Consultancy Marigat Endau Bridges
Consultancy Marigat Endau Bridges
Consultancy Marigat Endau Bridges
FOR
OF
November, 2020
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
SECTION A:
LETTER OF INVITATION
Dear Sir,
The Director General, Kenya National Highways Authority invites proposals from eligible Engineering
Consultancy firms to provide the following consulting services:
b) Copy of recent CR 12 Form (Issued within the last 6 Months from Tender Opening Date)
d) Copy of Proof of Registration with the Engineers Board of Kenya (EBK) as an Engineering
Consulting Firm.
f) Duly filled and signed Schedule N Declaration Form for Bankrupt or Insolvent and Debarment.
g) Duly filled and signed Schedule M form on Anti-Corruption Declaration, Commitment and
Pledge Form
j) Letters of availability for the assignment signed by the proposed key staff.
m) Client satisfaction on previous and current assignments. Evidence of having successfully carried
out design/design review and construction supervision of a road/bridge as a firm.
n) The tender has been duly signed by the person lawfully authorised to do so through the power of
attorney.
NOTE:
Firms or entities in a Joint Venture, Association or Sub Consultancy MUST
individually meet items (a), (b), (c) (d) (e) (f) and (g) of the preliminary requirements
and attach a duly signed and registered agreement.
A complete set of tender documents may be obtained by interested tenderers from the Kenya National
Highways Authority website: www.kenha.co.ke or www.tenders.go.ke free of charge OR from the
offices indicated below during normal working hours upon payment of a non – refundable fee of Kshs.
1,000 (One thousand shillings only) in form of banker’s cheque only payable to Kenya National Highways
Authority.
Completed tender documents are to be enclosed in plain sealed envelope clearly marked with tender name,
reference number and submitted to:-
Please note that bulky tenders which do not fit in the Tender Box shall be delivered to the Supply
Chain Management office at Barabara Plaza, Block C, 2nd Floor, Jomo Kenyatta International
Airport (JKIA), Off Airport South Road, along Mazao Road.
4
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
All interested bidders are required to continually check the Kenya National Highways Authority
website: www.kenha.co.ke for any tender addendums or clarifications that may arise before the
submission date.
The bids should be received on or before Thursday 26th November, 2020 at 11.00am, East African
Time.
Opening of the bids will take place immediately thereafter at Barabara Plaza, Block C, 2nd Floor Board
Room, in the presence of Tenderers/Representatives who wish to attend.
5
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
SECTION B:-
INFORMATION TO CONSULTANTS
1. Introduction 1.1 The Client named in Appendix “A” will select a firm among those
invited to submit a proposal, in accordance with the method of selection
detailed under this section.
1.2 The Consultants are invited to submit a Technical Proposal and a Financial
Proposal, or a Technical Proposal only, as specified in Appendix “A” for
consulting services required for the assignment named in the said Appendix. A
Technical Proposal only may be submitted in assignments where the Client
intends to apply standard conditions of engagement and scales of fees for
professional services as is the case with Building and Civil Engineering
Consulting services. In such a case the highest ranked firm of the technical
proposal shall be invited to negotiate a contract on the basis of scale fees. The
proposal will be the basis for Contract negotiations and ultimately for a signed
Contract with the selected firm.
1.3 The Consultants must familiarize themselves with local conditions and
take them into account in preparing their proposals. To obtain first hand
information on the assignment and on the local conditions, Consultants are
encouraged to liaise with the Client regarding any information that they may
require before submitting a proposal and to attend a pre-proposal conference
where applicable. Consultants should contact the officials named in Appendix
“A” to arrange for any 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.
1.4 The Client will provide the inputs specified in Appendix “A”, assist the
firm in obtaining licenses and permits needed to carry out the services and
make available relevant project data and reports.
1.5 Please note that (i) the costs of preparing the proposal and of negotiating
the Contract, including any visit to the Client are not reimbursable as a direct
cost of the assignment; and (ii) the Client is not bound to accept any of the
proposals submitted.
2. Clarification 2.1 Consultants may request a clarification of any of the RFP documents
and only up to seven [7] days before the proposal submission date. Any request
Amendment for clarification must be sent in writing by papermail, cable, telex, facsimile or
of RFP electronic mail to the Client’s address indicated in Appendix “A”. The Client
6
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
Documents will respond by cable, telex, facsimile or electronic mail to such requests and
will send written copies of the response (including an explanation of the query
but without identifying the source of inquiry) to all invited consultants who
intend to submit proposals.
At any time before the submission of proposals, the Client may for any reason,
whether at his own initiative or in response to a clarification requested by an
invited firm, amend the RFP. Any amendment shall be issued in writing
through addenda. Addenda shall be sent by mail, cable, telex or facsimile to
all invited consultants and will be binding on them. The Client may at his
discretion extend the deadline for the submission of proposals.
3.3 While preparing the Technical Proposal, Consultants must give particular
attention to the following:
a. If a firm considers that it does not have all the expertise for the
assignment, it may obtain a full range of expertise by associating with
individual consultant(s) and/or other firms or entities in a joint venture
or sub consultancy as appropriate. Consultants shall not associate with
the other consultants invited for this assignment. Any firms
associating in contravention of this requirement shall automatically be
disqualified.
7
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
e. Alternative professional staff shall not be proposed and only one
Curriculum Vitae (CV) may be submitted for each position.
3.4 The Technical Proposal shall provide the following information using the
attached Standard Forms;
(iii) A description of the methodology and work plan for performing the
assignment.
(iv) The list of the proposed staff team by speciality, the tasks that would
be assigned to each staff team member and their timing.
(v) CVs recently signed by the proposed professional staff and the
authorized representative submitting the proposal. 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.
(viii) The Consultant MUST demonstrate that they carried out previous
Design review and supervision assignments successfully without
issues and delivered on time to the satisfaction of the client.
3.5 The Technical Proposal shall not include any financial information.
8
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
Financial 3.6 In preparing the Financial Proposal, Consultants are expected
Proposal to take into account the requirements and conditions outlined in the RFP
documents. The Financial Proposal should follow Standard Forms (Section
D). It lists all costs associated with the assignment including;
(a) Remuneration for staff (in the field and at headquarters), and;
(b) Reimbursable expenses 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.
