You are on page 1of 16

Federal Republic of Nigeria

Akwa Ibom State Government


Ministry of Agriculture
Rural Access and Agricultural Marketing Project (RAAMP)
State Project Implementation Unit (SPIU)
Terms of Reference (TOR):
DESIGN AND SUPERVISION CONSULTANCY SERVICES FOR RURAL ROAD UPGRADING IN AKWA IBOM STATE

I. Background
1. The Rural Access and Agricultural Marketing Project (RAAMP) is a third-generation rural access project. The
project is being supported by the International Development Association (IDA), a subsidiary of the World Bank,
and the L’Agence Française de Développement (French Development Agency or AFD). The lead agency of the
Federal Government is the Federal Ministry of Agriculture and Rural Development (FMARD). The Federal Project
Management Unit (FPMU) under the FMARD is responsible for overall project coordination, implementation of
federal level project activities and supervision of state level activities. A total of 13 State Project Implementation
Units (SPIUs), under respective state government ministries in same number of participating states, are
responsible for the physical implementation of the project activities at the state level.
2. The Project Development Objective (PDO) is to improve rural access and agricultural marketing in
participating states while strengthening the financing and institutional base for effective development,
maintenance and management of the rural road network. The project implementation started in March 16, 2021
and the project is scheduled to end in June 30, 2026. The total financial outlay of RAAMP is US$ 575m.
Contributions from the World Bank, AFD and the participating state governments are US$280m (49 percent), US$
230m (40 percent) and US$ 65m (11 percent) respectively. The project will cover 13 states of Nigeria: seven
northern states (Kano, Katsina, Sokoto, Kebbi, Bauchi, Plateau and Kwara) and six southern states (Abia, Akwa
Ibom, Kogi, Ogun, Oyo and Ondo).
3. The project has three distinct components. The project will also have a “zero cost” component
(Component D: Contingent Emergency Response) to address emergency requests from the Government in the
case of any natural disaster events. The components are: Component A. Improvement of Rural Access and Trading
Infrastructure (US$271m); Component B. Asset Management, Agro-logistics Performance Enhancement and
Sector Reform (US$253m); and Component C. Institutional Development, Project Management and Risk
Mitigation (US$51m). The Project Appraisal Document provides the project details along with the component
details.
4. The tentative targets for different physical works under different project components are provided in the
table below:
Component Activity Details
Component A: (a) Physical improvement of Rural Access Infrastructure: upgrading of rural roads
Improvement of Rural (1,625km; 125km per state) and construction of bridges/culverts of generally up
Access and Trading to 15m clear span (1,040m; 80m per state);
Infrastructure (b) Physical improvement of Agro-logistics Centers (65 nos.; 5 nos. per state).
Component B: Sector Maintenance and spot improvement of rural roads:
Reform, Asset - Routine maintenance (9,100 km/year; 700 km/year per state);
Management and Agro- - Backlog maintenance/rehabilitation (2,600 km; 200km per state);
logistics Performance - Spot Improvement (5,850km; 450km per state);
Enhancement - Performance-based Maintenance Contract Piloting (260 km; 20km per state)

5. The Akwa Ibom State Government of Nigeria now intends to procure Design and Supervision (D&S)
Consultancy Services with a view to prepare project activities including Engineering Survey, Design and Bid
Documents, and Construction Supervision.

1|P a g e
II. Service Objectives
6. The overall objective of consultancy services under this Terms of Reference (TOR) is to assist Akwa Ibom
State Project Implementation Unit (SPIU) in planning, designing and supervising the physical infrastructure
component (rural road upgrading) under the project. This requires ensuring compliance with the
policies/guidelines of the Government of Nigeria (GON) and the International Development Association (IDA) in
connection with the implementation of RAAMP. The specific objective of the consultancy services would be:
a. Carrying out detailed survey, design and preparing procurement documents of the subprojects following
GON/IDA's guidelines which incorporates Environment, Social, Health and Safety (ESHS) measures;
b. Supervising and assisting SPIU in the supervision of construction works to ensure that these are executed
in accordance with the General and Particular conditions of Contract, the Technical Specification,
Engineering Drawings or any amendments to items just mentioned;
c. Providing necessary support and advice to SPIU in optimizing the use of available material resources to
minimize costs, achieving desirable work quality and expediting construction activities; and
d. Assisting SPIUs in ensuring that works/contracts are constructed/completed within the agreed price and
allocated time under the contract or any subsequent agreed amendments.

III. Project Activities to be Covered Under This Consultancy Services


7. The following summary project activities are envisaged under this consultancy assignment:
a. Rural Road Upgrading: Planning, design (preliminary/detailed) and supervision of upgrading of roughly 150
to 160 km of rural roads to all-weather bitumen-surface standards, including cross-drainage structures on
them, using a design-build method (about 20% of total road length) and remainder length using
conventional FIDIC contract method.

IV. Scope of Work


A. GENERAL
8. Under the guidance of GON and following the guidelines/Operational Directives (ODs)/Operational Policies
(OPs) of the World Bank, the D&S Consultants (herein after called “the Consultant”) will carry out their tasks in
accordance with accepted professional standards, utilizing sound engineering, professional, financial practices. The
Consultant will deliver timely, sound and diligent services. Any monetary losses incurred owing to their sub-standard
services will be compensated by the consultant per consultancy contract conditions. The Consultant will, in
collaboration with FPMU and SPIUs, but not necessarily be limited to, be responsible for following general activities:
a. Carrying out detailed engineering surveys; preparing designs, specifications, engineers’ estimates, bill of
engineering and measurement (BEME) for all types of contract as stated in Section III;
b. Making available the preliminary design to the SPIU safeguards team to enable timely preparation of
safeguards instruments by the SPIU;
c. Updating the engineering designs based on the requirements of the World Bank cleared Environmental
and Social Impact Assessments (ESIAs), Environmental and Social Management Plans (ESMPs) and
Resettlement Action Plans (RAPs);
d. Assisting SPIU in all respects of procurement processes including procurement documents preparation,
bid evaluation and contract awarding;
e. Carrying out necessary site investigations and surveys, designing structural elements of cross-drainage
structures (bridges/culverts) on the selected rural roads for upgrading with an emphasis on achieving cost
efficiency through a careful selection of the structures types, and attention to design details;
f. Supporting the SPIU in the daily supervision of contractors during civil works in line with implementation
of the provisions in the ESMPs/RAPs, while the SPIU safeguard officers with support from their Technical
Assistance will have an oversight role and provide monthly safeguards report for the attention of the
FPMU, and quarterly reports for the attention of FPMU;
2|P a g e
g. Establishing a system of construction supervision including setting standard procedure as per
specification through demonstration and training to the contractors as well as SPIU officials. Assisting the
SPIUs in managing construction contracts (both International Competitive Procurements and National
Competitive Procurements) including the verifications and certifications of all contractor claims;
h. Assisting SPIU in arranging procurement and contract management training events for SPIU officials to
strengthen state procurement related institutional capacity;
i. Supporting SPIU in monitoring and reporting of project’s physical and financial targets including preparation
of monthly, quarterly, mid-term, annual and other reports for forward transmission to FPMU and IDA/AFD
following formats provided in the Project Implementation Manual (PIM) or any other agreed formats;
j. Assisting SPIU in project preparation, implementation and monitoring tasks as may be reasonably
assigned by the relevant State Project Coordinator (SPC).

