX EBREAKDOWN OF CONTRACT PRICE IN LOCAL CURRENCY

23

APPENDIX FSERVICES AND FACILITIES PROVIDED BY THE CLIENT

23

APPENDIX GFORM OF BANK GUARANTEE FOR ADVANCE PAYMENT

24

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

CONTRACT FOR CONSULTANTS SERVICES


Lump-Sum Remuneration

between

MINISTRY OF LOCAL GOVERNMENT AND RURAL DEVELOPMENT

and

[name of the Consultants]

Dated:

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

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;

Text in brackets is optional; all notes should be deleted in final text.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

I. Form of Contract

NOW THEREFORE the parties hereto hereby agree as follows:


1.

The following documents attached hereto shall be deemed to form an integral part of
this Contract:

(a)
(b)
(c)

The General Conditions of Contract;


The Special Conditions of Contract;
The following Appendices: [Note: If any of these Appendices are not used, the
words Not Used should be inserted below next to the title of the Appendix and
on the sheet attached hereto carrying the title of that Appendix.]
Appendix A:
Appendix B:
Appendix C:
Appendix D:
Appendix E:
Appendix F:

2.

Description of the Services


Reporting Requirements
Key Personnel and Sub-consultants
Breakdown of Contract Price in Foreign Currency
Breakdown of Contract Price in Local Currency
Services and Facilities Provided by the Client

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

I. Form of Contract

For and on behalf of [name of client]

[Authorized Representative]

For and on behalf of [name of consultants]

[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]

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

II. General Conditions of Contract


1. General Provisions
1.1 Definitions

Unless the context otherwise requires, the following terms whenever


used in this Contract have the following meanings:
(a)

Applicable Law means the laws and any other instruments


having the force of law in the Clients country, as they may be
issued and in force from time to time;

(b)

Agency means the French Development Agency;

(c)

Contract means the Contract signed by the Parties, to which


these General Conditions of Contract (GC) are attached,
together with all the documents listed in Clause 1 of such
signed Contract;

(d)

Contract Price means the price to be paid for the performance


of the Services, in accordance with Clause 6;

(e)

Foreign Currency means any currency other than the currency


of the Clients country;

(f)

GC means these General Conditions of Contract;

(g)

Local Currency means the currency of the Clients country;

(h)

Member, in case the Consultants consist of a joint venture of


more than one entity, means any of these entities; Members
means all these entities,

(i)

Party means the Client or the Consultants, as the case may be,
and Parties means both of them;

(j)

Personnel means persons hired by the Consultants or by any


Sub-consultant as employees and assigned to the performance
of the Services or any part thereof;

(k)

SC means the Special Conditions of Contract by which the


GC may be amended or supplemented;

(l)

Services means the work to be performed by the Consultants


pursuant to this Contract, as described in Appendix A; and

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

II. General Conditions of Contract

(m) Sub-consultant means any entity to which the Consultants


subcontract any part of the Services in accordance with the
provisions of Clauses 3.5 and 4;
(n)

Third Party means any person or entity other than the Client,
the Consultants or a Sub-consultant.

(o)

corrupt practice is (i) the promising, offering, or giving to a


Public Official or (ii) a Public Official soliciting, or accepting,
directly or indirectly, of anything of value for himself or another
person or entity, to induce the Public Official to do, or not to do,
an action in his official duties;

(p)

collusive practice is a concerted action, agreement, explicit or


implicit understanding or coalition, including directly or
indirectly through a firm established in a foreign country,
designed to achieve or which may achieve a hindrance,
restriction or bias to competition for a contract, in particular
when such practice aim to (i) restrict access to the contract or
free competition, (ii) hinder the setting of prices under the rules
of free competition by artificially promoting their increase or
decrease, (iii) restrict or control production, market access,
investment or technical progress, or (iv) share market
opportunities or access to procurement sources.

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

Any notice, request, or consent made pursuant to this Contract shall


be in writing and shall be deemed to have been made when delivered
in person to an authorized representative of the Party to whom the
communication is addressed, or when sent by registered mail, telex,
telegram, or facsimile to such Party at the address specified in the SC.