3.7 The Financial Proposal should clearly identify as a separate amount, the
local taxes, duties, fees, levies and other charges imposed under the law on
the consultants, the sub-consultants and their personnel, unless Appendix
“A” specifies otherwise.
3.8 Consultants shall express the price of their services in Kenya Shillings.
3.10 The Proposal must remain valid for 120 days after the submission date.
During this period, the Consultant is expected to keep available, at his own
cost, the professional staff proposed for the assignment. The Client will
make his 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. Submission, 4.1 The original proposal (Technical Proposal and, if required, Financial Proposal
Receipt, and ; see para. 1.2) shall be prepared in indelible ink. It shall contain no
Opening of interlineations or overwriting, except as necessary to correct errors made by
Proposals the firm itself. Any such corrections must be initialled by the persons or person
authorised to sign the proposals.
4.2 For each proposal, the Consultants shall prepare the number of copies
indicated in Appendix “A”. Each Technical Proposal and Financial
Proposal shall be marked “ORIGINAL” or “COPY” as appropriate. If
there are any discrepancies between the original and the copies of the
proposal, the original shall govern.
9
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
4.3 The original and all copies of the Technical Proposal shall be placed in a
sealed envelope clearly marked “TECHNICAL PROPOSAL,” and the
original and all copies of the Financial Proposal in a sealed envelope clearly
marked “FINANCIAL PROPOSAL” and warning: “DO NOT OPEN
WITH THE TECHNICAL PROPOSAL”. Both envelopes shall be
placed into an outer envelope and sealed. This outer envelope shall bear the
submission address and other information indicated in Appendix “A” and
be clearly marked, “DO NOT OPEN, EXCEPT IN PRESENCE OF
THE EVALUATION COMMITTEE.”
4.4 The completed Technical and Financial Proposals must be delivered at the
submission address on or before the time and date stated in Appendix “A”.
Any proposal received after the closing time for submission of proposals
shall be returned to the respective Consultant unopened.
4.5 After the deadline for submission of proposals, the Technical Proposal shall
be opened immediately by the evaluation committee. The Financial
Proposal shall remain sealed and deposited with a responsible officer of the
client department until all submitted proposals are opened publicly.
5. Proposal 5.1 From the time the bids are opened to the time the Contract is awarded, if any
Evaluation consultant wishes to contact the Client on any related to his proposal, he
General should do so in writing at the address indicated in Appendix “A”. Any effort
by the firm to influence the Client in the proposal evaluation, proposal
comparison or Contract award decisions may result in the rejection of the
consultant’s proposal.
Evaluation 5.3 The evaluation committee appointed by the Client shall evaluate the proposals
of Technical on the basis of their responsiveness to the Terms of Reference, applying the
Proposals evaluation criteria as follows as detailed in Appendix B.
Public 5.4 After Technical Proposal evaluation, the Client shall notify those consultants
Opening and whose proposals did not meet the minimum qualifying mark or were
Evaluation of considered non-responsive to the RFP and Terms of Reference, indicating that
Financial their Financial Proposal will be returned after completing the selection
10
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
Proposals process. The Client shall simultaneously notify the consultants who have
secured the minimum qualifying mark, indicating the date and time set for
opening the Financial Proposals and stating that the opening ceremony is open
to those consultants who choose to attend. The opening date shall not be
sooner than seven (7) days after the notification date. The notification may be
sent by registered letter, cable, telex, facsimile or electronic mail.
5.5 The Financial Proposals shall be opened publicly in the presence of the
consultants’ representatives who choose to attend.
5.6 The name of the Consultant, the technical scores and the proposed prices
shall be read aloud and recorded when the Financial Proposals are opened.
The Client shall prepare minutes of the public opening.
5.7 The evaluation committee will determine whether the financial proposals are
complete (i.e. whether the Consultants have costed all the items of the
corresponding Technical Proposal and correct any computational errors.
The cost of any unpriced items shall be assumed to be included in other costs
in the proposal. In all cases, the total price of the Financial Proposal as
submitted shall prevail.
5.8 While comparing proposal prices between local and foreign firms
participating (where applicable) in a selection process in financial
evaluation of Proposals, firms incorporated in Kenya where indigenous
Kenyans own 51% or more of the share capital shall be allowed a 10%
preferential bias in proposal prices. However, there shall be no such
preference in the technical evaluation of the tenders. Proof of local
incorporation and citizenship shall be required before the provisions of this
sub-clause are applied. Details of such proof shall be attached by the
Consultant in the financial proposal.
5.9 The formulae for determining the Financial Score (Sf) shall, unless an
alternative formulae is indicated in Appendix “A”, be as follows:-
Sf = 20 X Fm/F where Sf is the financial score; Fm is the lowest priced
financial proposal and F is the price of the proposal under consideration.
Proposals will be ranked according to their combined technical (St) and
financial (Sf) scores. The combined technical and financial score, S, is
calculated as follows: - S = (St + Sf) %. The firm achieving the highest
combined technical and financial score will be invited for negotiations.
6.3 Unless there are exceptional reasons, the financial negotiations will not
involve the remuneration rates for staff (no breakdown of fees).
6.4 Having selected the firm on the basis of, among other things, an evaluation
of proposed key professional staff, the Client expects to negotiate a contract
on the basis of the experts named in the proposal. Before contract
negotiations, the Client will require assurances that the experts 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 that such changes are critical
to meet the objectives of the assignment. If this is not the case and if it is
established that key staff were offered in the proposal without confirming
their availability, the firm may be disqualified.
6.5 The negotiations will conclude with a review of the draft form of the
Contract. To complete negotiations the Client and the selected firm will
initial the agreed Contract.
If negotiations fail, the Client will invite the firm whose proposal received
the second highest score to negotiate a contract.
7.2 The selected firm is expected to commence the assignment on the date and at
the location specified in Appendix “A”.