B. PROJECT PREPARATION ACTIVITIES


(i) Social and Environmental Safeguards Support
9. Environmental and social screening will be conducted by the SPIUs’ Environmental and Social (E&S) staff
and Technical Assistance (TAs) with support of FPMU E&S staff.
After the above activities, the following listed E&S support activities can commence by the supervision consultant:
a. Making available preliminary designs to the SPIU to enable the timely preparation of safeguard instruments;
b. Ensuring designs are updated based on the findings, and environmental/social mitigation measures in the
ESMPs/RAP document prior to finalization of designs;
c. Assisting the SPIU in the supervision and monitoring of the sub-project ESMPs;
d. Defining a set of the environmental and social (E&S) specifications, standard clauses and rates in
consultation with SPIU for inclusion in the bidding documents based on Environmental and Social
Assessments conducted by the employer;
e. The consultant should ensure that construction activities do not exceed the impacts identified and
described in the RAP/ARAP. Where it becomes necessary to incur additional impacts, the consultant
should inform the SPIU so as to prepare additional mitigation and compensation measures required to
offset such unforeseen impacts;
f. Assisting SPIUs to address the grievance of the affected persons through structured Grievance Redress
Mechanism at the community level. Also assisting SPIUs settle the complaints and suggestions from
communities based on the Grievance Redressal Mechanism (GRM) developed under the project and
providing details in the grievance log/report;
g. Submitting monthly stand-alone Environmental and Social Monitoring and Supervision Report (in addition
to monthly progress report) mentioning, among others, key activities undertaken, outcomes, challenges
and corrective actions, for the attention of the SPIU safeguards officers.

(ii) Preparation of Preliminary Engineering Design, Employer Requirements (Design and Build
Contracts) and FIDIC Contracts
9. The objectives of the assignment are to: (i) prepare conceptual engineering design and drawing report;
(ii) employer’s requirements for design-build contracts; (iii) prepare preliminary and detailed engineering
design, and drawing report following conventional FIDIC contracts; and prepare bidding documents and provide
procurement support for approximately 150 to 160 km rural roads. This work scope is linked to the preliminary
engineering design services, linked to the design and build contracts as well as FIDIC contracts, will include, but
not necessarily be limited to, the following:
Preliminary Engineering Design & Drawing Report (DB & Non-DB Contracts)
a. Establishing permanent setting out reference stations along each of the selected roads and the video of
the entire length of each road embedded with geo reference information;
b. Surveying the selected roads to establish the horizontal and vertical alignment, the line and level, cross
sections, the 30m wide Rights of Way, drainage channels and the extent of rivers and flood-plains,
including recommended realignment sections;

3|P a g e
c. Preparing the geometric design of the roads, which will include but not less than the recommended
carriageway, right-of-way and super elevation;
d. Carrying out a full topographic survey of the road using Total Stations and GPS over a width of at least 15m on
either side of the centerline. In addition to the data required for preparation of plan and profile drawings of the
road, the topographic survey will provide information on the presence of housing units, commercial and
administrative buildings, bus and lorry parking areas, trees, entrances to roadside properties, watercourses,
bridges and drainage and any other features that will affect the design of the rehabilitation works;
e. Conduct traffic counts for three consecutive days and 18-hour count for additional three consecutive days
as well as 12-hour count on the seventh day (preferably at peak traffic/harvest times) and review supporting
data for traffic and growth projections for establishing design traffic levels for each road;
f. Estimating the generated traffic that will occur as result of the intervention works based on the reduction
on travels time and transportation cost;
g. Conducting an inventory and condition survey of the roads, together with all drainage structures,
including: culverts, side drains, bridges, drifts and river crossings etc., plus associated scour protection
and river training works;
h. Establishing and reviewing all available hydrological data, to serve as a basis for design of the
rehabilitation and upgrading of the hydrological structures, including new hydrological structures and
short-span bridges;
i. Carrying out a hydrological survey of all the drainage structures to establish their existing capacity and
operational status;
j. Establishing the need for additional drainage structures and what is required for the rehabilitation, and
for enhancing the capacity of the existing drainage structures as necessary;
k. Carrying out preliminary soil investigations;
l. Preparing cost estimates for the roads and structures along the investigated roads Bill of Engineering
Measurements and Evaluation (BEME);
m. Sharing the preliminary design report with the Environmental and Social Impact Assessment (ESIA) and
Resettlement Action Plan (RAP) consultants; and
n. Finalizing preliminary design report based on the Environmental and Social Impact Assessment (ESIA) and
Resettlement Action Plan (RAP) report inputs.
Setting Out Employer’s Requirements (DB Contracts)
a. Preparing a detailed project plan by setting out the state’s time, budget, resource (equipment) and
quality related requirements;
b. Preparing employer’s requirements for Design & Build Contract, including a project brief that describes
the project and final design and construction works to be performed by the Design & Build Contractor
(“Project Brief”);
c. Conducting a global review of the general conditions and the employer’s requirements, in the following,
but not necessarily limited to, following areas:
a. Specifications for final design and construction;
b. Social and Environmental Safeguard compliance:
i. Environmental and Social Management Plan (ESMP);
ii. Traffic management;
iii. Air quality; and
iv. Water quality.
v. Stakeholder engagements
c. Occupational health and safety (OHS);
d. Gender-based Violence (GBV);
e. Key performance indicators:
i. Road Roughness;
ii. Edge break, potholes and Rutting;
iii. Skid resistance;
iv. Vegetation control;