1.5 Location

The Services shall be performed at such locations as are specified in


Appendix A and, where the location of a particular task is not so
specified, at such locations, whether in the Clients country or
elsewhere, as the Client may approve.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

II. General Conditions of Contract

1.6Authority
Member
Charge

1.7 Authorized
Representatives

of In case the Consultants consist of a joint venture of more than one


in entity, the Members hereby authorize the entity specified in the SC to
act on their behalf in exercising all the Consultants rights and
obligations towards the Client under this Contract, including without
limitation the receiving of instructions and payments from the Client.
Any action required or permitted to be taken, and any document
required or permitted to be executed, under this Contract by the
Client or the Consultants may be taken or executed by the officials
specified in the SC.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

II. General Conditions of Contract

1.8 Taxes and Duties

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)

They did not engage in any action to influence the Project


implementation process to the detriment of the Client, in
particular no collusive practice took place nor will take place,
and
b) the selection proceedings, contract negotiations, award, and
execution have not and will not be subject to any corrupt
practice as defined in the United Nations Convention to
combat corruption dated 31 October 2003.
1.10 Environmental The Consultants undertake to:
and Social
Standards
(i)
comply and procure that their Sub-consultants, if any,
comply with international environmental and labour
standards consistent with applicable law and regulations
in the country of implementation of the Project, including
the fundamental conventions of the International Labour
Organisation (ILO) and international environmental
treaties;
(ii)

adopt any environmental and social risk mitigations


measures as defined in the environmental and social
management plan or the notice of environmental and
social impact issued by the Client.

2. Commencement, Completion, Modification, and Termination of Contract


2.1 Effectiveness
Contract

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

of Unless terminated earlier pursuant to Clause 2.6, this Contract shall


terminate at the end of such time period after the Effective Date as is
specified in the SC.
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

II. General Conditions of Contract

2.4 Modification

Modification of the terms and conditions of this Contract, including


any modification of the scope of the Services or of the Contract
Price, may only be made by written agreement between the Parties
and shall not be effective until the consent of the Agency, as the case
may be, has been obtained.

2.5 Force Majeure


2.5.1 Definition

For the purposes of this Contract, Force Majeure means an event


which is beyond the reasonable control of a Party and which makes a
Partys performance of its obligations under the Contract impossible
or so impractical as to be considered impossible under the
circumstances.

2.5.2 No Breach of
Contract

The failure of a Party to fulfill any of its obligations under the


contract shall not be considered to be a breach of, or default under,
this Contract insofar as such inability arises from an event of Force
Majeure, provided that the Party affected by such an event (a) has
taken all reasonable precautions, due care and reasonable alternative
measures in order to carry out the terms and conditions of this
Contract, and (b) has informed the other Party as soon as possible
about the occurrence of such an event.

2.5.3 Extension of
Time

Any period within which a Party shall, pursuant to this Contract,


complete any action or task, shall be extended for a period equal to
the time during which such Party was unable to perform such action
as a result of Force Majeure.

2.5.4 Payments

During the period of their inability to perform the Services as a


result of an event of Force Majeure, the Consultants shall be entitled
to continue to be paid under the terms of this Contract, as well as to
be reimbursed for additional costs reasonably and necessarily
incurred by them during such period for the purposes of the Services
and in reactivating the Service after the end of such period.

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)

if the Consultants do not remedy a failure in the performance


of their obligations under the Contract, within thirty (30) days

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

II. General Conditions of Contract

after being notified or within any further period as the Client


may have subsequently approved in writing;
(b)

if the Consultants become (or, if the Consultants consist of


more than one entity, if any of their Members becomes)
insolvent or bankrupt or enter into any agreements with their
creditors for relief of debt or take advantage of any law for the
benefit of debtors or go into liquidation or receivership
whether compulsory or voluntary;

(c)

if the Consultants fail to comply with any final decision


reached as a result of arbitration proceedings pursuant to
Clause GC 8 hereof;

(d)

if the Consultants submit to the Client a statement which has a


material effect on the rights, obligations or interests of the
Client and which the Consultants know to be false;

(e)

if, as the result of Force Majeure, the Consultants are unable to


perform a material portion of the Services for a period of not
less than sixty (60) days;

(f)

if the Client, in its sole discretion decides to terminate this


Contract; or

(g)

if the consultant has engaged in corrupt or fraudulent practices


in competing for or in executing the Contract. For the purpose
of this clause:
corrupt practice means the offering, giving, receiving, or
soliciting of any thing of value to influence the action of a
public official in the selection process or in contract execution.
fraudulent practice means a misrepresentation of facts in
order to influence a selection process or the execution of a
contract to the detriment of the Client, and includes collusive
practice among consultants (prior to or after submission of
proposals) designed to establish prices at artificial noncompetitive levels and to deprive the Client of the benefits of
free and open competition.