12
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
The Client requires that the Consultant observes the highest standard
of ethics during the selection and award of the consultancy contract
8. Corrupt or 8.1 and also during the performance of the assignment. The tenderer shall
Fraudulent sign a declaration that he has not and will not be involved in corrupt
Practices or fraudulent practices. In pursuance of this policy, the Client:
Defines, for purposes of this provision, the terms set forth below as
follows:
(a)
(i) “corrupt practice” means the offering, giving, receiving or
soliciting of anything of value to influence the action of a
public official in the procurement process or in contract
execution: and
13
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
APPENDIX “A”
Clause
Reference
1.2 & 6.2 Technical and Financial Proposals are requested: Yes
The name(s), address (es) and telephone numbers of the Client’s official(s) are:
3.3
i). The Consultant will be responsible for determining the number of professional
staff months to be assigned for any activity.
ii). The duration required to complete the assignment is Eighteen (18) months
broken down as follows: Six (6) months Supervision and Twelve (12) months
Defects Liability Period.
iii). The minimum required experience in years of proposed professional staff and
the points assigned to each is as shown hereunder:-
14
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
Years Points
Project Director 15 12
Resident Engineer 10 12
Bridge/Structural/Drainage Engineer 8 10
Highway Design Engineer (short term engagement) 8 6
Materials Engineer (short term engagement) 8 6
Environmentalist (short term engagement) 8 5
Surveyor 8 5
Materials Technologist 8 5
Bridge Inspector (1) 6 3.5
Bridge Inspector (2) 6 3.5
Draughtsperson 4 2
Total 70
Note
All other required staff must be listed and their remuneration to be included in
the rates for staff listed above.
3.4 (i) Training of Client Engineers is a specific component of this assignment: Yes
3.7 Taxes:
The Consultant shall be liable to pay all taxes, duties and levies including VAT in
accordance with the laws of Kenya and the Client shall not reimburse any amount
paid in this context.
4.2 Consultants must submit 1 (One) original and 1 (Copy) of each proposal. Soft copy
of the proposal should also be submitted in CD-ROM or Flash drive. The soft copy
should simply be a full scan of the completed/serialized original proposal from
cover to cover. The soft copy should NOT contain the financial proposal.
15
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
“Consultancy Services for Construction Supervision of Marigat & Endau Bridges and
Approach Roads along Marigat – Marich Pass (B17) Road – Lot 1”
4.3 Proposals must be submitted no later than the following date and time:
5.9 Alternative formulae for determining the financial scores is the following: None
16
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
APPENDIX “B”
EVALUATION GRID
KEY PERSONNEL
17
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
c. Specific professional experience 2
18
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
SECTION C: -
iii) Comments and suggestions of Consultants on the Terms of Reference and on data, services and
facilities to be provided by the Client.
iv) Description of the methodology and work plan for performing the assignment.
19
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass
(B17) Road – Lot 1
(i). TECHNICAL PROPOSAL SUBMISSION FORM
[_______________ Date]
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. We are hereby submitting
our Proposal, which includes this Technical Proposal, [and a Financial Proposal sealed under a
separate envelope-where applicable].
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
_______________________________[Authorized Signature]:
20
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass
(B17) Road – Lot 1
(ii). FIRM’S REFERENCES
Using the format below, provide information on each assignment for which your firm either
individually as a corporate entity or in association, was legally contracted (attach letters of awards
or completion certificates as proof of evidence).
Firm/Entity(profiles):
Name of Client: No. of Staff:
Address:
No of Staff-Months; Duration of
Assignment:
Start Date (Month/Year): Completion Date Approx. Value of Services (Kshs)
(Month/Year):
21
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass
(B17) Road – Lot 1
(iii) COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF
REFERENCE AND ON DATA, SERVICES AND FACILITIES TO BE PROVIDED
BY THE CLIENT.
1.
2.
3.
4.
5.
1.
2.
3.
4.
5.
22
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass
(B17) Road – Lot 1
(iv) DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR
PERFORMING THE ASSIGNMENT
23
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass
(B17) Road – Lot 1
(v) TEAM COMPOSITION AND TASK ASSIGNMENTS
1. Technical/Managerial Staff
2. Support Staff
24
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass
(B17) Road – Lot 1
(vi). FIRM’S CURRENT WORKLOAD
Using the format below, provide information on each assignment for which your firm either
individually as a corporate entity or in association, is legally contracted to carry out (attach letters of
award of contracts).
Firm/Entity(profiles):
Name of Client: No. of Staff:
Address:
No of Staff-Months; Duration of
Assignment:
Start Date (Month/Year): Expected date of Completion Approx. Value of Services
(Month/Year): (Kshs)
25
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass
(B17) Road – Lot 1
(vii). FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL
STAFF
Proposed Position: ____________________________________________________________
Name of Firm: ________________________________________________________________
Name of Staff: __________________________________________________________________
Profession: _____________________________________________________________________
Date of Birth: __________________________________________________________________
Years with Firm: ___________________________ Nationality: ______________________
Key Qualifications:
[Give an outline of staff member’s 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].
Education:
[Summarize college/university and other specialized education of staff member, giving names of schools, dates attended
and degree[s] obtained.]
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.]
Certification:
I, the undersigned, certify that these data correctly describe me, my qualifications, and my
experience.
_________________________________________________________ Date: ______________
[Signature of staff member]
___________________________________________________________________ Date; ______________
[Signature of authorized representative of the firm]
Full name of staff member: _____________________________________________________
Full name of authorized representative: _________________________________________
26
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass
(B17) Road – Lot 1
(viii). TIME SCHEDULE FOR PROFESSIONAL PERSONNEL – (Short Term Experts)
Signature: ________________________
(Authorized representative)
Title: ______________________________
Address:___________________________
27
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17) Road – Lot 1
(ix). TIME SCHEDULE FOR PROFESSIONAL PERSONNEL – Construction period
Signature:________________________
(Authorized representative)
Full Name:________________________
Title:______________________________
Address:___________________________
28
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17) Road – Lot 1
(x). TIME SCHEDULE FOR PROFESSIONAL PERSONNEL – Defects liability period
Signature:________________________
(Authorized representative)
Full Name:________________________
Title:______________________________
Address:___________________________
29
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass
(B17) Road – Lot 1
(xi). ACTIVITY (WORK) SCHEDULE
Activity (Work)
30
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
(xii). CONFIDENTIAL BUSINESS QUESTIONNAIRE
You are requested to give the particulars indicated in Part 1 and either Part 2 (a). 2(b) or 2(c) whichever
applies to your type of business.