4|P a g e
v. Conditions of road signs and markings;
vi. Availability of lane-km for use by traffic;
vii. Response times to rectify defects that compromise the safety of road users;
viii. Attendance at road accidents;
ix. Off-pavement drainage.
f. Maintenance Strategies (2-year after Expiration of 3-years Defect Liability Period).
(iii) Preparation of Detailed Engineering design of Non-Design and Build (Non-DB) Contracts and
Technical Specifications
10. The Consultant shall prepare a detailed engineering design and technical specifications for conventional
FIDIC contracts under the scope of services based on the preliminary engineering design and drawing report. All
construction designs should be resilient against climate change. The detailed engineering design shall include, but
not limited to, the following key aspects:
Detailed Road Alignment
a. Preparing a full horizontal alignment following design guidelines (preferably LVRM), indicating super elevations,
widths at a scale of 1:2000; vertical alignment complying with maximum permissible gradient requirements, and
including the need for cuts and fills to raise embankments at a scale of 1:200; Typical cross-sections every 50m at
a scale of 1:50; Typical cross sections of junction layouts at a scale of 1:50; Speed management and road safety
features, and road safety design (including all the infrastructural design features);
Right of way limits
a. Staking out the right of way limits in sufficient detail for the boundaries of properties that are to be acquired
upon completion of the detailed design. Setting out these boundaries in the field and on property maps and
prepare schedules of land to be acquired, including details of utilities to be shifted and encroachments (such as
trees and properties) to be removed, in detail required by the Client and the local planning authority to enable
the land acquisition process and involuntary resettlement planning purposes;
Detailed pavement design
a. Preparing detailed pavement design for a design life based on LVRM design standards stipulated or other
international best practices (in cases where the design standards are unavailable in LVRM) . The pavement
design among others should consider factors such as traffic loadings; outputs of geotechnical investigation
and road condition survey; road deflection measurements and resiliency against climate change.
Detailed design of cross-drainage structures (bridges/culverts) associated with upgrading roads
a. Carrying out the detailed Engineering Design for the cross-drainage structures with all associated works that
internationally acceptable standards and also with resiliency against climate change. The design will be
developed to maximize the use of standard components and superstructure designs. Substructures will be
dimensioned based on detailed site investigations and will reflect current international practices in selecting
foundation type.
This work scope will include, but not necessarily be limited to, the following:
b. Confirmed in terms of requirements to complete the required engineering design to reinstate the structures
at the identified cross-drainage structures (river crossings);
c. Where the affected road crosses a low-lying area that is prone to seasonal flooding, the intention is to provide
both the river crossings and approaches that will enable all-weather use of the road link;
d. Assessing the seasonal traffic volume prevalent at the time. For determining the annual and other seasonal
traffic patterns standard procedures, of using existing data to project traffic patterns shall be applied;
e. Carrying out topographic and geotechnical field work to establish the necessary data and basic drawings for
the detailed design at appropriate scale to determine location, elevation, foundation levels and sizes of the
new and, as needed, of the existing structures;
f. Verifying the hydraulic effectiveness of the proposed dimensions of all structures included in the project;
g. Ensure compliance with the Environment and Social Management Plan being developed in parallel with the
design of the Works;
h. Preparing the detailed designs drawings for the agreed structures and the agreed associated Works, where
applicable to include the approach road sections at appropriate scales and in such a detail that Contractors
may confidently bid and execute all construction work without further design except for workshop drawings

5|P a g e
for formwork, scaffolding and other auxiliary installations. Particular attention shall be paid to the elaboration
of essential standards details as transition joints, bearing, railings, etc., which shall be serviceable and easy to
be maintained. Where applicable, the safety of all structural parts shall be verified by static and foundation
engineering analysis (for computer-based calculations, the type of computer and the programs used shall be
mentioned) using British Standards (BS) or any other internationally recognized code of practice. The loading
must in any case be identical with those regularly applied for the respective types of roads in Nigeria;
i. Preparing Bills of Quantities (BEME) and actual cost estimates based on unit prices broken down in local
currency. Tax and duty elements shall be presented separately. The estimate for the right-of-way acquisition,
if any, shall be furnished by the SPIU for each land property used;
The scales of the design drawings shall be, but not necessarily be limited to, the following:
i. Site plan including approach roads (scale: 1/1000)
ii. Longitudinal (Vertical) and transverse alignment (scale: 1/500)
iii. River profiles (cross section; scale: 1/100-1/250) of the present and potential crossing points marked with
high water, flood water, and low water level
iv. Standard cross section of approach roads (scale: 1/1000)
v. General Plan/View and cross section of proposed bridges or culverts scale: 1/250 – 1/100)
vi. Structural details of the bridge and culverts (scale: 1/10 – 1/50), etc.
Detailed traffic control and other facilities
a. Preparing detailed traffic control and other facilities including pavement marking and sign layout plans. Both
are to be based on current international practices for rural roads of this type, adjusted through, discussion
with the SPIU;