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

II. General Conditions of Contract

10

pursuant to this Contract and not subject to dispute pursuant to


Clause 7 within forty-five (45) days after receiving written
notice from the Consultants that such payment is overdue;

2.6.3 Payment upon


Termination

(b)

if the Client is in material breach of its obligations pursuant to


this Contract and has not remedied the same within forty-five
(45) days (or such longer period as the Consultants may have
subsequently approved in writing) following the receipt by the
Client of the Consultants notice specifying such breach;

(c)

if, as the result of Force Majeure, the Consultants are unable to


perform a material portion of the Services for a period of not
less than sixty (60) days; or

(d)

if the Client fails to comply with any final decision reached as


a result of arbitration pursuant to Clause 7 hereof.

Upon termination of this Contract pursuant to Clauses 2.6.1 or 2.6.2,


the Client shall make the following payments to the Consultants:
(a)

remuneration pursuant to Clause 6 for Services satisfactorily


performed prior to the effective date of termination;

(b)

except in the case of termination pursuant to paragraphs (a)


through (d) and (g) of Clause 2.6.1, reimbursement of any
reasonable cost incident to the prompt and orderly termination
of the Contract, including the cost of the return travel of the
Personnel and their eligible dependents.

3. Obligations of the Consultants


3.1 General

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

The remuneration of the Consultants pursuant to Clause 6 shall


GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

II. General Conditions of Contract

11

constitute the Consultants sole remuneration in connection with this


Contract or the Services, and the Consultants shall not accept for
their own benefit any trade commission, discount, or similar
payment in connection with activities pursuant to this Contract or to
the Services or in the discharge of their obligations under the
Contract, and the Consultants shall use their best efforts to ensure
that the Personnel, any Sub-consultants, and agents of either of them
similarly shall not receive any such additional remuneration.

to
Benefit from
Commissions,
Discounts, etc.

3.2.2 Consultants and


Affiliates
Not to be
Otherwise
Interested in
Project

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

Neither the Consultants nor their Sub-consultants nor the Personnel


shall engage, either directly or indirectly, in any of the following
activities:

3.3 Confidentiality

(a)

during the term of this Contract, any business or professional


activities in the Clients country which would conflict with the
activities assigned to them under this Contract; or

(b)

after the termination of this Contract, such other activities as


may be specified in the SC.

The Consultants, their Sub-consultants, and the Personnel of either


of them shall not, either during the term or within two (2) years after
the expiration of this Contract, disclose any proprietary or
confidential information relating to the Project, the Services, this
Contract, or the Clients business or operations without the prior
written consent of the Client.

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

II. General Conditions of Contract

Approval

12

(a)

entering into a subcontract for the performance of any part of


the Services,

(b)

appointing such members of the Personnel not listed by name


in Appendix C (Key Personnel and Sub-consultants), and

(c)

any other action that may be specified in the SC.

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

All plans, drawings, specifications, designs, reports, and other


documents and software submitted by the Consultants in accordance
with Clause 3.6 shall become and remain the property of the Client,
and the Consultants shall, not later than upon termination or
expiration of this Contract, deliver all such documents and software
to the Client, together with a detailed inventory thereof. The
Consultants may retain a copy of such documents and software.
Restrictions about the future use of these documents, if any, shall be
specified in the SC.

4. Consultants Personnel
4.1 Description
Personnel

of The titles, agreed job descriptions, minimum qualifications, and


estimated periods of engagement in the carrying out of the Services
of the Consultants Key Personnel are described in Appendix C.
The Key Personnel and Sub-consultants listed by title as well as by
name in Appendix C are hereby approved by the Client.

4.2 Removal and/or (a)


Replacement of
Personnel

Except as the Client may otherwise agree, no changes shall be


made in the Key Personnel. If, for any reason beyond the
reasonable control of the Consultants, it becomes necessary to
replace any of the Key Personnel, the Consultants shall provide
as a replacement a person of equivalent or better qualifications.