You are advised that it is a serious offence to give false information on this Form.
Part 1 - General:
Business name….................................................................................................
Nature of business..............................................................................................
............................................................................................................................
Maximum value of business which you can handle at any one time:
Kshs....................................................................................................................
Branch.................................................................................................................
Age....................................................................................................................
31
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
Nationality ..........................................Country of origin.....................................
*Citizenship details..............................................................................................
1...........................................................................................................................
2...........................................................................................................................
3...........................................................................................................................
4..........................................................................................................................
5...........................................................................................................................
Private or public..................................................................................................
Nominal Kshs......................................................................................................
Issued Kshs........................................................................................................
2...........................................................................................................................
3...........................................................................................................................
32
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
4...........................................................................................................................
5...........................................................................................................................
............................. ..............................................................
Date Signature of Bidder
33
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
SECTION D:-
34
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
(i) FINANCIAL PROPOSAL SUBMISSION FORMS
________________ [Date]
To: ______________________________________
______________________________________
______________________________________
[Name and address of Client]
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. Our attached Financial Proposal is for the sum of
(_________________________________________________________________) [Amount in words and
figures] inclusive of the taxes.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
_____________________________[Authorized Signature]:
_______________________[Name of Firm]
______________________[Address]
35
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
(ii) SUMMARY OF COSTS
Subtotal
Taxes
Remuneration
Reimbursable Expenses
Miscellaneous Expenses
Subtotal _______________________________
(i)
(ii)
Consultants
Grand Total
36
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
(v). REIMBURSABLE PER ACTIVITIES
1. Communication costs____
_________________________
(telephone, telegram, telex)
Grand Total
______________
37
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
SECTION E:-
1.1 General
The Government of the Republic of Kenya (GoK) has set aside funds for the above project under
Development budget. Kenya National Highways Authority intends to use part of the funds in
engaging the services of a Consultancy Firm to undertake construction supervision of Marigat &
Endau Bridges and Approach Roads along Marigat – Marich Pass (B17) Road.
Kenya National Highways Authority shall require the Consultant to render all technical support
services which may be deemed relevant to the above study. The detailed description of the consulting
services to be performed is described in these Terms of Reference (TOR).
The Consultant will be appointed as the Engineer's Representative and shall provide services to
include but not be limited to the following:
38
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
accordingly.
Carry out Environmental Audit in accordance with the environment management plans
Supervise all construction works
Enforce environmental mitigation measures
Check and forward interim and final payment certificates for approval by the Engineer
Evaluate contractual claims and forward recommendations to the Engineer
Prepare monthly progress and end of project reports
Conduct project cost appraisals and advice the Client
Provide training to client’s personnel
Prepare as-built drawings
Prepare the completion reports
39
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
3.0 SCOPE OF WORK
3.1 General
The Consultant shall perform all work necessary as called for in these Terms of Reference
including all technical studies, field investigations and related services. In carrying their work, the
Consultant shall co-operate fully with the concerned agencies of the Government of Kenya, in
particular the Kenya National Highways Authority, Provincial Administration, Ministry of Lands
& Housing, amongst others. The Consultant shall provide the necessary support services related to
and necessary for the completion of the assignment. The work shall cover but not be limited to the
aspects outlined in these Terms of Reference.
The project comprises the construction of Marigat & Endau Bridges and Approach Roads, 500
metres respectively on either side of the bridges to bitumen standards.
The Major Works to be executed under the Contract comprise mainly of but are not limited to the
following:
i. Site clearance.
ii. Earthworks including excavating, grading and shaping of approach roads to the bridge.
iii. Excavation for foundation of the bridge substructure.
iv. Backfilling with selected fill material as directed by the Engineer.
v. Construction of bridge substructure and superstructure (deck slab).
vi. Cement/lime sub base and base for the approach roads
vii. Asphalt concrete surfacing and single seal finishing
viii. Construction of guardrail barriers and road signs
ix. Landscaping and planting of trees and other vegetation
x. Any other activity deemed necessary by the Engineer
xi. Maintenance of the works during the construction period. The defects liability period shall be
12 months.
3.3 Description
The Works consists of: -
40
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
Preparation of Progress Reports.
Advising the Engineer on problems arising during the execution of the works.
Arranging for the relocation of services.
Monitoring of sound use of resources and protection of the environment.
Requesting for assistance in HIV/AIDS awareness campaigns from the Ministry of Health.
Co-ordinating with third parties, e.g. public utilities, traffic police.
Analysis of any claims submitted by the contractor(s).
Services at Taking Over of the works.
41
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
3.0 DETAILED SCOPE OF WORK
3.1 General
a. The Consultant shall perform all engineering, financial and environmental analyses and related
work as described herein to attain the objective of the study.
b. The overall responsibility for administrative and coordination of the study rests with the
Director General, Kenya National Highways Authority (KeNHA). The execution of the study
will be the direct responsibility of the Director (Highway Planning and Design) of KeNHA.
c. In the conduct of his work, the Consultant shall cooperate fully with the Director (Highway
Planning and Design) of KeNHA, the Ministry of Lands and Settlement, the Provincial
administration and all other relevant Government Departments and Agencies. KeNHA will
provide the Consultant with the data and services outlined herein. The Consultant shall be
responsible, however for the analysis and interpretation of all data received, and the
conclusions and recommendations in his report.
3.2.1 Mobilisation
The Consultant shall supervise the mobilisation of the Contractor, checking to ensure that
mobilisation is being done in accordance with the Contract Specifications.