Technical Specifications

a. Preparing technical specifications for road upgrading works that will be consistent with the recommended
design standards. The specifications, among others, will define comprehensively the construction methods
to be used, the material specifications required, testing procedures and standards, and requirements for
approval of and payment for works. The specifications will also address social and environment safeguards
and resiliency to climate change with which the project, and its contractors, must comply. For civil works, it
is intended that the specifications will provide all the information required by the contractor to achieve the
project technical and quality standards, and for proper engineering supervision of the works;
Submission of Final design
a. Submitting sequentially and systematically final engineering design and technical specifications for
approval of the Client;
(iv) Road Safety Audit
11. In line with international standard, the Consultant is expected to conduct a detailed road safety audit in
conjunction with the safeguard officers on roughly 150 to 160 km upgrading roads before and after the design
completion. Information obtained from the Road Safety Design will be incorporated in the Environmental and
Social Assessment to be conducted for the proposed works. The objectives of the assignment are:
a. To ensure safe road infrastructure in order to promote conscious planning for safe design of roads, adopt
accident reduction strategy for roads through black spots improvement programs;
b. Traffic Crash Reduction - Existing hazardous locations can be systematically identified and analyzed and
appropriate remedial measures implemented to eliminate or reduce the crash risk at such locations; and
c. Traffic Crash Prevention - Specific efforts can be adopted to prevent the development of hazardous
locations by systematically analyzing of potential risks and eliminating those that might make the road
unsafe.
Scope of Works
The Consultant’s specific assignment shall include, but not limited to, the following tasks:
a. Auditing the preliminary design for road safety and make recommendation where necessary on -
i. Pedestrian crossings;
ii. Intersections;
iii. Active Traffic calming and speed control measures;

6|P a g e
iv. Roadside hazards;
v. Traffic signals, signs and lane marking;
vi. Intelligent transport system;
vii. Traffic restrictions for different vehicles;
viii. Temporary road closures and car-free programs; and
ix. Liaise all stakeholders with road safety division and other road safety features.
b. Collecting accident data on existing road and the identification of black spots;
c. Carrying out a safety audit on the entire road design. The audit will, examine and determine accident
statistics (fatal, grievous, others), map them by approximate location, identify causative factors, and
prioritize spots for corrective measures.

(v) Procurement Support


12. Contract Procurement Activities and Procurement Support (Design and Build Contracts)
a. Assisting the SPIU in the preparation of initial cost estimates based on the preliminary designs and other
requirements (e.g. costs linked to safeguards, occupational health and safety, gender-based violence,
security of sites);
b. Assisting SPIU to produce the draft procurement documents, based on the current World Bank’s Standard
Procurement Document (SPD) for the procurement of works (Design and Build), based on the Ministry of
Works standard specifications, strengthened, as necessary;
c. Assisting the SPIU in the production of the Specific Procurement Notice based on the World Bank’s
standard procurement document and advertising the notice as per the World Bank’s guidelines;
d. Assisting the SPIU in production of the Invitation for Initial Selection based on the World Bank’s
guidelines;
e. Assisting the SPIU in production of the Initial Selection Document (ISD) following the World Bank’s
standard format, with minimum changes as may be necessary. The ISD shall be based on the criteria
encapsulated in the adverts issued by the Employer.
f. Assisting the SPIU in the evaluation of applicants and initial selection of applicants, following the
submission of applications using the Initial Selection Criteria and Requirements of the ISD and the initial
selection data sheet (ISDS);
g. Assisting the SPIU in finalizing the request for proposals (RFPs) documents to initially selected proposers
using the World Bank’s SPD (Request for Proposals, Works, Design and Build; Single Stage Request or
Two-Stage Request, whichever has been decided by the state).
h. Assisting the SPIU to the following: (i) responding to any request for clarification from the initially
selected proposers; (ii) arranging pre-Proposal meeting; (iii) organizing site visits for proposers, if
requested by them. All these activities should be guided by the provisions of the RFP document;
i. Assisting and guiding the SPIUs in the opening of technical and financial proposal parts, as provisioned in
the RFP;
j. Assisting and guiding the SPIUs in the evaluation of technical and financial proposals, as provisioned in
the RFP;
k. Vetting the proposers’ design and other related proposals including an assessment of the design
methodology construction management strategy, method statement of key construction activities. This
could be done by producing a Technical Evaluation Report of the submitted technical proposals;
l. Assisting and guiding SPIUs in notifying any decisions linked to the procurement of contracts, as
provisioned in the request for proposals;
m. Assisting and guiding the SPIUs to invite the preferred applicant for Contract Negotiations, if provisioned
in the RFP;
n. Advising the SPIUs on any issues arising during the contract procurement process, strictly following the
provisions of the procurement related standard documents during Contract Negotiations.
13. Contract Procurement Activities and Procurement Support (Non-Design Build Contracts)

Preparation of Bills of Engineering Measurement and Evaluation (BEME)


a. Preparing (sub-project wise/bid package/lot wise) the Bills of Quantities (BEME) based on the various items of
work to be executed and in accordance with the design, drawings and technical specifications. The items in the

7|P a g e
BEME shall correspond to the work items specified in the technical specifications. The calculated quantities for
the construction shall be based on the final design drawings. The earthworks quantities shall be derived from
calculations based on the field cross-sections taken along the road center-line in accordance with accepted
methods of measurement, which shall be agreed with the Client. Work items (recommended by ESMP report)
related to citizen engagement, gender, Sexual Harassment (SH)/Sexual Exploitation and Abuse (SEA), Gender-
based Violence (GBV), labour influx, Occupational Safety and Health (OSH), borrow pit management &
reclamation should be incorporated in the BOQ. The Consultant shall carry out all the activities necessary for the
detailed design of the proposed works, for the estimation of quantities to an accuracy of +/- 10% of final
quantities as measured on completion of the works; excluding any approved variations of the Works;
Preparation of Unit Price analysis
a. Preparing a confidential Unit price analysis using basic cost elements (labor, materials, equipment, tools,
overheads, on-site costs, profit, etc.) for each item of Works and a confidential Cost Estimate for the contract
package as a whole.
Preparation of Procurement Documents
a. Preparing procurement documents for the procurement of the works in accordance with the applicable World
Bank procurement guidelines and IDA standard bid document (SBD) as delineated in PIM;
b. If not otherwise mentioned, the consultant will always submit 03 (three) sets of each document (like LA plan,
engineering design, cost estimate, bid documents, hydrological/ topographic/ morphological survey report,
soil investigation, social and environmental report, Drawings shall be submitted in both the A1 size and A3
size (reduced from the originals). All other documents shall be submitted in A4 size; and
c. Finalizing the Procurement/Bidding Documents to accommodate comments received from the Client and the
funding agencies (if required);
Procurement support service
a. Assisting the Client in preparing an Request for Bids (RFBs)/Request For Proposals (RFPs) notice for each
Package/Lot and advertise for bids; in conducting a pre-Bid/pre-Proposal site inspection for each
Package/Lot, and in formally responding to any queries raised by Bidders; in the receipt of bids and
assist in and produce the Minutes of Bid Opening of each Package/Lot; in the evaluation of the bids and
in drawing up the Bid Evaluation Report for each Package/Lot; and in the award of contract of each
Package/Lot;