(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)

The Consultants shall have no claim for additional costs arising

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

II. General Conditions of Contract

13

out of or incidental to any removal and/or replacement of


Personnel.

5. Obligations of the Client


5.1 Assistance and The Client shall use its best efforts to ensure that the Government shall
Exemptions
provide the Consultants such assistance and exemptions as specified in
the SC.
5.2 Change in the If, after the date of this Contract, there is any change in the Applicable
Applicable Law Law with respect to taxes and duties which increases or decreases the
cost of the services rendered by the Consultants, then the remuneration
and reimbursable expenses otherwise payable to the Consultants under
this Contract shall be increased or decreased accordingly by agreement
between the Parties, and corresponding adjustments shall be made to
the amounts referred to in Clauses 6.2 (a) or (b), as the case may be.
5.3 Services
Facilities

and The Client shall make available to the Consultants the Services and
Facilities listed under Appendix F.

6. Payments to the Consultants


6.1 Lump-Sum
Remuneration

The Consultants total remuneration shall not exceed the Contract


Price and shall be a fixed lump-sum including all staff costs, Subconsultants costs, printing, communications, travel, accommodation,
and the like, and all other costs incurred by the Consultant in carrying
out the Services described in Appendix A. Except as provided in
Clause 5.2, the Contract Price may only be increased above the
amounts stated in Clause 6.2 if the Parties have agreed to additional
payments in accordance with Clause 2.4.

6.2 Contract Price

(a)

The price payable in foreign currency is set forth in the SC.

(b)

The price payable in local currency is set forth in the SC.

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

II. General Conditions of Contract

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

Any dispute between the Parties as to matters arising pursuant to this


Contract that cannot be settled amicably within thirty (30) days after
receipt by one Party of the other Partys request for such amicable
settlement may be submitted by either Party for settlement in
accordance with the provisions specified in the SC.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

15

III. Special Conditions of Contract


Number of GC
Clause2

Amendments of, and Supplements to, Clauses in the General


Conditions of Contract

[1.1(i)

The Member in Charge is [name of Member].]

1.3

The language is English.

1.4

The addresses are:


Client: 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
Consultants:
Attention:
Mail address:
Telex:
Facsimile:

[1.6

The Member in Charge is [name of member].


Note: If the Consultants consist of a joint venture of more than one
entity, the name of the entity whose address is specified in Clause SC
1.6.1 should be inserted here. If the Consultants consist only of one
entity, this Clause SC 1.8 should be deleted from the SC.]

1.7

The Authorized Representatives are:


For the Client: Nana Bright Oduro-Kwateng
Chief Director
For: Minister

For the Consultants:


2

Clauses in brackets are optional; all notes should be deleted in final text.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

III. Special Conditions of Contract

[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)

any payments made to the Consultants, Sub-consultants, and the


Personnel of either of them (other than nationals of the Clients
country or permanent residents of the Clients country), in
connection with the carrying out of the Services;

(b)

any equipment, materials, and supplies brought into the Clients


country by the Consultants or Sub-consultants for the purpose of
carrying out the Services and which, after having been brought into
such territories, will be subsequently withdrawn there from by them;

(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)

any property brought into the Clients country by the Consultants,


any Sub-consultants, and the Personnel of either of them (other than
nationals of the Clients country or permanent residents of the
Clients country) for their personal use and which will subsequently
be withdrawn there from by them upon their respective departure
from the Clients country, provided that:
(1)

the Consultants, Sub-consultants and Personnel, and their


eligible dependents, shall follow the usual customs procedures
of the Clients country in importing property into the Clients
country; and

(2)

if the Consultants, Sub-consultants or Personnel, or their


eligible dependents, do not withdraw but dispose of any
property in the Clients country upon which customs duties
and taxes have been exempted, the Consultants, Subconsultants or Personnel, as the case may be, (i) shall bear
such customs duties and taxes in conformity with the
regulations of the Clients country, or (ii) shall reimburse them
to the Client if they were paid by the Client at the time the
property in question was brought into the Clients country.

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

III. Special Conditions of Contract

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

The date for the commencement of Services is [date].]

2.3

The period shall be [length of time].


Note: Fill in the period, e.g., twenty-four (24) months or such other
period as the parties may agree in writing.