3.2.2 Review of work programs and monitoring of the adherence to these programmes
The Consultant will scrutinize the Contractor’s work programme, schedule of plant and cash-flow
projections. Where appropriate he will request clarification without, however, imposing any
modifications on the Contractor. The Consultant has, however, the right to reject a works
programme that is either unrealistic, will imply unacceptable obstruction of the normal traffic flows
or is unacceptable for other major considerations to be indicated by the Consultant with reference
to the stipulations of the contract. Once the work programme(s) is (are) approved, a parallel
schedule of services to be rendered by third parties (public utilities, Traffic Police Department,
etc.) will be submitted by the Contractor for approval by the Consultant.
The Consultant will inspect the Contractor’s proposed materials sites and conduct necessary
confirmatory testing before approving them for acquisition and use on the works.
The Consultant will review the measures for traffic management proposed by the Contractor with
respect to traffic diversions and passage of traffic through the works in order to ensure minimal
disruption of normal traffic flows and further to ensure that the measures proposed will in no case
compromise the safety of the road users.
The Consultant will issue the final setting out data and finished road levels by way of site
instructions to the Contractor to allow him to proceed with the detailed setting out of works.
The Consultant will be responsible for identifying those items requiring the approval of the
Engineer and bring these items to his attention. The Consultant will be responsible for informing
42
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
the Contractor clearly and unambiguously on decisions made by the Engineer on these and all other
issues of relevance to the proper execution of the Contract.
The Consultant shall organise monthly progress site meetings and shall monitor the progress of the
works and shall report on these issues to all parties concerned in his Monthly Progress Reports.
The Contractor is responsible for the construction and handing over of the works in accordance
with the Contract. The Consultant shall ensure that any modification/variation to the Contract is
approved in accordance with the provisions in the Conditions of Contract.
The Consultant shall ensure that an adequate record of measurements is kept for the purpose of
establishing accurate as-built drawings and that a sufficient number of fixed monuments be
established as permanent reference of coordinates.
3.2.3 Verification of Quality of works
The Consultant shall verify that all works are carried out in conformity with the Standard and
Special specifications. He shall request the Contractor to issue written method statements to both
the Contractor’s foremen and the Consultant’s inspectors for each field activity and shall ensure
that the agreed work methods are strictly adhered to.
3.2.4 Verification of Quantity of executed works
The consultant shall verify the accuracy of the primary setting out of works in accordance with the
approved design. The Consultant shall ensure that adequate references will be established for the
verification of quantities to be brought into the works.
The Consultant shall ensure that an adequate record of measurements is kept for the purpose of
establishing accurate as-built drawings and that a sufficient number of fixed monuments be
consolidated as a permanent reference of coordinates. Particular attention will be given to the
establishment of stable reference points in areas where settlements are to be expected.
3.2.5 Verification of Quality of materials used
The Contractor will test all materials to be used for the works prior to incorporating them in the
works. The Consultant will check the quality of these materials in accordance with the Conditions
of Contract for compliance with the Standard and Special Specifications.
The Consultant shall in principal, carry out these tests at the Ministry of Transport and
Infrastructure (Materials Department) laboratory and shall be paid through the Works Contract.
In addition, the Consultant and the Contractor shall estimate jointly and on a weekly basis the
progress of the works. Towards the end of each month, these estimates will serve to establish the
quantities payable to the Contractor’s interim payment certificate for that period.
43
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
The Consultant shall finalise at regular intervals all measurements taken and agreed with the
Contractor for completed sections of the road and shall take off quantities on which basis the final
accounts will be elaborated in draft after the Taking over Certificate is issued and in final after the
Defects Liability Period. The draft accounts shall be established during the month following
Taking Over of the works and shall be analysed in the Final Project Completion Report.
The Consultant shall maintain documentary and photographic records. The documentary records
shall include a daily Site Diary and details of all contractual correspondence and data; all work
stoppages or delays; accidents on site; official visitors to site; weather records; details of all daily
site activities showing the start and end time and full details of the personnel and equipment or
resources employed per activity. It shall contain detailed records of the Contractor’s equipment on
site and its date of manufacture, previous hours worked and condition, its precise date of arrival or
removal from site, the date commissioned to commence work, its availability and utilisation.
Equipment availability figures for each category of equipment shall be established.
In respect of photographic data, the Consultant shall maintain a record of digital progress
photographs (using a digital camera to be provided under the Works Contract) taken throughout the
Contract period at set locations and of any construction activity of technical or contractual interest
at any time. Each photograph is to be captioned with; reference number, time, date, precise
location, subject, and points of particular note. These digital data shall be stored on a CD-ROM
together with the captions and shall be made available to the Engineer on a monthly basis.
Problems of non-engineering nature shall be brought to the attention of the Engineer, who will
decide whether these problems can best be analysed on site by the Consultant or referred to other
competent bodies. The Consultant shall bring to the attention of the Client any problems regarding
land acquisition, right of way and damage to third party property and shall play a coordinating role
with respect to problems regarding public utilities and traffic management outside the construction
site, unless these problems relate to the Contractor’s deviation roads.
44
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
3.2.9 Monitoring of sound use of resources and protection of the environment
The Consultant shall monitor human and material resources mobilised by the Contractor and keep a
comprehensive record of these resources and the use made thereof. In his periodic reporting, the
Consultant shall relate resources mobilised and works performed. Unbalanced resources or
discrepancies between projected outputs and works performed will be brought to the attention of
the Contractor.
The Consultant shall monitor the environmental impact of the works and issue the necessary
instructions to the Contractor whenever avoidable damage to the environment occurs or is likely to
occur. In particular, the Consultant shall monitor the full respect of the following
recommendations for environmental protection during implementation of the project:
- Advise on proper location of Contractor’s campsites to an area so as to minimise disruption
to local population, fauna and flora and watercourses; provision of adequate drainage facilities
and treatment of sewage and waste disposals and ensure that camp areas are dismantled and
rehabilitated once construction is completed.
- Minimise water and soil pollution as a result of the works;
- Minimise noise and dust levels.
- Shape and landscape all borrow pit and quarry sites.
- Minimise the risk of soil erosion, stabilise bridge sites and the inlets and outlets
of culverts on erosive soils with gabions or stone pitching.