C. PROJECT MANAGEMENT, CONSTRUCTION SUPERVISION OF PHYSICAL WORKS AND MONITORING


Project Management
14. Providing support to SPIUs in overall project management activities such as preparation of project
implementation plans, annual expenditure, planning budgeting and financing forecast, monthly, quarterly, six-
monthly reports and annual reports or work programs as required by the Government of Nigeria and the project
financiers. Assisting SPIUs in development of the procurement plans. The plans would be updated on a regular
basis as required by the SPIU;
Construction Supervision of Physical Works and monitoring
15. The scope of the Service shall include all the services necessary to achieve the service objectives
described in Section II above and, in so doing, the Consultant shall expeditiously execute not less than the
following tasks:
a. With due diligence and efficiency supervising fully the construction of the works which are to be executed in
accordance with sound technical administration, financial and economic practices. The Consultant shall
perform all duties associated with such tasks to ensure that only the best construction practice is followed
and that the final product is in all respects equal to that specified, at the most economic costs and is executed
in full compliance with the specifications;
b. Checking that the contractor follows (as per agreed site specific ESMPs) safe working practices to mitigate
risks linked to different factors including safety at construction sites, labour influx, child labour, and sexual
exploitation and abuse/sexual harassment (SEA/SH), occupational health and safety, community health and
8|P a g e
safety, including risks affecting sanitation and general health of the local community and prevention of
HIV/AIDS and mitigation measures in all operations at work sites, accommodation and office facilities, and
immediately draw attention to any instances where this policy is not followed, directing the contractor to
carry out all such works deemed necessary in case of emergency/affecting the safety of personnel, works and
adjacent property. Ensuring that the minimum impediment is caused to the flow of traffic and that safe
acceptable detours are provided and maintained at all times;
c. Organizing the supervision of the works contract with proper allocation of responsibilities to individual
members of the supervision team and supervise their work in order to ensure that it is effectively executed;
d. Establishing a systematic construction procedure and Quality Assurance Plan (QAP) for different civil works
set out in the specification following the GON/Bank's environmental and social safeguards through
demonstrating and conducting on the job training to the contractor and SPIU officials. Establishing
procedures for systematic on-site checking and monitoring of quality and quantities of all work items,
including field checks to confirm integrity of survey data, application of improved methods for embankment,
pavement construction and bridge/culvert construction. The quality control works include performing
laboratory and field tests on (i) compaction, gradation etc. of embankment and pavement layers; (ii) quality of
road construction materials/aggregates and concrete materials and reinforcement; (iii) technical properties of
bitumen and bituminous asphalting;
e. Preparing Variation Order (VOs) in light of contract agreement and recommend for approval, if required. In
this case proper attention should have to be paid during design and preparation of BOQ so that the numbers
of Variations could be kept minimum. The consultant shall attach a precise technical justification with their
recommendation for variation;
f. Checking and verifying in a regular basis the validity of all insurance/guarantees which the contractor is
obliged to have in place;
g. Routinely and at not more than quarterly intervals, advising SPIU regarding the unit cost of the each
component as well as total estimated cost of the civil works in order to achieve better cost control;
h. Approving the Contractor’s setting out of the Works and preparation for the Works, prior to issuing approval
to construct the Works;
i. Carrying out soils and materials investigations in collaboration with SPIU as necessary or advisable to
minimize overhaul, to optimize the use of available resources, to enhance economy etc. For all soils and
materials proposed and used by the Contractor in the Works conduct all necessary and advisable inspection,
sampling, testing and analysis for compliance with the Technical Specifications at source and in the laboratory
and approve or reject the use of the soils or materials proposed for or used in the Works. Whenever
necessary order removal and substitution of unsatisfactory material and workmanships;
j. Routinely inspect the Works both under construction and completed, for compliance with the Specifications
and the agreed method of working, as a basis for payment. Formally arrange joint inspections with SPIU and
the Contractor for acceptance and/or identification of defects of the works executed or under construction;
k. Keep and maintaining up-to-date detailed Daily Site Diary and detailed records (making them available for
inspection by SPIU when requested to do so) of all contractual correspondence and data; all work stoppages
or delays; accidents on Site; official visitors to Site; weather records; all activities in progress at any time on
site showing the start and end time and full details of the resources employed per activity;
l. Keeping and maintaining detailed records (and make available for inspection) of the Contractor’s equipment
on Site and its precise date of arrival or removal from Site, its date of manufacture, previous hours worked
and condition, the date commissioned to commence work, its availability, and utilization. Establish equipment
availability figures for each category of equipment;
m. Reviewing the Contractor’s proposed work programs, associated work method statements, resource analysis
and requirements and Contractors ESMP in relation to the required rate of progress, and approve or reject
the proposals accordingly. Identify any changes or additional resources required. Making sure that the
program submitted for the execution of the works shall, in addition to the program for pure construction
activities, include an alleviation program for Site staff and Labour in respect of safety at construction sites,
labour influx, child labour, and SEA/SH related risks, health aspects, including risks affecting sanitation and
general health of the local community and prevention of HIV/AIDS. The review will ensure that all the issues
identified in the various safeguards instruments and the bidding documents are properly addressed in the