[3.2.1

Note: The following should be inserted in the SC or alternatively in


Appendix A if the Consultants are advising the Client on the procurement
of goods, works, or services:
Procurement Rules of Funding Agencies
Furthermore, if the Consultants, as part of the Services, have the
responsibility of advising the Client on the procurement of goods, works,
or services, the Consultants shall comply with any procurement
requirements applicable to the Client and shall at all times exercise such
responsibility in the best interest of the Client. Any discounts or
commissions obtained by the Consultants in the exercise of such
procurement responsibility shall be for the account of the Client.]

[3.2.3

Note: It is essential that Consultants who advise Clients on the


privatization of state-owned enterprises or other assets (or on related
problems), be prohibited from switching sides upon completion of their
assignment and then either appearing as purchaser of these
enterprises/assets or advising potential purchasers in this context. In these
situations, the following provision must be added to Clause 3.2.3:
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

III. Special Conditions of Contract

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

The risks and coverage shall be:


(i)

(ii)

Third Party motor vehicle liability insurance in respect of


motor vehicles operated in Ghana by the Consultant or its
Personnel or any Sub-Consultants or their Personnel , with a
minimum coverage of EUR 800,000 per event with an
unlimited number of events;
Third Party liability insurance, with a minimum coverage of
EUR 800,000 per event with an unlimited number of events.

(iii) Employers liability and workers compensation insurance in


respect of the Personnel of the Consultant and of any SubConsultants, in accordance with the relevant provisions of the
Applicable Law, as well as, with respect to such Personnel,
any such life, health, accident, travel or other insurance as may
be appropriate
(iv) Professional liability insurance, with a minimum coverage
equal to the contract amount in the same currency
(v)

(i) Insurance against Loss of or damage to (i) equipment


purchased in whole or in part with funds provided under this
contract,(ii) the consultants property used in the performance
of the services, (iii) any documents prepared by the Consultant
in the performance of the Services for their full replacement
value plus 15%

[3.5(c)
The other actions are
[3.7

.]

Note: If there is to be no restriction on the future use of these documents


by either Party, this Clause 3.7 should be deleted from the SC. If the
Parties wish to restrict such use, any of the following optionsor any
other option agreed to by the Partiesmay be used, such as the
following:
GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

III. Special Conditions of Contract

19

The Consultants shall not use these documents for purposes


unrelated to this Contract without the prior written approval of the
Client.

The Client shall not use these documents for purposes unrelated to
this Contract without the prior written approval of the Consultants.

Neither Party shall use these documents for purposes unrelated to


this Contract without the prior written approval of the other Party.]

[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)

The amount in foreign currency or currencies is [insert amount].


The amount in local currency is [insert amount].

6.4

The accounts identification and number are:


for foreign currency: [insert account identification and number]
for local currency: [insert account identification and number]
IBAN and BIC references shall be provided together with the first request
for payment.
Payments shall be made according to the following schedule:

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%

Draft Feasibility Study Report (incl. EIA, SIA, EMP)

15%

Final Feasibility Study Report (incl. EIA, SIA, EMP)

5%

Draft RAP Report

10%

Final Draft RAP Report

5%

Draft Final Design Report & Draft Tender Document

30%

Final Design Report & Tender Document

20%

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

III. Special Conditions of Contract

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

III. Special Conditions of Contract

21

C. C. Payment Conditions
6.5

Payment shall be made in accordance with the contract no later than 45


days of receipt of the invoice and the relevant documents specified in
Clause 6.4, in duplicate to the Coordinator designated and within 60 days
in the case of the final payment.
The interest rate to be applied in the case of late payments is the average
bank lending interest rate.

7.2

Any dispute, controversy, or claim arising out of or relating to this


contract, or the breach, termination, or invalidity thereof, shall be settled
by arbitration in accordance with the UNCITRAL Arbitration Rules as at
present in force.
Note: If the Consultant is a national of the Clients country, this
provision should be modified and referred to the Client countrys rules for
settlement of disputes.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

22

IV. Appendices

Appendix ADescription of the Services


Give detailed descriptions of the Services to be provided, dates for completion of various
tasks, place of performance for different tasks, specific tasks to be approved by Client, etc.

Appendix BReporting Requirements


List format, frequency, and contents of reports; persons to receive them; dates of submission;
etc. If no reports are to be submitted, state here Not applicable.