45
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
3.2.14 Substantial Completion of the works
When the works are nearing substantial completion, the consultant shall inspect the works jointly
with the contractor and shall establish lists specifying the remaining works. These works may
concern corrections to work already done or completion of outstanding works. The Consultant
shall notify the Engineer that the works are substantially complete and may be inspected for
handing over to the Employer.
The Consultant shall prepare a Taking over Certificate to be signed by the parties concerned after
the Substantial Completion inspection. A list of outstanding works and any defects noted during
the inspection will be appended to the certificate, specifying the time within which these works are
to be completed or when defects have to be corrected.
The Consultant shall give necessary instructions to the Contractor to avail those specific site
facilities that shall be required during the maintenance period with respect to the site office,
laboratory, houses and equipment and vehicles.
At the end of the maintenance period, and provided that all defects shall have been completed to
his satisfaction, the Consultant shall notify the Engineer that the Contractor has completed all
outstanding works and has remedied all defects at the end of the defects liability period for an
inspection to be carried out.
46
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
3.4 PROJECT MANAGEMENT, CONTRACTUAL FRAMEWORK AND
RESPONSIBILITIES
a) The Employer for both works and supervision contracts will be the Director General, Kenya
National Highways Authority (KeNHA) whereas the Employer’s Representative will be the
Director (Highway Planning and Design), KeNHA and the Engineer will be the Deputy
Director (Structures Department), KeNHA.
b) The consultant selected for the supervision of the works, hereinafter called the Consultant, will
be the Engineer’s Representative for the works contract. The Engineer will delegate certain of
his responsibilities for the implementation of the works contract to the Engineer’s
Representative within the framework of the FIDIC Conditions of Contract.
c) Responsibilities that the Engineer will retain with respect to the works contract will include all
legal and financial issues arising from claims and disputes by third parties relating to land
tenure, national planning, damage caused to commercial interests and issues of similar nature.
The Engineer will also retain the responsibilities for the project budget and the management of
the financial allocations to the contracts, conclusion of these contracts and issuing of
commencement orders and variation orders. In these matters he will closely liaise with the
Engineer.
d) The Engineer shall identify a Project Engineer, who will facilitate decision making in matters
pertaining to the supervision and the works contracts that are either not covered by the
delegation of powers to the Consultant or that need a decision by the Engineer once the
Consultant has fulfilled all his obligations under these Terms of Reference. The Project
Engineer will be the Consultant’s day-to-day contact person in the Kenya National Highways
Authority. The Consultant will keep the Project Engineer informed in a detailed way of all
developments on site. The Project Engineer will visit the site regularly and will attend all site
meetings.
47
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
3.0 LOGISTICS AND TIMING
The project comprises the construction of Marigat & Endau Bridges and Approach Roads, 500m
respectively on either side to bitumen standards.
48
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
4.0 REQUIREMENTS
4 Highway Engineer 1 1 2
5 Materials Engineer 1 1 2
6 Environmentalist 1 1 2
7 Surveyor 6 3 9
8 Material Technologist 6 3 9
9 Bridge Inspector (1) 6 6 9
10 Bridge Inspector (2) 6 6 9
11 Draughtsman 6 6 9
The Works Contract shall provide for the attendance to the Resident Engineer only in the categories
of labourers, chainmen, and office messengers/assistants.
Remuneration for all other Support Staff such as Survey Assistants, Laboratory Technicians and a
Secretary and any other expenses required for proper functioning of the site supervision or
backstopping shall be factored in the rates for listed staff.
The profiles of the key experts to be provided by the Consultant for this contract are as follows:
49
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
(iii) Specific professional experience
Must have extensive broad experience in highway design works contract administration, evaluation
of contractor’s claims for at least 10 years and more specifically have recent service as a Project
Director on at least two highway construction contracts of comparable magnitude. Knowledge of
FIDIC contract procedure is mandatory. Previous experience on road projects in East Africa will be
an advantage.
Experience with analytical pavement evaluation methods is desirable. Previous experience on road
projects in East Africa will be an advantage.
51
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
Must possess University Degree of BSc (Survey & Photogrammetry) or equivalent and be
registered with the Institute of Surveyors of Kenya or equivalent such as Chartered Surveyor of the
Royal Institute of Chartered Surveyors (U.K.) etc.
4.6 Reports
The Consultant shall prepare Monthly Progress Reports during the period of execution of the works
contract, and submit them within 7 days after the end of the reporting month. Quarterly Summary
Reports shall be prepared every quarter of the financial year and submitted within 7 days after the
end of the reporting period. The Provisional Completion Report including Provisional Accounts are
to be submitted within 7 days after the Provisional Acceptance of the last section of the works. The
Final Project Completion Report, Final Accounts are to be submitted within 7 days after issuance of
the Defects Liability Certificate of the works to the address below:
53
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
To:
Director (Highway Planning & Design)
Kenya National Highways Authority
Barabara Plaza, Block A, 3rd Floor,
Jomo Kenyatta International Airport (JKIA),
Off Airport South Road, along Mazao Road
P.O. Box 49712-00100
NAIROBI
The reports shall be written in English, and shall be submitted in the number of copies tabulated
below.
The Final Project Completion Report shall comprehensively evaluate the project with regard to both
the works contract and the supervision service contract, include a summary of the principle
difficulties encountered during construction and the means employed to overcome them, changes
made in the original designs, modifications to the technical specifications and conditions of contract,
all variation orders, utilisation of provisional sums, variation of prices, utilisation of contingency
amounts, cumulative monthly payments to the contractor designated by dates and a similar schedule
for the supervision contract. The report shall contain all observations or recommendations that the
Consultant wishes to draw to the attention of the Engineer and the Employer as regards the works
contract or the service contract.
In their Methodology Statement, the Consultant shall provide a fixed layout for these reports. The
reports shall be submitted as follows:-
As a minimum, the Consultant will regularly review the physical work progress completed to various
levels in compliance with the drawings and specifications in relation to the Contractor’s approved
work programme and cash flow projections, schedule of plant and manpower resources.