9|P a g e
Contractor’s ESMP (CESMP) with appropriate staffing, resources and required mitigation action. The CESMPs will
be reviewed and considered at 6-month intervals to ensure adequacy given the dynamic nature of E&S risks.
n. Implement checklists and templates developed by the FPMU and SPIUs for tracking the implementation of
Environmental and Social Impact mitigation measures required by the ESMP and contract documents;
o. Implement measures for monitoring the implementation of required E&S Impact mitigation measures. The
consultant will also instruct the contactor of follow-up corrective actions that may be required where lapses
and substantial non-compliance is observed in active work sites and all premises used by the contractor for
carrying out project-related activities;
p. The consultant shall invoke necessary penalty clauses in consultation with the E&S specialists where the
contractor has breached the E&S performance requirements described in the ESMP and the project contract
documents;
q. Continuously monitoring the Contractor’s progress against programme and his method of working in respect
of each and all construction activities and produce a resource analysis against production needs. Also,
advising the Contractor when additional resources or revised methods of working or revised programme of
the works are deemed to be required;
r. Reviewing the Contractor’s proposed working drawing/plans and associated calculations. Approving or
rejecting the proposals accordingly and identify any changes required;
s. Assisting SPIU to review and check the Contractor’s Payment Applications through verifying the accuracy of
the measurement and costing calculations and the sufficiency of the supporting documentation and payment
certification. Advise SPIU on whether liquidated damages are due from the Contractor. Also helping SPIU to
prepare and issue final certificate;
t. Thoroughly reviewing and analyzing the Contractor’s applications for extensions of time (if required) and
provide necessary recommendation along with justifications in the light of the Contract Agreement;
u. In the event of adjudication or arbitration, providing the necessary personnel and expertise to advise and
assist the Client in any such process and prepare any further analysis of the Contractors claims submissions as
may be necessary to assist the Client in the presentation of his case;
v. Taking digital color progress photographs throughout the duration of the Contract, keep and maintain an
official photographic record (available for inspection) of monthly progress at set locations and also of any
construction activity of technical or contractual interest at any time. Each photograph to be captioned with:
reference number, time, date, precise location, subject, and points of particular note. All digital negative data
should be stored on diskette in a record system, together with copies of the captions;
w. Submitting progress reports, special report (to fully acquaint the client with all aspects likely to affect the
Technical and Financial implementation of the project), final reports and records, and other hard outputs
regarding construction progress and the status of the Works Contract;
x. Preparation and Submission of monthly Report on E&S Safeguards to the SPIU. This reports shall describe all
the E&S risks in format agreed with the SPIU and FPMU that are associated with the works performed in the
period under review, mitigation measures requirements and the actual status of implementation of required
mitigation. The monthly progress reports shall also be used as a tool to track corrective measures identified in
previous months and the punitive measures implemented by the consultant, where necessary.
y. Reviewing, approving and submitting two full sets of as-built drawings within two months of completion of
the Works detailing all alignment and level information, position and sizes of drainage structures, services
information, and structural drawings (including type and positions of reinforcement);
z. Certifying the contractor's payment invoice;
aa. Establishing a quality assurance system to ascertain the desired quality standards at early stages of the
service. To this end a quality assurance manual needs to be developed at early stages of the service;

V. REPORTING REQUIREMENTS
16. A brief description of the contents of these reports is presented as follows:
Inception Report
The Consultant shall submit and present an inception report in copies as indicated below to the SPIUs. The report
shall outline the Consultant’s initial findings and confirm the methodology and detailed work program proposed
10 | P a g e
for adoption in the light of the initial findings, while also identifying constraints and proposed solutions, together
with any action required by SPIU to facilitate the successful implementation of the service;
Consultant’s Mobilization Report
The Consultant shall report on: Contractor’s mobilization; Organization and correspondence; Lines of
communication; Contractor’s detailed work program; Proposed resources schedules; Proposed cash flow; Plant
and equipment schedules; Format of forms and their use and presentation; Schedule of site meetings;
Contractor’s obligations; Any other submitted contractual documentation; Consultant’s mobilization;
Monthly Progress Reports
a. Progress reports shall be prepared monthly using SPIU’s standard report format to detail progress against
program in respect of all project elements and hard outputs. It is desirable that implementation progress of
project activities be presented in tabular as well as bar chart and graphical form. Also enabling the Client
regarding detailed physical progress of each road upgrading contract; the Consultants shall develop, maintain
and submit ‘Strip Chart’ in MS Excel spread sheet format on monthly basis. Brief description of any contractual
and technical problems or any other significant issues encountered and recommended solutions to overcome
those.
b. All monthly project correspondences shall be submitted in soft copy together with monthly progress reports.
The report will cover the activities performed during the reporting period.
c. A suitable number of colour photographs with date imprint should be included which will illustrate progress
and any difficulties encountered on the Site. These will allow a permanent record of progress.
d. A dedicated section on the implementation of Environmental and Social (E&S) performance requirements of
the works will constitute part of the MPR for the tracking of E&S issues.
Note: Notwithstanding the submission of the monthly progress report as above, the Consultant is required to send to the
Client, five day before the end of each month, a progress summary of the works supported by the s-curve.
Quarterly and Six-monthly Progress Reports
a. These will be similar to the monthly reports but will be more detailed and include record photographs. These
will be prepared by the Resident Engineer and give an overview of the progress on within the Project. It is
desirable that implementation progress of project activities be presented in tabular as well as bar chart and
graphical form.
b. A suitable number of color photographs with date imprint should be included which will illustrate progress
and any difficulties encountered on the Site. These will allow a permanent record of progress. The quarterly
progress report shall also include important information of the last month of the quarter so that submission
of a separate monthly report will not be required for that specific month.
c. This report among other information shall include an update of project cost estimate, keeping in view of
variations, price escalations and contractor’s claim entitlement for additional money.
d. A dedicated section on the implementation of Environmental and Social (E&S) performance requirements of
the works will constitute part of the Quarterly and Six-monthly Performance Reports for the tracking of E&S
issues.
Annual Progress Reports
a. These reports will summarize the activities performed within a year. The format of this report is similar to
that of the monthly report. The annual report shall also include important information of the month June,
thus no monthly and quarterly reports will be required during the month June and the 4th quarter of any
fiscal year.
Contract Completion Report
a. This report is to be prepared after the Contract completion report is submitted. It will be a comprehensive
report on the consultancy services throughout the Contract. It will describe the aims of the project and the
achievements of the construction works. It will also give progress on the Final Account, which will be
appended. Finally it will give details of the Consultant’s visits and activities during the maintenance period.
b. The Contract completion report shall include but not be limited to: Executive summary; Mobilization/
Demobilization details; Description of Project; Project Implementation; Financial cost details together with a
breakdown of the same, detailing and assessing extra expenditures and cost increases inclusive of the
justification for such increases; Details of the work executed and of the techniques employed and type,