Appendix CKey Personnel and Sub-consultants


List under:

C-1

Titles [and names, if already available], detailed job descriptions and


minimum qualifications of foreign Personnel to be assigned to work in
the Clients country, and staff-months for each.

C-2

Same as C-1 for Key foreign Personnel to be assigned to work outside


the Clients country.

C-3

List of approved Sub-consultants (if already available); same


information with respect to their Personnel as in C-1 or C-2.

C-4

Same information as C-1 for Key local Personnel.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

IV. Appendices

23

Appendix DBreakdown of Contract Price in Foreign Currency


List here the elements of cost used to arrive at the breakdown of the lump-sum price
foreign currency portion:
1.

Monthly rates for Personnel (Key Personnel and other Personnel).

2.

Other costs.

This appendix will exclusively be used for determining remuneration for additional services.

Appendix EBreakdown of Contract Price in Local Currency


List here the elements of cost used to arrive at the breakdown of the lump-sum pricelocal
currency portion:
1.

Monthly rates for Personnel (Key Personnel and other Personnel).

2.

Other costs.

This appendix will exclusively be used for determining remuneration for additional services.

Appendix FServices and Facilities Provided by the Client

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

IV. Appendices

24

Appendix GForm of Bank Guarantee for Advance Payment


Note: See Clause GC 6.4 and Clause SC 6.4. The Client should insert here an acceptable form
of a bank guarantee. An example is set forth below.
Bank Guarantee for Advance Payment
_____________________________ [Banks Name, and Address of Issuing Branch or
Office]
Beneficiary: _________________ [Name and Address of Client]
Date: ________________
ADVANCE PAYMENT GUARANTEE No.:

_________________

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

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

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.

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

26

ABBREVIATIONS AND ACRONYMS


AFD

Agence Franaise de
Dveloppement

MMA

Metropolitan and Municipal


Assemblies

CSO

Civil Society Organisation

MMDA

Metropolitan, Municipal and District


Assemblies

EIA

Environmental Impact
Assessment

MOFEP

Ministry of Finance and Economic


Planning

EIRR

Economic Internal Rate of


Return

MoT

Ministry of Transport

EMP

Environmental Management
Plan

MoU

Memorandum of Understanding

ESE

Environmental and Social


Expert

MTDP

Medium-term development plan

FD

Final Design

NALAG

FS

Feasibility study

NCT

FYRR

First Year Rate of Return

NDPC

GHA

Ghana Highways Authority

NGO

National Development Planning


Commission
Non-Governmental Organisation

GIS

Geographic Information
System

NPV

Net Present Value

GPRS

Growth and Poverty Reduction


Strategy

OAG

Office of the Auditor General

GoG

Government of Ghana

PAP

Project Affected Person

GSU

GUMPP Support Unit

PIF

GUMPP Project implementation


facility

GUMPP

Ghana Urban Management


Pilot Programme

PM

Presiding Member

HLI

High Labour Intensive

PMC

MMDA Project Management


Committee

IDA

International Development
Association

PPF

GUMPP Project preparation facility

ICT

International Competitive
Tender

RS

Resident Supervision/or

LEAP

Livelihood Empowerment
Against Poverty

SAP

Social Action Plan

SC

GUMPP Steering Committee

SIA

Social Impact Assessment

SME

Small medium enterprise

LGS

Local Government
Coordination Unit
Local Government Service

LOI

Letter of Invitation

LGCU

LTC
MA

Local Technical Committee at


MMDA
Municipal Assembly

T&CPD
TET

National Association of Local


Authorities in Ghana
National Competitive Tendering

Town and Country Planning


Department
Technical Evaluation Team

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

IV. Appendices

27

MCD

Metropolitan/municipal
Coordinating Director

TOR

Terms of Reference

MCE

Metropolitan/municipal Chief
Executive

UDU

Urban Development Unit (MLGRD)

MDA

Sector Ministries, Departments


and Agencies

UESP

Urban Environmental and Sanitation


Project

MDG

Millennium Development
Goal(s)

UTAC

Urban, Town and Area Councils

M&E

Monitoring and Evaluation

UTP

Urban Transport Project

MLGRD

Ministry of Local Government


and Rural Development

WC

Water closet

GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

You might also like