54
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
The Consultant will regularly appraise this information in his Progress Reports and in Site Meetings
and discuss them with the Contractor and the Engineer.
55
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
SECTION F:
CONTENTS
Special notes
Contract for Consultant’s Services
I Form of Contract
1. General Provisions
1.1. Definitions
1.2. Law Governing the Contract
1.3. Language
1.4. Notices
1.5. Location
1.6. Authorized Representatives
1.7. Taxes and Duties
56
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
3.3 Confidentiality
3.4 Insurance to be Taken Out by the Consultant
3.5 Consultant’s Actions Requiring Client’s prior
Approval
3.6 Reporting Obligations
3.7 Documents Prepared by the Consultant to
Be the Property of the Client
4 Consultant’s Personnel
4.1 Description of Personnel
4.2 Removal and/or Replacement of Personnel
7 Settlement of Disputes
7.1 Amicable Settlement
7.2 Dispute Settlement
IV Appendices
57
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
Special Notes
1. The Lump-Sum price is arrived at on the basis of inputs – including rates – provided by the
Consultant. The Client agrees to pay the Consultant according to a schedule of payments stipulated
under clause 6.4 of Special Conditions of Contract.
2. The Contract includes four parts: Form of Contract, the General Conditions of Contract, the Special
Conditions of Contract and the Appendices.
58
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
CONTRACT FOR CONSULTANT’S SERVICES
between
_________________________
[Name of the Client]
AND
___________________________
[Name of the Consultant]
Dated: _________________[date]
59
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
I. FORM OF CONTRACT
This Agreement (hereinafter called the “Contract”) is made the ________) day of the month of
_______________ [month], [year], between ___________________________________, [name of client]
of [or whose registered office is situated at] _________________________________________ [location of
office] (hereinafter called the “Client”) of the one part AND
WHEREAS
the Client has requested the Consultant to provide certain consulting services as defined in the
General Conditions of Contract attached to this Contract (hereinafter called the “Services”);
the Consultant, having represented to the Client that he has 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;
1. The following documents attached hereto shall be deemed to form an integral part of this Contract:
The Consultant shall carry out the Services in accordance with the provisions of the Contract; and
60
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
The Client shall make payments to the Consultant 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.
[Title]________________________________________________
[Signature]___________________________________________
[Date]________________________________________________
[Title]______________________________________________
[Signature]_________________________________________
[Date]_______________________________________________
61
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
II. GENERAL CONDITIONS OF CONTRACT
1. GENERAL PROVISIONS
1.1 Definitions Unless the context otherwise requires, the following terms whenever used
in this Contract shall have the following meanings:
(a) “Applicable Law” means the laws and any other instruments having
the force of law in the Republic of Kenya as they may be issued and in
force from time to time;
(b) “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;
(c) “Contract Price” means the price to be paid for the performance of the
Services in accordance with Clause 6 here below;
(d) “Foreign Currency” means any currency other than the Kenya Shilling;
(i) “Party” means the Client or the Consultant, as the case may be and
“Parties” means both of them;
(k) “SC” means the Special Conditions of Contract by which the GC may
be amended or supplemented;
62
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
The Contract and the relationship between the Parties shall be governed by the Laws of
Kenya.
1.3 Language This Contract has been executed in English language 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 Republic of Kenya or elsewhere, as the Client may
approve.
2.1 Effectiveness of This Contract shall come into effect on the date
Contract the Contract is signed by both Parties or such other later date as may be stated
in the SC.
2.4 Modification Modification of the terms and Conditions of this Contract, including any
modification of the scope of the Services or the Contract Price, may only be
made by written agreement between the Parties.
63
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
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 Party’s performance of its obligations under the Contract
impossible or so impractical as to be considered impossible under the
circumstances.
2.5.2 No Breach The failure of a Party to fulfil any of its obligations under the Contract
of 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.
2.6 Termination
(a) if the Consultant does not remedy a failure in the performance of his
obligations under the Contract within thirty (30) days after being
notified or within any further period as the Client may have
subsequently approved in writing;
(b) if the Consultant becomes insolvent or bankrupt;
(c) if, as a result of Force Majeure, the Consultant is unable to perform a
material portion of the Services for a period of not less than sixty (60)
days; or
(d) if the Consultant, in the judgement of the Client, has engaged in
corrupt or fraudulent practices in competing for or in executing the
Contract.
64
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
“fraudulent practice” means a misrepresentation of facts in order to
influence a selection process or the execution of 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 non-competitive levels and to deprive the
Client of the benefits of free and open competition.
(f) if the Client in his sole discretion decides to terminate this Contract.
(a) if the Client fails to pay any monies due to the Consultant pursuant to
this Contract and not subject to dispute pursuant to Clause 7 within
sixty (60) days after receiving written notice from the Consultant that
such payment is overdue; or
(b) if, as a result of Force Majeure, the Consultant is unable to perform a
material portion of the Services for a period of not less than sixty (60)
days.
(b) Except in the case of termination pursuant to paragraphs (a) and (b) of
Clause 2.6.1, reimbursement of any reasonable costs incident to the
prompt and orderly termination of the Contract, including the cost of
the return travel of the Personnel and their eligible dependents.
3.1 General The Consultant shall perform the Services and carry
out his 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 Consultant
shall always act, in respect of any matter relating to this Contract or to
the Services, as faithful adviser to the Client and shall at all times
support and safeguard the Client’s legitimate interests in any dealing
with Sub-Consultants or third parties.
3.2.1 Consultant (i) The remuneration of the Consultant pursuant to Clause 6 shall
Not to constitute the Consultant’s sole remuneration in connection with
Benefit from this Contract or the Services and the Consultant shall not accept
Commissions, for his own benefit any trade commission, discount or similar
65
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
Discounts, payment in connection with activities pursuant to this Contract
Etc. or to the Services or in the discharge of his obligations under the
Contract and the Consultant shall use his best efforts to ensure that his
personnel, any sub-Consultant[s] and agents of either of them similarly
shall not receive any such additional remuneration.