11 | P a g e
quality, quantities and sources of materials used in the pavement; Contract changes and variations;
Contractor’s performance; Assessment of any complaints and/or claims by the Contractor; A critical study of
important technical problems which may have arisen during the construction; Comments on Technical
Specification and Conditions of Contract; Construction Records; As-built drawings (A1 size reproducible);
Assessment of counterpart training, if any; Conclusions; Details of Final Account, where possible.

c. An E&S Management Completion Report on the implementation of Environmental and Social (E&S)
performance requirements of the works will also be prepared and submitted to the client alongside the
Contract Completion Report to describe the status of safeguard requirements of the works. This report will
demonstrate the extent of performance of contractors on the requirements of the contract.
Consultant’s Quality Assurance Manual
a. This manual shall at a minimum describe the methodology and procedures to be followed in attaining the
desired quality of the service at each stage. The report should also detail assignment of responsibilities with
regard to quality assurance to the respective personnel in the team. The content of the manual shall be
suggested by the consultant for review by SPIU and will be finalized following taking into account the letters
comment.
Report on Social and Environmental Safeguards
a. It will be a comprehensive report on all Environmental and Social impact mitigation measures undertaken by
the contractor. It will describe the major environmental elements of the project, adequacy of the mitigation
measures proposed during design as well as supervision period and the effectiveness of the measures
undertaken during construction. The supervision Consultant is also expected to report in his progress report
any development with respect to Environmental and Social aspect of the project.
Workshops/ Seminars and Trainings
a. One of the prime objectives of workshops and trainings is to disseminate of the study findings and results in
project areas among various interest groups. Moreover, it is needed to transfer of technology to the
implementing agency (SPIU). Hence, training, field and central level workshops, and closing workshops are to
be organized. The trainings and the workshops will be organized with close discussion and taking suggestions
from the implementing agency.

VI. DELIVERABLES AND TIMING


17. The schedule for various reports to be prepared by the Consultants is given below. The consultant would
prepare reports in English and provide five copies of the key reports to the Government and the World Bank. The
EA/RAP summaries would also be prepared in Nigerian language for dissemination and disclosure in the project
area according to the World Bank guidelines.

Delivery Schedule for Design Report and Bidding Documents


Physical Interventions FY-2022 FY-2023 FY-2024 FY2025
Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1

Rural Roads Upgrading (DB Cont.) - - - 20% - - - - - - - - - -

Rural Roads Upgrading (Non DB) - - 10% 20% 40% 10% - - - - - - - -

Note: The delivery schedule shall be matched with the key scopes under this TOR and key technical expert services inputs/
indicative person months as required in Section IX (ii) below.

Report Submission Schedule


SN. Description of Reporting Submission Deadline Minimum Expectations
1. Inception Report
2. Consultant’s Mobilization Report
Monthly Progress Reports (including sections on E&S
3.
Progress)
Quarterly and Six monthly Progress Reports (including
4.
sections on E&S Progress)

12 | P a g e
5. Annual Progress Reports
6. Contract Completion Report
7. Consultant’s Quality Assurance Manual
Report on Social & Environmental Safeguards as
8.
stand-alone monthly report

VII. FACILITIES TO BE PROVIDED BY THE EMPLOYER


18. The Employer will provide the following facilities for use by the Consultants in performing the services:
(a) The Employer will provide counterpart personnel as necessary to carry out the assignment.
(b) Data, Reports and other relevant documents available with the Employer.
VIII. TIME SCHEDULE AND PROJECT STATUS
19. It is envisaged that Consultants services will commence around July 2022, with project completion in June
2026. But the assignment period is about two and a half (2½) years of the project period.

IX. PROFESSIONAL STAFFING INPUTS


20. The Consultants are encouraged to use the expertise available in Nigeria to the extent possible. However,
international experience, and experience with the World Bank Financed projects are necessary to carry out the
assignment. When the key skills and expertise are not available within the consulting firms, they are encouraged
to make Association with other firms either in the form of Joint Venture or Sub-Consultant. The Consultants
should propose a comprehensive team composition with task assignments for each key staff along with sufficient
support staffs to meet the objectives and scope of the services.
(a) Indicative lists of the positions of the key professional staffs / experts who will be evaluated during technical
evaluation process for the services are given below. Estimated person months of key professional staff are
indicative. The Consultant must propose suitable individuals as experts in these key positions and submit their
own estimate of the required number of person-months against each of these key positions to carry out the
assignment in conformity with the scope of services. The Consultants are free to propose alternative level of
effort to achieve the assignment's objectives efficiently.

(i) Core Experts for the Services


SN. Key Experts Position Type of Experience Indicative Indicative Input
Person (%) for State
Month(s) level field office
1. Team Leader/Lead Highway Engineer 1 No. Local 20
2. Senior Pavement Design Engineer 1 No. Local 15
3. Senior Structural Design Engineer 1 No. Local 6
4. Procurement & Contract Management 1 No. Local 6
Specialist
5. Quality Assurance Specialist 1 No. Local 12
6. Field Resident Engineer 3 Nos. Local 45
7. Road Safety Expert/Auditors 1 No. Local 6
8. Environmental Specialist 1 No. Local 7
9. Social Development/ Resettlement Specialist 1 No. Local 7
10. GBV Specialist 1 No. Local 7
Total 12 Nos. 131

(ii) Key Technical Experts inputs for the Services


SN. Key Scopes Key Position Type of Indicative Indicative Input
Technical Experience Person (%) for State level
Experts Month(s) field office
A. General

13 | P a g e
SN. Key Scopes Key Position Type of Indicative Indicative Input
Technical Experience Person (%) for State level
Experts Month(s) field office

B. Project Preparation
Activities
(i) Social and Environmental
Safeguards

(ii) Preparation of Preliminary


Engineering Design,
Employer Requirements (DB
Contracts) and Non-DB
Contracts
(iii) Preparation of detailed
Engineering Design and
Technical Specifications (Non
DB)
(iv) Road Safety

(v) Procurement Support

C. Project Management
Support

Construction Supervision
of Physical Works and
monitoring

Note: The key scopes under this TOR and key technical expert services inputs/ indicative person months shall be matched with the
delivery schedule as required in Section VI above .