(ii) For a period of two years after the expiration of this Contract, the
Consultant shall not engage and shall cause his personnel as well as his
sub-Consultant[s] and his/their personnel not to engage in the activity
of a purchaser (directly or indirectly) of the assets on which he advised
the Client on this Contract nor shall he engage in the activity of an
adviser (directly or indirectly) of potential purchasers of such assets.
(iii) Where the Consultant as part of the Services has the responsibility of
advising the Client on the procurement of goods, works or services, the
Consultant will comply with any applicable procurement guidelines
and shall at all times exercise such responsibility in the best interest of
the Client. Any discounts or commissions obtained by the Consultant
in the exercise of such procurement shall be for the account of the
Client.
3.3 Confidentiality The Consultant, his sub-Consultant[s] and the personnel of either of
them shall not, either during the term of this Contract 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 Client’s business or operations without the prior written
consent of the Client.
66
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
3.4 Insurance to be The Consultant (a) shall take out and maintain and shall cause any
Taken Out by the sub-Consultant[s] to take out and maintain, at his (or the
Consultant sub-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 Client’s
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.
4. CONSULTANT’S PERSONNEL
67
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
Of Personnel of the Consultant, it becomes necessary to replace any of the Key
Personnel; the Consultant shall provide as a replacement a person of
equivalent or better qualifications.
(c) The Consultant shall have no claim for additional costs arising
out of or incidental to any removal and/or replacement of
Personnel.
5.3 Services and Facilities The Client shall make available to the Consultant the Services and
Facilities listed under Appendix E.
6.2 Contract Price The price payable is set forth in the Special Conditions.
68
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
6.3 Payment for For the purposes of determining the remuneration due
Additional for additional services as may be agreed under Clause Services
2.4, a breakdown of the Contract price is provided in
Appendices D.
6.4 Terms and Payments will be made to the account of the Consultant
Conditions of and according to the payment schedule stated in the
Payment “Special Conditions of Contract”.
6.5 Interest on Payment shall be made within thirty (30) days of receipt
Delayed of invoice and the relevant documents specified in Clause
Payment 6.4. If the Client has delayed payments beyond ninety (90) days after
the due date hereof, simple interest shall be paid to the Consultant for
each day of delay at a rate three percentage points above the prevailing
Central Bank of Kenya’s average rate for base lending.
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 Party’s request for such amicable settlement may be
Referred by either Party to the arbitration and final
decision of a person to be agreed between the Parties.
Failing agreement to concur in the appointment of an
Arbitrator, the Arbitrator shall be appointed by the
Chairman of the Chartered Institute of Arbitrators, Kenya
Branch, on the request of the applying party.
69
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
III. SPECIAL CONDITIONS OF CONTRACT
1.1(i) The Member in Charge is Director (Highway Planning & Design) for the Client and
the Project Director for the Consultant.
Consultant: _____________________________________________
Attention:
_____________________________________________
Telephone; _____________________________________________
Telex:
_____________________________________________
Facsimile:
_____________________________________________
2.1 The date on which this Contract shall come into effect
is (_________________) [date].
70
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
2.3 The period shall be Eighteen (18) months comprising of:
Phase 1: Construction Supervision - 6 Months
Phase 2: Defects Liability Period - 12 Months
(i) Professional Liability: Full amount of this contract excluding taxes and
contingency amount.
Bank: ________________________________
Address: ___________________________
6.5 Payments will be made within 90 (ninety) days of receipt of the invoice and the
relevant documents specified in Clause 6.4 above.
71
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
SCHEDULE N: DECLARATION FORM FOR BANKRUPT OR INSOLVENT
AND DEBARMENT (In case of Joint Venture, In Association or Sub-Consultancy, each firm MUST
individually fill this form)
Date
To
The Kenya National Highways Authority
P.O Box 49712 – 00100,
KENYA.
Ladies and Gentlemen,
The Tenderer i.e. (full name and complete physical and postal address)
…………………………………………………………………………………………………………………
…………declare the following: -
a) That I/ We have not been debarred from participating in public procurement by anybody, institution or
person.
b) That I/ We have not been involved in and will not be involved in corrupt and fraudulent practices
regarding public procurement anywhere.
c) That I/ We are not insolvent, in receivership, bankrupt or in the process of being wound up and is not the
subject of legal proceedings relating to the foregoing.
d) That I/We are not under any ongoing investigation by the Ethics and Anti-Corruption Commission
(EACC) for any corrupt and/or economic crimes or practices.
e) That I/ We are not associated with any other Tenderer participating in this Tender.
f) That I/We have not been convicted of any serious violation of fair employment laws and practices
f) That I/We do hereby confirm that all the information given in this tender is accurate, factual and true to
the best of our knowledge.
Yours sincerely,
……………………………………………………
Name of Tenderer
………………………………………………………………………………..
Signature of duly authorised person signing the Tender
…………………………………………………………………………..
Name and Capacity of duly authorised person signing the Tender
………………………………………
Stamp or Seal of Tenderer
72
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
SCHEDULE M: ANTI CORRUPTION DECLARATION / COMMITMENT / PLEDGE FORM(In
case of Joint Venture, In Association or Sub-Consultancy, each firm MUST individually fill this form)
……………………………………………..
Designation………………………………..
Signature…………………………………….
Date………………………………………..
(iii)
73
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
FORM RB 1
REPUBLIC OF KENYA
PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD
APPLICATION NO…………….OF……….….20……...
BETWEEN
…………………………………………….APPLICANT
AND
Request for review of the decision of the……… (Name of the Procuring Entity) of ………dated the…day of
No……Tel. No……..Email ……………, hereby request the Public Procurement Administrative Review Board
to review the whole/part of the above mentioned decision on the following grounds , namely:-
1.
By this memorandum, the Applicant requests the Board for an order/orders that: -
1.
etc
SIGNED ……………….(Applicant)
Lodged with the Secretary Public Procurement Administrative Review Board on ………… day of
………....20….………
74
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1
IV. APPENDICES
75
Consultancy Services for Construction Supervision of Marigat & Endau Bridges and Approach Roads along Marigat – Marich Pass (B17)
Road – Lot 1