(iii) Support Staff for the Services


The Consultant will provide necessary support staff - including junior engineers, estimators, draftsmen,
surveyors, field enumerators and office support staff - needed in order to carry out their tasks and fulfill their
responsibilities effectively.
SN. Support Staff Position Indicative Person Month(s)
1.
2.

(iv) Support Services


The consultant will include cost of office accommodation at regional and state level, cost for vehicles and
communication services for the effective conduct of their assignment including operation and maintenance
cost of those in the financial proposal.

X. DESIRABLE QUALIFICATION AND EXPERIENCE FOR KEY PROFESSIONAL STAFFS


21. Desirable qualification and experience for key professional staffs are the following:

14 | P a g e
S/ Position Academic Years of Desirable Specific Experience
N. qualification professional
experience
1. Team Leader/ Lead Graduate in Civil Minimum 20  Proven skill in planning, designing, construction
Highway Engineer Engineering/ years supervision and management covering developing
Transport Planning & countries in related field with at least 3 years’
Engineering or experience as a team leader;
equivalent  Rural roads construction supervision working
experience in developing countries (at least 2
projects);
 Working experience on World Bank (WB)
procurement procedures and contract
management and administration;
 Working experience in African countries;
2. Senior Pavement Graduate in Civil Minimum 15  Proven skill in planning, pavement designing,
Design Engineer Engineering or years construction supervision and management
equivalent covering developing countries in related field;
 Working experience on World Bank (WB)
procurement procedures and contract
management and administration;
 Working experience in African countries;
3. Senior Structural Graduate in Civil Minimum 15  Proven skill in planning, designing, construction of
Design Engineer Engineering or years bridges/ culverts/drainage structures covering
equivalent developing countries in related field;
 Working experience in African countries;
4. Procurement & Graduate in Civil Minimum 15  Proven skill in World Bank procurement / Public
Contract Engineering or years procurement procedures and contract
Management equivalent with management & administration in related field;
Specialist advanced degree on  Having minimum 6 years’ experience in Contract
Construction Management and Administration;
Management  Working experience in African countries;
5. Quality Assurance Graduate in Civil Minimum 15  Having minimum 6 years’ experience in Civil works
Specialist Engineering or years contracts Quality Control/Assurance in related
equivalent field;
 Working experience in African countries;
6. Environmental Graduate in Civil Minimum 10  Proven skill in World Bank Environmental safeguard
Specialist Engineering/ years policy implementation;
Environmental  Having minimum 6 years’ experience in Civil works
Science/ contracts Environmental management procedures
Environmental including mitigation measures;
Engineering or  Working experience in African countries;
equivalent
7. Social Graduate in Social Minimum 10  Proven skill in World Bank (WB) Social safeguard
Development/ Science or years policy implementation including addressing cross-
Resettlement equivalent cutting issues in development projects;
Specialist  Having minimum 6 years’ experience in Civil works
contracts Land acquisition/ Involuntary
Resettlement/Social issues including addressing WB
cross-cutting issues, monitoring, resolving
procedures and reporting;
 Must have working experience in Nigeria;
8. Field Resident Graduate in Civil Minimum 12  Proven skill in Civil works construction supervision
Engineer Engineering or years and management, maintenance management in
equivalent related field;
 Proven skill in World Bank financed contract
management and administration;
 Having minimum 5 years’ experience in Contract
Management and Administration in related field;
 Working experience in African countries;

15 | P a g e
S/ Position Academic Years of Desirable Specific Experience
N. qualification professional
experience
9. Road Safety Graduate in Civil Minimum 10  Proven skill in Road safety works construction
Experts/ Auditors Engineering with years supervision and management, road safety audit
advanced degree in and management in related field;
Road safety  Relevant experience in Africa region will be an
engineering or advantage. Working experience with a bilateral or
equivalent or multi-lateral development organization will also be
Graduate in any an advantage;
discipline of science  Experience as a Road safety expert or Road safety
subject with engineer/auditor/specialist in two related
advanced degree in assignments will be required;
Road safety  Working experience in African countries;
engineering
10. GBV Specialist Graduate in Social Minimum of  Proven skill in World Bank (WB) Social safeguard
sciences (Gender 5 years policy implementation specifically the management
related preference) of GBV risks in development projects;
 Advanced degree in Social Sciences or other related
areas including psychology, public policy,
community health, reproductive/family health,
gender, development studies;
 Minimum of 5 years of relevant professional
experience of which at least 3 years in gender-
related assignments;
 Demonstrable knowledge of Gender and GBV;
 Must have working experience in Nigeria;

XI. CONSULTANTS PERFORMANCE


22. The Consultant’s performance will be measured following the indicators as per Annual Plan of Operation
(APO) stated under:
(a) Timely Submission of LA plan and proposals;
(b) Timely Submission of Bidding Documents;
(c) Timely submission of Variation Order (if any);
(d) Timely implementation: Physical progress, Recommendations of Contractual Actions;
(e) Timely disbursement: gap between physical and financial progress;
(f) Standard of Services and Due Diligence: Numbers of cases of variations and implication of costs, no major
observations by Integrated Performance Audit Services, lesser numbers of complaints having merits;
(g) Progress Report: Required Reports submitted on time along with analysis;
(h) Record Keeping: Tests Results, As-built drawings etc.;
(i) Timely submission progress report, visit report, quality certification.
Once the Annual Plan of Operation (APO) would be finalized, SPIUs will finalize the targets and minimum range of
tolerance and agree with the consultants. If the percentages of completion of tasks are not within tolerable range
as agreed by both D&S Consultants and SPIUs will retain 10 percent money from the consultant’s invoices
submitted for last month. This money may be forfeited. If the consultant fails to achieve targeted performance
they will have to prepare an action plan to catch up with the agreed performance target. Money will be released
when actions have been taken and performance has been achieved. Otherwise the money will be forfeited. It is
understand that the consultants may not have full control of the project performance. Some exogenous factors
may impact physical progress only in that case the retain money be released. However, Sanction would apply only
if there is a lack of proactivity and willingness to undertake/recommend actions to address poor performance.

16 | P a g e

You might also like